Loading...
HomeMy WebLinkAboutContract 45240} p n A 1 1 n D L 1 1 1 C n C� STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENTS FOR COUNCIL DISTRICT4C BIRD STREET BONNIE BRAE AVENUE CITY SECRETARY�S Z' CLARY AVENUE CONTRACT NO. — Project Number: 00942 City Secretary Contract Number: 37697 IN THE CITY OF FORT WORTH, TEXAS Mike Moncrief S. Frank Crumb, P.E. Mayor Director, Water Department Tom Higgins Douglas Wiersig, P.E. Acting City Manager Director, Transportation and Public Works Department r 2011 Prepared by: AECOM Technical Services, INC. TBPE REG. NO. F -3580 1200 Summit Ave., Suite 600 Fort Worth, Texas 76102 FT. V FTH, TX 1 a 11 -11 -11 - M &C Review Page 1 of 3 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT`VORTI1 COUNCIL ACTION: Approved on 9/27/2011 - Ordinance No. 19926 DATE: 9/27/2011 REFERENCE NO.: C -25197 LOG NAME: 202007CCP CONTRACT 4C C CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Contract in the Amount of $1,938,509.25 with Stabile & Winn, Inc., for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Bird Street, Bonnie Brae Avenue, Clary Avenue, Concord Avenue and Dalford Street, Utilize $1,615,002.25 from the 2007 Critical Capital Projects Fund and $647,813.00 from the Water and Sewer Capital Projects Funds to Provide for Construction Contract Costs, Contingencies and Construction Services for a Project Total of $2,262,815.25 and Adopt Appropriation Ordinance (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $647,813.00 from the Water and Sewer Fund in the amounts of $473,402.00 to the Water Capital Projects Fund and $174,411.00 to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund by the amount of $473,402.00 and the Sewer Capital Projects Fund by the amount of $174,411.00 from available funds; and 3. Authorize the execution of a contract with Stabile & Winn, Inc., in the amount of $1,938,509.25 for Pavement Reconstruction and Water and Sanitary Sewer Replacement on Bird Street, Bonnie Brae Avenue, Clary Avenue, Concord Avenue and Dalford Street. DISCUSSION: As a part of the Neighborhood Streets 2007 Critical Capital Program the following streets will be ' reconstructed: Contract 4C, Council District 4: Bird Street North Riverside Drive to Bonnie Brae Avenue Bonnie Brae Avenue East Belknap Street to Yucca Avenue Clary Avenue North Riverside Drive to Seaman Street Concord Avenue Bonnie Brae Avenue to Bonnie Brae Avenue Dalford Street Bonnie Brae Avenue to Bonnie Brae Avenue In addition to pavement reconstruction, deteriorated water and sewer lines are to be replaced as specified by the Water Department. The new pavement section will consist of seven -inch reinforced concrete over eight -inch lime or cement stabilized sub -grade with seven -inch integral concrete curb. Concrete sidewalks and driveways are included with the pavement construction. The contract was advertised for bid on May 5, 2011 and May 12, 2011, in the Fort Worth Star- Telegram. On June 30, 2011, the following bids were received: http://apps.cfwnet.org/council_packet/mc—review.asp?ID=l 5688&councildate=9/27/201 1 10/12/2011 M M &C Review Stabile & Winn, Inc. McClendon Construction Company, Inc. JLB Contracting, LP Conatser Construction TX, LP CPS Civil $1,938,509.2511 400 Calendar $2,184, 878.50 $2,241,298.15 $2,249,385.00 $2,372.605.00 Page 2 of 3 City Staff recommends that the low bid in the amount of $1,938,509.25 submitted by Stabile & Winn, Inc., be selected and a contract awarded. In addition, $324,306.00 will be utilized for contingencies and construction services including surveying, material testing and construction inspection. Stabile & Winn, Inc., is in compliance with the City's M/WBE Ordinance by committing to seven percent M/WBE participation and documenting good faith effort. Stabile & Winn, Inc., identified several subcontracting and supplier opportunities. However, the M/WBE's contacted in the areas identified did not submit the lowest bids. The City's M/WBE goal on this combined project is 25 percent. This project is located in COUNCIL DISTRICT 4, Mapsco 63M, 63R and 64J. FISCAL INFORMATION /CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the 2007 Critical Capital Projects Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. TO Fund /Account/Centers 2) P253 531350 604170094252 $10.000.00 2)P253 531350 604170094280 $3,995.00 2)P253 541200 604170094283 $419.512.00 2) P253 531200 604170094284 $9,000.00 2)P253 531350 604170094284 $3,995.00 2)P258 531350 704170094252 $3,665.00 2) P258 531350 704170094280 $1,466.00 2) P258 541200 704170094283 $153.947.00 2) P258 531200 704170094284 $3,600.00 2) P258 531350 704170094285 $9,500.00 2) P258 531350 704170094291 $733.00 2)P253 531350 604170094291 $900.00 1&2) $473.402.00 P253 476045 6041700942ZZ 1&2) $174.411.00 P258 476045 7041700942ZZ 2) P253 531350 604170094285 $26.000.00 2) P258 531350 704170094284 $1,500.00 Submitted for City Manager's Office by: FROM