Loading...
R-2023-123 - 4/27/2023 RESOLUTION NO. R-2023-123 WHEREAS, the City of Round Rock ("City") desires to complete the East Regional Wastewater Treatment Plant Clarifiers 1 & 2 Rehabilitation Project; and WHEREAS, Section 252.022(4) of the Texas Local Government states that expenditures for items available from only one source are exempt from competitive bidding requirements; and WHEREAS, Environmental Improvements Inc. is the sole source provider of the goods and services being purchased, as shown in Exhibit "A," and incorporated herein for all purposes; and WHEREAS, the City desires to enter into a "Standard Form of Agreement Between Owner and Contractor" with Environmental Improvements Inc. for the East Regional Wastewater Treatment Plant Clarifiers 1 & 2 Rehabilitation Project, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a "Standard Form of Agreement Between Owner and Contractor" with Environmental Improvements Inc. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 27th day of April, 2023. CRAI OR , Mayor City of Round k, Texas ATTEST: MEAGAN KS, ity Clerk 0112.20232 4963-5144-7134 EXHIBIT „A„ City of Round Rock Purchasing It= TEXAS Justification Form Date: 10/04/2022 Department Utilities Name: To: Purchasing Requestor Michael A. De Santis Jr. Name. Phone 512-218-2005 Number: Instructions: Complete this form for all purchases that will exceed $3,000 and will be exempted from competition as prescribed in Texas Local Government Code Chapter 252.022.Attach additional information as needed to support the exemption request. The City declares the competitive bidding procedures in Texas Local Government Code Chapter 252 to be exempt for this procurement. This Justification Form is executed and filed with the Purchasing Division as follows: 1. The undersigned is authorized and certifies that the following exemption is applicable to this purchase. Please check the criteria listed below that applies to this purchase request: ❑ Sole Source(check one) ❑ Items that are available from only one source because of patents, copyrights, secret process, or natural monopolies. ❑ Films, manuscripts or books. ❑ Gas,water and other utilities. ❑ Captive replacement parts or components for equipment ❑ Books, papers and other library materials for a public library that are available only from the persons holding the exclusive rights to the materials ❑ Public Calamity • A procurement made because of a public calamity that requires the immediate appropriation of money to relieve the necessity of the municipality's residents or to preserve the property of a municipality. ❑ Public Health and Safety • A procurement necessary to preserve or protect the public health or safety of the municipality's residents. Unforeseen Damage • A procurement necessary because of unforeseen damage to public machinery, equipment,or other property. ❑ Personal, Professional or Planning Services • A procurement of personal, professional, or planning services 1 � 1' age 2. Justification: Describe in detail below why an exemption according to Section 252.022 of the Local Government Code is being submitted for this purchase. (Attach additional pages if needed) Clarifier#4 drive was damaged suddenly and needs to be replaced ASAP. 3. Attach and submit the following documentation that supports this justification as applicable. • Vendor's proposal/quote. • If sole source a Manufacturer's letter declaring the purchase is sole source and why.The letter should be no older than 6 months old and signed by an authorized representative on company letterhead. 4. Because the above facts and supporting documentation the City of Round Rock exempts this procurement from LGC Chapter 252 and intends to contract with: Vendor Name: Environmental Improvements Description: Clarifier Drive Sales& Repairs 5. Check the purchase type and fill in the dollar amount and purchase term as applicable ❑✓ This is a one-time purchase request for$ 72,159.00 ❑ This is a term contract requ ths) in the f$ �2 �� 10/04/2022 Recommended By Requestor Date i 04/2022 Approved By Dspar#merttlVfan ger, ector or Director Date Purchasing Office ui..n.ic (Nw 1,202210SO CDT) 11/01/2022 Review Purchaser Date 11/01/2022 Purchasing Office D.Ad CA W(NdO 1,202110:59CDT( Management Review Purchasing Manager(over$50,000) Date 2 Page 2607 N.Grandview Blvd.Suite 