HomeMy WebLinkAboutPR 17704: CONTRACTS FOR PURCHASE OF WATER TREATMENT CHEMICALS MEMORANDUM
CITY OF PORT ARTHUR
UTILITY OPERATIONS DEPARTMENT
TO: Floyd T. Johnson, City Manager
FROM: Kelly Eldridge, Director of Utility Operations / (. (.,, ?
DATE: May 29, 2013 0
RE: Proposed Resolution No. 17704
COMMENTS
RECOMMENDATION
I recommend that the City Council approve Proposed Resolution No. 17704 authorizing the
execution of a contract for the purchase of Water Treatment Chemicals with Brenntag
Southwest, Inc., Key Chemical, Carus Corporation, and Therchem in the total estimated
annual amounts shown below.
BACKGROUND
These chemicals are used to treat drinking water and disinfect wastewater. Unit prices are firm
for one year for all chemicals except caustic and fluoride, which can fluctuate with market
justification from the manufacturer (not the vendor). Bid packets were sent out, and fifteen (15)
bids below were received on May 15, 2013. Low bidders and their bids are shown in bold.
C12 -ton cyl. Cl2 150# cyl. Fluoride 50% NaOH 25% NaOH NH3 Phosphates
Bidder 325 tons 18 tons 95 tons 145 tons 66 tons 32.5 tons 67.5 tons
Armstrong no bid no bid no bid no bid no bid no bid $959.00
The Woodlands, TX
Pencco, Inc. no bid no bid $669.00 no bid no bid no bid no bid
San Felipe, TX
Tanner Ind. no bid no bid $1,500.00 no bid no bid no bid no bid
Southhampton, PA
General Chem. no bid no bid no bid $561.54 $674.41 no bid no bid
Parsippany, NJ
Brenntag SW $413.00 $1,040.00 no bid $554.00 $644.00 no bid $860.00
Houston, TX
DXI Ind. $448.80 $ 88.50 $610.00 $587.00 $682.00 no bid no bid
Houston, TX
F2 Ind. LLC. no bid no bid no bid no bid no bid no bid $920.00
Smyrna, TN
Shannon Ch. no bid no bid no bid no bid no bid no bid $886.00
Malvem, PA
Global Amchem no bid no bid no bid $579.50 $579.50* no bid no bid
Longview, TX
Carus Corp. no bid no bid no bid no bid no bid no bid $780.00
Peru, IL
Simply Aquat. no bid no bid no bid no bid no bid no bid $890.00
Kirbyville, TX
Airgas Spec. no bid no bid no bid no bid no bid $1,600.00 no bid
Lawrenceville, GA
Therchem no bid no bid no bid no bid no bid $1,440.00 no bid
New Iberia, LA
Mosaic Crop no bid no bid $640.00 no bid no bid no bid no bid
Lithia, FL
Key Chemical no bid no bid $596.00 no bid no bid no bid no bid
Waxhaw, NC
2013 Low Bids $413.00 $1,040.00 $596.00 $554.00 $644.00 $1,440.00 $780.00
`111'12 Awards $471.00 $1,120.00 $611.00 $556.00 $618.00 $1,080.00 $728.00
Unit Price % -12.3% -7.1% -0.1% -0.4% +4.2% +33.3% +7.1%
Est. Ann. Total $134,225. $18,720. $56,620. $80,330. $42,504. $46,800. $52,650.
Cost Change $18,850.- $ 1,440.- $ 1,425.- $ 290.- $ 1,716. $11,700. $ 3,510.
2013 Grand Total: $431,849.00
2011/2012 Grand Total: $436,928.00
Annual cost decrease: $ 5,079.00
% decrease: 1.2%
*The bid for 25% NaOH from Global Amchem, Inc. was withdrawn via the attached email.
Normally, this product has a higher unit price per dry ton, as shipping is calculated into the unit
price. The next lowest bid from Brenntag Southwest is therefore recommended.
BUDGET /FISCAL EFFECT
Based on the estimated quantities bid for these chemicals, this year's prices reflect a decrease
of $5,079 from the 2011/2012 award prices, or a 1.2% overall decrease. These chemicals are
purchased on an as- needed basis and are charged to the Water Purification and Wastewater
Treatment Division O &M Budget Account Nos. 410 - 1252- 532.29 -02 and 410- 1256- 532.29 -00.
STAFFING /EMPLOYEE EFFECT
Trained and TCEQ - certified employees administer all water treatment chemicals.
SUMMARY
The bid for each item, shown above in bold from the corresponding bidders, meets the
requirements of the advertised specifications and is therefore recommended for approval.
Funds for these chemicals are available in Water and Sewer Operations Budget Account
Numbers 410 - 1252 - 532.29 -02 and 410 - 1256- 532.29 -00.
From: "Adrian Melendez" <adrianftlobalamcheminc.com>
To: <jtomplaitOportarthur.net>
Cc: "Joel Melendez" <joelOglobalamcheminc.com>
Sent: Tuesday, May 28, 2013 9:28 AM
Subject: Caustic
Good Morning John,
Global Amchem will not be able to honor the Caustic Soda 25% pricing as
submitted in the May bid.
Sincerely,
Adrian Melendez
(713) 492 -8802
F: (903) 236 -0139
P. R. No. 17704
05/23/13
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE EXECUTION OF
CONTRACTS FOR THE PURCHASE OF WATER
TREATMENT CHEMICALS FOR THE UTILITY
OPERATIONS DEPARTMENT WITH BRENNTAG
SOUTHWEST, INC., KEY CHEMICAL, CARUS
CORPORATION, AND THERCHEM CORPORATION IN THE
TOTAL ESTIMATED AMOUNTS SHOWN IN THE
ATTACHED BID TABULATION. FUNDS ARE AVAILABLE
IN ACCOUNT NO. 410-1252-532.29-02 & 410 - 1256 - 532.29 - 00.
WHEREAS, the Utility Operations Department routinely utilizes various Water
Treatment Chemicals to treat drinking water and wastewater at our various treatment facilities
throughout the City; and,
WHEREAS, the Purchasing Division has solicited bids for such Water Treatment
Chemicals, as delineated in our Purchasing Policy, and fifteen (15) vendors submitted bids on
May 15, 2013; and,
WHEREAS, the bids have been evaluated by Utility Operations and Purchasing (bid
tabulation attached as Exhibit "A "), and the low bidders for each chemical are shown in BOLD;
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, one year contracts (with the option to renew for one
additional year) between the CITY OF PORT ARTHUR and Brenntag Southwest, Inc., Key
Chemical, Carus Corporation, and Therchem Corporation, for the unit prices shown in the Bid
Tabulation (attached as Exhibit "A "), and as shown in the individual contracts attached as
Exhibits "B ", "C ", "D ", and "E "; and,
P. R. No. 17704
05/23/13
Page 2 of 17
THAT, the City can terminate any of these contracts at its convenience with ten days
written notice; and,
THAT, funding for these chemicals is provided in the Utility Operations O &M budget;
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 ;
Counc'ilmembers:
NOES:
Deloris Prince
Mayor
ATTEST: APPROVED FOR ADMINISTRATION:
Sherri Bellard Floyd T. Johnson
City Secretary City Manager
APPROVED AS TO FORM:
lee' Tizeno J Shawna Tubbs, CPPB
City Attorney Purchasing Manager
o-*-c. •6 a kr .,c�
P. R. No. 17704
05/23/13
Page 3 of 17
Ross Blackketter, P.E. Kel y Eldri e
Public Works Director Director of Utilities
APPROVED AS TO AVAILABILITY OF FUNDS:
41-4
Deborah Echols, Director of Finance
Account No. 410- 1252 - 532.29 -02
410 - 1256 - 532.29 -00
III
P. R. No. 17704
05/23/13
Page 4 of 17
Exhibit "A"
(Bid Tabulation)
P. R. No. 17704
05/23/13
Page 5 of 17
BID TABULATION
Cl2 -ton cyl. Cl2 150# cyl. Fluoride 50% NaOH 25% NaOH NH3 Phosphates
Bidder 325 tons 18 tons 95 tons 145 tons 66 tons 32.5 tons 67.5 tons
Armstrong no bid no bid no bid no bid no bid no bid $959.00
The Woodlands, TX
Pencco, Inc. no bid no bid $669.00 no bid no bid no bid no bid
San Felipe, TX
Tanner Ind. no bid no bid $1,500.00 no bid no bid no bid no bid
Southhampton, PA
General Chem. no bid no bid no bid $561.54 $674.41 no bid no bid
Parsippany, NJ
Brenntag SW $413.00 $1,040.00 no bid $554.00 $644.00 no bid $860.00
Houston, TX
DXI Ind. $448.80 $ 88.50 $610.00 $587.00 $682.00 no bid no bid
Houston, TX
F2 Ind. LLC. no bid no bid no bid no bid no bid no bid $920.00
Smyma, TN
Shannon Ch. no bid no bid no bid no bid no bid no bid $886.00
Malvern, PA
Global Amchem no bid no bid no bid $579.50 $579.50* no bid no bid
Longview, TX
Carus Corp. no bid no bid no bid no bid no bid no bid $780.00
Peru, IL
Simply Aquat. no bid no bid no bid no bid no bid no bid $890.00
Kirbyville, TX
Airgas Spec. no bid no bid no bid no bid no bid $1,600.00 no bid
Lawrenceville, GA
Therchem no bid no bid no bid no bid no bid $1,440.00 no bid
New Iberia, LA
Mosaic Crop no bid no bid $640.00 no bid no bid no bid no bid
Lithia, FL
Key Chemical no bid no bid $596.00 no bid no bid no bid no bid
Waxhaw, NC
2013 Low Bids $413.00 $1,040.00 $610.00 $554.00 $579.50 $1,440.00 $780.00
Est. Ann. Total $134,225. $18,720. $56,620. $80,330. $$42,504. $46,800. $52,650.
P. R. No. 17704
05/23/13
Page 6 of 17
Exhibit "B"
P. R. No. 17704
05/23/13
Page 7 of 17
PURCHASING CONTRACT
AGREEMENT
THIS AGREEMENT is made this the of , 2013, by and
between an individual, firm partnership or corporation, BRENNTAG SOUTHWEST,
INC., of Houston, Texas, hereinafter called "Vendor", 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 Vendor agree as follows:
1. The term of this Contract shall be for one (1) year, with an option to renew for
one (1) additional year, from the date that it is signed by the City unless sooner
terminated under the provision hereof. The City can terminate this contract at its
convenience which includes, but not limited to, funding not being available in any
budget cycle with ten (10) days written notice.
