HomeMy WebLinkAboutThermo Fluids, Inc - 120715AMENDMENT 1
TO THE CONTRACT FOR AUTOMOTIVE FLUIDS RECYCLING SERVICES
JEFFERSON COUNTY, WASHINGTON
THIS AMENDMENT is made and entered into this ]_� day of , 2015 by and between
the COUNTY OF JEFFERSON ("County"), acting through the Jefferson County Commissioners
and the Director of Public Works and by virtue of Title 36, REC, as amended and THERMO
FLUIDS, INC of Scottsdale, Arizona ("Contractor"). This Amendment modifies, clarifies and
amends the Contract between the County and the Contractor, dated May 12, 2014.
RECITALS
A. Whereas the value of collected used oil has covered recycling services and provided for
payments made to the County based on a percentage of indexed pricing pursuant to the
original Contract; and,
B. Whereas, the market value of used oil has fallen since the execution of the original
Contract to a level that will continue to cover the cost of recycling but no longer provide
for payment to the County.
NOW, THEREFORE, it is agreed that the sections titled "Detailed Pricing Chart"
appearing on page 9 of the original Contract be replaced with the attached "Detailed Pricing
Chart (revision 10.1.2015)" and that the section titled "Price Indexing Procedures' comprising
page 10 of the original contract be deleted. Should oil value rebound, Jefferson County reserves
the right to request adjusted price -indexed payment.
Page 1 of 3
IN WITNESS WHEREOF, the parties have executed this Amendment to be effective
as of the day and year above written.
Executed by the Contractor 9eteber-- 20i 5
Novk'Ni ?.%, 2.-t
Contractor Thermo Fluids, Inc.
By:
(Please Pc
(
CCTHERMF 1966DC
State of Washington, Contractor Registration Number
COUNTY
BOARD t;
Chair
i
Kathleen Kler, Member
Approved as rm only this
day of , 20
oo6j/��efPdVEb
David Alvarez RS �b r0 fM
Deputy Pross A d ey
!1<'
Monte Rem er—'3 rs P—'— Date '
Public Works Director/County Engineer
Page 2 of 3
THERMO tj�i FLUIDS
The Responsible Solution
Detailed Pricing Chart (revision 10.1.2015)
Item
Spent Antifreeze
Unit
GA
Fee or Payment
Fee
Price
$0.00
Used Oil
GA
No Charge / No Pay
$0.00
Used Oil Filters
55 -gal Drum
Fee
$12.00
Waste Fuels
GA
No Charge / No Pay
$0.00
Petroleum -bearing sludge
GA
Fee
$1.85*
Fuel Charge
Per Stop
Fee
$20.00
-Sludge collection may require a 5235.00 tee per profile test.
Response Times
Frequency: Frequency varies contingent on volume and location. Currently, our drivers are
dispatched to Port Townsend for oil collection every 21 days. This can be adjusted per
customer's request.
Unscheduled Collection Requests: Unscheduled requests can be serviced within 5-7 business
days of the request, if not sooner.
Drums: Open -head drums can be supplied and swapped out for used oil filter collection. TFI
will collect your full drums; take them to our Sumner facility where the filters will be crushed
into 20-]b cubes, load the filters onto a conveyor belt into an oven, which is fueled by the
remaining oil left in the crushed filters. We recycle the steel with a local rebar manufacturer.
Mountain States Region
3534 West 500 South
Salt Lake City, UT 84104
801.433.1114 Main
801.433.1120 Fax
Northwest Region
12533 SE Carpenter Or
Clackamas, OR 97015
503.788.4612 Main
503.788.4629 Fax
South Central Region
9900 North Crowley
Crowley, TX 76036
806.637.9336 Main
806.637.4505 Fax
Southwest Region
4301 West Jefferson St
Phoenix, AZ 85043
602.272.2400 Main
602.272.5590 Fax
Corporate Office
8925 E Pima Center Pkwy, #105
Scottsdale, AZ 85258
480 302 6221 Main
480.302.6599 Fax
To:
From:
Agenda Date:
Subject:
Department of Public Works
Consent Agenda
Page 1 of 1
Jefferson County
Board of Commissioners
Agenda Request
Board of Commissioners
Philip Morley, County Administrator
Monte Reinders, P.E.
