HomeMy WebLinkAboutContract 41788-A5STATE OF TEXAS
COUNTY OF TARRANT
CJ TV SECRITAIW /
.::oNTRACT NO. L l'lR~ -Pc 2
§
§
§
KNOWN ALL BY THESE PRESENTS:
FIFTH AMENDMENT TO
CITY SECRETARY CONTRACT NO. 41788
THIS FIFTH AMENDMENT to City Secretary Contract No. 41788 is entered into by
and between the City of Fort Worth ("City"), a home-rule municipality in the State of
Texas, acting through Fernando Costa, its duly authorized Assistant City Manager, and
Veolia ES Technical Solutions , LLC, a Delaware Limited Liability Company registered
to conduct business in Texas ("Contractor"), acting through Mitch Osborne, its duly
authorized branch manager.
WHEREAS , the City and Veolia ES Technical Solutions, LLC have entered into that
certain agreement identified as City Secretary Contract No. 41788 (also the "Contract")
commencing on May 17, 2011 for waste disposal services as authorized by Mayor and
Council Communication C-24690; and
WHEREAS, municipal contracts for services are exempt from the provisions of Chapter
252 of the Texas Local Government Code under the General Exemption provided for
procurements necessary to preserve or protect the public health or safety of a
municipality's residents; and ..
WHEREAS , that contract was for an initial term of one year and that contract provides
for the extension of the term of the agreement for up to three additional periods of one
year each; and . .. .. ~
WHEREAS, City Secretary Contract No. 41788 was extended by amendment for an
additional one-year term, from May 17, 2013 through May 16, 2014 in City Secretary
Contract No. 41788-A4; and
WHEREAS, the parties wish to extend the term of the initial contract for an additional
year commencing on May 17, 2014 ·through May 16, 2015, and sufficient funds have
been appropriated; and
WHEREAS, the parties agree that all other conditions, terms, and pricing shall remain the
same as stated in City Secretary Contract No. 41788 and as amended in the First
Amendment and Second Amendment to City Secretary Contract No. 41788;
NOW, THEREFORE, for and in consideration of the mutual covenants contained herein,
and valuable consideration, the receipt and sufficiency of which are
&f~1c'\A~~in.;t!01Q'ti and confessed, the parties hereto agree as follows:
CITY SECRETARY
fT. WORTH, TX
Fi o Contract #41788 RE CEIVED JU M>.,Q a9t 'fflW
Veolia ES Technical Solutions , LLC
1. Extended term of contract:
City Secretary Contract number 41788 is extended to include the term beginning on May
17 , 2014 and ending on May 16 , 2015.
2 . Compensation Not to Exceed Amount:
Compensation shall not exc eed one hundred fifty thousand dollars ($150 ,000 .00) for the
term of this amendment, billable according to the fee schedule and subject to all other
terms and condition s as stated in City Secretary Contract number 41788, and subject to
prior amendments.
3 . Miscellaneous:
All other definitions, terms , and conditions of City Secretary Contract number 41788
shall remain unchanged except as expressly set forth herein .
IN WITNESS THEREOF, the parties have executed this contract in triplicate in Fort
Worth, Texas, on the dates written below.
CITY OF FORT WORTH
BY:~~L---
Femando Costa
Assistant City M "ger
Date: 6/S I+ •
Fifth amendment to Con tract #41788
Veolia ES Te chnical Solutions, LLC
CONTRACTOR
Veolia ES Technical Solutions, LLC
Branch Manager
WITNESS:
ct, CORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 1/25/2011
DATE :
LOG NAME :
SUBJECT:
Tuesday , January 25, 2011
20CITYHW-VEOLIA
REFERENCE NO.: **C-24690
Authorize the Execution of a Contract with Veolia ES Technical Solutions, LLC, in an Amount Not to Exceed
$150,000.00 per Year for Packaging, Transportation and Disposal of Hazardous, Special and Solid Waste
Generated by the City
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract with Veolia ES
Technical Solutions , LLC, in an amount not to exceed $150,000.00 per year for packaging, transportation and
disposal of hazardous, special and solid waste generated by the City.
DISCUSSION :
Various City departments use products and/or generate wastes that cannot be disposed of by traditional solid
waste methods. To comply with federal and state requirements regarding such disposal, the Transportation
and Public Works Department, Environmental Services Division requires the services of a hazardous waste
disposal contractor. Materials for disposal under this contract include, but are not limited to solvents,
thinners, paints, pesticides, contaminated automotive fluids, acids/bases, printer/copier chemicals, and soil or
absorbent materials contaminated with spilled chemicals.
