HomeMy WebLinkAboutResolution - 2019-R0001 - Polydyne - 01_10_2019Resolution No. 2019-R0001
Item No. 6.6
January 10, 2019
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for
and on behalf of the City of Lubbock, Service Contract No. 14406 for Liquid Polymer as per ITB
19-14406-FM, by and between the City of Lubbock and Polydyne, Inc., of Riceboro, Georgia,
and related documents. Said Contract is attached hereto and incorporated in this resolution as if
fully set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council on January 10, 2019
DANIEL M. POPE, MAYOR
ATTEST:
)X
Re ecca Garza, City Secr to
APPROVED AS TO CONTENT:
Jesica McEachern, Assistant City Manager
APPROVED AS TO FORM:
Amy ms, Dep Attorney
vw:ccdocs/RES.Contract 14406- Liquid Polymer
December 14, 2018
Resolution No. 2019-R0001 Contract 14406
City of Lubbock, TX
Contract for
Liquid Polymer
THIS CONTRACT made and entered into this LWb of January , 2019, by and between the
City of Lubbock ("City"), and Polydyne Inc., ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Liquid Polymer and bids were
received and duly opened as required by law; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City authorized
the execution, in the name of the City of Lubbock a contract with said Contractor covering the purchase
and delivery of the said Liquid Polymer.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the
financial consideration hereinafter referred to, the parties hereby covenant and agree as follows:
1. In accordance with City's specifications and Contractor's bid, copies of which are attached hereto
and made part hereof, Contractor will deliver to the City, Liquid Polymer and more specifically
referred to as Item 1 on the bid submitted by the Contractor or in the specifications attached
hereto.
2. The City promises and agrees to employ, and does employ, the Contractor to cause to be done
the work provided for in this Contract and to complete and finish the same according to the
attached specifications, offer, and terms and conditions contained herein.
The contract shall be for a term of one year, with the option of three, one year extensions, said
date of term beginning upon formal approval. All stated annual quantities are approximations of
usage during the time period to be covered by pricing established by this bid. Actual usage may
be more or less. Order quantities will be determined by actual need. The City of Lubbock does
not guarantee any specific amount of compensation, volume, minimum, or maximum amount of
services under this bid and resulting contract. The Contractor must maintain the insurance
coverage required during the term of this contract including any extensions. It is the responsibility
of the Contractor to ensure that valid insurance is on file with the Purchasing and Contract
Management Department as required by contract or contract may be terminated for non-
compliance.
4. This contract shall remain in effect until the first of the following occurs: (1) the expiration date,
(2) performance of services ordered, or (3) termination of by either party with a 30 day written
notice. The City of Lubbock reserves the right to award the canceled contract to the next lowest
and best bidder as it deems to be in the best interest of the city.
5. Contractor shall at all times be an independent contractor and not an agent or representative of
City with regard to performance of the Services. Contractor shall not represent that it is, or hold
itself out as, an agent or representative of City. In no event shall Contractor be authorized to
enter into any agreement or undertaking for or on behalf of City.
6. Insurance Requirements
SECTION A. Prior to the approval of this contract by the City, the Contractor shall furnish a completed Insurance
Certificate to the City, which shall be completed by an agent authorized to bind the named underwriter(s) to the
coverages, limits, and termination provisions shown thereon, and which shall furnish and contain all required
information referenced or indicated thereon. THE CITY SHALL HAVE NO DUTY TO PAY OR PERFORM UNDER
THIS CONTRACT UNTIL SUCH CERTIFICATE SHALL HAVE BEEN DELIVERED TO THE CITY.
SECTION B. The City reserves the right to review the insurance requirements of this section during the effective
period of the contract and to require adjustment of insurance coverages and their limits when deetned necessary and
prudent by the City based upon changes in statutory law, court decisions, or the claims history of the industry as well
as the Contractor.
