Loading...
HomeMy WebLinkAboutContract 26145 uta 99"iO$ ---._._COMfQACAt CITY SECRETARY GO�ACm>rse0H0�+GC CONTRACT NO. CRY SEC, AIN CITY OF FORT WORTH, TEXAS - .._MYMAMrvErSONXI LUMP SUM CONSTRUCTION CONTRACT EMERGENCY REPAIRS THE STATE OF TEXAS ripw-FUcon COUNTY OF TARRANT KNOW ALL MEN BY TIa1t.4E-Pf? This agreement made and entered into this the 12`h day of July AD, 2000 by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, hereinafter called OWNER, and Bowsher Construction, Inc. of the City of Haltom City County of Tarrant , State of Texas hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Repair culvert and roadway pavement at the intersection of Denver Avenue and Robin Street as outlined in the attached Scope of Work. The work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Scope of Work and the City of Fort Worth Standard Specifications for Street and Storm Drainage Construction. The undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Transportation and Public Works Director of the City of Fort Worth. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Owner. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Transportation and Public Works Director of the City of Fort Worth and City Council of the City of Fort Worth within a period of 90 calendar days. City agrees and binds itself to pay, and the said contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions there from, the price shown on the Proposal hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount shall be $ 24,550.00 If the contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the liquidated damages outlined in th noral-Ooi t as JEDD Ranh,,)FIX MD. a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in four counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in five counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the 12th day of July , A.D., 2000. Bowsher Construction Inc. C an By: APPROVED: Signature By: — Richard H. Bowsher, President Mike Groomer Assistant City Manager APPROVAL RECOM DED: RORDED: By: By: a��� TransportatgKand Public Works City Secreta APPRAGaryteTi ORM AND LEGALITY: By: Date rger Assistant City Attorney Contract Authorization Date l��t�tll �CL��U;�L514�NU�r� y SCOPE OF WORK DENVER AVENUE-ROBIN STREET CULVERT REPAIR 6-26-2000 PROJECT OBJECTIVE Perform emergency repair of underground culvert and roadway pavement at the intersection of Denver Avenue and Robin Street, Mapsco location 62 J, in accordance with attached sketch and procedures described below. WORK DESCRIPTION 1. Remove pavement and soil to fully expose 48 LF of damaged 5' wide x 4'10" high, unreinforced arch culvert and provide for base for new box section. Saw-cut both ends of culvert at old joint locations and remove remaining damaged culvert pieces. 2. Replace damaged culvert by 5'x5' standard reinforced box culvert, traffic load bearing (RCB C850) over 6 inches of crushed stone base. Downstream connection shall have a nominal 5 feet length of smooth transition section formed to minimize the likelihood of debris being caught at the joint. Connect old and new culverts by two feet long # 6 dowels placed 18 inches on centers around the perimeter. Reinforcement bars in the new box shall be bent as needed for transition at the point of connection to the old box. Box culvert sections shall be modified as needed to form deflections shown in sketch. Prefabricated 5'x5' box culvert sections 6.5' long are available to purchase for this project from Hansen Pipe Products, with two day delivery; contact Dale Pruden at 972-266-7954. 3. Backfill around sides of repair and over new box following standard material and compaction procedures. 