Loading...
HomeMy WebLinkAboutContract 52747-R1 CSC No. 52747-R1 CITY OF FORT WORTH REQUEST TO EXERCISE RENEWAL OPTION July 20, 2020 Synagro of Texas CDR Inc. Attn: Elizabeth Grant 435 Williams Court, Suite 100 Baltimore, MD 21220 Re: Contract Renewal Notice Contract No. CSC No. 52747 Renewal Term No. Rl: September 9, 2020 to September 8, 2021 The above referenced Contract with the City of Fort Worth expires on September 8, 2020. Pursuant to the Contract, contract renewals are at the mutual agreement of the parties. This letter is to inform you that the City is requesting to renew the Contract for an additional one (1) year period, which will begin immediately after the Expiration Date. Terms and conditions of the Contract were modified by Amendment 1 on June 16, 2020 to include the following: • Contract Base Cost was increased to a maximum of$625,000.00 per renewal period. • Early renewal of the contract is allowable if all funds are expended. To agree to renew the Contract for an additional one (1)year period, please sign and return this request to exercise renewal option, along with a copy of your current insurance certificate, to the address set forth below. Please log onto PeopleSoft Purchasing at http://fortworthtexas.gov/purchasin 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. Si erel , Darla Morales Parts Material Supervisor 817-392-4932 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Page 1 of 2 ACCEPTED AND AGREED: CITY OF FORT WORTH CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that 1 am the person responsible for the monitoring and r &yQ gyWA4 ' administration of this contract, including By: Dana Burghdoff(J 9,202D :01CDT) ensuring all performance and reporting Name: Dana Burghdoff requirements. Title: Assistant City Manager By: APPROVAL RECOMMENDED: Name: Darl orates Title: Parts Material Supervisor APPROVED AS TO FORM AND By: Christopher Hard (JUI21,202015:49CDT) LEGALITY: Name: Chris Harder Title: Water Director ATTEST: �w .�e By: DBlack(Jul!8,202015:12CDT for Ronald P. Gonzales Natne: Doug Black By: for Ronald P.Gonzales(Jul 29,2020 13:11 CDT) _ Title: Assistant City Attorney Name: Mary J Kayser -f*0Aj- oFO p� o.o Title: City Secretary pp so o�ydd CONTRACT AUTHORIZATION: po 0 o io M&C: 19-0057 oars Date Approved: 8-20-19 oo paa�nEXAso�.� Form 1295 Certification No.:0Uo10- ��7 Synagro of Texas CDR Inc. Byr Name: - Title: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Page 2 of 2 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas Fo»y r r� CITY COUNCIL AGENDA REFERENCE **M&C 20- 60ANAEROBIC DIGESTER DATE: 6/16/2020 NO.: 0402 LOG NAME: CLEANING SRVCS - SYNAGRO CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize the Execution of Amendment No. 1 to the Contract with Synagro of Texas- CDR, Inc, for Anaerobic Digester Cleaning Services to Provide for a Revised Renewal Language and Additional Funding in the Amount of$125,000.00 for a Revised Contract Amount of$625,000.00 and Authorize a Revised Baseline Contract Amount of $625,000.00 for Subsequent Renewals (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of Amendment No. 1 to City Secretary Contract No. 52747 with Synagro of Texas-CDR, Inc. for Anaerobic Digester Cleaning Services, in the amount of $125,000.00, for a revised contract amount of $625,000.00 and a change to the timeline for renewals; and 2. Authorize a revised contract base cost in the amount to $625,000.00 for subsequent renewals. DISCUSSION: On August 20, 2019, (M&C 19-0057) City Council authorized an agreement with Synagro of Texas CDR Inc. for anaerobic digester cleaning services for the Village Creek Water Reclamation Facility (VCWRF). VCWRF continually operates fourteen (14) anaerobic digesters to treat biosolids to be sent to the dewatering facility. Over time, digesters accumulate inert solids which take away usable treatment volume and impact the quality of biosolids sent for dewatering and land application. Periodically cleaning the digester tanks removes untreatable materials and allows for inspection and maintenance of components that are otherwise inaccessible. The Water Department anticipated expenditures with Synagro-CDR Inc. to be in the amount of $500,000.00 to cover the cost of cleaning a minimum of two digesters per year. Since October 2019, one digester (number 5) has been cleaned and Synagro began cleaning a second digester. Digester 5 yielded 25\% more solids than expected and incurred an overall cost of$350,000.00 ($100,000.00 over estimated budget). Thus, the original funding is insufficient to complete the cleaning activities for the second digester this year. Additionally, based on this experience, staff requires the flexibility to renew the contract upon the expiration of the funds and not just at the end of a year's term. The increased contract capacity and flexible renewal term will apply to future annual renewals in case a similar higher volume of inert solids is encountered as the remaining digesters are cleaned. M/WBE OFFICE -A waiver of the goal for M/WBE subcontracting requirements was requested by the Purchasing Division and approved by the Office of Business Diversity(OBD), in accordance with the M/WBE or BDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the Water& Sewer Fund to support the approval of the above recommendation and execution of the amendment to the contract. Prior to an expenditure being http://apps.cfwnet.org/council_packet/mc_review.asp?ID=27971&councildate=6/16/2020 7/17/2020 M&C Review Page 2 of 2 incurred, the Water Department has the responsibility to validate the availability of funds. 