Public Works Director/County Engineer
May12,2014
Contract, Automotive Fluids Recycling Services
Statement of Issue: Public Works Solid Waste Division provides for the ability of
residents and local businesses to recycle waste antifreeze, old fuels, used oils and oil
filters. This public service reduces the toxicity of the solid waste stream and
prevents ethylene glycol, petroleum chemicals and residual metals pollution of the
ground and water.
Analysis/Strategic Goals/Pro's & Con's: Price quotations were solicited and received
from three regional automotive fluids recyclers. Two companies provided quotes that
were responsive to the deadline and the requested service descriptions. Of the two
responsive quotes, Thermo Fluids, Inc. was favorable in terms of completeness, cost,
and with a history of satisfactory service as the previous (current) vendor.
Fiscal Impact/Cost Benefit Analysis: This service contract includes both service stop
charges and market -indexed payment to Public Works (used oils and mixed fuels.)
Waste antifreeze and used filters are without a unit charge. Based on the collection
history of these wastes, and at current indexed pricing, Public Works anticipates
revenue of $6.100 annually for these services.
Recommendation: Please sign 3 originals of the attached contract and return 2 to
Public Works for processing.
Department Contact: .Jerry Mingo, MRW Coordinator, x230!( ,
Reviewed By:
Philip Morley, County Administrator
Date
CONTRACT REVIEW FORM
CON7'R:1CT NN ITIL I bermo Fluids, Inc.
ON TRACT FOR: Aw oinotne iluuk Icc%c1mv Scrvice�,
COUNTY DEPARTNIEN'r: Public Works
For More Information Contact: Jerry Mingo, MRW
Contact Phone a, 13 6111 385-923019: C
RETURN TO: Gail RETURN BY:
AMOUNT: S49,0;6 (8 -Nr rcxenue after expenditures) PROCESS:
Recenuc:
I.xpcnditure:
Matching fund~ Required:
Sources(s)of %latching Funds
401 INN N110.3L'0.20ANNN)
401 W0010.343 -04I.000
tr!a
ti a
Pf 0 %L
2014
Exempt from Bid Process
Consultant Selection Process
Cooperative Purchase
Competitive Sealed Bid
Small Works Roster
x Vendor List Bid
RFP or RFQ
Other
Step 1: REVIEW BY RISK LJ y
ke%'ietchv-'-2!!!!!� i ��— /V/Vhdi Moyle%
Date Reviewed.
APPRO\ I.D FORM 71 Returned for revis'io❑ ee Comments)
Comments
Step 2: REVIEW BY PSE I ATTORNEY
Res iev. b) D"',
� \
Dale Rev
CC�AI'PR()A 1'D AS 10 1'OR.AI Returned for revision (Sec Cumm�nte) _
fnts
Step 3 11 e.p: id DEPAR I HIEN I %IAK 1, NF .% ISIONS AND RES1 B\IITS TO RISK Ml 'N,\GE 110 ,1 AND
PROSE(ft fIV, ,Cf FORS I
Step is (ON 1 R x( "TOR: CONSt.I T %A I tilt,AS APPROPRIATE NI NIBER OF ORICIV ALS
Step 5 SI HIM I10 SO( Y FOR %PPROA AI.
s:.
CONTRACT FOR
AUTOMOTIVE FLUIDS RF,Cl'CLING SERVICES
JEFFERSON ('01 NT)', WASHINGTON
THIS AGREEMENT, made and entered into this ��� daN of 2014, between tha COI NTY CJF
JEFFERSON (" CountN"), acting through the Jefferson County Cirnnmissi4ners and the Director of public W orks under
and by virtue off itle 36- RCW. as amended and THF.RMO Fl. LIDS, INC' of Scottsdale, Arizona i" -Contractor').
W
1 -1 -NESSE fH:
That in consideration of the terms and conditions contained herein and attached and made a part of this agreement. the
parties hereto covenant and agree as follows.
