HomeMy WebLinkAboutContract 36011-A2 City Secretary Contract No._2-J6011 Z
SECOND AGREEMENT TO RENEW
CITY SECRETARY CONTRACT NO. 36011
FORT WORTH WATER DEPARTMENT EMERGENCY RESPONSE CONTRACT
This Second Rcnewal Agreement("Agreement")is made and entered into by and between the
City of Fort Worth, Texas, a home rule municipal corporation situated in Tarrant, Denton, Parker,
and Wise Counties, Texas ("City"), acting by and through Fernando Costa, its duly authorized
Assistant City Manager. and Ace Pipe Cleaning, Inc. ("Ace") acting by and through its duly
authorized representative. City and Are may be referred to herein individually as a "Party", or
collectively as the"Parties".
Recitals
The following statements are true and correct and form the basis of this Agreement:
A. On September 19, 2007, the City Manager authorized a contract with Ace for
Emergency Response Services, City Secretary Contract No. 36011 (the "Contract").
B. On May 6, 2008(M&C C-22797), the City Council authorized the City Manager to
execute the first renewal of the Contract.
C. The Contract contains three one-year renewal options under which the Contract may
be renewed under the same terms, conditions, and unit prices.
Agreement
In consideration of the mutual covenants, promises and obligations contained herein, the
Parties agree as follows:
1. The Contract is hereby renewed and extended for the second one-year renewal period,
commencing on , 2009.
2. The unit price for Bid item#5,"Tanker Truck Utilization'will increase from$90.00 per
how to$110.00 per hour,based on the justification eontained in the proposal letter,dated
February 20, 2009, a copy of which attached and incorporated herein.
2. All other terms and conditions of the Contract shall remain in full force and effect.
OFFICIAL RECORD '
CITySECRETARY
FT.WORTH,Tx
City of Fort.Worth&Ace Pipe Cleaning Inc.
V Renewal Agreement
Page l of 2
03-18-09 A11 :45 IN
IN WITNESS WHEREOF, the parties have executed this Agreement on the 2..flt4^- day of
_YV\,C,(C !s , 2004.
ATTEST: CITY OF FORT WORTH
3
City Secre Fernando Costa
Assistant City Manager
Recommended:
contract Authoriz&tiox
D
tiat e i &�
S. Frank Crumb, Director
Water Department
Approved to Form and lity:
Amy J. R s
Assistant City Attorney
Ace Pipe Cleaning, Ine.
By:
Brine Jameson
Regional Manager
OFFICIAL RECORD
CITYSECRETARY
FT WORTH,TX
City of Fort Worth&Acc Pipe Cleaning inc.
1" Renewal Agreement
Page 2 of 2
Ace Pipe Cleaning Inc.
The Environmental Protection 5pecralists
Mr.Christopher Harder
1511 11th Avenue
Fort Worth,TX 76102
RE: City Of Fart Worth Emergency Contract No.36011
Mr.Harder,
Ace Pipe Cleaning agrees to renew the contract with one minor price increase.The"tanker'truck(line#5)costs
have increased to$110.00 per hour,portal to portal.
The price increase is passed along from our Tanker Trucking Company subcontractor as a result of their increased
cost of doing business.
Best Regards,
y Bruce Jameson
Regional Manager
Ace Pipe Cleaning Inc.
Ace Pipe Cleaning Inc. City Of Fort Worth Contract 430611 1-30-09
M&C Review Page I of 2
Official site of the City of Fort Worth,Texas
CITY COUNCIL AGENDA FaR�H
COUNCIL ACTION: Approved on 5/6/2008
DATE: 516!2408 REFERENCE NO.: **C-22797 LOG NAME: 6 0ACE RENEWAL
1
CODE: C TYPE: CONSENT PUBLIC HEARING: NO
SUBJECT: Authorize Execution of Renewal No. 1 of City Secretary Contract No. 36011 with Ace Pipe
Cleaning, Inc., for Emergency Response Services (Located Citywide) for the Water
Department in the Amount of$24,990.00
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute the first renewal of an
annual contract with Ace Pipe Cleaning, Inc., in the amount of$24,990,04 for the Fort Worth Water
Department Emergency Response Contract.
