Loading...
HomeMy WebLinkAboutContract 47471-R3 RECEIVED CSC No.y 7471- IZ3 JAN 2 9 2019 CITY OF FORT WORTH CITY OF FORT WORTH CITY SECRETARY CONTRACT RENEWAL NOTICE Chemtrade Chemicals US,LLC 90 East Halsey Road Parsippany,NJ 07054 Re. NOTICE OF CONTRACT RENEWAL Odor Control Services Contract No.CSC No.47471 (� Renewal Term No.,Z January 26,2019 to January 25,2020 The above referenced Contract will expire on January 25,2019.Pursuant to the Contract,contract renewals are at the sole option of the City.This letter is to inform you that the City is exercising its right to renew CSC No.47471 for an additional one year period,which will begin immediately upon the expiration ofthe current term and will end on January 25,2020 or expenditure of funding,whichever occurs first.All other terms and conditions of CSC No.47471 remain unchanged. Please return this signed acknowledgement letter, along with a copy of your current insurance certificate, to the address set forth below, acknowledging receipt of the Notice of Contract Renewal. Please log onto PeopleSoft Online at http:/Ifortworihtexas.gov/purchasing to insure that your company information is correct and up-to-date. If you have any questions concerning this Contract Renewal Notice,please contact me at the telephone number listed below. Sincerely yours, Darla Morales Parts Material Supervisor Village Creek Water Reclamation and Reuse Division 817-392-4932 By: ELIZABETH RYNO}M RKRTING SPECIALIST Date: pE(•Egmm 12, of Printed Name and Title *PLEASE SEE ATTACHED PRICE INCREASE LETTER Signature CITY OF FORT WORTH: ATTEST- 4' Q Jesus J. Chapa,Assistant City Manager Mary t Kayser; ity ecre Date: f l M&C No. P-11830 Aa RUVED AS TU r`OxM AND LEGALITY: I, °OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX . le CSCO No. 47471 CITY OF FORT WORTH CONTRACT RENEWAL NOTICE Contract compliance Manager: By signing I acknowledge that I am the person responsible For the monitoring and administration of the contract, including ensuring all performance and reporting requirements. Name of Employee -- Title OFFICIAL RECORD CITY SECRETARY FT. WORTH, (HEMTRAOf ** Revised** December 14, 2018 Darla Morales Parts/Material Supervisor Village Creek Water Reclamation Facility 4500 Wilma Lane Arlington, TX 76012 RE: Contract Renewal Notice/Odor Control No. CSC No. 47471 — Liquid Ferric Sulfate 60% Bulk Dear Ms. Morales, Per the notice and email you sent to Chemtrade, we hold the current chemical contract for Liquid Ferric Sulfate 60% Bulk for Odor Control. The letter requested an extension of the current bid for another one year term, effective January 26, 2019 through January 25, 2020. Our records indicate this would be the second of four possible renewals. Over the past year, Chemtrade has absorbed cost increases on the Liquid Ferric Sulfate 60%we manufacture and deliver to the Village Creek Water Reclamation Facility. The increases are related to increased costs on the Sulfuric Acid and Iron Ore that are used in our manufacturing process. Lastly, our base costs of freight has risen due to carriers' needs of retaining responsible, qualified and safe drivers and to maintain trucks. To summarize increases over last 12 months: Chemtrade Chemicals US LLC 90 East Halsey Road, Parsippany,NJ 07054 T 973-515-0900 F 973-515-4461 - 2 - Current 2 -Current Ferric Sulfate 60% Price/Ton Q4 2017 Q12019 Change Factor Cost/Ton Current Price $ 134.00 $134.00 $134.00 Change in Iron $172.00 $189.50 $ 17.50 0.21 $ 3.68 Change in Acid $116.00 $140.00 $ 36.75 0.35 $ 12.86 Freight $ 1.98 1 $ 1.98 Total Change $ 18.52 Price for 2019 $152.52 Tampa Sulfur Index: Q1 Jan-18 116.00 Q2 Apr-18 116.00 Q3 Jul-18 121.00 Q4 Oct-18 140.00 Change in Sulfur equates to$24 or$2.77/T of Ferric Sulfate but our actual costs are much higher due to freight and other processing charges Chemtrade would appreciate the consideration of an extension of the current bid for an additional term with a price increase of$18.52/Liquid Ton to assist with offsetting the aforementioned cost increases. The current price is $134/Liquid Ton, and the new requested price would be $152.52/Liquid Ton, to be effective for the extension period. Chemtrade values the long standing relationship we have with the Village Creek Water Reclamation Facility, and we look forward to continuing our relationship and business for a long time to come. Regards, Michele Schroeher Business Manager- Ferric Chemtrade Chemicals US CC: Robert Naranjo AC ® DATE(MMrppIYYYY) V CERTIFICATE OF LIABILITY INSURANCE 05;o„2018 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(les)must have ADDITIONAL INSURED provisions or 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 Marsh USA,inc, NAME: 9830 Colonnade Blvd,Suite 400 PNDNE _— v J-IA Not: San Antonio,TX 78230 E-MAIL ADDRESS: ---INSURERS AFFORDING COVERAGE NAIC 0 _ CN102200184-STND-GAWUL-18-19 INSURER A:Allianz Global Risks US Insurance Company --- INSURED ChemUade Holdco US Inc -INSURER B:Libel Mutual Insurance Company 23043 -- --- 90 E Ha)sey Road INSURER.0:._N_/_A_ NIA _ Parsippany,NJ 07054 INSURER INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: HOU-003392021-04 REVISION NUMBER: 3 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 --- ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSO I WVD POLICY NUMBER MMIDDrYYYY) (MM1DDrYYYYI LIMITS A X I COMMERCIAL GENERAL LIABILITY USL00049316 05/01/2018 05/01/2019 EACH OCCURRENCE j$ 5,000,000 DAMAGE TO_ CLAIMS-MADE �OCCUR j PREMISES Ea occur RENTED $ 100,000 X SER-$100,000I MED EXP(Any one person) $ 5,000 PERSONAL 8 ADV INJURY $ 1,000,000 `GEN'L AGGREGATE LIMIT APPLIES PER: _GENERAL AGGREGATE $ 5,000,000 X POLICY D PRCT O ❑ LOC PRODUCTS $ 5,000,000 JE OTHER: $ 9 `AUTOMOBILE LIABILITYASI-671-072790.068 05/01/2018 05/01/2019 COMBINED SINGLE LIMIT S 1,000,000 _accident B X ANY AUTO A51-B71-072790-078 05/0112018 05101019 BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS ; HIRED I NON-OWNED PROPERTYDAMAGE $ AUTOS ONLY _ AUTOS ONLY aEoccident $ UMBRELLA LIAB OCCUR I EACH OCCURRENCE $ EXCESS LIAB 7- ---.-CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ B iWORKERSCOMPENSATION WA2-B7D-072790-088 0511/ I X PER OTH- B I AND EMPLOYERS'LIABILITY STATUTE ER ANYPROPRIETOR/PARTNER/EJ(ECUTIVE wC2-671-072790-018 05/01/2018 051010 19 E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBEREXCLUDED? N(A (Mandatory In Ni E"L.DISEASE-EA EMPLOYEE'$ 1,000,000 If yes,describe under 1,00000 DESCRIPTION OF OPERATIONS below E.L.DISEASE•POLICY LIMIT $ s DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Re:Supply of Odor Control Chemicals-Ferric Sulfate The City is included as additional insured(except Workers Compensation)where required by written contract Waiver of subrogation is applicable where required by written Contract and subject to policy terms and conditions with respect to Workers'Compensation. CERTIFICATE HOLDER CANCELLATION City of Fort Worth SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1000 Throckmorton Street THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Fort Worth,TX 76102 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoH COUNCIL ACTION: Approved on 1/26/2016 DATE: 1/26/2016 REFERENCE NO.: P-11830 LOG NAME: 13P16-0006 ODOR CONTROL MJR CODE: P TYPE: NOW PUBLIC CONSENT HEARING: NO SUBJECT: Authorize Execution of Contracts with D3W Industries, NRP Group, Inc., U.S. Peroxide, LLC d/b/a USP Technologies, Premier Magnesia, LLC, Kemira Water Solutions, Inc., and Chemtrade Chemicals US, LLC, in the Amount Up to $3,960,000.00 for the Initial Term for Odor Control Services for the Water Department (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of contracts with D3W Industries, NRP Group, Inc., U.S. Peroxide, LLC d/b/a USP Technologies, Premier Magnesia, LLC, Kemira Water Solutions, Inc., and Chemtrade Chemicals US, LLC, in the amount up to $3,960,000.00 for the initial term for odor control services for the Water Department. DISCUSSION: The Water Department will use these contracts to provide odor control products and services in Field Operations wastewater collection systems and the Village Creek Reclamation Facility (Village Creek Wastewater Treatment Plant) on an as needed basis. RFP ADVERTISEMENT-A Request for Proposals (RFP) was advertised in the Fort Worth Star- Telegram every Wednesday from October 21, 2015 through November 18, 2015. The evaluation factors consisted of customer service, product quality and performance, monitoring systems or data availability and proposed contract price. Sixteen vendors were solicited from the purchasing vendor database system; seven responses were received. The proposals were reviewed by an evaluation committee consisting of staff from the Water Department Field Operations and Village Creek Wastewater Treatment Plant. The proposals from D3W Industries, NRP Group, Inc., U.S. Peroxide, LLC d/b/a USP Technologies, Premier Magnesia, LLC, Kemira Water Solutions, Inc., and Chemtrade Chemicals US, LLC, were determined to present the best value to the City. PRICE ANALYSIS - Prices under these contracts present an overall 1.24 percent increase than previously awarded on November 15, 2011 (M&C P-11325). No guarantee was made that a specific amount of goods and services would be purchased. However, Water Department may spend up to $3,960,000.00 with the contractors during the initial term of this Agreement. ADMINISTRATIVE CHANGE ORDER -An administrative change order or increase may be made by the City Manager in the amount of up to $50,000.00 and does not require specific City Council approval as long as sufficient funds have been appropriated. CONTRACT TERMS- Upon City Council's approval, the contracts will begin upon complete execution and expire on January 25, 2017. RENEWAL OPTIONS-These contracts may be renewed for up to four successive one-year periods under the same terms and conditions. The renewals will not require City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=21815&councildate=1/26/2016 1/7/2019 M&C Review Page 2 of 2 M/WBE OFFICE-A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the M/WBE office, in accordance with the BIDE ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. FISCAL INFORMATION/CERTIFICATION: The approval of this action provides purchasing authority up to $3,960,000.00. The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated, of the Water Department and that prior to an expenditure being made, the participating Department has the responsibility to validate the availability of funds. BQ N\\ TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID I I ID Year Chartfield 2 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Aaron Bovos (8517) Additional Information Contact: Jane Rogers (8385) Jack Dale (8357) ATTACHMENTS Form 1295 (13P16-0006).pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=21815&councildate=1/26/2016 1/7/2019 EXHIBIT A Revision 1 ODOR CONTROL PROGRAM SCOPE OF SERVICES BID SHEET TECHNICAL 8 FUNCTIONAL•REQUIREMENTS:ODOR.CONTROL PROGRAM SCOPE of SERVICES BID SHEET:Contractor shall provide all labor, malarial,supplies and equipment to pertoiin the following: C, Llauld Ferric Sulfate -solution of 60%17e2(SO 3. Specific % e2% 4)3 Estimate t of Description Grav Fe2(SOq)3 uanUMeasure Unit Coat Total Coat Liauld Fonio Sulfate.60°x6 Fe,(SO.ig.,.,.jp,,delivery included. 1.50-1. 2 124 $0.067/ Estimate quantity is based on feeding 25 pprn of Fe2(SO4)3 7,610,250 Pound LIQUID LB` $509,886. 7-1 at 100 MGD for 365 days. I i Feed Station Setup Fee-turnkey cost to set up a feed station,Including equipment,piping,appurtenances,labor, I NO BID monitoringtalarmingfleiemetry instrumentation,storage 2,500 gallon tank and spill containment,etc. As needed,City will install 1 EA $ - fencing and site concrete pad,obtain easements,build tank system* access roads,obtain property owner permissions,and provide water and electricity service, Feed Station Setup Fee-turnkey cost to set up a feed station,including equipment,piping,appurtenances,labor, NO BID monitoringlalermingholemetry instrumentation,storage 5,000 gallon tank and spill containment,etc. As needed,City will install 1 EA $• - fencing and site concrete pad,obtain easements,build tank system* access roads,obtain property owner permissions,and provide water and electricity service. Feed Station Setuo Fee-turnkey cost to set up a feed station.Including equipment,piping,appurtenances,labor, monitodngfalanninghatemetry instrumentation,storage 10,000 gallon tank and spill containment,etc, As needed,City will install 1 EA NO BID $ fencing and site concrete pad,obtain easements,build tank system* access roads,obtain property owner permissions,and provide water and electricity service. 'Vendor may bid on any or all of the differenily sized systems Feed Station Monthly Fee-Monthly fee per vendor- Installed feed station(does not include treatment product). 12 NO BID $ _ Does not apply if feed station Is provided and maintained EA by City. H2S Monitoring Site Monlhiv Fae-Monthly fee per 12 EA NO BID $ hydrogen sulfide monitoring site. Odor Control Service Monthly Management Fee,Including 12 FA NO BID $ administration,web services,and reporting. Total 09 . >3 FOR CONVERSION PURPOSES ONLY, PRICE EQUATES TO $134.00/TON. PRICING iS BASED ON FULL TRUCKLOAD DELIVERIES. DELIVERY: 2 - 3 DAYS AFTER RECEIPT OF ORDER.