1 The Contractor agrees to furnish all labor and equipment and do certain s+ork, to -wit: That the Contractor herein
w ill undertake and complete the following described work:
Loading. Transportation, storage and recycling services of spent antifreeze, used oils, waste fuels r fluids ) and
used oil filters collected at Jefferson County Solid Waste facilities for the payments and tees described in Attachment A
(Specifications) which are by this reference incorporated herein and made a part hereof The Contractor shall perform am
alteration in or addition to the work pros ided in this contract and every part thereof:
The Contractor shall conduct the described work for the period beginning with the date of a Notice to Proceed and
ending date four years thereafter, with written renewal offer of up to tour years at the option of the County under the
original terms and conditions of the Contract, or as amended prior to a renewal offer, unless the County an&or the
Contractor provides written notice of termination at least nineth days prior to the end date -
The Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that
ma}be required for the provision of sen ices or transfer of materials and for completing the work provided for in this
Contract and every part thereof.
2 The County hereby promises and agrees with the (ontractor to employ. and does employ the Contractor to
provide the services described and to provide the same according to the attached specifications and the teras and
conditions herein contained, and hereby contracts to pay for the same according to the attached specifications and the
schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the condition provided fir in
this contract The County further agrees to employ the Contractor to perform am alterations in or additions to the work
provided for in this contract that map he ordered and to pa} for the same under the tern of this contract and the attached
specifications at the time and in the manner and upon the conditions prom ided for in this contract.
The Contractor for himself or herself. and for her or his heirs, executor, administrators. successors. and assigns,
does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor.
4 Prior to commencing work, the Contractor shall obtain at its own cost and expense the following insurance from
companies licensed in the State of Washington with a Best's rating of no less than A:VII- l'he Contractor shall provide to
the Count) Risk Manager certificates of insurance with original endorsements affecting insurance required by This clause
prior to the commencement of work to be performed.
I lie insurance policies required shall provide that thigh (30) days prior to cancellation, suspension, reduction or
material change in the polio. notice ofsame shall be given to the County Risk Manager by registered mail. recur receipt
requested, for all of the following stated insurance policies.
uwrtnim 'Ai1G116N ivt Ilmd�H<c.0 Lep �,�� _._
If any of the insurance requirements are not complied with at the renewal date of the insurance policy, payments
to the Contractor shall be withheld until all such requirements have been met, or at the option of the County, the County
may pay the renewal premium and withhold such payments from the moneys due the Contractor.
All notices shall name the Contractor and identify the agreement by contract number or some other form of
identification necessary to inform the County of the particular contract affected.
A. Workers Compensation and Employers Liability Insurance. The Contractor shall procure and maintain
for the life of the contract. Workers Compensation Insurance, including Employers Liability Coverage, in
accordance with the laws of the State of Washington.
B. General Liability(1) - with a minimum limit per occurrence of one million dollars ($1,000,000) and an
aggregate of not less than two million dollars ($2,000,000) for bodily injury, death and property damage unless
otherwise specified in the contract specifications. This insurance coverage shall contain no limitations on the
scope of the protection provided and indicate on the certificate of insurance the following coverage:
Broad Form Property Damage with no employee exclusion;
Personal Injury Liability, including extended bodily injury:
Broad Form Contractual/Commercial Liability including completed operations (contractors only);
Premises - Operations Liability (M&C);
Independent Contractors and Subcontractors; and
Blanket Contractual Liability-
(I)Note: The County shall be named as an additional insured party under this policy.
C. Automobile (2) - with a minimum limit per occurrence of $1,000,000 for bodily injury, death and
property damage unless otherwise specified in the contract specifications. This insurance shall indicate on the
certificate of insurance the following coverage:
I. Owned automobiles:
2. Hired automobiles: and,
3. Non -owned automobiles.
(2) Note: The County shall be named as an additional insured parry under this policy.
Any deductibles or self-insured retention shall be declared to and approved by the County prior to the approval of
the contract by the County. At the option of the County, the insurer shall reduce or eliminate deductibles or self-insured
retention or The Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses.
The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate
certificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of
the requirements stated herein.
Failure of The Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from
any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the
obligations concerning indemnification.
It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County
(including its employees and other agents and agencies), it being the intention of the parties that the insurance policies so
affected shall protect both parties and be primary coverage for any and all losses covered by the above described
insurance. It is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse
against the County (including its employees and other agents and agencies) for payment of any premiums or for
assessments under any form of policy. It is further agreed by the parties that any and all deductibles in the above
described insurance policies shall be asSUMed by and be at the sole risk of the Contractor.
20111
Contran Automome Flnida R,,vclmg Sacs 2011
It is agreed b% the parties that judgment: for which the C ounty atay be liable, in excess of insured amounts
provided herein. or any portion thereof. ntay be withheld from payment due. or to become due. to The Contractor until
such time as the Contractor shall furnish additional security covering such judgment as may be determined by the County.
The County reserves the right to request additional insurance on an individual basis toe extra hazardous contracts,
and specific service agreements.
Any insurance coverage for third patsy liability claims provided to the County 64 a `Risk Pool" created pursuant
To Ch =18.62 RCW shall be non-contributory with respect to any policy of insurance the Contractor must provide in order
to comply with this Agreement.
If the proof of insurance or certificate indicating the County is an "additional insured' to a policyobtained by the
Contractor refers to an endorsement (by number or name) but does not provide the fill text of that endorsement, then it
shall he the obligation of the Contractor to obtain the full text of that endorsement and forward that full text to the CountI
The Countv may, upon the Contractors failure to comply with all provisions of this contract relating to insurance,
withhold payment or compensation that would otherwise be due to the Contractor.
i. The Contractor shall Comply' with all Federal, State, and ]\seal laws and ordinances applicable to the work to be
done under this Agreement. Phis Agreement shall be interpreted and construed in accord with the laws of the State of
Washington and venue shall be in Jefferson County, WA.
Tate Contractor shall mdemnifv and hold the County, and its officers, employees, and agents harmless from and
shall process and defend at its own expense. including all costs, attorney fees and expenses relating thereto, all claims,
demands. or suits at law or equity arising in whole or in part, directlq or indirectly. from the Contractor's negligence or
breach of any of its obligations under this Agreement, provided that nothing herein shall require a Contractor to indemnify
the County against and hold harmless the County from claims, demands or suits based solely upon the conduct of the
Countv, its officers, employees and agents. and: provided further that if the claim's or suits are caused by or result from the
concurrent negligence of., {a) the Contractor's agents or employees. and. (b) the County. its officers, employees and
agents, this indemnity provision with respect to claims or suits based upon such negligence. and'or the costs to the County
of defending such claims and suits. etc.. shall he valid and enforceable only to the extent of the Contractor's negligence. or
the negligence of the Contractor's agents or employees.
Claims against the County shall include. but not be limited to assertions that the use and transfer of any sof v,are.
book, document, report. film. tape, or sound reproduction otmaterial of am kind. delivered hereunder. constitutes an
infringement of any copyright. patent, trademark. trade name. or otherwise results in an unfair trade practice or an
unla" ill restraint of competition.
I he Contractor specifically assumes potential liability for actions brought against the County by Contractor's
employ CO. including all other persons engaged in the performance of any work or serice required of the Contractor
under this Agreement and. Note]\ for the purpose of this indemnification and defense. the Contractor speciticalh waive es
any immunity under the state industrial insurance law. Title 51 R.C.W. The Contractor recognizes that this waiver was
specificallc entered into pursuant to provisions of R C Nk , 11544 t 5 and was subject of mutual negotiation.
6 Tete Contractor's relation to the County shall be at all times as an independent Contractor. and nothing herein
contained shall be construed to create a relationship of employer-employee or master -servant, and am and all employees
kit Contractor or other persons engaged in the performance of any work or service required of the Contractor under this
Aureement shall be considered employees of the Contractor onh and any claims that may arise on behalf of or against
said employees shall he the sole obligation and responsibility of the Contractor
I he Contractor shall not sublet or assign any of the ser ices covered by this contract without the express written
consent of the County or its authorized representatne Assignment does not include printing or other customary
rcrrnhur;able expenses that may he pro\ ided in an agreement.
� , _ ..i„ n..'. I.oini i fu d. .....b,, �. , , 11
X. 1 he CotiwN reserves the right to terminate this Contract b% Ln ing ninety dasa s+rinen notice to the Contractor.
The Connaceor resenes the richt to terminate this Contract hs gising nines.\ days Ncritten notice to the Counts
Notices to the Comm of .ieflerson shall be sent to the foIlo" ing address:
Jefferson Count\ Public %k or
ATT -N': Solid Waste Di%inion
623 Sheridan St_
Pan l ossnsend, Al A 98368
Notices to the Contractor shall he sent to the followine address
I hereto Fluids. Inc.
892> E Pinta Center Pk%v% a 103
Scntrdale. AZ 85258
,_. n <r,,,J, _
I\ WI FM SS W III R1 t tl . the Conliactor has ekecuted this instrument on the day and Fear f first
below written, and the Board of County Commissioners has caused this instrument to be executed by
and in the name of said Counts o1 .lefterson the daN and s ear first abox e vN riiten.
Faecuted b% the Contractor +'r Z'
Contractor_--�" 1
1 Ph•a.rr Fn't n/l
dliea.�e pt
State or P ashington. Contractor Registration `sumtxr
COIN I Y OF JEFFERSON
BOARD OF COMMISSIONERS
as to Cohn only:
Das id
Deputy
Date
9,• -cc- /IG
Monte ra. P.E. Date
Public Works Director/Count Enr_ineer
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION
I lie Contractor certifies u, the best of its knowledge and belief; that it and its priimpaI>
(1 ) Are not presently debarred- suspcudcd. proposed for debarment, declared ineligible, or voluntarily excluded front
co»ercd transactions by anv Federal department or agency:
(-') }lace not within a 3 -}car period preceding this proposal been convicted of or had a citd judgment rendered
against them for commission of fraud or a criminal offense in connection with obtaining. attempting to obtain. or
performing a public iFederal. State. or Mal) transaction or contras under a public transaction: violation of
federal or State antitrust statutes or commission of embezzlement, theft for ery_ bribee falsification or
destruction ofrecords. making take statements. or receiving stolen propem:
+) Are not presenth indicted for or otherwise criminally or civilly charged by a governmental enw\ (federal. State.
or local) pith commission of an} ofthe offenses enumerated in paragraph fZ) of this crnificadrm: and
(4) Have not vtithin a 3 -year period preceding this contract had one or more public transactions (federal. State, or
local) terminated for cause or default.
Where the Contractor is unable to certih to ane of the statements in this certification. wch Contractor shall attach an
explanation
Same of Contractor (Please print
! -
name and Title of .Authorized
signature of.. resentative
- - -
(Please print(
F I am unable to certify to the above statement. An explanation is attached.
ATTACHMENT A
SPECIFICATIONS FOR .xt`l'OMO FIVE FU IDS RE( N CLING SERVICES
General Snectficalions
I he intent of this Agreement is to protide for the collection. processing and reuse of antifreeze, used oils. mixed
fuels and oil filters in a safe and legal manner. F_thylene glycol antifreeze. petroleum and synthetic engine and
mechanical lubricating oils. mixed liquid fuels. hydraulic fluid (collectfvelc. "fluids") and spent oil filters are
collected h) Jefferson County Public Works from indik'idual "do-tt-sourcelf' (DYI) sources. The fluids can le
spent, unused or otherwise unwanted h - the generator Spent antifreeze includes that which has been diluted with
water for use as a coolant, and maN include emulsified oil residue from engines Nkith failed seals or gaskets. The
Public Forks Solid Waste Division operates waste collection facilities near Port Townsend. Quilcene, and Port
Ludlow The Count) reserves the right to add or remove sites during this Contract period.
'Resting is conducted bN bath Count% and Contractor to ensure that collected used oil meets federal criteria fix used
oil as found in Title 40 CFR Part 279 11 or as amended. and can be subsequently released fix sale by the
( ontractor.
Best management practices for the handling of used oils are being developed b) Washington State Department of
Ecology at the time of this writing. The Count\ and the Contractor agree to work in good faith to implement
emergent best management practices to the fullest degree practicable.
Routine testing for PCBs is an emerging practice at the time of this writing, and follows recent PCB contamination
of used oil at several used oil collection sites in w\ ashington State. Jefferson County intends to lock -out and test
collected oil from Quilcene. Port I_udlo-,+ and the Household Hazardous Waste facilities as this agreement goes into
effect. Lock -out and testing of the Jefferson County Transfer Station may commence following the development
and permitting of a second collection tank or in accordance with remedies prescribed by forthcoming best
management practices published by the State of Washington.
Ilie Counts agrees to schedule with the Contractor the pick-up of fluids and filters oils on an as -needed basis. f'hc
Contractor agrees to response times hereto attached.
"The Contractor agrees to field test used oil for non -PCB halogens to ensure le%cls below 1.000 ppm. Halogen
testing shall tike place at the COmntv's Rxrim of collection and prior to pumping into the contractor's transport tank
to present contamination of the latter. The Contractor agrees to conduct testing to ensure contamination does not
exceed levels prescribed in Title 40 CFR Par 279.11 prior to offering collected oil for safe.
l he Contractor agrees to issue payment fix all used oil and mixed fuels purchased from the County on the 15"' of
each month for the prior month's collected volumes. The County agrees to pay for all other products and sere ices
described in this agreement within ill days of the receipt of Contractors invoice.
Locations
m
Service Locations, 2014 O v
a v
w '
m —
Jefferson County Transfer Station
325 Landfill Rd, Port Townsend, WA 98368 F �a
360-385-0404
Service Hours: Mon. - Fri 8:00 a.m. - 4:00 p.m
i
Household Hazardous Waste Facility
282 10th St, Port Townsend, WA 98368
VO
360-385-9160
Service Hours: Mon. - Thrs by appointment
Quilcene Transfer Station
295312 State Highway 101
Qwlcene, WA 98376
Port Ludlow Marina
1 Gull Dr. Port Ludlow, WA 98365
a+ ( sa
360-437-0513 VO
I
Service Hours: Mon. - Fri- 9:00 a.m - 4'00 p.m.
' Transferred by County staff to the Household Hazardous Waste Facility
'Not accepted 4-1-2014
Scope of Services
1 he Contractor Hill undertake and complete the following described stork:
• Contractor shall load and transport all waste antifreeze used oils. mixed fuels and oil filters for recycling
front Jefferson County Facilities to a pernitted recycling facility.
Contractor shall protide the name, address, phone number and contact person for each permitted recycling
facility that will reccited fluids or filters originating in Jetierxmn County.
• AnN and all pernit and fees necessary for the Contractors operations shall be the responsibility of the
Contractor. 7'hc Counts maintains operating permits for its collection facilities.
+ On -specification oils and spent antifreeze s%ill be accepted by the Contractor on an as -is bases. and shall not
conduct on-site separations or processing stithout written approta] of the County.
• Contractor shall perlonn ser-Oces in eonf6nnance Stith Contractor established connpan} txzlicies and
procedures listed beloss and attached hereto:
0 1Mailed Pricing ('hart and Response Times
o Price Indexing procedures
o Sample Imoice
0
Detailed Pricing, Chart
0
THERMOFLUIDS-
The Re390n"'e SDA LM'
$pent Antifreeze
GA
fee
50.00
Oil
GA
Payment (indexed)
(50.85)
-Used
Used OA Filters
55 -gal Drum
Fee
$12-00 1
I Waste Fuels
l GA
i Payment (indexed)
($0.85)
Petroleum-bearingsludge
GA
' Fee
S1.85•
_Fuer Char a
Per Stop
Fee
$20.00 'i
1001111-1 mar m4m11 I I-'" iv.m R* `... ....
Index will be based on 38% of WTI Index average price of crude oil for the previous month. This will
determme the price of used oil each month. lump off price for is 50.85/gal.
EIA website link for WTI Index pricing is http ,ww % cia gmidnav'pCUpct�fii sot sl d n hint
Response Times
Frequency; Frequency vanes contingent or, volume and location. Currently, our dnvers are
dispatched to Port'rownsend for oil collection emery 21 days. This can he adjusted per
customers request.
Unscheduled Collection Requests: Unscheduled requests can be serviced within 5-7 business
days of the request; 1f not sooner.
Drums: Open -head drums can be supplied and swapped out for used oil filler collection. TF1
will collect your full drums; take them to our Sumner facility where the filters will be crushed
into 20-1b cubes, load the fitters onto a conveyor belt into an oven, which is fueled by the
remaining oil left in the crushed filters. we recycle the steel with a local rebar manufacturer.
-oarium sUle3 Ra9.o
3$34 W@31 500 SDVU
Saq, raze Gly VT 64'.94
891 433 1' 1a N ]
601 433 1 c 2@ F a.
ur•ci..m:
Horthweet Re9,01
'.7533 SE carpemer 01
Ciarlamas. OR 91015
503 166 4612 Man
�J 186 4679 Fa+.
soom Cenual Re9.0n
9306 Rath C.v.Aey
C,o *, TX 76036
&,)6 637 9336 M ,r
K* 6311505 Fa.
60v1hweat Re9l0n
4M1 Wet' Jl8erse.+5
Doom, AZ 85043
602 212 2400 Ma,
602 27.- 5590 Fax
CmPo,ale office
6925 E Pmu CmW Ps+r 1105
Sg13Wle AZ 452^ix
ago 302 622 i Mem
4K 302 6549 Fa.
0 0
THERMO+FLUIDS
The %sponRWe Solutm
Price Indexine Procedures
For used oil pricing based on an index, pricing for each month's collected volumes will be
calculated as a percentage, per gallon, of the prior month's low average posting of the West
Texas Intermediate (WTI) index. For example, if the index for the preceding month averaged
594.62 per barrcl and Customer 1s being paid 3890 of the index, the price to be paid, per gallon,
will be calculated by multiplying 94.62 by .38 and dividing by 42 (to convert from barrels to
gallons), resulting In a price of S.85 per gallon for the used oil collected in the then current
month. The parties will make all payments in U S Dollars.
WTI
Ds w.oae Solos "my"
__
o
VraeYu q Naa
Oeee
row
_ ._
WTI Cusrin9 Ouahoma
106!7
!06 29
100 54
91815
97 63
0452
11N,2a1.
tram -Eurwo
11129
1+160
10906
10779
+1076
10912
INr_.M14
i.
Now ♦p. Har" Re9mar1
2933
1797
181_4
2673
I736
.:.
1672
_ .......
+Bm.2e14
V S Gua Coast. Re91av
2 9t 1
2 604
2 490
2 4! t
2520
2 541
1916-70,4
Lea M906its
2925
2907
2761
2651
2615
2628
2aw.2e1.
NM YM 14anlor
2 959
2 961
2 940
2023
3 032
3 063
+M"i.
_
-
t4aw von Nr6m
3 069
3 046
3 W.
2 934
3 045
3 117
20n—Vi.
us GUN Coal
3 040
301,
2 935
2057
2 953
2 913
20Mda1.
Lee M9ele4
3103
3062
2972
2910
3002
2927
1182614
upte,.s.yyGLMCoal
3 003
2 934
289!
2 130
2 955
2 021
i a n+.
!.e�eR ..
tlom 9fMfv Too,
i D51
1 107
1 136
1 +11
1275
1 305
19021-21,+1
Mounbin Sb4, R.91o,
:534
Q1,
WMiUT T 1
BT
Sau :elC r1 [i=
BCS 433 1114 NO .
B:^,1 431 1 X12;• Ea,
2121. 2121, 2121. v.:. 2121 2121...
Nanh.e.l Rev..,
`2533 SE CaO Jv G
G.GamaS. OR 9701!
503 79Y 45T, Main
Sia 76A 4529 Fa.
South COMW 01.9r0n
0900
Non C,~O,
Tx 75036
b(E Cd' 9330
A06 Piz' 45.15 Fa.
Southva.l Re9ron
438+ Weel _lflMyOn s
Ph ,,,i A265043
EAR 212 2400 ALm
60i 212 5590 Fe.
co,%,wale o1RG
8925 E P,ma Canter pkwy. 1105
SF.olhaale, AZ 65258
490 302.622+ Man
480.302 6599 F..
0
TIERMO* FLUIDS
no Responsible Solutow
8925 E. Pima Canter Pkwy. Suite 105
ScOttWaN. AZ 85258
1-8864kU-2228 - Fax (480) 3026789
JEFFERSON CO PUBLIC WORKS
PO BOX 1200
PORT HADLOCK, WA 98339
Ll
INVOICE
INVOICE DATE 10212007
INVOICE NO: IN.1195992
CUSTOMER NO. 645430
JEFFERSON CO PUBLIC WORKS(DO NO
371 CHIMACUM RD
PORT HADLOCK, WA 98339
645430 IN.1195992 10/0212007
175 UO - Used 011 from Genemlor 0.00 0.00
125 UO - Other Petroleum Products (Jet, Diest 0.00 0.00
Ys
TF1 issues payments for all used oil purchased from the Customer on the 15th of
each month for the prior month's collected volumes. Payment for all other products
purchased by TF1 from the Customer will be made within 30 days of TF Is re(:cipl of
the Customer's invoice.
MAIL REMITTANCES TO:
MC�tQQPOx590482Bo2
PnoaJx. AZ 65036
PULAa/ PAY PROVE THIS WVOECE
OVEROEIE ACCOUNTS WILL of CHARGED A LATE
PAYMENT FEE OF 1 '4% PIER MONTH 113% ANNUALLY
Du. 10 M.q o "600A 3 sen NO DOW~ M Co Vk" 0TH d 3 W mc*� 0.00
� meed q WERE". VW in.r ....n YK,.p. n Y.1. WON"" a ff a y W W Vr
W YUA M" .btwn 3 ". n.r. M wo mu a rmwrr. Oba. 0~1 ya. "a0.00
. WP w"mmdw ••1•• 1 a;$W0 1Sa-75ft w� 2 Tn" ya 0.0C
Department of Public Works
O Consent Agenda
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Philip Morley, County Administrator
From: Monte Reinders, P.E., Public Works Director/County En!7�
Agenda Date: December 7, 2015
Subject: Execution of Contract Amendment 1 with Thermo Fluids, Inc. for
automotive fluids recycling services
Statement of Issue: The value of collected used oil has decreased in a global oil
market to an extent that payments to Jefferson County as detailed in the original
contract are no longer supported, but not to an extent that requires payment by the
County to recycle collected used oil.
Analysis/Strategic Goals/Pro's Et Con's: This contract provides for used oil recycling
opportunity for County residents and represents decreased pollution liabilities of
ground water, surface water and of solid waste stream toxicity. Amendment 1 does
not alter service pricing for other services. Amendment 1 was a favorable option when
compared with an alternative of exiting the contract and issuing a request for bids
due to the broader market place that affects all used oil collectors.
Fiscal Impact/Cost Benefit Analysis: Based on revenue to date in a fluctuating
market, an annual revenue loss is estimated to be $5,536. The Solid Waste Fund is
able to cover the reduced revenue.
Recommendation: Public Works recommends that the Board execute all three (3)
originals of the Amendment 1 and return two (2) originals to Public Works for further
processing.
Department Contact: Jerry Mingo, MRW Coordinator, 385-9160.
Reviewed By:
Philip Morl$ ountylkdrtrfnlsErator Date
CONTRACT REVIEW FORM
CONTRACT WITH: Thermo Fluids, Inc
OCT 29 2015
CONTRACT FOR: Automotive fluids recycling services TERM: 4 to 8 years -02��
COUNTY DEPARTMENT: Public
For More Information Contact: Jerry Mingo
Contact Phone #: (360) 385-9230
RETURN TO: Tina RETURN BY:
(Person in Denartmentl
AMOUNT: $500 PROCESS:
Revenue:
Expenditure:
Matching Funds Required:
Sources(s) of Matching Funds
Step 1:
401000010.34370.20.0000
401000010.53730.41.0000
n/a
n/a
�?i
Review by:
Date Reviewed:
APPROVED FORM
Comlilents
Step 2:
REVIEW BY
Review by:
Date Reviewed:
APPROVED AS TO FORM
2015
Exempt from Bid Process
Consultant Selection Process
Cooperative Purchase
Competitive Sealed Bid
Small Works Roster
Vendor List Bid
RFP or RFQ
X Other: Amendment
for revision (See
ATTORNEY
Returned for revision (See
David
Step 3: (If required) DEPARTMENT MAKES REVISIONS AND RESUBMITS TO RISK M7JEFF
PROSECUTING ATTORNEY
Step 4: CONTRACTORICONSULTANT SIGNS APPROPRIATE NUMBER OF ORIGINA
0;5Step
5: SUBMIT TO BOCC FOR APPROVALSubmit
originals and 6 copies of Contract and Review Form with Agenda Bill to BOCC Office.r;a,Place "Sign
Here' markers on all places the BOCC needs to sign.
MUST be in BOCC Office by 4:30 p.m. TUESDAY for the following Monday'sagenda.
(This form is to stay with the contract throughout the contract review process and accompany the Agenda Bill.)
G:\PW_Solid Waste\NEW FILE SYSTEM\MRW,CONTRACTS & AGREEMENTS1Auto Fluids Recycling\Thenno Fluids1015 Amendment I Contract Review
Fonn.doex