2. The Vendor will provide 50% NaOH, 25% NaOH, Liquid Chlorine in 1 -ton
cylinders, and Liquid Chlorine in 150# cylinders, as delineated and submitted in
their bid on May 15, 2013.
3. During the term of this Contract, the Vendor will furnish all of the materials
and supplies, as stated in the advertised bid specifications, described as:
Water Treatment Chemicals
4. The Vendor agrees to deliver all materials on an as- needed basis during the
term of this contract, in a not -to- exceed maximum amount of $80,330.00 (145 tons A
$554.00/ton) for 50% NaOH, $42,504. (66 tons Cad $644,00 /ton) for 25% NaOH,
$134,225.00 (325 tons A $413.00/ton) for Liquid Chlorine in 1 -ton Cylinders, and
$18,720.00 (18 tons $1,040.00 /ton) for Liquid Chlorine in 150# Cylinders as
shown in the Bid schedule.
5. The term "Contract Documents" means and includes the following:
(A) Agreement
(B) Specifications
(C) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective
heirs, executors, administrators, successors and assigns.
i
P. R. No. 17704
05/23/13
Page 8 of 17
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:
Brenntag Southwest, Inc.
SIGNED AND AGREED to on the day of , 2013.
WITNESS: CITY OF PORT ARTHUR:
City Secretary City Manager
SPECIFICATIONS FOR WATER TREATMENT
CHEMICALS FOR THE CITY OF PORT
ARTHUR UTILITY OPERATIONS DEPARTMENT
GENERAL INFORMATION
All chemicals specified herein shall conform to Standard 60 of the American United Laboratory
National Standards Institute/National Sanitation Foundation/Underwriter's Laboratory
(ANSI/NSF/UL). Conformance with this Standard must be certified by an agency recognized by
the TCEQ. Each bidder shall provide such certification to the City, with their bid, along with a
current Material Safety Data Sheet (MSDS) for any chemicals supplied per these specifications.
All bids are to be F.O.B. at the specified City delivery location in Port Arthur, Texas. The
delivery points will include the Water Purification Plant at 1101 H.O. Mills Blvd., Main WWTP
at 6300 Procter St. Ext., and the Port Acres WWTP at 2901 W. Hwy. 365, and will be specified
on the order. The WWTP's will only receive shipments of liquid chlorine. The City of Port
Arthur will not accept demurral charges or freight bills. Shippers shall notify the appropriate
City personnel prior to unloading any of the above - mentioned items.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1) year, with the option to extend the contract
for one (1) additional year. Shipments are to be made as needed. No price increases will be
allowed for the first ninety (90) days during life of the contracts. The estimated quantities
stated below are supplied as a basis for bidding purposes only. These quantities were estimated
from past experience, and do not obligate the City to purchase these exact amounts
All chemical prices shall be firm for 90 days. Thirty (30) days prior written notice must be
submitted, along with market justification, for any price changes during the life of the contract.
Each month the vendor is required to submit a letter from their supplier to the City of Port Arthur
showing any increase or decrease in price to the vendor by their supplier from the previous
month. Officers of each company must sign this letter. If there is a price decrease to the vendor
by their supplier the City will be given an equal decrease. The City reserves the right to cancel
this contract with fifteen (15) days prior written notice.
The City reserves the right to reject any or all bids, and to waive informalities. The City reserves
the right to award all items to one responsible bidder, or to award by item.
TECHNICAL SPECIFICATIONS
Item No. 1 50% (by weight) Sodium Hydroxide —145 dry tons (estimated)
Solution should contain approximately 6.4 lbs. of dry sodium hydroxide per gallon. It should
contain nothing injurious to the health of consumers of water treated. It shall be free of any
foreign material that may cause excessive clogging of strainer or flow control valve. Shipments
shall be made in 4,000 to 4,500 gallon loads as ordered, by tank truck. Supplier shall be
prepared to deliver under the following conditions. Water Plant storage connection consists of
Page 4of15
2" PVC pipe with a 2" stainless steel female quick coupling. Static lift required is 20 feet, and
must be blown off with transporter's compressor. The sodium hydroxide to be supplied shall
conform to the American Water Works Association Standard B501 -75, or the latest revision of
this standard. The manufacturer or vendor shall provide an affidavit (signed by an officer of the
company) acknowledging that the sodium hydroxide furnished, according to the City of Port
Arthur's order, complies with all applicable requirements of AWWA Standards.
Item No. 2 25% (by weight) Sodium Hydroxide - 72 dry tons (estimated)
Same conditions as Item No.1, except solution should contain 3.2 lbs of dry Sodium Hydroxide
per gallon.
Item No. 3 100% Liquid Chlorine - 325 tons (estimated) in one -ton containers
Shipments shall be made in lots of nine tons. Shipments are to be by truck and are to be unloaded
and drums placed in position on City racks, by successful bidder. Liquid Chlorine shall conform
to the latest revision of AWWA Standard B301. All ton cylinders shall be equipped with new or
newly reconditioned valves meeting the Chlorine Institute standard for new valves. All newly
reconditioned valves shall be reconditioned according to the Chlorine Institute's latest
publication. It shall be the sole responsibility of the successful bidder to immediately remove
any ton cylinder failing to meet any requirements of these specifications. The manufacturer or
vendor shall provide an affidavit (signed by an officer of the company) acknowledging that the
Liquid Chlorine to be furnished complies with all applicable requirements of AWWA Standards.
Item No. 4 100% Liquid Chlorine - 36,000 lbs. (estimated) in 150 lb. cylinders
Same condition as above Item No. 3, except shipments shall be in 20 cylinder lots, and shall be
unloaded by successful bidder.
Item No. 5 99.995% (by weight) Anhydrous Ammonia - 80,000 pounds (estimated)
Ammonia shall be refrigeration (R) grade, and shall contain nothing injurious to the health of
consumers of water treated. It shall be free of any foreign material that may cause excessive
clogging of strainers or flow regulating devices. The City has it's own 1,460 gallon tank.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1) year. Prices shall be firm for the life of the
contract. The City reserves the right to cancel this contract with (5) days prior written notice.
Item No. 6 23 -25% (available fluoride) Hydrofluosilicic Acid - 190,000 lbs. (estimated)
Hydrofluorsilicic Acid shall be supplied by tank truck in 4,000 gallon loads, as ordered. Water
Plant storage connections consist of 2" PVC pipe with a 2" stainless steel female quick coupling.
Static lift required is 17 feet. Hydrofluosilicic Acid shall conform to AWWA Standard B703 -89
Page 5 of 15
or latest revision. The manufacturer or vendor shall provide an affidavit signed by an officer of
the company acknowledging that the Hydrofluosilicic Acid furnished complies with all
applicable requirements of AWWA Standards.
Item No. 7 Phosphates - 135,000 Ibs (estimated)
Vendor shall furnish an estimated 135,000 pounds of a 50/50 ortho /polyphosphate blend, with
36 -40% total phosphate. Each bidder shall provide, with their bid, certification that their
product meets these requirements. Successful bidder must provide water quality analysis to
monitor and verify performance of their product during the life of the contract as follows:
1 Two (2) lead samples and two (2) copper samples may be required for the vendor
to collect and analyze each month. Testing method must be one approved by the
TCEQ and the EPA. This is to monitor the distribution system if any
discrepancies arise.
2. This treatment system is currently in compliance and the successful bidder must
keep the system in compliance or this contract will be terminated.
Page 6 of 15
P. R. No. 17704
05/23/13
Page 9 of 17
Exhibit "C"
P. R No. 17704
05/23/13
Page 10 of 17
PURCHASING CONTRACT
AGREEMENT
THIS AGREEMENT is made this the of , 2013, by
and between an individual, firm partnership or corporation, KEY CHEMICAL, of
Waxhaw, North Carolina, hereinafter called "Vendor", 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 Vendor agree as follows:
1. The term of this Contract shall be for one (1) year, with an option to renew for
one (1) additional year, from the date that it is signed by the City unless sooner
terminated under the provision hereof. The City can terminate this contract at its
convenience which includes, but not limited to, funding not being available in any
budget cycle with ten (10) days written notice.
2. The Vendor will provide Hydrofluosilicic Acid (Fluoride), as delineated and
submitted in their bid on May 15, 2013.
3. During the term of this Contract, the Vendor will furnish all of the materials and
supplies, as stated in the advertised bid specifications, described as:
Water Treatment Chemicals
4. The Vendor agrees to deliver all materials on an as - needed basis during the
term of this contract, in a not -to- exceed maximum amount of $56,620.00 (95 tons A
$596.00/ton) for Hydrofluosilicic Acid as shown in the Bid schedule.
5. The term "Contract Documents" means and includes the following:
(A) Agreement
(B) Specifications
(C) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective
heirs, executors, administrators, successors and assigns.
P. R. No. 17704
05/23/13
Page 11 of 17
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:
Key Chemical
SIGNED AND AGREED to on the day of , 2013.
WITNESS: CITY OF PORT ARTHUR:
City Secretary City Manager
SPECIFICATIONS FOR WATER TREATMENT
CHEMICALS FOR THE CITY OF PORT
ARTHUR UTILITY OPERATIONS DEPARTMENT
GENERAL INFORMATION
All chemicals specified herein shall conform to Standard 60 of the American United Laboratory
National Standards Institute/National Sanitation Foundation/Underwriter's Laboratory
(ANSI/NSF/UL). Conformance with this Standard must be certified by an agency recognized by
the TCEQ. Each bidder shall provide such certification to the City, with their bid, along with a
current Material Safety Data Sheet (MSDS) for any chemicals supplied per these specifications.