DISCUSSION:
On September 19, 2007, the City Manager executed a contract with Ace Pipe Cleaning, Inc., in the
amount of$24,994.00 for the Fort Worth Water Department Emergency Response Contract. The
contract allows for up to three renewals. The purpose of this Mayor and Council Communication is to
exercise the first renewal option. All terms, conditions, and unit prices contained in the original
contract are applicable,
The Fort Worth Water Department Emergency Response contract includes unit prices for emergency
mobilization, tanker trucking, vac-truck usage, sludge and debris removal and disposal and bypass
pumping. The purpose of the contract is to assist operations and maintenance personnel with
unforeseen, unscheduled, or emergency operations and maintenance activities at wastewater lift
stations, water plants, and the wastewater plant.
The project was advertised on August 9th and August 16, 2007, Bids were received on September
13, 2047. Ace Pipe Cleaning, Inc, was the only bidder.
M1WBE -A waiver of the goal for MMIBE subcontracting requirements was approved by the MMIBE
Office because the purchase of goods and services is from sources where subcontracting or supplier
opportunities are negligible.
This project is located CITYWIDE.
FISCAL INFORMATIONICERTIFICATION:
The Finance Director certifies that funds are available in the current operating budget, as
appropriated, of the Water and Sewer Fund.
http://apps.cfwnet.org/council_packet/me review.asp?ID=9578&eouncildate=51612008 2/9/2009
M&C.Review Page 2 of 2
TO Fund/Accoun Centers FROM nd/AccountlCenr tens
PE45 539120 0605002 K998.00
PE45 539120 0605 03 998.00
PE45 539120 06.50 011 $4,998.00
PE45 539120 0705011 $4,988.00
PE45 539120 0705006 $4,998,00
Submi ed for Cily Manager's Office by: Fernando Costa (8476)
Originating Department Head: S. Frank Crumb (8207)
Additional Information Contact: Chris Harder (8293)
ATTACHMENTS
http://apps.cfwnet.org/council-packet/mc_review,asp?ID=9578&councildate=5/612008 219/2009
i
to,�
in ex a my Response
Contract Worth Water Department F
Item Approx. Unit Description of Item with Unit Unit Price Amount Did
No. I Quantity Price Written in Words Bid
Turnish and install,including all appurtenant work,complete in place,the following
items
1. 2 EA Jolt Move In
rev c7 Dc)Uars
and-7—,-,r t3 Cents
Per mobilization,per work order $ $ a-
1 2 EA Emergency Job Move In
--7 e r3 Dollars
and - .P aJ Cents l
Per emergency mobiiimtion $ $
3. 24 HR Jet-Vac-Tr o ek Utilization
mmoWIA::1 —4( Dollars
and d.,P,ri Centsff
r Per truck,per Hour $ 040.Co $ 4 LO-00 u
4. 20 HR Large Jet-Vac-Track U iftation .
-Iwo h Dollars
and -2-eau Cents
-
Per truck,per Hour $ $ q f
5. 2Q HR Tanker Truck Utilization 14C64tovd 40
_a rj.jrc� _Dollars
4110-W pr r 1.
and N' Cents
Per truck, er hour $ 40. $ W dv r
6. 30 CY W ste Dis sal
Dollars
and cents
Per cubic yard material disposed S 44 K-jW $ 3SQ
7. 1 EA Bypass Pumping-G"pure up
fl'dl�s
and2,,�n] Cents
Per 6"pump installed $ $ I OC
8, 1 EA Bypass Pumping-8"pump set-ap
c ,•er url 7ollars
_
and Cents
Per 8"pump installed $ a� $ ��0 .
9. 1 20 HR Bypass Pumping Operation -
it" Dollars
and 14,7W Cents .
Per hour of pumping,per pump $ $
l
Fort Worth WaterDcpt 8-2 Prapoml
- F -V r 0.d-v:ao vI•I k'Aur- -N!1 UUZ Eastern Time Zone
CERTIFICATE NLFAWR
r C HI-001754914.07
PF>pOUCER 17iS CERTIFICATE q ISSUED AS A MATTER OFIINM]RMATION ONLY AND CONFERS
MARSH US A INC. NO RIGHTS UPON THE CERTIFICATE HOUR R OTHER THAN THIME PROVIDED w THE
500 WEST MONROE STREET POIIGT.THIS CERTtflCAM DOES NOT AMEND,ILMNO OR ALTER THE COVERAGE
CHICAGO,IL 00661 AProRDEDPJYTHEraOUCaMVOCRIDEDHEREIr.