SECTION C. Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are approved by
the City, the Contractor shall obtain and maintain in full force and effect for the duration of this contract, and any
extension hereof, at Contractor's sole expense, insurance coverage written by companies approved by the State of Texas
and acceptable to the Citv. in the following tvne(s) and amount(s):
TYPE OF INSURANCE
GENERAL LIABILITY
® Commercial General Liability
❑ Claims Made ® Occurrence
❑ W/Heavy Equipment
❑ To Include Products of Complete Operation Endorsements
PROFESSIONAL LIABILITY
EJ
AUTOMOTIVE LIABILITY
® Any Auto ❑ All Owned Autos
❑ Scheduled Autos ❑ Hired Autos
❑ Non -Owned Autos
EXCESS LIABILITY
❑ Umbrella Form
GARAGE LIABILITY
❑ Any Auto
El
❑ BUILDER'S RISK
❑ INSTALLATION FLOATER
❑ CARGO
COMBINED SINGLE LIMIT
General Aggregate $1,000,000
Products-Comp/Op AGG X
Personal & Adv. Injury X
Contractual Liability X
Fire Damage (Any one Fire)
Med Exp (Any one Person)
General Aggregate
Per Occurrence $1,000,000
Each Occurrence
Aggregate
Auto Only - Each Accident
Other than Auto Only:
Each Accident
Aggregate
❑ 100% of the Total Contract Price
❑ 100% of the Total Material Costs
® WORKERS COMPENSATION — STATUTORY AMOUNTS OR
OCCUPATIONAL MEDICAL AND DISABILITY
® EMPLOYERS' LIABILITY $1,000,000
OTHER: COPIES OF ENDOSEMENTS ARE REQUIRED
® City of Lubbock named as additional insured on Auto/Genera! Liability on a primary and non-contributory bases.
® To include products of completed operations endorsement.
® Waiver of subrogation in favor of the City of Lubbock on all coverages, except
IMPORTANT: POLICY ENDORSEMENTS
The Contractor will provide copies of the policies without expense, to the City and all endorsements thereto
and may make any reasonable request for deletion, revision, or modification of particular policy terms,
conditions, limitations, or exclusions (except where policy provisions are established by law or regulation
b)ndino 111)011 citiicr of the h:u-iicti ]ILTU10 or the unc'crw.itcr of am," of such IMiicics). Upon such rLyucst by the
City, the Contractor shall exercise reasonable efforts to accomplish such changes in policy coverages, and shall
pay the cost thereof. Any costs will be paid by the Contractor.
REQUIRED PROVISIONS
The Contractor agrees that with respect to the above required insurance, all insurance contracts and certificate(s)
of insurance will contain and state, in writing, on the certificate or its attachment, the following required
provisions:
a. Name the City of Lubbock and its officers, employees, and elected representatives as additional insureds,
(as the interest of each insured may appear) as to all applicable coverage;
b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change;
c. Provide for notice to the City at the address shown below by registered mail;
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees, and
elected representatives for injuries, including death, property damage, or any other loss to the extent same
may be covered by the proceeds of insurance;
e. Provide that all provisions of this contract concerning liability, duty, and standard of care together with
the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include
such obligations within applicable policies.
NOTICES
The Contractor shall notify the City in the event of any change in coverage and shall give such notices not less
than 30 days prior the change, which notice must be accompanied by a replacement CERTIFICATE OF
INSURANCE.
All notices shall be given to the City at the following address:
Marta Alvarez, Director of Purchasing & Contract Management
City of Lubbock
1625 13"' Street, Room 204
Lubbock, Texas 79401
SECTION D. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the
Contractor shall not relieve the Contractor of full responsibility or liability for damages and accidents as set forth
in the contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by the insurance
company exonerate the Contractor from liability.
7. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or
interests accruing from this Contract without the written consent of the other.
8. The City reserves the right to exercise any right or remedy available to it by law, contract, equity,
or otherwise, including without limitation, the right to seek any and all forms of relief in a court
of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to
exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are
cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict
between this provision and another provision in, or related to, this document, this provision shall
control.
9. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City or the State of Texas, at its expense and at reasonable tithes, reserves
the right to audit Contractor's records and books relevant to all services provided to the City
under this Contract. In the event such an audit by the City reveals any errors or overpayments
by the City, Contractor shall refund the City the full amount of such overpayments within 30
days of such audit findings, or the City, at its option, reserves the right to deduct such amounts
owing the City from any payments due Contractor.