An Invitation to Bid was issued on October 6, 2010 for a contractor to package , transport and dispose of
hazardous , special and solid waste generated by the City. Bids were received on November 4 , 2010 from the
following companies:
Clean Harbors Environmental Services, Inc.
Envirosolve, Inc.
Green Planet, Inc .
Heritage Environmental Services , LLC
Progressive Environmental Services , Inc . dba Eagle-SWS
PSC Environmental Services , LLC dba Chemical Reclamation Services, LLC
SET Environmental, Inc.
Veolia ES Technical Solutions , LLC
Bids were evaluated based on a predetermined li st of criteria with weighted values to determine the
recommendation for award of contract. These measures included cost , qualification s and experience in
providing the required services , quality of services, legal and compliance record, and bidder's past
relationship with the City. Based on the total point distribution of tho se mea sures , City staff recommends
award of contract to Veolia ES Technical Solutions, LLC (Veolia). Total expenditures under this contract
will not exceed $150 ,000 .00 per year.
This agreement will commence on the date the contract is fully executed by all parties and will continue for a
period of 12 month s . The contract may be extended by subsequ e nt agreement of both parties for three
additional 12 month periods . Renewal may be effected by notice in writing by the City Manager or his
designated representative to the contractor withi n 30 days of the expiration of the term and does not require
specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the
City's obligations during the renewal term.
A waiver of the MIWBE requirements was requested by the department and approved by the M/WBE office
because the purchase of services is from sources w here subcontracti ng or supp li er opportunities are
negligible.
FISCAL INFORMATION:
The Financial Management Services Director certifi es th at funds are availab le in th e c urrent operatin g
budget, as appropriated, of the Environmental Management Fund.
FUND CENTERS:
TO Fund/Account/Centers
CERTIFICATIONS:
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
1. MWBE Waiver DEMl0-1 lHAZ.pdf
2. Rl03 53zzzz 0204106.pdf
FROM Fund/Account/Centers
Rl03 539410 0204106
Fernando Costa (6122)
William A. Verkest (7801)
Michael A. Gange (6569)
$150,000.00
'
POLICY ON APPROVALS AND EXECUTION OF LEGAL DOCUMENTS
VENA-Industrial Business Group (Hazardous Waste)
Type of Legal Document Approval(s) Required Signature Authority
I CUSTOMER/ VENDOR CONTRACTS
A. Bids, Proposals and Contracts with
Customers:
1. Standard Services (See Note #1)
2. Standard Agreement (See Note
#2)
1. Estimated annual value of $1 to $SOK.
(Annual Contract Revenue)
2 . Estimated annual value of $SOK to $SOOK
3. Estimated annual value of $SOOK to
$1.SMM
Also includes VENA Contracts with changes
approved by Regional Legal Counsel except
Indemnification, Customer/Contractor
warranties, Insurance, and Damages .
4. Estimated annual value greater than
$1.SMM
Notes:
1. Standard Services Include:
A. Treatment Services
B. Transportation and Treatment Services
Account Manager or Operations Account Manager, Operations
Manager Manager, Sales Manager or
Branch Manager
Sales Manager or Branch Manager Sales Manager or Branch Manager
Branch Manager and either Sr.
VP/VP-Operations or VP-Sales
Risk Memo
VP-Operations, VP-Sales and
President-and Risk Memo
VP Ops
Risk Memo
C. On-site/Material Preparation Services/Regular Reactives Projects
D. On-site Professional Services
Excludes any Project types not listed above and "High Hazard" Projects
2. Standard Agreement
A . 1 Page Agreement
B. S Page Agreement
Type of Legal Document Approvals Required Signature Authority
C. Bids, Proposals and Contracts with Customers -
Customer contracts (On "Their" Paper)
Purchase Orders
1. Estimated annual value of $1 to $50 Legal Review Approval Bran ch GM
Regional Legal Sales Manager
Branch GM
2. Estimated annual value of $SOK to $1 M. Legal Review Branch GM
Regional Legal VP Ops
Branch GM
Includes any amendment that does not change scope
of original agreement.
3. Estimated annual value >$1 M (Annually). VP Ops Risk Memo
Regional Legal
Risk Memo
Any Customer contract that requires CAPEX Risk Memo
I REAL ESTATE
I
A. Leases
1. Not more than $10K/mo ., not more than Regional Legal Branch Manager
$SOOK total for life of lease and not more VP
than 5 years in duration
2 . More than $10K/month, $SOOK total for VP Ops Risk Memo
life of lease or more than 5 years in Regional Legal
duration Risk Memo
Note: Short term equipment leases <$10k
just requires legal review and Branch GM
Signature .