HomeMy WebLinkAboutAgenda Report - March 15, 2023 C-05O. CITY OF
epi r
0
CALIFORNIA
COUNCIL COMMUNICATION
AGENDA ITEM
C105
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Waive the Bid Process and Execute a
Three -Year Professional Services Agreement with Calgon Carbon of Moon Township,
PA for Custom Regeneration Granular Activated Carbon Services ($900,000) and
Appropriate Funds ($900,000)
MEETING DATE:
PREPARED BY:
March 1, 2023
Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to waive the bid process and
execute a Three -Year Professional Services Agreement with Calgon
Carbon of Moon Township, PA for Custom Regeneration Granular
Activated Carbon Services, in the amount of $900,000 and appropriate funds in the amount of $900,000.
BACKGROUND INFORMATION: Granular activated carbon (GAC) treatment systems (Attachment1) are
currently utilized at nine well sites to treat and adsorb
dibromochloropropane (DBCP), 1,2,3,- trichIoro propane (1,2,3 -TCP) and
other contaminates found in drinking water. Over time, the carbon loses its adsorptive capacity
and must be replaced or regenerated. Historically when replacement has been warranted, the City has chosen
to replace with virgin coal GAC. When only treating DBCP, virgin coal GAC can usually run 6 to 10 -years
without requiring replacement. In 2017 the Maximum Contaminant Level (MCL) for 1,2,3 -TCP was set at 0.005
pg/L or 5 parts per trillion. This MCL is now trigging more frequent GAC change -outs.
Due to the increase change -out frequency, staff has researched alternatives in an effort to reduce cost and
ensure product availability while still procuring a high-quality product. GAC regeneration is an efficient, cost-
effective alternative to virgin GAC. GAC regeneration is a thermal reactivation process where adsorbed
organics are destroyed by extreme heat and the activated carbon's adsorptive capacity is restored.
Calgon Carbon (Calgon) is an industry leader in custom regeneration. Calgon operates the only potable
reactivation facility in the western United States. This facility adheres to AWWA B605 drinking water standards
and meets NSF -61 certification. While serving only drinking water customers, this facility vastly reduces the
chance of cross contamination with other industry (non -potable) used GAC. Calgon would store the City's
regenerated GAC at the facility ensuring product availability thereby reducing supply chain challenges.
Staff recommends adopting resolution authorizing City Manager to waive the bid process and execute
a Three -Year Professional Services Agreement with Calgon Carbon of Moon Township, PA for Custom
Regeneration Granular Activated Carbon Services, in the amount of $900,000 and appropriate funds in the
amount of $900,000.
FISCAL IMPACT: GAC Treatment is a requirement of the City's Domestic Water Permit. Funding
comes from the Water Capital account which is funded with proceeds from the
City's DBCP and 123 -TCP settlements. This service will not impact the General
Fund.
APPROVED:
Stephen Schwabauer, City Manager
\\pwadc02\msc$\GROUP\ADMIN\Council\2023\03152023\Calgon Carbon\CC_CalgonCarbon.doc 3/1/2023
Adopt Resolution Authorizing City Manager to Waive the Bid Process and Execute a Three -Year Professional Services Agreement with Calgon Carbon of Moon Township, PA
for Custom Regeneration Granular Activated Carbon Services ($900,000) and Appropriate Funds in the amount of ($900,000)
March 15, 2023
Page 2
FUNDING AVAILABLE: Water Capital: 56199000.77020 $900,000
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
F
Charles E. Swimley, Jr.
Public Works Director
Prepared by Andrew Richle, Utilities Superintendent
CES/AR/tw
Attachment
Signature: Qr X&�Obj
Email: akeys@lodi.gov
3/1/2023
P:
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2023, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and CALGON
CARBON CORPORATION, a Delaware corporation, qualified to do business in
California (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for custom
regeneration granular activated carbon services (hereinafter "Project") as set forth in the
Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is
qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
1
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on April 1, 2023 and terminates upon
the completion of the Scope of Services or on March 31, 2026, whichever occurs first.
