Loading...
HomeMy WebLinkAboutContract 60737-R1CSC No. 60737-R1 CITY OF FORT WORTH CONTRACT RENEWAL NOTICE March 10, 2025 Alderink Enterprises, Inc. Attn: Rob Alderink, Vice President 101 Jesephine Lane Grand Prairie, TX 75050 Re: Contract Renewal Notice — I Renewal 2023 Sidewalk Unit Price Construction Contract Contract CSC No. 60737 Original Contract Amount: $1,500,000.00 The above referenced contract with the City of Fort Worth, as renewed, expires with the expenditure of funds. The funds for the contract have been expended or programmed. This letter is to inform you that the City has appropriated funding and is exercising its right to renew the contract in the original contract amount, which will be effective upon execution by the designated Assistant City Manager. All other terms and conditions of the contract remain unchanged. Please verify that the original payment, performance and maintenance bonds remain active or if retired, provide updated bonds when you return this letter. Please sign in the space indicated below and return this document, along with a copy of your current insurance certificate, to the undersigned. Please log onto PeopleSoft Purchasing at httD://fortworthtexas.2ov/purchasin2 to ensure that your company information is correct and up-to-date. If you have any questions concerning this Contract Renewal Notice, please contact me at the telephone number listed below. Sincerely, Marisa Conlin 817-392-8779 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal (updated 5.20.24) Page 1 of 2 ACCEPTED AND AGREED: CITY OF FORT WORTH By: Name: Jesica McEachern Title: Assistant City Manager Date: 04/18/2025 APPROVAL RECOMMENDED: pla.urv�re:.+n. By: Lauren Prieur Ma , 31. 202510:38 CDT) Name: Lauren Prieur Title: Transportation and Public Works Director ATTEST: 9FORT EGA ',.01 lyoy4d \I\� QpQq noop5oo By: 1 Name: Jannette S. Goodall Title: City Secretary Alderink Enterprise, Inc. dba CI Pavement By: */9 Name: Rob Alderink Title: Vice President Date: 03 / 12 / 2025 Contract Renewal CSC No. CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: Name: Marisa Conlin Title: Transportation and Public Works Engineering Manager APPROVED AS TO FORM AND LEGALITY: By: Douglas Black (Apr 8, 2025 18:41 CDT) Name: Douglas W. Black Title: Sr. Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 23-1052 Date Approved: 12/12/2023 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 2 of 2 City of Fort Worth, Texas Mayor and Council Communication DATE: 12/12/23 M&C FILE NUMBER: M&C 23-1052 LOG NAME: 202023 SIDEWALK UNIT PRICE CONSTRUCTION CONTRACT SUBJECT (ALL) Authorize Execution of a Unit Price Contract with Alderink Enterprises, Inc. dba Cl Pavement in an Amount Not to Exceed $1,500,000.00 for Task Order Construction Services for the Sidewalk Improvements Projects with Three Renewal Options RECOMMENDATION: It is recommended that the City Council authorize execution of a unit price contract with Alderink Enterprises, Inc. dba CI Pavement in an amount not to exceed $1,500,000.00 for task order construction services for the FY23 PayGo and FY24 PayGo Sidewalk Improvements projects (City Project No. 104414 and No. 105201), with up to three renewals. DISCUSSION: This contract will provide for construction services on an as -needed (task order) basis for projects related to the installation of sidewalks throughout the city. Sidewalk projects include the installation of sidewalk gaps, sidewalk ramps, driveways, and curb and gutter. The contract amount is scheduled to be $1,500,000.00 and may be renewed up to three additional times under the same terms, conditions and unit prices. The project was procured in a low bid format to determine unit prices to be paid when task orders are issued. Notice for bids was published in the Fort Worth Star -Telegram on August 31, 2023 and September 7, 2023. On October 5, 2023, four companies submitted the following bids: [Contractor I Bid �f ITi-Zack Concrete, Inc. (non -responsive bidder) 1E$780,966.47 ICI Pavement I1$893,974.51 The Fain Group, Inc. $1,808,227.10 JEARTC �1$1,959,070.00 Ti-Zack Concrete, Inc. is being rejected for submitting a non -responsive bid. The unit prices bid were compared to 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 gaps and ramps. The contract is paid with available City Pay -Go funding. Funding is budgeted in the Transportation and Public Works Department Highway & Streets Department's General Capital Projects Fund for the purpose of funding the FY23 PayGo ADA & Sidewalk and the FY24 PayGo ADA & Sidewalk projects as appropriated. BUSINESS EQUITY: CI Pavement is in compliance with the City's Business Equity Ordinance by committing to 25% MM/BE participation on this project. The City's M/WBE goal on this project is 25%. 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 FY23 PayGo ADA and Sidewalk and the FY24 PayGo ADA and Sidewalk projects to support the approval of the above recommendation and execution of the contract. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: William Johnson 5806 Oriainatina Business Unit Head: Lauren Prieur 6035 Additional Information Contact: Martin Phillips 7861 FoRTWoRTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Alderink Enterprises, Inc. For: 1' Renewal for 2023 Sidewalk Unit Price Construction Contract M&C: 23-1052 CPN: — CSO: 60737 DOC#: - - - - - - - - - - Date: To: Name Department Initials Date Out 1. Marisa Conlin TPW- Signature 2. Anna Benavides TPW - Initials A8 AF 3. Martin Phillips TPW- Initials M^-?� 4. Lauren Prieur TPW- Signature-�— 5. Douglas Black Legal- Signature 6. Jesica McEachern ACM- Signature 7. Ronald Gonzales CSO - Initial 8. Jannette Goodall CSO-Signature , SG 9. Allison Tidwell CSO-Assign CSC - 10. Tabitha Giddings TPW-Admin 11. 10. DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ®No SAME DAY: DYES ®No NEXT DAY: DYES ®No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs