Loading...
HomeMy WebLinkAboutPR 17805: CONTRACT FOR WASTEWATER LABORATORY SERVICES MEMORANDUM CITY OF PORT ARTHUR UTILITY OPERATIONS DEPARTMENT TO: Floyd T. Johnson, City Manager FROM: John Tomplait, Acting Assistant Director of Utilities DATE: July 25, 2013 RE: Proposed Resolution No. 17805 RECOMMENDATION I recommend the City Council approve PR No. 17805 authorizing the execution of a contract for Wastewater Laboratory Services (Pretreatment Testing) to Chemtex, of Port Arthur, TX, in the total amount of $12,075. This contract is for a one year period, with an option to renew for two additional one year periods with the City Council's approval. BACKGROUND These laboratory services are required by our TCEQ effluent permits for testing at our Main and Port Acres WWTP's, as well as at various industrial user connections for compliance with our Pretreatment Ordinance. These services include performing analyses on pollutants included in 40 CFR Part 122 Appendix D, Tables II and III at various frequencies throughout the year and at each Industrial User connected to our sewer system. Six (6) bid packets were sent out and we received three (3) bids on July 12, 2013. This contract is for a one year period with option to renew two additional one year periods. Bidder Table II Table III Pretreatment Total Bid A &B Laboratories $8,682. $2,538. $2,775. $13,995 Houston, TX CHEMTEX $6,000. $4,200. $1,875. $12,075. Port Arthur, TX Earth Analytical $8,556. $4,800. $2,365. $15,721. Beaumont, TX BUDGET/FISCAL EFFECT Funds are budgeted and available in the Utility Operations Department, Wastewater Conveyance Division budget, Account No. 410- 1256 - 532.54 -00. STAFFING/EMPLOYEE EFFECT Existing staff will administer this contract and monitor the contractor's performance. SUMMARY I recommend the City Council approve PR No. 17805 authorizing the execution of a contract for Wastewater Laboratory Services (Pretreatment Testing) to Chemtex, of Port Arthur, TX, in the total amount of $12,075. This contract is for a one year period, with an option to review for two additional one year periods with the City Council's approval. P. R. No. 17805 Page 1 JT RESOLUTION NO. A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT FOR WASTEWATER LABORATORY SERVICES FOR THE UTILITY OPERATIONS DEPARTMENT WITH CHEMTEX OF PORT ARTHUR, TEXAS, IN THE TOTAL ANNUAL AMOUNT OF $12,075. FUNDS ARE AVAILABLE IN ACCOUNT NO. 410- 1256 - 532.54- 00. WHEREAS, private contract laboratories are used to provide analytical laboratory testing services for the Pretreatment Testing of Wastewater Treatment Plants as well as at various industrial user connections for compliance with our Pretreatment Ordinance operated by the City of Port Arthur Utility Operations Department; and, WHEREAS, the City Council of the City of Port Arthur hereby desires to execute a contract for Wastewater Laboratory Services (Pretreatment Testing) for the Utility Operations Department to the lowest responsible bidder: Chemtex (see bid tabulation attached as Exhibit "A "); NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City of Port Arthur a contract with CHEMTEX of Port Arthur, Texas, for Wastewater Laboratory Services (Pretreatment Testing) in the total annual amount of $12,075.00 in substantially the same from as attached as Exhibit `B "; and, THAT, the Contract is for one year with an option to renew for two (2) additional one year periods upon City Council approval; and, THAT, 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 days written notice; and, P. R. No. 17805 JT Page 2 THAT, said