Loading...
HomeMy WebLinkAboutContract 43982-A2 PM M CITY SECRETARY CONTRACT NO. �� LI CO j ] M y t+ Ctf �'-�i� col t� AMENDMENT NO.2 TO a CITY SECRETARY CONTRACT NO. 43982 �z PROFESSIONAL SERVICES AGREEMENT This Amendment is entered into by and between the City of Fort Worth (hereafter "City"), a home rule municipal corporation situated in portions of Tarrant, Denton and Wise Counties, Texas, with its principal place of business at 1000 Throckmorton Street, Fort Worth, Texas, and Allied Waste Service of Fort Worth LLC a Texas limited liability company, (hereafter"Contractor"), an individual. WHEREAS, the parties have previously entered into City of Fort Worth City Secretary Contract No. 43982 (the"Contract"),which was executed on December 14, 2012; and WHEREAS, the Contract involves professional services for the equipment material, labor, and personnel for container provision refuse and garbage removal and disposal and single stream recycling removal and processing services from City facilities; and WHEREAS, the original term of the Contract expires on September 30, 2015;and WHEREAS, the Contract allows the parties to renew the Contract for two additional successive terms of one(1)year each; and WHEREAS, the parties renewed the Contract for the first renewal term, expiring September 30, 2016; and WHEREAS, the City and Contractor, now wish to extend the term of the Contract for continued services pursuant to the original Contract for a second and final renewal term; NOW, THEREFORE, City and Contractor acting herein by the through their duly authorized representatives, enter into the following agreement to amend the Contract: 1. Section 4, Term. The term of the Contract is hereby amended to extend the term to expire September 30,2017, unless terminated earlier in accordance with the Contract. 2. Section 5, Reports and Payment. Exhibit B of the Contract is hereby amended to OFFICIAL RECORD CITY SECRETARY FT WORTH$TX increase the services price up to not to exceed $1,606,980 during the renewal term of October 1, 2016 to September 30, 2017,based on mutual agreement of the two parties. 3. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. Executed on this the ' day of 2017. CITY OF FORT WORTH: Allied Waste Service of Fort Worth,LLC. By: (.�s� By: Assistant City Manager Owner f Date: /Ad 17 Date: l 117 ATTEST: / ®�..IF ... By: ityS c etar ° Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. ( )A P .Z- tjame of Employee Title CFW/Allied Waste Service of Fort Worth,LLC. OFFICIAL.RECORD Page 2 of s CITY SECRETARY FT.WORTNO TX APPROVED AS TO FORM AND LEGALITY: By: - X & Assist nt City Attbrney6 eAK'-S Cc- uwG ->- 72c .t Contract Authorization: M&C: P-11444 Date: 10/16/2012 OaMN By: Assistant Di ector, de Compliance Department CFW/Allied Waste Service of Fort Worth,LLC. Page 3 of 5 Exhibit B PRICES CITY OF FORT WORTH RFP 12-172w Regular Garbage Container,Waste Disposal and Hecyeling Services for City Facilities Garbage Containers-Pull Dnly delivered to Southeast Landfill Con.ainer Type Price Per Pull 20cyapen top roll off $306.D5 a 20 cry vi/water proof cover $1D6.D5 30 ey open top roll off $lUb.US 35 cy compactor $118.31 SID cy open top roll of $lU6.U5 BCst$r-inaI Pricing Fur Will Roger5 Coliseum Eque5trian Contalners—Compost d $1717.30 Chang.,in k agcrage 3f cnnttrminatfor,:Strike br?gUU4e 01 1100 b_lenn an f rrp0ce with. lF cn ntainer is rejeeted by mryc'er..disposal only will be charged to the haul rate of$_70.36 1C/31(201� ' CFW/Allied Waste Service of Fort Worth,LLC. Page 4 of 5 RFP 12-0207-REGULAR GARBAGE CONTAINER,WASTE DISPOSAL AND RECYCLING SERVICES FOR CITY FACILITIES Garbage Containers;Disposal Included Unscheduled Frequency: lx/wk 2x/wk 3x/wk 6x/wk Rental Rental Only Delivery Collection 96 gallon cart $ 26.58 Additional 96 gallon cart $ 10.32 2 cy dumpster $ 26.58 $ 53.15 $ 79.47 $ 164.58 $ 46.44 3 cy dumpster $ 27.57 $ 55.73 $ 83.66 $ 172.57 $ 46.44 4 cy dumpster $ 34.06 $ 68.12 $ 105.46 $ 210.92 $ 46.44 