Fund /Account/Centers P253 541200 604170094283 $399.535.00 P258 541200 704170094283 $146.617.00 C295 541200 204400094283 $1,392,357.25 1) PE45 538040 0609020 $473.402.00 1) PE45 538040 0709020 $174.411.00 http: // apps .cfwnet.org /council _packet /mc_ review. asp ?ID =15688 &councildate = 9/27/2011 10/12/2011 f i M &C Review Originating Department Head: Additional Information Contact: Fernando Costa (6122) Douglas W. Wiersig (7801) Richard Argomaniz (8653) ATTACHMENTS 20 2007CCP CONTRACT 4C A011.doc 202007 CCP CONTRACT 4C DOE5873 MAP (2).pdf Page 3 of 3 http://apps.cfwnet.org/council_packet/mc—review.asp?ID= I 5688&councildate=9/27/201 1 10/12/2011 C', THE STATE OF TEXAS COUNTY OF TARRANT CITY SECRETARY CONTRACT NO. 5 2 CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This agreement made and entered into this the 27th day of September A.D., 2011, 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 I I 1 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 , and the City of Fort Worth being hereinafter termed Owner, Stabile & Winn, Inc., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. 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: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Bird Street Bonnie Brae Avenue, Clary Avenue, Concord Avenue and Dalford Street 2. That the work herein contemplated shall consist of furnishing as an independent contractor all P g P labor, tools, appliances and materials necessary for the construction and completion of said project in ' accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. 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 Department of Engineering of the City of Fort Worth, 4. The Contractor hereby agrees to prosecute said work with reasonable diIigpux _after the _ commencement thereof and to fully complete and finish the same ready for the inspection 4nd ppprovpi of 04 i TX L the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 400 calendar days. 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 sum of $420 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost ' to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. M -j Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, - whether or not any such injury, damage or death is caused, in whole or in Part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in Part by the negligence or alleged negligence of Owner, its officers, servants or employees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and /or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. The Contractor agrees, on the execution of this Contract, and before beginning Wff�j iP ro,?#ke, execute and deliver to said City of Fort Worth good and sufficient surety bonds fbr the faithful performance of the terms and stipulations of the Contract and for the payment to all claitr riN X)r fiabot 1 ` 1 "ii, TX I i t and /or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253, as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent (100 %) of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 1 a Said 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 therefrom, the price shown on the Proposal submitted by the successful bidder 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 (including/excluding) alternates n /a, shall be One Million Nine Hundred Thirty -eiLyht Thousand Five Hundred Nine and 25/ 100 ............................................................. ............................... .......................Dollars, ($1,938,509.25). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. i It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. r IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 8 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 8 counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the 27th day of September, A.D., 2011. - -- - - -_ -- i FT M 2TH, TX H r] 0 u TRANSPORTATION/PUBLIC WORKS CITY OF FORT WORTH FERNANDO COSTA, ASST CITY MANAGER ATTEST:a �+040000pOO �� c %0 Y� Stabile & Winn, Inc. O U O PO Box 79380 o o x Saeinaw. TX 76179 ��� o o° d CONTRACTOR 000000000 00P a44 rexo 4 � CITY SECRETARY, MUoy Ney arY (SEAL) BY: John W. Stabile, President 111100, P 0 Box 79380 Saginaw, TX 76179 -0380 ADDRESS November 1960 Revised May 1986 Revised September 1992 Revised March 2006 APPROVED AS TO FORM AND LEGALITY: ASS Y ATTORNEY OFI C1Ti FT APPROVAL RECOMMENDED: &J , W DOUG 6S W. WIERSIG, P.E. DIRECTOR, DEPARTMENT OF r] 0 u TRANSPORTATION/PUBLIC WORKS CITY OF FORT WORTH FERNANDO COSTA, ASST CITY MANAGER ATTEST:a �+040000pOO �� c %0 Y� Stabile & Winn, Inc. O U O PO Box 79380 o o x Saeinaw. TX 76179 ��� o o° d CONTRACTOR 000000000 00P a44 rexo 4 � CITY SECRETARY, MUoy Ney arY (SEAL) BY: John W. Stabile, President 111100, P 0 Box 79380 Saginaw, TX 76179 -0380 ADDRESS November 1960 Revised May 1986 Revised September 1992 Revised March 2006 APPROVED AS TO FORM AND LEGALITY: ASS Y ATTORNEY OFI C1Ti FT