HomeMy WebLinkAboutContract 41658 Tf4 COPY FOR:
( -.CONTRACMR
l CONTRACTOR'S 80mw CO:
SPECIFICATIONS ��`�
.JL�.�CITY SECRETARY
AND CRY MANAGER'S OW0
1EERING ON.
CONTRACT DOCUMENTS �.�.T#W-FILE COPY
t
FOR
CONCRETE RESTORATION (2010-8)
AT VARIOUS LOCATIONS
l IN THE CITY OF FORT WORTH, TE, S
(- CITY SECRETARY
l , CONTRACT NO. --41
TPW PROJECT NO. GG01-537110-0202002
OCTOBER 2010
` MIKE MONCRIEF DALE A. FI E E
SS L R, P.E.
( MAYOR CITY MANAGER
M 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
I INFRASTRUCTURE GROUP
*. .
NAJIB N. FARES
r M&C Review Page 1 of 2
I
Official site of the City of Fort Worth,Texas
CITYFORT WORTH
C COUNCIL AGENDA
COUNCIL ACTION: Approved on 2/15/2011 -Ordinance No. 19550-02-2011
.✓. :: u3:.k. .. , : ` .,::;.. r x�n .,n w ..:aY. .-:. 7LLA ax +, _� .`.i.A :G.K +�'w'.'wF.. a .. . . a,. .. .,_,m _ .c
DATE. 2/15/2011 REFERENCE *'C-24732 LOG NAME: 2000NCRETE
NO.: RESTORATION 2010-8
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: Authorize Execution of a Contract in the Amount of$495,405.70 with Jet Underground
C Utilities, Inc., for Concrete Restoration 2010-8 at Six Locations and Adopt Appropriation
Ordinance (COUNCIL DISTRICTS 4, 5 and 8)
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the transfer of$495,405.70 from the Contract Street Maintenance Fund to the
General Fund;
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations
by $495,405.70 in the General Fund from available funds; and
3. Authorize the City Manager to execute a Contract with Jet Underground Utilities, Inc., in the
amount of $495,405.70 for 150 calendar days for Concrete Restoration 2010-8 at six
locations.
DISCUSSION:
M&C G-16824 transferred funds from the General Fund to the Contract Street Maintenance Fund for
the purpose of tracking annual capital contracts. Since this concrete repair contract is strictly of a
maintenance nature, funds are being transferred back to the General Fund. Concrete Restoration
2010-8 at 6 locations provides for the repair of failed panels in concrete streets at various locations.
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 was advertised for bid on October 14, 2010 and October 21, 2010 in the Fort Worth-Star.-
Telegram. On November 11, 2010, the following bids were received:
BIDDERS AMOUNT
Jet Underground Utilities, Inc. $495,405.70
McMahon Contracting, LP $521,319.22
Conaster Construction TX LP $545,500.00
Ken-do Contracting, LP $573,570.65
New Star Grading & Paving Co.
$649,610.00
Klutz Construction, LLC $697,441.37
SCR Construction, LLC $899,133.50
Silver Creek Construction, Inc. $912,504.50
Jet Underground Utilities, Inc. is in compliance with the City's M/WBE Ordinance by committing to 20
http://apps.cfwnet.org/council_packet/mc—review.asp?ID=1467 1&councildate=2/15/2011 3/24/2011
r M&C Review Page 2 of 2
1
percent M/WBE participation. The City's goal on this project is 13 percent.
This project is located in COUNCIL DISTRICTS 4, 5 and 8.
FISCAL INFORMATION/CERTIFICATION:
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
L current operating budget as appropriated, of the General Fund.
L TOFund/Account/Centem FROM_Fund/Account/Centers
1 &2)GG01 472293 0202002 5495,405.70 1)C293 538070 201629990100 $495,40570
2)GG01 537110 0202002 $495.405.70 3) GG01 537110 0202002 X495,405.70
Submitted for City—Manager's.Office b3c. Fernando Costa (6122)
dOriginating Department_Head: William Verkest (7801)
Additional Information Contact: Tariqui Islam (2486)
ATTACHMENTS
2000NCRE_2010-8_MAP_PAG E_01.pdf
2000NCRE_2010-8_MAP_PAG E_02.pdf
2000NCRE_2010-8_MAP_PAGE 03.pdf
2000NCRE_2010-8_MAP_PAGE_04.pdf
2000NCRETE RESTORATION 2010 8 AO.doc
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=14671&counciidate=2/15/2011 3/24/2011
OCITY OF FORT WORTH,TEXAS
CONTRACT
THE STATE OF TEXAS
KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT
This agreement made and entered into this the 15 day of FEBRUARY A.D., 2011, by and
between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and
existing under and by virtue of a special charter adopted by the qualified voters within said City on the
11th 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 Council of said city , and the City of Fort Worth being hereinafter termed Owner,
JET UNDERGROUND UTILITIES,INC.,HEREINAFTER CALLED Contractor.
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:
CONCRETE RESTORATION 2010-8
2.
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 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
hereto 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 of said work
within ten (10) days after being notified in writing to do so by the Department of Engineering of the City
of Fort Worth.
4.
.� 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
OFF 1'%"�IAL R►;,ORL
l;;l�'y sr-cRETARY '
the Department of Transportation of the City of Fort Worth and the City Council of the City of Fort
Worth within a period of One Hundred Fifty(150)days.
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$210 Per working 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
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
specifying an itemized statement of the total cost thereof, said excess cost.
6
Contractor 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,
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
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 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 beginning work, to make,
execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful
performance of the terms and stipulations of the Contract and for the payment to alT-cTaimants for labor
(3F ,�t 1~ REXO riD
E CITY bL(. �TARY i
and/or materials furnished in the prosecution of the work, such bonds being as provided and required in
Texas Government Code Section 2253, as amended, in the form included in the Contract Documents,
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 FOUR HUNDRED NINTY FIVE THOUSAND FOUR HUNDRED FIVE DOLLARS AND
' SEVENTY CENTS...Dollars,($495,405.70).
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 said Contractor without the written consent of the Director of the
Department of Engineering.
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.
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 15 day of FEBRUARY,A.D., 2011.
OFFx�.1AI. f', 'S{jRn
FT. u:a T; ry,
' APPROVAL RECOMMENDED: CITY OF FORT WORTH
' T,P.E.�r
' D CT R,DEPA T ENT OF
RANSPORTATIONIPUBLIC WORKS FERNANDO COSTA,ASST CITY MANAGER
a rc0AT :h
o°°o°poOa '
ATTEST: °°° ° 0
PA 4
0
JET UNDERGROUND UTILITIES,INC. $0°o �d
8908 AMBASSADOR ROW - � ��* °°°40000°°°° d
DALLAS,
TX 75247
' CONTRACTOR
CITY SECRETARY
(S E A L)
BY: Contract AUthoriaatioa
TITLE
16SI APPROVED AS TO FORM AND
7� 7,"ol6 LEGALITY:
ADDRESS
i
' ASST. CITY ATTORNEY
' November 1960
Revised May 1986
Revised September 1992
' Revised March 2006 FOFFICIA71 -i -ORD
CITY SE, :=F�'AFIY