6 cy dumpster $ 50.57 $ 101.15 $ 156.59 $ 313.18 $ 56.77 8cydumpster $ 64.51 $ 129.01 $ 199.73 $ 399.46 $ 67.09 20 cy open top roll off $ 232.22 $ 464.45 $ 719.03 $ 1,438.07 $1.03/day $ 232.22 *20 cy w/water proof cover $ 232.22 $ 464.45 $ 719.03 $ 1,438.07 175.00/mo $ 232.22 30 cy open top roll off $ 201.26 $ 402.52 $ 623.16 $ 1,246.32 $1.03/day $ 51.61 $ 201.26 **30 cy open top compost debris $ 170.30 $ 340.59 $ 527.29 $ 1,054.58 $1.03/day $ 51.61 35 cy compactor $ 247.70 $ 495.41 $ 766.96 $ 1,533.93 $ 247.70 40 cy open top roll off $ 207.45 $ 414.901$ 642.341$ 1,254.67 1$1.03/day 1 1$ 51.61 $ 207.45 Recycle Containers Unscheduled Frequency: 1x/wk 2x/wk 3x/wk 6x/wk Rental Rental Only Delivery Collection 90-100 gallon cart $ 24.51 $ 49.72 $ 74.14 $ 152.07 $ 46.44 2 cy dumpster $ 29.20 $ 52.68 $ 75.22 $ 147.51 $ 46.44 3 cy dumpster $ 29.46 $ 51.69 $ 72.97 $ 141.50 $ 46.44 4 cy dumpster $ 29.16 $ 50.13 $ 70.16 $ 134.92 $ 46.44 6cydumpster Is 29.68 $ 48.15 $ 65.67 $ 122.90 $ 46.44 8 cy dumpster 1$ 29.49 $ 44.88 $ 60.23 $ 109.94 $ 46.44 30 cy open top rolloff 1$ 117.001$ 241.33 1$ 361.99 $ 723.95 1$1.03/day $ 51.61 $ 120.76 30 cy closed recycle container 1$ 117.00 $ 241.33 $ 361.99 $ 723.98 $1.03/day $ 51.61 $ 120.76 Garbage Containers;No Disposal Expense Frequency: Per Pull 20 cy open top roll off $ 106.05 *20 cy w/water proof cover $ 106.05 30 cy open top roll off $ 106.05 **30 cy open top compost debris $ 170.30 35 cy compactor $ 114.31 40 cy open top roll off $ 106.05 Price per Additional Items Month Casters $ 10.32 Lock Bars $ 10.32 City Hall Garbage Collect 5 x/wk $ 387.04 *alternate bid for Village Creek 20 cy container Effective 10/01/2016 **If container is rejected by compost facility,City will be notified and disposal only will be charged to the haul rate of$170.30 CFW/Allied Waste Service of Fort Worth,LLC. Page 5 of 5 ACO 0 6/21 122 01® CERTIFICATE OF LIABILITY INSURANCE Page 1 of 2 DATE(MM/ Y) 016 6 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: CANNON COCHRAN MANAGEMENT SERVICES,INC. PHONE(A/C No.Ext): FAX(A/C No.Ext): 17015 N.SCOTTSDALE RD. E-MAIL ADDRESS:certificateteam@_ccmsi.com SCOTTSDALE,AZ 85255 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: ACE American Insurance Company 22667 INSURED INSURER e: Indemnity Insurance Company of NA 43575 REPUBLIC SERVICES,INC. INSURER c: ACE Fire Underwriters 20702 18500 N.ALLIED WAY INSURER D: Illinois Union Insurance Company 27960 PHOENIX,AZ 85054 INSURER E: Berkshire Hathaway Specialty Insurance Co 22276 INSURER F: ACE Property and Casualty Insurance Co 20699 COVERAGES CERTIFICATE NUMBER:1058209 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSR WVD (MM/DD/YYYY)(MM/DD/YYYY) A GENERAL LIABILITY HDO G27853420 06/30/2016 06/30/2017 EACH OCCURRENCE $5,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE M OCCUR DAMAGE TO $5,000,000 X PREMISESS((Ea occurrence) MED EXP(Any one person) PERSONAL&ADV INJURY $5,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $5,000,000 rjPOLICY F__J PROJECT F__J LOC PRODUCTS-COMP/OP AGG $5,000,000 AAUTOMOBILE LIABILITY ISA H09043585 06/30/2016 06/30/2017 COMBINED SINGLE LIMIT X $5,000,000 ANY AUTO (Ea accident) X ALL OWNED SCHEDULED BODILY INJURY(Per person) AUTOS AUTOSBODILY INJURY(Per accident) X HIRED AUTOS J( NON-OWNED AUTOS PROPERTY DAMAGE El (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE EXCESS LIAB CLAIMS-MADE AGGREGATE DED RETENTION$ B WORKERS COMPENSATION YIN NIA WLR 048608115-AOS 06/30/2016 06/30/2017 X WC STATU- OTHER A AND EMPLOYERS'LIABILITY WLR 048608127-CA/MA/OR 06/30/2016 06/30/2017 TORY LIMITS ANY PROPRIETOR/PARTNER/EXECUTIVE � SCF C48608139-WI 06/30/2016 06/30/2017 E.L.EACH ACCIDENT $3,000,000 C OFFICER/MEMBER EXCLUDED? WCU C48608140-OH XS 06/30/2016 06/30/2017 E.L.DISEASE-EA EMPLOYEE $3,000,000 A (Mandatory in NH) TNS C48612763 TX NS XS 06/30/2016 06/30/2017 E.L.DISEASE-POLICY LIMIT $3,000,000 D If yes,describe under DESCRIPTION OF OPERATIONS below Contractor's Pollution Liability: See page 2 for details 06/30/2016 06/30/2017 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Division Number:3402-Named Insured Includes:Republic Waste Services of Texas,Ltd.