Loading...
HomeMy WebLinkAboutContract 55139-R2 CSC No. 55139-R2 SECOND RENEWAL CITY SECRETARY CONTRACT NO. 55139 This Second Renewal, is by and between the City of Fort Worth ("City"), and Ti-Zack Concrete, Inc. ( "Contractor"). City and Contractor are each individually referred to herein as a "Party" and collectively as the"Parties." WHEREAS, on January 4, 2021, the Parties entered into City Secretary Contract No. 55139 for the Project generally described as: 20-2021 Sidewalk Unit Price Construction Contract ("Agreement"); and WHEREAS, the Parties renewed the Agreement and updated certain unit costs, effective January 7, 2022; and WHEREAS, the Parties desire to renew the Agreement for its second and final renewal term and include revised unit costs; and WHEREAS, funding for this renewal has been appropriated. NOW, THEREFORE, it is agreed by the City and Contractor as follows: Article I The Original Agreement is hereby renewed for a second and final term as described therein. Article II The Contractor's compensation for this Renewal shall remain $1,000,000.00, as specified in the original agreement, however those certain line items specified in Attachment A, attached hereto and hereby incorporated into the contract, shall be paid at the costs indicated thereon. Article III All other provisions of the Original Agreement shall remain in full force and effect. (Signature page follows) OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX CSC 55139 Renewal 2 Page 1 of 2 ACCEPTED AND AGREED: CITY OF FORT WORTH CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and By: William Johnson(Nov13,202202:00GMT+1) administration of this contract, including ensuring Name: William Johnson all performance and reporting requirements. Title: Assistant City Manager Date: By: Marisa Conlin(Oct26,2022 07:23 CDT) APPROVAL RECOMMENDED: Name: Marisa Conlin Title: Sr.Professional Engineer By: APPROVED AS TO FORM AND LEGALITY: Name: Lauren Prieur Title: Interim Director, Transportation & �Gl//v_ Public Works Department a4oanIl� D��1 �-�5 FORT�Oda� By: Diilack(Nov 11,202217:17 CST) ,tee pro Name: Douglas Black ATTEST: Title: Sr. Assistant City Attorney aaR aEXASoo'v CONTRACT AUTHORIZATION: M&C:20-0849 By: 4affiette S.Goodall(Nov 14,2022 13j CST) Name: Janette Goodall Title: City Secretary Ti-Zack Concrete, Inc.: By: OFFICIAL RECORD Name: Je m lby CITY SECRETARY Title: Vi e P FT.WORTH,Tx Date: 10/21/22 CSC 55139 Renewal 2 Page 2 of 3 ATTACHMENT A CSC 55139 Renewal 2 Page 3 of 3 Attachment A SCHEDULED CONTRACT BID ITEMS AND VALUES LINE ITEM DESCRIPTION UNIT UNIT PRICE NUMBER NUMBER 0.00 $ 1 01 7123 Construction Staking(1) LS $ 30,000.00 0.00 $ 2 01 7123 As-Built Survey(1) LS $ 20,000.00 0.00 $ 3 32 17 25 Curb Address Painting(1) EA $ 210.00 0.00 $ 4 32 11 23 Flex Base,Type A,GR-2(10) CY $ 57.75 0.00 $ 5 Landscape Irrigation Adjustor(2) EA $ 157.50 0.00 $ 6.1 0241 13 Remove Sidewalk(1-100) SF $ 5.65 0.00 $ 6.2 0241 13 Remove Sidewalk(101-500) SF $ 4.25 0.00 $ 6.3 0241 13 Remove Sidewalk(501+) SF $ 2.85 0.00 $ 7.1 0241 13 Remove Step(1-100) SF $ 5.65 0.00 $ 7.2 0241 13 Remove Step(101-200) SF $ 4.25 0.00 $ 7.3 0241 13 Remove Step(201+) SF $ 2.85 0.00 $ 8 0241 13 Remove ADA Ramp(20) EA $ 496.15 0.00 $ 9.1 0241 13 Remove Concrete Drive(1-100) SF $ 5.65 0.00 $ 9.2 0241 13 Remove Concrete Drive(101-500) SF $ 4.25 0.00 $ 9.3 0241 13 Remove Concrete Drive(501+) SF $ 2.85 0.00 $ 10.1 0241 13 Remove Asphalt Drive(1-100) SF $ 2.85 0.00 $ 10.2 0241 13 Remove Asphalt Drive(101-500) SF $ 1.40 0.00 $ 10.3 0241 13 Remove Asphalt Drive(501+) SF $ 1.40 0.00 $ 11.1 0241 13 Remove Brick Drive(1-100) SF $ 5.65 0.00 $ 11.2 0241 13 Remove Brick Drive(101-400) SF $ 4.25 0.00 $ 11.3 0241 13 Remove Brick Drive(401+) SF $ 2.85 0.00 $ 12.1 0241 13 Remove Fence(1-50) LF $ 17.00 0.00 $ 12.2 0241 13 Remove Fence(51-100) LF $ 14.20 0.00 $ 12.3 0241 13 Remove Fence(101+) LF $ 14.20 0.00 $ 13.1 0241 13 Remove Wall<4'(1-10) LF $ 21.25 0.00 $ 13.2 0241 13 Remove Wall<4'(11-30) LF $ 21.25 0.00 $ 13.3 0241 13 Remove Wall<4'(31+) LF $ 21.25 0.00 $ 14 0241 13 Remove Mailbox(5) EA $ 212.65 0.00 $ 15 0241 13 Remove Multiple User Mailbox(5) EA $ 354.40 0.00 $ 16.1 0241 15 Remove Conc Curb&Gutter(1-100) LF $ 11.35 0.00 $ 16.2 0241 15 Remove Conc Curb&Gutter(101-500) LF $ 9.90 0.00 $ 16.3 0241 15 Remove Conc Curb&Gutter(501+) LF $ 8.50 0.00 $ 17 02 41 14;33 49 20 Remove and Replace 10'Curb Inlet(1) EA $ 1,417.50 0.00 $ 18 02 41 14;33 49 20 Remove and Replace 15'Curb Inlet(1) EA $ 1,417.50 0.00 $ 19 02 41 14;33 49 20 Remove and Replace 20'Curb Inlet(1) EA $ 2,126.25 0.00 $ 20 02 41 14;33 49 20 Remove 30'Curb Inlet(1) EA $ 2,100.00 0.00 $ 21 31 1000 6"-12"Tree Removal(1) EA $ 577.50 0.00 $ 22 31 1000 12"-18"Tree Removal(1) EA $ 1,050.00 0.00 $ 23 31 1000 18"-24"Tree Removal(1) EA $ 1,312.50 0.00 $ 24 31 1000 24"and Larger Tree Removal(1) EA $ 2,100.00 0.00 $ 25 31 2316 Unclassified Excavation by Plan(50) CY $ 52.50 0.00 $ 26.1 32 13 20 4"Conc Sidewalk(1-2500) SF $ 11.95 0.00 $ 26.2 32 13 20 4"Conc Sidewalk(2501-5000) SF $ 10.75 0.00 $ 26.3 32 13 20 4"Conc Sidewalk(5001+) SF $ 9.60 0.00 $ 27.1 32 13 20 4"Conc Sidewalk,Adjacent to Curb(1-2500) SF $ 16.75 0.00 $ 27.2 32 13 20 4"Conc Sidewalk,Adjacent to Curb(2501-5000) SF $ 11.95 0.00 $ 27.3 32 13 20 4"Conc Sidewalk,Adjacent to Curb(5001+) SF $ 11.95 0.00 $ 28 32 13 20 Conc Sidewalk,Adjacent to Rat Wall(1000) SF $ 11.95 0.00 $ 29 32 13 20 Conc Curb at Back of Sidewalk(1000) LF $ 26.35 0.00 $ 30 32 13 20 6"Concrete Driveway(1000) SF $ 11.95 0.00 $ Attachment A TASK ORDER PROPOSAL LINE ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY TOTAL NUMBER NUMBER 31 32 13 20 7"Concrete Driveway(200) SF $ 13.15 0.00 $ 32 32 13 20 8"Concrete Driveway(200) SF $ 14.35 0.00 $ 33 32 13 20 Barrier Free Ramp,Type R-1(20) EA $ 2,394.00 0.00 $ 34 32 13 20 Barrier Free Ramp,Type U-1(5) EA $ 2,394.00 0.00 $ 35 32 13 20 Barrier Free Ramp,Type M-1(5) EA $ 2,394.00 0.00 $ 36 32 13 20 Barrier Free Ramp,Type M-2(5) EA $ 2,394.00 0.00 $ 37 32 13 20 Barrier Free Ramp,Type M-3(1) EA $ 2,394.00 0.00 $ 38 32 13 20 Barrier Free Ramp,Type P-1(10) EA $ 2,394.00 0.00 $ 39 32 13 20 Barrier Free Ramp,Type P-2(1) EA $ 2,394.00 0.00 $ 40 32 13 20 Barrier Free Ramp,Type C-1(1) EA $ 2,394.00 0.00 $ 41 32 13 20 Barrier Free Ramp,Type C-2(1) EA $ 2,394.00 0.00 $ 42 32 13 20 Barrier Free Ramp,Type C-3(1) EA $ 2,394.00 0.00 $ 43.1 32 16 13 6"Conc Curb and Gutter(1-250) LF $ 31.50 0.00 $ 43.2 32 16 13 6"Conc Curb and Gutter(251-500) LF $ 31.50 0.00 $ 43.3 32 16 13 6"Conc Curb and Gutter(501+) LF $ 31.50 0.00 $ 44.1 32 16 13 7"Conc Curb and Gutter(1-250) LF $ 36.75 0.00 $ 44.2 32 16 13 7"Conc Curb and Gutter(251-500) LF $ 31.50 0.00 $ 44.3 32 16 13 7"Conc Curb and Gutter(501+) LF $ 31.50 0.00 $ 45.1 32 16 13 9"Conc Valley Gutter,Residential(1-20) SY $ 120.75 0.00 $ 45.2 32 16 13 9"Conc Valley Gutter,Residential(21-40) SY $ 120.75 0.00 $ 45.3 32 16 13 9"Conc Valley Gutter,Residential(41+) SY $ 120.75 0.00 $ 46 32 32 13 Conc Rat Wall Adjacent to Sidewalk(50) SF $ 47.25 0.00 $ 47.1 3291 19 Topsoil(1-100) CY $ 36.75 0.00 $ 47.2 3291 19 Topsoil(101-200) CY $ 42.00 0.00 $ 47.3 3291 19 Topsoil(201+) CY $ 52.50 0.00 $ 48.1 32 92 13 Block Sod Placement(1-1000) SY $ 10.50 0.00 $ 48.2 32 92 13 Block Sod Placement(1001-2000) SY $ 6.30 0.00 $ 48.3 32 92 13 Block Sod Placement(2001+) SY $ 5.25 0.00 $ 49 48713 MISCELLANEOUS ADJUSTMENT(UTILITIES)(1)* LS $ 50,000.00 0.00 $ 50 Construction Allowance(1) EA $ 25,000.00 0.00 $ 0.00 $ *49.A 48713 ADJUSTING MANHOLES(WATER METER) EA $ 431.25 0.00 $ **50.13 - DISRUPTION-WASTED CONCRETE,LABOR,&MATERIALS LS $ 2,585.00 0.00 $ 51 FURNISH/INSTALL ALUM SIGN GROUND MOUNT CITY STD EA $ 603.75 0.00 $ 52 INSTALL ALUM SIGN GROUND MOUNT EA $ 362.25 0.00 $ 53 REMOVE SIGN PANEL AND POST EA $ 150.95 0.00 $ 54 CONCRETE STEPS SF $ 40.45 0.00 $ 55 ASPHALT TN $ 346.50 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ SUBTOTAL $ - CONSTRUCTION CONTINGENCY(30%) $ $ 1.00 0.00 $ - TOTAL $ - City of Fort Worth, Texas Mayor and Council Communication DATE: 11/17/20 M&C FILE NUMBER: M&C 20-0849 LOG NAME: 20-2021 SIDEWALK UNIT PRICE CONSTRUCTION CONTRACT SUBJECT (ALL)Authorize Execution of a Unit Price Contract with Ti-Zack Concrete, Inc. in an Amount Not to Exceed$1,000,000.00 and Ken-Do Contracting LP in an Amount Not to Exceed $1,000,000.00 for Task Order Construction Services for the Installation of Sidewalks and Americans with Disabilities Act Ramps,with Two Renewal Options RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a unit price contract with Ti-Zack Concrete, Inc.in an amount not to exceed$1,000,000.00 for task order construction services for the installation of projects relating to sidewalks and Americans with Disabilities Act ramps,with two options for renewal;and 2. Authorize execution of a unit price contract with Ken-Do Contracting LP in an amount not to exceed$1,000,000.00 for task order construction services for the installation of projects relating to sidewalks and Americans with Disabilities Act ramps,with two options for renewal. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the award of contracts to Ti-Zack Concrete, Inc. and Ken-Do Contracting LP.This contract will provide for construction services on an as-needed (task order)basis for the construction of projects related to sidewalks and Americans with Disabilities Act (ADA) ramps within the City limits of Fort Worth. The contract amount is capped at $1,000,000.00 each for Ti-Zack Concrete, Inc. and Ken-Do Contracting LP.The contract term is 365 days and may be renewed up to two(2) additional terms upon the expiration of contract funds under the same terms,conditions,and unit prices.The project was bid in a low bid format to determine unit prices to be paid when task orders are issued. Notice of bids was published in the Fort Worth Star-Telegram on July 23 and July 30,2020.On August 27,2020,three companies submitted the following bids: Contractor B i d Cam-Crete Contracting, Inc. $410,150.00 Ti-Zack Concrete, Inc. $704,988.00 Ken-Do Contracting LP $862,010.00 Cam-Crete Contracting, Inc. is being rejected for submitting an incomplete bid.The unit prices of the remaining contractors were compared to other similar projects and were determined to be fair and competitive.Task orders will be paid at the established unit prices. Projects identified initially include sidewalk installations on W.Long Avenue and E. Berry Street. Ti-Zack Concrete, Inc.is in compliance with the City's BDE Ordinance by committing to 15%MBE participation on this project.The City's MBE goal on this project is 15%. Ken-Do Contracting LP is in compliance with the City's BDE Ordinance by committing to 15%MBE participation on this project.The City's MBE goal on this project is 15%. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget,as previously appropriated, in the General Capital Projects Fund for the FY21 Paygo ADA&Sidewalk(City Project No. 102999)and the FY20 Paygo ATP Imp(City Project No. 102520)projects to support the approval of the above recommendations and execution of the contracts. Prior to any expenditure being incurred,the Transportation&Public Works Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office by. Dana Burghdoff 8018 Originating Business Unit Head: William Johnson 7801 Additional Information Contact: Tanya Brooks 7861