HomeMy WebLinkAboutJCI Jones Chemicals Inc 2.1.13ryÐPY
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on February 1,2013 between
the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and JCI Jones Chemicals
Inc., hereinafter referred to as Contractor,
WITNESSETH:
WHEREAS, City invited bids for chemicals to treat water and wastewater per Specification No, 9l182
WHEREAS, pursuant to said invitation, Contractor submitted a proposal that was accepted by City to be
supplied with Sodium Bisulfite Solution for the Water Reclamation Facility at a cost of $1.O33/gallon including
seryices.
NOV/ THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter
contained, the parties hereto agree as follows:
1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered,
as first written above, until January 3l , 2014. The term of the contract may be extended by mutual consent for an
additional year. During this extended period, unit prices may not be increased by more than the percentage change
in the US consumer price index for All Urban Consumers (CPI-U).
2. INCORPORATION BY REFERENCE. City Specifrcation No. 91182 and Contractor's
proposal dated December 3, 2012 are hereby incorporated in and made a part of this Agreement. To the extent that
there are any conflicts between the City's specification and this Agreement and the Contractor's proposal, the terms
of the City's specification and this Agreement shall prevail, unless specifically agreed otherwise in writing signed by
both parties.
3. CITY'S OBLIGATIONS. For providing chemicals and services as specifred in this Agreement,
City will pay and Contractor shall receive payments based upon the actual quantities ordered and received by City
and the unit prices bid by Contractor.
4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments an{ agreements
hereinbefore mentioned to be made and performed by City, Contractor agrees with City to provide chemicals and
services as described in Exhibit A attached hereto and incorporated into this Agreement.
5. AMENDMENTS, Any amendment, modification or variation from the terms of this Agreement
shall be in writing and shall be effective only upon approval by the City Manager of the City.
6. COMPLETE AGREEMENT. This witten Agreement, including all writings specifically
incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral
agreement, understanding or representation not reduced to writing and specifically incorporated herein shall be of
any force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties
hereto.
7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage
prepaid by registered or ceÍified mail addressed as follows:
Utilities Director
City of San Luis Obispo
879 Morro Street
San Luis Obispo, CA 93401
Contractor JCI Jones Chemicals, Inc
l40l Del Amo Blvd.
Torrance, CA 90501
8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each
individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute
Agreements for such party.
.n\l WITNESS WHEREOF, the parties hereto have caused this inshument to be executed the day and year
firs't ái.rovc written.
ATTÐST:CITY OF SAN LUIS ISPO
-41-
APPROVED AS TO
By
City
City
q
Attornev
2.
ExhibitA
SPECIFICATION
SODIUM BISULFITE SOLUTION
Q5% Bulk Tanker Delivery)
L Requirement
It is required that a Contractor be established to furnish in accordance with these specifications, all of the
City's requirements for sodium bisulfite solution during the period of February 1,2013 to January 31,
2014 (12 months)
General
Chemical Name: Sodium Bisulhte Solution
Chemical Formula: NaHSO3
Concentration: 25%
Specific Gravity: l.l9
Unit Weight: 9.92 pounds/gallon
General Impurities
The sodium bisulfite supplied under this specification shall contain no soluble material or organic
substances in quantities capable of producing deleterious or injurious effects on W'ater Reclamation Facility
discharge that has been treated properly with the sodium bisulfite.
Quantity
The estimated requirements for sodium bisulfite, as listed previously, will vary with the actual
demands of the City.
The estimated requirements are given for information purposes only and shall not be deemed to
guarantee either a minimum amount or resfrict the maximum amount to be furnished.
It is the intent of this specification to require the Contractor to furnish all the Cify's sodium
bisulfite requirements.
Neither an under run, regardless of extent, nor an overrun, regardless of extent, in the actual
quantity delivered compared to the estimated quantity shall entitle the Contractor to an adjustment
in the unit price nor to any other compensation.
J
4
a.
b.
5
c.
d.
a
b
Delivery
The Contractor shall make deliveries of sodium bisulhte upon request to the City of San Luis
Obispo V/ater Reclamation Facility (WRF), 35 Prado Road, San Luis Obispo, California, 93401.
The Contractor shall make deliveries of sodium bisulfite solution between the hours of 7:00 a.m.
and 3:00 p.m., Monday through Friday. If, for any reason, the Contractor cannot make the
delivery during the above-listed hours, the Contractor shall noti$r the City, and an alternate time
will be scheduled.
Exhibit A
The Contractor shall deliver sodium bisulfite solution in bulk tank-trucks, of a minimum 4,000
gallon capacity to fill the WRF's two (2) 5,500 gallon ranks.
The contractor shall provide delivery service on Saturday, Sunday and legal holidays as necessary
with an order lead time of two days.
6. Condition of Cargo Trailers
b,
All cargo trailers and appurtenant valves used for the delivery of the sodium bisulhte solution,
under this specification, shall be in good mechanical order and shall be in full compliance with the
applicable requirements of the Hazardous Materials Regulations of the Department of
Transportation, Code ofFederal Regulations, as currently issued.
All appurtenant valves, pumps and discharge hoses used for the delivery of sodium bisulf,rte
solution shall be clean and free from contaminating material. If offJoading equipment is not
properly cleaned, this will constitute a reason for rejection ofthe load.
c. All trailer ports used for the loading or delivery of sodium bisulfite solution shall be
secured with appropriate tamper-proof, secruþ seal veri$ing the shiprnent has not been breached in
iransit. If seals are not intact, this will constitute a reason for rejection ofthe load.
7. Safetv Requirement
Contractor truck driver shall wear the appropriate protective face and body apparel, as required by the
California Occupational Safety and Health Administration, when unloading the sodium bisulfite solution.
8. Marking
Each container shall carry a clear identihcation of the material, and shall carry the current proper
precautionary information as required by the Department of Transportation and other regulatory agencies.
9. Spiliage
All discharge connections and hose ends shall be plugged, capped, blind flanged, or contained to
prevent any spillage of sodium bisulfite solution.
The Contractor shall be notified immediately of any spillage which is not cleaned up by the truck
driver.
c. Any spillage not cleaned up within four (4) hours of notification will be cleaned up by the
City forces at a minimum charge of $ I 50 per hour and shall be billed to the Contractor.
c,
d.
a
a.
b.
l0
d. The Contractor shall pay for the repair of areas damaged by the spillage of sodium bisulfite solution.
Placement of Orders
The City shall noti! the Contractor a minimum of two (2) days in advance of the requirements for each
delivery.
I 1. Citv Contacts
In the event of a problem, or if a question arises regarding this specification, the Contractor may contact
Howard Brewen, Water Reclamation Facilþ Supervisor, at (805)781-7240.