HomeMy WebLinkAboutCalgon Corp-WWTP 1983 A G R E E M E N T
THIS AGREEMEffloOf and entered into this 18th day of November , 1983 ,
by and between CALGON CORP. of
P. O. Box 1346 . Pittsburgh, PA 15230 , party of the first part, and the
CITY OF OSHKOSH, a municipal corporation located in Winnebago County, Wisconsin,
hereinafter referred to as the "City", and party of the second part.
WITNESSETH:
WHEREAS, the Common Council of the City of Oshkosh by resolution duly
adopted on the 17th day of November , 198 3 , accepted the bid of the first
party and authorized and directed the proper City officials to enter into an agree-
ment with the party of the first part for:
100 Tons activated carbon in 40,000 lb. deliveries BID: 590.00 T.
for Wastewater and Water Treatment Plants, City of Oshkosh,
according to the specifications and bid for same on file in the office of the City
Clerk.
NOW, THEREFORE, pursuant to said resolution of the Common Council of the
City of Oshkosh, the parties hereto agree as follows:
1 . That the party of the first part will. furnish same to the City, all in
accordance with the specifications and bid on file in the office of the City Clerk.
2. That no assignment of this agreement or of any rights thereunder by
said party of the first part, shall be valid without the written consent of the City;
and that this document including the specifications and bid, constitutes the entire
agreement between the parties hereto and that any understanding either oral or written,
not a part hereof shall not be binding on either party.
3. That in consideration thereof, the City will pay to the first party
the sum of $ 590.00/1. , upon presentation of a proper voucher, and
delivery and acceptance by the City in conformity on said specifications and bid.
IN WITNESS WHEREOF, the parties hereto have caused this agreement to be
signed by the proper officers of each party and their corporate seals to be hereunto
affixed all on the day and year first above written; then if first party is a cor-
poration or partnership, the signing of this agreement shall constitute a warranty by
the person(s) so signing the proper authority so to do.
/CARBON
CALGON CORP.
In the presence of: , /
Y
B :V -� �J • 1 �t
56(9101Ali9iR X&iX M gXAMP)ks 4g S IXAkANNIR9cX
RURRONKRAiRROXXWAPPAMa
National Sales Director
RomisoNNAxfaxxiNmtrArx
S ttaaMX X Pame a` A. Moo
Assistant Secretary
(1 CITY OF OSH, rSH
�_: __ By:
WILLIAM D. FRUEH, City Manager
DONNA C. . SERWAS4 City Clerk
I hereby certify that the necessary
provisions have been made to pay the
Approved as to form and liability that will accrue under this
execution: contryt:
AllitiMirtighteEl City Attorney ED ARD A. NOKES, City Comptroller
4-5st
•
•
•
• 0 H 'D•O µ r,CO w ...O ..CO
0 N O
m m rc 7 0 --o X00 0 �o
•
H a K o \n 0 o o 0- 0 vs 0 0
.. < ca B (D 0 O.- 00 000 H 00 00 OH
0 '•)0. 0 0 H H H 0 0 H r 7
a o O 07 0.CT CT 7 cr 0. r y
•"C 7 b O y y r w 0 CT
w a w C) w CA a `t a H.
O NO 0 H H A aq r• aq r H 7 0.0
H =CD y cr r• ..'1 v 0 9 v'< H r•
C) 'e1 0.Q H. 'a H. 0. v 0.
m I w CD (D w 0 77 7 '7
'1 '7 r c r CD C o C)
Cr) '1 r•0 • a C C
0 C CD 0. 1-' CA Cn y 0
'1 CA '1 C) 0. C C a '1
r•w H r
N n N 'S '•') •'-') 9 7
'7 ' CA CT w w O (D
CD H O 0- 0- 7
7 O 7 CD (D r•
o r• w
cr 0.
a .
