Loading...
1988 Calgon Carbon Corp PBA 17/18-71Tuesday, October 16, 2018 TO: City Clerk/Mayor RE: Calgon Carbon Corporation PBA 17/18-71 Granulated Activated Carbon Supply Services piggyback with Seminole County Contract # IFB 601681- 13GGM (on file) The item(s) noted below is/are attached and forwarded to your office for the following action(s): Development Order Final Plat (original mylars) Letter of Credit Maintenance Bond Ordinance Performance Bond Resolution ® Mayor's signature w. -lording- Rendering Safe keeping (Vault) titIV%rra ❑ r Payment Bond ❑ City Manager Signature ® City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ® Return originals to Purchasing- Department ❑ Return copies Special Instructions: Please return originals to Purchasing. From SharePoint_Finance_Purchasing_Forms - 2018.doc Crx) r , Da F"„ylF Al i^,f Contract/Agreement Name: Calgon Carbon Corporation PBA 17/18-71 Granulated Activated Carbon Supply Services piggyback with Seminole County Contract # IFB 601681-13 GGM (on file) Approval: jurPhasinNg Manager Date �4at4) , ,, , , - x Finan erector A t p1 Date Date WS_ RM x Item No. CITY COMMISSION MEMORANDUM 18.172.B AUGUST 13, 2018 AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY: Richard Casella, Utility Plants Manager SUBMITTED BY: Norton N. Bonaparte, Jr., City Manage SUBJECT: Purchase of Granular Activated Carbon ( Cl STRATEGIC PRIORITIES: ❑ Unify Downtown & the Waterfront ❑ Promote the City's Distinct Culture ❑ Update Regulatory Framework ❑ Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: Approval to purchase Virgin F300 carbon material and nozzles for the Auxiliary Water Treatment Plant is being requested. FISCAL/STAFFING STATEMENT: The total cost of Virgin F300 carbon material, nozzles, and labor is $66,330 under the `piggy- back' Seminole County contract #IFB-601681-13/GGM. Funds are budgeted for this expense and are available in account number 452-4525-536.46-00, Capital Repair and Maintenance. BACKGROUND: The City's Auxiliary Water Treatment Plant utilizes GAC filter media for filtration and compliance with Florida Department of Environmental Protection disinfection by-product regulations. The City will purchase 40,000 lbs. of GAC and 70 nozzles from Calgon Carbon in accordance with a Seminole County contract #IFB-601681-13/GGM with Calgon. The cost of the product is $1.607/lb for Virgin F300 Carbon material and the nozzles are $15 each. The labor fee for a field service technician will be $1000. LEGAL REVIEW: No legal review requested of the City Attorney. RECOMMENDATION: It is staff's recommendation that the City Commission approve the purchase of Virgin F300 carbon material and nozzles from Calgon Carbon Corporation as outlined above at a cost of $66,330. SUGGESTED MOTION: "I move to approve the purchase of Virgin F300 carbon material and nozzles from Calgon Carbon Corporation as outlined above at a cost not to exceed $66,330." Attachments: Seminole County contract #IFB-601681-13/GGM Quote CalgonCarbom Pore Water. Clean Air. Better World. July 18, 2018 Richard P. Casella, BSBA, UMC Utility Plants Manager City of Sanford (P) 407.688.5095 (F) 407.688.5093 richard.casella@sanfordfl.gov Dear Richard; Per our conference call yesterday, I wanted to put together the pricing options for a virgin carbon exchange along with the additional pricing for both nozzles and field service labor to exchange the nozzles in vessel #6. The carbon exchange pricing is based on the existing contractual agreement. Virgin F300 Carbon Exchange: $1.607/lb x 40,000 lbs = $64,280 Nozzles: $15 each (Part No. 100 13 86) x 70 nozzles = $1,050 total (There are 113 nozzles per vessel, but you indicated that there are already 50 nozzles on site.) Additional Field Service technician for vessel entry: $1,000/day It is expected to only take one day for the nozzle replacement service. Total for above items: $66,330 For reference purposes the CMR Carbon Exchange Price is $1.216/lb ($48,640 per 40,000 lb vessel). Please indicate how you would like to proceed. ' Feel free to contact me any time with any additional questions. Sincerely, Calgon Carbon Amber Simonic Regional Accounts Manager — Municipal Drinking Water asimonic@r-algonearbon.com (908) 612-5535 PURCHASING AND CONTRACTS D114SION May 25, 2018 Calgon Carbon Corporation 500 Calgon Carbon Drive Pittsburgh, Pennsylvania 15205 OF4631 r J14% L�\ SW#I 01E COtMy FLORIDA'S NATURAL CHOICE Re: Renewal #1: IFB-601681-13/GGM (Term Contract for Granular Activated Carbon Supply Reactivation Services) To Whom It May Concern: In accordance with the terms and conditions of subject Agreement, the Agreement is extended for an additional one (1) year period. The County has evaluated your performance during the past year and determined to extend the agreement for an additional year effective: July 1, 2018 through June 30, 2019. Authorization for performance of services by the Contractor under this agreement shall be in the form of written Release Orders issued and executed by the County on an as -needed basis based on the terms and conditions of the agreement. Appropriate County Departments and Divisions will be notified of this contract renewal. If you have any questions or need further assistance, please contact our office. Sincerely, *.144�e Michael Guild Procurement Technician cc: Mike Riley, Environmental Services — Utilities Operations County Comptroller's Office County Attorney's Office File 1301 East Second Street Sanford FL 32771 Telephone (407) 665-7116 Fax (407) 665-7956 www.seminolecountyfl.gov/purchasing Calgon Carbon Corporation Piggyback Contract (PBA 17118-71) The City of Sanford ("City") enters this "Piggyback" Contract with Calgon Carbon Corporation, a Delaware corporation (hereinafter referred to as the "Vendor"), whose address is 3000 GSK Drive, Moon Township, Pennsylvania 15108, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with Seminole County, Florida, said contract being identified as "Term Contract For Granulated Activated Carbon Supply Reactivation Services (IFB-601681-13/GGM)", in order for the Vendor to provide all services relating to the scope of services set forth therein (said original contract being referred to as the "original government contract") (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: 1 (a). Time Period ("Term") of this Contract: (state NIA if this is not applicable). NIA. (b). Insurance Requirements of this Contract: (state N/A if this is not applicable). N/A. (c). Any other provisions of the original government contract that will be modified: (state N/A if this is not applicable). N/A. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Bilal Iftikhar, P.E.., J.D.; Public Works Director; City Hall; City of Sanford, Florida; 300 North Park Avenue; Sanford, Florida 32771, telephone number 407-688- 5085, facsimile transmittal number 407-688-5091 and whose e-mail' address is Bilal. Iftikhar@Sanfordfl.gov. (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties 2 arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. (h). (1). IF THE CONTRACTORIVENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE •r j • ••rriiiiri iiirr I 111111riir HOUCHIN, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 327711 TRACI.HOUCHIN a@SANFORDFL.GOV. (II). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. 91 (B). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (C). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (D). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of the Vendor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (111). If the Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. (i). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. Entered this day of 2018. SIGNATURE PAGE FOLLOWS: Attest: Calgon Carbon Corporation, a Delaware co oration. A By: �IYTML-�5 Printed Name: Lisa ReeseV.P. Industrial Process and Food Business Printed Narme: Nora Stockhausen V.P. Municipal Sales Authorized Corporate Officer Unit Authorized Corporate Officer Date: Attest. OA 8 � f q4iv Lou Q M C" Traci Houchin, City Clerk Approved as to form and legal s City Of Sanford By: len, May re S 0-4 5 Exhibit "A" [Attach original government contract] CERTIFICATE OF LIABILITY iNSURANCEDATE(MMiDWYYYY) 6/1/2018 1 9/1/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THiS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the pollcy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement'on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies Three City Place Drive, Suite 900 SL Louis MO 63141-7081 (314) 432-0500 NA E:CT Arc. No. Ext : Ar No): E-MAIL ADDRESS: INSURER(Sl AFFORDING COVERAGE NAC 8 INSURER A : Zurich American Insurance Company 16535 INSURED Calgon Carbon Corporation 1425298 3000 GSK Drive Moon Township PA 15108 INSURER B: XL Specialty Insurance Company 37885 INSURER C: Berk -le Assurance Company 39462 IN RER D INSURER E : INSURER F: UUVinHAU,FS t.Ai.t:A rrR:irif`G ,. itirAARCD. 7Ar.AI172 est ne.t_-.zr ilii-wr.e-e._ Vtntvvtn+ - -_ _ _ __ _ __ .. � . _ �...��... ... .. .... ,.a-• iV 1 V 1t l� Vi�I VLiI. 11A/1/VCM THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR L TYPEOFINSURANCE ADDL IN 0 SUBR 6VV0 POLICY NUMBER MOLL U EF PMILIICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS-MADEFU71 OCCUR N N GLO 01 I 1179 00 6/1/2017 6/1/2018 EACH OCCURRENCE S 1.000,000 DAMAGE IS Ea oar rtDence 1,000.000 MED EXP (Any oneperson) S 3000CM PERSONAL &ADV INJURY S 1.000.000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY❑ JECT LOC OTHER GENERAL AGGREGATE S 10.000,000 PRODUCTS -COMPIOPAGG 5 2,000,000 5 A AUTOMOBILE LIABILITY X ANY AUTO UTA EOE6 ONLY AUTHpOgULED X AUiO50NLY X AUTO ONLY N N BAP 01111$000 6/1/2017 6/1/2018 EOael(iBotSiNGLELIMIT S 1,000.000 �INJURY BODILY (Per person) S )C30�CM BODILY INJURY (Per accident S XX}�}{�{j�}� PReOaERd1ZDAMA13E S XXX� $X}C})c{ B X UMBRELLA LIAB EXCESS LIAB X IOCCUR CLAIMS• 4ADE N N US00062059LI17A 6/1/2017 6/1/2018 EACH OCCURRENCE x25.000,000 AGGREGATE s 50.000.000 DEL) I X I RETENTION $25.000 S )COCX}(}{X A A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNcRIEXECUTIVE YIN OFFICERIMEMBER EXCLUDED? (Mandatory in NM D ESCRIP,nON OFOPERATIONS below NIA N WC 0111177 00 Ded) WC 0111178 00 (Retno) 6/1/2017 6/1/2017 6/1/2018 6/1/20I$ PER OT}( X srATUTE ER' E.L..EACHACCIDENT s 1,000_000 -_ ._. EJ-DISEASE-EAEMPLOYEE S 1.000 000 E.L DISEASE -POLICYUMi7 C 1.000.000 C Professional Liability N N PCAB-5002597-0917 9/1/2017 9/112018 35,000,000 per claim 55,000,000 Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if mora space Is required) Re: City of Sanford Piggyback Contract to Seminole County Contract IFB-601681-13/GGM City of Sanford, its officials and employees are named as additional insured with respect to the Commercial General Lability Policy. This insurance is primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured and iv)iere required by written contract. 1140 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WiTH THE POLICY PROVISIONS. 14641178 City of Sanford 30D N. Park Avenue Sanford FL 32771 E-5-1 ACORD 25 (2016/03) ©1988-A* tft1 C The ACORD name and loan ara ranisterPrr markt of ACnpn Granulated Activated Carbon (with Calgon Carbon Corporation) Piggyback Contract (Seminole County) The City of Sanford ("City") enters this "Piggyback" Contract with Calgon Carbon Corporation, a Delaware corporation, authorized to do business in the State of Florida, (hereinafter referred to as the "Vendor"), under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: 1. The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with the Seminole County, Florida, said contract being identified as the "Term Contract For Granulated Activated Carbon Supply Reactivation Services (IFB-601681-13/GGM)" relating to services being described in Exhibit "A" referenced below; said original contract being referred to as the "original government contract"). 2. The original government contract is incorporated herein by reference and is attached as Exhibit "N' to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein. 3. Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: (a).Time Period ("Term") of this Contract: N/A. (b). Insurance Requirements of this Contract: (state N/A if this is not applicable). N/A. (c). Any other provisions of the original government contract that will be modified: (state N/A if this is not applicable): M. Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Mack McKinley, Water Resources Engineer, City of Sanford, Post Office Box 1788, 300 North Park Avenue; Sanford, Florida 32771- 1788, telephone number (407-688-5177) and whose e-mail address is: mack. mcki nley@Sanfordfl.g ov (2). The City's pricing for Delivered GAC and Virgin GAC to the City's Water Treatment Plant No. 2 shall equal the pricing listed for Seminole County's Country Club water treatment plant under Part 4, Price Submittal of the original government contract. GAC replacement pricing equal to Seminole County's Country Club water treatment plant is based on similarity to the City's Water Treatment Plant No. 2 in size (six 40,000 Ib vessels) and similar replacement protocol of replacing three (3) vessels, back-to-back for each material order. If less than three (3) vessels are exchanged per order, there may be additional freight fees. (3). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. (4). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (5). All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State, or local regulatory. (d). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. SIGNATURE PAGE FOLLOWS: Exhibit "A" [Attach original government contract] Entered this day of 20116.7 Attest I UV Printed Name: Chad Whalen/Secretary Authorized Corporate Officer Attest Cy is -Porter, City Clerk Approved as to form and legal sufficiency. - 'A �'/ lzr e"VL Willi -a n U. -Colbert City Attorney Calgon Carbon Corporation By: YYI.-J:GV(ZL— Printed Name: Nora Stockhausen/V.P. Authorized Corporate Officer Date: January 11, 20.46 City Of By: 4 Jeff Triplett, Date: / o,.r Municipal i GailfeE0 COPY MARYANNE F40RSE ARK of CIR&Bff emu M.t.. - TERM CONTRACT FOR GRANULATED ACTIVATED CARSON SUPPLY REACTIVATION SERVICES (IFB-601681-13/GGM) THIS AGREEMENT is made and entered into this / day of r�-L-Lj 20 IS , by and between CALGON CARBON CORPORATION, duly authorized to conduct business in the State of Florida, whose address is 500 Calgon Carbon Drive, Pittsburgh, Pennsylvania 15205; hereinafter referred to as. "CONTRACTOR", and SEMI TOLE COUNTY, a political subdivision of the State of Florida, whose address is Seminole County Services Building, I 101 East First Street, Sanford, Florida 32771, hereinafter referred to as "COUNTY". WITNESSETIY: WHEREAS, COUNTY desires to retain the services of a competent and qualified contractor to provide Granulated Activated Carbon ("GAC') supply reactivation services to Seminole County; and WHEREAS, COUNTY has requested and received expressions of interest for the retention of services of contractors; and WHEREAS, CONTRACTOR is competent and qualified to provide GAC supply reactivation services to COUNTY and desires to provide services according to the terms and conditions stated herein, NOW, THEREFORE, in consideration of the mutual understandings and covenants set forth herein, COUNTY and CONTRACTOR agree as follows: Section 1. Services, COUNTY does hereby retain CONTRACTOR to furnish materials and services as further described in the Scope of Services attached hereto as Exhibit A and made a part hereof. CONTRACTOR shall also be bound by all requirements as contained in the solicitation package and all addenda thereto. Required materials and services shall be specifically enumerated, Granulated Activated Carbon Supply Reactivation Services IFB-601681-13/GGM Page t of I9 described, and depicted in the Purchase Orders authorizing purchase of specific materials and services. 