HomeMy WebLinkAboutAllied Chemical Corp 12.16.1982 A G R E E M E N T
THIS AGREEMENT made and entered into this /� day of December , 19 82
by and between Allied Chemical Corp. of
P. 0. Box 1274R, Morristown, N.J. 07960 , 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 2nd day of December , 1982 , 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:
350 tons Aluminum Sulfate - $148.78/ton
for chemical requirements for Oshkosh Water Treatment and Wastewater Plants
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 $ 148.78/ton , 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 of partnership, the signing of this agreement shall constitute a warranty by
the person(s) so signing the proper authority so to do.
I n the presence of: ALLIED CHEMICAL CORP.
By: `
Y�
Signature of sole proprietor, or name
or corporation or partnership
Supervisor, Sales Service Unit
( ;t,t_7(....<.r- (
secretary
CITY OF OSHKOS
BY: ��!�� ��
.46 WI LIAM D. FRUEH, ty Manager
Ae. ..% .ett Al ' Adieif BY: f /1..-. ' Lem.):_‘-..� u�
i ty erk
I hereby certify that the necessary
provisions have been made to pay the
Approved as to form liability that will accrue under this
contract:
L a„,,,,$) GV,'
_4 it,. -f ►d�■ ,I bra EDWARD A. NOKES, City Comptroller
TOM W. AHRENS, Asst. City Attorney
Allied Customers' Service System
P.O. Box 1274R, Nichols 5
Chemical Morristown, New Jersey 07960
Toll Free (800) 631-8050
In New Jersey (800)452-9163
December 13, 1982
City of Oshkosh
City Hall
21.5 Church Avenue
P.O. Box 1130
Oshkosh, WI 54902
Attention: Harold A. Kargus
Office of the City Clerk
RE: LIQUID ALUMINUM SULFATE BID AWARD
In accordance with your request, enclosed are two (2) executed copies
of your Agreement form.
At your earliest convenience, please forward a completely executed copy
of the Agreement for our files.
We appreciate the opportunity of supplying your valued requirements.
Very truly yours,
(.4.6.64 /7/4.
Carol M. Becker
Supervisor
Sales Service Unit
CMB:dcp
Enclosure
An ALLIED Company
Pr.--scant to thm atl-he-4=7 vested =_.-. he tea"—g o
general besiness sate::► .ry tescl:. ..s of the Board o:, 0"..c-or:
dated Cc==ter :S, 1373 , :, '=-a_h :.. Ee n:.essv, , as C»ie:
rhecuti re C:liper o; li ed Chemical C ::a-.:n (':e Co-po:a:i:n) ,
do hereby: •
Ca) delegate. _o hose =ih-24.videals oc-u:•-'_: the _cs:ti:n
"' Of Croce 'f: ?rs.Pi ent ct he Cc_^"c3�c: the a. —icy a :a
to me ty. saln rasci;:tiahs ': C.rt«eou pct. with the busi:asses
or activities =de: their— respective supervision p.rovidsd that
(Z) such authority shall be limited =o rac=ers hav nr a t=zatien
or ..
. q a commitment et ten !years Cr less and, as to ahy
matter having a d:::a:.c n or i.-voL.r:g a cwt=e-= of =ore than
•
three pears, such authority shall :o_ exceed S1,000 .0C2 w.,_
each year, a:d (2) as to any ec-- or ether i:s tor
• purchase, sale o: c nveyance of any real pre--r the authority
• granted he_sunder shall be limited to real property the
a
:air market value o: S1,200,000 or Less: except that
ation in clause (1) above shall not reottiot the au=.•:c: .: • to
• grant or acquire eas.zntn s or r_;:tstc:-wav which aunt :»diriduals
• deem necessary or appropriate; and
{b) delegate to each of such individuals the authority
to subdelegaza (with right o; subdele:a-..ic») to any officer,
employee or agent e: the Cor_ora:.on all or pax: of the
authority granted to then hereunder.
•
Each su_bdeleestion pursuant hereto shall be in whit hg
and filed with ;:a Secretary o: the Co:pc:aticn.
c %
:c-..s '
Dated: November 9. 197? •
L.)
•
2C=smart to the am thority g=a=ted trs e by the
is/. ^t`•or i t t=c= .Zdgoa.�... ...
s�_3gCi:c �elega�._..= c a� �
-..let= ?AecztiTe Cs:; cer of the Co rc_at_os , dated Sece=he_ 9 ,
19 73 , `, a+ c. r- C. Ashley, Gran? Vice 2=es
icen t ct the
C: rarirw a=d 2residema of Allied Gheaica? Co:pay, d
o betahy
delegate (with. =ight o= s z the_ sz_delera i Qn) to Pete= 1. C=-1
by)•
T , 3 Chemical' Ca=pa=y, the ants =?
isac Vice ?=_s alert, Al lied Ci - �„ a3, t e mthc
r�cac_.... =ce_ _ _
_ �, :.,_i:,o_ sr:del eg3n_-.. e with
• (with �_gam r c ..�.� �....�.� .. �.� r. � i= C.t�j1,.,.$C'.-_.7r .
said Oelega tio= of Autho=i��
gra=ted to ne �. ; -= e�isiQ= in Allied Cherlca_
es withi his a_eas o.. sad 3
=.t.�_T�•. ii^-r w� •� r.? ..ht t.7 .quid el gga t.�
5L;��Bpi- tQ the Lt=i atic= Qr m rig agat ��.�
G.�.=✓azy, , is _: , a:� �_..v-d8d �---- -
.__�. �- sate Celegat_o= c an_.,.o=i y, ;+.,. r a
de3C__...@� shall be Li=lted to matters ,,.aiig
that cs az thositF i r ..
y C_7. ss ..�,,.�e yea=s o_ less a=d
«.4al7i=g a ca i men t c_ .....-_ c=
a:.at=oa•. cn =" i � � - 3 car..ai�ent -
as. t0 aay .'ter h2.4�g a d ratio o: -3.40_T-...g
=ors .t. a - o re yea.r, szcb azthcX.ty shall not eiceed $l,
Q Q Q
0 0
moo- each' Yea= te_ecd; CZi) as to sales- contracts which a:e
=etthe= o= sc= tmcorperate by -eie-_ice Allied Chemical Cczpa .
y,
g
star da= = to=n szcb autherfty shall be suhdeleg a at the .
zactt:Qe Vice 7 esideat, c J.7 to the Dice
tic=at;oa o� said' �
2=ssidazt - Sales•,•'I==.ed C:ersiCal Co=pan7, tie, , smch sales
:s ,. - F a-a�cved by said 2seC'.ti7e Vice
co==acts shall be specifically r. tl a �.
des
leant a= Vice 2=esideat -. Sales-, and (ill) such authority
sha3.1. net Include =,att=s. re-Sated.' tC~ Caa'n?tent' s or Seestc
�se=euts n ch' shall. be the. snb act =attar o= e a s asate aeiegat:.
1g_
of amthcrity.
' macs tu=tht-..• subdeLegation he eu=des
shall be is w=it;--=;
aid tiled with the =strolls= cd i wed Cheica2 Co=pa:y.
- i/fAUX:
• Z/l aicha.=d C. Ashley /
Catad7: ?ebrsa-ry 1, 1982
r .
1
07. 3==C:3 a= GI.t1"?=-:S+ 374342'5S •
•
pu:sua== to the autbc=i y g=a=ted to ue by tie =css-
! }� .. o: ;,uthcsi7 - Gz _=a= 3=s4:ess :c ;e ta- v.
cc 4 -c L�.�..{.la�....7r
C=os:p, 3=ecntive Vice 7=esiden.t . of Iliied Cbe=ical Co=pa=7,
Al+:ed Crr rd- _io: , datad ?eh-ta=y :na •, It:tr 3_
�
Vi:e 7-. 4 de:t - Sales cf said e?..�..._.. C�.'0 ._cal Co=pa y, do
*aa.,S.�rp.
delegate (with right of :t:_ber st ce:ecat.o ) to
alo=de, L?=ecto= - D_stli:a=icr. o= said Allied Cm
etioa_
Co=pa:p, t=a autbo=i=?' gra=ted. to to by sa.:d OeIagatic= ct
Aura_:. % witr _eszec: to- ta_ta=s .ar:.th.;.= his area of steer .. ict ,
tbe , ;.. t_ c., c` - _istht to ..,b.:a ega t= d e sc bed
said Delegation- of 3utosit7, and 7so ri ed t:at CI) as to a=7
=attars :.e .conc===ertos of o tbe.: responsible nisi:ess
aa:ageaes.t,. szch c====etces shali .hale bee= ehtzi_ed r,io_ to . .
cow=teat, and. fiiS with. =aspect to tatte s having a d:satic=
o� i volz;tg a c=am?=e=t of tb ee yea=s• c=. :ass and as to any
=attar . havinc a d:=a for or involving a. cam'_meat ci =c=a t a:•
oaa year, =ha aut, ho=i 7 sa;odaisga tam shall no= exceed $25 Q, 0 Co
to_ each. year th+eseof..
•
•
-
3_-�:z Z. 3a:car
Catad:
Z7 i,. 1.982
•
•
•
•
pursuant to the act.tor't7 granted to me by the 4ro:s- ..
going Delegation o: 3Zt o= t7 -:ca 2-::z= S. 3akas, Vice ?resident -
Sales of �i'_ed Che=ica3 Co-.pany, died Cc oration, dated
?: oar7 =, .982, 2 , 3.X.3.. L.a2. e, Director - D-s--bunco of
said 3.3lded Cheri a1 C o=pany,. do hereby delegate (w=toot :;sht
of ::_ »e= sohdeles-a__cn) to a:7 eap_ovee of Allied C e ica3
Company within area of supe=visio. occupyi c any o= the
following positions of such C:mpary: (a) Ganesa? =stone= Service
System karages and (h) Sope vicar - Sales Se:'vi ca Depa=t=ent, the
aat,he:ity c=an=ed to as by sail Delecati a= of Authority in
co:.:ec_sou with the following ac_ivitles of the Sales Se=7ice
rtepartoszt of allied Chemical Company: (;) contract price
anend=ea=s; (:.i)' rri�r �.. molt h_ds. (Al o=, Polymers , Cabin=
Chloride , Sodat. Ash, Sol/uric acid. - .nitsal bid on extension c=
bid period), contracts having a. da:aticn or involving a
c===i nert o.1 one pea: or less, and perfor ance bonds required
in connection- with such bids and contracts; (ill) acknowledgoent
acceptance Letters for blanket poi-chase orders; (v) priCe •
enceptioa C2.1501 standard costone=. letters alter approval anal
completion of 255 0 ?or= Clettsss stating ' xilI meet or cancelling
current competttive s±tuat=on) , s;gaatr=es oa said ?or=s to be
With the approval of the appropriate ='usi:ess manage=er t ':dividoa.L
prior to e:ec t=a:.
&L4INL.
•
g.X. Lalonde •
Dated: 3eb:c=7 1, 1982
•
•
• 1
I, , Assistant Secretary of Allied
Corporation (formerly Allied Chemical Corporation), do hereby certify:
(1) that the foregoing are true copies of Delegations of Authority
which have not been amended, altered or revoked and are in full force
and effect; (2) that Edward L. Hennessy, Jr. and Richard C. Ashley were,
as of the date of their respective Delegations, duly elected to and occupied,
respectively, the offices of Chairman of the Board and Group Vice President
of said Corporation; (3) that the corporate name was changed from Allied
Chemical Corporation to Allied Corporation by resolution of the stockholders
of the Corporation adopted on April 27, 1981; (4) that Peter M. Crosby was
duly appointed to and presently occupies the office of Executive Vice
President of Allied Chemical, an operating company of Allied Corporation;
(5) that Arthur H. Baker was, as of the date of his Delegation, duly elected
to and occupied the office of Vice President - Sales of said Allied Chemical;
(6) that H.J.N. Lalonde was duly appointed to and presently occupies the
office of Director - Distribution of said Allied Chemical; and (7) that
Carol M. Becker was duly appointed to and presently occupies the position
of Supervisor - Sales Service Department, of said Allied Chemical.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the
corporate seal of Allied Corporation this '114- day of 41-9-0-c..r-t-c^
1982.
Assistant Secretary
w• R
Purchasing Division OCT 2 91982
P.O. Box 1130
Oshkosh , WI 54902
NOTICE TO VENDORS:
1. We are submitting wherewith for your consideration an in-
vitation to bid on:
CHEMICAL REQUIREMENTS FOR OSHKOSH WATER
TREATMENT AND WASTEWATER TREATMENT PLANTS FOR YEAR 1983
2 . Bids must be addressed to Oshkosh Purchasing Division,
P .O. Box 1130 , City Hall , Oshkosh , WI 54902
Envelope shall show name of bidder , and must be plainly
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 : 30 a.m . , C.S .T. . Thursday . November 18 . 1982
Any bids received after that hour and date 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 may be granted if the request is received by the City
prior to the specified time of opening.
5 . All formal bids submitted shall be binding for thirty-five ( 35 )
calendar days following bid opening date, unless the bidder (s )
upon request of the Purchasing Agent, agrees to an extension.
6 . Bids will be publicly opened and read at the hour and date
above stated. Award, if any , will be made as soon thereafter
as practical .
7 . Although no certified check, cashier ' s check , or bid bond must
accompany the proposal , if the bid is accepted, the bidder must
execute and file the proper contract within ten (10 ) days after
award by the Common Council and receipt of the contract form for
signature.
8 . The City reserves the right to reject any and all bids and to
. waive any informalities in bidding.
