Loading...
HomeMy WebLinkAbout055798-R4A1 - General - Contract - Walker Process EquipmentCSC No. 55798-R4A1 FOURTH RENEWAL AND FIRST AMENDMENT TO FORT WORTH CITY SECRETARY CONTRACT NO. 55798 BETWEEN CITY OF FORT WORTH AND WALKER PROCESS EQUIPMENT (DIVISION OF MCNISH CORPORATION) This first Amendment to Fort Worth City Secretary Contract No. 55798 ("Amendment") is made between the City of Fort Worth ("City"), a Texas home -rule municipal corporation, and Walker Process Equipment (Division of McNish Corporation)("Vendor"), individually referred to as "party" and collectively as "parties." WHEREAS, City and Vendor entered into an Agreement identified as Fort Worth City Secretary Contract No. 55798 beginning June 3, 2021 ("Agreement"); WHEREAS, the current term expired on June 2, 2025, with one one-year renewal options remaining unless terminated earlier in accordance with the Agreement; and WHEREAS, it is the collective desire of the parties to renew the Agreement and update the pricing of Exhibit F, with the understanding that the amendment does not increase the total compensation authorized under M&C 20-0462. NOW THEREFORE, known by all these present, the parties, acting herein by and through their duly authorized representatives, agree to the following terms, which amend the Agreement as follows: I. AMENDMENT The Agreement is hereby renewed beginning June 3, 2025 and expiring June 2, 2026, and amended by replacing Exhibit F with the document attached, hereinafter referred to as Exhibit F-1 of the Agreement. II. ALL OTHER TERMS SHALL REMAIN THE SAME All other terms, provisions, conditions, covenants and recitals of the Agreement not expressly amended herein shall remain in full force and effect. III. ELECTRONIC SIGNATURE This Amendment may be executed in multiple counterparts, each of which shall be an original and all of which shall constitute one and the same instrument. A facsimile copy or computer image, such as a PDF or tiff image, or a signature, shall be treated as and shall have the same effect as an original. OFFICIAL RECORD CITY SECRETARY Renewal and First Amendment to Fort Worth City Secretary Contract No. 55798 FT. WORTH, TX Page 1 of 4 [SIGNATURE PAGE FOLLOWS] [REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] Renewal and First Amendment to Fort Worth City Secretary Contract No. 55798 Page 2 of 4 Executed effective as of the date signed by the Assistant City Manager below. CITY: City of Fort Worth By: ' Name: e ' r Title: Assistant City Manager Date: 11/17/2025 Approval Recommended: By: (. t-irkm eL hfg�t Name: cA4aA% r (Nov 6, 2025 08:51:49 CST) Title: Water Director Attest: By: Name: Unnette S. Goodall font ,;pOF F�Rr Title: City Secretary VENDOR: Walker Process Equipment By: Name: Scott DeVore Title: CEO Date: 10-30-2025 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. By: Shalt,. Be land (Oct 30, 202514:40:30 CDT) Name: Shatabya Easley Title: Sr. Contract Compliance Specialist Approved as to Form and Legality: By: Name: D@kg*3lack (Nov 7, 202517:08:06 CST) Title: Sr. Assistant City Attorney Contract Authorization: M&C: 20-0462 Date Approved: 6/23/2020 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Renewal and First Amendment to Fort Worth City Secretary Contract No. 55798 Page 3 of 4 EXHIBIT F-1 See next page. Renewal and First Amendment to Fort Worth City Secretary Contract No. 55798 Page 4 of 4 VV'Ukt� Division McNish Corporation Dedicated to the Water and Wastewater Industry City of Fort Worth, TX Village Creek Water Treatment 4500 Wilma Lane Fort Worth, TX 76102 Attn: All Concerned Re: Price justification letter Walker Process Contract 34-1548 Walker Process Equipment A Division of McNish LLC 840 North Russell Avenue Aurora, Illinois 60506-2853 Phone — (630) 892-7921 Sales/Admin.— Fax - (630) 892-7951 Engineering — Fax - (630) 844-9590 Purchasing — Fax - (630) 892-7998 June 11, 2025 The pricing shown on Walker Process Equipment quote # 26760 is our current pricing for these items. Like many businesses, Walker Process has had increases to our material costs, labor costs, tariffs, etc., and unfortunately in some cases this leads to increased parts pricing to our customers on certain items. Walker Process is obligated to our customers to provide competitive quotations for replacement parts, and makes every effort to do so. Walker Process Equipment Division of McNish Corporation Brian Freeman Repair Sales (630)-264-5244 bfreeman@walker-process.com 05-12-2025 CONTRACT#: CUSTOMER: FORT WORTH TX VILLAGE CREEK WATER TREATMENT 4500 WILMA LANE ARLINGTON, TX 76102 CONTACT: RICHARD CISNEROS PHONE: 682-249-9521 QUOTE WALKER PROCESS 26760 A DIVISION OF MCNISH LLC 34-1548 840 N RUSSELL AVE AURORA, ILLINOIS 60506 PHONE: (630) 892-7921 FAX: (630) 892-7951 Brian Freeman (630) 264-5244 bfreeman@walker-process.com JOB NAME: VILLAGE CREEK FORT WORTH, TX QTY DESCRIPTION UNIT PRICE AMOUNT SHIPMENT 1 BEARING CAP MK 3-76 WPN 46827 585.00 585.00 STOCK 10 SHEAR PIN MK 3-133 WPN 136909 40.00 400.00 STOCK 1 DRIVE SPROCKET MK 3-120 WPN 242059 180.00 180.00 STOCK 1 WALKER TORQUE INDICATOR MK 07-00 WPN 135057 3,500.00 3,500.00 1 WEEK 1 OVERLOAD DIAPHRAGM MK 3-94 WPN 49814 15.00 15.00 STOCK 1 PINION MK 3-55 WPN 191624 7,750.00 7,750.00 STOCK 1 BEARING MK 3-80 WPN 25683 780.00 780.00 STOCK 1 DRIVE CHAIN MK 3-126 WPN 40902/41327 120.00 120.00 STOCK 1 WORM GEAR/WORM SHAFT SOLD AS SET. WPN 31708/31393 9,450.00 9,450.00 STOCK 1 SHEAR PIN COUPLING MK 3-127 925.00 925.00 STOCK 1 REDUCER/MOTOR MK 3-118 4,350.00 4,350.00 6 WEEKS 1 BEARING MK 3-75 WPN 388 35.00 35.00 STOCK 1 COUPLING SEPERATOR MK 3-129 WPN 242054 20.00 20.00 STOCK 97 BEARING BALL MK 3-8 WPN 25447 8.00 776.00 STOCK 1 SIGHT GLASS MK 3-106 WPN 135040 110.00 110.00 STOCK 1 OIL SEAL MK 3-77 WPN 17098 20.00 20.00 STOCK 1 PINION SEAL MK 3-63 WPN 17690 105.00 105.00 STOCK 1 WORM GEAR HUB MK 3-69 WPN 192126 2,850.00 2,850.00 STOCK 1 BEARING (CUP/CONE) MK 3-64 WPN 191594/191597 1,185.00 1,185.00 STOCK 1 BEARING (CUP/CONE) MK 3-56 WPN 191582/191585 400.00 400.00 STOCK 1 TRIM SEAL MK 3-15 WPN 342081 100.00 100.00 STOCK 1 FELT SEAL MK 3-9 WPN 38449 50.00 50.00 STOCK 1 SPUR GEAR HOUSING MK 3-1. WOULD SHIP FINISH 2O,500.00 20,500.00 3 WEEKS PAINTED W/ INSTALLED RACES AND PIPING. 1 INTERNAL SPLIT RING GEAR MK 3-10. WOULD SHIP 23,850.00 23,850.00 3 WEEKS FINISH PAINTED W/ INSTALLED RACES 3 BELLVILLE DISC SPRING MK 3-87 WPN 120932 70.00 210.00 STOCK 5 SHIM MK 3-91 WPN 49926 30.00 150.00 STOCK 1 OVERLOAD THRUST RING MK 3-83 WPN 49949 700.00 700.00 STOCK 1 CHAIN GUARD FRONT MK 3-151 WPN 137027 700.00 700.00 STOCK PG 1 OF 2 1 CHAIN GUARD REAR MK 3-147 WPN 137010 700.00 700.00 STOCK 1 GEAR RETAINER MK 3-72 WPN 192138 125.00 125.00 STOCK 1 SPACER MK 3-80A WPN 192156 285.00 285.00 STOCK 1 SHIM SET MK 3-67 WPN 194099/194105 90.00 90.00 STOCK 1 RETAINER MK 3-65 WPN 192108 850.00 850.00 STOCK 1 FILLER NECK MK 3-27 WPN 13108 50.00 50.00 STOCK 1 DIP STICK MK 3-28 WPN 9900 40.00 40.00 STOCK 1 SET OF REMOVABLE RACES MK 3-5/6/7 4,650.00 4,650.00 STOCK 2 GASKET MK 3-90 WPN 47531 20.00 40.00 STOCK 1 DRIVEN SPROCKET MK 3-123 WPN 136246 665.00 665.00 STOCK Net 30 Days after Shipment NOTE: THIS LIST AND PRICING OF SPUR GEAR DRIVE PARTS ARE FOR THE SPUR GEAR DRIVES PROVIDED UNDER WALKER REPAIR NUMBER 34-1548 ONLY!! FOR EXAMPLE: A DRIVE SPROCKET FROM THIS DRIVE 34-1548 WILL NOT MATCH A DRIVE SPROCKET FROM ANOTHER SPUR GEAR DRIVE. PRICING AND LEAD TIME WILL BE DIFFERENT FOR EACH DRIVE. IF THESE PARTS ARE ORDERED, THEY WILL NOT BE COMPATIBLE WITH OTHER WALKER SPUR GEAR DRIVES, ONLY THE DRIVES SUPPLIED UNDER WALKER REPAIR NUMBER 34-1548. Note: Prices are firm for thirty (30) days from this quotation. All prices quoted are based on buyers acceptance to the companies standard terms of sales, and/or additional terms on this quotation. Printed copies can be mailed upon written request. The prices quoted are subject to adjustment to reflect changes in the cost of material (A) and other items (B) to Walker Process Division of McNish Corporation that occur between quotation time and time materials are purchased as measured by: Taxes: Prices quoted by Seller do not include any federal, state, local, sales, use, excise or other taxes. Any tax applicable to Buyer's purchase of Seller's goods shall be paid by Buyer directly to the appropriate governmental authority. SIGNED DATE: Delivery Terms F.O.B. Aurora, IL or point of shipment with freight prepaid and added to the invoice. Payment Terms Minimum Order Net 30 Days of Order $50.00 NOTE: Walker Process Equipment accepts credit card payments for order not exceeding $9,000.00. Credit Card Orders are subject to a 3% credit card fee. Walker Process Equipment must be advised at the time of placing the order that payment will be made by a credit card. When ordering parts, please refer to Contract Number: 34-1548, and Quote No. 26760 BY: Brian Freeman - (630) 264-5244 REPAIR SALES Page 2 OF 2 6/25/2021 M&C Review CITY COUNCIL AGENDA DATE: 6/23/2020 REFERENCE NO.. CODE: C TYPE: Official site of the City of Fort Worth, Texas FORTIVIRTII **M&C 20- LOG NAME: 60VCWR OEM - 0462 WALKER CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Sole Source Purchase Agreement with Walker Process Equipment in an Amount Not to Exceed $1,250,000.00 for the First Year, and $250,000.00 for Each Additional Renewal Term for Original Equipment Manufacturer (OEM) Clarifier Drive Units, Components and Replacement Parts for the Village Creek Water Reclamation Facility (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize a Sole Source Purchase Agreement with Walker Process Equipment in an amount not to exceed $1,250,000.00 for the first year, and $250,000.00 for each additional renewal term for Original Equipment Manufacturer (OEM) clarifier drive units, components and replacement part for the Village Creek Water Reclamation Facility. DISCUSSION: The Water Department's Village Creek Water Reclamation Facility currently has twenty six (26) Walker Process clarifier units in service at the plant to maintain as well as two (2) full replacement projects for the first year to replace the drive units, center column and rake arms in clarifier units 1-6 and 13-20. This agreement will be used to fund the first year full replacement projects, and to obtain Original Equipment Manufacturer (OEM) parts to repair the remaining units when needed. The clarifier units are critical in the flow of the plant process, these units have to be able to handle the wastewater collected to prevent a backup or breakdown in the collection system. Walker Process Equipment is the sole source manufacturer of the Walker process clarifier drive units that are currently in operation at the wastewater treatment plant and Walker Process Equipment is the documented sole source dealer for the Texas region. No guarantee was made that a specific amount of goods and services would be purchased. MWBE: A waiver of the goal for MBE / SBE subcontracting requirements was requested by the Department and approved by the OBD, in accordance with the MWBE or DBE Ordinance, because the MWBE Waiver is based on the sole source information provided to the OBD Office by the managing department's project manager. The procurement is exempted from competitive bidding requirements because it is a purchase of materials for which Walker Process holds exclusive distribution rights in the Fort Worth - Dallas area as authorized by Section 252.022(7)((D) of the Texas Local Government Code. 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. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating and capital budgets, as previously appropriated, in the Water & Sewer Fund and the Water & Sewer Capital Projects Fund for the Sewer FY19 Non -Fleet Eqmt Purchase project to support the approval of the above recommendation and award of the sole source purchase agreement. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. TO Fund 1 Department Account Project Program Activity Budget Reference # Amount ID Year 1 (Chartfield 2) apps.cfwnet.org/counciI_packet/mc—review.asp?ID=28031 &councildate=6/23/2020 1/2 6/25/2021 M&C Review FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year � I _(Chartfield 2� Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS Dana Burghdoff (8018) Chris Harder (5020) Martin Phillips (8293) apps.cfWnet.org/council_packet/mc—review.asp?ID=28031 Uouncildate=6/23/2020 2/2 FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Walker Process Equipment (Division of McNish Corporation) Subject of the Agreement: Original Equipment Manufacturer (OEM) clarifier drive units, components and replacement part for the Village Creek Water Reclamation Facility. The amendment is renewing the contract as well as amending the pricing of the contract (price increase). M&C Approved by the Council? * Yes © No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes © No ❑ CSCO 55798 - 1st Amendment If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes ❑ No If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No © If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: 6/3/2025 If different from the approval date. Expiration Date: 6/2/2026 If applicable. Is a 1295 Form required? * Yes © No ❑ *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes © No ❑ Contracts need to be routed for CSO processing in the followin order:. 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.