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 I I Year Chartfield 2 Submitted for City Manager's Office by: Dana Burghdoff(8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Russell Redder (4970) ATTACHMENTS http://apps.cfwnet.org/council_packet/mc_review.asp?ID=27971&councildate=6/16/2020 7/17/2020 M&C Review Page 1 of 2 Official site of the City of Fort Woith,Texas CITY COUNCIL AGENDA F° 11 REFERENCE **M&C 19- 13P19-0128 ANAEROBIC DATE: 8/20/2019 NO.: 0057 LOG NAME: DIGESTER CLEANING SRVCS SKR WATER CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Purchase Agreement with Synagro of Texas-CDR Inc., for an Annual Amount Up to $500,000.00 for Anaerobic Digester Cleaning Services and Authorize Five One-Year Renewal Options (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize a Purchase Agreement with Synagro of Texas- CDR, Inc., for an annual amount up to $500,000.00 for anaerobic digester cleanning services and authorize five one-year renewal options for the Water Department. DISCUSSION: The Water Department approached the Purchasing Division to procure annual Agreement for anaerobic digester cleaning services for Village Creek Water Reclamation Facility. The City of Fort Worth maintains the Village Creek Water Reclamation Facility (VCWRF), a large advanced wasterwater treatment plant that is located adjacent to several neighborhoods and parks in far east Fort Worth and north Arlington. Odor Control and abatement strategies are necessary in order to comply with permit requirements and nuisance odor regulations. VCWRF continually operates 14 anaerobic digesters to treat and reduce the volume of biosolids to be sent to the dewatering facility. Some of the digesters have been in continuous operation for 20 or more years, accumulating solids which take away usable treatment volume, reduce the amount of digester gas generated that can be converted to renewable natural gas (RNG), and impact the quality of biosolids sent for dewatering and land application impacting the quality of biosolids sent for dewatering and land application. Periodically cleaning the solids from the digester tanks removes untreatable materials and allows for inspection and maintenance of internal components that are otherwise inaccessible. In order to procure these goods, Staff issued an Invitation to Bid (ITB) to 10 related vendors. The ITB consisted of detailed specifications describing services associated with the cleaning and disposal of accumalated solids from an anaerobic digester at Village Creek Water Reclamation Facility. The Bid was advertised in the Fort Worth Star-Telegram on May 7, 2019, May 14, 2019 and May 21,2019. The City received four bids responses. The Water Department anticipates expenditures with Synagro-CDR Inc., to be in the amount of $500,000.00 for the first term. No guarantee was made that a specific amount of services would be purchased and used. M/WBE OFFICE -A waiver of the goal for M/WBE subcontracting requirements was requested by the Purchasing Division and approved by the Office of Business Diversity (OBD), in accordance with the M/WBE or BIDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. AGREEMENT TERMS - Upon City Council approval, the first term of the Agreement shall begin on August 20, 2019 and end on September 30, 2020. RENEWAL TERMS- This Agreement may be renewed for up to five additional one-year terms at the City's option. This action does not require specific City Council approval provided that the City http://apps.cfwnet.org/council_packet/Mc review.asp?ID=27205&councildate=8/20/2019 7/17/2020 M&C Review Page 2 of 2 Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. City staff anticipates that the costs for renewal years shall be approximately $500,000.00 per renewal term. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the recommendations, funds are available in the current operating budget, as appropriated, of the Water and Sewer Fund and that, prior to an expenditure being made, the participating department has the responsibility to validate the availability of funds. BQN\\ 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: Kevin Gunn (2015) Originating Department Head: Reginald Zeno (8517) Additional Information Contact: Cynthia Garcia (8525) Steven Rathers (2057) ATTACHMENTS http://apps.cfwnet.org/council_packet/mc_review.asp?ID=27205&councildate=8/20/2019 7/17/2020 City of Fort Worth Purchasing Request for Waiver of MBE/SBE Subcontracting/Supplier Goal PROJECT NAME:_19-0128 Anaerobic Digester Cleaning_ (Please check th proprlate box) • ITB RFP RFQ RFI CISV Other State Cooperative Program Reverse Auction OSole Source NOTE:All support documentation needs to be attached to this request. 