Loading...
HomeMy WebLinkAboutContract 41805 11M�0/rl� SPECIFICATIONS AND G" ...".0"WNAOmO!m CONTRACT DOCUMENTS _..._"Nav we one TIC.FU COPY FOR HMAC SURFACE OVERLAY (2011-1�� AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO. 01618 CITY SECRETARY CONTRACT NO. 41 $O6 TPW PROJECT NO. C293-541200-206620161883 2010 MIKE MONCRIEF DALE A. FISSELER, P.E. MAYOR CITY MANAGER WILLIAM A. VERKEST, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ANDY ANDERSON, P.E., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT INFRASTRUCTURE GROUP �� P ........... u� S H. FA S CORp . . ; - . a . . . .t Ms ©: M&C Review Pagel of 3 CITY COUNCIL AGENDA FORT�TII l COUNCIL ACTION: Approved on 4/19/2011 -Ordinance No. 19660-04-2011 I DATE: 4/19/2011 REFERENCE NO.: **C-24872 LOG NAME: 20HMAC 2011-1 CODE: C TYPE: CONSENT PUBLIC HEARING: NO l SUBJECT: Authorize Execution of a Contract with JLB Contracting, LLC, in the Amount of I $1,672,894.00 for Hot Mix Asphaltic Concrete Surface Overlay 2011-1 at Thirty Locations l and Adopt Appropriation Ordinance (COUNCIL DISTRICTS 3, 6, 7, 8 and 9) 1 _ RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to execute a contract with JLB Contracting, LLC, in the amount of $1,672,894.00 for 240 calendar days for Hot Mix Asphaltic Concrete Surface Overlay 2011-1 at thirty 1 locations that are listed on the attachments provided; J 2. Authorize the transfer of$739,576.05 from the Water and Sewer Fund to the Water Capital Projects Fund in the amount of$443,745.63 and to the Sewer Capital Projects Fund in the amount of I $295,830.42; and 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$443,745.63 and the Sewer Capital Projects Fund in the amount of$295,830.42 from available funds. DISCUSSION: In the Fiscal Year 2010-2011 Contract Major Maintenance Program, various types of street maintenance techniques are grouped into specific contract packages. Hot Mix Asphaltic Concrete (HMAC) Surface Overlay 2011-1 at thirty locations provides for surface and base rehabilitation, curb and gutter and valley gutter replacements for asphalt streets funded from the Contract Street Maintenance Fund. Since the Water Department has to construct water/sewer improvements in these streets, the Transportation and Public Works Department(TPW) and the Water Department plan a combined 1 project to be shared equally (50/50)to better coordinate the work, minimize disruption to the residents and reduce the cost of the project. The City of Fort Worth (City) reserves the right to increase or decrease quantities of individual pay 1 items within the contract, provided that the total contract amount remains within plus or minus 25 percent of the contract award. This project was advertised for bid on November 11, 2010 and November 18, 2010, in the _Fort Worth lStar-Telegram. On December 16, 2010, the following bids were received: Bidders Amount JLB Contracting, LLC $1,672,894.00 Peachtree Construction, Ltd. $1,687,835.00 Austin Bridge and Road, LP $1,721,522.50 Quality Excavation, Ltd. $1,796,502.00 APAC-Texas, Inc. $2,057,575.00 http://apps.cfwnet.org/council_packet/mc_review.asp?ID=14865&councildate=4/19/2011 4/29/2011 M&C Review Page 2 of 3 JLB Contracting, LLC, is in compliance with the City's M/WBE Ordinance by committing to 21 percent M/WBE participation. The City's goal on this project is 18 percent. These projects are located in COUNCIL DISTRICTS 3,6,7, 8 and 9. FISCAL INFORMATION/CERTIFICATION: 1 The Financial Management Services Director certifies that 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 Project Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2) 1.1 PE45 53804_0_0709020 $295,830.42 1 P258. 476045 70617016.1.8ZZ $295,830.42 1 1) PE45 538040 060902.0 $443,745,63 ?) P258541200706170161883 $295,830.42 3� 1&2) P253 541200.60.617.0.1.6_1883 $443-745.63 $443 745.6_3 P253_476045 60617016_18ZZ 3YP258 541200 706170161883 $295,830.42 2)P253 541200 6061701-61883 $443,745.63 3�C293.541200 206620161883 $836.447.00 1 3)0202 541200 176770161883 $96,870.95 I Submitted for City Manager's Office,by Fernando Costa (8476) Originating Department Head: Greg Simmons (7862) Additional Information_Contact: Kristian Sugrim (8902) I ATTACHMENTS 20H MAC 2011-1 (5050) Streets List.xls 20H MAC 2011-1 AO11.doc I 20HMAC_201 1-1_MAP_PAGE_01.pdf 20HMAC_2011-1_MAP_PAGE_02.pdf 20HMAC_2011-1_MAP_PAGE_03.pdf I20HMAC_2011-1_MAP_PAGE_04.pdf 20H MAC_2011-1_MAP_PAG E_05.pdf I 20H MAC_2011-1_MAP_PAGE_06.pdf 20HMAC_2011-1_MAP_PAGE_07.pdf 20H MAC_2011-1_MAP_PAGE_08.pdf 20HMAC_201 1-1_MAP_PAGE_09.pdf 20H MAC_2011-1_MAP_PAG E_10.pdf 20HMAC_2011-1=MAP—PAGE_11.pdf 20HMAC_2011-1 MAP PAGE_12.pdf 20HMAC_2011-1_MAP_PAGE_13.pdf 20HMAC_201 1-1_MAP_PAGE_14.