All bids are to be F.O.B. at the specified City delivery location in Port Arthur, Texas. The
delivery points will include the Water Purification Plant at 1101 H.O. Mills Blvd., Main WWTP
at 6300 Procter St. Ext., and the Port Acres WWTP at 2901 W. Hwy. 365, and will be specified
on the order. The WWTP's will only receive shipments of liquid chlorine. The City of Port
Arthur will not accept demurral charges or freight bills. Shippers shall notify the appropriate
City personnel prior to unloading any of the above - mentioned items.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1) year, with the option to extend the contract
for one (1) additional year. Shipments are to be made as needed. No price increases will be
allowed for the first ninety (90) days during life of the contracts. The estimated quantities
stated below are supplied as a basis for bidding purposes only. These quantities were estimated
from past experience, and do not obligate the City to purchase these exact amounts
All chemical prices shall be firm for 90 days. Thirty (30) days prior written notice must be
submitted, along with market justification, for any price changes during the life of the contract.
Each month the vendor is required to submit a letter from their supplier to the City of Port Arthur
showing any increase or decrease in price to the vendor by their supplier from the previous
month. Officers of each company must sign this letter. If there is a price decrease to the vendor
by their supplier the City will be given an equal decrease. The City reserves the right to cancel
this contract with fifteen (15) days prior written notice.
The City reserves the right to reject any or all bids, and to waive informalities. The City reserves
the right to award all items to one responsible bidder, or to award by item.
TECHNICAL SPECIFICATIONS
Item No. 1 50% (by weight) Sodium Hydroxide —145 dry tons (estimated)
Solution should contain approximately 6.4 lbs. of dry sodium hydroxide per gallon. It should
contain nothing injurious to the health of consumers of water treated. It shall be free of any
foreign material that may cause excessive clogging of strainer or flow control valve. Shipments
shall be made in 4,000 to 4,500 gallon loads as ordered, by tank truck. Supplier shall be
prepared to deliver under the following conditions. Water Plant storage connection consists of
Page 4 of 15
2" PVC pipe with a 2" stainless steel female quick coupling. Static lift required is 20 feet, and
must be blown off with transporter's compressor. The sodium hydroxide to be supplied shall
conform to the American Water Works Association Standard B501 -75, or the latest revision of
this standard. The manufacturer or vendor shall provide an affidavit (signed by an officer of the
company) acknowledging that the sodium hydroxide furnished, according to the City of Port
Arthur's order, complies with all applicable requirements of AWWA Standards.
Item No. 2 25% (by weight) Sodium Hydroxide - 72 dry tons (estimated)
Same conditions as Item No.1, except solution should contain 3.2 lbs of dry Sodium Hydroxide
per gallon.
Item No. 3 100% Liquid Chlorine - 325 tons (estimated) in one -ton containers
Shipments shall be made in lots of nine tons. Shipments are to be by truck and are to be unloaded
and drums placed in position on City racks, by successful bidder. Liquid Chlorine shall conform
to the latest revision of AWWA Standard B301. All ton cylinders shall be equipped with new or
newly reconditioned valves meeting the Chlorine Institute standard for new valves. All newly
reconditioned valves shall be reconditioned according to the Chlorine Institute's latest
publication. It shall be the sole responsibility of the successful bidder to immediately remove
any ton cylinder failing to meet any requirements of these specifications. The manufacturer or
vendor shall provide an affidavit (signed by an officer of the company) acknowledging that the
Liquid Chlorine to be furnished complies with all applicable requirements of AWWA Standards.
Item No. 4 100% Liquid Chlorine - 36,000 lbs. (estimated) in 150 lb. cylinders
Same condition as above Item No. 3, except shipments shall be in 20 cylinder lots, and shall be
unloaded by successful bidder.
Item No. 5 99.995% (by weight) Anhydrous Ammonia - 80,000 pounds (estimated)
Ammonia shall be refrigeration (R) grade, and shall contain nothing injurious to the health of
consumers of water treated. It shall be free of any foreign material that may cause excessive
clogging of strainers or flow regulating devices. The City has it's own 1,460 gallon tank.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1) year. Prices shall be firm for the life of the
contract. The City reserves the right to cancel this contract with (5) days prior written notice.
Item No. 6 23 -25% (available fluoride) Hydrofluosilicic Acid - 190,000 lbs. (estimated)
Hydrofluorsilicic Acid shall be supplied by tank truck in 4,000 gallon loads, as ordered. Water
Plant storage connections consist of 2" PVC pipe with a 2" stainless steel female quick coupling.
Static lift required is 17 feet. Hydrofluosilicic Acid shall conform to AWWA Standard B703 -89
Page 5 of 15
or latest revision. The manufacturer or vendor shall provide an affidavit signed by an officer of
the company acknowledging that the Hydrofluosilicic Acid furnished complies with all
applicable requirements of AWWA Standards.
Item No. 7 Phosphates - 135,000 lbs (estimated)
Vendor shall furnish an estimated 135,000 pounds of a 50/50 ortho /polyphosphate blend, with
36 -40% total phosphate. Each bidder shall provide, with their bid, certification that their
product meets these requirements. Successful bidder must provide water quality analysis to
monitor and verify performance of their product during the life of the contract as follows:
1 Two (2) lead samples and two (2) copper samples may be required for the vendor
to collect and analyze each month. Testing method must be one approved by the
TCEQ and the EPA. This is to monitor the distribution system if any
discrepancies arise.
2. This treatment system is currently in compliance and the successful bidder must
keep the system in compliance or this contract will be terminated.
