Loading...
HomeMy WebLinkAboutContract 41779 CITY SECRETARY CONTRACT NO L{ 1 -7`L- CITY OF FORT WORTH, TEXAS 2010 ' SPECIFICATIONS AND CONTRACT DOCUMENTS FOR LAKE WORTH RESTORATION AND MAINTENANCE PROJECT NUMBER : CPMS #1310 UNIT I - BOAT RAMP REPLACEMENT AT CASINO BEACH PARK UNIT II - INSTALLATION OF NEW MARKER BUOYS/FLOAT LINE AT CASINO BEACH PARK DESIGNATED SWIMMING AREA UNIT III-INSTALL NEW MARKER BUOYS AND FLOATING SIGNAGE ' AT THE LAKE ACCESS BOATING ENTRANCE TO THE FORT WORTH NATURE CENTER ' UNIT VI-INSTALL NEW MARKER BUOYS AT DESIGNATED AREAS 1 PROJECT NUMBER : CPMS #1310 EOR r MIKE MONCRIEF MAYOR e� a DALE FISSELER, P.E. '�; • CITY MANAGER inO FRANK CRUMB, P.E. DIRECTOR, WATER DEPARTMENT ' Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORT COUNCIL ACTION: Approved on 3/8/2011 - Ordinance Nos. 19577-03-2011 and 19578-03-2011 REFERENCE ** 60LAKE WORTH DATE: 3/8/2011 NO.: C-24772 LOG NAME: RESTORATION PHASE II CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Contract in the Amount of$527,790.16 with Ratech Constructioi Inc., for Certain Boat Ramp and Marker Buoy Improvements Associated with the Lake Worth Restoration and Maintenance Project Phase II and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in th Lake Worth Gas Lease Capital Improvement Fund by $587,790.16 from Gas Well Revenues; 2. Authorize the transfer of$587,790.16 from the Lake Worth Gas Lease Capital Improvement Fund to the Water Capital Projects Fund; 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in th Water Capital Projects Fund in the amount of$587,790.16; and 4. Authorize the City Manager to execute a contract with Ratech Construction, Inc., for certain boat ramp and buoy marker improvements associated with the Lake Worth Restoration and Maintenance Project Phase II in the amount of$527,790.16. DISCUSSION: On January 8, 2008, the City Council amended the Gas Well Revenue Distribution Policy to allow foi revenues derived from lease bonuses and royalties from properties in and around Lake Worth to be used for the execution of the 2007 Lake Worth Capital Improvements Implementation Plan. One of the projects designated in this Plan is the reconstruction of the existing boat Ramp at Casino Beach Park. This project will be funded with Gas Lease Revenue Funds in an amount of$527,790.16. The proposed contract with Ratech Construction, Inc., will include the demolition of the existing boat ramp, the installation of a new concrete boat ramp at Casino Beach Park and the installation of new buoy markers at Casino Beach and other areas at Lake Worth. The project was advertised in the Fort Worth Star Telegram on June 24, 2010 and July 1, 2010. On August 26, 2010 the following bids were received: BIDDERS BID AUI $398,500.00 RATECH CONSTRUCTION, IN 1$527,790.161 FAIN $698,000.00 http://apps.cfwnet.org/council_packet/mc_review.asp?ID=14669&councildate=3/8/20l l 4/25/2011 M'C Review Page 2 of 2 AUI was determined to be non-responsive on meeting the M/WBE participation goal. Ratech Construction, Inc., was then selected as the next most qualified bidder. In addition to the contract price $60,000.00 is needed for project management and $34,000.00 for change orders. Ratech Construction, Inc., is in compliance with the City's M/WBE Ordinance by committing to 14 percent M/WBE participation. The City's goal on this project is 14 percent. 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 current capital budget, as appropriated, of the Lake Worth Gas Lease Capital Improvement Fund ani the Water Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1) C246 446200 601159990100 $587,790.16 4) P253 541200 607560131080 $527,790.1 3) P253 511010 607560131080 $26,000.00 2) C246 538070 601159990100 $587,790.1 3) P253 541200 607560131080 $561,790.16 1) C246 538070 601159990100 $587,790.16 Z&3) $587,790.16 P253 472246 607560131080 Submitted for City Manager's Office by_ Fernando Costa (6122) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: Paul Bounds (8567) ATTACHMENTS 60LAKE WORTH RESTORATION PHASE II MAP.pdf 60LAKE WORTH RESTORATION PHASE II Rec1.doc 60LAKE WORTH RESTORATION PHASE II Recldoc http://apps.cfwnet.org/council_packet/mc_review.asp?ID=14669&councildate=3/8/20l l 4/25/2011 CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS IKNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT This Contract made and entered into this the 8th day of March. 