2
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damane
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Andrew Richle
To CONTRACTOR: Calgon Carbon Corporation
P.O. Box 717
Moon Township, PA 15108
Attn: Ben Goeke
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
5
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
6
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Fundinq Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
Section 4.22 Counterparts and Electronic Signatures
7
This Agreement and other documents to be delivered pursuant to this Agreement
may be executed in one or more counterparts, each of which will be deemed to be an
original copy and all of which, when taken together, will be deemed to constitute one and
the same agreement or document, and will be effective when counterparts have been
signed by each of the parties and delivered to the other parties. Each party agrees that
the electronic signatures, whether digital or encrypted, of the parties included in this
Agreement are intended to authenticate this writing and to have the same force and
effect as manual signatures. Delivery of a copy of this Agreement or any other document
contemplated hereby, bearing an original manual or electronic signature by facsimile
transmission (including a facsimile delivered via the Internet), by electronic mail in
"portable document format" (".pdf') or similar format intended to preserve the original
graphic and pictorial appearance of a document, or through the use of electronic
signature software will have the same effect as physical delivery of the paper document
bearing an original signature.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
OLIVIA NASHED
City Clerk
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
APPROVED AS TO FORM: CALGON CARBON CORPORATION,
JANICE D. MAGDICH, City Attorney a Delaware corporation
By: r By:
Name:
Title:
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: 56199000.77020
(Business Unit & Account No.)
Doc ID:R:\GROUP\ADMIN\Council\2023\03152023\Calgon Carbon\PSA.doc
CkRev.07.2021.elecsign
8
Exhibit A/B
CITY OF LODI
CUSTOM REACTIVATED GRANULAR ACTIVATED CARBON (GAC)
SERVICES
1. SCOPE OF WORK
This specification section is for the supply of Granular Activated Carbon (GAC) services as
follows:
a. Furnish all labor, materials, equipment, and supervision of the removal, transport,
and disposal of spent GAC from the filters, and the supply and installation of
virgin GAC into the filters;
b. Furnish all labor, materials, equipment, and supervision for the removal and
transport of spent GAC from the filters to a custom reactivation facility, and for
the reinstallation of the custom reactivated GAC back into the filters.
c. After the spent carbon has been removed, supplier shall provide a qualified
inspector to conduct an API -510 inspection of each empty vessel. The inspection
shall identify any signs of corrosion or other damage to the vessel. The inspector
must possess a valid API -510 certification and have experience inspecting GAC
vessels for at least three municipal granular activated carbon water treatment
systems within the previous 5 years. The City will be provided at minimum 14
days to make any needed repairs.
2. PRODUCT SPECIFICATION — VIRGIN GAC
The Calgon shall supply a virgin GAC, which will either be used to make up losses of spent
GAC via the reactivation process, or as an alternate supply to the custom reactivated GAC.
The virgin GAC will meet the following specifications:
a. Virgin GAC needs to be one of the following:
a. FILTRASORB 400M/300M as manufactured by Calgon Carbon
Corporation,
b. Or, an approved equal
i. Approved equal products must be pre -approved by the
engineer/owner. Supplier must submit a sample for testing at least
thirty (30) days prior to the bid due date to confirm product
conformance with all specifications in this section. Additionally,
rapid small-scale column testing (RSSCT) by a third -party testing
facility will be performed and results provided to the
engineer/owner.
b. The coal will be mined and the corresponding GAC manufactured in the United
States.
c. The GAC shall be manufactured in a facility certified to conform to the
Management System Standard: ISO 9001:2000 or later. A copy of the valid
certificate must be provided at the City's request, with the understanding by all
parties that NSF/ANSI/CAN assures the GAC against toxicological hazards only.
ISO 9001:2000 or later certification assures the GAC is of consistent
conformance to stated product quality and standards listed in the specifications.
d. The GAC shall comply with AWWA B604, latest edition.
e. The GAC shall comply with NSF/ANSI/CAN 61 Drinking Water System
Components — Health Effects standard.
f. The GAC shall comply with the requirements for activated carbon as defined by
the Food Chemical Codex (FCC), latest edition published by the U.S.