1 (D 7 CJY)C C I
w cr <war 2 3 '2 n a
7 0.)-•••-Y...,0
0. w 0 D 0 ct(D(D. 4'07 v• C r
w 0 Cr' CD A O'S t. 3 H
'•C 1+ '7 cry t �)f•a H 0
CA 0 EEH C r y CO n c7
(D 's ie-C cr CT Oct 0 a
cr',3•
'"'') - T
Z ar"-C-A4C)r•a Vl• 22 na m
V1 cyr C1 V'7 cn.s1107 B 9 1�J1 .°r CD • T Cn 3
t0 CD 0 0 T '.,y
09'1-v 0 CO O O r O 3 r a
0. w I r•1 CD ] vi r a
w O 02'x0 cars P. 0' 1-.• 0 0' C�JI S 0 n Z r-.
m . ow rY w Cl'C) CA.* [a0
A O F, 70
+ 1 r. i H O.
11 �' a �n ,o
�0 0
v1 z 0.01-11 ro z 3'o c•1 0 o xi
I co 7 c 0 9 • s..11 1.1 H.• T m m
Cr Hwy r• Cn H 0 m Z ..J 3
O '< '1 0 w Cn E • 3 C- O m
W Cl-.•CD 1.51 r w Di CO H 0 2
0. 0 CD CD CT (V C 0 C) w H
0) "1 cr") H N X'X a CO
•• H. Cr �1 CD N r B
y CO■ a( D -H 'CC
. Z o
•o %z 'O.0 n 0 o r v 0r
F• -.•9 a Cn Cr)
1+ Cl' '4 0 '7 0 K w• r T Q
3 1- r. -,cr r O a -� vc
t• w aq 0 vs y 0'. 0
O 0'(D NCr z Cn 0. cr w c CA T
w w 0'7 O C)
< 0 oat X O Z _1
y C1 7 na a
- H D
Z 'C HCnc- -. 3010 m
.
CD '7 •7A C - m Za a
o
Cr 1-'• S 7 CJ1 z<0
0. 0 -• c.(D A 0 HHr S oss
w w CD Oq w O.'1 Cr a S)m k m
`G O w r 03rD r• r0 c0 O a
"1 r'a •-)'1 0 221 CA H
r CD v1 G 7 $ 0 T 3
1 `1 • I-• 0
F''< z.D H _
2 v a O nu) �O (� H 0
N 7 '7 C • -J H Ci T'< )-4 z 0. R 0 r•w CO S J m v O 0 w
Z
0-O "I ON CJ1 7C Z 371 2
'< w A (D cr oo .CO NHH N O A (D 11 NO CA C)H
cr '1 H Cr 0 0' a m 2
cr
1-•• r 7 A H - S r „�
o e v rn
a r 03 0 z
D 0 a
1 (D H.N'7 0 A Cn a N 0 G W 2 2• :*1 Cr)
N Cl' '1 1-' CIO 1) I 0 0 0 0'H(D E 0 01 a I a
B O w -C 0 • • 0 1 • cr•. H• ., •e 0. 1. D r 0' Ca 0 O -•0 7 o
r-
at 0 CA H•0 0 ON CA O N C)CJ) a
Ci) 1+ CDD 1 cr A H 0(D '7 r Z
` '7 ' Aj c-,-
D O Cn -"� n
'1 1
v 2 r,(A T1 '0 2 O+O. C7 C a H `O
CD 7 K'1 '7 ') Nil-1 C')1-••3 n CO
0. 0 A CTCD r•O N 0 r Cz1 H C'•) co
w -1 C_..1-• 0 0. 9 T r
•G w CD CD Oq CD C CO.a' NO ••H
0 0 0307 A 00 Col C)
0)crer .-D Cr N000 a
CD r• H H -1(T ti
(-' '1 O-
O n 7 H
z 'C)'C) a. -.• IO.-w Vl T'OH C)
(D r'7 -D ow(D Vio tC . 2
I r '7 r• • --a oON0 00 0O.0C)C)C..
-4 9 0 In 0 • 0 • • •CO CA• T O
W CD NO 00-•1/1 00 a10 0 012
0. 0 y OCJ1-.•00 7 X XC1
DJ H -r Ct H Cn
"C Cr A A H n
y '-C `< H-•
r r C'
n
•• 1. I
o O H
o
H "S O O O O O- O Vl O O O
< (n co O 00 00 0o OH •
rrs'G '3'Cl O O N �y F-. y Q y Q 0 .
Z J r• Oq o a o cr c) • r-•
m oom r0 0a H w Qn R n t N c •v
n H v•7 v o a
‘C r H.
m w (D (D w n 'd r- a v o.