2011 by and between the City of Fort Worth,a home-rule municipal corporation situated in Tarrant,Denton,Parker, and Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner"),and Ratech Construction. Inc. ("Contractor"). Owner and Contractor may be referred to herein individually as a"Party" or ICollectively as the"Parties". WITNESSETH: That said Parties have agreed as follows: I 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: FOR: LAKE WORTH RESTORATION AND MAINTENACE PROJECT NUMBER—CPMS #1310 (Units I,II,III,1V) 2. That the work herein contemplated shall consist of the Contractor furnishing as an independent contractor all labor,tools, appliances and materials,necessary for the construction I and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by or on behalf of the City of Fort Worth for the Water Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth,which Plans and I 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 itself to commence the construction of said work Within ten(10)days after being notified in writing to do so by the Water Department 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 same ready for the inspection and approval of the Water Department of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 120 Calendar Days. G1 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$315.00 dollars per calendar day,not as a penalty but as liquidated damages, the Contractor and its 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 take charge of and complete the work in such manner as it may deem proper, and if in the completion thereof,the cost to the Owner shall exceed the contract price or prices set forth in the Plans and Specifications made a part hereof,the Contractor and/or its Surety shall pay Owner on demand in writing, setting forth and specifying and itemized statement of the total cost Ithereof, said excess cost. 6. Contractor Covenants and agrees to indemnify the Owner, Owner'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 I expense, the Owner, its officers, servants and employees,from and against any and all claims or suits for the 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 hart 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 I 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 Ipart 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 Contract or its subcontractors I 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,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 of Fort Worth contract. G-2 7. The Contractor agrees, upon the execution of this Contract, and before beginning work, Ito make, execute and deliver to the City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein provided and the surety must first be acceptable to the City of Fort Worth. All bonds I furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. I A. If the contract amount is in excess of$25,000 dollars, a Payment Bond shall be executed, in the amount of the Contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. B. If the Contract is in excess of$100,000 dollars, a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans, Specifications, and Contract Documents. Said bond shall Isolely be for the protection of the Owner. C. A Two-year Maintenance Bond in the name of the Owner is required for all projects to I insure the prompt, full and faithfull performance of the general guarantee contained in the Contract Documents. I 8 The Owner agrees and binds itself to pay, and the 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 Units I,II,III,N shall be: Five Hundred Twenty Seven Thousand Seven Hundred Ninty Dollars and sixteen Cents 527.790.16 9. It is further agreed that the performance of this Contract,wither in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Owner. I Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Water Department. I 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 with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. G3 IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 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 Three(3)counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the 8 th day of March,A.D., 2011 APPROVAL RECOMMENDED: CITY OF FORT WORTH BY: IDIRECTOR, WATER DEPARTMENT ASSISTANT CITY MANAGER ATTEST: TANs ��� aoa ► pa 0 f CONTRACTOR 0000000 r0n4�a oa� xd% CITY SECRETARY 0 �d 2-1 (SEAL) °aBY: / *o o0 0h d °0 � dh p000" TITLE /00 coos,; 67 IPO t6pX' /0'319 APPROVE S TO FORM AND LEGALITY:'R 140 in E' , �X '74,07 6 I ADDRESS " ASSI CITY ATTORNEY - a 11v-L Cope rhu . or a n tC�► Date G-4 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX