HomeMy WebLinkAboutCECA Inc-Water Filtration Carborundum purchase 1983 A G R E E M E N T
THIS AGREEMENT made and entered into this 4th day of March , 1983 ,
by and between CECA Inc. of 5314 South Yale Ave.,
Suite 310, Tulsa, Oklahoma 74135 , 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 3rd day of March , 1983 , 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:
Granular activated carbon for Oshkosh Water Filtration Plant:
$14.40/cubic foot -- 3,640 - 5096 cubic feet
Carborundum
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 $ 14.40/cubic foot , upon presentation of a proper voucher, and
delivery and acceptance by the City in conformity on said specifications and bid.
EN 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.
CECA, INC.
In the presence of:
By: CECA, INC.
gia Z, Signature of sole proprietor, or name
or c ration or partnership
1 V'.Pres i dent or Partner G Adcw-/AL ern ,., (Z
LA
Secretary
CITY OF OSH SH
0 + _ (� ( t A By: 4'1
/ WI LIAM D. FRUEH, ity_ Manager
/
AL-4v , By: i 4 ) _/.7/C. ('' 2
dL
DONNA C. LUEBKE, 7 ity 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: contr ct:
...I�_ tilp",t-
p'L
,�dBi1dX'P1tXMpIO14tl�MXtlP I �:� ut/ `�
�M EDWARD A. NOKES, City Comptroller
TOM W. AHRENS, Asst. City Attorney
n nH Hcn Ctin roron
RESOLUTION # 6
O Z . Y- O n w tr7 Y- • O1
G 0 1-' H F-. Y. N n rt 0 }-'
1--• OF 3 () N rt- x::. > rt • 0
i rt H. 0 W (0 C C1 O
tO C 2 rt > (n tr O 7
rt 01 u0 (D Q, 2 (J 0 -4 C X
o 0 rt E o O F-' C D n n
O o 0 ro 11 x o rt 0 tQ F-• O
= 3 Y- F-'• a• • :S w it
c x n - - 4=.'L3
C 11 (D co ,a K al O
:7 b'0 01 F-• iU ro '-t
t■1 t7+ w F✓ > v
N 'C H Cn (0 r1
F-• H-
z.. 1-1 7) 0 > Cn 0
tv '-D0. • C N Z
rn 00 • CD w
'-o 0
n
z
C
C
z z
(i) hi
C C x N Y• ro >
O n "c .n F-, ;d Ca, n
a tr - rt H 0 - H
Al• N 01 F--' PI N O 1-' 11 N n 0 0% trJ H
11 o 11 CO O -t rt o. W -F tl tr • • H C
• N • Y• o 0 >
� --.1 -.t t1 -F C .1::. o -4 ron En H
C t.o C cn W rn tZ o r1 0 1 Cx7
1 i ti C tr 1-t) O b
n n D N cn ro
o N n (D o ti n
o C rt w z >
0 131 rn to x1
H 0 tr1
n o
hi z
CI CV P-ri
CI 7) o
H C x1
. y ;
Z1 O
K 01
C
N
o
C,
F✓
v)
w H
0 VI
o
2:3' I" > O b > I W -'x3
P3 •o• x1 73 0.. •lJCn C H
0 oa cs iv o m r
ID "G 01 Su "C
"C m "C >
c m a
H
Q
Z
ro
r
Z
H
- 8-
. CERTIFICATE OF INSURANCE
• THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY.
• THIS CERTIFICATE DOES NOT AMEND.EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW.
NAME AND ADDRESS OF INSURED NAME AND ADDRESS OF CERTIFICATE HOLDER
Activated Carbon Division City of Oshkosh
CECA, Inc. Oshkosh, Wisconsin 54902
P. 0. Box 1250
Pryor, OK 74361
This is to certify that policies listed below have been issued to the insured named above and are in force at this time.Notwithstanding any requirement,term or condition of any contract
or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and
conditions of such policies.
POLICY LIMITS OF LIABILITY IN THOUSANDS(000) '
TYPE OF INSURANCE COMPANY AND POLICY NUMBER
EXPIRATION DATE EACH OCCURRENCE AGGREGATE
GENERAL LIABILITY
1 1 COMPREHENSIVE FORM
PREMISES—OPERATIONS Federal !
EXPLOSION AND COLLAPSE j GLP (83) 7307 66 04 5/7/83 BODILY INJURY
HAZARD PROPERTY DAMAGE
UNDERGROUND HAZARD
PRODUCTS/COMPLETED
OPERATIONS HAZARD
f ?: BODILY INJURY AND
' x 1 CONTRACTUAL INSURANCE PROPERTY DAMAGE
BROAD FORM PROPERTY COMBINED 500 s SOD,
DAMAGE
Y INDEPENDENT CONTRACTORS
PERSONAL INJURY PERSONAL INJURY 500,
AUTOMOBILE LIABILITY BODILY INJURY
(EACH PERSON)
COMPREHENSIVE FORM BODILY INJURY
(EACH ACCIDENT)
OWNED
L HIRED PROPERTY DAMAGE )
NON-OWNED BODILY INJURY AND
PROPERTY DAMAGE
�''''"'`' COMBINED
EXCESS LIABILITY
LIP! BODILY INJURY AND
UMBRELLA FORM � Stonewall PROPERTY DAMAGE
...,. OOHERTHANUMBRELLA 156010775 5/7/83 COMBINED 1,000, 1,000,
WORKERS' COMPENSATION I STATUTORY ':$ : : :: :: :::::.:::::......:.: ::
and Federal ..•.".".•.
EMPLOYERS' LIABILITY
{ (83) 7009-42-15 ! 5/7/83 • ,. ..... 100, (EACH ACCIDENT)
OTHER
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will
endeavor to mail 10 days written notice to the below named certificate holder, but failure to mail such notice
shall impose no obligation or liability of any kind upon the company.
Date: 3/15/83 By: <
J. Barry Leonard
Marsh& 1579 East 21st Street, Tulsa, Oklahoma 74114 Telephone 918/ 742-2481 _-
Mgennan
n n H 1-3 V) Ul n "O ''O n
O E H- O n G G w CI H- • 1)
c (D H n I-i H H- H n rt 0 H
H- m a C) Ul rt .A > rt • tQ
• rt H- 0 S1) (D U1 tO O
-0 c z he > - Cn Cr O
rt SL (D CL 3 w 0 H G X
O 0 rt- £ (D O H G n n C)
• o 0 1-0 II xort0 ta Ho
3 H- H• G • w II
- G X' () -1 - •A Ts
C II (D S11 •P K rn 0
> d-0 Cn H a 'o hi
CI 521 w H > P.'
N '•C H Ui (D rt
.A G H H.
.a H XI n > Ui 0
Ni '00, • C Ni G
01 Co • (D w
to O
J
17
XJ
z
C
r
z
z z n ~.1
= a,n• n '•C H 71 w n
a rt H 0 - 1-3
pl• N S11 H hi H hS H n G Ql W H ri O ri oo O �1 SU --1 CI tr . • H C
• G • CD • H• O W >
• J E J W J G .A O -.1 'T3 0 Cn y
C S C u, iv rn �, o hi o t� 1 tai
I I II G 04 x1 hh O U
n n a (D Ln 'v
O N n (D O tri n
O Crh LC, z >
o b7 rn Cd 7n
H W CO
n o
~zi z
CI
Ca m 'I
Ctl 70 O
F-3 C x1
:n O
IC (n
N z
.p o
m
x
H
v
w y
W Cii
(D Z1
H .A .A H
y H y O > > I H• 'T1
71 .P :U Si ;U Ui C H
O o o0) o m L-
a w "C CI ht I3
at "C (n Cu I< 71
,-c m is >
U1 (n y
H
O
Z
ro
C"
Z
1-3
•
Purchasing Division •
P.O. BOx 1130
Oshkosh, WI 54902
NOTICE TO VENDORS:
1. We are submitting wherewith for your consideration an in-
vitation to bid on:
GRANULAR ACTIVATED CARBON FOR OSHKOSH WATER
FILTRATION PLANT
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 Activated
Carbon" .
3 . Bids must be on file in the office of the Purchasing Agent no
later than 10 : 30 a.m. , C.S.T. , Thursday, February 24 , 1983
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: February 14th, 1983
•
GENERAL PROVISIONS
1. Proposals shall be submitted on the sheets provided by the City of Oshkosh
and proposals not submitted on those forms will be considered irregular and
will not be read.
2. Unless stated otherwise in the specifications, all equipment or commodities
shall be new and the manufacturer's current model , complete with all standard
equipment and accessories.
3. Full identification of equipment or commodities quoted upon, including
brand, make, model , catalog identification number (if any) , and descriptive
literature where possible, must be furnished with the bid as an aid in
checking the bid against specifications. If the item bid varies in any way
from these specifications, special mention must be made of such points or
it will be understood that the bidder proposes to meet ,all details of the
specifications.
4. Unless stated otherwise in the -specifications, all prices shall be F.O.B.
Oshkosh, Wisconsin, stated destination, with all Federal Excise and Wisconsin
Sales taxes deducted. The City of Oshkosh is exempt from these taxes and
will furnish proper exemption certificate, if requested by the successful
bidder. -
5. If a warranty applies, the bidder shall state the conditions of warranty.
6. When requested in the specifications, the bidder must state the nearest
location were parts and repair service will be available.
7. Delivery date must be stated in realistic terms to enable the bidder to
adhere to them.
8. Indicate your terms of payment. The City of Oshkosh pays invoices on the
first and third Thursday of the month.
9. If there are several items in the bid, the City of Oshkosh reserves the
right to accept separate items or to award the total bid to one supplier,
whichever is in the best interest of the City. If you bid is qualified in
this respect, clearly state whether your bid is for "all or none" or to
what extent it is qualified.
10. If there is a trade-in, the City of Oshkosh may elect to accept the bid
with trade-in or without trade-in, whichever is in the best interest of the
City.
11 . Equipment or items must conform to all applicable Federal Occupational
Safety and Health Act provisions.
12. If two or more bidders submit identical bids and are equally qualified, the
decision of the City to make award to one or more of such bidders shall be
final. Selection shall be made by drawing lots. Cash discounts, when 10
days or longer are allowed will be considered.
GRANULAR ACTIVATED CARBCN SPECIFICATIQI
SCOPE
These specifications cover.virgin granular activated carbon (GAC) for use in the
Oshkosh Water Filtration Plant. An affidavit attesting that the granular
activated carbon is virgin material, and signed by a corporate officer, shall
a ccarpany each delivery.
Q(AN TITY
1983 CAC requirenents are estimated to be a minimum of 3,640 cubic feet and
5,096 cubic feet rraxinum. Quantities will be rreasured after each filter bed has
been badcwa shed and drained. It is the intent of these specifications to
provide-the selected filters with a 24" bed of granular activated carbon follow-
ing the initial badcwa skiing, regardless of the pounds of material required to
meet this criteria.
D EFINITICN
Granular activated carbon is a form of carbon that is activated by a carefully
control led oxidation process to develop a porous carbon structure which pos-
sesses a highly adsorptive capacity, particularly with respect to taste and odor
bearing substances in water.
PATENTS
It is agreed that the supplier shall indermify and save harmless the City of
Oshkosh Water Utility fran all liabilities, judgments, costs, damages and
expenses which nay 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 inequity of any kind whatsoever is made or
brought against said Water Utility, then the Water Utility shall have the right
to retain fran the money due or to becane due said supplier, a sufficient sum to
protect itself against loss in the same rranner, which action shall in no way
relieve said supplier of its obligations under the terns and conditions of any
contract then in force.
IMPURITIES
The granular 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 delitericus or injurious effects upon the health
of those consumdng the water or that would otherwise render the water that has
been treated properly with GAC unfit for public use. The carbon shall not
inpart to the water any contaminant that exceeds the limits of the drinking
water standards established by appropriate governing agencies, when the con-
sentration of the impurity inparted by the carbon is carbined with the con-
centration of that impurity already present in the water to be treated. The GAC
shall be visually free of all foreign material such as clay, dirt, etc.
BASIS FOR REJECTION
If tests of the material received reveal that it does not comply with these
specifications, the material shall be removed and replaced at no cost to the
City of Oshkosh.
DELIVER
The removal of the existing filter media and the replacement of GAC shall
coincide so as to maintain a continuous supply of treated water with a minimum
of process interruption. Since no more than two (2) filters can be removed fran
service simultaneously, the quantity of GAC per delivery shall be sized accord-
ingly. Also, under certain caiditioos, the size of delivery nay be limited to
the volume of one filter bed (728 ft ). Materials shall be protected from
weather and any other contaminant while in transit. Delivery shall be in trucks
or containers suitable for hydraulic unloading and direct transfer of the
material to the filters. No bagged material will be accepted. The supplier
shall be responsible for furnishing proper eductors and any other special
eguignent for conveying the GAC to the filters. Each bidder shall familiarize
himself with the operations and physical structure of the Water Filtration Plant
prior to submitting the bid. Delivery of GAC shall be scheduled with the
Superintendent of Utilities.
It is anticipated that 3640 cubic feet of GAC will be ordered in April, 1983,
and the balance of the material will be ordered later in 1983.
SAMPLING, INSPECTION, TESTING
All sampling and testing shall be in accordance with the most current edition of
AW% Standard B100 and B604.
The successful bidder shall analyze one core sanple of GAC each quarter for fair
(4) calendar quarters to determine the condition of the GAC and retaining
adsorptive capacity. A schedule for analysis will be established after the
first filter is charged with GAC. The analysis shall cover the following para-
meters:
1. Apparent density (Lb/cubic foot)
2. Total ash (percent)
3. Iodine Nunber (mg/g)
4. Decolorizing index
5. Volatiles (percent)
6. Sieve analysis
7. Effective size (mm)
8. Uniformity coefficient
A report of each analysis shall be submitted to the City of Oshkosh Water
Utility.
