Loading...
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