Loading...
HomeMy WebLinkAboutContract 42354 I FORTWORTH 1 SPECIFICATIONS AND CONTRACT DOCUMENTS 1 FOR ALLIANCE AIRPORT RUNWAY EXTENSION l RELOCATION OF JOHN DAY ROAD J AND RELOCATION OF KELLER HASLET ROAD Q CITY PROJECT No. 00960 TPW No. GR14 541200 055218451800 APRIL 2011 Michael J. Moncrief Thomas M. Higgins Mayor Acting City Manager j Greg Simmons, P.E. j Acting Director, Transportation and Public Works Department Kent Penney, ADE Director, Department of Aviation J PREPARED FOR: The City of Fort Worth JACOBS ENGINEERING GROUP t F-2966 CHRISTINE`EVATT GRAYGOR l 1.09 91 7 �� ._. - - ht11is10NAL l tto. �'///Lp// i _ 3 L0 m&u Keview Page 1 of 2 Offiaal site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORTWORTII COUNCIL ACTION: Approved on 8/16/2011 REFERENCE LOG 55AFW JDR/KHR_CONSTRUCTION DATE: 8/16/2011 NO.: C-25106 NAME: (00960) CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Contract in the Amount of$5,104,789.18 with Mario Sinacola & Sons Excavating, Inc., to Relocate John Day Road and Keller Haslet Road for Alliance Airport Runway Extension Project at Fort Worth Alliance Airport (COUNCIL DISTRICT 2) ' RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Mario Sinacola & Sons Excavating, Inc., in the amount of$5,104,789.18 for Alliance Airport Runway Extension Project John Day Road and Keller Haslet Road Relocation at Fort Worth Alliance Airport. DISCUSSION: It is recommended that the City Council authorize the City Manager to execute a contract with Mario Sinacola & Sons Excavating, Inc., in the amount of$5,104,789.18 for Alliance Airport Runway Extension Project John Day Road and Keller Haslet Road Relocation at Fort Worth Alliance Airport. This project was advertised for bid in the Fort Worth Star-Telegram on April 14, 2011 and April 21, 2011. On May 5, 2011, the following bids were received: Bidders Amount #. Mario Sinacola & Sons Excavating, $5,104,789.18 Inc. Conatser $5,239,069.16 McMahon Contracting, LP $5,826,180.42 AUI Contractors, LLC $6,061,614.89 The Lane construction Corporation $6,089,697.68 ' LH Lacy Company, Ltd. $6,432,368.28 Jackson Construction, Ltd $6,864,333.62 Time of completion: 300 calendar days. Staff recommends that the bid submitted by Mario Sinacola & Sons Excavating, Inc., be selected and that the contract be awarded to Mario Sinacola & Sons Excavating, Inc. On March 8, 2011, (M&C G-17223) the City Council approved the City Manager to accept, if awarded, a grant from the Federal Aviation Administration (FAA) for the runway extension project at Fort Worth Alliance Airport. This grant was awarded on March 16, 2011 and this project is being J funded from this grant. J The work includes constructing paving and drainage improvements for John Day Road and Keller Haslet Road, including clearing and grubbing, grading and drainage, major drainage structure installation to include headwalls and gabions, culvert installation including headwalls, concrete pavement, sidewalks, seeding and fertilizing and conduit installation for street lights. 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 Ihttp://apps.cfwnet.org/council_packet/mc_review.asp?ID=15431&councildate=8/16/2011 8/17/2011 M&C Review Page 2 of 2 contract award. This project will be paid for with 95 percent FAA Airport Improvement Program Grant funds and the five percent match is provided through land credits, therefore requiring no local dollar match. DBE — Mario Sinacola & Sons Excavating, Inc., is in compliance with City's DBE Program by committing to 28 percent DBE participation on this project. The City's DBE goal on this project is 28 percent. Alliance Airport is located in COUNCIL DISTRICT 2. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Airport Grants Fund. TO Fund/Account/Centers FROM Fund/Account/Centers GR14 541200 055218517800 $5,104,789.18 Submitted for City Manager's Office by: Fernando Costa (6122) 1 Originating Department Head: Kent Penney (5403) Additional Information Contact: Ruseena Johnson (5407)Pat Buckley (2443) ATTACHMENTS JDR.KHR_map.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=15431&councildate=8/16/2011 8/17/2011 CITY OF FORT WORTH TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT JA This agreement made and entered into this the 16th day of August 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 11`h 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, Mario Sinacola & Sons Excavating,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: Relocate John Day road and Keller Haslet Road for Alliance Airport Runwav Extension Proiect 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. s 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 inspe ._approva}-af---g the Department of Engineering of the City of Fort Worth and the City Council of the ort Worth, within a period of 300 calendar 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 840 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 injury 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 _faith-f,u—, performance of the terms and stipulations of the Contract and for the payment to 1 claimants for labor 4, and/or materials furnished in the prosecution of the work, such bonds being as pro itl`and requited`m tv' Texas Government Code Section 2253, as amended, in the form included in the Q— ,t.Docum ntss I x,Z J 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 Five Million One Hundred Four Thousand Seven Hundred Eiehty nine and 18/100..................................................................................................................Dollars,($5,104,789.18). ' 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 per wage hour for all labor as th g p e 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 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 8 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 8 counterparts with its corporate seal attached. Done in Fort Worth,Texas,this the 16th day of August,A.D.,2011. c.y �a L•. 5E'°w ..G Ra � u T4 AP ROVAL RECOMMENDED: CITY OF FORT WORTH DOUG d AS W. WIERSIG,P. . DIRECTOR,DEPARTMENT OF ITRANSPORTATION/PUBLIC WORKS FERNANDO COSTA,ASST CITY MANAGER ATTEST: ' Mario Sinacola&Sons Excavating,Inc. ' 10950 Research Rd. Frisco,TX 75030 CONTRACTOR _ CITY SECRETARYFQrT�j► p °0000°°"° (SEAL) ���° °oWo, y ~00 04 I BY: 00 Mich el Sinacol � .o o° dd aV 0 °0°0000000 Ay V' ident �aa4AUXoA TITLE 10950 Research Road APPROVED AS TO FORM AND IFrisco, TX 75033 LEGALITY: ADDRESS I IAS T,CITY ATTORNEY November 1964 Revised May 1986 Revised September 1992 I Revised March 2006 —_——� I C)FFICIAL RE"P0,1RD CITE T.w 0�� I