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=14865&councildate=4/19/2011 4/29/2011 M&C: Review Page 3 of 3 1 20HMAC_201 1-1_MAP_PAGE_15.pdf 20HMAC_201 1-1_,MAP_PAGE_16 pdf 20HMAC_2011-1_MAP_PAGE_l 7.pdf I I 1 1 l l I 1 l I I http://apps.cfwnet.org/council_packet/mc_review.asp?ID=14865&councildate=4/19/2011 4/29/2011 CITY OF FORT WORTH, TEXAS CONTRACT ' THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS ICOUNTY OF TARRANT This agreement made and entered into this the 19 day of April A.D., 2011, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing Iunder and by virtue of a special charter adopted by the qualified voters within said City on the I Vh 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 I Council of said city , and the City of Fort Worth being hereinafter termed Owner, JLB Contracting, LLC, HEREINAFTER CALLED Contractor. IWITNESSETH: 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, I the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: IHMAC Surface Overlay 2011-1 2. IThat 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 I 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 Ihereto 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 f said work within ten (10) days after being notified in writing to do so by the Department of eerin of the City of Fort Worth. � ocORI 4. oFF CI ��p��oL o The Contractor hereby agrees to prosecute said work wit relrTe d' ' ce after the commencement thereof and to fully complete and finish the same ready r th ection and approval of I the Department of Transportation of the City of Fort Worth and the I Council of the City of Fort Worth within a period of Two Hundred Forty (240)days. I 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 Calendar 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 I 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 Ispecifying an itemized statement of the total cost thereof, said excess cost. 6 IContractor 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, I 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 I 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 injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, I servants or employees.. I 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) I 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. 7. The Contractor agrees, on the execution of this Contract, and before beginni rk, to make, execute and deliver to said City of Fort Worth good and sufficient onds ��r,j the faithful performance of the terms and stipulations of the Contract and fort pa ��ore�ti'4fa is for labor and/or materials furnished in the prosecution of the work, such bon IMIN as %NXIM required in Texas Government Code Section 2253, as amended, in the form in li#�� tvixt ocuments, '1 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. 8. 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 Six Hundred Seventy Two Thousand Eight Hundred Ninty Four Dollars and Ninty Cents... Dollars,($1,672,894.90). 9. I It is further agreed that the performance of this Contract, either in whole or in part, shall not be I sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. I 10. IThe 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. I 11. 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. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 7 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 7 counterparts with its corporate seal attached. Done in Fort Worth, Texas,this the 19 day of April,A.D., 2011. Vt.V D APPROVAL RECOMMENDED: CITY OF FORT WORTH L �J. (� � , a DOUG S W. WIERSIG, P.E. I DIRECTOR, DEPARTMENT OF TRANSPORTATION/PUBLIC WORKS FERNANDO COSTA,ASST CITY MANAGER 0-0:0" ,•,fin a IfOffr ATTEST: p j1' Q+�a� p~a $mod n G� JLB Contracting,LLC � % 0 , IP.O.Box 24131 lj� 0Q°°°000000 Fort Worth,TX 76124 a���QXOa 4ap ICONTRACTOR ICITY SECRETARY (S E A L) BY: � James � G. Humphrey, President of -- _ ontract but oriaatioY_ APPROVED AS TO FORM AND LEGALITY: IADDRESS A T. CITY ATTORNEY November 1960 Revised May 1986 Revised September 1992 Revised March 2006 OFFICIAL RECORD CITY SECRETARY I:1'.WORTH,TX