'Phis Agreement standing alone does not authorize the purchase of materials and services or require COUNTY to place any orders for work. Section 2. -Term. This Agreement shall take effect on the date of its execution by COUNTY and shall ran for a period of five (5) years. At the sole option of COUNTY and approval of CONTRACTOR in writing, this Agreement may be renewed for three (3) successive periods not to exceed one (1) year each. Expiration of the term of this Agreement shall have no effect upon Purchase Orders issued pursuant to this Agreement and prior to the expiration date. Obligations entered therein by both parties shall remain in effect until delivery and acceptance of the materials authorized by the Purchase Order. The first three (3) months of the initial term shall be considered probationary. During, the probationary period, COUNTY may immediately terminate this Agreement at any time, with or without cause, upon written notice to CONTRACTOR. Section 3. Authorization for Services. Authorization for provision of materials and services by CONTRACTOR under this Agreement shall be in the form of written Purchase Orders issued. and executed by COUNTY. A sample Purchase Order is attached hereto as Exhibit B. Each Purchase Order shall describe the materials and services required and shall state the dates for delivery of materials and services and establish the amount and method of payment. The Purchase Orders will be issued under and shall incorporate the terms of this Agreement. COUNTY makes no covenant or promise as to the number of available Purchase Orders or that CONTRACTOR will perform any Purchase Order for COUNTY during the fife of this Agreement. COUNTY reserves .the right to contract with other parties for the services contemplated by this Agreement when it is determined by COUNTY to be in the best interest of COUNTY to do so. Granulated Activated Carbon Supply Reactivation Services IFF-601681-13/GGM Page 2 of 14 Section 4. Tirne for Completion. The materials and services to be provided by CONTRACTOR shall be delivered, as specified in such Purchase Orders as may be issued hereunder, within the time specified therein. Section S. Compensation. COUNTY agrees to compensate CONTRACTOR for the professional services provided for under this Agreement on a Fixed Fee basis. When a Purchase Order is issued for a Fixed Fee basis, then the applicable Purchase Order Fixed Fee amount shall include any and all reimbursable expenses. CONTRACTOR shall be compensated at that rates as set forth on the Price Submittal included in Exhibit A. Section 6. Payment and Bulling. (a) CONTRACTOR shall supply all materials and services required by the Purchase Order; but in no event shall CONTRACTOR be paid more than the negotiated Fixed Fee amount stated within each Purchase Order. (b) For Purchase Orders issued on a Fixed Fee basis, CONTRACTOR may invoice the amount due based on the percentage of total Purchase Order materials and services actually provided; but in no event shall the invoice amount exceed a percentage of the Fixed Fee amount equal to a percentage of the total services actually completed. (c) Payments shall be made by COUNTY to CONTRACTOR when requested as materials and services are furnished but not more than once monthly. Each Purchase Order shall be invoiced separately. At the close of each calendar month, CONTRACTOR shall render to COUNTY an itemized invoice, properly dated, describing any materials and services provided, the cost of the materials and services therein, the name and address of CONTRACTOR, Purchase Order Number, Contract Number and any other information required by this Agreement. Granulated Aestivated Carbon Supply Reactivation Services IFB-601681-13fGGM Page 3 of 19 The original invoice and one (1) copy shall be sent to: Director of County Finance Seminole County Board of County Commissioners Post Office Box 8080 Sanford, Florida 32772 Two (2) copies of the invoice shall be sent to: Environmental Services 500 West Lake Mary Boulevard Sanford, Florida 32773 (d) Payment shall be made after review and approval by COUNTY within thirty (30) days ofreceipt of proper invoice from CONTRACTOR. Section 7. General Terms of Payment and Billing. (a) Upon satisfactory delivery of materials and services required hereunder and upon acceptance of the materials and services by COUNTY, CONTRACTOR may invoice COUNTY for the hill amount of compensation provided for under the terms of this Agreement Iesss any amount already paid by COUNTY. COUN'T'Y shall pay CONTRACTOR within thirty (30) days of receipt of proper invoice. (b) COUNTY may perform or have performed an audit of the records of CONTRACTOR at any time during the term of this Agreement and after final payment to support final payment hereunder. Audits may be performed at a time mutually agreeable to CONTRACTOR and COUNTY. Total compensation to CONTRACTOR may be determined subsequent to an audit as provided for herein and the total compensation so determined shall be used to calculate final payment to CONTRACTOR. Conduct of this audit shall not delay final payment as provided by subsection (a) of this Section. Granulated Activated Carbon Supply Reactivation Services IFB-601681-13/GGM Page 4 of 19 Attachments Attachments: CMR exchange on filter # TBD with a standard swing load material. Pricing break down: FS is $1.37110 lbs Freight is $0.40110 lbs CMR GAC is $5.03 /10 lbs Grand total is $6.80 / 10 lbs REVIEW COMMENTS 1. FS to coordinate exchange schedule with client and GB Plant 2. This Is a standard CMR exchanqe 13642240 -vi -P00352456 (FY16 PO) Calgon Carbon Corp.pdf (e) CONTRACTOR agrees to maintain all books, documents, papers, accounting records and other evidence pertaining to materials and services provided under this Agreement in such a manner as will readily conform to the terms of this Agreement and to make such materials available at CONTRACTOR's office at all reasonable times during the Agreement period and for five (5) years from the date of final payment under the contract for audit or inspection as provided for in subsection (b) of this Section. (d) In the event any audit or inspection conducted after final payment but within the period provided in paragraph (c) of this Section reveals any overpayment by COUNTY under the terms of the Agreement, CONTRACTOR shall refund such overpayment to COUNTY within thirty (30) days of notice by COUNTY. Section 8. Responsibilities of CONTRACTOR. Neither COUNTY's review, approval or acceptance of, nor payment for any of the materials and services required shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement CONTRACTOR shall be and always remain liable to COUNTY in accordance with applicable law for any and all damages to COUNTY caused by CONTRACTOR's negligent or wrongful provision of any of the materials and services furnished under this Agreement. Section 9. Termination. (a) COUNTY may, by written notice to CONTRACTOR terminate this Agreement or any Purchase Order issued hereunder, in whole or in part, at any time, either for COUNTY's convenience or because of the failure of CONTRACTOR to fulfill its Agreement obligations. Upon receipt of such notice, CONTRACTOR shall immediately discontinue all services affected, unless the notice directs otherwise, and deliver to COUNTY, as long as the services have been paid by Granulated Activated Carbon Supply Reactivation Services IFB-601681-13/GGM Page 5 of 19 COUNTY, all data, drawings, specifications, report%, estimates, summaries and any and all such other information and materials of whatever type or nature as may have been accumulated by CONTRACTOR in performing this Agreement, whether completed or in process. (b) If the termination is for the convenience of COUNTY, CONTRACTOR shall be paid compensation for services performed to the date oftermination. (c) If the termination is due to the failure of CONTRACTOR to fulfill its Agreement obligations, COUNTY may take over the work and prosecute the same to completion by other agreements or otherwise. In such case, CONTRACTOR shall