Page 6of15
P. R. No. 17704
05/23/13
Page 12 of 17
Exhibit "D"
P. R. No. 17704
05/23/13
Page 13 of 17
PURCHASING CONTRACT
AGREEMENT
THIS AGREEMENT is made this the of , 2013, by
and between an individual, firm partnership or corporation, CARUS CORPORATION, of
Peru, IL, hereinafter called "Vendor", 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 Vendor agree as follows:
1. The term of this Contract shall be for one (1) year, with an option to renew for
one (1) additional year, from the date that it is signed by the City unless sooner
terminated under the provision hereof. The City can terminate this contract at its
convenience which includes, but not limited to, funding not being available in any
budget cycle with ten (10) days written notice.
2. The Vendor will provide Phosphates, as delineated and submitted in their bid on
May 15, 2013.
3. During the term of this Contract, the Vendor will furnish all of the materials and
supplies, as stated in the advertised bid specifications, described as:
Water Treatment Chemicals
4. The Vendor agrees to deliver all materials on an as- needed basis during the
term of this contract, in a not -to- exceed maximum amount of $52,650.00 (67.5 tons Cad
$780.00 /ton) for Phosphates as shown in the Bid schedule.
5. The term "Contract Documents" means and includes the following:
(A) Agreement
(B) Specifications
(C) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective
heirs, executors, administrators, successors and assigns.
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.
P. R. No. 17704
05/23/13
Page 14 of 17
SIGNED AND AGREED to on the day of , 2013.
WITNESS: CONTRACTOR:
Carus Corporation
SIGNED AND AGREED to on the day of , 2013.
WITNESS: CITY OF PORT ARTHUR:
City Secretary City Manager
SPECIFICATIONS FOR WATER TREATMENT
CHEMICALS FOR THE CITY OF PORT
ARTHUR UTILITY OPERATIONS DEPARTMENT
GENERAL INFORMATION
All chemicals specified herein shall conform to Standard 60 of the American United Laboratory
National Standards Institute/National Sanitation Foundation/Underwriter's Laboratory
(ANSI/NSF/UL). Conformance with this Standard must be certified by an agency recognized by
the TCEQ. Each bidder shall provide such certification to the City, with their bid, along with a
current Material Safety Data Sheet (MSDS) for any chemicals supplied per these specifications.
All bids are to be F.O.B. at the specified City delivery location in Port Arthur, Texas. The
delivery points will include the Water Purification Plant at 1101 H.O. Mills Blvd., Main WWTP
at 6300 Procter St. Ext., and the Port Acres WWTP at 2901 W. Hwy. 365, and will be specified
on the order. The WWTP's will only receive shipments of liquid chlorine. The City of Port
Arthur will not accept demurral charges or freight bills. Shippers shall notify the appropriate
City personnel prior to unloading any of the above - mentioned items.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1) year, with the option to extend the contract
for one (1) additional year. Shipments are to be made as needed. No price increases will be
allowed for the first ninety (90) days during life of the contracts. The estimated quantities
stated below are supplied as a basis for bidding purposes only. These quantities were estimated
from past experience, and do not obligate the City to purchase these exact amounts
All chemical prices shall be firm for 90 days. Thirty (30) days prior written notice must be
submitted, along with market justification, for any price changes during the life of the contract.
Each month the vendor is required to submit a letter from their supplier to the City of Port Arthur
showing any increase or decrease in price to the vendor by their supplier from the previous
month. Officers of each company must sign this letter. If there is a price decrease to the vendor
by their supplier the City will be given an equal decrease. The City reserves the right to cancel
this contract with fifteen (15) days prior written notice.
The City reserves the right to reject any or all bids, and to waive informalities. The City reserves
the right to award all items to one responsible bidder, or to award by item.
TECHNICAL SPECIFICATIONS
Item No. 1 50% (by weight) Sodium Hydroxide —145 dry tons (estimated)
Solution should contain approximately 6.4 lbs. of dry sodium hydroxide per gallon. It should
contain nothing injurious to the health of consumers of water treated. It shall be free of any
foreign material that may cause excessive clogging of strainer or flow control valve. Shipments
shall be made in 4,000 to 4,500 gallon loads as ordered, by tank truck. Supplier shall be
prepared to deliver under the following conditions. Water Plant storage connection consists of
Page 4 of 15
2" PVC pipe with a 2" stainless steel female quick coupling. Static lift required is 20 feet, and
must be blown off with transporter's compressor. The sodium hydroxide to be supplied shall
conform to the American Water Works Association Standard B501 -75, or the latest revision of
this standard. The manufacturer or vendor shall provide an affidavit (signed by an officer of the
company) acknowledging that the sodium hydroxide furnished, according to the City of Port
Arthur's order, complies with all applicable requirements of AWWA Standards.
Item No. 2 25% (by weight) Sodium Hydroxide - 72 dry tons (estimated)
Same conditions as Item No.1, except solution should contain 3.2 lbs of dry Sodium Hydroxide
per gallon.
