HomeMy WebLinkAboutAgenda Report - January 19, 2000 E-134 a 4
4
CITY OF LODI COUNCIL COMMUNICATION
r Y
1
AGENDA TITLE: Approve Participation in Contracts for Replacement of Granular Activated Carbon for
DBCP Treatment Systems
MEETING DATE: January 19, 2000
PREPARED BY: Public Works Director
RECOMMENDED ACTION: That the City Council adopt the attached resolution authorizing the City
Manager to execute the necessary agreements to purchase/regenerate
granular activated carbon (GAC) from USFilter under the applicable terms
of the City of Fresno's contract and to execute similar agreements with
USFilter or other firms offering participation in contracts deemed in the best interest of the City for other
wells requiring GAC replacement through the end of the 1999/2001 budget period.
BACKGROUND INFORMATION: The City of Lodi currently has six wells with treatment systems that
use GAC to remove dibromochloropropane (DBCP). Well 4R's
treatment system went off line in October 1999 due to the GAC no
longer able to remove DBCP to the required 0.2 parts -per -billion
level. Three other treatment systems are anticipated to require GAC replacement during the 1999/2001
budget period.
The City of Fresno solicited bids for the purchase and regeneration of GAC used in DBCP treatment
systems. Fresno has numerous GAC treatment systems and received prices commensurate with its
volume of GAC purchases. USFilter (formerly Northwestern Carbon) had the lowest bid for the City of
Fresno (copy attached) on the items Lodi is requiring. Northwest Carbon furnished the City of Lodi with
GAC in the past and constructed the GAC vessels at Well 4R. The City Attorney has reviewed the
attached offer allowing the City to purchase carbon under the terms of the City of Fresno contract.
FUNDING: The money for this project will be coming from the Water Utility Funds' DBCP Operations
and Maintenance account which, in part, is reimbursed under the terms of the DBCP
settlement.
Project Estimate:
Budgeted:
Funding Available:
$200, 000
1999/2000 Operating Budget
Finance Dire
Richard C. Prima`Jr.
Public Works Director
Prepared by Frank Beeler, Assistant Water/Wastewater Superintendent
RCP/FB/frb
Attachments
cc: City Attorney
Purchasing Officer
APPROVED: r14,1" --1H. Dixon Flynn -- 6ity/Manager
r
G:1WWWGAC CC1299.doc 01/10/00 9:01 AM
.iL. N l O I -
12-11-b;i : 3:2Lie i ;LJt-1 l IQr/iieSlaleS RB- 203 333 6841:; 1/ 2
USF!L TERI
WESTATES
FAX
I Date 12-17-99
1 Number of pages including cover sheet
FROM: TERRY THORNDYKE
70: Mr. Frank Beeler USFILTER WESTATES
City of Lodi 11711 Reariing Rnardt
P.O. Box 130
Phone 209-333-6740 Red Bluff,CA.96080
Fax 209-333-6841 Phone 530-527-2664
Fax Phone 530-527-0544
1 RE: Price Confirmation
1 REMARKS: 0 Urgent ❑ For your review 10 Reply ASAP ❑ Please Comment
Thank you for your request for confirmation of the GAC replacement pricing for three 30,000 Ib. vessels
at city Well Site No. 4R. Your fax of 12-13-99 contained the itemized summary of the complete service
pricing. This pricing is correct and attached you will find the signed confirmation.
Pleased be advised that this pricing proposal includes the following guarantee:
Virgin GAC charge will be bacteria free. If bacteria tests performed by the city exceed allowable
levels, USFilter Westates will provide remedy in a timely manner at no cost to the City.
The acquisition of NWC by USFIIter Westates has expanded our production capacity by contracting with
multiple manufacturing facilities. Upgrades and improvements at existing manufacturing facilities directed
by USFilter Westates has resulted in increased activity characteristics of a wide variety of incoming virgin
carbons. We are confident that there are no carbons available for potable water aoolications that are of
higher ouality. safer or will perform Ionaer than those supplied by USFilter Westates. Therefore, included
in the above pricing is the following performance based guarantee:
USFilter Westates guarantees that the new virgin carbon charge to be installed at Well Site No.
4R will meets specifications and will perform a minimum of 10% longer than the existing charge.
Performance duration will be determined by the City based on gallons of water processed under
similar flow rates and contaminant concentrations. Similar is defined as a variance that does not
exceed 7%.
In the event that the new carbon charge results in a shorter life than guaranteed, and adjustment in the
following replacement beds will be applied accordingly (i.e. a bed life identical to the existing charge
would result in a 10% reduction in the price of the following charge or a bed life of 95% of the existing
charge would result in a 15% reduction in the following charge price, and so on). There, of course, will be
no additional charge for bed life in excess of the expected additional 10% guaranteed life.
We are highly focused on providing the highest quality in products and service at the most favorable
pricing to our local GAC system owners. Your business is very important to us and we are committed to
insuring your complete satisfaction on the upcoming project.
SENT BY: 12-17-99 ; 5:24PM ;USFilter/Yestates RB- 209 333 6841;# 2/ 2
CITY OF LODI
Public Works Department
U.S. Filter
UNIT TOTAL
JIM LILY LItitl PFSCRIPTION PRICE ERl
1 3 Ea. Removal of adsorption vessel $ 1,000 $ 3,000
contents and transport to
reactivation/disposal/destruction
facility.
2 3 Ea. React vation/disposeaf/destroy $ 1,000 $ 3,000
adsorption vessel contents.
3 00,000 Lbs. $ 0.519 $ 45,710
Deliver and install virgin Bituminous
OAC by bulk pneumatic trailer.
TOTAL COST: $ 52,710
PP4cdv Fi/ZM07) I Z//?/rs
A
s FrrlFyt 067stAIrs
7101,ta, 94._17„,„
GACCost aR 0 12!13=90
WESTATES TELEPHONE 530-527.2664
P.O. BOX 130 800-795-2664
RED BLUFF, CA 96080-0130 FACSIMILE 530-527-0544
9-7-99
Mr. Frank Beeler
City of Lodi
1331 So. Ham Lane
Lodi, CA 95242
Dear Frank:
Regarding our conversation, the following will summarize the window of
opportunity that exists for the City of Lodi.
As you know, NORTHSWESTERN CARBON (NWC) was purchased by USFilter
Westates. NWC has been providing potable water spent Granular Activated
Carbon (GAC) removal and replacement service for many years, supplying both
virgin carbons and recycled carbons complying with State of California DOHS
Policy 94-005.
In October 1998 the City of Fresno issued a formal, public solicitation for GAC
supply and on-site service. NWC was the successful bidder for the supply of
virgin bituminous coal based 8x30 mesh carbon LB -830 and the bituminous coal
carbon recycling service. LB -830 is a premium quality carbon that has been
Certified by Underwriters Laboratories to ANSI/NSF Standard 61 and is the most
common GAC currently in service in California potable water systems.
NWC received a contract from the City of Fresno for the supply of products and
services dated 12-8-98. The term of the contract is one year with options to
extend for two additional years and the contract pricing is the lowest ever offered
in California for carbon supply and service. I've attached a copy for your review.
NWC is now doing business as USFilter Westates and all existing contracts
remain in force without alteration.
It is a common practice for public agencies to "tack on" or "piggy back" on to
neighboring community competitively bid public agency contracts for identical
products and services. This practice eliminates duplicating the costly bid process
while insuring the most competitive pricing. In fact, "piggy back" agreements on
the previous Fresno/NWC contract were enjoyed by several California municipal
potable water system owners over the past three years.
This letter is USFilter Westates' invitation for you to "piggy back" on this new
Fresno/NWC contract. Your acceptance of this invitation will entitle your agency
to all contract terms and pricing, including the extension options. You may
validate this exclusive offer by simply acknowledging a copy of this letter in the
space provided and returning it to me by Sept. 24, 1999 or by issuing other
documentation of your choice (purchase order, contract, etc.) referencing the
Fresno contract. As quantity requirements may differ, you may estimate a
potential contract dollar amount with the caveat that the City. at its sole
discretion. may elect to issue orders for more. less. or no products or services
during the contract period.