19-0128 $100,000.00/May 23, 2019_ 958-12 BID/PROJECT NO. ESTIMATED BID/PROPOSAL DATE NIGP CODE (if applicable) (Attach your mailing list) Steven K Rethers 2057 04/19/2019 BUYER SIGNATURE EXTENSION DATE Prior to advertisement the contracting/managing department shall determine whether the, bid/RFP is one which MBE/SBE requirements should not be applied. MBE/SBE requirements may be waived upon written approval of the MWBE Manager. If one of the conditions listed below exists,the contracting/managing department shall notify the Manager via this form,stating the specific reason(s)for requesting a waiver. If the contracting/managing department and the Manager are in conflict over the granting of a waiver, either may appeal to the City Manager, or designee, whose decision is final. Please Check Applicable Reason: A. MWBE Office: A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the MWBE Office, in accordance with the MWBE or DBE Ordinance, because the public or administrative emergency exists which requires the goods or services to be provided with unusual immediacy; or B. MWBE Office: A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the MWBE Office, in accordance with the MWBE or BDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible; or C. MWBE Office: A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the MWBE Office, in accordance with the MWBE or DBE Ordinance, because the application of the provisions of this ordinance will impose an economic risk on the City or unduly delay acquisition of the goods or services; or D. MWBE Office: A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the MWBE Office, in accordance with the MWBE or DBE Ordinance, because the MWBE Waiver is based on the sole source information provided to the MWBE Office by the Purchasing Division Buyer. E. OTHER: Justify Commodity or Service Waiver Request: This ITB seeks bids to finalize Agreement for Cleaning Anaerobic Digesters for the Water Department.The purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. Please use additional sheets,if needed M/lAIRE OFFICE USE ONLY: ✓ Gwen Wilson Digitallyt oaz3Ynarai1-0s�oo' 4/23/2019 Approved Signature of M/WBE Authorized Personnel Date Not Approved Signature of M/WBE Authorized Personnel Date Rev.2.27-18 ATE A� CERTIFICATE OF LIABILITY INSURANCE D07/2612019DmYY) 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 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 Nadia Smith Marsh USA,Inc. NAME: 1166 Avenue of the Americas (212)345-0102 FAX No): New York,NY 10036 ADDRESS: nadia.smith@marsh.com INSURER AFFORDING COVERAGE NAIC# CN102105905-STND-GAWU-19-20 INSURER A:Steadfast Insurance Company 26387 INSURED Synagro Technologies,Inc. INSURER B:Zurich American Insurance Company 16535 435 Williams Court,Suite 100 INSURER C:American Zurich Insurance Company 40142 Baltimore,MD 21220 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: NYC-010681139-02 REVISION NUMBER: 7 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 J=WVD POLICY NUMBER MM/DD/YYYYI (MMIDDIYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY GPL0134653-05 08/01/2019 08/01/2020 EACH OCCURRENCE $ 2,000,000 CLAIMS-MADE Efl OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 300,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 6,000,000 POLICY M PEa [X]LOC PRODUCTS-COMP/OP AGG $ 4,000,000 OTHER: Professional Liability $ 2,000,000 B AUTOMOBILE LIABILITY BAP 924396007 08/01/2019 08/01/2020 COMBINED SINGLE LIMIT $ 5,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY Per accident $ AUTOS ONLY AUTOS ( ) HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB HCLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ C WORKERS COMPENSATION WC 9243961 08(ADS) 08/01/2020 X S PER OTH- B AND EMPLOYERS'LIABILITY YIN TATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE WC 9243962 08(ME,WI) 08/01/2019 0 01/2020 OFFICER/MEMBEREXCLUDED? N I A E.L.EACH ACCIDENT $ 1,000,000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) RE:Project:Cleaning and sludge dewatering for anaerobic digesters at the Fort Worth Village Creek WRF Affiliated Entity:Synagro Texas-CDR,Inc. City of Fort Worth Financial Management Services Department is/are Included as additional insured where required by written contract with respect to General Liability and Auto Liability. Waiver of subrogation is applicable where required by written contract and subject to policy terms and conditions. CERTIFICATE HOLDER CANCELLATION City of Fort Worth SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Financial Management Services Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn:Purchasing Division Bid#19-0128 ACCORDANCE WITH THE POLICY PROVISIONS. 200 Texas Street Fort Worth,TX 76102 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Nadia Smith i @ 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD