Loading...
HomeMy WebLinkAboutContract 41732 lIMCOrrFOpt CONTRACTOR � CONTRACT 9001006 CO. FORTWORTH-MUCRU T�Cm wxmm Ct CITY SECRETARY DMINEL"o ON CONTRACT NO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR FORT WORTH ALLIANCE AIRPORT RUNWAY EXTENSION PROJECT EARTH WORK PACKAGE 3 FAC GR 14 541200 055218451800 CITY PROJECT No. 00960 January, 2011 Michael J. Moncrief Dale A. Fisseler, P.E. Mayor City Manager �J Kenneth L. Penney, AAE Director, Airport System a PREPARED FOR: The City of Fort Worth AECOM USA GROUP, Inc. JTBPE REG #17-3580 CITY TX ••' , V 1 �I :Rol m&t- xeview Page lof2 , .I ff'""/`^,',/u.,I:'o/mxwmnk /n^` ������ ����NN�����N � ='U�0���� ��.� m m ������n���ucm~ �����m~w����m COUNCIL ACTION: Approved on 4/12/2011 REFERENCE 55AFVVRVVYEXT DATE: 4/12/2011 NO.: C-24864 LOG NAME: EARTHWORKS PKG3 CONSTRUCTION CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING. SUBJECT: Authorize Contract in the Amount of$2,202,695.50 with Mario Sinacola & Sons Excavating, Inc., for Alliance Airport Runway Extension Project Earthwork Package 3 at Fort Worth Alliance Airport (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Mario 8inaoo|a & Sons Excavating, |no.. in the amount of$2.2 02.685.50 forAUianoeAirportRunvvay Extension Project EorthworkPookaQo3atFortVVorthA||ianomAirport. DISCUSSION: This project vvaaodvortiaodforbidinthe on January 13. 2O11 and January 20, 2011. [)n February 17. 2O11. the foUovvin0bids vvona --received: Bidders Amount Mario Sinacola & Sons Excavating, $2,202,695.50 T.J. Lambrecht Construction, Inc $2,303,641.25 Weir Bros, Inc $2,636,621.00 AUI Contractors, LLC $2,833,505.25 Conatser Construction TX, LP $2,835,951.25 EAS Contracting, LP $3,364,949.00 Phillips & Jordan, Inc. $3,390.674.93 Earth Builders, LP $3,417,623.75 DCI Contracting, Inc. $4,435,3'75.00 James Construction Group, LLC $4,490.653.65 Time of completion: 18O calendar days. Staff recommends that the bid submitted by Mario Sinaoo|a & Sons Excavating, Inc., be selected and that the contract be awarded to Mario 8in000|a & Sons Excavating, Inc. [)n April 8. 2OO8. (K8&CG-1G1OG) the City Council approved the Cih/ K8anaQorto accept, ifawarded, a grant hnmthe Federal AviaUonAdnniniatnation /F/�\> for the runvv'yextension project otFo�VVo�h Alliance Airport. This grant vvaaavxardedonAprU2O. 008. The work includes but ia not limited to: Clearing and grubbing, striping of top soil, embankment, grading and drainage, gas well access road relocation, major dnaina0oatructunainataUationtoinc|ude headwalls and Qabiona. culvert installation including headwalls, seeding and fertilizing, electrical duct bank and conduit installation, directional boring under existing roadways and electrical/communication manhole installation. httn://w`nm.ofwne1org/oonuoil_puuket/mo_rcvicvv.amp?lD~~l5O74&oounoildsde~~4/12/2011 4/15/2011 mwu xeview Page 2 of 2 The City reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus 25 percent of the contract award. This project will be paid for with 95 percent FAA Airport Improvement Program Grant funds and the five percent match is provided through land credits, therefore requiring no local dollar match. DBE— Mario Sinacola & Sons Excavating, Inc., is in compliance with City's DBE ordinance by committing to 20 percent DBE participation on this project. The City's DBE goal on this project is 20 percent. Alliance Airport is located in COUNCIL DISTRICT 2. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Airport Grants Fund. TO Fund/Account/Centers FROM Fund/Account/Centers GR14 539120 055218265800 $2,202,695.50 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Kent Penney (5403) Additional Information Contact: Ruseena Johnson (5407) Patrick Buckley (2443) ATTACHMENTS Alliance Runway 16-34 Extension MAYOR AND COUNCIL COMMUNICATION MAP 2 2011- 02-14.pdf http://apps.cfwnet.org/council_packet/mc—review.asp?ID=15079&councildate=4/12/2011 4/15/2011 STATE OF TEXAS § § KNOWN ALL BY THESE PRESENTS: COUNTY OF TARRANT § This Contract is made and entered into this he f APR 12 2011 s day o , 2011 , by and between the City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, hereinafter referred to as "Owner", by and through Charles W. Daniels, its duly authorized Assistant City Manager, and Mario Sinacola & Sons Excavating, ' Inc., hereinafter referred to as "Contractor",by and through its duly authorized representative. 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 co>>ditions 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: Fort Worth Alliance Airport Runway Extension Project Earth Work Packaue III 2. That the Contract Documents shall consist of the written, printed, typed and drawn instruments which comprise and govern the performance of the work. Said Contract Documents include the notice to bidders, instructions to bidders, proposal, plans, specifications, notice of award, special provisions, general provisions, work order(s), this Contract, and the payment, ' performance, and maintenance bonds. The Contract Documents shall also include any and all supplemental agreements approved by the Owner which may be necessary to complete the work in accordance with the intent of the plans and specifications in an acceptable manner, and shall also include the additional instruments bound herewith. 3. That 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 Contract Documents prepared through the Transportation & Public Works Department of the City of Fort Worth, which the plans and specifications of the Contract Documents are hereto attached and made a part of this Contract the same as if written herein. 4. The Contractor hereby agrees and binds itself to commence the construction of said work within ten (10) days after being notified in writing to do so by I he Department oT"En-i'neering of the City of Fort Worth. OFFI IAA EWRI) CITY ; xK} lY 5. 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 Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 180 Calendar Days from the time commencing said work. If the Contractor should fail to complete the work as set forth in the Plans, 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, a per day charge of $630 per Working Day as stipulated in these contract documents, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. ' 6. 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 Plans, Specifications, and 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. 7. 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 ' iniury, 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 deemed appropriate, may refuse to accept bids on other City o IFort Worth public work from a Contractor against whom a claim for d -§4 as a result of work performed under a City Contract. s C1 T° 8. Owner 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 Contractor 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 Two Million, Two Hundred Two Thousand, Six Hundred Ninety-five and 50/100.........................Dollars, ($2,202,695.50). ' 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 Contractor without the written consent of the Owner. 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. It is mutually agreed and understood that this Contract 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 governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the parties hereto have made and executed this Contract in multiple originals the day and year first above written, in Fort Worth, Tarrant County, Texas. f s` CITY OF FORT WORTH (Contr it Name) � �'y N Fernando Costa ario ac-'a & s Excavatin Inc. Assistant City Manager 10950 Res arch Road ' Frisco 75034 M' ael Sinacola, Vice President TITLE RECOMMENDED: ' By: _ ATTEST: Kent enney Aviation Director Marty Hendri City Secretary 0YaA a•4 o o o Q-000000 pnTAA� �o p APPROVED AS TO FORM AND a U LEGALITY: Date °o i o o vo ° � K-00 AUTHORIZATION 00000100 ►� � d�d d aa�ntl'rE .tea I M&C ' Doug Black Approval Date: i Assistant City Attorney OF I F