HomeMy WebLinkAboutResolution - 2014-R0381 - Contract - Chameleon Industries Inc.- Aluminum Sulfate/Polymer Blend - 11/20/2014Resolution No. 2014-RO381
Item No. 6.8
November 20, 2014
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, Contract No. 12039 for aluminum sulfate/polymer blend,
by and between the City of Lubbock and Chameleon Industries, Inc., of Mesquite, Texas, Texas,
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 November 20, 2014 , 2014.
ATTEST:
Garza,
APPROVED AS TO ,CO� NTENNT:
R. Keith Smith, P.E., Director of Public Works
APPROVED AS TO FORM:
Amy L. tty At3pen y 1
RES.Contract-Chameleon Industries, Inc
10.23.14
Resolution No. 2014-RO381
City of Lubbock, TX
Contract for Services
Aluminum Sulfate/Polymer Blend
Contract 12039
THIS CONTRACT made and entered into this 20th day of November, 2014, by and between the
City of Lubbock ("City"), and Chameleon Industries, Inc, ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Aluminum Sulfate/Polymer
Blend 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 Aluminum Sulfate/Polymer Blend.
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, Aluminum Sulfate/Polymer
Blend and more specifically referred to as Items 1-4 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.
3. The Contractor shall perform the work according to the procedures outlined in the Bid Form
and Specifications attached hereto. The contract shall be for a term of one year, with the option
of two, one year extensions, said date of term beginning upon formal approval. The City does
not guarantee any specific amount of compensation, volume, minimum or maximum amount of
services under this contract.
4. This contract shall remain in effect until the expiration date, performance of services ordered,
or termination of by either party with a thirty (30) day written notice. Such written notice must
state the reason for cancellation. 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. The contractor shall obtain and maintain in full force and effect during the term of the contract,
commercial general liability coverage with insurance carriers admitted to do business in the
State of Texas. The insurance companies must carry a Best's Rating of A- VII or better. The
policies will be written on an occurrence basis, subject to the following minimum limits of
liability:
TYPE AMOUNT
General Liability 1,000,000
Commercial General Liability 1,000,000
Combined Single Limit
General Aggregate
Products-Comp/Op AGG
Personal & Adv. Injury
Contractual Liability
Automotive Liability
Combined Single Limit
Any Auto 1,000,000
Workers Compensation
Or Statutory Amounts
Employer's Liability
The City of Lubbock shall be named as additional insured on a primary and non-contributory
basis on Auto/General Liability, with a waiver of subrogation in favor of the City of Lubbock
on all coverages. Copies of all endorsements are required.
The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The
certificate will provide 30 days notice of cancellation, and under the cancellation section, the
wording "endeavor to" and "but failure to mail such notice shall impose no obligation or
liability of any kind upon the company, its agents or representatives" will be crossed out. A
copy of the additional insured endorsement attached to the policy will be included with the
certificate.
The contractor shall also maintain workers compensation insurance in the statutory amount.
If at any time during the life of the contract or any extension, the contractor fails to maintain
the required insurance in full force and effect, all work under the contract shall be discontinued
immediately. Any failure to maintain the required insurance may be sufficient cause for the
City to terminate the contract.
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 times, 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.
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 thirty (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. This Contract consists of the following documents set forth herein; Invitation to Bid No.
14 -12039 -KS, 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.
CITY OF LUBBOCI
G . Robertson, Mayor
ATTEST:
letca Garza. Citv Secre
APMOVED AS TO ONTENT:
Aubrey Spew(P.E.
Director of Water Utilities
APPROVED AS TO FORM:
Amy Sims, is a Clty Attorneey
CONTRACTOR
BY J- R
Authorized Representative
F. I. Garza
Print Name
PO Box 853027
Address
Mesquite, TX 75185
City, State, Zip Code
City of Lubbock, TX
Aluminum Sulfate/Polymer Blend
ITB 1412039 -KS
Specification
It is the Intent of these specifications to describe the aluminum sulfate/polymer blends to be used as a coagulant at
the City of Lubbock Water Treatment Plant.
2. Product Saedfiesdon
The aluminum sulfate/polymer blend purchased for use at the City of Lubbock Water Treatment Plant shall
contain no soluble inorganic or organic substances capable of producing deleterious or injurious effects upon the
health of those consuming the water, or that would otherwise render it unfit for public consumption. The
aluminum sulfate/polymer blend must have NSF/ANSI Certification for use in potable water treatment plants.
Bidder shall submit a certificate of analysis which will include the specific gravity and pH. The City will require
the product to have a pH In the range of 13 to 2.8 (slightly more stringent than AWWA Standard). The
material safety data sheets (MSDS) for the product shall also be submitted with the bid. Due to the fact that
successful aluminum sul&Wpolymer blends are 90% or more aluminum sulfate by weight, it is preferable that the
bidders be a manufacturer of liquid aluminum sulfate. If the successful bidder is not a manufacturer of aluminum
sulfate, bidder must provide a copy of a legal contract between the bidder and the aluminum sulfate manufacturer
that will be used to produce the blend. In any event, all products used must have NSF/ANSI certification for use
in drinking water treatment plants. The same aluminum sulfate manufacturer must be used throughout the term of
the contract. Throughout the term of the contract, the successful bidder my not change the formulation of
the aluminum sulfate/polymer blend in soy way without the express written consent of the Water
Production & Treatment Superintendent. No exceptions, an unauthorized change in the formulation of the
product will result in contract termination.
3. Product Performance
Products to be considered for bid will be tested by the manufacturer using standard jar testing methods at the
City's site. The test results must include settled water and final water turbidities, pH and temperature. 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 full 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. Water Treatment Operations
personnel will evaluate product performance based on settled water quality, pH, filter effluent turbidities, and cost
effectiveness. Bidders must submit a list with a minimum of three (3) potable water treatment plants with phone
numbers and contact persons that are currently using the product. References will be thoroughly checked and will
figure prominently into the selection ofa successful bidder.
4. Product Ouality Per Load
Upon delivery of each load of product, the transport driver must present a certificate of analysis containing
specific gravity and pH. As stated in the product specifications, the pH must be within the range of 13 to 2.8.
Plant operations staff will also perform specific gravity and pH analyses on the product in the presence of the
transport driver. A delivered product that exhibits any unusual color or appearance compared to previous
acceptable deliveries will be refttsed, 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 Ioad within forty eight (48) hours. No additional
freight or shipping charges shall be assessed by vendor.
S. 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 perform jar testing and 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 perfbmrance
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 non -routine site visit is requested, the vendor will have
five (5) business days to respond and arrive on-site. If at any time during the duration of the contract a significant
change In the source water is experienced, including major changes related to the ground water to surface water
ratio of the owners blended raw water source, vendor will have five (5) business days to respond and arrive on-site
to test and evaluate current process and recommend changes in the product if needed. All technical support will be
at no cost to the owner.
6. Bid Accentanee
Product performance will be required to meet optimum quality results for settled and effluent water. The
evaluation of bids will include a set of water quality parameters that must be met through the above outlined
testing procedures. The bid will be awarded based on water quality and overall visual plant performance, cost
effectiveness, and reference checks.
7. Ouantitfes And Pricing
The anticipated annual consumption of an aluminum sulfate/polymer blend for coagulant use is 822 tons more or
IML Prices quoted for product shall be FOB North Lubbock Water Plant, 6001 North Guava, Lubbock, Texas.
Pricing shall be firm for a period one (1) year, with the option of two (2). one (1) year extensions. Written
consent !from both parties is required for all price adjustments. Listed quantities are estimates only for pricing
purposes. Actual usage may vary.
8. Delivery / Security
Successful vendor shall be required to deliver the product to the Lubbock Water Treatment Plant in bulk tank truck
within five (5) days 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 4:00 P.M., Monday through Friday. No exceptions will be made unless prior approval is agreed upon
with the 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 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.
9. Supplemental Additive Snecification
Buyer requests the option of having copper sulfate, containing at least 99% CuSO4.5112O, added to the Aluminum
Sulfate/Polymer blend. The copper sulfate must have NSF Certification for use in potable water treatment plants.
The copper sulfate would be added per load at the buyer's request to control algae growth. Algae growth occurs
when the water reaches a temperature of 72°F. The yearly average of this temperature Is between the middle of
April to the and of September. The amount of additive will be based on the coagulant feed rate at the time the load
was ordered and would be determined by the operations staff, a 2.0% copper sulfate additive is to be expected.
Revised Bid Form 2
BID FORM
Aluminum Sulfateftlymer Blend
City of Lubbock, TX
ITB 1412039 -KS
In compliance with the Invitation to Bid 1412039 -KS, the undersigned Bidder having examined the invitation to Bid and
Specifications, and being fitmiliar with the conditions to be met, hereby submits the following Bid for fiunishing the
material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said item at
the locations and for the prices set Porth 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 14 -12039 -KS is by reference incorporated in this contract. The Bid Form
must be completed in blue or black ink or by typewriter.
ITEM
DESCRIPTION
Qty
+/-
UNIT OF
MEASURE
UNIT PRICE' BID
EXTENDED COST
1.
Hydrate
te Aluminum Sulfate/Polymer
822
TON
S e oo
,
j� Q
7
O s+r
I T [JZ+
2.
Hydrate Aluminum Sulfate/Polymer
822
TON
Blend with I% Copper Sulfate
Zp' �
j b J 7
Additive
X�
3.
Hydrate Aluminum Sulftte/Polymer
822
TON
Blend with 2% Copper Sulfate6
Additive
b
4.
Hydrate Aluminum Sulftte/Polymer
822
TON
Blend with 3% Copper Sulfate
o9
Z41
oa
/3Q 1 O
Additive
kv
1 1 U I Z -.;—
5.
Bauxite Aluminum Sulfate/Polymer
822
TON
Blend
x
6.
Bauxite Aluminum Sulfate/Polymer
822
TON
Blend with 1% Copper Sulfate
x
Additive
7.
Bauxite Aluminum Sul>hte/Poiymer
822
TON
Blend with 2% Copper Sulfate
Additive
S.
Bauxite Aluminum Sulfate/Polymer
822
TON
Blend with 3% Copper Sulfate
Additive
`PRICE: F.O.B- Destination, Freight Pre -Paid and Allowed
Unless otherwise specified herein, the City may award the bid either item -by -item or on as all-omone basis for any
item or group of hems shown on the bid.
The City of Lubbock is seeking a contract for aluminum suUatelpolymer blend 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%, act 30calendar days. Discounts
will not be considered in determining low bid Unless otherwise indicated on the Bid Form, payment temp will be NET THIRTY
DAYS. The City will pay the successful bidder within thirty days atter the receipt of a concert invoice or after etre date of acceptancei
whichever event ocean later. Discounts for prompt payment requiring payment by the City wahm it stipulated nmaber of days will be
interpreted as applying within the stipulated number of calendar days after the due of receipt by the City of a correct invoice or after the
Revised Bid Form 2
date afeceeptm¢ thud tett¢ mouser requimenn, whkhever moan amen loser. Dismmis for paymmt m less dun lea drys will et
be considered.
MOST FAVOURED PRICING: The Bidder artifica the the price quoted is not in esceas of the lowest price charged anyone else,
including in most favoured cumneer, for like quality and quantity of the pmductdsmiecs; don not include an element of profit on the
sale in caeeas of that amorally obtained by the Bidder on the sale ofproducts(snsvicn of like quality ori quantity; and does ant include
my provision for dismm6 ta selling agents. If at my time during the conbmt period, the suppliershould sell ar offer fcasale na my
otheretmomm, an erJ W as less gaantty ofs®ilor comma products oflike or homer quality, a. loweraa Price(sI tom provided herd ,
supplier egos as edify the City and sell sox product(.) d the ower price(.) an all deliveries made during the pend in which such
Iowerpric.(s) is effmtivm.
INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental comm ofthe Sue of'ream,
by mutual trammed with the successful bidder, and properly authorized mteduwl purchasing agreements as provided for by the
Ia crlocA Coopamie Art (ChaparT91, Guvmummt Cdc), the right m pmWau the sure services the priers quoted, for the period
afthbcoonact. Each bidder doll radiate an the Bid Form in the apo¢ provided below ifbdshe will hemor Political Subdivision orders
in addition to orders Lam the City of Lubbock. Should these other governments] entities decide to pa ticip do in Ibis coowa, would you
(the bidder) agree that all mons, condition, specifications, and pricing would apply?
Other governmental entities that might have interests is this contract an Frembip Independent Schaal District,
Lubbock Housing Authority, Lubbock County, Lubback County Hosplal Dishict, Lubbock Independent School
Districq South Plains Association or Governments, City of Testrk ma, Tem Tech University, West Texas
Mmnicipal Power Agency, Lyra County, ami City of Wolfforth.
YES v/ NO
• If you (the bidder) checked YES, the following will apply:
• Govesmmenal entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will
be eligible, but not obligated, to purchase materials/services under the convact(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
governments] entity's debts. Each govemmenml entity will order their own materiels/service as needed.
THIS BID IS SUBMITTED BY Chameleon lyduairfese corporation organized under the laws of the State of
TGmeS or a parmership consisting of or individual ceding as
of the City of
Fenn:. ( hamele0n—L4WU6Trlery Ene.
Address: P n. 80x 853027
city: MC.-snu rre r Tx 1M Sate: -M zip 75185-3037
Bidder acknowledges receipt of the following addenda:
Addenda No. I Date9 2# N Addenda No._Date
Addenda No._7 Dote Itf. Addenda No. _Date
M/WBE Firm: Women I Black Americans I Native American
H' mic American Asim Pacific Amer011ier S i
Ofcer Name and Title:f Jf GQ(7!A P65 iden'1'
Pkeoc Prior 1
Revised Bid Form 2
Business Telephone Number q % j— &a— f U 9 3 FAX: 9 72.— 6 9A —40 1 q,7-,
E-mail
FOR CTTY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over $30,000): Date P.O./Contract Issued:
RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK
SPECMICATIONS.
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE TIB NUMBER, THE CLOSING DATE AND
TIME, AND YOUR COMPANY NAME AND ADDRESS.