-Dba:J.C.Duncan Hauling-JC Duncan Company-Arlington Disposal-Grand Prairie Disposal-Duncan Disposal-Republic Services of Arlington Division Number:4538-Named Insured Includes:Allied Waste Services of Fort Worth,LLC-Dba:Allied Waste Services of Fort Worth-Republic Services of Fort Worth Division Number:4169-Named Insured Includes:Allied Waste Systems,Inc.-Dba:Fort Worth Southeast Landfill CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort Worth AUTHORIZED REPRESENTATIVE Solid Waste Management Department 4100 Columbus Trail Fort Worth,TX 76133-7578 United States ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC#: ACO® ADDITIONAL REMARKS SCHEDULE Paae2of2 16*.�. AGENCY NAMED INSURED POLICY NUMBER REPUBLIC SERVICES, INC. See First Page 18500 N.ALLIED WAY PHOENIX,AZ 85054 CARRIER NAIC CODE See First Page EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM. FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE The following provisions apply when required by written contract.As used below,the term certificate holder also includes any person or organization that the insured has become obligated to include as a result of an executed contract or agreement. GENERAL LIABILITY: Certificate holder is Additional Insured when required by written contract. Coverage is primary and non-contributory when required by written contract. Waiver of Subrogation in favor of the certificate holder is included when required by written contract. AUTO LIABILITY: Certificate holder is Additional Insured when required by written contract. Waiver of Subrogation in favor of the certificate holder is included when required by written contract. WORKERS COMPENSATION AND EMPLOYERS LIABILITY: Waiver of Subrogation in favor of the certificate holder is included when required by written contract where allowed by state law. Stop gap coverage for ND,WA and WY is covered under policy no.WLR C48608115 and stop gap coverage for OH is covered under policy no.WCU C48608140,as noted on page 1 of this certificate. TEXAS EXCESS INDEMNITY AND EMPLOYERS LIABILITY: Republic Services,Inc.and its subsidiaries are registered non-subscribers to the Texas Workers Compensation Act.Republic Services, Inc.has filed an approved Indemnity Plan with the Texas Department of Insurance which offers an alternative in benefits to employees rather than the traditional Workers Compensation Insurance in Texas.The excess policy(#TNS 048612763)shown on this certificate provides excess Indemnity and Employers Liability coverage for the approved Indemnity Plan. Contractual Liability is included in the General Liability coverage form.The General Liability policy does not contain an endorsement excluding Contractual Liability. Separation of Insured(Cross Liability)coverage is provided to the Additional Insured,when required by written contract,per the Conditions of the Commercial General Liability Coverage form and the Automobile Liability Coverage form. Insurer Affording Pollution Coverage-Admiral Insurance Company(NAIC#24856)Policy No.FEI-ECC-19776-02 Applicable to Contractors Pollution Liability Coverage Parts Only $10,000,000 Damage Limit for Each Occurrence,Claim,or Pollution Condition $10,000,000 Claims Expense Limit for Each Claim $10,000,000 General Aggregate Limit $10,000,000 Claims Expense Aggregate Limit Applicable to Professional Liability Coverage Parts Only: $10,000,000 Damages Limit for Each Occurrence,Wrongful Act,or Claim $10,000,000 Claims Expense Limit for Each Claim $10,000,000 General Aggregate Limit $10,000,000 Claims Expense Aggregate Limit Re:Contract 43982 Additional Insured includes:The City of Fort Worth,its officers,agents,employees and representatives,when required by written contract. ACORD 101(2008/01) ©1988-2010 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD