Loading...
HomeMy WebLinkAboutPR 23094: REPLACEMENT OF THE CHLORINE TRUNNIONS/SCALES AT THE PORT ACRES WASTEWATER TREATMENT PLANTPr City of -.... A 4 .., ,_ li ort rthu Tc.i us 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. 23094 — Replacement of the chlorine trunnions/scales at the Port Acres Wastewater Treatment Plant Introduction: The trunnions/scales that store and monitor usage of chlorine in (8) one-ton cylinders for disinfection at 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 Risk Management Plan required by the Environmental Protection Agency. 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 of 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 2-3 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 at 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 Account No. 410-40-225-5318-00-00-000, Equipment Maintenance. Recommendation: I recommend that the City Council approve PR No. 23094 to replace the chlorine trunnions/scales at the Port Acres Wastewater Treatment Plant, as described/outlined above. PR 23094 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 PLAN IN THE TOTAL AMOUNT NOT TO EXCEED $27,844.52; FUNDING IS AVAILABLE IN WATER UTILITIES ACCOUNT NO. 410-40-225-5318-00-00-000, EQUIPMENT MAINTENANCE. WHEREAS, the trunnions/scales that store and monitor usage of chlorine in (8) one-ton chlorine cylinders for disinfection in the City's wastewater at the Port Acres Wastewater Treatment 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; and, THAT,the City Council hereby authorizes the City Manager to enter to a contract for the purchase and installation of replacement of chlorine trunnions/scales for the Wastewater Treatment Plant from Environmental Improvements,Inc. of Houston,Texas in the total not to exceed amount of$27,844.52, as delineated in Exhibit "B". THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. PR 23094 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: Sherri Bellard City Secretary APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: PA-k IX)43 alecia Tiz o Ronald Burton City Attorney City Manager Calvin Matthews,P.E. Water Utilities Director APPROVED AS FOR AVAILABILITY OF FUNDS: Kandy Daniel Clifton Williams, CPPB Finance Director Purchasing Manager Exhibit "A" ± - \' ▪ \ - ..Z....\ / § # 4© orl / ■ O v / K m .. § § i E B 0 "0 AT 2 -. 5 m ƒ P : 2 y\ J ¢ 2 N c . E \ § \ E - \ f t n 2 § / 4 \ 7 2 ¢ \ E * - $ - ' E e 2 c0 0 2 ■ / e / E / / E vl A ) C t4 o $ rn ~ Elf o UPI rt. p 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 an amount not to exceed$27,844.52 for Replacement of chlorine trunnions/scales 5. The term"Contract Documents"means and includes the following: 1) Agreement 2) 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: El2 environmental 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 KIMONnEI2HOU.COM Phone: Phone: Fax: Email: SHIP VIA PAYMENT TERMS ESTIMATED SHIP DATE EXPIRATION DATE Best Way Net 30 2-3 WEEKS 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/S02 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 527,844.52 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