HomeMy WebLinkAboutContract 41788-A2 CITY SECRETARY
CONTRACT NO. /A YA Z'
STATE OF TEXAS §
§ KNOWN ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
SECOND AMENDMENT TO
CITY SECRETARY CONTRACT NO. 41788
THIS SECOND 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 James T. Bell, its duly
authorized President and CEO.
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 waste disposal 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, the parties wish to include the ability of the contractor to perform additional
services not specified in the original contract related to the transportation and disposal of
radioactive pipe and metals; and
WHEREAS,the parties agree that all other conditions, terms, and pricing shall remain the
same as stated in City Secretary Contract No. 41788;
NOW, THEREFORE, for and in consideration of the mutual covenants contained herein,
and other good and valuable consideration, the receipt and sufficiency of which are
hereby acknowledged and confessed, the parties hereto agree as follows:
1. Additional Services which may be Provided:
City Secretary Contract number 41788 is amended to include within the scope of services
the transportation to US Ecology's radioactive waste disposal site at Grandview Idaho
and the disposal therein of radioactive pipe and metals. All transportation and disposal
shall be in complete conformance with all applicable federal, state, and local laws and
using best engineering, safety, record-keeping, and management practices applicable to
the radioactive nature or the materials. The agreed price terms ai aq kiijows.
OFFICIAL RECORD
CITY SECRETARY
Second Amendment to Contract#41788 P�p� 1 f 2
Veolia ES Technical Solutions, LLC FT. WORTH, 1 f
o5-01 -1 2 PU 5 : 57 IN
• Transportation rate to US Ecology's radioactive waste disposal site near
Grandview, Idaho: $9,500 per trip with no additional return or turnaround charge.
• Disposal fee for radioactive pipe and metals at a federally approved waste site
licensed to accept the materials: $315 per ton;
2. 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 CONTRACTOR
Veolia ES Technical Solutions, LLC
BY: C.d....--+ BY:
Fernando Costa Jam s T. ell
Assistant City Manager President and CEO
Date: ¢130 AS
APP W1 ITNESS:
V
ichae Gange
Assistal t Direct
T/PW - ' nmental Services Division SEAL:
APPROVED AS TO FORM
AND LEGALITY:
o &,L-/'U-
Arthur N. Bashor o�v�°����a
Assistant City Attorney �ia,F0000T���
OP/019 o��d OFFICIAL RECORD
ATTEST: $ 0 CITY SECRETARY
a
00 0*0 FM WORTH, TX
0
a
Mary J. Kayser Z1 'l- Il 0OX'A►5 4'qa
City Secretary
C0httA()t Authorizatioi
Second Amendment to Contract#41788 1 �)�� � Page 2 of 2
Veolia ES Technical Solutions, LLC ��_
bat@ —
'M&C Review Page 1 of 2
Official site of the City of Fort Worth,Texas
CITY COUNCIL AGENDA FOR�orT1l
1
COUNCIL ACTION: Approved on 1/25/2011
DATE: 1/25/2011 REFERENCE NO.: **C-24690 LOG NAME: 20CITYHW-VEOLIA
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: 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 azardous, 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 list of criteria with weighted values to determine the
recommendation for award of contract. These measures included cost, qualifications 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 those measures, 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 months. The contract may be extended by subsequent 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 within 30 days of the expiration of the
term and does not require specific City Council approval provided that the City Council has
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=14554&councildate=1/25/2011 1/30/2011
}
M&C; Review Page 2 of 2
1
appropriated sufficient funds to satisfy the City's obligations during the renewal term.
A waiver of the M/ BE requirements was requested by the department and approved by the M/WBE
office because the purchase of services is from sources where subcontracting or supplier
opportunities are negligible.
FISCAL_ INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current operating
budget, as appropriated, of the Environmental Management Fund.
TO Fund/Account/Centers FROM Fund/Account/Centers
R103 539410 0204106 $150,000.00
Submitted_for Cittc_Mana_gees Office_by: Fernando Costa (6122)
Originating Department Head; William A. Verkest(7801)
Additional Information Contact: Michael A. Gange (6569)
ATTACHMENTS
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=14554&councildate=l/25/201 l 1/30/2011