Contract is an exact duplicate of a City Standard Form contract except for the changes described in the Certificate of Standard Form Contract, a copy of which is attached hereto as Exhibit "C ", and said changes are hereby approved; and, THAT a copy of the caption of this resolution be spread upon the minutes of the City Council. READ, ADOPTED AND APPROVED THIS day of , 2013 at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor Councilmembers: NOES: Deloris Prince, Mayor ATTEST: Sherri Bellard, City Secretary APP OVED TO FORM: Wt At /■ t • Valecia Tiz o , City Attoit''-y APPROVED FOR ADMINISTRATION: Floyd T. Johnson, City Manager Ross Blackketter, Director of Public Works Jo Tomplai', Acting Assistant Shawna Tubbs, CPPO, CPPB erector of Utilities Purchasing Manager APPROVED AS TO AVAILABILITY OFt X 11 5: De torah Echols, Director of Finance Account No. 410- 1256 - 532.54 -00. Exhibit "A" (Bid Tabulation) U • .2 E ,., O O 0 0 0 0 O O N N N '00 M F .2 E• U v M V — N o G 0 0 0 o g EA Q O M o M O m .c • U — CA ri s EA CO EA EA W .7 o° 0 Q 0 0 0, O o o°o o ° v_ ata `� Er M • N M O C 69 69 69 69 &9 O�' t Q U O O 0 O O 69 as Z p ° ° g O EA v3 v3 Mtn v� I24 a F 0 0 0 0 0I'� . V C (4 N .- v1 so ( � N O O M 10,0 0 � 0 •t U M EW. E • cs 69 o CA Cg C %) v' Z wi • O N Q F '^ 'r? to v 0 6A O oc r ai C `^ = 0 EA EA g C C S h • :C y a. V Q d N co N V v, Fro C 0. N 0. N 0. N R Q F. U C O �c a a a U co v) t d a�i g N' - a is. G z T� �, e v p W a m a D U N d F , 0 . d d N Ca ..., an d F —,, z cn .° 8= W cd N W y N 6. 6. y t O c W— m y c N m t� p s7 g E. . y 73. an a e F Z • m- 0.1 Q. a W E a, o 0 E • Z art x x a as oM e d ° F .� r " Uc © • X P. t rza F r. c a U da � °fie 11 F ' E.. a 3 �UF = N i 3 a c ` M .. °. f a d 0 • P. c — f A == d � 35.0 F = a" �, F F c o o a o a o G a 3 d � Z o _ ;w .. z $�Q ad F a o 7. a o m �Fd Q .' y c c o .oa r m F qv�F U `mod t z % F % XXyv G ) -XBFa °woYa awa z [ W- � , \ Fs ! \� ,� CCC U w N N F Exhibit "B" (Contract) WASTEWATER LABORATORY SERVICES PRETREATMENT TESTING CONTRACT AGREEMENT THIS AGREEMENT is made by and between an individual, firm partnership or corporation, Chemtex, of Port Arthur, Texas, hereinafter called "Contractor ", and the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called the "Owner" or "City ". WITNESSETH: That for and in consideration of the payments, terms, conditions and agreements set forth herein, Owner and Contractor agree as follows: 1. The term of this Contract shall be for one (1) year from the date of execution, with an option to renew for two (2) additional one -year periods with City Council approval. The City can terminate this contract at its convenience which includes, but not limited to, funding not being available in any budget cycle with tens days written notice. 2. The Contractor will perform Wastewater Laboratory Services (Pretreatment Testing) as stated in the Contract/Bid Documents. 3. During the term of this Contract, the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor, qualified supervision and other services necessary for the satisfactory completion of specifications and agreements contained herein for Wastewater Laboratory Services. 4. The Contractor agrees to perform all the work described in the specifications and contract documents and comply with the terms herein for the annual amount of $12,075, at the unit prices shown in the Bid schedule (attached). 