HomeMy WebLinkAboutContract 40602 acan�,
FORT WORT s� .�►
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
C FOR
r IMPROVEMENTS AT CITY SECRETARY
ED COLLETT PARK CONTRACT NO. 0 0
C,
-
t
1
PROJECT NAME PROJECT NUMBER TPW NUMBER
ED COLLETT PARK 0200/541600/807370120280 6271
RENOVATION 0280/541600/807420120280
aIN
THE CITY OF FORT WORTH
TEXAS
MIKE J.MONCRIEF DALE A.FISSELER,P.E.
MAYOR CITY MANAGER
' RICHARD ZAVALA, DIRECTOR
PARKS AND COMMUNITY SERVICES DEPARTMENT
PARKS AND COMMUNITY SERVICES DEPARTMENT
CPLANNING AND RESOURCE MANAGEMENT DIVISION
FUNDING OF PROJECT BY �ps �4
CITY OF FORT WORTH r �
2004 Capital Improvement Program &
Gas Wel i Lease k un s
IGIAL RECORD N;A ?052 Q�
CITY SECRETARY '9TF OF
FT. WORTH. T
M&C Review Pagel of 3
Official site of the City of Fort Worth,Texas
iITY COUNCIL AGENDA FORTWORTH
COUNCIL ACTION: Approved on 6/8/2010
DATE: 6/8/2010 REFERENCE NO.: C-24257 LOG NAME: 8000LLETT CONST
2
CODE: C TYPE: NON-CONSENT PUBLIC NO
HEARING:
SUBJECT: Authorize the Execution of a Construction Contract in the Amount of$265,579.08 with
Raydon, Inc., for Parking Lot, Ballfield and Park Improvements at Ed K. Collett Park
(COUNCIL DISTRICT 7)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a construction
tcontract with Raydon, Inc., in the amount of$265,579.08 for parking, ballfield and park improvements
at Ed K. Collett Park.
DISCUSSION:
The purpose of this M&C is to authorize the award of construction contract to Raydon, Inc., in the
amount of$265,579.08 for parking, ballfield and park improvements at Ed K. Collett Park.
The 2004 Capital Improvement Program (CIP) Proposition Two allocated $81,000.00 for parking
improvements, $154,500.00 for ballfield improvements and $103,000.00 for ballfield lighting
replacement, totaling $338,500.00 for Ed K. Collett Park. On July 29, 2008, (M&C L-14605) the City
Council authorized the execution of a gas lease agreement with Range Resource Corporation in which
the net lease bonus amount of$129,059.44 was earmarked for park improvements at the site. The
total of all funds available for this project amount is $467,559.44.
On February 3, 2009, (M&C C-23315) the City Council authorized the City Manager to execute a
contract with HNTB Corporation in the amount of$54,294.00 for the development of construction
documents for parking, ballfield and ballfield lighting renovations at Ed K. Collett Park.
' On March 9, 2010, (M&C G-15870) the City Council approved the rescission of previous award of
contract on January 12, 2010, (M&C C-24020) due to non-responsive apparent low bidder. The project
was subsequently re-advertised for bid on March 18, 2010, and March 25, 2010, in the Fort Worth Star-
Telegram. On April 8, 2010, the following bids were received:
RECOMMENDED BID ITEMS ONLY - TABULATION
Bidders Base Bid Bid Alternates Total
Raydon, Inc. $150,668.55 $114,910.53 $265,579.08
2L Construction, LLC $201,452.00 $91,539.00 $292,991.00
Rayco Construction, Inc. $204,704.40 $94,354.16 $299,058.56
The Fain Group, Inc. $194,340.08 $109,669.46 $304,009.54
JDC Construction Co. $197,779.25 $122,303.50 $320,082.75
Northstar Construction, Inc. $218,715.50 $120,214.00 $338,929.50
Primestar Construction $223,613.03 $129,102.98 $352,716.01
C. Greenscaping, L.P. $192,448.45 $176,565.20 $369,013.65
Nu-Way Construction, LLC $195,738.09 $175,628.63 $371,366.72
Parkscape Construction, Inc. $227,900.01 $183,242.37 $411,142.38
The Base Bid work is to include site re aration and demolition,p p mo tion, ballfield backstop improvements,
�,—"-"�p://apps.cfwnet.org/council_packet/mc—review.asp?ID=1 3422&councildate=6/8ildate=6/8/2010 6/9/2010
M&C Review Page 2 of 3
installation of outdoor fitness stations, shade pavilion and concrete loop trail. Bid Alternate work will
include installation of concrete parking lot in lieu of asphalt and additional interior loop trail.
Base Bid Units recommended for approval are as follows:
Base Bid Unit 1 (Site Preparation)/Line Items No. 1 — 9 totaling $23,991.75.00;
Base Bid Unit 3 (Miscellaneous Parking Lot items)/Line Items No. 1-7 totaling $7,076.00;
Base Bid Unit 4 (Ballfield and Site Improvements)/Line Items 1-8, 10-18, 20, deleting No. 9 and 19,
totaling $119,600.80.
Base Bid Units amount totals $150,668.55.
Bid Alternate Units recommended for approval are as follows:
Bid Alternate Unit 5 (Concrete Parking Lot)/Line items No. 1 —5 totaling $94,834.33;
Bid Alternate Unit Six (Miscellaneous Site Improvements)/Line Items No. 1 and 2, deleting No. 3-5,
totaling $20,076.20.
Bid Alternate Unit amounts total $114,910.53.
It is recommended that the Base Bid amount of$150,668.55 and the Bid Alternate amount of
$114,910.53, together totaling $265,579.08, as submitted by Raydon, Inc., be approved for award of
contract. The contract period is 45 working days.
1 Associated design/construction administration, inspection, testing and change order contingency
funding totals $39,954.37. The remaining project funds will be used for ballfield lighting renovation
utilizing City forces.
M/WBE — Raydon, Inc., is in compliance with the City's M/WBE ordinance by committing to 29
percent M/WBE participation on the PACSD base bid price, less deleted line items. The City's
M/WBE goal on this base bid contract is 18 percent.
There will be no impact on the annual operating budget with this project.
Construction is anticipated to commence in July 2010, and be completed in October 2010.
Ed K. Collett Park is located in COUNCIL DISTRICT 7.
,FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budgets, as appropriated, of the Street Improvements Fund, Park Improvements Fund and the Park
Gas Lease Projects Fund.
TO Fund/Account/Centers FROM Fund/Account/Centers
C200 541200 807370120280 $36,910.33
C280 541200 807420120280 $99,609.31
C282 541200 807370120280 $65,000.00
C282 541200 807420120280 $64,059.44
Submitted for City Manager's Office by: Charles Daniels (6183)
1 _riginating Department Head: Richard Zavala (5704)
:H apps.cfwnet.org/council_packet/mc_review.asp?ID=13422&councildate=6/8/2010 6/9/2010
M&C Review Page 3 of
I. Additional Information Contact: Scott E. Penn (5750)
TTACHMENTS
�--- P:Happs.cfwnet.org/council_packet/mc—review.asp?ID=13 422&councildate=6/8/2 010 6/9/2010
i
i
STATE OF TEXAS §
§ KNOWN ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
This Contract is made and entered into this the Sth day of June, 2010 , 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 Raydon, 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 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:
Parking Lot,Ballfield and Park Improvements at Ed K. Collett Park(Council District 7)
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
Parks and Community Services 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 the epartment of Engineering of
the City of Fort Worth. OFFirIAL RECORD
CITY SECRETARY
FT. WORTh TV
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
y' City of Fort Worth within a period of 45 Working 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 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 indemnif y, 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
iniurv, 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 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. ----- ----�
I OFFICIAL RECORD
CITY SECRETARY
FT.WORTH, TX
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 Hundred Sixty-five Thousand Five Hundred Seventy-nine and
08/100.......................................................................................................Dollars, ($265,579.08).
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.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, -rx
' CITY OF FORT WORTH (Contractor Entity a e)
Charks.y. Daniels Raydon,Inc.
Assistant City Manager PO Box 671
Breckenridee TX 76424
RECOMMENDED:
By ATTEST:
' Richar Zavala, Director
Parks a d Community Services
Marty Hendrix ft ti>
City Secretary p *� -'Fo���°
' p 0
APPROVED AS TO FORM AND id,v g°xd
LEGALITY:
Z ? of L7�a�f -K li ce
Date
444 -1V 4a.�
1111.
AUTHORIZATION
' M&C
Amy J. Ram y Approval Date: 1 0
' Assistant City Attorney
Y
' OFFICIAL RECORD
CITY SECRETARY
' FT.WORTH, TX