Item No. 3 100% Liquid Chlorine - 325 tons (estimated) in one -ton containers
Shipments shall be made in lots of nine tons. Shipments are to be by truck and are to be unloaded
and drums placed in position on City racks, by successful bidder. Liquid Chlorine shall conform
to the latest revision of AWWA Standard B301. All ton cylinders shall be equipped with new or
newly reconditioned valves meeting the Chlorine Institute standard for new valves. All newly
reconditioned valves shall be reconditioned according to the Chlorine Institute's latest
publication. It shall be the sole responsibility of the successful bidder to immediately remove
any ton cylinder failing to meet any requirements of these specifications. The manufacturer or
vendor shall provide an affidavit (signed by an officer of the company) acknowledging that the
Liquid Chlorine to be furnished complies with all applicable requirements of AWWA Standards.
Item No. 4 100% Liquid Chlorine - 36,000 lbs. (estimated) in 150 lb. cylinders
Same condition as above Item No. 3, except shipments shall be in 20 cylinder lots, and shall be
unloaded by successful bidder.
Item No. 5 99.995% (by weight) Anhydrous Ammonia - 80,000 pounds (estimated)
Ammonia shall be refrigeration (R) grade, and shall contain nothing injurious to the health of
consumers of water treated. It shall be free of any foreign material that may cause excessive
clogging of strainers or flow regulating devices. The City has it's own 1,460 gallon tank.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1) year. Prices shall be firm for the life of the
contract. The City reserves the right to cancel this contract with (5) days prior written notice.
Item No. 6 23 -25% (available fluoride) Hydrofluosilicic Acid - 190,000 lbs. (estimated)
Hydrofluorsilicic Acid shall be supplied by tank truck in 4,000 gallon loads, as ordered. Water
Plant storage connections consist of 2" PVC pipe with a 2" stainless steel female quick coupling.
Static lift required is 17 feet. Hydrofluosilicic Acid shall conform to AWWA Standard B703 -89
Page 5 of 15
or latest revision. The manufacturer or vendor shall provide an affidavit signed by an officer of
the company acknowledging that the Hydrofluosilicic Acid furnished complies with all
applicable requirements of AWWA Standards.
Item No. 7 Phosphates - 135,000 Ibs (estimated)
Vendor shall furnish an estimated 135,000 pounds of a 50/50 ortho /polyphosphate blend, with
36 -40% total phosphate. Each bidder shall provide, with their bid, certification that their
product meets these requirements. Successful bidder must provide water quality analysis to
monitor and verify performance of their product during the life of the contract as follows:
1 Two (2) lead samples and two (2) copper samples may be required for the vendor
to collect and analyze each month. Testing method must be one approved by the
TCEQ and the EPA. This is to monitor the distribution system if any
discrepancies arise.
2. This treatment system is currently in compliance and the successful bidder must
keep the system in compliance or this contract will be terminated.
Page 6of15
P. R. No. 17704
05/23/13
Page 15 of 17
Exhibit "E"
P. R. No. 17704
05/23/13
Page 16 of 17
PURCHASING CONTRACT
AGREEMENT
THIS AGREEMENT is made this the of , 2013, by
and between an individual, firm partnership or corporation, Therchem Corporation, of
New Iberia, Louisiana, hereinafter called "Vendor", 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 Vendor agree as follows:
1. The term of this Contract shall be for one (1) year, with an option to renew for
one (1) additional year, from the date that it is signed by the City unless sooner
terminated under the provision hereof. The City can terminate this contract at its
convenience which includes, but not limited to, funding not being available in any
budget cycle with ten (10) days written notice.
2. The Vendor will provide Anhydrous Ammonia, as delineated and submitted in
their bid on May 15, 2013.
3. During the term of this Contract, the Vendor will furnish all of the materials and
supplies, as stated in the advertised bid specifications, described as:
Water Treatment Chemicals
4. The Vendor agrees to deliver all materials on an as- needed basis during the
term of this contract, in a not -to- exceed maximum amount of $46,800.00 (32.5 tons Cad
$1,440.00/ton) for Anhydrous Ammonia as shown in the Bid schedule.
5. The term "Contract Documents" means and includes the following:
(A) Agreement
(B) Specifications
(C) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective
heirs, executors, administrators, successors and assigns.
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.
f
P. R. No. 17704
05/23/13
Page 17 of 17
SIGNED AND AGREED to on the day of , 2013.
WITNESS: CONTRACTOR:
Therchem Corporation
SIGNED AND AGREED to on the day of , 2013.
WITNESS: CITY OF PORT ARTHUR:
City Secretary City Manager
1
SPECIFICATIONS FOR WATER TREATMENT
CHEMICALS FOR THE CITY OF PORT
ARTHUR UTILITY OPERATIONS DEPARTMENT
GENERAL INFORMATION
All chemicals specified herein shall conform to Standard 60 of the American United Laboratory
National Standards Institute/National Sanitation Foundation/Underwriter's Laboratory
(ANSI/NSF/UL). Conformance with this Standard must be certified by an agency recognized by
the TCEQ. Each bidder shall provide such certification to the City, with their bid, along with a
current Material Safety Data Sheet (MSDS) for any chemicals supplied per these specifications.
