Loading...
09-258 Resolution No. 09-258 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH SMITH ECOLOGICAL SYSTEMS, INC. FOR PURCHASE OF A LIME SLAKER BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that pursuant to Elgin Municipal Code Section 5.02.020B(9) the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interest of the city; and BE IT FURTHER RESOLVED that Sean R. Stegall, City Manager, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Smith Ecological Systems, Inc. for the purchase of a lime slaker, a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: December 16, 2009 Adopted: December 16, 2009 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Diane Robertson Diane Robertson, City Clerk CITY OF ELGIN AGREEMENT WITH Smith Ecological Systems, Inc. FOR PURCHASE OF a Lime Slaker THIS AGREEMENT is made and entered into thiso5111 day of November, 2009 by and between the City of Elgin ("the CITY"), a municipal corporation organized and existing under the laws of the State of Illinois, and Smith Ecological Systems, Inc., an Illinois Corporation, ("the CONTRACTOR"). ARTICLE I. PURCHASE. The CONRACTOR agrees to provide, and the City agrees to purchase, the goods and/or services provided for herein under the terms and conditions provided for herein and pursuant to Attachment "A", attached hereto and made a part hereof. In the event of any conflict between Attachment"A" and the remainder of this Agreement, such conflict shall be resolved in favor of the language contained in the body of this Agreement, and not Attachment"A". ARTICLE II. DURATION AND SCHEDULE_ The CONTRACTOR shall provide the goods and/or services at the price, schedule and other terms provided for in Attachment "A", on or before March 30, 2010. Payment by CITY shall be made to CONTRACTOR within thirty (30) days of delivery as a destination contract, acceptance of all goods and services, and upon receipt of an invoice from CONTRACTOR. The CONTRACTOR shall commence the performance of THIS CONTRACT upon receipt of a fully executed Contract from the City. CONTACTOR'S performance shall be complete when the CONTRACTOR has delivered all goods and preformed all services provided for herein, and CITY has accepted all such goods and services. CONTRACTOR shall complete the delivery, installation and/or all other services provided for herein on or before March 30, 2010. Compensation to the CONTRACTOR shall be in the total amount of Seventy Nine Thousand Nine Hundred Dollars($79,900)payable in 1 installment of$79,900. ARTICLE III. TERMINATION. The following shall constitute events of default under this agreement: (a) any material misrepresentation made by the CONTRACTOR to the CITY; (b) any failure by the CONTRACTOR to perform any of its obligations under this agreement including, but not limited to, the following: (i) failure to commence performance of this agreement at the time specified in this agreement due to a reason or circumstance within the CONTRACTOR'S reasonable control; (ii) failure to perform this agreement with sufficient personnel and equipment or with sufficient material to ensure the completion of this agreement within the specified time due to a reason or circumstance within the CONTRACTOR'S reasonable control; (iii) failure to perform this agreement in a manner reasonably satisfactory to the CITY; (iv) failure to promptly re-perform within reasonable time the services that were rejected by the CITY as erroneous or unsatisfactory; (v) failure to comply with a material term of this agreement, including, but not limited to the Affirmative Action requirements; and (vi) any other acts specifically and expressly stated in this agreement as constituting a basis for termination for cause. The CITY may terminate this agreement for its convenience upon fourteen(14) days prior written notice. ARTICLE IV. DAMAGES. From any sums due to the CONTRACTOR for goods or services, the CITY may keep for its own the whole or any part of the amount for expenses, losses and damages as directed by the Purchasing Director, incurred by the CITY as a consequence of procuring goods or services as a result of any failure, omission or mistake of the CONTRACTOR in providing goods or services as provided in this agreement. In the event of any breach of any of the terms of this agreement by CITY, CONTRACTOR'S damages shall be limited to the maximum of the purchase price provided for herein, which shall be calculated on the basis of CONTRACTOR'S actual compensatory damages only. CONTRACTOR shall not be entitled to consequential, punitive, incidental or nominal damages for any reason. ARTICLE V. GOVERNING LAW/VENUE AND ORDINANCES. This agreement shall be subject to and governed by the laws of the United States, the State of Illinois and the City of Elgin, Illinois. Venue for the resolution of any disputes or the enforcement of any rights arising out of or in connection with this agreement shall be in the Circuit Court of Kane County, Illinois. ARTICLE VI. SEVERABILITY., The terms of this agreement shall be severable. In the event any of the terms or provisions of this agreement are deemed to be void or otherwise unenforceable for any reason, including but not limited to any violation of any law as provided for in Article XV herein, the remainder of this agreement shall remain in full force and effect. ARTICLE VII. AFFIRMATIVE ACTION. The CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, ancestry, and national origin, place of birth, age or physical handicap which would not interfere with the efficient performance of the job in question. The contractor will take affirmative action to comply with the provisions of Elgin Municipal Code Section 3.12.100 and will require any subcontractor to submit to the CITY a written commitment to comply with those provisions. The CONTRACTOR will distribute copies of this commitment to all persons who participate in recruitment, screening,referral and selection of job applicants and prospective subcontractors. ARTICLE VIII. ASSIGNABILITY. The CONTRACTOR shall not assign, sell or transfer any interest in this agreement without prior written consent of the CITY. ARTICLE IX. AMENDMENTS. There shall be no modification of this agreement, except in writing and executed with the same formalities of the original. ARTICLE X. NOTICES. Any notice given under this agreement shall be in writing and shall be deemed to have been given when hand delivered or deposited in the U.S. mail, certified or registered, return receipt requested, addressed, if to CONTRACTOR, at 3127 Wallin Ave., Rockford, IL 61101 to the attention of Mitch Berg or undersigned representative, and if to the City, to the attention of the City Manager, 150 Dexter Court, Elgin, Il 60120 or to such other address and/or authorized representatives as either party shall designate in writing to the other in the manner herein provided. 2 ARTICLE XI. INDEMNIFICATION. To the fullest extent permitted by law, CONTRACTOR agrees to and shall indemnify, defend and hold harmless the City, its officers, employees,boards and commissions from and against any and all claims, suits,judgments, costs, attorney's fee, damages or any and all other relief or liability arising out of our resulting from or through or alleged to arise out of any acts or negligent acts or omissions of Contractor or Contractor's officers, employees, agents or subcontractors in the performance of this agreement, including but not limited to, all goods delivered or services or work performed hereunder. In the event of any action against the City, its officers, employees, agents, boards or commissions covered by the foregoing duty to indemnify, defend and hold harmless, such action shall be defended by legal counsel of the City's choosing. The provisions of this paragraph shall survive any termination and/or expiration of this agreement. ARTICLE XII. APPROPRIATIONS. The fiscal year of the CITY is the 12 month period ending December 31. The obligations of the CITY under any contract for any fiscal year are subject to and contingent upon the appropriation of funds sufficient to discharge the obligations which accrue in that fiscal year and authorization to spend such funds for the purposes of the contract. If, for any fiscal year during the term of the CONTRACT, sufficient funds for the discharge of the CITY'S obligations under the contract are not appropriated and authorized, then the CONTRACT, shall terminate as of the last day of the preceding fiscal year, or when such appropriated and authorized funds are exhausted, whichever is later, without liability to the CITY for damages, penalties or other charges on account of such termination. ARTICLE XIII. COMPLIANCE WITH LAWS. Notwithstanding any other provision of this CONTRACT it is expressly agreed and understood that in connection with the performance of this CONTRACT that the CONTRACTOR shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, CONTRACTOR hereby certifies, represents and warrants to the CITY that all CONTRACTOR'S employees and/or agents who will be providing products and/or services with respect to this CONTRACT shall be legal residents of the United States. CONTRACTOR shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this CONTRACT. The CITY shall have the right to audit any records in the possession or control of the CONTRACTOR to determine CONTRACTOR'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the CONTRACTOR shall make available to the CITY the CONTRACTOR'S relevant records at no cost to the CITY. CONTRACTOR shall pay any and all costs associated with any such audit. ARTICLE XIV. WARRANTY. The CITY'S purchase from the CONTRACTOR as provided in this agreement shall include the standard warranty typically provided by the CONTRACTOR for the equipment being purchased herein. Additionally, CONTRACTOR hereby expressly provides a warranty of merchantability as to any goods provided for herein, and warrants that all services shall be provided in a reasonable manner with reasonable workmanship. 