City of Lubbock
Bid ITB 19-14406-FM
10. All funds for payment by the City under this contract are subject to the availability of an annual
appropriation for this purpose by the City. In the event of non -appropriation of funds by the City
Council of the City of Lubbock for the goods or services provided under the contract, the City
will terminate the contract, without termination charge or other liability, on the last day of the
then -current fiscal year or when the appropriation made for the then -current year for the goods
or services covered by this contract is spent, whichever event occurs first. If at any time funds
are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on 30 days prior written notice, but failure to give such notice shall be of no effect and the
City shall not be obligated under this contract beyond the date of termination.
11. The Contractor shall not assign or sublet the contract, or any portion of the contract, without
written consent from the Director of Purchasing and Contract Management. Should consent be
given, the Contractor shall insure the Subcontractor or shall provide proof on insurance from the
Subcontractor that complies with all contract Insurance requirements.
12. SB252
SB 252 prohibits the City from entering into a contract with a vendor that is identified by The
Comptroller as a company known to have contracts with or provide supplies or service with
Iran, Sudan or a foreign terrorist organization.
13. HB 89
The Contractor warrants that it complies with Chapter 2270, Subtitle F, Title 10 of the Texas
Government Code by verifying that:
(1) The Contractor does not boycott Israel; and
(2) The Contractor will not boycott Israel during the term of the Agreement.
14. This Contract consists of the following documents set forth herein; Invitation to Bid No. 19-
14406-FM, Specifications, and the Bid Form.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and
year first above written. Executed in triplicate.
CITYOF LUBBO
Daniel M. Pope, Mayor
ATTEST:
D'i", N---,
Re t
ca Garza, City Secre t9
APP/ROVED AS TO C TENT:
ities
APPROVED AS TO FORM:
Rya r oke, A sistan ity Attorney
CONT TOR
BY 'q L4
Aut orized presentati e
Boyd Stanley, Vice -President
Print Name
One Chemical Plant Rd.
Address
Riceboro, GA 31323
City, State, Zip Code
11/26/2018 3:59 PM p. 39
City of Lubbock, TX
ITB 19-14406-FM
Liquid Polymer
Specifications
1. INTENT
It is the intent of these specifications to describe the Polymer to be used to dewater the sludge for
the RDT's and Centrifuge at the City of Lubbock Southeast Water Reclamation Plant.
PRODUCT SPECIFICATION
The polymer purchased for use at the City of Lubbock Southeast Water Reclamation Plant shall
contain no soluble inorganic or organic substances capable of producing deleterious or injurious
effects. The polymer must have Certification for use in waste water treatment plants. Bidder
shall submit a certificate of analysis which will include the specific gravity, Cationicity, Active
Polyacrylamide, Density and Freezing Point. The material safety data sheets (MSDS) for the
product shall also be submitted with the bid. Due to the fact that successful Polymer will separate
the solids as needed by state permit it is that the bidders be a manufacturer of liquid Polymer. In
any event, all products used. The same Polymers manufacturer must be used throughout the term
of the contract. Throughout the term of the contract, the successful bidder may not change
the formulation of the Polymer in any way without the express written consent of the Waste
Water Treatment Plant Superintendent. No exceptions, an unauthorized change in the
formulation of the product will result in contract termination.
2. PRODUCT PERFORMANCE
Products to be considered for bid will be tested by the manufacturer using standard jar testing
methods at the City's site. A sample of the product being tested will be left at the facility for
additional jar testing by Operations personnel, if additional pilot plant testing is necessary an
additional amount of sample will be required. At the City's discretion fill plant testing will be
required based on results of previous tests; the City will pay for a full delivery (approximately
48,000 lbs.) at the price submitted in the bid document to conduct full plant testing. Waste Water
Treatment Operations personnel will evaluate product performance based on sludge dryness and
sludge separation. References will be thoroughly checked and will figure prominently into the
selection of a successful bidder.
3. PRODUCT QUALITY PER LOAD
Upon delivery of each load of product, the transport driver must present a certificate of analysis
containing Cationicity 80% Active Polyacrylamide Min, 41% Specific Gravityl.01 -1.05
Freezing Point 7F. Density 8.5-8.6 lb/gal As stated in the product specifications, A delivered
product that exhibits any unusual color or appearance compared to previous acceptable deliveries
will be refused, as will deliveries containing any form of foreign material. If the product meets
the required minimum standards, the product may then be off loaded into the storage tanks. If
desired, the vendor may provide their own hydrometer and perform an additional specific gravity
analysis in the presence of the plant operations staff. In the event the product does not meet the
required minimum standards, the load will be refused and the vendor must provide another
acceptable load within forty eight (48) hours. No additional freight or shipping charges shall be
assessed by vendor.