All bids are to be F.O.B. at the specified City delivery location in Port Arthur, Texas. The
delivery points will include the Water Purification Plant at 1101 H.O. Mills Blvd., Main WWTP
at 6300 Procter St. Ext., and the Port Acres WWTP at 2901 W. Hwy. 365, and will be specified
on the order. The WWTP's will only receive shipments of liquid chlorine. The City of Port
Arthur will not accept demurral charges or freight bills. Shippers shall notify the appropriate
City personnel prior to unloading any of the above - mentioned items.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1) year, with the option to extend the contract
for one (1) additional year. Shipments are to be made as needed. No price increases will be
allowed for the first ninety (90) days durinz life of the contracts. The estimated quantities
stated below are supplied as a basis for bidding purposes only. These quantities were estimated
from past experience, and do not obligate the City to purchase these exact amounts
All chemical prices shall be firm for 90 days. Thirty (30) days prior written notice must be
submitted, along with market justification, for any price changes during the life of the contract.
Each month the vendor is required to submit a letter from their supplier to the City of Port Arthur
showing any increase or decrease in price to the vendor by their supplier from the previous
month. Officers of each company must sign this letter. If there is a price decrease to the vendor
by their supplier the City will be liven an equal decrease. The City reserves the right to cancel
this contract with fifteen (15) days prior written notice.
The City reserves the right to reject any or all bids, and to waive informalities. The City reserves
the right to award all items to one responsible bidder, or to award by item.
TECHNICAL SPECIFICATIONS
Item No. 1 50% (by weight) Sodium Hydroxide —145 dry tons (estimated)
Solution should contain approximately 6.4 lbs. of dry sodium hydroxide per gallon. It should
contain nothing injurious to the health of consumers of water treated. It shall be free of any
foreign material that may cause excessive clogging of strainer or flow control valve. Shipments
shall be made in 4,000 to 4,500 gallon loads as ordered, by tank truck. Supplier shall be
prepared to deliver under the following conditions. Water Plant storage connection consists of
1
Page 4 of 15
2" PVC pipe with a 2" stainless steel female quick coupling. Static lift required is 20 feet, and
must be blown off with transporter's compressor. The sodium hydroxide to be supplied shall
conform to the American Water Works Association Standard B501 -75, or the latest revision of
this standard. The manufacturer or vendor shall provide an affidavit (signed by an officer of the
company) acknowledging that the sodium hydroxide furnished, according to the City of Port
Arthur's order, complies with all applicable requirements of AWWA Standards.
Item No. 2 25% (by weight) Sodium Hydroxide - 72 dry tons (estimated)
Same conditions as Item No.1, except solution should contain 3.2 lbs of dry Sodium Hydroxide
per gallon.
Item No. 3 100% Liquid Chlorine - 325 tons (estimated) in one -ton containers
Shipments shall be made in lots of nine tons. Shipments are to be by truck and are to be unloaded
and drums placed in position on City racks, by successful bidder. Liquid Chlorine shall conform
to the latest revision of AWWA Standard B301. All ton cylinders shall be equipped with new or
newly reconditioned valves meeting the Chlorine Institute standard for new valves. All newly
reconditioned valves shall be reconditioned according to the Chlorine Institute's latest
publication. It shall be the sole responsibility of the successful bidder to immediately remove
any ton cylinder failing to meet any requirements of these specifications. The manufacturer or
vendor shall provide an affidavit (signed by an officer of the company) acknowledging that the
Liquid Chlorine to be furnished complies with all applicable requirements of AWWA Standards.
Item No. 4 100% Liquid Chlorine - 36,000 lbs. (estimated) in 150 lb. cylinders
Same condition as above Item No. 3, except shipments shall be in 20 cylinder lots, and shall be
unloaded by successful bidder.
Item No. 5 99.995% (by weight) Anhydrous Ammonia - 80,000 pounds (estimated)
Ammonia shall be refrigeration (R) grade, and shall contain nothing injurious to the health of
consumers of water treated. It shall be free of any foreign material that may cause excessive
clogging of strainers or flow regulating devices. The City has it's own 1,460 gallon tank.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1) year. Prices shall be firm for the life of the
contract. The City reserves the right to cancel this contract with (5) days prior written notice.
Item No. 6 23 -25% (available fluoride) Hydrofluosilicic Acid - 190,000 lbs. (estimated)
Hydrofluorsilicic Acid shall be supplied by tank truck in 4,000 gallon loads, as ordered. Water
Plant storage connections consist of 2" PVC pipe with a 2" stainless steel female quick coupling.
Static lift required is 17 feet. Hydrofluosilicic Acid shall conform to AWWA Standard B703 -89
Page 5 of 15
or latest revision. The manufacturer or vendor shall provide an affidavit signed by an officer of
the company acknowledging that the Hydrofluosilicic Acid furnished complies with all
applicable requirements of AWWA Standards.
Item No. 7 Phosphates - 135,000 lbs (estimated)
Vendor shall furnish an estimated 135,000 pounds of a 50/50 ortho /polyphosphate blend, with
36 -40% total phosphate. Each bidder shall provide, with their bid, certification that their
product meets these requirements. Successful bidder must provide water quality analysis to
monitor and verify performance of their product during the life of the contract as follows:
1 Two (2) lead samples and two (2) copper samples may be required for the vendor
to collect and analyze each month. Testing method must be one approved by the
TCEQ and the EPA. This is to monitor the distribution system if any
discrepancies arise.
2. This treatment system is currently in compliance and the successful bidder must
keep the system in compliance or this contract will be terminated.
Page 6 of 15