3 ARTICLE XV. ENTIRE AGREEMENT. This agreement embodies the whole agreement between the parties hereto. There are no other agreements, either oral or implied between the parties hereto; and this agreement shall supersede any and all previous communications, representations, or agreements, either verbal or written,between the parties. ARTICLE XVI. INDEPENDENT CONTRACTOR. This agreement shall not be construed so as to create a joint venture, partnership, employment or other agency relationship between the parties hereto. ARTICLE XVII. TIME. Time is of the essence of this agreement. The person signing this agreement certifies that s/he has been authorized by the CONTRACTOR to execute this agreement on its behalf. IN WITNESS WHEREOF the parties have hereto set their hands the day and year first above written. CONTRACTOR CITY OF ELGIN 1°-67 t 667P* lb°11dall, a (Name and Title) ray Manager FEIN NO3 ' 3-36)".) 0 F:\Legal Dept\Agreement\Smith Ecological Systems-MRG.doc 4 Oct bS 2009 4:08PM HP LASERJET FRX P. 1 SES SMITH ECOLOGICAL SYSTEMS,INC. 3527 WALLl1V AVENUE•ROCKFORD,ILLINOIS 61(01 PHONE A IS•968.8019•FAX 115.968.M06 October 6,2009 Elgin Water Dept, 150 Dexter Ct. Elgin,1160120 Attn: Chris Re: Lime Slaker Dear Chris: We are pleased ti'quote as follows: 1 —Siam:na/Wallace&Tiernan A758 lime paste slaker s.s.2000 pph c tpacity complete with: 3048:1 trough 1 hp. paddle shaft motor 3 phase,230/460V,60 hz. Vapo•&dust arrestor mechanical torque valve,wprv,strainer and i;auge. Sole]toid for auto fetch&adapter Slak+;r delivers 18%slurry concentration Unit is shipped pre-wired/pre-piped,assembled&tested June ion box for remote mounting of control panel 316 ss Delivered to jobsite $47000.00 1 —Cons eyor type grit remover for 1000 pph capacity slaker 304 ss cowl'tete with: ' hp,grit remover motor 230/460V,3 phase,60 hz tenv&gearbox Grit emove•attachments varea meter,parts for 18%concentration Sup;art for conveyor type grit remover Delivered to jobsite $24000.00 Municipal and Industrial Chemical Feed Systems Oct 106 2009 4:08PM HP LASERJET FAX p.2 3 -Siemer is/Wallace&Tiernan Series 31-165 gravimetric belt feeder 2000 p ph capacity complete with: SCR e1;setpoint controllers Feeder support posts,feeder discharge connection Weigh decks,load cells, broken belt detector Delivered to jobsite $29500.00 l -Stanch rd control panel for slaker,grit remover&feeder complete with: NEM/►4 enclosure,carbon steel&enclosure mounting parts Relay logic controls,auto batching,totalizer Feed r ate control&readout meter,switches,lights,disconnect switc h 4-20 ma control of gravimetric feeder Con(luit and parts for grit conveyor,control panel,feeder Delivered to jobsite $8900.00 Delivery: 14-16 weeks ibid. State and local taxes not included. Terms: 1,let 30 days. Price goad for 60 days. Startup 4;training:2 days included. We sincerely apl►repute this opportunity to quote some of our equipment to you,and hope that we maybe of further service. Respectfully submitted, meth Ecolo 5yst7s,Inc. Mitchclw. rg _f mwb/kf OF C>, g�^ A enda Item No. lc ¢ y�" City of Elgin g °'l1FD Eh November 25,2009 TO Mayor and Members of the City Council FROM: Sean R. Stegall, City Manager s (/L"rr as T Rcs acct. Kyla B. Jacobsen, Water System Superintendent SUBJECT: Lime Slaker Equipment Replacement at the Riverside Water Treatment Plant PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to award a sole source contract for the purchase and installation of a replacement lime slaker from Siemens/Smith Ecological Systems. RECOMMENDATION r It is recommended that the City Council approve the purchase of the lime slaker from Smith Ecological Systems in the amount of$79,900. BACKGROUND There are three lime slakers at the Riverside Water Treatment Plant. Two of the lime slakers were installed in 1982, with the third put in during the plant expansion in 1999. The lime slakers are Siemens numbers A-758 and have a capacity of 2,000 pounds per hour. The slakers take non-hydrated quicklime (delivered and stored in bulk)and convert it into a hydrated lime paste at precisely 18% concentration. This paste is then diluted and fed to the softening basins as part of the treatment process. When the plant was built, the lime system was designed around these slakers as they were the most dependable and available at the time. The positioning of the storage bins, feeders and discharge troughs are dictated by the dimensions of the slakers. The original two slakers have been in continuous service since 1982 and are suffering from internal corrosion that dictates their replacement. Siemens still manufactures the model number A-758 slakers and they are available in stainless steel construction. While there are other brands of slaking equipment available, none are a direct, bolt in, replacement for the units currently used by the City. Also, all other manufacturers of lime slakers use either a different type raw material to slake (powdered), or are of a design which cannot hold to the precise feed requirements needed to treat water. r Lime Slaker Replacement November 25, 2009 Page 2 One of the original slakers was replaced in 2007 and the other is now due for replacement. It is therefore recommended that the last of the original slakers installed in 1982 at Riverside be replaced with the current, identical model available from Siemens. This would then dictate a "sole source"purchase. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None '►fir FINANCIAL IMPACT he contract with Siemens/Smith Ecological Systems totals $79,900. There are sufficient funds budgeted ($80,000) and available ($80,000) in the Water Operating Fund, account number 401- 4002-771.91-46, "Other Equipment," project number 409728 "Lime Slaker" to enter into the contract. vAtoq., G AL IMPACT ne ALTERNATIVES 1. The City Council may choose to award a sole source contract to furnish a Series A-758 Lime Paste Slaker from Smith Ecological Products. 2. The City Council may choose not to award a sole source contract to furnish a Series A- 758 Lime Paste Slaker from Smith Ecological Products. Respectfully submitted for Council consideration. /kbj Attachment CITY OF ELGIN AGREEMENT WITH Smith Ecological Systems, Inc. FOR PURCHASE OF a Lime Slaker THIS AGREEMENT is made and entered into this 13th day of November, 2009 by and between the City of Elgin("the CITY"),a municipal corporation organized and existing under the laws of the State of Illinois, and Smith Ecological Systems, Inc.,an Illinois Corporation, ("the CONTRACTOR"). ARTICLE I. PURCHASE. The CONRACTOR agrees to provide, and the City agrees to purchase,the goods and/or services provided for herein under the terms and conditions provided for herein and pursuant to Exhibit"A",attached hereto and made a part hereof. ARTICLE H.DEFINITION. "THIS CONTRACT"as used herein shall mean this Agreement,the Request for Proposals(RFP)including all documents referenced and the Contractor's Proposal response dated 10/6/09 (Proposal)thereto incorporated by reference herein and made a part hereof. The CONTRACTOR agrees to provide the goods and/or services all in accordance with the RFP and CONTRACTOR'S Proposal for the purchase and installation of a Lime Slaker. In the event there is a conflict between this Agreement and the Proposal documents or any attachments hereto,the Proposal documents shall supersede this Agreement. ARTICLE III. DURATION AND SCHEDULE. The CONTRACTOR shall provide the goods and/or services at the price, schedule and other terms provided for in Exhibit "A"attached hereto and incorporated herein, on or before March 30, 2010. Payment by CITY shall be made to CONTRACTOR within thirty(30)days of delivery as destination contract and acceptance of all goods and services, and upon receipt of an invoice from CONTRACTOR. The CONTRACTOR shall commence the performance of THIS CONTRACT upon receipt of a fully executed Contract from the City. CONTACTOR'S performance shall be complete when the CONTRACTOR has delivered all goods and preformed all services provided for herein, and CITY has accepted all such goods and services. CONTRACTOR shall complete the delivery, installation and/or all other services provided for herein on or before March 30,2010. Compensation to the CONTRACTOR shall be in the amount of Seventy Nine Thousand Nine Hundred Dollars ($79,900) payable in 1 installment(s)of$79900. ARTICLE IV. TERMINATION. The following shall constitute events of default under this agreement: a)any material misrepresentation made by the CONTRACTOR to the CITY,b)any failure by the CONTRACTOR to perform any of its obligations under this agreement including, but not limited to,the following: (i)failure to commence performance of this agreement at the time specified in this agreement due to a reason or circumstance within the CONTRACTOR'S reasonable control, (ii) failure to perform this agreement with sufficient personnel and equipment or with sufficient material to ensure the completion of this agreement within the specified time due to a reason or ("4 circumstance within the CONTRACTOR'S reasonable control, (iii)failure to perform this agreement in a manner reasonably satisfactory to the CITY, (iv)failure to promptly re-perform within reasonable time the services that were rejected by the CITY as erroneous or unsatisfactory, (v)failure to comply with a material term of this agreement, including,but not limited to the Affirmative Action requirements,and (vi)any other acts specifically and expressly stated in this agreement as constituting a basis for termination for cause. The CITY may terminate this agreement for its convenience upon fourteen (14)days prior written