HomeMy WebLinkAboutPR 23067: REPLACEMENT OF THE CHLORINE TRUNNIONS/SCALES AT THE WATER PURIFICATION PLANT E
City of g
ort rtlrur
Texas
INTEROFFICE MEMORANDUM
UTILITY OPERATIONS DEPARTMENT-ADMINISTRATION
Date: March 17, 2023
To: Ronald Burton, City Manager
From: Calvin Matthews, P.E., Water Utilities Director
RE: PR No. 23067 — Replacement of the chlorine trunnions/scales at the Water
Purification Plant
Introduction:
The trunnions/scales that store and monitor usage of chlorine in (8) one-ton cylinders for
disinfection in the Port Acres Wastewater Treatment Plant are in need of replacement. The
rollers that bear the weight of each cylinder are corroded and pose a public health and safety
danger should one of them break under the load. This is a violation of the Facilities Risk
Management Plan required by the Texas Commission on Environmental Quality and
Environmental Protection Agency and poses a threat to the health and welfare of the wastewater
treatment plant employees. The condition of the trunnions/scales needs to be addressed.
The Wastewater Treatment Division of the Water Utilities Department was only able to find 2
vendors to submit quotes for this type the,
work, and is seeking to replace the chlorine
trunnions/scales through Environmental Improvements, Inc. of Houston, Texas, who submitted a
quote of$27,844.52 for the equipment. The delivery time of the equipment is 8-12 weeks and a
quote for installation will be obtained as the delivery date approaches.
Background:
The trunnions/scales that store and monitor usage of chlorine in (8) one-ton cylinders for
disinfection in the Port Acres Wastewater Treatment Plant are in need of replacement. The
rollers that bear the weight of each cylinder are corroded and pose a public health and safety
danger should one of them break under the load.
Budget Considerations:
Funding is available in Water Utilities Department, Water Purification Division Account No.
410-40-210-5318-00-00-000, Building Maintenance.
Recommendation:
I recommend that the City Council approve PR No. 23067 to replace the chlorine
trunnions/scales at the Port Acres Wastewater Treatment Plant, as described/outlined above.
PR 23067
3/17/23 bw
Page 1 of 2
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
ENTER INTO A CONTRACT WITH ENVIRONMENTAL
IMPROVEMENTS, INC. OF HOUSTON, TEXAS FOR THE
PURCHASE AND INSTALLATION OF REPLACEMENT
CHLORINE TRUNNIONS/SCALES FOR THE PORT ACRES
WASTEWATER TREATMENT PLANT, IN THE TOTAL
AMOUNT NOT TO EXCEED $27,844.52; FUNDING IS
AVAILABLE IN WATER UTILITIES DEPARTMENT, WATER
PURIFICATION DIVISION ACCOUNT NO. 410-40-210-5312-00-00-
000,BUILDING MAINTENANCE.
WHEREAS, the trunnions/scales that store and monitor usage of chlorine in (8) one-ton
chlorine cylinders for disinfection in the City's drinking water at the Water Purification Plant are
corroded; and,
WHEREAS, a public health and safety danger would be imminent should one of them
break under the load; and,
WHEREAS, City staff has solicited vendors for quotes, but were only able to locate two
vendors that would provide quotes; and,
WHEREAS,Environmental Improvements, Inc. of Houston, Texas, submitted the lowest
quote of$27,844.52, attached as Exhibit"A", which meets our specifications.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF PORT ARTHUR:
THAT,the facts and opinions in the preamble are true and correct.
THAT,the City Council hereby authorizes the City Manager to enter into a contract, in
substantially the same form attached as Exhibit"B", with Environmental Improvements, Inc. of
Houston, Texas for the purchase and installation of replacement chlorine trunnions/scales for the
Water Treatment Plant, in the total not to exceed amount of$27,844.52.
THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City
Council.
PR XXXXX
3/17/23 bw
Page 2 of 2
READ, ADOPTED, AND APPROVED this the day of , A.D. 2023 at
a meeting of the City of Port Arthur, Texas by the following vote:
Ayes: Mayor:
Councilmembers:
Noes:
Thurman Bill Bartie
Mayor
ATTEST:
City Secretary
Sherri Bellard
APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION:
'Ltd ek/k- L
alecia Tiz o Ronald Burton
City Attorney City ager
vin atthews,
Water Utilities Director
APPROVED AS FOR AVAILABILITY
OF FUNDS:
Kandy Dani Cli 1.n Wi hiams CPPB
Finance Dir for Purchasing Manager
,, o G -7
Exhibit "A"
IA
it/
a o ° Ey
"o ll c) v a
V 0 CO,
i+ O N O
Z
6.
a) S.
u
et
as
0 o
at 0
y .
0 en cc:
1, C O N 4 u
O .O ZS ►�
r.+
. p a) eNe y p p
•C u t a) U 4 O
arN
� .d u _' > p N O
O
U a
u
O.
a4
w 0
of
o ..a a)
I.Cr O. U
u
A °'
a c.o
ci) u
0
4t
C r"
li
I )\i,5:
11lfPP
L
Exhibit "B"
•
PURCHASE AND INSTALLATION OF REPLACEMENT CHLORINE
TRUNNIONS/SCALES FOR WATER UTILITIES DEPARTMENT
THIS AGREEMENT, made this day of , 2023, by and
between the City of Port Arthur, a municipal corporation organized under the laws of the
State of Texas, hereinafter called "OWNER" or "CITY" and Environmental
Improvements, Inc. OF Houston, Texas. hereinafter called "CONTRACTOR"
WITNESSETH: That for and in consideration of the payment terms, conditions and
agreements set forth herein, OWNER and CONTRACTOR agree as follows:
1. The term of this Contract shall be from one year from date of the issuance of the
Notice to Proceed. The City can terminate this contract at its convenience which
includes, but is not limited to, funding not being available in any budget cycle with
ten(10) days written notice.
2. The Contractor will perform work as stated in the Contract Documents.
3. During the term of this Contract, the Contractor will furnish at his own expense all of
the materials, supplies, tools, equipment, labor and other services necessary to
connection therewith, excepting those supplies specifically not required of Contractor
in the Specifications.
4. The CONTRACTOR agrees to perform all the work described in the specifications
and contract documents and to comply with the terms therein for the following cost:
In the total amount not to exceed$27,844.52 for purchase and installation of replacement
chlorine trunnions/scales.
5. The term"Contract Documents" means and includes the following:
1) Agreement
2) Quote/Bid
3) Notice of Award
4) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors and assigns.
7. IN WITNESS WHEREOF,the parties hereto have executed, or caused to be executed
by their duly authorized officials,this Agreement in(2 copies) each of which shall be
deemed an original on the date first above written.
Signed on the day of . 2023.
ATTEST: CITY OF PORT ARTHUR
BY:
Sherri Bellard Ronald Burton
City Secretary City Manager
Signed on the day of , 2023.
WITNESS: ENVIRONMENTAL
IMPROVEMENTS,INC.
BY:
Print Name:
Title:
environmentalEl2 QUOTE
improvements, inc. QUOTE #: 1001
1183 Brittmoore Rd,Suite 100 Houston,TX 777043
t. 713-461-1111 f. 713-461-1821 DATE: 3/1/2023
BILL TO SHIP TO SALES CONTACT
CITY OF PORT ARTHUR PORT ACRES WWTP KIMON LYMBERRY
PORT ACRES WWTP JOE TESLAR 713-253-3749
KIMON(rD,EI2HOU.COM
Phone: Phone:
Fax: Email:
SHIP VIA PAYMENT TERMS ESTIMATED SHIP DATE EXPIRATION DATE
Best V v Net ;_ _ 60 Days
QTY PART# MFR DESCRIPTION UNIT PRICE EXT.PRICE
DR40 Electronic Chlor-Scale,Single
4 FORCE FLOW Tank Scale,4000 lb.Capacity, $4,120.27 $16,481.08
Electronic Shear Beam Load Cell
w/20 ft Cable
SRG2-2SOLO G2 Digital Indicator,Dual
Channel,Backlit LCD Display,(2)
2 FORCE FLOW Adjustable 4-20mA Outputs, $2,587.82 $5,175.64
Keypad Operation,110-250VAC,
NEMA 4X Enclosure
21 LRoller Storage Trunnions for
4 FORCE FLOW CL2/SO2 Ton Container,1 Set, $546.95 $2,187.80
Stainless Axles,UHMW
Polyethylene Wheels
1 Installation of items above $4,000.00 $4,000.00
SUBTOTAL $27,844.52
TAX
Shipping is not included unless stated above. If not stated above, freight charges will TOTAL $27,844.52
PREPAID & ADDED to invoice at time of shipment
IF AN ORDER IS PLACED,PLEASE VERIFY THAT THE"BILL TO"AND"SHIP TO"ADDRESSES LISTED ABOVE ARE CORRECT.ENVIRONMENTAL IMPROVEMENTS,
INC.MUST HAVE A NAME AND PHONE NUMBER OF A JOB SITE CONTACT THAT WILL ACCEPT THE SHIPMENT;IN ADDITION TO 1 OF 3 OPTIONS LISTED BELOW
BEFORE THE ORDER CAN BE PROCESSED.
1.CREDIT CARD ORDER-CUSTOMER MUST SUPPLY CARD NUMBER,SECURITY CODE ON BACK OF CARD,EXPIRATION DATE,NAME ON CARD,BILLING
ADDRESS,PHONE NUMBER AND EMAIL.CUSTOMER MUST SIGN AND DATE QUOTE THEN RETURN FOR PROCESSING.
2.VERBAL PURCHASE ORDER-CUSTOMER MUST SIGN AND DATE QUOTE THEN RETURN FOR PROCESSING.
3.PURCHASE ORDER NUMBER-CUSTOMER MUST SUPPLY SIGNED AND DATED HARD COPY OF PURCHASE ORDER OR WRITE PURCHASE ORDER NUMBER
ON ORIGINAL EI2 QUOTE.CUSTOMER MUST SIGN AND DATE QUOTE THEN RETURN FOR PROCESSING.
Acknowledged By Date