5. The term "Contract Documents" means and includes the following: (A) Agreement (B) Advertisement for BIDS (C) Addenda (if any) (D) General Information (E) Specifications (F) Bid (G) 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 two (2) copies each of which shall be deemed an original on the date first above written. SIGNED AND AGREED to on the day of , 2013. WITNESS: CONTRACTOR: Chemtex SIGNED AND AGREED to on the day of , 2013. WITNESS: CITY OF PORT ARTHUR Sherri Bellard Floyd T. Johnson, City Secretary City Manager DELORIS "BOBBIE" PRINCE, MAYOR FLOYD T. JOHNSON WILLIE "BAE" LEWIS, MAYOR PRO TEM CITY MANAGER COUNCIL MEMBERS: City Of ea SHERRI BELLARD )44 CITY SECRETARY RAYMOND SCOTT, JR. 111 / ELIZABETH SEGLER � MORRIS ALBRIGHT III p t t'l h u ---. VAL TIZENO HAROLD L. DOUCET, SR. CITY ATTORN ROBERT E. WILLIAMSON Texas DERRICK FREEMAN KERRY "TWIN" THOMAS JULY 9, 2013 INVITATION TO BID CONTRACT LABORATORY SERVICES - PRE - TREATMENT PROGRAM DEADLINE: Sealed Bid submittals must be received and time stamped by 10:00 a.m., Central Standard Time, Friday July 12, 2013. (The clock located in the Purchasing office will be the official time.) MARK ENVELOPE: Pre - treatment DELIVERY ADDRESS: Please submit one (1) original by fax or e -mail of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR PURCHASING DEPARTMENT or PURCHASING DEPARTMENT P.O. BOX 1089 444 4TH STREET, 2ND Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid should be directed in writinji to: City of Port Arthur, TX Yolanda Scypion - Goudeaux, Purchasing Assistant P.O. Box 1089 Port Arthur, TX 77641 Yolanda @portarthur.net Questions concerning the Scope of Work should be directed in writing to: City of Port Arthur, TX Charles Shajari, Engineering Designer III P.O. Box 1089 Port Arthur, TX 77641 Charless@portarthur.net portarthur.net Purchasing Division /Finance Department 1 Purchasing Manager, Shawna Tubbs, CPPO, CPPB P.O. Box 1089 1 444 4th Street' Port Arthur, Texas 77641 1 409.983.8160 1Fax 409.983.8291 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left -hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE PURCHASING OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Shawna Tubbs, CPPO, CPPB Purchasing Manager Page 2 of 22 INVITATION TO BID CONTRACT LABORATORY SERVICES - PRE - TREATMENT PROGRAM (To be completed ONLY IF YOU DO NOT BID) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity /service only Yes No Does your company provide this product or services? Ar" Were the specifications clear? Were the specifications too restrictive? t/` Does the City pay its bills on time? V Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments /Other Suggestions: - cr , a r -t v ,mot P_ 1 q Company Name: Person Completing Form: Telephone: C C PE bb j 21-o9 2 :-7 5- Mailing Address: c � , Z ZSf�it c47 2.D_,� Email: City, State, Zip : Code: Date: R tL , * - 11 1 1Rori Page 3 of 22 SPECIFICATIONS FOR CONTRACT LABORATORY SERVICES PRE - TREATMENT PROGRAM General These specifications are for the furnishing of laboratory services for Influent and Effluent testing to the City of Port Arthur Utility Operations Department Wastewater Treatment Division (Main WWTP, 6300 Procter St. Ext. and Port Acres WWTP, 2901 W. Hwy. 365). The City reserves the right to award all items to one bidder, or award by item, as deemed to be in the best interest of the City. This is a one (1) year contract with the option to renew for two additional one -year periods. All analyses results for Table II & III must be received in TCEQ's format in order to prepare the reporting forms in a timely fashion. QA/QC results and completed chain of custody forms must accompany all reports. Contract laboratory must use current EPA - approved methodology