130 Waukesha,WI 53188 Phone:262-547-0141 2VOQUA Fax:262-547-4120 NVu EIi 10-HNOWA-,IhS Sole Source Letter Date: 02/17/2023 Company: City of Boerne,TX From: Gina Alberti Tel:830-248-1538 Tel: 262-521-8511 Subject: Orbal Equipment—Quotation Fax:262-521-8249 Email: Gina.Alberti@evoqua.com This document is to confirm that Evoqua Water Technologies, LLC is the sole source provider for the components originally supplied under Contract#16191, Orbal Aeration Equipment. Evoqua Water Technologies, LLC is the original O&M Manufacturer of these parts reflected on Quotation 2019-318515,and is the only source for the replacement parts. Environmental Improvements, Inc is the only authorized sales representative and parts provider for Evoqua Water Technologies, LLC. If I can be of further assistance or should you have any questions, please feel free to contact me. Sincerely, Gina Alberti Evoqua Water Technologies, LLC. environmental E 2 improvements inc. Quotation P.O. Box 70 Buda, TX 78610 512/295-3733 Fax: 512/295-4028 February 8, 2023 To: City of Round Rock Attn: Mr. David Freireich PROJECT: Rebuild two Envirex®Type H Tow-Bro® clarifiers Environmental Improvements is please to offer the removal and installation of two (2) Envirex® Type H center siphon-feed Tow-Bro® clarifier mechanisms with submerged sludge manifold and scraping, for installation in existing basins, 130' diameter x 15.95' SWD EQUIPMENT Equipment for each mechanism will consist of the following: • Pony truss type access bridge with '/4" HDG steel floor plate walkway, 2-rail handrail, center service platform and toe plate • Drive mechanism with micro-switch overload device and shear pin • Center column • Center drive cage • FEDWA influent energy dissipating baffles • Influent flocculation well with supports • Sludge collection manifold • One(1)unitube sludge collection header • Header support truss • One(1)truss arm with plow blades • Two (2) skimmer assemblies • Scum trough with submerged shelf extension and flushing device • Counterweights • One (1) 6-inch drain plug • Associated anchor bolts and attachment bolts CONTROLS Electrical controls consist of the two (2) micro-switches (one N.O. and one N.C.) in the drive mechanism overload device housing for high torque alarm and motor shut-down. • Chlorine troughs • Finish paint NOTE: Equipment delivery is 28-30 weeks once released for production. Scope of Work to be performed 1. Remove existing Envirex®Tow-Brow®mechanical components one clarifier at a time, dispose of the removed items. 2. Inspect the basin floor and center column pedestal (notify customer of any deficiencies) 3. If item two is fine, Install new Envirex® components. (Field erection will be required) 4. Replace NPW and 62 lines from the concrete wall out (no underground) 5. Replace electrical from concrete wall to center pier(no underground) 6. Re use lights, replace control panel 7. Insulate piping 8. Compete a factory required true plane 9. Grout drive and center pier 10. Start up and train on each drive This process should take around 30 days per clarifier. Two weeks of usage between clarifiers to ensure no issues before proceeding with the second. All work will be completed as per the manufacturer's recommendations Exceptions and comments All de-watering and cleaning are by others. Any concrete repairs are not included. Access to site is guaranteed by owner or his assigned agent. EI2 is not responsible for damages to soils, grasses,pavement. underground electrical, or piping of any kind due to move in or out of heavy equipment. All work comes with a(1) one-year warranty from startup date. Any additional repairs required for system integrity that falls outside the scope of work described in the proposal will be discussed with the proper facility personnel and agreed upon in writing prior to any work performed. Price includes the following • Parts listed above • Field Service, for six persons • Travel expenses • Peridium and lodging Price for service as described above in this proposal for both clarifiers $ 2,173,000.00 Thank you for the opportunity to offer our services, Greg Scott Service Manager r• 797 -7 Clarifier 1 , 79 — � - ri - f Clarifier 2 fit IQ VA d� A r AS •� fi ii � Nown moo , to Nk rl' lw at is ! , NOT O Date.4/11/2023 Brushy Creek East Regional Wastewater Treatment PlantTE�s