HomeMy WebLinkAboutSNF Polydyne Inc 2.1.13AGREEMENT
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 SNF Polydyne, Inc.,
hereinafter referred to as Contractor.
WITNESSETH:
WHEREAS, City invited bids for chemicals to treat water and wastewater per Specification No. 91182.
WHEREAS, pursuant to said invitation, Contractor submitted a proposal that was accepted by City to be
supplied with Liquid Cationic Polymer for the Water Treatment Plant at a cost of $1,220/ton including services.
NOW 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 31, 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 Specification 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 specified 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 and 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 written 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 certified mail addressed as follows:
City Utilities Director
City of San Luis Obispo
879 Morro Street
San Luis Obispo, CA 93401
Contractor SNF Polydyne, Inc.
1 Chemical Plant Road
Riceboro, GA 31323
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.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year
first above written.
APPROVED AS TO FORM:
4CiAttorney
CITY OF SAN LUIS OBISPO
k :0 0-
City Z-0-
CONTRACTOR
By:
Lawrence D. Grizzl , usiness Manager
Exhibit A
SPECIFICATION
LIQUID CATIONIC POLYMER
1. Requirement
It is required that a Contractor be established to furnish, in accordance with these specifications, all of the
City's requirements for cationic polymer during the period of February 1, 2013 through January 31, 2014 (12
months).
2. Qualfty
a. The liquid cationic polymer delivered under this specification shall contain no substances in
quantities capable of producing deleterious or injurious effects upon the health of those consuming
the water to which the liquid cationic polymer has been added or causing water so treated to fail to
meet the requirements of the California Domestic Water Quality and Monitoring Regulations.
b. The liquid cationic polymer delivered under this agreement shall conform to the following:
(1) USEPA approved for use in potable waters at dosages up to 50 mg/liter;
(2) Active polymer of 20 + 1 percent;
(3) Free of biological contamination; and
(4) No more than 5 mg/1 iron.
Affidavit of Compliance
a. The Contractor shall submit an affidavit of compliance with these specifications for each delivery of
liquid cationic polymer as delivered to the City.
b. The affidavit of compliance shall contain:
(1) Percent active polymer;
(2) Pounds per gallon; and
(3) Date of manufacture.
4. Certified Laboratory Report
a. A certified laboratory report shall be submitted prior to the first liquid cationic polymer delivery to
the City, and when a significant change occurs in the Contractor's manufacturing process. This
report shall contain the following:
(1) Percent active polymer;
(2) Pounds per gallon;
(3) Date of manufacture;
(4) Specific gravity;
(5) Iron; and
(6) pH.
b. Charges for the certified laboratory reports shall be included in the bid price.
Exhibit A
5. City -Approved Cationic Polymers
The following are the only current City -approved cationic polymers:
Manufacturer
Calgon Corporation
Sweetwater Chemical Co.
(Sterling Water Technologies)
Polydyne
Qualification Requirements for City Approval
Product
CAT Floc-TL
SW102
Clarifloc (R) C-4420
To achieve City approval, for future bid purposes a prospective Contractor's liquid cationic polymer shall
meet the following requirements:
a. All the requirements of these specifications.
b. Performance criteria established by the City:
(1) A screening evaluation conducted on a laboratory scale performed by City personnel.
(Prospective Contractor shall furnish at least 100 ml of liquid cationic polymer for this
evaluation),
(2) If the laboratory evaluation demonstrates the liquid cationic polymer to be effective, under
laboratory conditions, then a plant -scale evaluation shall be performed.
(3) For the plant -scale evaluation, the prospective Contractor shall furnish liquid cationic
polymer in the amount established by the City. The prospective Contractor shall be
reimbursed for the liquid cationic polymer at its current market value; but in no case, shall
this amount exceed the current contract price paid by the City for bulk liquid cationic
polymer.
(4) Performance evaluations shall be performed at the convenience of the City and may be
witnessed by the prospective Contractor.
(5) Supply a list of municipalities that has used the chemicals in the last year.
7. Quantity
a. The estimated requirements for liquid cationic polymer, as listed on the "Invitation for Bid", will
vary with the actual demands of the City.
b. The estimated requirements are given for information purposes only and shall not be deemed to
guarantee either a minimum amount or restrict the maximum amount to be furnished.
It is the intent of this agreement to require the Contractor to furnish all the City's liquid cationic
polymer requirements.
d. Neither an under run, regardless of extent, in the actual quantity delivered compared to the estimated
quantity shall entitle the Contractor to an adjustment in the unit price or to any other compensation.
e. Typical quantity per order/delivery is 8 — 55 gallon drums.
Exhibit A
Delivery
The Contractor shall make deliveries of liquid cationic polymer upon request to the City of San Luis Obispo,
Stenner Creek Road, San Luis Obispo, California, 93401 in 55 gallon drums. The Contractor shall make
deliveries of liquid cationic polymer between the hours of 6:00 a.m. to 12:00 p.m. If the Contractor for any
reason cannot make the delivery during the above stated hours, the Contractor shall notify the City and an
alternative time will be scheduled.
9. Condition of Containers
Cationic polymer shall be shipped in bulk; in non -returnable plastic drums of 454 lbs. net weight or in other
DOT approved containers.
10. Markings
Each shipment shall be identified as to product net weight, name of manufacturer and brand name. Packaged
product shall show a lot number or identification of manufacturer. All markings shall conform to DOT
regulations.
11. Placement of Orders
The City shall notify the Contractor a minimum of three (3) days in advance of the requirements of each
delivery.
12. City Contacts
In the event a problem and/or question arises regarding this specification, the Contractor may contact Dean
Furukawa, Water Treatment Plant Supervisor at 805-781-7566.
Attachment 1
Section E
INSURANCEQ
Supply and Equipment Contracts
The Contractor shall procure and maintain for the duration of the contract insurance against claims for
injuries to persons or damages to property that may arise from or in connection with the products and
materials supplied to the City. The cost of such insurance shall be borne by the Contractor.
Minimum Scope of Insurance. Coverage shall be at least as broad as Insurance Services Office
Commercial General Liability coverage ("occurrence" form CG 0001).
Minimum Limits of Insurance. Contractor shall maintain limits no less than $1,000,000 per occurrence
for bodily injury, personal injury and property damage. If Commercial General Liability or other form
with a general aggregate limit is used, either the general aggregate limit shall apply separately to this
project/location or the general aggregate limit shall be twice the required occurrence limit.
Deductibles and Self -Insured Retentions. Any deductibles or self -insured retentions must be declared
to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such
deductibles or self -insured retentions as respects the City, its officers, officials, employees and
volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related
investigations, claim administration and defense expenses.
Other Insurance Provisions. The general liability policy is to contain, or be endorsed to contain, the
following provisions:
I. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as
respects: products and completed operations of the Contractor. The coverage shall contain no
special limitations on the scope of protection afforded to the City, its officers, officials,
employees, agents or volunteers.
2. The Contractor's insurance coverage shall be primary insurance as respects the City, its officers,
officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the
City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
3. The Contractor's insurance shall apply separately to each insured against whom claim is made or
suit is brought, except with respect to the limits of the insurer's liability.
4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be
suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty
(30) days' prior written notice by certified mail, return receipt requested, has been given to the
City.
Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of
no less than A: VII.
Verification of Coverage. The Contractor shall furnish the City with original endorsements effecting
coverage required by this clause. The endorsements are to be signed by a person authorized by that
insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City
before work commences.
31