With the acquisition of NWC, USFilter Westates is the undisputed leader in the
supply of potable water carbons and service to municipal systems in this area.
This position has been earned by taking a leadership roll in the overall reduction
of capital and O&M costs to GAC system owners while advancing the quality of
products and service. This offer to provide vital products and services to all
municipal GAC system owners at the most competitive pricing is an example of
the USFilter Westates commitment to the local potable water industry.
We're looking forward to continuing our long term mutually beneficial association.
Sincerely,
Terry Thorndyke
Municipal Market Manager
ACKNOWLEDGEMENT
z,
, a public agency, elects to "piggy back"
on to the City of Fresno Contract for products and services and may, from time to
time, place orders to USFilter Westates under contract pricing, terms, and
conditions. We estimate our requirements to be $
over the next 12 months. It is understood, however, that there is no obligation to
purchase any products or services in any quantity.
By Date
City of
Purchasing Division
2101 "G" Street • Fresno, California 93706.1675
209-498-1332 • FAX 209-488-1069
December 8, 1998
Northwestern Carbon
11711 Reading Road
Red Bluff, CA 96080
Department of Administrative Services
Andrew T. Souza
Controller/Director of Administrative Services
SUBJECT: NOTICE TO PROCEED
REQUIREMENTS CONTRACT TO PROVIDE GRANULAR ACTIVATED
CARBON AND/OR REMOVAL OF SPENT GRANULAR ACTIVATED
CARBON - SECTIONS I, II AND III
BID FILE NO. 8184-902
Dear Mr. Moser:
Enclosed you will find an executed copy of a Requirements Contract
to Provide Granular Activated Carbon and/or Removal of Spent
Granular Activated Carbon for Bid Sections I, II and III. The
contract shall be in effect for one year from the date of the
Notice to Proceed. The contract may be extended for two (2) one-
year extensions. The aggregate term of the contract, including
all extensions, shall not exceed three years.
Purchase order number P052237CQ in the amount of $78,240.00 has
been issued for accountability purposes and this number should
appear on your invoice. This purchase order is in effect only
until June 30, 1999 or until funds encumbered are depleted. New
purchase orders may be issued after that date or for additional
encumbrances.
If you have any questions regarding this contract, please do not
hesitate to call.
Sincerely,
PURCHASING DIVISION
Kirin E. Taggart
Purchasing Manager
KET:js
Enclosures: 3
CONTRACT
THIS CONTRACT is made and entered into by and between the
CITY OF FRESNO, a municipal corporation, hereinafter called the
"City" and Northwestern Carbon, hereinafter called the
"Contractor," as follows:
1. The "Notice Inviting Bids", "Instructions to Bidders", "Bid
Proposal", and the "Specifications" including "General Conditions",
"Special Conditions", and "Technical Conditions" for:
REQUIREMENTS CONTRACT TO PROVIDE GRANULAR ACTIVATED CARBON AND/OR
REMOVAL OF SPENT GRANULAR ACTIVATED CAB,Bf!1T., fpa rTTnNS ,T. , II AND III
BID FILE NO. 8184-902
copies of which are annexed hereto, together with all the drawings,
plans, and documents specifically referred to in said annexed
documents, including Performance and Payment Bonds, if required,
are hereby incorporated into and made a part of this Contract, and
shall be known as the Contract Documents.
2. For the estimated monetary consideration of SEVENTY EIGHT
THOUSAND. TWO nuizu.L FORTY DOLLARS AND NO CENTS (S78.240.00) , as
set forth in the Bid Proposal, the Contractor promises and agrees
to furnish or cause to be furnished, in a new and working
condition, and to the satisfaction of the City, and in strict
accordance with the specifications, all of the items as set forth
in the Contract Documents.
3. The City accepts the Contractor's Bid Proposal as stated and
agrees to pay the consideration stated, at the times, in the
amounts, and under the conditions specified in the Contract
Documents.
4. INDEMNIFICATION: The Contractor shall indemnify, hold harmless
and defend the City and each of its officers, officials, employees,
agents and volunteers from any and all loss, liability, fines,
penalties, forfeiture, costs and damages (whether in contract, tort
or strict liability, including but not limited to personal injury,
death at any time and property damage) incurred by the City, the
Contractor or any other person, and from any and all claims, demands
and actions in law or equity (including attorney's fees and
litigation expenses), arising or alleged to have arisen directly or
indirectly out of performance of this Contract
The Contractor's obligations under the preceding sentence shall
apply regardless of whether the City or any of its officers,
officials, employees, agents or volunteers are actively or passively
negligent, but shall not apply to any loss, liability, fines,
penalties, forfeiture, costs or damages caused solely by the active
negligence or by the willful misconduct of the City or any of its
officers, officials, employees, agents or volunteers.
If the contractor should subcontract all or any portion of the
work to be performed under this Contract, the Contractor shall
require each subcontractor to indemnify, and hold harmless the City
and each of its officers, officials, employees, agents and
volunteers in accordance with the terms of the preceding paragraph.
This section shall survive termination or expiration of this
Contract.
IN WITNESS WHEREOF, the parties have executed this Contract on
the day and year here below written, of which the date of execution
by City shall be subsequent to that of Contractor's, and this
Contract shall be binding and effective upon execution by both
parties.
NORTHWESTERN CARBON CITY OF FRESNO
Contractor
By:
Robert S. Perry
(Type or print Written Signature.)
Title:
President
A Municipal Corporation
By: E . Ta -r447,....
.
Title: Purchasing Manager
Dated: November 17, 1998 Dated: December 8, 1998
APPROVED AS TO FORM: ATTEST:
City ATTORNEY CITY CLERK
Deputy
By: 1 ElI.LtC1: �•l
By:
Deputy' / 1
DEPARTMENT OF ADMINISTRATIVE SERVICES -PURCHASING DIVISION
2101 "G" STREET. BUILDING "A", FRESNO. CALIF. 93706-1675
PHONE (209) 498-1332 FAX (209) 488-1069
CITY OF FRESNO
IrEPT. OF PUBLIC (JTILITIES - WATER DIV.
1910 E. UNIVERSITY / TTN: Mli:E WELLS
FRESNO CA 93 703
007706
NORTHWESTERN CARBON
P.O. BOX 130
RED BLUFF
.LIVERY DATE I EXPIRATION DATE
+1_49 r1 S -5:0-7 ' 'i
1E 1 QUANTITY 1 UNIT 1
INDEX SOBJ PROJECT
CA 96080
r.)B/SHI9 •vIA
lei' nT
COMMODITY CODE
DISCOUNT TERMS
DATE O.
s
H
P
T
0
12/t32/TL
i
PURCHASE ORDER NC31BER
•
This No. must appear on
all Payment and Deliver,
Correspondence
CITY OF FRESNO
DEPT. OF PUBLIC UTILITIES - WATER DIV.
1910 E. UNIVERSITY / ATTN: MIKE WELLS
FRESNO CA 93703
(S'�H1N I OTYER I
DESCRIPTION
1.00 LOT 703-3184902 R=QUIREi1ENTS CONTRACT
E OUIREMENTS CONTRACT
ECTIONS I, II AND III.
HIS PURCHASE ORDEI IS FOR ACCOUNTABILITY PUR'OSES
NLY IN SUPPORT OF A REOUIREME?TS CONTRACT AMDED
.Y CITY COUNCIL ON NOVEMBER 10, 1998 FOR GRAN lLAR
fCTIVATED CARBON.
REQUISITION NO.
ovwlycl
UNIT COST
PER REC. NO.
PAGE
S
TOTAL COST
78,240.0000 78,246.00
BID F I _E 3184-902
HE CONTRACT WILL SE IN EFFECT FOR 12 MONTHS 'ROM
HE DATE OF THE NO rICE TO PROCEED. THIS PURCAASE
EDER WILL BE IN E=FECT FOR ALL DELIVERIES UNTIL
ANDS ENCUMBERED HEREIN ARE DEPLETED. A NEW
UR!CHASE ORDER WIL.. BE ISSUED FOR DELIVERIES 4FTER
1 HE TWELVE MONTH PERIOD FOLLOWING THE NOTICE IT
I• RI CEED.. TI•IE CITY WILL ACDUIRE AND PAY FOR JULY
I VOSE QUANTITIES IT NEEDS AND RECEIVES DURING THE
LIFE OF THE CI.r!TRA:.T. THE CITY WILL CALL FOR
.ELEASES :AGAINST T -IIS PURCHASE ORDER.
SU.' -MIT INVOICES) MONTHLY TO:
FRESNO WATER DIVISION
1910 E. UNIVERSITY
h REF IQ , CA, 93703
.I: .}1Err ..
. icon. NrrNG r.\ FOR TIM
NOEX .OBJ PROJECT AMOUNT
PAID
AMOUNT
INVOICE
NO.
IMPORTANT INSTRUCTIONS
TOTAL
ALL CEUVERIES MUST BE FO.B. CESTP:ATION t r.LEES C,THERWISE ?E_ , E:
ABOVE.
PACKING LIST MUST ACCOMPANY ALL MERCHANDISE CEUVERED •JN rF.IS
. CITY OF FRESNO RESERVES THE RIGHT 73 CANCEL CHIS ORDER • _ _ _ _ =
NOT SHIPPED AS DIRECTED.
. g THIS PRODUCT :CM -ANS ANY "AZAROCL_ cc' .,.• : LE='._- -
:TATE •'F •:ALIFQRNIA ••= '.C'.::.' "A-7.7 •. . -.
..T.. ;HEE•U :T •,,,, . PAh`r rE_,.E❑.
REQUIREMENTS CONTRACT TO PROVIDE GRANULAR ACTIVATED CARBON
AND/OR REMOVAL OF SPENT GRANULAR ACTIVATED CARBON
TERM OF CONTRACT, The Contract shall be in effect for one year
from the date of the Notice to Proceed. The Contract may be
extended in accordance with the provisions set forth in the
Special Conditions of these Specifications.
TO THE PURCHASING MANAGER OF THE CITY OF FRESNO:
The undersigned Bidder proposes to furnish to the City of Fresno,
in accordance with the Specifications annexed hereto and made a
part hereof, the following item(s) delivered F.O.B. Destination,
Freight Prepaid & Alloyed, to the jobsite as 'pacified in the
Special Conditions of these specifications, and at the prices set
forth in the following bid item(s):
RECTION 1,- REMOVAL OF GAC WITS INSTALLATION OF BITUMINOUS GAC
j3ID
IZEN
Q DESCRIPTION
UNIT PRICE
2 Ea. Removal of adsorption vessel $
contents and transportation
to reactivation/disposal/
destruction facility.
2 2 Ea. Reactivate/dispose of/destroy
adsorption vessel contents. $
3. 40,000 Lbs. Deliver and install
virgin Bituminous GAC by
bulk pneumatic trailer
TOTAL NET BID AMOUNT FOR SECTION I:
1,000
TOTAL PRICE
$ 2,000
1,000 $ 2,000
$ 0.519 /Lb
$ 20,760
$ 24,760
The Total Net Bid Amount for Section 1 is Twenty Four Thousand
Seven Hundred Sixty
Dollars and
No Cents.
The City, on occasion, due to inaccessibility to a well site may
require delivery and/or installation by Super Sack. It is necessary
to have cost information provided.
Option: A
Deliver and Install by vendor
by Super Sack
Option: B
Delivery by Super Sack
Install by City forces
1.2a
$ 0.649 / Lb
$ 0.579/Lb
1310
;TEM QTY
4. 2 Ea.