MATERIAL SPECIFICATIONS
The GAC shall meet or exceed AMA Standard B604 and have the following char-
acteristics:
Parameter Cllr Specs Your Specs
US Standard Sieve Size 12 X 40
Effective Size (mm) 0.55-0.75
Uniformity Coefficient 1.8 max.
Bed Density, Backuashed and Settled
(Lb/cubic foot) 24-34
Particle Density Wetted in H2O (g/cc) 1.3-1.5
Abrasion Number (RO-TAP) 70 .
Total Surface A2rea (nitrogen BET
method) (m /g) 1000
Total Ash 9% nax.
Iodine Nunber (rng/g) 850 Minimum
Molasses Decolorizing Index 5.0 Minimum
(shag calculation converting to
DI if a different parameter is
used)
The GAC shall be durable granular material capable of withstanding the abrasion
and dynamics asscciated with repeated badkwashing, surfacing slashing and hydraulic
transport. The density and particle size shall be designed for packed bed type
of adsorption. The naterial shall have sufficient density to all backwash
a dditation and bed expansion, yet settle rapidly for immediate resunption of
service.
EXPERLENCE
Each bidder shall have demonstrated at least three (3) years of successful
performance of its CAC and shall provide a reference list of similar instal la-
t ions. The reference list shall include location, contact person, and telephone
nunber.
•
•
PROPOSAL
GRANULAR ACTIVATED CARBON
FOR
OSHKOSH WATER FILTRATION PLANT
We, the undersigned, propose to furnish the, City of Oshkosh
Treatment Plant a minimum of 3 ,640 cubic feet to 5 ,096 cubic feet
maximum of granular activated carbon, f.o.b Oshkosh Treatment Plant
for the following price:
3 ,640 cubic feet to 5 ,096 cubic feet $
price per cubic foot
Brand Name Weight per cubic foot
Time required for delivery:
Name of Company
SUBMITTED BY:
Name & Title of person making out
the bid
1983
Date Address of Company
•
Indicate to whom and where orders should be placed if bid is accepted.
Name
Address
City State Zip
Telephone
PROPOSAL
GRANULAR ACTIVATED CARBON
FOR
OSHKOSH WATER FILTRATION PLANT
We, the undersigned, propose to furnish the, City of Oshkosh
Treatment Plant a minimum of 3 ,640 cubic feet to 5 ,096 cubic feet
maximum of granular activated carbon, f .o.b Oshkosh Treatment Plant
for the following price:
3 ,640 cubic feet to 5 ,096 cubic feet $ 14.40
price per cubic foot
Carborundumtm/CECARBON 25
Brand Name Weight per cubic foot
Time required for delivery: 4 Working Days Notice
Activated Carbon Division
CECA, Inc.
Name of Company
SUBMITTED BY: Terre Insco - Division Sales
Name & Title of person making out
the bid
5314 So. Yale Ave. - Suite 310
February 17 1983 Tulsa, OK 74135
Date Address of Company
Indicate to whom and where orders should be placed if bid is accepted.
Activated Carbon Division
CECA, Inc.
Name
5314 S. Yale Ave. - Suite 310
Address
Tulsa OK 74135
City State Zip
Telephone 1-800-331-5610
•
•
- MATERIAL SPECIFICATIONS
The GAC shall meet or exceed AWGvA Standard B604 and have the following char-
a cteristics:
Parameter Qir Specs Your Specs
US Standard Sieve Size 12 X 40 12 x 40
Effective Size (mm) , 0.55-0.75 0.60
Uniformity Coefficient 1.8 max. 1.8 or less
Bed Density, Badcwashed and Settled
(Lb/cubic foot) 24-34 25
Particle Density Wetted in H2O (g/cc) 1.3-1.5 1.35
Abrasion Number (RO-TAP) 70 75
Total Surface A2rea (nitrogen BET
method) (m /g) 1000 1000 - 1100
Total Ash 9% max. 12 - 15
Iodine Number (rng/g) 850 Minimum 1000 Minimum
Molasses Decolorizing Index 5.0 Minimum *200 Molasses Number
(show calculation converting to •
DI if a different parameter is *See enclosed data summary
used)
The CAC shall be durable granular iraterial capable of withstanding the abrasion
and dynanics associated with repeated backwashing, surfacing washing and hydraulic
transport. The density and particle size shall be designed for packed bed type
of adsorption. The material shall have sufficient density to anal backwash
a d itation and bed expansion, yet settle rapidly for immediate resumption of
service.
EXPERIENCE
Each bidder shall have demonstrated at least three (3) years of successful
performance of its GC and shall provide a reference list of similar installa-
tions. The reference list shall include location, contact person, and telephone
number.
•
Chattanooga, TN Bill Hobbs (615) 756-5811
Appleton, WI Roger Johnson (414) 733-2311
Danvers, MA Don Bancroft (617) 774-5054
k. •
77:4