•T W co N C O n
a 0 'f 3 c
o <
O G N r. Cn to to o
Co -7 c� a G c a °
'
•
y
r w F, r
W n (D -s .-y M 9 H. .
[o S ' N Q w w O co
1' O cr cr
0 7 N co W
o 1-,, w
rT a
•
z "° N• �noNJrocn£tn
c z '� • w rtn
w `� Om•V• roux
w wo rmm
0 n F-• fn 0 r-4 b 73
FA k 0 m
' s 0 r-
1-1 0
r)
S
—3 z ro kO <om 3
O z
O. z H. r •<cn ti .• H H ci
•e w ccoo o r Cz7 a a
O 0 0 rH0
I':' H. H N O O
1. �z
m
A
_ C
. H
O 77
•• m
3
o m
z
w H
N
B
Nil RI
O
O
H 79
O
CO
S
$ _f
a 7
H
m1•��•f
Ts W
O
CO H C
T x
vc m
r-
0 a
CO T 3 D
m
•
Z _
H
z H Co 0
a
. C) Z
0 Z.
0
z
c.r)
I-1 a
z cn
•
H
DI
Z
o a
< H
m m
x u
w
• m ro
x r
a
z
CA H
U)
. c
Co '-G
• CO
r
l
M:
PA).110X 1136
Puurreh.asinav .Divis ion
•
MPTI4E `To YENDOR,:
1,:. We'__are submitting. wherewith for your consideration an in-
vitatioon to-•,bid. on;
CHEMICAL REQUIREMENTS FOR OSHKOSH WATER
TREATMENT AND WASTEWATER TREATMENT PLANTS FOR YEAR 1984
2. aids .east be addressed. .to Oshkosh Purchas i! ,, v 4on.
_..
shartl show name. of' bidder, and must be -Pplainly marked in the
lower :left -hand -corner "Bid for Chemicals".
3. Bids :must be on file in the office of the Purchasing Agent no
later than 10 r 3.O: a.m.1 -C.$.T. , Wednesday,November 16. 1�8,j .
• Any bids se ine date ter t'kat hour and ate will not be opened
and will,be .returned to the bidder unread.
4, A written request for the withdrawal of a bid or any part
thereof m.at, :be granted if the request is received by the City
prior to the specified tiie of opening.
5 ALl formal.; bids submitted; shall be binding for thirty.ofive (35 )
cal €air ..diy following bid opening date, . unless the bidder(s)
utof requestt of tine Purchasing Agent, agrees to an extension.
4 . Bids, .will` be publicly opened and read. at the hour and date
above '•tated.: Award if any, will be made as soon thereafter
7. Althou.h no certified check, cashier 's check, ��or bid bond must
O® Ali 'ied a the
execute an4- file tt a proper contract within ten ('19) days after
award biy. ,the Common Council and receipt of the contract form
"for .`signature.
8. . T reimpose'he` City- es `the right to reject . any and all bids and to
•:waire any-informalities in bidding.
9. For a c .ficati t. and further information concerning this
invitation td bid, contact Donald La Fontaine, Purchasing Agent,
;R+ .3i2; City. Hell' or telephone .:(41.4') 424-026.
William D. Frueh
City Manager
PUB14501Novenher 1 & 6, 1983
GENERAL PROVISIONS
1. Proposals shall be submitted on the sheets provided by the City
of Oshkosh and proposals not submitted on these forms will be
considered irregular and will not be read.
2. All prices shall exclude any Federal Excise Tax or State of
Wisconsin Sales Taxes as the City of Oshkosh is exempt from
such taxes and will furnish an exemption certificate, if
requested by the successful bidder.
3. As stated on the Requirements and Specifications sheets for
the various Chemicals, all prices shall be F.O.B. Oshkosh
Water Filtration Plant at the Foot of Washington Avenue or
Oshkosh Wastewater Treatment Plant, at 233 Campbell Road.
4. Although we would prefer to have no drum deposit charge for
the various chemicals, if there must be a deposit charge,
show such cost on the proposal form.
5. Be sure to fill in the requested information on the "Requirements
and Specifications" sheets for the various chemicals.