DESCRIPTION
UNIT PRICE TOTAL PRICE
Removal of adsorption vessel $
contents and transportation
to reactivation/disposal/
destruction facility.
1,000 s. 2,000
5. 2 Ea. Reactivate/dispose of/destroy
adsorption vessel contents. $ 1,000 $ 2,000
6. 40,000 Lbs. Deliver and Install
virgin Coconut GAC by
bulk pneumatic trailer $ 0.739 /Lb $ 29,560
TOTAL NET BID AMOUNT FOR SECTION II: $ 33.560
The Total Net Bid Amount for Section II is Thirty Three Thousand
Five Hundred Sixty
Dollars and No Cents.
The City, on occasion, due to inaccessibility to a well site may
require delivery and/or installation by Super Sack. It is necessary
to have cost information provided.
Option: A
Deliver and Install by vendor
by Super Sack $
Option: B •
Delivery by Super Sack
Install by City forces
0.859 /Lb
$ 0.780 /Lb
SECTION III - REMOVAL OF GAC WITH INSTALLATION OF REACTIVATED GAC
BID
ITEM QTY DESCRIPTION UNIT PRICE TOTAL PRICE
7. 2 Ea. Removal of adsorption vessel $
contents and transportation
to reactivation/disposal/.
destruction facility.
8. 2 Ea. Reactivate/dispose of/destroy
adsorption vessel contents. $
9. 40,000 Lbs. Deliver and Install
reactivated GAC by bulk
pneumatic trailer
1.2b
1,000 $ 2,000
1,000
$ 0.398/Lb
$ 2,000
$ 15,920
Nine Hundred Twenty
Dollars and
No
Cents.
The City, on occasion, due to inaccessibility to a well site may
require delivery and/or installation by Super Sack. It is necessary
to have cost information provided.
Option: A
Deliver and Install by vendor
by Super Sack
Option: B
Delivery by Super Sack
Install by City forces
$ 0.430 /Lb
$ 0.350 /Lb
SECTION TV - REMOVAL OF GAC WITH INSTALLATION OF LIGNITE GAC
LIQ
;TETT QM DESCRIPTION
UNIT PRICE TOTAL PRICE
10. 2 Ea. Removal of adsorption vessel $ $
contents and transportation
to reactivation/disposal/
destruction facility.
11. 2 Ea. Reactivate/dispose of/destroy
adsorption vessel contents. $ $
12. 31,680 Lbs. Deliver and Install
virgin Lignite GAC by bulk
pneumatic trailer $ /Lb $
TOTAL NET BID AMOUNT FOR SECTION IV:
The Total Net Bid Amount for Section IV is
Dollars and
No Bid
No Bid
Cents.
The City, on occasion, due to inaccessibility to a well site may
require delivery and/or installation by Super Sack. It is necessary
to have cost information provided.
Option: A
Deliver and Install by vendor
by Super Sack $ /Lb
Option: B
Delivery by Super Sack
Install by City forces $ /Lb
1.2c
BID
ITEM QTY DESCRIPTION
UNIT PRICE TOTAL PRICE
13. 2 Ea. Removal of adsorption vessel $
contents and transportation
to reactivation/disposal/
destruction facility.
(LIGNITE)
$'
14. 2 Ea. Reactivate/dispose of/destroy
adsorption vessel contents. $ $
15. 31,680 Lbs. Deliver and Install
virgin Lignite GAC by bulk
pneumatic trailer $ /Lb $
TOTAL NET BID AMOUNT FOR SECTION V:
The Total Net Bid Amount for Section V is
Dollars and
No Bid
$ No Bid
Cents.
The City, on occasion, due to inaccessibility to a well site may
require delivery and/or installation by Super Sack. It is necessary
to have cost information provided.
Option: A
Deliver and Install by vendor
by Super Sack $ /Lb
Option: B
Delivery by Super Sack
Install by City forces $ /Lb
SECTION VT - REMOVAL OF BITUMINOUS, COCONUT OR REGENERATED GAC ONLY
BID
ITEM QTY DESCRIPTION UNIT PRICE TOTAL PRICE
16. 2 Ea. Removal of adsorption vessel $
contents and transportation
to reactivation/disposal/
destruction facility.
