Loading...
HomeMy WebLinkAboutContract 44406 r I I; I „o I �w I I a� pill r r 'NLWJKI,M rA' Id Aw Na i rl ti 1�„yl oil I r, � M&C Review Page 1 of 3 "tidal site of the City of Fob Worth,Texas CITY C%OUNCIL AGENDA FORT WORD] ; dd ;drr� »s�rr di I id ��,�x�ie�,�;nllid,riru ��,ur�r �uu�mNiwbdir1�, �rr� rsiiu�+yy u �d uiuuumu� COUNCIL,ACTIONS S App r r ed on 3/5/2013 -Ordinance No. 20,660-032013 & 20651-03-2013 PIMP, d1 �YdY�db dII M1 �Y�6 d@ tid " �, d'r ddP u� G��oaYO� l�7dWrpldN� " �wdlp� /� d ddU5� d4df 6009WSMA DATE. 3/'5/2013 REFERENCE NO.: C-26142 LOG NAME,. JACKSON CODE: C TYPE PUBLIC NO HEARING.- SUBJECT: Authorize Execution of a Contract with Jackson Construction, Ltd., in the Amount of $1,638,47'5.30 ant Contract for��ut�r and �"lar���tar� serer l�epl�+ ern c 2009,, WSM-A, on Fi ` venue, Sixth Avenuie, Ryan Avenue,, Ryan Place Drive, Stadium Drive, Avondale Avenue, Lowden 'Street and brazier Avenue, Provide for Project Costs and Contingencies, for a Project Total in the Amount of$1,7'4,4,452.00 and Adopt Appropriation Ordinances (COUNCIL DISTRICT 91) I. IUidM crlRrrrc, i� �d�'l1'lE r IipidtllkYlUs�dp11„I �Id111lrYl �IVWi%YIda1111Updl/�IfYOdI+IillrrirN,,rrsr 1'iC'?bu�lmi�P”�&dl�l�la,rE:`yJ.rridw'Y,"riii/,rfC1lPir!r%f li»rlal(l(dY�du'i',7'1r�V rNIbI;IddE'ol�i Uld, CI'd IP+r"� �d�'f " add i It is recommended that the City Council. 1i.. Authorize the transfer of$1,7'44,452.00 from the Water and Sewer O�plerati,nig Fund to the Sewer ny Capital Projects Funds in they amount of$108,657.00 and the Water Capital Projects Fund in the amount of$1,635,795.00 2. Adopt the attached appropriation ordinances increasing estimated receipts and appropriations in the Sewer Capital Projects Fund in,the amount of$108,657.00 and the Water Capital Projects Fund in the amount of$1,6351,1795.00 from the available funds, and 3. Authorize the execution of a, contract with Jackson Construction, Ltd., in the amount of 7 1,638,475.30 for Water and Sanitary Sewer Replacement Contract,2009, WSIVI A. DISCUSSION,: On October 14, 20101 (M&C C- "'44691 the City Council ,authorized an engineering Agreement with ANA Consultants, L.L.C., for Water and Sanitary Serer Replacement Contract 2009, SM-A for the preparation of plans and specifications for replacement of deteriorated water and sanitary serer maims. The Mayor and Council Communication is to authorize a construction contract for the replacement of the deteriorated grater and sanitary serer mains as indicated on the following streets; , � �� oo��o Ito��I ��� 1� 3/6/2013 Ott //apps.o wnot.org couno � ��► C Review Page 2, of 3 P SreO From To S,c , a of Work 5th Avenue West Robert Street est Cantey StreetliWater 6th Avenue 'vest Robert Street Wiest Bowie Street Water Ryan Avenue "'"west Cantey 'West Berri Street Water/Buyer treet Ryan Place Cori e West Robert St JWest Cantey Street����"Water Stadiurn Drive JPark Hill Dlr,ive de-sae Water Se ver. Avondale ,given ue Rogers Avenue Dead end Water Frazier Avenue West Robert Street 'vest Cantey Street Water West Lowden Ryan Avenue 6th Avenue Sewer Street The project was advertised for bid on November 1, 2012 and November, , 2012 in the Fart Worth pis Tele rain.. On November 29, 2012, the following bids were received: Bird 'er 1mount% I Time of Compietionil Jackson Construction Ltd 1 calendar Da Ark Contracting Services, L.L.C. 1,68119,4 � Conatser Construction TX, L. $117291139 Woody Contractors, Inc. $1,797,78 urnseo Construction Co. Inc 1, 914 . 0. W. W. Nelson L.L..C. 212,2� � In addition to the contract cost, $55,000.00 (Water: $42,000.00, Sever 13,000.00) is required for construction staking, inspection and material testing and $501,976.00 eater $46,421.00, Sever: $4,555.00) is provided for project contingencies. M/WBE Office: Jackson Construction, Ltd., is in compliance with the �t � M Ordinance by committing to 33 percent, E participation. The Crt s goal on the project is 18 percent. The project is located in COUlNCIL. DISTRICT 9�. FISCAL INFOR ATI! wN/ClE TI ICATION. The Finance Director certifies that upon approval of the above recommendations,, and adoption of the attached appropriation ordinances, funds will he available in the current oapita,l budget, as appropriated, of the Water Capital Projects Fund and the Sever Capital Projects Fund. TO Fund/ cc,olu t Cer tern FROM Fund Acoountl tern ~- 1 �� �+ 1 P'E45 538040 060902 $1,635.795-00 P253 476045 60817011444ZZ 1 657. 