Loading...
HomeMy WebLinkAboutContract 42081 City of Fort Worth NORTH AND SOUTH HOLLY WTP CONVERSION FROM GASEOUS CHLORINE AND AMMONIA Capital Project No. 1621 CITY SECRETARY4dz CONTRACT NO. I CONTRACT/TECHNICAL SPECIFICATIONS ♦PqE fi r* �+ �s ' 0 F TFo�� x* .......................... ,.•,• ................................ 0Y,.T. .LAMANM M � KWASI DU4 0 95761 + , w0 1�065Q 1+���:cc•��.,,�../CENSE.•: ♦'�Sj .�C,s �' yam• *�tQ191*00, 04/11/2011 +��� CNni*sEi~ 04/11/2011 Carollo Engineers, Inc. Carollo Engineers, Inc. Texas Registered Texas Registered Engineering Firm Engineering Firm F-882 F-882 �.i �U z ` ` lb ID p�FIC1A1-REETARY Gupta&Associates, Inc. Irl•�� 5f:IcR Texas Registered ,1N�I�Y��YX Engineering Firm F-2593 08-02-11 P02 :4 "1 IN i i FoRTWORTH City of Fort Worth, Texas Water Department Fort Worth, Texas NORTH AND SOUTH HOLLY WTP CONVERSION FROM GASEOUS CHLORINE AND AMMONIA CAPITAL PROJECT NO. 1621 CONTRACTITECHNICAL SPECIFICATIONS VOLUME 1 OF 2 FINAL April 2011 � M ruffs•311 1 GIliLO' n 85258 04/11/11 In association with: CGA I T (4..�.�.�rem..M.►w., lo Texas Registered Engineering Texas Registered Firm No.882 No. Engineering Firm No.2593 ® CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT This Contract made and entered into this the 19th day of IUI , 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 Reynolds. Inc., ("Contractor"). Owner and Contractor may be referred to herein individually as a "Party" or collectively as the"Parties." 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: FOR: City of Fort Worth North and South Holly WTP Conversion From Gaseous ® Chlorine and Amonia 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 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 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 Wateri 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 the same ready for the inspection and approval of the Water Department of the City of Fort Worth and City Council of the City of Fort Worth within a period of 365 Calendar 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$1 000.00) per working 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 to 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 an itemized statement of the total cost thereof, 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 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 iniury damaae or death is caused in whole or in part, by the ne li ence or aIle led ne li ence of Owner, its officers, seryants 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 nealigence 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, 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. 7. The Contractor agrees, upon the execution of this Contract, and before beginning work, to make, execute and deliver to 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 furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. B. If the contract amount is in excess of$25,000, 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. C. If the Contract amount is in excess of$100,000, 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 solely be for the protection of the Owner. D. A Two-year Maintenance Bond in the name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. 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/excluding) alternates N/A, shall be Two Million Four Hundred Thirty Seven Thousand Dollars, ($2,437,000.00). 9. It is further agreed that the performance of this Contract, whether in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Owner. Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Water Department. 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. ® 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 Four counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the day of f 1y A.D., 2011 APPROVAL RECOMMENDED: CITY OF FORT WORTH ' BY: C R, WATER DEP RT ENT ASSISTANT CITY MANAGER ATTEST: Reynolds, Inc. CONTRACTOR 11 b� CITY SECRETAR (SEAL) ® pryO'000000000 Upp ��BY: plc 0 /kvin P °°Carl J. 0 resident x¢ TITLE °o o00 *d �a o A' 2356 Glenda Larie AP O AS O FORM At i�0(0l'l� ,a`y Dn1 bgs, TX 75229 ll�lOb ADDRESS A IS T CITY ATTORNEY GVI� CC - Z1;7D�� OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX (-)/I //0y c-� M&C Review Page 1 of 2 'Xflckyid Of :'City of Fort 1€.h, T `,,as CITY COUNCIL AGENDA FoRT1VORT11 COUNCIL ACTION: Approved on 7/19/2011 DATE: 7/19/2011 REFERENCE C-25043 LOG NAME: 60N&S HOLLY NO.: CHLORINE PROJECT CODE: C -TYPE: NOW PUBLIC CONSENT HEARING: NO SUBJECT: Authorize Execution of a Contract in the Amount of$2,437,000.00 with Reynolds, Inc., for the North and South Holly Water Treatment Plant Conversion from Gaseous Chlorine and Ammonia Project (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Reynolds, Inc., in the amount of$2,437,000.00 for the North and South Holly Water Treatment Plant Conversion from Gaseous Chlorine and Ammonia Project. DISCUSSION: The Texas Commission on Environmental Quality (TCEQ) requires disinfection and maintenance of chlorine residual in potable water. In Fort Worth, disinfection is accomplished with both ozone and chlorine, while the disinfection residual is maintained with a combination of chlorine and ammonia. In 1995, the North and South Holly Chlorine and Ammonia Facilities Rehabilitation Project was constructed. This project consisted of installation of new gaseous chlorine and ammonia feed equipment, bulk storage tanks and gas scrubber systems. After fifteen years of operation, the gaseous chlorine and ammonia scrubber systems are in need of replacement. The substantial costs of replacing the chlorine and ammonia gaseous scrubber systems prompted the Water Department to recommend replacing the gaseous system with a liquid chlorine and ammonia feed system, thereby eliminating the need for scrubber systems and eliminating the potential for a gaseous chlorine or ammonia leak. On November 9, 2010, (M&C C-24572) the City Council authorized the City Manager to execute an Water Treatment Plant Conversion from Gaseous Chlorine and Ammonia Project.Engineering Agreement with Carollo Engineers, Inc., for the design of the North and South Holly The project was advertised for bid in the Fort Worth Star-Telegram on April 14, 2011 and April 21, 2011. On May 12, 2011, the following five bids were received: BIDDER TOTAL BID CONTRACT TIME Reynolds, Inc. $2,437,000.00 365 Calendar Days Legacy Contracting $2,500,073.00 Red River Construction Co. $2,6851723.00 Archer Western $2,712,000.00 AUI Contractors $2,750,073.00 This project will install liquid sodium hypochlorite tanks, liquid ammonium sulfate tanks, liquid feed Pumps, flow meters, control valves and electrical equipment and instrumentation necessary to measure, feed and log liquid disinfection chemical application at the North and South Holly Water http://apps.cfwnet.org/council_packet/mc_review.asp?ID=15468&councildate=7/t qi?ni 1 1/7K AI , M&C Review Page 2 of 2 Treatment Plant. In addition to the contract cost, $63,000.00 is provided for project contingencies. Reynolds, Inc., is in compliance with the City's M/WBE Ordinance by committing to 16 percent M/WBE participation. The City's goal on this project is 16 percent. This project is located in COUNCIL DISTRICT 9. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Water Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P265 541200 601530162180 $2,437,000.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: Chris Harder(8293) ATTACHMENTS Holly CL Site Map.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=15468&councildate=7/19/2011 7/26/2011