on all analyses. Bids for laboratory services are to include a complete turnkey job, which also includes, sampling and sample pick up. No samples or sampling will be handled by City of Port Arthur personnel. All samples must be analyzed within the required holding times. Analyses shall be subdivided into self - explanatory categories. All bids are to include any fees not stated on specification sheet. Scheduling of all testing will be done through Donna King, Wastewater Utility Operations Supervisor and all reporting results to Charles Shajari Engineer Designer III at City Hall (P.O. Box 1089 Port Arthur, Texas 77640) Page 4 of 22 INDUSTRIAL PRE - TREATMENT PROGRAM TESTING SPECIFICATIONS Annual Pre - treatment Program composite sampling (once per year) on the following Industries. All testing shall be in accordance with the latest EPA 40 CFR edition and part 136 requirements. INDUSTRY NAME SAMPLE TYPE ADDRESS KCS Rail Composite 548 West 5th St. Port Arthur, Texas 77640 Southeast Texas Medical Center Composite 2525 Jimmy Johnson Port Arthur, TX 77640 Standard Alloys Composite 201 West Lakeshore Dr Port Arthur, TX 77640 JBS Composite 101 Houston Ave Port Arthur, TX 77640 Coastal Transport Composite 1100 HWY 365 Port Arthur, TX 77642 Eco -Water Industries Composite 6200 Procter St Extension Port Arthur, TX 77640 BOD Environmental Composite 9501 Jade Ave Port Arthur, Texas 77641 Triangle Waste Solution Composite 1000 South Business Park Dr Port Arthur, TX 77642 PARAMETER SAMPLE pH Grab Oil & Grease Grab TSS Grab BOD Grab Ammonia Nitrogen Grab Phenol Grab Arsenic Composite Cadmium Composite Chromium Composite Cyanide Grab Copper Composite Lead Composite Mercury Composite Nickel Composite Silver Composite Zinc Composite Note: all sampling shall be the same day 24 hr composite with automatic sampler or equal and approved sampling methods at each site. All report must be in numbers. No "BDL" or "MDL" will be allowed. The Bidder shall include in cost all equipment, personnel, chain -of- custody, pickup and delivery. Also, must provide qualification statement (certified by the state). Page 5 of 22 r CITY OF PORT ARTHUR, TEXAS BID SHEET BID FOR: Contract Laboratory Services BID DUE DATE: 6/12/2013 MAIN WWTP PRE- TREATMENT TESTING SPECIFICATIONS Main WWTP influent & effluent shall be analyzed for toxic pollutants listed in the Texas Surface Water Quality Standards (30 TAC Chapter 307 -Once per year) and in 40 CFR Part 122 Appendix D, Table II (once per year). (See attached list of parameters) ry�� BID: $ '� �"C'�c') . �!'� b per sample Main WWTP influent & effluent shall be analyzed for toxic pollutants listed in 40 CFR Part 122 Appendix D, Table III (once every three months 4 -Times per year). (See attached list of parameters) ink BID: $ �J C) ' a C) per sample "l 7 6 4 e-u2 PORT ACRES WWTP PRE- TREATMENT TESTING SPECIFICATIONS Port Acres WWTP influent & effluent shall be analyzed for toxic pollutants listed in the Texas Surface Water Quality Standards (30 TAC Chapter 307 Once per year) and in 40 CFR Part 122 Appendix D, Table I1 (once per year) (see attached list of parameters) BID: $ j C"3C pe r samp C c30 o 0 y °YlO-U "} -LP/YL Port Acres WWTP influent & effluent shall be analyzed for toxic pollutants listed in 40 CFR Part 122 Appendix D, Table III (once every six months -Twice per year) (see attached list of parameters) BID: $ 3 S per sample ,I G Q Fc�`?l . vN/i -fin- " Li 4 Total Bid for Industrial Pretreatment Program $ x 8 Sites '" • 6 COMPANY NAME STREET ADDRESS SIGNATURE OF BIDDER / P.O. BOX 4 1 .* W 2 C_ C_ kr711)DV ecv-&-t ,` x 64z — PRINT OR TYPE NAME CITY STATE ZIP TITLE AREA CODE TELEPHONE NO Q Yl A C.Orrrte jre2,S cic: Yr1 % - ? ? " ` - EMAIL FAX NO. Page 6 of 22 Table II - III & 30 TAC Chapter 307 - Pretreatment Program Annual Sample Report Form for Influent and Effluent Monitoring Results' Reporting month /year: _ to _ TPDES Permit No. Permittee: City of Port Arthur Treatment Plant: PRETREATMENT PROGRAM INFLUENT AND EFFLUENT MONITORING RESULTS Influent Measured in cDg /L Average Effluent Measured in Dg /L MARL, if Influent Average POLLUTANT Applicable o % Effluent in Ib /da (Actual Concentration of the (Actual Concentration Y or < MAL) MAHL 2 ( g�L) a or < MAL) 4 Date Date Date Date Date Date Date Date METALS, CYANIDE AND PHENOLS Antimony, Total 52,917.00 Arsenic, Total 10,583.00 100.00 Beryllium, Total 52,917.00 Cadmium, Total 465.70 5.66 Chromium, Total 52,917.00 25.69 Chromium (Hex) Chromium (Tri)5 7.53 Copper, Total 617.00 13.31 Lead, Total 8,427.60 12.49 Mercury, Total 47.60 0.09 Nickel, Total 7,829.10 682.17 Selenium, Total 15,875.00 9.41 Silver, Total 5,291.00 15.55 Thallium, Total 52,917.00 Zinc, Total 17,610.00 164.47 Cyanide, Available 6 494.00 Cyanide, Total 15,012.00 2.93 Phenols, Total 15,875.00 VOLATILE COMPOUNDS Page 7 of 22 PRETREATMENT PROGRAM INFLUENT AND EFFLUENT MONITORING RESULTS Influent Measured in Dg/L Average Daily Effluent Measured in cDg /L MARL, if Influent Average POLLUTANT Applicable o Effluent in lb/day (Actual Concentration /o of the Limit (Actual Concentration or < MAL) MAHL (OWL) a or < MAL) a Date Date Date Date Date Date Date Date Acrolein Acrylonitri le Benzene Bromoform 762.70 Carbon Tetrachloride See TTHM Chlorobenzene 60.44 Ch l orod ibromomethane Chloroethane 9929.46 2- Chloroethylvinyl Ether Chloroform See TTHM See Dichlorobromomethane TTHM 1,1-Dichloroethane 1,2- Dichloroethane 2.77 1,1 -Dich loroethylene 48.47 1,2- Dichloropropane 1,3- Dichloropropylene Ethyl benzene Methyl Bromide Methyl Chloride Methylene Chloride 1,1,2,2- Tetra- chloroethane Tetrachloroethylene N/A Page 8 of 22 PRETREATMENT PROGRAM INFLUENT AND EFFLUENT MONITORING RESULTS Influent Measured in Dg /L Average Daily Effluent Measured in og /L MARL, if Average Influent POLLUTANT Applicable o Effluent /o (Actual Concentration of the (Actual Concentration in lb/day i Limit a or < MAL) MAHL 2 3 or < MAL) Date Date Date Date Date Date Date Date Toluene 1,2- Trans- Dichloroethylene 1,1,1- Trichloroethane 90559.58 1,1,2 - Trichloroethane Trichloroethylene 4403.50 Vinyl Chloride 2986.03 ACID COMPOUNDS 2- Chlorophenol 2,4- Dichlorophenol 2,4- Dimethylphenol 4,6- Dinitro -o- Cresol NIA 2,4- Dinitrophenol 2- Nitrophenol 4- Nitrophenol P- Chloro -m- Cresol NIA Pentachlorophenol 3.03 Phenol 2,4, 6 -Tri ch l oroph en of BASE /NEUTRAL COMPOUNDS Acenaphthene Acenaphthylene Anthracene Benzidine 0.02 Page 9 of 22 PRETREATMENT PROGRAM INFLUENT AND EFFLUENT MONITORING RESULTS Influent Measured in rbg /L Average Daily Effluent Measured in cg /L MAHL, if Influent Average POLLUTANT Applicable Effluent in lb/day (Actual Concentration % of the Limit (Actual Concentration or < MAL) MAHL (fig /L) a or < MAL) 4 Date Date Date Date Date Date Date Date Benzo(a)Anthracene 5.83 Benzo(a)Pyrene 5.83 3,4-Benzofluoranthene Benzo(ghi)Perylene Benzo(k)Fluoranthene B is(2- Ch l oroethoxy)Methan e Bis(2- Chloroethyl)Ether Bis(2- Chloroi sopropyl )Ether Bis(2- Ethylhexyl)Phthalate 4- Bromophenyl Phenyl Ether Butylbenzyl Phthalate 2- Chloronaphthalene 4-Chlorophenyl Phenyl Ether Chrysene 58.28 Dibenzo(a,h)Anthracene 1,2- Dichlorobenzene 1,3- Dichlorobenzene 1,4- Dichlorobenzene N/A 3,3- Dichlorobenzidine Diethyl Phthalate Dimethyl Phthalate Di -n -Butyl Phthalate Page 10 of 22 PRETREATMENT PROGRAM INFLUENT AND EFFLUENT MONITORING RESULTS Influent Measured in 4ig /L Average Effluent Measured in Dg /L MARL, if Average Influent POLLUTANT Applicable u % Effluent in Ib /da (Actual Concentration of the (Actual Concentration Y or < MAL) MAHL 2 (g�L) s or < MAL) ° Date Date Date Date Date Date Date Date 2,4- Dinitrotoluene 2,6- Dinitrotoluene Di -n -Octyl Phthalate 1,2- Diphenyl Hydrazine Fluoranthene Fluorene Hexachlorobenzene 0.14 Hexachlorobutadiene 25.90 Hexachloro- cyclopentadiene Hexachloroethane 2000.28 Indeno(1,2,3 - cd)pyrene Isophorone Naphthalene Nitrobenzene 1676.50 N- N itrosodimethylamine N- Nitrosodi -n- Propylamine N- Nitrosodiphenylamine Phenanthrene 14.11 Pyrene 1,2,4 - Trichlorobenzene PESTICIDES Aldrin 1.41 Page 11 of 22 PRETREATMENT PROGRAM INFLUENT AND EFFLUENT MONITORING RESULTS Influent Measured in 'bg /L Average Daily Effluent Measured in d)g /L MARL, if Average Influent POLLUTANT Applicable o /o Effluent in Ib /da (Actual Concentration of the (Actual Concentration y or < MAL) MAHL ( Limit 3 or < MAL) 4 Date Date Date Date Date Date Date Date Alpha- N/A hexachlorocyclohexane (BHC) beta -BHC N/A gamma -BHC N/A (Lindane) delta -BHC Chlordane 0.01 4,4 -DDT 0.05 4,4 -DDE 0.05 4,4 -DDD 0.07 Dieldrin N/A alpha - Endosulfan 0.10 beta - Endosulfan 0.10 Endosulfan Sulfate 0.10 Endrin 0.01 Endrin Aldehyde Heptachlor 0.01 Heptachlor Epoxide 7.91 Polychlorinated N/A biphenols (PCBs) - The sum of PCB concentrations not to exceed daily average value PCB -1242 N/A PCB -1254 N/A - PCB -1221 N/A Page 12 of 22 PRETREATMENT PROGRAM INFLUENT AND EFFLUENT MONITORING RESULTS Influent Measured in 1Dg /L Average Daily Effluent Measured in Cog /L MARL, if Influent Average POLLUTANT Applicable Effluent in lb/day (Actual Concentration %o of the Limit (Actual Concentration or < MAL) MAHL (fig /L) 3 or < MAL) 4 Date Date Date Date Date Date Date Date N/A PCB -1232 N/A PCB -1248 N/A PCB -1260 PCB -1016 N/A Toxaphene 0.10 ADDITIONAL TOXIC POLLUTANTS REGULATED UNDER 30 TAC CHAPTER 307 Aluminum 466.17 Barium N/A Bis(chloromethyl) 0.14 ether 7 Carbaryl 0.94 Chloropyrifos 0.04 Cresols 94373.07 2,4 -D N/A Danitol 8 5.19 Demeton 0.24 Diazinon N/A Dicofol 1.56 Dioxin /Furans 9 1.01 Diuron 98.78 Fluoride N/A Guthion 0.02 Hexachlorophene 0.38 Page 13 of 22 PRETREATMENT PROGRAM INFLUENT AND EFFLUENT MONITORING RESULTS Influent Measured in IDg /L Average Daily Effluent Measured in Og /L MARL, if Average Influent POLLUTANT Applicable Effluent o /o in lb/day (Actual Concentration of the Limit (Actual Concentration or < MAL) MAHL 2 ((bg /L) s or < MAL) a r Date Date Date Date Date Date Date Date Malathion 0.02 Methoxychlor 0.07 Methyl Ethyl Ketone 7.15 Mirex N/A Nitrate - Nitrogen N/A N -N itrosod iethylamine 55.26 N- Nitro -di -n- 97.14 Butylamine Parathion 0.03 Pentachlorobenzene 48.06 Pyridine 95934.44 1,2- Dibromoethane 2.41 1,2,4,5- 1.75 Tetrachlorobenzene 2,4,5 -TP (Silvex) 361.92 Tributyltin 9 N/A 2,4,5 - Trichlorophenol 7691.74 TTHM (Total 2985.03 Trihalomethanes) Footnotes: 1. It is advised that the permittee collect the influent and effluent samples considering flow detention time through each wastewater treatment plant (WWTP). TCEQ 20218d Revised August 2008 TPDES Pretreatment Program Annual Report Form Page 14 of 22 BID OPENING DATE: July12, 2013 CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY ' 7 '1v I E ADDRESS P— Gy . cl Z 2,-.