be liable to COUNTY for all reasonable additional costs occasioned to COUNTY thereby. CONTRACTOR shall not be liable for such additional costs if the failure to perform the Agreement arises without any fault or negligence of CONTRACTOR; provided, however, that CONTRACTOR shall be responsible and liable for the actions of its subcontractors, agents, employees and persons and entities of a similar type or nature. Such causes may include acts of God or of the public enemy, acts of COUNTY in its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; but in every case the failure to perform must be beyond the control and without any fault or negligence of CONTRACTOR. (d) If after notice of termination for failure to fulfill its Agreement obligations it is determined that CONTRACTOR had not so failed, the termination shall be conclusively deemed to have been effected for the convenience of COUNTY- In such event, adjustment in the Agreement price shall be made as provided in subsection (b) of this Section. (e) The rights and remedies of COUNTY provided for in this Section are in addition and supplemental to any and all other rights and remedies provided by law or under this Agreement. Granulated Activated Carbon Supply Reactivation Services IIB-601681-13IGGM Page 6 of 19 Section 10. Agreement and Purchase Order in Conflict. Whenever the terms of this Agreement conflict with any Purchase Order issued pursuant to it, this Agreement shall prevail. Section 11. Equal Opportunity Employment. CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, disability or national origin and will take steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, disability, or national origin. This provision shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training including apprenticeship. Section 12. No Contingent Fees. CONTRACTOR warrants that it has not -employed or retained any company or person other than a bona fide employee working solely for CONTRACTOR to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift or other consideration contingent upon or resulting from award or making of this Agreement. For the breach or violation of this provision, COUNTY shall have the right to terminate the Agreement at its sole discretion, without liability and to deduct from the Agreement price or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. Section 13. Conflict of Interest. (a) CONTRACTOR agrees that it will not contract for or accept employment for the performance of any work or service with any individual, business, corporation or government unit Granulated Activated Carbon Supply Reactivation Services IFB-601681-13/GGM Page 7 of 19 that would create a conflict of interest in the performance of its obligations pursuant to this Agreement with COUNTY. (b) CONTRACTOR agrees that it will neither take any action nor engage in any conduct that would cause any COUNTY employee to violate the provisions of Chapter 112, Florida Statutes, relating to ethics in government. (c) In the event that CONTRACTOR causes or in any way promotes or encourages a COUNTY officer, employee or agent to violate Chapter 112, Florida Statutes, COUNTY shall have the right to terminate this Agreement. Section 14. Assignment. This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered under any circumstances by the parties hereto without prior written consent of the other party and in such cases only by a document of equal dignity herewith; provided, however, that either party may assign this Agreement, including, without limitation, any of that party's rights or obligations hereunder, to any of that party's parents, subsidiaries or affiliates, or to any third party which merges with such party or acquires all or substantially all of its business and assets or a substantial part of its business or assets relating to the work without the other party's consent. Section 15. Subcontractors. In the event that CONTRACTOR, during the course of the work under this Agreement, requires the services of subcontractors of other professional associates in connection with services covered by this Agreement, CONTRACTOR must first secure the prior express written approval of COUNTY. If subcontractors or other professional associates are required in connection with the services covered by this Agreement, CONTRACTOR shall remain fully responsible for the services of subcontractors or other professional associates. Granulated Activated Carbon Supply Reactivation Services IFI3-601681-131GGM Page 8 of 19 Section 16. Indemnification of COUNTY. CONTRACTOR agrees to hold harmless and indemnify COUNTY and its commissioners, employees and agents against any and all claims, losses, damages or lawsuits for damages arising from, allegedly arising from or related to the provision of services hereunder by CONTRACTOR. Section 17. Insurance. (a) General. CONTRACTOR shall, at its own cost, procure insurance required under this Section. (1) CONTRACTOR shall furnish COUNTY with a Certificate of insurance on a current ACORD Form signed by an authorized representative of the insurer, evidencing the insurance required by this Section (Professional Liability, Workers' Compensation/Employer's Liability, Commercial General Liability, and Business Auto). COUNTY, its officials, and employees shall be named additional insured .under the Commercial General Liability policy. If the policy provides for a blanket additional insured coverage, please provide a copy of the section of the policy along with the Certificate of Insurance. If the coverage does not exist, the policy must be endorsed to include the additional insured verbiage. The Certificate of insurance shall provide that COUNTY shall be given, by policy endorsement, not less than thirty (30) days written notice prior to the cancellation or non -renewal or by a method acceptable to COUNTY. Until such time as the insurance is no longer required to be maintained by CONTRACTOR, CONTRACTOR shall provide COUNTY with a renewal or replacement Certificate of Insurance before expiration or replacement of the insurance for which a previous Certificate has been provided. (2) The Certificate shall contain a statement that it is being provided in accordance with this Agreement and that the insurance is in full compliance with the Insurance Granulated Activated Carbon Supply Reactivation Services IFB-601681-131GGM Page 9 of 19 requirements of this Agreement. The Certificate shall have this Agreement number clearly marked on its face. (3) In addition to providing the Certificate of Insurance, on a current ACORD Form, upon request as required by COUNTY, CONTRACTOR shall, within thirty (30) days after receipt of the request, provide COUNTY with a certified copy of each of the policies of insurance providing the coverage required by this Section. Certified copies of policies may only be provided by the Insurer, not the agent/broker. (4) Neither approval by COUNTY, nor failure to disapprove the insurance furnished by CONTRACTOR, shall relieve CONTRACTOR of its full responsibility for performance of any obligation including CONTRACTOR's indemnification of COUNTY under this Agreement. (b) Insurance Company RNuirements. Insurance companies providing the insurance under this Agreement must meet the following requirements: (1) Companies issuing policies (other than Workers' Compensation) must be authorized to conduct business in the State of Florida and prove same by maintaining Certificates of Authority issued to the companies by the Department of Insurance of the State of Florida. (2) In addition, such companies shall have and maintain, at a minimum, a Best's Rating of "A-" and a minimum Financial Size Category of "VII" according to A.M. Best Company. (3) 1f during the period which an insurance company is providing the insurance coverage required by this Agreement, an insurance company shall: (i) lose its Certificate of Authority, or (ii) fail to maintain the requisite Best's Rating and Financial Size Category, CONTRACTOR