4. Construct new pavement where removed, consisting of 9 inches of compacted crushed aggregate base and two (2) inches of Hot Mix Asphaltic Concrete pavement. GENERAL CONDITIONS Sketch and dimensions are approximate only; Contractor shall verify field conditions. Work shall include all storm drainage and related work necessary to accomplish the repair of the culvert and restoration of traffic on the street. All work shall conform to City of Fort Worth Standard Specifications for Street and Storm Drainage Construction. Contractor shall provide traffic control devices in accordance with the Manual on Uniform Traffic Control Devices and trench safety equipment while maintaining essential access to abutting properties. Work shall be completed within 12 working days after Notice to Proceed is issued. NCORD � c��[�� GM��GY ��o V1. �L7Wa FAX,8718092 NAEP I LO e r •�r�. "'9 y1S � �L Bowsher (Construction, Inc. 6320 Eden Drive Haltom City, Texas 76117 (817) 429-0785 i June 29, 2000 Mr. Don Chesney Transportation& blic Works Fort Worth,Texas RE: Quote for Ueier Avenue-Robin Street Culvert Repair ()TY D cni tin Unit Price Total Price 48 LF Ex avate&Remove 5'X4' 10"Arch Culvert $40.00/LF $1,920.00 45.5 LF 5' 5' Reinforced box culvert $260.00/1✓17 $11,830.00 1 EA 5' 'ransition at dowmiTeam end $2,800.00/EA $2,800.00 2 EA Mo ification for deflection on 5'XS' culvert $600.00/EA $1,200.00 1 EA, CO)ar for transition at upstream end $1800.00/EA $1,800.00 200 cu.yd_ Co ipacted select backfill $15.00/cu.yd. $3,000.00 80 sq.yd. 2" of mix,9"compacted crushed aggregate $25.00/sq.yd. $2,000.00 TOTAL $24,554.00 i If you have any questions please i,!el free to give me call at(8 17)429-0785 or(817) 822-0405, Sincerely, Richard H Bowsher President I I i rT, aVIV ci,��jr ���9 I 4 C ORDft OATH(MMoor") .: 7-31-00 n THIS CERTIFICATE IS ISSUED AS A MATMR OF IN I�gTlDN GREG HAROMAN ONLY' AND CONFIM No AKJHTS UPON THE CERTWMATE 530 BKftd Rd #102 MOLJ)M THIS CERTIFICATE DOES NOT AMEND. E CTJM aR sk B*dbrd,TX 78022 ALTER THE COVERAGE ORDCD BY THE PO im.�EM�r a Fiero,., 0111Ce' 817, , �282_1 1 COMPANIES AFFORDING COVERgQE FAX. ( 17)282-1433 OOMPAw FIRST SPECIALTY INSURANCE GROUP Umm BOWSHER CONSTRUCTION - F � C` ANr FARMERS INSURANCE GROUP ' 6320 EDEN COMPAW HALTOM CITY, TEXAS 76117 C ACCEPTANCE, INSURANCE COMPANY !f C1AiANY D THIS IS TO CERTIFY THAT TTI$POLICIES OF INSURANCE US1'h''D BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWI TMSTANOI O ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESRECT To YMCH THIS CE"MCATE MAY BE ISSUED OR MAY PeNTNN,THE INSURANCE AFFOROW B Y THE PO(.IC=DESCRIBED HejtM IS SUZJOCT To ALL THE TVwA, M(MLMIONS AND CONDITIONS OH■SUCH POLICIES,LMTS SHOWN MAY HAVE,BEEN REDUCED SY PND CLAIMS. TTP!OF INWJRAMCsjPOLICY EFFECTIVE POLICY®[PIRATION POIJCY NUMB6l OAn:IMMM&" MA"(INAIDWT) UMITZ aW0111RA L L LAWL I Y 06?*PAL.AOQR22ATII $2,000,000 X OOMMOOLAL 0001AL UMUTY PRODUCTS.00MRV A= 11-2.000,000 CL#" ADE �� PGL35071. 5/8/00 518/01 PEIe2oKKaACV wAseY 61 000 000 OVALE"Y ACTORS PROT EA04 occumscs S1,000,000 FM9 wwoE W+Y One t* t 50POOO MeD EMP (Ay w owsm) s 5,000 AUTOMOINLI LuIIIUTY 1 ,000,000 ANY AUTO aaL r Lo�e1r : ALLCOWNEDAUTOS 6928 41 15 18/27/99 8/27/00 ®Df�,.Y HYARY s SCHEDULED AUTOS V«o..oev MIRW AUTOS SODLY WURY = NON•�AUTOS pwaxwomd PROPERTY TkI►�AA1LE OARAOE LIAMLITY AUTO ONLY•FA ACaDFxT s ANY AUTO ATH M INM Alan 0Kr. SACHACCXMT $ AVGREVATE s EXCESS UA8dJTY L404 0000RRID" t UN0RELu PCM UL38700182 1/29/00 1/29/01 AmAIWATE I OnW THAM III W&LA FORM i WORKIlI'S COMPOWTION AM 19AL BINUITOW UAe1uTr M.EACH ACCAQWT i MCI. tL ORIeAM•FOUCY U Wr I orne�sEwe DOCt EL 0149"m•eA e"'LOYtF i OTHIR CMPTUM OF OPWATWN&fLOCA IAL ITEIA$ Iroject: Denver Avenue-Robin Street Culvert Repair Zl1QUW ANY CO TM A*OVE 0eECR1 POUCEIL W C1NCRJAD YPOW TME U IRATIO11 DATE TMIRVOP. no OSLO*COMPANY VM.L DIDEAVCR 70 ■ML City,of FT. Worth _.3a OAM W1tlTTEN Nancy To TWCMTWWATEHOLOERNAMMTO 7TH LJF*. Attention: Mr. Don Chesney BLIT PALLIM TO MAL SUM MOT=SH"00000 NO OIIU""M aR LM Ury 1000 Throckmorton OF MY WHO UPON THE CO—AW. rM A4WM OR R ITATIVIILB. Fort Worth, TX 76102 A I I Jim mill *rG'm6 VON IT. o G% T . •C1-•�r- CERTIFICATE OF INSURANCE ISSUE DATE: 7/28/2000 PRODUCER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS Marsh USA, Inc. UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 500 West Monroe Street COMPANIES AFFORDING COVERAGE Chicago, IL 60661-3630 (312-627-6000) INSURED: Certified Systems, Inc., all subsidiary and affiliated Companies COMPANY A: Continental Casualty Company 3218 Hwy. 67 Mesquite TX 75150 COMPANY B: CO-EMPLOYER/CLIENT CO.: Bowsher Construction Co., Inc. #00368 COMPANY C: 6320 Eden COMPANY D: Haltom City TX 76117 COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MM/DD/YY) DATE(MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG. $ CLAIMS MADE I I OCCUR PERSONAL&ADV INJURY $ OWNER'S&CONTRACTOR'S PROT. EACH OCCURRENCE $ FIRE DAMAGE(Any One Fera) $ MED EXPENSE(Any One Parson) $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS COMBINED SINGLE LIMIT $ SCHEDULED AUTOS BODILY INJURY IPar Parson) $ HIRED AUTOS BODILY INJURY(Par Accident) $ NON OWNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY EXCESS LIABILITY UMBRELLA FORM EACH OCCURRENCE $ OTHER THAN UMBRELLA FORM AGGREGATE $ WORKERS' COMPENSATION STATUTORY LIMITS A a:aID WC 2 11360600 03/01/00 03/01/01 EACH ACCIDENT !1eyeoo_n � EMPLOYERS' LIABILITY DISEASE-POLICY LIMIT $1.000,000 DISEASE-EACH EMPLOYEE $1,000,000 COVERAGE APPLIES ONLY TO CSI EMPLOYEES LEASED BY: Bowsher Construction Co., Inc. #00368 DESCRIPTION OF OPERATIONS/LOCATION/VEHICLES/SPECIAL ITEMS. Project: Denver Avenue - Robin Street Culvert Repair u U c�U2� �0r�� 1! �Jr'�M�D ,ECU")!MLP CERTIFICATE HOLDER CANCELLATION a "� . r7u SHOULD ANY OF THE ABOVE DESABEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR City of Fort Worth TO MAIL 20 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED y To THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO Attention: Mr. Don Chesney OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY,ITS AGENTS 1000 Throckmorton OR REPRESENTATIVES. Fort Worth TX 76102 -;�,�•�'� AUTHORIZED REPRESENTATIVE T,""- INTEROFFICE CORRESPONDENCE City of Fort Worth Transportation & Public Works Department June 29, 2000 TO: Mike Groomer, Assistant City Manager CC: Hugo Malanga, Director dp FROM: George Behmanesh, Assistant Director SUBJECT: EMERGENCY CONTRACT TO REPAIR DENVER AVENUE CULVERT An arch culvert located at the intersection of Denver Avenue at Robin Street caved in on the morning of June 15, rupturing a water line and requiring the street to be closed at this location. The water line has since been repaired, and we are now ready to proceed with the repair of the culvert. Prefabricated standard box culvert sections have been located which can be used for this purpose, but we will need to have a contractor install them and complete the repair. Immediate repair is needed in the interest of protecting public safety and protecting the existing street and drainage infrastructure. We should have informal bids by tomorrow to undertake the needed repairs over the next two weeks. Cost is estimated at $35,000. Your approval is requested to proceed APPROVED: APPROVED: 1A1 Gary einberger Mike Groom r Assistant City Attorney Assistant City Manager City of Fort Worth, Texas "ayor and Council Communication DATE REFERENCE NUMBER LOG NAME TFA—GE 10/3/00 **C-18259 1 20DENVER 1 of 1 SUBJECT AUTHORIZATION FOR EMERGENCY PROCUREMENT CONTRACT FOR REPAIR OF THE STORM DRAIN AT DENVER-ROBIN PROJECT NO. C115-020115028914 RECOMMENDATION: It is recommended that the City Council approve an emergency procurement contract with Bowsher Construction Company, Inc. for the repair of drainage facilities at the intersection of Denver Avenue and Robin Street, based upon a low bid of $24,550 and additional work in the amount of $1,500 for a total cost of$26,050. DISCUSSION: On June 15, 2000, the arch culvert located at the intersection of Denver Avenue and Robin Street failed. The repair of the arch culvert was beyond the capabilities of the Transportation and Public Works Department personnel. After receiving approval from the Law Department, qualified contractors were contacted resulting in bids being received from the following contractors: BIDDERS AMOUNT Bowsher Construction Company, Inc. $24,550 Lareft, Inc. $43,570 During construction, it was determined that additional manhole work at a cost of $1,500 was necessary to complete the project. This project is located in COUNCIL DISTRICT 2. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Funds. MGJ Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) APPROVED Mike Groomer 6140 CITY COUNCIL Originating Department Head: Hugo Malanga 7801 (from) OCT .Q 2M0 k. Additional Information Contact: C115 541200 020115028914 $26,050.00 V� ,, City Secretary of the Hugo Malanga 7801 City of Fort worth,Texas