9 . For specifications and further information concerning this
invitation to bid, contact Donald La Fontaine , Purchasing
Agent , Room 312 , City Hall or telephone ( 414 ) 424-0265 .
William D. Frueh
•
City Manager
PUBLISH: November 8 , 1982
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: 82 tons estimated usage for 1983
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 1983
REQUIREMENTS: Cylinders shall have valves, threads, and caps in good candtion,
lubricated, and clear of rust. They shall be properly tested
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 fins 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: 350 tons estimated usage in 1983
REQUIREMENTS: Liquid Aluminum Sulfate, A.W.W.A. Standard 8403-70, 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: 13,000 lbs. estimated usage for 1983
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: 6 ,500 lbs. estimated usage for 1983
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 1983
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 refection 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: In multi-ply bags, as required, on pallets, by truck, in approximately
15 to 20 ton lots, to Oshkosh Water Treatment Plant at the foot of Washington
Avenue. State 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 for1983
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 WASTEWATER TREAD(ENT 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 year 1983
1. 50 tons (more or less) Liquid Chlorine REGRET NO BID
DO NOT MANUFACTURE
(2000# cylinders) for Oshkosh Water Plant @ ton
32 tons (more or less) for Oshkosh Waste- REGRET NO BID
water Treatment Plant (lead washers must be DO NOT MANUFACTURE
provided with chlorine cylinders) @ ton
REGRET NO BID
2000# cylinder deposit, if any @ DO NOT MANUFACTURE ea.
REFERRED TO FIBERS & PLASTICS
2. 9 000 lbs. (more or less) Anhydrous Ammonia COMPANY, ALLIED CORPORATION
(150# cylinder) for Oshkosh Water Plant @ lb.
REFERRED TO FIBERS & PLASTICS
Cylinder deposit, if any @ COMPANY, ALLIED CORPa.
3. 350 tons (more or less) Aluminum Sulfate
(liquid, in tank trucks) Dry Basis for
Oshkosh Water Utility *@ 148.78 ton
4. 13,000 lbs. (more or less) Copper Sulfate (Basis 17% A1203)
(100# bags) 1 delivery for Oshkosh Water REGRET NO BID
Plant. Send -a sample with this bid so we DO NOT MANUFACTURE
may evaluate. @ lb.
REGRET NO BID
5. 6500 lbs. (more or less) Citric Acid (100# DO NOT MANUFACTURE
bags) 1 delivery, Oshkosh Water Plant @ lb.
6. 100 tons Carbon (more or less) Activated
Carbon (in bags and on pallets) by truck, REGRET NO BID
in 40,000 lb. deliveries @ DO NOT MANUFACTURE ton
7 . 195,000 gals. (more or less) Ferrous Chloride REGRET NO BID
(pickle liquor) in tank truck deliveries, DO NOT MANUFACTURE
F.O.B. Oshkosh Wastewater Treatment Plant @ gal.
*Price is subject to quarterly escalation with written notice
15 days prior to any calendar quarter.
•
Tariff. Minimum, 46,000 lbs.
Sold in Full Truckload Only.
PRODUCT SAFETY DATA SHEET ENCLOSED
LIQUID ALUMINUM SULFATE
SOURCE FROM WHICH OUR SUPPLY
WILL BE DELIVERED: ALLIED CHEMICAL, ALLIED CORPORATION
Name of Company
P.O. Box 1274R
Street Address of Company
Morristown, NJ 07960
City and State
MANUFACTURER: ALLIED CHEMICAL, ALLIED CORPORATION
Name of Company
TIME REQUIRED FOR DELIVERY 1-3 days
FROM DATE OF ORDER:
TIME REQUIRED FOR NOTIFICATION 1-3 days
WHEN SUPPLY IS NEEDED:
OTHER CONDITIONS TO BE STATED
HERE THAT MAY ENTER INTO THE
DELIVERY OR QUALIFY YOUR BID Price is subject to quarterly escalation
ON THIS ITEM: with written notice 15 days prior to any
calendar quarter.
Tariff Minimum, 46,000 lbs.