6. For clarifying information on the requirements , delivery,
etc. , contact Thomas Konrad for Oshkosh' s needs at (414)
424-0466.
7. Bidders are requested to quote their best cash discounts
in the space provided on the attached proposal sheet.
8. The City of Oshkosh reserves the right to accept separate
items in a bid. If your bid is qualified in this respect,
clearly state whether your bid is for "all or none" .
9. Invoices shall be sent to the Oshkosh Purchasing Division,
P.O. Box 1130 , Oshkosh, WI 54901, in duplicate, as soon as
possible after delivery so we can pay them promptly.
•
SPECIFICATIONS
WATER TREATMENT AND WASTEWATER TREATMENT
CHEMICALS
LIQUID CHLORINE: 80 tons estimated usage for 1984
REQUIREMENTS: Liquid Chlorine, free from adulterants or impurities, for Oshkosh
Water Treatment Plant and Oshkosh Wastewater Treatment Plant.
DELIVERY: In 2000 lb. containers in at least 3 ton shipments, by truck, to
Oshkosh Water Treatment Plant; in 2000 lb. containers, as required, in
at least 3 ton shipments, by truck, to Oshkosh Wastewater Treatment
Plant. State minimum quantities at the quoted price. Shipment shall
be in ton containers with valves in good condition, with lead washers
provided, threads and cap lubricated, and clear of rust. Valve caps
shall be properly tested and inspected. Shipment of containers shall
be by truck equipped with a hydraulic lift on the tailgate.
PRICE: Quote in 2000 lb. containers F.O.B. Oshkosh Water Treatment Plant
and Oshkosh Wastewater Treatment Plant, on the attached proposal
sheet. Bid price is to be a firm bid for year's supply. We would
prefer that there be no deposit charge.
ANHYDROUS AMMONIA: 9,000 lbs. estimated usage in 198.4
REQUIREMENTS: Cylinders shall have valves, threads, and caps in good condition,
lubricated, and clear of rust. They shall be properly tested and
inspected.
DELIVERY: In 150 lb. cylinders, as required, in at least 6 cylinder deliveries,
by truck, equipped with a hydraulic lift on the tailgate, to Oshkosh
Water Treatment Plant. State minimum quantities at the quoted price.
PRICE: Quote price per lb. , F.O.B. Oshkosh Water Treatment Plant, on the
attached proposal sheet. Bid price is to be a firm bid for year's
supply. We would prefer no deposit charge on cylinders. Supplier is
to include transportation costs for delivery of full and return of
empty cylinders in his bid price.
LIQUID ALUMINUM SULFATE: 300 tons estimated usage in 1984
REQUIREMENTS: Liquid Aluminum Sulfate, A.W.W.A. Standard B403-70, Liquid Filter
Alum, not less than 8.30% strength for Water Treatment Plant and/or
Waste Water Treatment Plant use.
DELIVERY: In tank trucks, in quantities as required by purchaser, on 12-hour
notice, and pumped into our tanks at either the Water Treatment Plant
or the Waste Water Treatment Plant. State minimum quantities at the
quoted price.
SPECIFICATIONS CONTINUED
PRICE: Quote price per ton on a dry ton basis, F.O.B. Oshkosh Water Treatment
Plant or Waste Water Treatment Plant, on the attached proposal sheet.
Bid price is to be a firm bid for the year's supply.
COPPER SULFATE: 18 ,000 lbs. estimated usage for 1984
REQUIREMENTS: American Copper Sulfate, A.W.W.A. Standard B602-59, at least 25%
copper. We want crystal size that would pass through a 1/8" x 1/2"
screen, and stay on a 14 mesh. No snow or powdered copper sulfate
will be accepted. SEND A SAMPLE OF THE COPPER SULFATE YOU WILL
FURNISH WITH YOUR BID.
DELIVERY: In one delivery, in 100 lb. , multi-ply bags, with a durable inner
lining, by truck, to Oshkosh Water Treatment Plant. State minimum
quantities at the quoted price.
PRICE: Quote price per lb. , F.O.B. Oshkosh Water Treatment Plant, on the
attached proposal sheet, for one delivery. Bid price is to be a firm
bid. NOTE: PLEASE SEND SAMPLE WITH BID SO WE MAY EVALUATE.