- CITY /STATE /ZI:P i 7 6 4 SEND PURCHASE ORDER TO: COMPANY � 41 M r ADDRESS � ®- � �X �'.� (7 2 Z. CITY /STATE /ZIP t(1 -41',U i J 774 1 TAX IDENTIFICATION NUMBER � � -- C �� 2 1 o �--(. Page 15 of 22 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: 1,/ I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. C'` H E tc - 7 fl 6 f Firm Name Date 4)1\ , Authorized Signature Title Name (please print) Telephone N A )2- c- C4t12 1/ 0± — C7)-- 1 VV1 Email STATE: "7"—>c"' COUNTY: 1 eE -. . -5.1.< 7'1 SUBSCRIBED AND SWORN to before me by the above named on this the day of , 20 Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 16 of 22 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80` Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1 -a) with a local governmental entity and the person meets requirements under Section 176.006 (a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7 business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who has a business relationship with local governmental entity. 2. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7' business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of a local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1 -a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes ED No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes I 1 No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes V No D. Describe each employment or business relationship with the local government officer named in this section. 4. C --( C � 6 Signature of person doing business with that g p g governmental entity Date Page 17 of 22 GENERAL INFORMATION: NOTE: It is extremely important that the Vendor, Bidder, and /or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s) /substitutions(s) deemed to be in the best interest of the City of Port Arthur. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. TERMINOLOGY: "Bid" vs. "Proposal " - -For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. Page 18 of 22 ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and /or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Utility Operations, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any -one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 Page 19 of 22 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set -off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub - contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. Page 20 of 22 SUB - CONTRACTS: The Contractor shall not execute an agreement with any sub - contractor or permit any sub - contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and /or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury $500,000 single limit per occurrence or $500,000 each person/$500,000 per occurrence for contracts of $100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or $500,000 each person /$1,000,000 per occurrence for contracts in excess of $100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of $1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of $100,000. 3. Commercial Automobile Liability Insurance (Including owned, non -owned and hired vehicles coverage's). a. Minimum combined single limit of $500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. Page 21 of 22 NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. Page 22 of 22 EXHIBIT "C" (City of Port Arthur) (Law Department) (Required From) (7/8/88) (10/5/89) (3/15/90) (9 -8 -94) (p.2 Revised 9/18/90) CERTIFICATE OF STANDARD FORM CONTRACT FOR LAW DEPARTMENT REVIEW AND CTY COUNCIL AGENDA I certify that the contract (hereinafter called "said