shall, as soon as CONTRACTOR has knowledge of any such Granulated Activated Carbon Supply Reactivation Services IFI3-501681-13/GGI41 Pagc 10 of 19 circumstance, immediately notify COUNTY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time as CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to COUNTY, CONTRACTOR shall be deemed to be in default of this Agreement. (c) Specifications. Without limiting any of the other obligations or liability of CONTRACTOR, CONTRACTOR shall, at its sole expense, procure, maintain, and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this subsection. Except as otherwise specified in this Agreement, the insurance shall become effective upon execution of this Agreement by CONTRACTOR and shall be maintained in force until the expiration of this Agreement's term and/or the expiration of all Work Orders issued under this Agreement, whichever comes first. Failure by CONTRACTOR to maintain insurance coverage within the stated period and in compliance with insurance requirements of COUNTY shall constitute a material breach of this Agreement, for which this Agreement may be immediately terminated by COUNTY. The amounts and types of insurance shall conform to the following minimum requirements: (1) Workers' Compensation/Employer's Liability. (A) CONTRACTOR's insurance shall cover CONTRACTOR for liability which would be covered by the latest edition of the standard Workers' Compensation policy as filed for use in Florida by the National Council on Compensation insurance, without restrictive endorsements. CONTRACTOR will also be responsible for procuring proper proof of coverage from its subcontractors of every tier for liability which is a result of a Workers' Cbmpensation injury to the subcontractor's employees. The minimum required limits to be Granulated Activated Carbon Supply Reactivation Services IFB-601681-13/GGM Page 11 of 19 provided by both CONTRACTOR and its subcontractors are outlined in subsection (C) below. In addition to coverage for the Florida Workers' Compensation Act, where appropriate, coverage is to be included for the United States Longshoremen and Harbor Workers' Compensation Act, Federal Employees' Liability Act, and any other applicable Federal or State law. (B) Subject to the restrictions of coverage found in the standard Workers' Compensation policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Workers' Compensation Act, the United States Longshoremen's and Harbor Workers' Compensation Act, or any other coverage customarily insured under Part One of the standard Workers' Compensation policy. (C) The minimum amount of coverage under Part Two of the standard Workers' Compensation policy shall be: $500,000.00 (Each Accident) $500,000.00 (Disease -Policy Limit) $500,000.00 (Disease -Each Employee) (2) Commercial General Liability. (A) CONTRACTOR's insurance shall cover CONTRACTOR for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements other than the elimination of Coverage C, Medical Payment, and the elimination of coverage for Fire Damage Legal Liability. (B) The minimum limits to be maintained by CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess Policy) shall be as follows: Granulated Activated Carbon Supply Reactivation Services 713-601681-131GGM Page 12 of 19 General Aggregate Two (2) Times the Each Occurrence Limit Personal &Advertising $1,000,000.00 Injury Limit Each Occurrence Limit $1,000,000.00 (3) Professional Liability Insurance. CONTRACTOR shall carry Professional Insurance Liability insurance with limits of not less than ONE MILLION AND N01100 DOLLARS ($1,000,000.00). (4) Business Auto Policy. (A) CONTRACTOR's insurance shall cover CONTRACTOR for those sources of liability which would be covered by Part IV of the latest edition of the standard Business Auto Policy (ISO Form CA 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements. Coverage shall include owned, non - owned and hired autos or any autos. (B) The minimum limits to be maintained by CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess policy) shall be per accident combined single limit for bodily injury liability and property damage liability. If the coverage is subject to an aggregate, CONTRACTOR shall maintain separate aggregate limits of coverage applicable to claims arising out of or in connection with the work under this Agreement. The separate aggregate limits to be maintained by CONTRACTOR shall be a minimum of three (3) times the per -accident Limit required and shall apply separately to each policy year or part thereof. (C) The minimum amount of coverage under the Business Auto Policy shall be: Each Occurrence Bodily $1,000,000.00 Injury and Property Damage Liability Combined Granulated Activated Carbon Supply Reactivation Services IFB-601681-13103M Page 13 of -19 (d) Coverase. The insurance provided by CONTRACTOR pursuant to this Agreement shall apply on a primary and non-contributory basis, and any other insurance or self- insurance maintained by COUNTY or COUNTY's officials, or employees shall be in excess of and not contributing to the insurance provided by or on behalf of CONTRACTOR. (e) Occurrence Basis, The Workers' Compensation policy and the Commercial General Liability and the Umbrella policy required by this Agreement shall be provided on an occurrence rather than a claims -made basis. The Professional Liability insurance policy may be on an occurrence basis or claims -made basis. If a claims -made basis, the coverage must respond to all claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. (f) Obligations. Compliance with the foregoing insurance requirements shall not relieve CONTRACTOR, its employees, or its agents of liability from any obligation under a Section or any other portion of this Agreement. Section 18. Dispute )Resolution. (a) In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust COUNTY dispute resolution procedures prior to filing suit or otherwise pursuing legal remedies. COUNTY dispute resolution procedures for proper invoice and payment disputes ' are set forth in Section 22.15, "Prompt Payment Procedures," Seminole County Administrative Code. Contract claims include all controversies, except disputes addressed by the "Prompt Payment Procedures," arising under this Agreement within the dispute resolution procedures set forth in Section 3.5540, "Contract Claims," Seminole County Administrative Code. Granulated Activated Carbon Supply Reactivation Services ED-601681-13/GGM Page 14 of 19 (b) CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials .that were' not presented for consideration in COUNTY dispute resolution procedures set forth in subsection (a) above of which CONTRACTOR had knowledge and failed to present during COUNTY dispute resolution procedures. (c) In the event that COUNTY dispute resolution procedures are exhausted and a suit is filed or Iegal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation Section 19. Representatives of COUNTY and CONTRACTOR. (a) It is recognized that questions in the day-to-day conduct of performance pursuant to this Agreement will arise. COUNTY, upon request, by CONTRACTOR, will designate and advise CONTRACTOR in writing of one or more of its employees to whom all communications pertaining to the day-to-day conduct of this Agreement shall be addressed. The designated representative shall have the authority to transmit instructions, receive information and interpret and define COUNTY's policy and decisions pertinent to the work covered by this Agreement. (b) CONTRACTOR shall at all times during the normal work week designate or appoint one or more representatives who are authorized to act on behalf of and bind CONTRACTOR regarding all matters involving the conduct of the performance pursuant to this Agreement and shall keep COUNTY continually and effectively advised of such designation. Section 20. All Prior Agreements Superseded. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or Granulated Activated Carbon Supply Reactivation Services 11-B-601681-13/GGM Page 15 of 19 understandings concerning the subject matter of this Agreement that are not contained or referred to in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. Section 21. Modifications, Amendments, or Alterations. No modification, amendment, or alteration in the terns or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. Section 22. Independent Contractor. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co- partners between the parties, or as constituting CONTRACTOR (including its officers, employees, and agents) as an agent, representative or employee of COUNTY for any purpose or in any manner whatsoever. CONTRACTOR is to be and shall remain forever an independent contractor with respect to all services performed under this Agreement. Section 23. Employee Status. Persons employed by CONTRACTOR in the performance of services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges Wanted to COUNTY's officers and. employees either by operation of law or by COUNTY. Section 24. Services Not Provided For. No claim for services furnished by CONTRACTOR not specifically pro -tided for herein shall be honored by COUNTY. Section 25. Public Records Law. CONTRACTOR acknowledges COUNTY's obligations under Article 1, Section 24, Florida Constitution, and Chapter 119, Florida Statutes, to release public records to members of the public upon request. CONTRACTOR acknowledges that COUNTY is required to comply with Article f, Section 24, Florida Constitution, and Chapter 119, Granulated Activated Carbon Supply Reactivation Services IFS-601681-13tGGM Page 16 of 19 Florida Statutes, in the handling of the materials created under this Agreement and that said statute controls over the terms of this Agreement. Section 26. Compliance with Laws and Regulations. In providing all services pursuant to this Agreement, CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations pertaining to or regulating the provisions of such services including those now in effect and hereafter adopted. Any violation of said statutes, ordinances, rules or regulations shall constitute a material breach of this Agreement and shall entitle COUNTY to terminate this Agreement immediately upon delivery of written notice of termination to CONTRACTOR. Section 27. Patents and Loyalties. Unless otherwise provided, CONTRACTOR shall be solely responsible for obtaining the right to use any patented or copyrighted materials in the performance of this agreement. CONTRACTOR, without exception, shall indemnify and save harmless COUNTY and its employees from liability of any nature or kind, including costs and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or supplied by CONTRACTOR. In the event of any claim against COUNTY of copyright or patent infringement, COUNTY shall promptly provide written notification to CONTRACTOR. If such a claim is made, CONTRACTOR shall use its best efforts to promptly purchase for COUNTY any infringing products or services or procure a license at no cost to COUNTY which will allow continued use of the service or product. If none of the alternatives are reasonably available, COUNTY agrees to return the article on request to CONTRACTOR and receive reimbursement, if any, as may be determined by a court of competent jurisdiction. Section 28. Notices. Whenever either party desires to give notice unto the other, it must be given by written notice, sent by registered or certified United States mail, return receipt requested, Granulated Activated Carbon Supply Reactivation Services 1FB-601681-13/GGM Page 17 of 19 addressed to the party for whom it is intended at the place last specWed. The place for giving of notice shall rcinain such until it shall have been ganged try written notice in compliance with the provisions of this Section. For the present, the parties designate the following as the respective places for giving of notice, to -wit: For COUNTY: Envirommental Services 500 West Lake Mary Boulevard Sanford, Florida. 32773 For CONTRACTOR: Calgon Carbon Corporation 500 Calgon Carbon Drive Pittsburgh, Pennsylvania 15205 Section 29. Rights At Law Retained_ The rights and remedies of COUNTY'provided for under this Agreement are in addition and supplemental to any other rights and r=cdies provided bylaw. IN VnTNESS WHEREOF, the parties hereto have made and executed this Agreement on the date below written for execution by COUNTY. CALGON CARBON CORPORATION /�`,7y„•- � fid/ .e%�s,,�rt '% Nancy J. Sullivan�%� �~ Print Name Printed N,76': Robe4 P. O `ft(rien r 1 Titje; EX! Vice President & C.O.O. Heidi Ruddy Date. June 27, 2013 Print Name Gramlaled Acdvawd Carbon Supply ReaCttY8t1 A S i °z E. Underwood B-601681-131GOM ate l CU t Page is of 19 Wi s E J Y Print Name4— �r Wi s ��tcitt� �1Lr�tlro-z.�s Print Name For the use and reliance of Seminole County only. Approved as to form and COUNTY, FLORIDA BE Y CO , Proc a ent Administrator Date: % �,2 legal suffi. Co ttorney AE pk i 616/13 6117113 P:"1JSe'81J 1SeamiazyCSBVU-%2sing20131AgWM*1%VFB-601681duo Attachments: Exhibit A - Scope of Services and Price Submittal Exhibit B - Sample Purchase Order Granulated Activated Carbon Supply Reactivation Services IFB-601681-13/GGM Page 19 of 19 SUBMIT BIDS TO: INVITATION FOR BID Seminole County 1301 E. Second Street And Sanford, Florida 32771 Bidder Acknowledgment Attn: PURCHASING & CONTRACTS (PCIS) Uontac:t: Gladys Mammos, CPPB Sr. Procurement Analyst IFB-601681;Act�iva�ted 407-885-7990 - Phone' 407-665-7956- Fax Terra Contract for GranuCarbon Hmarmzos@seminolecounbAQov Supply Reactivas -i Bid Due Date: Wednesday, Ap il-3dg-28`F3 11,4Y , Time: 2:00 PM (Eastern Standard Time) Location of Public Opening: Purchasing & Contracts Division IACD Conference Rooth 1344 E. Second Street, Sanford, FL 32771 Proposer Name: Federal Employer ID Number. Calgon Carbon Corporation 25-0530110 Mal ing Address: P. 0. Box 717 If returning as a "No Submittal", state reason ffEq return only this Page); City, State; Zip: Pittsburgh, PA 15230-0717 Type of Entity (Circle one): Corporation They undersigned Bidder hereby acknowledges Partneishlp proprietoishlp Joint Venture micdpt of Addenda Numbers go. 1 dated 9/23 Incorporated in the State of: DE through list of Principals: See attached Authorized grtatw anuaV Date nsullivanp Entail Address: cal oncar on-us.com Typed Name: Robert P- O'Brien Telephone Number. 912-=787-6810 If."le: Ex. vice President & C.o.o. Pax Number 412-787-6682 Date: Ma.X.6, 2013 THIS FORM MUST BE COMPLETED AND BETtlRNED WITH WRITTiE:N'BiD The Bidder is expected to completely analyze the information contained In this Invitation for Bid (IFB) as guidance for the preparation of their written submittal. The Siddees written bid should be specific, detailed, and complete in order to clearly and fully demonstrate the Bidder understands of the requested work andlor delivery requirements. IFB-60i681-931GGM Term Contact for GranarlarAcllvated Carbon Supply Reacrrvation Services Fart 1 General Scope Term Contract For Granular Activated Carton Supply Reactivation Services A. Definhions 1. Virgin Granular Activated Carbon (GAC) — GAC produced from raw materials and that has never been used. 2. Reactivated GAG — Thermally reactivated GAC that was formally used by the Owner for potable water treatment. 