Sold in Full Truckload Only
Carol M. Becker, Supervisor
Sales Service Unit
:,i4
•
+ a
e µO r ..r ..a ......... W .4 O
'• 1 b 3 0 H N r W N
+O N
C a a
• a.� OO 000 NO Ny
+ a ^a ° • 0 r.• r0 O °P 0300
5 0'O
0 03 7O' 3' 3 1-•CT 0■
-°� m4
a •-� row .0 �� •°a
n W O S r 4 el. a a i `••t a r
41 6° o i G. tai n a e ..A
7
s
1:: °A rd a 0 .G. a a
ro
a
���{{{
• 7 :6'5
a a r ~•
�„
a
a
O O
^ n n r
a 6. gg,.......„, •
. u on < n.. m ,o r~..IOO a,
•
M aT oc∎4 ^m 3n a.ogsl+
COO V r n G 7 0 CO 00 0 q 4
as a ns.x.°. 3 30 " .r.a
.n° a•�n
.+ CU 0 a.I O• T+ ` G a=NNAAa
I KT a i• a ex to Ca 00 TW ►4.00 S°
°W 9 to \ W• .-.a Mr• • 0 r
0 Tg 4 0a �'6 W+ NS 4 A3 A
., 4
to r n ,.n mry a r. v C. a s I -
4 n I!1 O n L7 ^S
IL .„,-- .
y.rt W.•
Cr wr- I ■ x r -•
T3•c r nm n• 1- .r.• 3. 0 r
CO n 0 0 0 a 3 a
{1 a 0 00 I.<4 a 4 r.1 Y. la 7( AO - a
F a 0 404 0° If a X4
O. G 0.7 �N N,• 11 a W M
'C4n4.0. .4 4 O a
Ir ■ • r
0 1 O n ...0.aAA ■ yAy
a T OGn^O •i
OQ 4d a. to• or
'e W q t47 r J 4 ^q 11/T Ol 0'0 10 0
.• 0 • O A 7
r o r T1IO a
A T1A.~••= 300 to 0 O .4 9
Cs a
O ^ . v
1 S y
N ClC CO 4 a. ar N30 0
6 Cl 1 n.el • 0.4 070 O
C• n41 <0 n 4 0 w 00 M• a �y ...!
N4 a0 94 7n 70 n i D
NI a
n ^ aa.O°. a a Q7
° a a C
r a 0 Mta a N 6n10.'a4?s 144
0 a • .
.<T r.• ..0 7 0 a s 0 n = a t�
•
�'{ a a WO 74 0 a _ 0a 0 O 000•x. • .4 3.
I�r. ..4
I
a
.••4 G T 3 0 ^I O
4 ?,r,.1 O
a.+ 4 0. 1.. 1+7 1 .0. ` i4 0 2
0..0.3a.s m rO... g Nla N nn= w O
4 tin 7a.^.7-^ QN T.°.+ .., J MYT .40. ; i
'C 404 A..011•• O 0 • <a.�.0 r.^•. a
In 40.r 04 01 Gn nm 1 TVNFO••ai
. *q
I . ......_
I O O 7 0 M.VI I-.W w +O N
= a 4 N -O 0 0 O• O rO +
a o oy 0 000 u10 0
y O o0
• CfO Oa
�, R'0 O0 70 Pr a r
a a rr .�. o O' 70' n C'
21 0
4 01
A I0 r8I (r1 "..00 7 `h• •e..p
Zia R A a C O
o a o n' ^ a a V�
O C a w Co a r 0 .
I° n
r a A R p n .w a r
a0 °. °. a °
0
Io r o ° a r
r
p
•
.
r 49 ]
1 W2 4 VI. O N0 W
O
OG\n R m
n 0 2V 411.• .0 6 p m O rw
RC0 O 0 ►C C 4 Tn i a Li
O 0 104
20 r
R a IC
0 . .n 7
T
1+ a. nRrN 00 O ul a• JI'jONmm.7 al
w C W '0 a• w \ W a 4. 01 VIa 4.O•r
1 1 0 44 4 41 W'B 41' Na 1 •• 01
a n r m n .-•m u r. S m r. O ^•
j 'C I ^n -, m t.1 I P r 1 .a•a m
0 t `fin 4. I I Y 4
4 r
n
�! C.IZO O~F•`N'r n A ∎1)• -0 V 1 7:N'0 N f:Q C
���VVLL r4. 7 Sn
M `4 r4•SK 4�A ~ 13 nO •-o• 3 ..
•a0 °0 4 on�O a d r..t
0 1•w.=O co a C 0 O
(+ 0 < C ?w 0'N
ND}1.' • • W M
a 1�■aaa0 w VA r O A
lig r al• Z rC 1 Ca R 4 O7r7O i ' a 2
6a 3ISMR r *4 b..W• • '�1
m <4 RAR Sr,: RA 4. rn 00'010 W
K •a W a n r= n• w0 O • 7 ��.1
0 O a 4.0 O 0 0 ea C 7 4 0 21 w
a a n n a 0 on x 4 O 0
S r�]] w
ea 0. 4w w a. T r N as OSO O
.R rD•
a 0 0 too ^n o,r - 0°1-N0 3
Na O.0 i 0 7'n
°0 C..a° ' "4
a ' :