contract ") affixed to the attached Proposed City Council Resolution No. 17805 is an exact duplicate of an applicable standard form contract (the title of which is shown below) previously approved by the Law department and adopted as a standard form by City Council Resolution, except for the blanks that have been filled in with all necessary information and except for the changes described below. The title of the applicable standard form contract is: [ ] Federally Funded Construction Contract, Revised 1/5/88, 7/89, 8/89; 4/28/94 [ ] Non - Federally Funded Construction Contract; Revised 1/5/88, 7/89, 8/89; 4/28/94 [ ] Federal — Professional Services — Engineering Contract, Revised 1/5/88, 5/89 (§10) 7/89 ( §8); 10/89; 2/91 ( §8) [ ] Non - Federal — Professional Services — Engineering Contract, Revised 1/5/88, 5/89( §10), 7/89( §8), 10/89; /19( §8) [ ] CDBG — Professional Services — Engineering Contract, Revised 1/5/88, 5/89( §10), 7/89( §8), 10/89; 2/91( §8) [ ] Federal — Professional Services — Non-Engineering (Consultant) Contract, Revised 1/5/88, 5/89 ( §10), 7/89 ( §8); 10/89; 2/91 ( §8) [ ] Non - Federal — Professional Services Non - Engineering (Consultant) Contract, Revised 1/5/88, 5/89 ( §10), 7/89 ( §8); 10/89; 2/91 ( §8) [ ] CDBG — Professional Services Non- Engineering (Consultant) Contract, Revised 1/5/88, 5/89 ( §10), 7/89 ( §8); 10/89; 2/91 ( §8) [x] Other Standard Form Contract, described as follows: Wastewater Laboratory Services (Pretreatment Testing) The changes are as follows: (Put an "x" in the appropriate [ ]) [x] None. [ ] The following described provisions at the indicated page, section, etc. of the standard form have been deleted from said contract: Page 1 of 3 (p.2 Revised 9/18/90) (Certificate of Standard Form Contract, page 2) DELETIONS Page Number Section or Paragraph No. and Subsection or Subparagraph Where Caption No. Deleted Provision Which and Caption Is Contains Provision Which Contains Provision Description of Found On Standard Form Deleted From Form Deleted From Form Provision Deleted None. [ ] The following described provisions at the indicated page, section, etc. of the standard form have been altered, modified, replaced or otherwise changed: ALTERATIONS, MODIFICATIONS, REPLACEMENTS, ETC. Page § & caption sub § & caption, etc. Sub § or Sub ¶ No. of said contract Page No. § or ¶ No. & Caption of & Caption Description which contains altered, etc. Where Standard Form which of of provision; & Provision Found Contains Provision Standard Form Provision Description of Alteration etc. on which in Standard Form Contains Provision Standard Form No Changes. Page 2 of 3 (p.3 Revised 9/18/90) (Certificate of Standard Form Contract, page 3) [ ] The following provisions have been added to Said Contract: Page, Section and Caption Subsection and Caption, etc of Said Contract Which Contains the Added Provision and Description Thereof No additions I further certify that said attached proposed City Council Resolution contains the following provision: "That said contract is an exact duplicate of a City Standard Form Contract except for the changes described in the Certificate of Standard Form Contract, a copy of which is attached hereto as Exhibit "A" and is hereby incorporated by reference, and said changes are hereby approved." I understand that this certificate will be relied on by the Law Department in reviewing and approving (or rejecting) as to form and by the City Council in reviewing and adopting (or rejecting) said Resolution and Contract. Signed this day of , 2013. Department Head Page 3 of 3