4. TECHNICAL SUPPORT
Vendor shall provide acceptable technical support and response time whenever problems are
encountered relating to product use and/or performance. Acceptable technical support will
include routine site visits at least every three (3) months to consulting with operations staff on
any questions or problems with the product. A telephone response time of one (1) business day
is required of vendor in cases of product performance problems. A site visit by the vendor may
be requested by the owner if owner feels it is necessary to solve any significant problem related
to product performance. If a non -routine site visit is requested, the vendor will have five (5)
business days to respond and arrive on -site. All technical support will be at no cost to the owner.
5. BID ACCEPTANCE
Product performance will be required to meet optimum quality performance. The evaluation of
bids will include testing procedures for sludge separation and dryness of the sludge. The bid will
be awarded based plant performance, cost effectiveness, and reference checks.
6. QUANTITIES AND PRICING
The anticipated annual consumption of the polymer is two tanker loads every other month Prices
quoted for product shall be FOB Southeast Waste Water treatment Plant Lubbock, Texas. Pricing
shall be firm for a period of four years. Written consent from both parties is required for all price
adjustments. Listed quantities are estimates only for pricing purposes. Actual usage may vary.
7. DELIVERY / SECURITY
Successful vendor shall be required to deliver the product to the City of Lubbock Southeast Waste
Water Treatment Plant in bulk tank truck within 2 weeks after order is placed. Unloading to
plant storage tanks is to be performed by the driver under the direction of operations personnel.
Successful vendor shall provide any and all special equipment necessary to perform unloading at
no cost to the City of Lubbock. All deliveries will be unloaded between the hours of 8:00 A.M.
and 6:00 P.M., Monday through Friday. No exceptions will be made unless prior approval is
agreed upon with the City of Lubbock Southeast waste water treatment plant's operations
personnel. The transporter is required to furnish certified, dated, and stamped weight tickets with
each load of product, before and after unloading. All delivery people will display photo security
ID upon arrival at the site. All delivery vehicles shall meet OSHA and DOT regulations and be
operated in a safe manner while on site.
All delivery personnel will be identified by the vendor before arrival at the site; preferably at the
time an order is placed. Upon arrival at the Waste Water Treatment Plant, delivery personnel
will check in at the main building before proceeding to the unloading site. The driver will be
met at the security gate by plant personnel and must present photo identification. All shipments
shall be sealed and the seal will be broken only in the presence of the plant representative. If any
of the security measures are violated, the shipment will be refused.
8. TERM AND CONDITIONS
The contract shall be for a term of one year with the option of three one year renewals, said date
of term beginning upon formal approval. All stated annual quantities are approximations of usage
during the time period to be covered by pricing established by this bid. Actual usage may be
more or less. Order quantities will be determined by actual need. The City of Lubbock does not
guarantee any specific amount of compensation, volume, minimum, or maximum amount of
services under this bid and resulting contract. The Contractor must maintain the insurance
coverage required during the term of this contract including any extensions. It is the
responsibility of the Contractor to ensure that valid insurance is on file with the Purchasing and
Contract Management Department as required by contract or contract may be terminated for non-
compliance.
This contract shall remain in effect until the first of the following occurs: (1) the expiration date,
(2) performance of services ordered, or (3) termination of by either party with a 30 day written
notice. The City of Lubbock reserves the right to award the canceled contract to the next lowest
and best bidder as it deems to be in the best interest of the city.
City of Lubbock
Bid ITB 19-14406-FM
BID FORM
City of Lubbock, TX
Purchasing and Contract Management
Liquid Polymer
ITB No. 19-14406-FM
In compliance with the Invitation to Bid 19-14406-FM, the undersigned Bidder having examined the Invitation
to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for
furnishing the material, equipment, labor and everything necessary for providing the items listed below and agrees
to deliver said items at the locations and for the prices set forth on this form. A bid will be subject to being
considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate bids,
additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess
of or below reasonably expected values), or irregularities of any kind. The Invitation to Bid 19-14406-FM is by
reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter.