3. Spent GAC - GAC that was formally used by the Owner for potable water treatment 4. Delivered GAC — A blend of Reactivated GAC and Virgin GAC prepared for redeployment by Owner for potable water treatment. Seminole County is seeking bids from qualified contractors to furnish all labor, material, materials removaUnstailation, equipment, transportation, thermal reactivation, handling, testing, incidentals, Reactivated GAC and Virgin GAC required providing, ready for operation (By Owner), a full Delivered GAC adsorption vessel toad approved for potable water treatment and using NSF approved procedures. It Is estimated that between 1 to 2 vessels per month containing 40,000 pounds of GAC each will require reactivation on an annual average basis, The location of the vessels Is at the Owner's Southeast Regional Water Treatment Plant (SER) located at 3304 [dice Road, Winter Park, Florida 32792 and the Country Club Water Treatment Plant (CC) located at 289 Silk Bay Place, Longwood, Florida 32760. Seminole County will provide necessary access to the inters for activated carbon exchanges, water, electricity, air supply and suitable drainage to accomplish the transfer of the activated carbon. County may also provide testing as herein set forth. GONTRACTOR'S.R IRONSiBIL!iIES a. Remove, reactivate, test and deliver, as requested by the Owner, the necessary granular activated carbon to fill any GAC treatment vessel at the Owner's plants within 60 calendar days of Owner's request. Contractor shall supply Virgin GAC should replacement using Reactivated GAC not be achieved within the 50 calendar day period; the cost for such replacement shall be at the unit cost of Reactivated GAC and shall be delivered within 7 calendar days fallowing the 50 calendar day period. b. Provide reactivation services on Owner's Spent GAC to return the activated carbon to working levels. Losses during reactivation will be replenished using Virgin GAC. Should Contractor not be able to perform satisfactory reactivation of the Spent GAC due to manufacturing problems, IFB-601681-131GGM Term Contract 1br Granular Activated Carbon Supply Reactivation Services 4c. Responsible to property dispose of any Spent or Reactivated GAC at no additional cost to the Owner if the activated Carbon has reached the end of Its reactivation potential, as determined by testing set forth in TECHNICAL SPECIFICATIONS, SecUork2, Part D, Performance Criteria and Section 2, Part E. Performance Demonstraffon. d. Provide the necessary labor, equipment and transportation to facilitate all activated carbon 6xchanges. e. Provide warranty and guarantees for all material and work In accordance with the County's General Conditions. TECHNICAL SPECIFICATIONS A. General Design Load Conditions 1. The existing adsorption vessels can produce an Intermittent or continuous GAC treated water stream. Backwash of each vessel shall be initiated upon replacement of GAC media or upon excessive headloss; and only one GAC vewel shall be backwashed at a time. The GAC vessels to be serviced Include: a. 8 vessels, each 124bot in diameter and approximately 25 -feet In height at the SER plant and 6 vessels of similar dimensions at the CC plant. b. Each vowel is designed for 40,000 lbs. GAC (dry) to be used for adsorption of total organic carbon (TOO). One compressed air system at each location with approximately 100 cfrn at 15 to 30 prig d. Each GAG adsorption vessel Is conshwted to meet the 11blio;Wng design parameters during adsorption operating treatment mode: lFB-641681-1310GMTetrn Contract far Granular Ad1vated Carbon Supply RaacilvWon Set kw Daskn (MQXJMuM DW Demand) "ftkWMFlow (QPM) 175 Mwd=mFlow LGM) 610 Red SUffM AM M 113 I*adlrkg Me (r3PWf6 aMaitimum flow SA Air PAmpiM a 30-psl 15") Wo I lFB-641681-1310GMTetrn Contract far Granular Ad1vated Carbon Supply RaacilvWon Set kw G. System Operation 1. The GAC vessels can be backwashed after GAC media replacement or when the head - loss through the vessel reaches 15 psi. 2. The clean bed head -loss through the filter shall not exceed 6 psi across the bed at maximum flow rate shown in above table. 3. Loading of GAC shall use the existing clean water source of approximately 150 gpm at a maximum pressure of 60 psi. 4. The carbon fill and discharge valves are flinch diameter full port ball valves, 316 stainless steel construction WM TEE seats and seals. A total of six (6) valves are supplied, two (2) for carbon fill and four (4) for carbon discharge. 5. The carbon fill and discharge piping are fitted with hose connections, such that carbon transfer to and from the adsorbers can be facilitated using carbon transfer Imes. These connectors are 4 -inch quick disconnect adaptors constructed of aluminum. 6. Two (2) hush connections are provided on each GAC till line, one upstream and one downstream of the valve. One (1) flush connection is provided on each GAC discharge line, downstream of the valve. 7. Each adsorber is provided with three (3) i -inch side sample nozzles for use with to -bed water sample probes. Sample probes consist of a stainless steel pipe with a stainless steel slotted nozzle to collect a water sample from within the carbon bed. The sample probes are provided with a drop line and shutoff valve external to the adsorber. C. ®ellverey CAC Media 1. The Delivered GAC media shall be: a. Virgin GAC: A minimum of 10% by weight Calgon Corporation Filtrasorb 300 (F'300), or Owner approved equal. Greater than 10%6 portion of Virgin GAC may be provided at Contractor's discretion but shall be invoiced at a unit priice of Reactivated GAC. b. Reactivated GAC. A maximum of 90% by weight thermally reactivated GAC originally taken as Spent GAC from the Owner's plants. c. In circumstances where Reactivated Carbon does not meet Part t. Performance Demonstration standards, Contractor shall submit a detailed explanation to the Owner, for review and approval, If Virgin GAC is to be invoiced above a 1076 portion. IFS-601661-131GGM Tarin Contract for Granular Activated Carbon Supply fieaetivation SeMoss D. Virgin GAUD Media The Virgin GAC shall meet the following specifications: a. The GAC shall be mined and manufactured in the United States of America. b. The GAC shall be manufactured by a producer certified for ISO 90D1:2000 quality standards and at the specific plant or site holding such certification. A copy of the valid certificate must be submitted with bid. it is understood that ANSUNSF assures the GAC against toxicological hazards only. ISO 9001:2000 Certification assures the GAC of consistent conformance to stated product quality and standards listed In the specifications. c. The GAG shall comply With AWWA B604-05.(Iatest revision) d. The GAC shall comply with NSF 61. e. The GAG shall confaorm to Food Chemical Codex when tested under the conditions of the test outlined In the Food Chemical Codex, Eight Edition. t The GAC must be a 100% agglomerated bituminous coal based product with petroleum and coal based pitch binders sized to a granular form prior to baking and activation. The following materials shall not be accepted 9 submitted in lieu of the required product, nor may any amount of these materials be blended Into a mix with the required agglomerated, bituminous coal -based product: 1. Broken pellets, regardless of base material. Ii. D'rrecl activated GAC, regardless of bass material. lit. Lignite -based GAC. 1V. rest -based GAC. V. WoDd-based GAC, V1. Coconut -based GAC. VII. Sub -bituminous based GAC. Viii. Anthracite -based GAC. g. Indicate the source of coal. carbon manufacturing location, the agglornerationithermal process and capacity of the manufacturing facility. The Owner reserves the right to Inspect the GAC manufacturing and thermal processing facility. h. Virgin GAC shalt meet or exceed the following: on.MAreit Method iodine Number min. !iri0 TM 4, ASTM t34667 Moisture,! a ht %, max. 2 TM- ASTM D2867 Effective she, mm OX -1.0 TM -47 AnM Di862 Uniformity Coefficient, max. 2.1 TM -47 ASTM 82862 Abrasion No. min. 78 TA+AAWWA8604 attstrevislon Trace Ca Humber, m ccl min. 9 TM 79 TM 85 converted to TCN) Scram Sue ((f5 sieve), we ht% Larprthan Na. max. 15.0 7M-8 ASTM D2862 Smallarthan No. 80, max. 4.0 TW ASTM D2862 App rent Dens min. 0.50 TM -7, ASPM DMA Blue Ash TM -5, ASTM D2866 Water Soluble Ash <i!6 AWWABtiO4(latest mvlsbn Non -Wettable ti46 AWWA6604 Vatearevfsfonl iF"01681-1 WGGM Term Contract for Granular Activated Carbon Supply i2escovation Services P. Reactivated GAC Media Contractor shall supply a custom municipal Reactivated GAC that meets the following specifications 1. Materials shall comply with the requirements of the Safe Drinking Water Act, NSF61 and other federal requirements. 