CITRIC ACID: 9 , 000 lbs. estimated usage for 198.4
REQUIREMENTS: Citric acid, USP fine granular, anhydrous, for Water Treatment
Plant.
DELIVERY: In one delivery, in 100 lb. , moisture-proof, multiple ply bags, by
truck, to Oshkosh Water Treatment Plant.
PRICE: Quote price per lb. , F.O.B. Oshkosh Water Treatment Plant, on the
attached proposal sheet for one delivery. Bid price is to be a firm
bid.
ACTIVATED CARBON: Carbon 100 tons, for 198/4
SCOPE: These specifications cover powdered activated carbon for use in a
municipal water treatment plant.
DEFINITION: Activated carbon is a charred or carbonized residue of an organic
material produced and prepared in such a way as to possess a highly asorp-
tive capacity, particularly with respect to taste and odor producing sub-
stances in water.
IMPURITIES: The powdered activated carbon shall be free of diluents, either
soluble or insoluble. It shall contain no soluble inorganic or organic
substances in quantities capable of producing deleterious or injurious
• affects upon the health of those consuming the water or that would other-
wise render the water that has been treated properly with activated carbon
unfit for public use. The carbon shall not impart to the water at its rate
of feed any contaminant that exceeds the limits of drinking water standards
established by appropriate governing agencies, when the concentration of
the impurity imparted by the carbon is combined with the concentration
SPECIFICATIONS CONTINUED
of that impurity already present in the water to be treated. The carbon
shall be specifically prepared for water treatment and the consignor shall
submit a Notarized Certificate of Guarantee that this material conforms to
the requirements of the latest revision of AWWA B600-78 Specifications for
Powdered Activated Carbon and to the following specifications.
BASIS FOR REJECTION: The basis for rejection shall be:
1. A modified phenol value of more than 3.5 when the phenol value of the
carbon to be supplied is not included in the specifications.
2. A phenol value more than 10% over the guaranteed value.
3. If the taste and odor removal as measured by the threshold test is
less than 90% of the bid or reference sample as guaranteed.
4. If the acid insoluble ash is greater than 2%, or if the residue is
such that the abrasive characteristics would cause erosion of PVC pipe
and/or rubber lined pipe, fittings, valves, or mechanical equipment.
SAMPLING INSPECTION TESTING: All sampling and testing shall be in accordance
with the latest revision of AWWA B600-78 Specifications for Activated
Carbon.
EVALUATION OF BIDS: The evaluation of bids on the bag of carbon may be made by
multiplying the price per ton by the guaranteed phenol value. The lowest
product so obtained may be considered the lowest bid.
PATENTS: It is agreed that the supplier shall indemnify and save harmless the
City of Oshkosh Water Utility from all liabilities, judgements, costs,
damages and expenses which may in any way arise against said Water Utility
as result of infringement or an allegation of infringement of any patent by
reason of the purchase or use of any material furnished under this contract
and in the event any claim or suit or action at law or in equity of any
kind whatsoever is made or brought against said Water Utility, then the
Water Utility shall have the right to retain from the money due or to
became due said supplier, a sufficient sum to protect itself against loss
in the same manner, which action shall in no way relieve said supplier of
its obligations under the terms and conditions of any contract then in
force.
DELIVERY: lti-ply bags, as required, on pallets, by truck, in approximately
15 to 20 on lots, to Oshkosh Water Treatment Plant at the foot of Washington
Avenu tate minimum quantities at the quoted price.
PRICE: Quote price per ton, F.O.B. your delivery point, truck paid to Oshkosh
Water Treatment Plant, on the attached proposal sheet. Bid price to be a
firm bid for materials only for year's supply. If change in transportation
rates is to affect your delivered price, clearly indicate that fact and to
what extent.
SPECIFICATIONS CONTINUED
The carbon supplied under this contract shall be a powdered material meeting
the following minimum specifications:
CARBON
Carbon content 75% min.
Modified Phenol value 3.5 max.
Density 0.2 g/m1-0.75 g/ml
Iodine value 550 min.
Moisture when packed 5% max.
Acid insoluble ash 2% max.
Ash 25% max.