1).PE45 538040 0709020 $1081657.00 25 476045 70817412 1ZZ 3 '253 414 608170144483 P253 5 135 408174 144452 31 91 101.50 P,258 541244 748174144483 htt ./ u P ' 3 L3 1 35 608170144484 x`28 531 380 + 1714448 8ti.1 25 531 200817+ 144484 21 ,000-00 u P253 511010 608170144492 1 25 1 380 608170144494 1 . Q3 Q 1 A! . 283 511.010 608170144493 283 541200 60817014448 1 593 795. 83 511010 N 1 1444,8 6 �w . 21 $ 00Q.0 25 53135 708170144452 2. 21 P258 531350 708170144484 $1,50,01.00 Q $4,000.00 288 31 50 708170144485 258 X81 200 708170144484 2 . P258 ,511010 7081701444912 t .0 21 $500.00 P258 581880, 708170,144494 $50 .0 P258 511 10 70,8170,144498 0- 2818 841200 7 8170144488 5 � + P288 511010 7-0817014448 8.0 Submifted for Citv Mann @r s Office, Fernando Costa 6122 Originating Q mient Heat. S. Frank Crumb (8207) Additional Information Contact: I ATTACHMENTS 6 !9 M -JACKSON MAC � . ? 69SA JACKSON MAP 6 6 9 S A - JACKSON A013 P2,53.doc 669S - JACKSON AO,13 P258.doc htip://apps.cfwnet.org/council—Pa,cket/mc--review.asp?'ID==1 8 62 cou, ci a e 3/5/2 .31 3/6/2013 1 0005 15- 1 ADDENDA Page 1 of 1 SECTION 00 05 1 ADDENDA r i i ssµ, r. 1,-Or .�111 /"('1( ( .;;" ] t:'u... "' ""►" m . r r ,r r t r CITY OF FORT WORTH Water and Sanitary'Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TS ontra t 2009,WSW Revised l v mber 9,20111 City Prqject NO.01444 i 'F11. ,R. ,,T RTH );. Th e G ty of Fo rt Wo rth ADDENDUM NO, I To the Spec ifications, Contract Documents FOR Replacement Water a amts ewer ont act 2009 ' WSM-A i D.OX. 6565 WATER SEWER IL' NO. X-"21852 WATER PROJECT NO, P253-531200-6091701444-83 SEWER PROJECT JE 'T NO P258-531200-7091701444-83 CITY PROJECT NO. 01444 Addendum No. 1 Issue Date: November 16,:12012 Bid Receipt Date: November 29 212 This addendum forms,part of the contract documents referenced above and modifies the original Contract Documents. Ackmwledge revel t by signing and attach ing 'it to the Contract Documents (inside,).Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. , Prospective Bidders are hereby notified of the following. PLEASE MAKE NOTE OF THE FOLLOWING REVISIONS TO SPEC'IF'ICATION AND CONTRACT"DOCUMENTS 1. SECTION 0,0 2113 INSTRUCTIONTO BIDDERS RAGE 6 of 9. Replace page 9 with,page of 9 (attached)to reflect M 'WBE reqUirements for this project. 2. Replace SECTION 00 42 43 PROPOSAL FORM, With the attached revised form (Ref: new Excel Spreadish,eet on Buzzsaw) 3. Remove SECTION 0 45 40 MINOR AND SMALL B S NIE S ENTERPRISE GOAL Replace With Section 00 45 39, attached to reflect M/CBE requirements for this project.. Pagel oft ADDENDUM NO. '- November 16 2 12 RIP r 4. SECTION 00 52 43-1 AGREEMENT PAGE 2 of 4.. Replace page 2 of 'with page 2 of 4 attached to reflect /CBE requirements. 5 Remove MBE forms in the Appendix Section Replace With E Forms (Attached) All ether provisions of the specifications, contract documents,and dkawings for the project which are not expressly amended herein shall remain. Fa l a ro to return a signed rendering the bid non-responsive. A signed copy"of-tu ffs addendum shall be 'In placed *into he Proposal at the time of submisson. Receipt ACknowledgedw Water Department Tony S PE. By PraWent of JC1 .Inc. al Pa,rtn,et ir 0 F ' OSMA F NASHD foot 3 +r '*V J0 ow CWL V The seal appearing are this Document was authorized soma F.Nashed,P.E., on November 16,2 "age 2 of 2 ADDENDUM NO. l November 16,2012 I 1, { 21 1 -6 "PIP :,' INSTRU TIONS TO BIDDERS Page 6 of 9 8. Contract Ti'mies The number accordance with the General Requirements and the Work is to be eoi 1pleted and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached did Form. 98 Lliqui'dated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of substitute or"or equal"" items. , . "'substitute"Wl"lelle�'er It is Indicated tT�"specified in the Bidding Documents that ��ub'�tlt�ute or"'or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City,application for such acceptance will,not be considered by City lentil after the Effective Date of the Agreement. The procedure for submission of all such application b Contractor. � p and consideration by City is,set forth in Paragraphs 6.05.x., 6.05:x. and 6.050 of the General Conditions and is supplemented in Section 0 1 25 00 of the General Requirements. I.1. Subcontractors,Suppliers and Others 1 l.n1. In accordance with the City's business Diversity Enterprise Ordinance No. 20020-12 2011 as amended),the City has goals for the participation of minority business and/or small, business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the M./WBE. Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good faith Effort Form with doctjmentation�and/or Joint'Venture Form as appropriate. The Forms including documentation.on must be received t �� no later than : P.M. � , � e City t y days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received, Failure to comply shall render the bid as non- Pro 01, responsive. l 1 l.2. No Contractor shatl be required to employ any Sclbcontractor, Supplier,ether person or,organization against whom Contractor has reasonable objection. 12. Form l% 12.1. The Bid Form is included with the Bidding f eurnent additional e pl es may be obtained from the City, 2.2. All blanks on the Bid For in must be completed by printing in ink and the Bid Form ' signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A.Bid price shall be indicated for each Bid item, alternative, and unit, pride " the words '"No Bid,"" item listed therein. In the case o optional alternatives, e �°o "No Change," or"Not Applicable" may be entered, Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. 1, In case of discrepancy between price in written words and the price in written numerals,the price in written words shall govern. l CITY OF F ORT"WORTH Water nd Sanitary Sewer 1 eplace n nt STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS, Contract 2009,"'GSM-A. Revised tigu t 17,2012 City Project NO.01444 V, 00 52 4 - 1 Agreement Page 1 of 4 1 SECTION O'O 52 431 AGREEMENT 3 THIS AGREEMENT, authorized on 5 March 20113 is made by and between the C' ty of Fort 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 City's), and Jackson Construction LTD. , authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor's) 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT } 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Water and San i to &vwer Replacemeint Contract 20019 WSM-A 16 D'O'E#656 5, Ci(y Pro ct Number 01444 17 .Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 0 Documents,are of the essence to this Contract. 1 3.2 Final Acceptance. 22 The Fork will be complete for Final Acceptance within 200 days after the date when the 23 Contract Time commences to run as provided in Paragraph 2.03 of the general Conditions. 24 3.3 Liquidated damages I Contractor recognizes that time is of the essence of this Agreement and that City will 26 suffer financial loss if'the Work is not completed within the times specified in paragraph 7 3.2 above, plus any extension thereof allowed ire accordance with Article 12 of the 28 General. Conditions. The Contractor also recognizes the delays, expense and difficulties 29 involved in praying in a legal proceeding the actual loss suffered by the City if the Work 30 is not completed on time. According ly, instead of requiring any such proof, Contractor 31 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall play 32 City .Four Hundred Twenyl Dollars 4'20..00' for each day that expires after the time 33 specified in Paragraph 3..2 for Final Acceptance until the City issues the Final Letter of 34 Acceptance. CITY OF FORT WORTH Water and Sanitary STANDARD,CONSTRUCTION SPECIFICATION DOCUMENTS sever Replacement Contract Revised June 4,2012 2009,WSM-A City Project No. 1444 .....�...,...mmmmmnummmmimmrvmnimmm r. rf. 005243 Agreemerit Page 2 of 4 35 Article 4. CONTRACT RCT P' . CE City agrees to pray Contractor for performance of the Work, in accordance with the Contract 37 Documents is amount in current funds of One Million Sig.Hundred Thi E Thousand Four Hundred Seven pie o!lar and ($1,63,,&47530) . 39 Article 5. CONTRACT C TS 40 5.1 CONTENTS: 41 A.The Contract Documents which comprise the entire agreement between City and 42 Contractor concerning the Work consist of the follow ng. 43 1. This Agreement. 44 1 Attachments,to this Agreement: 45 a. Bid Form 46 1 Proposal Form 47 2 Vendor Compliance to State Law Non-Resident Bidder 48 3 Prequalifieation Statement 49 4 State and Federal document (project pe f p 50 h. Current Prevailing Wage Rate Table 51 e. Insurance ACORD Form s 52 d. Payment Bend 5�3 e, Performance Bond 54 f. Maintenance Bond! 55 g. Power of Attorney for the rends " 56 h. Worker's Compensation Affidavit 7 i. MW13E Commitment Form 58 1 General Conditions. Mr, 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Document s by attachment 61 or, if not attached, as incorporated by reference and described in the 'Table of 00 62 Contents of the Project's Contract Documents. 