Atm:Conlract.RavievrCSS�rnarsh.rnrn COMPANIES AFFORDING COVERAGE
COMPANY
27309-ALL.-ONES-0"9 ACE PI A Zu9ch American Insurance Company
INSURED � C{)1NPANNY
AGE PIPE CLEANING,INC. B
4000 TRUMAN ROAD -
KANSAS CITY,MO 64127-2290 COMPANY
C
COMPANY
Q
- i
TIM I$TO CEICTIFY THAT POL1015 OF PINSURINNCE DESCRWED HEREIN HAVE BEEN 133UED TO THE INSURED NAMED THEREIN FOR THE POLICY PERfpa IN9fCATEO.
NOTWTHSTANOING ANY RECUIREMENT,TM OR CONDrTION OF ANY CONTRACT OR CTHRR DOCUMENT WITH RESPECT TO WFYCH THE CERTIFICATE MAY BE raSUED OR MAY
PERTAIN,THE INSURANCE AFFORDED BY THE POLIGES DESCRMED HEREIN IB SUBJECT TO ALL THE TERMS,CONCRIDN5 AND EXtUJI6ION5 CF aUCH PQICIF3.AGGREGATE
LM ITS ISH NN MAY HAVE BEEN REDUCED E!T PALO CLANG,
CO TV OF INSURANCE POLiGI'MUYBER POLICY EFFrMVE POLICY EKIPJAA)IM LIMITS
LTG DATE[MWOD" DATEIMMIOD"
A 0EWRALLUBIuTY GLO9317201.05 10/31/08 10/31109 GENERAL AGGREGATE S 2,00C,000
X GOMMERCiAL GENERAL LIA9LITT PRODUCTS-COMPICP AGG S 2,00D,000
BE rLAMSMAOE a OCCUR PERSONAL aADV INJURY S 1,000,000
OWISR'S 3COWMACTORS PROT EACH OCCURRENCE '� 1,000,000
X• FRREOAIAGE cno" 5. 1,000,099
X PER PROJECT MED EYP wy era FM sa+l S 10,000
A ALMMDERLE uABILrrY SAP 9377199-05 10/31/08 10/31109
C�BfNED SINGLE LMT* s �,99a,a90
X
AHY AUTO
ALL OWNED AUT09 BODILY IWURY $
SCHEOULED AUTOS (Per person)
HIRED AUTOS 80047 INJURY g
N O%47jq NE0 AUTOS (P IV w%ftFN .
PROPERTY DAAAOE S '
GARAOI:LfABILTTY AUTO ONLY•EAAWDE7NT 5
ANY AUTO OTHER THAN AUTO ONLY:
EACH ACCIDINT S
AGGREGATE 6
EXCESS LIAMUTY RACH W-WRRENCE S
UNBRELLAFORM AGGREGATE $
'OTHER THAN UMBAELLA FORM S
A ZLpreRS•LIaB1uT7 WC9377202- 5 10131f98 10-/3-1 9 X TORYLMAITS ER
A WC 4275479-05(MA) 10/31/08 10131/99 EL EACHACC'OEN1T S 1,000,000
THE PROPRIETOR! INC. EL OISEASE-POLICY LIMITS 100,000
PARTNERSTE>EWTIVE
OPriCERSARE: X WsysE•6AcmEmPL Cry EE 1,640,000
WIMISK
DI:BCR nOMOFOPERATI ONSlLOCA-nowwEHSCLE&SPECIALHEMS
RE: FORT WORTH WATER DEPARTMENT EMERGENCY RESPONSE CONTRACT
CITY OF FORT WORTH IS AN ADDITIONAL INSURED UNDER GENERAL LIABILITY AND AUTOMOBILE LIABILITY,BUT ONLY To THE EXTENT
REQUIRED BY THEIR WRITTEN CONTRACT WITH THE NAMED INSURED FOR OPERATIONS PERFORMED BY THE NAMED INSURED.
SHOULD NOT CIF THE P LP3"DOCRIBEO HERNH CE CM10EULD S6CQE 111E O PIRA111h GATE TKME1F,
THE HSU RF-R IMFORLIIG COVERAGE H[1 BNOFIVOR TO NAIL "6 wArr9N NOTICE TO THE
CITY OF FORT WORTH GMTMOATE H OLDER MAMED HEREIN,er1T FALURETOUnt SUCH NGTOx SHALL NPOSE No DEL13ATIEN GR
1004 THROC KMORT OH
FORT WORTH,TX 7511, LUVX17T OP AW TWO UPON THE NS IMCR AFFORDING CWERAGE IT3 AGENTS OR REPRE NTATNEs.OR THE
LSSUER Cr-THIS Ll1764CATE
W NDIWED REPRESENIATNi
at Mmah USA Irr- •'
ELY: Mary Radesxewskl
-%606 AS OF 02110M9 —