notice. ARTICLE V.DAMAGES. From any sums due to the CONTRACTOR for goods or services,the CITY may keep for its own the whole or any part of the amount for expenses,losses and damages as directed by the Purchasing Director, incurred by the CITY as a consequence of procuring goods or services as a result of any failure,omission or mistake of the CONTRACTOR in providing goods or services as provided in this agreement. In the event of any breach of any of the terms of this agreement by CITY, CONTRACTOR'S damages shall be limited to the maximum of the purchase price provided for herein,which shall be calculated on the basis of CONTRACTOR'S actual compensatory damages only. CONTRACTOR shall not be entitled to consequential, incidental or nominal damages for any reason. ARTICLE VI. GOVERNING LAW/VENUE AND ORDINANCES., This agreement shall be subject to and governed by the laws of the United States,the State of Illinois and the City of Elgin,Illinois. Venue for the resolution of any disputes or the enforcement of any rights arising out of or in connection with this agreement shall be in the Circuit Court of Kane County, Illinois. ARTICLE VII. SEVERABILITY., The terms of this agreement shall be severable. In the event any of the terms or provisions of this agreement are deemed to be void or otherwise unenforceable for any reason, including but not limited to any violation of any law as provided for in Article XIV herein,the remainder of this agreement shall remain in full force and effect. ARTICLE VIII.AFFIRMATIVE ACTION. The CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex,ancestry, and national origin,place of birth, age or physical handicap which would not interfere with the efficient performance of the job in question. The contractor will take affirmative action to comply with the provisions of Elgin Municipal Code Section 3.12.100 and will require any subcontractor to submit to the CITY a written commitment to comply with those provisions. The CONTRACTOR will distribute copies of this commitment to all persons who participate in recruitment, screening, referral and selection of job applicants and prospective subcontractors. ARTICLE IX.ASSIGNABILITY. The CONTRACTOR shall not assign, sell or transfer any interest in this agreement without prior written consent of the CITY. I ARTICLE X.AMENDMENTS. There shall be no modification of this agreement, except in writing and executed with the same formalities of the original. ARTICLE XI. NOTICES. Any notice given under this agreement shall be in writing and shall be deemed to have been given when hand delivered or deposited in the U.S. mail,certified or registered,return receipt requested, addressed, if to CONTRACTOR, at 3127 Wallin Ave., Rockford, IL 61101 to the attention of Mitch Berg or undersigned representative,and if to the City,to the attention of the City Manger, 150 Dexter Court, Elgin,Il 60120 or to such other address and/or authorized representatives as either party shall designate in writing to the other in the manner herein provided. ARTICLE XII. INDEMNIFICATION. To the fullest extent permitted by law, CONTRACTOR agrees to and shall indemnify,defend and hold harmless the City, its officers, employees,boards and commissions from and against any and all claims, suits, judgements, costs, attorney's fee, damages or any and all other relief or liability arising out of our resulting from or through or alleged to arise out of any acts or negligent acts or omissions of Contractor or Contractor's officers, employees, agents or subcontractors in the performance of this agreement, including but not limited to, all goods delivered or services or work performed hereunder. In the event of any action against the City, its officers, employees, agents, boards or commissions covered by the foregoing duty to indemnify,defend and hold harmless, such action shall be defended by legal counsel of the City's choosing. The provisions of this paragraph shall survive any termination rob- and/or expiration of this agreement. ARTICLE XIV.APPROPRIATIONS. The fiscal year of the CITY is the 12 month period ending December 31. The obligations of the CITY under any contract for any fiscal year are subject to and contingent upon the appropriation of funds sufficient to discharge the obligations which accrue in that fiscal year and authorization to spend such funds for the purposes of the contract. If,for any fiscal year during the term of the CONTRACT, sufficient funds for the discharge of the CITY'S obligations under the contract are not appropriated and authorized,then the CONTRACT, shall terminate as of the last day of the preceding fiscal year, or when such appropriated and authorized funds are exhausted, whichever is later,without liability to the CITY for damages,penalties or other charges on account of such termination. ARTICLE XV. COMPLIANCE WITH LAWS.Notwithstanding any other provision of this agreement it is expressly agreed and understood that in connection with the performance of this agreement that the CONTRACTOR shall comply with all applicable U.S. Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage,workplace safety and legal status of employees. Without limiting the foregoing, CONTRACTOR hereby certifies,represents and warrants to the CITY that all CONTRACTOR'S employees and/or agents who will be providing products and/or services with respect to this r CONTRACT shall be legal residents of the United States. CONTRACTOR shall also at its expense secure all permits and licenses,pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work,and/or the products and/or services to be provided for in this agreement. The CITY shall have the right to audit any records in the possession or control of the CONTRACTOR to determine CONTRACTOR'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the CONTRACTOR shall make available to the CITY the CONTRACTOR'S relevant records at no cost to the CITY. ARTICLE XVI. WARRANTY. The CITY'S purchase from the CONTRACTOR as provided in this agreement shall include the standard warranty typically provided by the CONTRACTOR for the equipment being purchased herein. Additionally, CONTRACTOR hereby expressly provides a warranty of merchantability as to any goods provided for herein,and warrants that all services shall be provided in a reasonable manner with reasonable workmanship. ARTICLE XVII. ENTIRE AGREEMENT. This agreement embodies the whole agreement between the parties hereto. There are no other agreements,either oral or implied between the parties hereto;and this agreement shall supersede any and all previous communications,representations,or agreements, either verbal or written, between the parties. ARTICLE XVIII.INDEPENDENT CONTRACTOR This agreement shall not be construed so as to create a joint venture,partnership, employment or other agency relationship between the parties hereto. ARTICLE XIX.TIME. Time is of the essence of this agreement. The person signing this agreement certifies that s/he has been authorized by the CONTRACTOR to execute this agreement on its behalf. IN WITNESS WHEREOF the parties have hereto set their hands the day and year first above written. CONTRACTOR CITY OF ELGIN By By (Name and Title) City Manager FEIN NO. . Oct .06 2009 4:08PM HP LASERJET FAX p. 1 • SES SMITH ECOLOGICAL SYSTEMS,INC. 3127WALLIN AVENUE•ROCKFORD,ILLINOIS 61101 PHONE 515-9685079•FAX 815.9688505 October 6,2009 Elgin Water Dept. 150 Dexter Ct. Elgin,Il 60120 Mm: Chris Re: Lime Slaker Dear Chris: We are pleased to quote as follows: 1 —Siemens/Wallace& Tiernan A758 lime paste slaker s.s.2000 pph capacity complete with: 304 ss trough 1 hp. paddle shaft motor 3 phase,230/460V,60 hz. Vapor&dust arrestor mechanical torque valve,wprv,strainer and gauge. Solenoid for auto batch&adapter Slaker delivers 18%slurry concentration Unit is shipped pre-wired/pre-piped,assembled&tested Junction box for remote mounting of control panel 316 ss Delivered to jobsite $47000.00 1 —Conveyor type grit remover for 1000 pph capacity slaker 304 ss complete with: '/,hp.grit remover motor 230/460V, 3 phase,60 hz tenv&gearbox Grit remover attachments varea meter,parts for 18%concentration Support for conveyor type grit remover Delivered to jobsite $24000.00 Municipal and Industrial Chemical Feed Systems Oct 06 2009 4: 08PM HP LASERJET FAX p.2 . 3 -Siemens/Wallace&Tiernan Series 31-165 gravimetric belt feeder 4111) 2000 pph capacity complete with: SCR&setpoint controllers Feeder support posts,feeder discharge connection Weigh decks,load cells, broken belt detector Delivered to jobsite $29500.00 ) 1 —Standard control panel for slaker,grit remover&feeder complete with: NEMA 4 enclosure,carbon steel&enclosure mounting parts Relay logic controls,auto batching,totalizer Feed rate control&readout meter,switches,lights,disconnect switch 4-20 ma control of gravimetric feeder Conduit and parts for grit conveyor,control panel,feeder Delivered to jobsite $8900.00 Delivery: 14-16 weeks frad. State and local taxes not included. Terms: Net 30 days. Price good for 60 days. Startup&training:2 days included. We sincerely appreciate this opportunity to quote some of our equipment to you,and hope that we may be of further service. Respectfully submitted, Smith Ecologi al Sy s,Inc. Mitchell W. erg a mwb/kf �'�4 OF Fzci ��"' ' . Memorandum f;, City of Elgin L V r'j .ya b4 rDFE$' Date: December 18, 2009 To: Kyla Jacobsen, Water System Superintendent From: Jennifer Quinton, Deputy City Clerk Subject: Resolution No. 09-258, Adopted at the December 16, 2009, Council Meeting Enclosed you will find the agreement listed below. Please retain a copy for your records. If you have any questions please feel free to contact our office 847-931-5660 and we will do our best to assist you. Thank you. • Agreement with Smith Ecological Systems, Inc. for Purchase of a Lime Slaker