M&C Review


COUNCIL ACTION:  Approved on 9/27/2016 

DATE: 9/27/2016 REFERENCE NO.: **P-11939 LOG NAME: 13P16-0289 CHLORINE RAILCAR MJR WATER
CODE: P TYPE: CONSENT PUBLIC HEARING: NO
SUBJECT:   Authorize Purchase Agreements with Brenntag Southwest, Inc., for Liquid Chlorine Railcar Loads and Lhoist North America of Texas, Ltd., for Liquid Lime Slurry for a Total Amount Up to $690,000.00 for the First Year for the Water Department (ALL COUNCIL DISTRICTS)

RECOMMENDATION:

It is recommended that the City Council authorize Purchase Agreements with Brenntag Southwest, Inc., for liquid chlorine railcar loads and Lhoist North America of Texas, Ltd., for liquid lime slurry for a total amount up to $690,000.00 for the first year for the Water Department.  

 
DISCUSSION:

The Water Department will use these Agreements to purchase liquid chlorine in 90 ton railroad cars to treat potable water at the Rolling Hills Water Treatment Plant (WTP) and liquid lime slurry for the water treatment process at various WTPs throughout the City.  

The Invitation to Bid (ITB) consisted of detailed specifications describing liquid chlorine and liquid lime slurry requirements including delivery, meeting American Water Works Association (AWWA), and National Science Foundation (NSF) requirements.  The Water Department certifies that the bids received from Brenntag Southwest, Inc., and Lhoist North America of Texas meets the specifications required for the items that are being awarded.  No guarantees were made that a specific amount of required items would be purchased.  Items will be ordered on an as needed basis.

BID ADVERTISEMENT - This bid was advertised in the Fort Worth Star-Telegram on August 3, 2016, August 10, 2016, and August 17, 2016.  Forty-five vendors were solicited through the purchasing database system; three bids were received.

BID TABULATION - See attached Bid Tabulation.  

PRICE ANALYSIS - There is an overall 24 percent decrease in pricing compared to the previous Agreement awarded July 19, 2011 (M&C P-11266).  Water Department staff reviewed the proposed pricing and certified that the prices offered are fair and reasonable based on the bid received.

ADMINISTRATIVE CHANGE ORDER - An administrative change order or increase may be made by the City Manager in the amount up to $50,000.00 and does not require specific City Council approval as long as sufficient funds have been appropriated.

M/WBE OFFICE - A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the M/WBE Office, in accordance with the BDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible.

AGREEMENT TERMS - Upon City Council approval, this Agreement shall begin on September 28, 2016 and end on September 27, 2017.

RENEWAL OPTIONS - This Agreement may be renewed for up to four successive one-year terms at the City's option.  This action 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.

 
FISCAL INFORMATION/CERTIFICATION:

The approval of this action provides purchasing authority up to $690,000.00, as specified.  The Director of Finance certifies that 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 Water Department has the responsibility to validate the availability of funds.

BQN\\
TO
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

FROM
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

Submitted for City Manager's Office by:
Jay Chapa (5804)
Originating Department Head:
Aaron Bovos (8517)
Additional Information Contact:
Jack Dale (8357)
Jane Rogers (8385)

 
 
ATTACHMENTS
  16-0289 1295 Form.pdf
  16-0289 Liquid Chlorine Railcar Loads and Lime Slurry Bid Tab.pdf