17. 2 Ea. Reactivate/dispose of/destroy
adsorption vessel contents. $
1.2d
1,000 $ 2.000
1,000 $ 2,000
The Total Net Bid Amount for Section VI is
Dollars and
SECTION VII - REMOVAL OF LIGNITE GAC ONLY
Nour I (IUU Cl iu
No
Cents.
BID
ITEM OTY DESCRIPTION UNIT PRICE TOTAL PRICE
18. 2 Ea. Removal of adsorption vessel $
contents and transportation
to reactivation/disposal/
destruction facility.
19. 2 Ea. Reactivate/dispose of/destroy
adsorption vessel contents. $
TOTAL NET BID AMOUNT FOR SECTION VII:
The Total Net Bid Amount for Section VII is
TOTAL NET BID AMOUNT
TOTAL NET BID AMOUNT
TOTAL NET BID AMOUNT
TOTAL NET BID AMOUNT
TOTAL NET BID AMOUNT
TOTAL NET BID AMOUNT
TOTAL NET BID AMOUNT
Dollars and
BID PROPOSAL SUMMARY
SECTION I
SECTION II
SECTION III
SECTION IV
SECTION V
SECTION VI
SECTION VII
e No Bid
No Bid
$ 24,760
$ 33,560
$ 19,920
$ No Bid
$ No Bid
$ 4,000
$ No Bid
TOTAL NET BID AMOUNT FOR SECTIONS I THROUGH VII: $ 82,240
The Total Net Bid Amount for Sections I through VII is Eighty Two
Thousand Two Hundred Forty
Dollars and
1.2e
No
Cents.
Cents.
RESOLUTION NO. 2000-07
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE NECESSARY AGREEMENTS TO
PURCHASE/REGENERATE GRANULAR ACTIVATED CARBON (GAC)
FOR DBCP TREATMENT
WHEREAS, the City of Lodi currently has six wells with treatment systems that use GAC
to remove DBCP from the water wells; and
WHEREAS, Well 4R's treatment system went off line in October 1999 due to the GAC
no longer able to remove DBCP to the required 0.2 parts -per -billion level; and
WHEREAS, three other treatment systems are anticipated to require GAC replacement
during the 1999/2001 budget period; and
WHEREAS, the City of Fresno solicited bids for the purchase and regeneration of GAC
used in DBCP treatment systems and has received prices commensurate with its volume of
GAC purchases; and
WHEREAS, USFilter (formerly Northwestern Carbon) had the lowest bid for the City of
Fresno on the items Lodi is requiring, and Northwestern Carbon has furnished the City of Lodi
with GAC in the past and constructed the GAC vessels at Well 4R; and
WHEREAS, staff recommends that the City Council authorize the City Manager to
execute the necessary agreements to purchase/regenerate GAC from USFilter under the
applicable terms of the City of Fresno's contract and to execute similar agreements with USFilter
or other firms offering participation in contracts deemed in the best interest of the City for other
wells requiring GAC replacement through the end of the 1999/2001 budget period.
NOW THEREFORE, BE IT RESOLVED, that the Lodi City Council does hereby
authorize the City Manager to execute the necessary agreements to purchase/regenerate GAC
from USFilter under the applicable terms of the City of Fresno's contract and to execute similar
agreements with USFilter or other firms offering participation in contracts deemed in the best
interest of the City for other wells requiring GAC replacement through the end of the 1999/2001
budget period.
Dated: January 19, 2000
I hereby certify that Resolution No. 2000-07 was passed and adopted by the Lodi City
Council in a regular meeting held January 19, 2000 by the following vote:
AYES: COUNCIL MEMBERS — Hitchcock, Land, Nakanishi, Pennino and Mann
(Mayor)
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
'h.
ALICE M. RETMCHE
City Clerk
2000-07