QTY
UNIT PRICE*
EXTENDED
"Delivery
ITEM
(+/-)
UOM
DESCRIPTION
(b)
COST
days ARO
(a)
(a x b)
1
48,000
LBS
Liquid Polymer, as specified
$1.280/Lb.
$61,440.00
14 Days A.R.O.
Clarifloc CE-1804
*PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed "Days After Receipt of Order (ARO)
Unless otherwise specified herein, the City may award the bid either item -by —item or on an all -or -none
basis for any item or group of items shown on the bid.
The City of Lubbock is seeking a contract for Liquid Polymer with one or more contractors. In order to
assure adequate coverage, the City may make multiple awards, selecting multiple vendors to provide the
products desired, if multiple awards are in the best interest of the City. A decision to make a multiple award
of this Bid, however, is an option reserved by the City, based on the needs of the City.
PAYMENT TERMS AND DISCOUNTS -Bidder offers a prompt payment discount of -0- ?o, net 30calendar days.
Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will
be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or
after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City
within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date
of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event
occurs later. Discounts for payment in less than ten days will not he considered.
MOST FAVORED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone
else, including its most favored customer, for like quality and quantity of the products/services; does not include an element
of profit on the sale in excess of that normally obtained by the Bidder on the sale of products: services of like quality and
quantity; and does not include any provision for discounts to selling agents. If at any time during the contract period, the
supplier should sell or offer for sale to any other customer, an equal or less quantity of similar contract products of like or
better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same product(s) at the
lower price(s) on all deliveries made during the period in which such lower price(s) is effective.
INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the
State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as
provided for by the interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at
the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if
he.'she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other
governmental entities decide to participate in this contract; would you (the bidder) agree that all terms, conditions,
specifications, and pricing would apply?
11/26/2018 3 59 PM p 6
City of Lubbock
Bid ITB 10-14406-FM
Other governmental entities that might have interests In this contract are Friendship Independent School District,
Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School
District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal
Power Agency, Lynn County, and City of Wolfforth.
YES X NO
• If you (the bidder) checked YES, the following will apply:
• Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be
eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation.
All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental
entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental
entity's debts. Each governmental entity will order their own materials/service as needed.
THIS BID IS SUBMITTED BY Polydyne Inc. a corporation organized under the laws of the State of
Delaware , or a partnership consisting of
or individual trading as
of the City of
Firm. Polydyne Inc.
Address: One Chemical Plant Rd.
City: Riceboro state: GA Zip 31323
Bidder acknowledges receipt of the following addenda: No Addenda
Addenda No. Addenda No. _ Addenda No. Addenda No. —
Date Date Date Date
M/WBE Firm! i Woman
American
BY_ (`) t`L��7 ` 12/11/18
Aut,h rraed Re esentative - nst sign by hand
Officer Name and Title: Boyd Stanley, hand
Please Print
Business Telephone Number (912) 880-2035 FAX: (912) 880-2078
E-mail Address: polybiddpt@snfhc.com
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over ,S50,000): Date P.O./Contract Issued:
RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS.
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND
TIME, AND YOUR COMPANY NAME AND ADDRESS.
11/26/2018 3;59 PM p- 7
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
lori
Complete Nos. 1- 4 and 6 it there are interested parties.
OFFICE USE ONLY
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2018-432779
Polydyne Inc.
Riceboro, GA United States
Date Filed:
12/11/2018
2 Name of governmental ertt ry or state agency that is a party to the contract for which the forms
being filed.
City of Lubbuck
Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or Identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract
14406
Liquid Polymer
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermedi
5 Check only If there is NO Interested Party.
X
6 UNSWORN DECLARATION
l Boyd Stanley My name is y y ,and my dale of birth Is
My address is 4876 Sunbury Rd. Midway GA 31320 USA
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Liberty t^«,nn,, state of Georgia on the I ItNay of Decembers 18
(month) (year)
/ Si natu _ of authorized a t of cantracnng u5ioess entity
Boyd Stanley, Vice r ident (Declar nt)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us L f Version V1,U,b (11