Decolorizing index or
equivalent molasses value
Fineness (U.S. series wet)
Passing 100 mesh 99% min.
Passing 200 mesh 95% min.
Passing 325 mesh 90% min.
LIQUID FERROUS CHLORIDE: 195 ,000 gallons estimated usage for198.4
REQUIREMENTS: With an average iron content of 12.4% and not less than 9% in any
delivery. The free acid content shall be not be more than 2.7% and
shall average 1.5% or less. Suspended solids shall not exceed 80 mg/L
and shall average 35 mg/L or less. The material shall be free from
all dirt, grease, oil, and particles of foreign matter.
The intent of the above specification is not to be exclusive and
ferric chloride bids will also be considered if it meets the above
minimum specifications.
DELIVERY: In tank trucks, in quantities as required by the purchaser, on a two-
day notice, and pumped into the storage tank at the Wastewater Treat-
ment Plant. State minimum quantities at the quoted price.
PRICE: Quote price per gallon , or if quoted on other than a per
gallon price, show your computation for other pricing methods
so , in analyzing the bids , that cost can readily be converted
to a per gallon cost . Price is to be F.O.B. Oshkosh Waste-
water Treatment Plant , and is to be a firm bid for the year ' s
supply .
PROPOSAL_
CHEMICAL REQUIREMENTS FOR OSHKOSH WATER
TREATMENT PLANT AND WASTE4ATER TREATMENT PLANT
(When submitting your bid for City of Oshkosh Water and Wastewater Treatment
Chemicals, please use this proposal sheet to submit your bid. Be sure to fill
in desired information on Requirements and Specifications sheet for the various
chemicals.)
We, the undersigned, propose to furnish, at the following quoted firm prices, to
the City of Oshkosh Water Treatment Plant and Wastewater Treatment Plant, the
following chemicals, in accordance with stated requirements and specifications,
F.O.B. Oshkosh Treatment Plant or Wastewater Treatment Plant, for the year198l
1. 50 tons (more or less) Liquid Chlorine
(200046 cylinders) for Oshkosh Water Plant @ No Bid ton
30 tons (more or less) for Oshkosh Waste-
water Treatment Plant (lead washers must be
provided with chlorine cylinders) @ No Bid ton
2000# cylinder deposit, if any @ No Bid ea.
2. 9 000 lbs. (more or less) Anhydrous Ammonia
(150# cylinder) for Oshkosh Water Plant @ No Bid lb.
Cylinder deposit, if any @ No Bid ea.
3. 300 tons (more or less) Aluminum Sulfate
(liquid, in tank trucks) Dry Basis for
Oshkosh Water Utility @ No Bid ton
4. 1 8 ,0001bs. (more or less) Copper Sulfate
(100# bags) 1 delivery for Oshkosh Water
Plant. Send a sample with this bid so we
may evaluate. @ No Bid lb.
5. 9 ,0001bs. (more or less) Citric Acid (100#
bags) 1 delivery, Oshkosh Water Plant @ No Bid lb.
6. 100 tons Carbon (more or less) Activated
Carbon (in bags and on pallets) by truck,
in 40,000 lb. deliveries @ $590.00 ton *
7 • 195,000 gals. (more or less) Ferrous Chloride
(pickle liquor) in tank truck deliveries, No Bid
F.O.B. Oshkosh Wastewater Treatment Plant @ gal.
* Freight is firm for year 1984 (no change will occur). Minimum
shipment is 40,000 pound lots.
PROPOSAL CONTINUED
Quoted prices are X are not firm for the year 1984 .
If not , state on what terms there will be exceptions and to
what extent .
___ NONE ---
Terms : 100 % 30 days . If this only applies to certain
chemicals , state here to which it applies : ---
Calgon Carbon Corporation
Nam of Cpmpa
d ® //�JI
Name and title of person making out
the bid Paul D. Langston, National Sales Directo
SUBMITTED BY:
Box 1346 - Pittsburgh, PA 15230
Address of Company
11/11/83 1983 412-777-8434
Date Telephone number for ordering
Indicate where orders should be placed if bid is accepted.
Telephone 412-777-8434 or 314-569-1599
Address Pittsburgh, PA 15230
City State Zip