2. Moisture: a. The moisture content of the Reactivated GAC shall not exceed 8% by weight of the of the listed container contents as packed, or at the time it is shipped by the Contractor, if shipped in bulk, unless otherwise agreed to by the Contractor and the purchaser. The moisture content shall be determined in accordance with ANSVAWWA 13604-05.(f_atest Revision) b. Note: As the moisture content of Reactivated GAC may increase during bulk shipment due to ambient conditions that may be beyond the control of the Contractor, a moisture content exceeding 8% is permitted in the reference sample collected after the shipment is received. 3. Apparent Density: a. The apparent density of the Reactivated GAC shall be not less than 0.20 g/cc, determined in accordance with ANSI/AWWA B604-05.(latest revision) Apparent density should be indexed to the Virgin GAC value. 4, Particle Size Distribution: a. particle eLm distribution shall be determined in accordance with ANSU AW WAB604-05. The particle size range of the Reactivated GAC shall be as specified herein: Mesh Size: 8 x 30 - no more than 156/6 of the Reactivated GAC shalt be retained on the maximum -size sieve, and no more than 5% of the Reactivated GAG shall pass the minimum size sieve. 5. Uniformity Coefficient: a. The Reactivated GAG shall have a uniformity coefficient not greater than 2.1. 6. Abrasion: a. The retention of average particle size of the Reactivated GAG shall not be less than 70% as determined either by the stirring abrasion test or the Ro- Tap abrasion test, according to ANSUAWWA B604-05.(Iatest revision) 7. Performance Criteria: a. Adsorptive Capacity -iodine Number to be determined by and paid by the Contractor for each Spent GAC vessel handled: iF8.601681-13/GGM Tem Contrecf far Granular Aellivated Carbon Supply Reactivation Services 1. if the iodine number of the received Spent GAC Is >550, the Reactivated GAC shall attain an iodine number at least 850 mglg, as determined according to the ANSlIAWWA 13604-M(latest revision) H. If Iodine number of the received Spent GAC is <550, the Reactivated GAC shall attain an Iodine number at least 300 mg/g greater than the Spent GAC, as determined according to the ANSIIAWWA 8604-05.{latest revision) Ill. If the iodine number of the received Spent GAC is <200, the received Spent GAC shall be considered non -usable and has reached the end of its reactivvation potential. Contractor shall dispose of this material, at no additional cost to Owner, and in accordance with all applicable regulations and replace. With Owner's approval, this material shall be replaced with Virgin GAG at the per dry pound price In Item I Bid Tabulation. iv. In no case shall the iodine number of the Reactivated GAG be less than 500 Mglg carbon as determined according to the ANSI/AWWA 8604-05.(Latest revision) Contractor shall dispose of this material, at no additional cost to Owner, and in accordance with all applicable regulations and replace. With Owner's approval, this material shall be replaced with Virgin GAC at the per dry pound price in item 1 Bid Tabulation. F_ Petio nance Demonstration Following reactivation and prior to preparation of the blend of Virgin GAC and Reactivated GAC to be delivered, and prior to on-site installation, the Contractor shall take representative samples (per ANSIIAW WA B606-07 or latest revision thereof) and conduct and pay for performance testing to demonstrate the Virgin GAO and Reactivated GAC meets the quality criteria herein specified in item G. and H. above. A detailed report of testing results, showing all results within specification limits, shall be provided to the Owner at least one day prior to shipment of the load tested. 2. Water quality samples may be collected from any GAC treatment vessel by the Owner and analyzed by a Florida certified laboratory using Standard Meft& for the Examination of Water and Wastewater (latest edition) tat Ownees cost) for total organic carbon (TOC), ultraviolet (UV 254), bihaiomethene (THM) (9, 3.6 day simulated distribution system (SITS)) haloacetic aced (HAA) (1, 3, 5 day SDS) and pH at any empty bed volume treated level. Vessel inlet water duality samples may also be taken for TOC, UV -264 and pH analysis. Owner Y411 notify Contractor of intent to take water quality samples at least one (1) week In advance of the sampling. The Contractor may, at Its sole cost, Include provision ora representative to participate In the pedbrmance testing and to provide verification and concurrence with the testing results. The Owner will make testing results available to Contractor. a. The Delivered GAG shall be capable of removing total organic carbon and W- 254 2a4 (THM precursor indicators) previously pretreated by ozonation water as demonstrated In pilot testing (see Exhibit A - SER and CC plant GAC Pilot Study Summaries), with GAC treated water quality exhibiting an average of less than or equal to 60 ppb SDS- THIN -5 day from 0 empty. bed volumes to 7,000 empty bed IFB-601681-1 SfGGM Term Contractfor Granular Advated Carbon Supply Readvation Services volumes of treatment far SER Facility; and 0 empty bed volumes to 14,000 empty bed volumes of treatment for CC Facility. All THM measurements will be determined following SDS tests. 'THM samples will be analyzed after 120 hours of incubation at 25°C. SDS tests require a residual free chlorine concentration measured at 120 hours between minimum detection limit (MDL) and 0.5 mgk otherwise re -sampling may be needed. Average ozonated water quality will not exceed 2.0 ppm TOC for SER Facility (1.7 ppm for CC Facility) or 0.041/cm 11- 254 absorbance for SER Facility (0.0311cm tilt -254 absorbance for CC plant}; if average values exceed these limits the Performance Demonstration will not be considered valid for THM results. b. The results of the Performance Demonstration testing does not mandate or preclude the owner's ability to order a GAC vessel be regenerated at any time. c. Failure to achieve pilot testing level of performance set forih above under design loading conditions shall be renmedled by Contractor's replacement of all Spent GAC at a linear pro -rata cost based on empty bed volumes treated based on an assumed 7,000 and 14,000 empty bed volumes useful life, for SER and CC Facilities, respectively. 1FE-WIM-13/GGM Terns Contcaci fur Gramdar Activated Carbon Supply Rsaelivation SeMcas September 24, 2018 Marlee Bailey City of Sanford Purchasing Division 300 North Park Ave Sanford, FL 32772 3000 GSK Drive Moon Township, PA 15108 Phone: 412-787-6771 Fax: 412-787-6682 RE: PBA 17/18 -71 utilizing Seminole County contract IFB 601681-13/GGM for granulated activated carbon supply reactivation services Enclosed please find (2) executed copies of PBA 17/18-71. 1 will email an updated copy of the certificate of insurance when it is returned from our agent. If you need any additional information, please let us know. We look forward to continuing work with the City of Sanford. Sincerely, Robyn Galiardi Municipal Accounts Manager / rgaliardi@calgoncarbon.com of Enclosures ( ( r 300.0 GSK Drive • Moon Township, PA 15108 • 412.787.6700 • www.calgoncarbon.com September 26, 2018 Marisol Ordonez City of Sanford Purchasing Division 300 North Park Ave Sanford, FL 32772 3000 GSK Drive Moon Township, PA 15108 Phone: 412-787-6771 Fax: 412-787-6682 RE: PBA 17/18 -71 utilizing Seminole County contract IFB 601681-13/GGM for granulated activated carbon supply reactivation services Ms. Ordonez, Enclosed please find (2) executed copies of PBA 17/18-71. 1 will email an updated copy of the certificate of insurance when it is returned from our agent. If you need any additional information, please let us know. We look forward to continuing work with the City of Sanford. Sincerely, �G�+ Ro4a , � Robyn Galiardi Municipal Accounts Manager rgaliardi@calgoncarbon.com Enclosures 3000 GSK Drive • Moon Township, PA 15108 • 412.787.6700 • www.calgoncarbon.com