3 6. Drawings. 4 7. Addenda, 65 8. Documentation Submitted by Contractor prior to Notice of award. 66 9 The following which nay be delivered or issued after the Effective Date of the 7 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a.. Notice to Proceed. 69 ln. Field Orders. 701 c. Change Orders.. 71 d. Letter of Final Acceptance., 72 73 CITY OF PORT WORTH Water and Sanitary STANDARD CONSTRUCTION;SPECIFICATION DOCUMENTS Sewer Replacement Contract Revised June 4,2012 2009,WS -A. ON ty Project No. 1444 .� o u u/ 005243-3 Agreement :F Page 3 of 4 74 article 6. INDEMNIFICATION 5 6.1 Contractor covenants and agrees to indemnify, hold 'Harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all claims arising out of", or alleged to arise out of the work and services to he performed. � ,, by the contractor, 'its officers, agents, employees, subcontractors, it r invitees 79 under this contract. This indemnification provision is s ecificall intended to operate and be effective even if it is alle ed or proven that all or some of the damages heir 1 sought were caused In whole or in art h .n act omission or ne li ence of the cl 2 This indemnity provision is intended to include, without limitation, indemnity for 3 costs, expenses and legal fees incurred by the city in defending against such claims and 4 causes of actions., f 5 8161 6.2 Contractor covenants and agrees to, Indemnify and hold harmless, at its own expense, 87 the city,.its officers,servants and employees,from and against any and all loss,damage or destruction of property of the city,arising out of or alleged to arise out of, the work and services to he performed by the contractor, its officers, agents, employees, 11100 90 subcontractors, licensees or invitees under this contract. Th is indemnification 1 provision is s ecificall intended to ,operate and he effective even if it is alle ed or proven that all or some of the damagesbeina sore ht were caused, in whole or inu v a,rt P 93 by any act Mission or negligence of the f 4 95 Article 7, MISCELLANEOUS 7 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 8 have the meanings indicated in the General Conditions. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not he assigned by the 101 Contractor,without the a dvanced express written consent of the City. 102 7.3 Successors and Assigns. 103 City and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives, to the other party hereto, in respect to all covenants, agreements, and 105 obligations contained in the Contract Documents. 1016 7.4 Severrhil iy. 107 Any provision or part of the Contract Documents held to he unconstitutional,, void or 1018 unenforceable by a court of competent jurisdiction shill he deemed stricken, and all 109, remaining provisions shall continue to he valid and binding upon CITY and 110 CONTRACTOR. 111 7.5 Governing,Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall he Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas, Fort Worth Division. AMR CITY Y OF FORT WORTH ""dater and Sanitary STANDARD CONSTRUCTION SPECIFICA11ON DOCUMENTS S Sewer Replacement Contract Revised June 4,2012 2009,Ws - 1,„ City Project N . 1444 l 005243-4 Agreement Page 4 of 4 115 7.6 Other Provisions. 116 The Contractor agrees to pay at least m nitnurn wage per hour for all abor as the sarne ins 117 classified, promulgated and set out by the City, a copy of which is attached hereto and 118 made a part hereof the same as if it were copied verbatim herein. 119 7.7 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other r than duly 121 authorized signatory of the Contractor. 122 123 INr WITNESS "HEREOF City and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties 127 Contractor.- City of.Fort Wert JACKSON CONSTRUCTIONLL Fernando Costa Assistant City.Man. ger (SignYture) Date 4125 1"3 LARRY (Printed Name) Mary J w on'"c i reta ".A. (Seal) res'derft of JC11 Paftem Inc.,ueneral Paftr Tt � t Address. M&C _. ('.q 42- � t, Date. ._ � .... Cif/State Approved as to Form and Legality: D to tt Assistant City Attorney 128 129 130 APIP,ROlVAL RECOMMENDED:- 131 13 IM 133 !s. 134 frank Crumb 135 DIRECTORI 136 Water Department 137 OFFICIAL Cf � Water and Sanitary Sewer Replacement Contr act �e�ST D � L ��ME .ev i s use 12 2009,WS M-A City Project No. 1444