Pharmacopeia.
g. The GAC must be a 100% reagglomerated bituminous coal -based product, sized
to a granular form prior to baking and activation. The following materials will not
be accepted if submitted in lieu of the required product, nor may any amount of
these materials be blended into a mix with the required reagglomerated,
bituminous coal -based product:
a. Broken pellets, regardless of base material
b. Direct activated GAC, regardless of base material
c. Lignite -based GAC
d. Peat -based GAC
e. Wood -based GAC
f. Coconut -based GAC
g. Sub -bituminous -based GAC
h. Anthracite -based GAC
h. The GAC will be capable of removing color, tastes, odors, and other organic
contaminants from water.
i. Calgon shall indicate the source of coal, carbon manufacturing location, and a
description of the reagglomeration/thermal process. The City reserves the right to
inspect the GAC manufacturing and thermal processing facility.
j. Quantity of virgin GAC required as make-up in order to compensate for
reactivated material lost in transport and reactivation, as well as that needed to
bring the final reactivated product up to acceptable quality, shall be determined by
the engineer/owner and Calgon, and based upon the Calgon's experience
reactivating similar carbons.
k. Virgin GAC product as packaged shall meet the following specifications:
Virgin GAC Product Specification:
FILTRASORB 400M
Value
Test Method
Iodine Number (mg/g), min.
1000
TM -4, ASTM D4607
Moisture, weight %, max.
2
TM -1, ASTM D2867
Effective size, mm
0.55-0.75
TM -47, ASTM D2862
Uniformity Coefficient, max.
1.9
TM -47, ASTM D2862
Abrasion No., min.
75
TM -9, AWWA B604
Trace Capacity Number, (mg/cc), min.
10
TM -79, TM -85 (converted to TCN)
Screen Size (US Sieve), weight %
Value
Test Method
* Larger than No. 12, max.
5
TM -8, ASTM D2862
* Smaller than No. 40, max.
4
TM -8, ASTM D2862
Ash, weight %, max.
10
TM -5, ASTM D2866
Apparent Density, g/cc, min.
0.50
TM -7, ASTM D2854
FCC — Water Extractables, weight %, max
4
TM -43, FCC
Product Si)ecitication:
FILTRASORB 300M
Value
Test Method
Iodine Number m ), min.
900
TM -4, ASTM D4607
Moisture, weight %, max.
2
TM -1, ASTM D2867
Effective size, mm
0.8-1.0
TM -47, ASTM D2862
Uniformity Coefficient, max.
2.1
TM -47, ASTM D2862
Abrasion No., min.
78
TM -9. AWWA B604
Trace Capacity Number, (mg/cc), min.
10
TM -79, TM -85 (converted to TCN)
Screen Size (US Sieve), weight %
* Larger than No. 8 max.
15
TM -8, ASTM D2862
* Smaller than No. 30, max.
4
TM -8, ASTM D2862
Apparent Density,cc, min.
0.53
TM -7, ASTM D2854
j. The Certificate of Analysis shall certify that the GAC is in full compliance with
the specifications stated herein.
k. The successful Calgon must provide a signed Affidavit of Compliance stating that
the GAC they are supplying is:
a. 100% virgin, with no reactivated carbon content whatsoever, and
b. 100% bituminous coal based, reagglomerated material made in the United
States of America.
3. PRODUCT SPECIFICATION — REACTIVATED GAC
The Calgon shall custom reactivate the City's spent GAC. Custom reactivated GAC
shall be supplied by the manufacturer of the virgin GAC. Custom reactivated GAC
shall meet the following specifications:
a. Materials:
i. Materials shall comply with the requirements of the Safe Drinking Water
Act, and all other federal requirements.
ii. The spent GAC shall be reactivated in an NSF -certified reactivation
facility in California or Arizona, conforming to all requirements of
AWWA Standard B605, latest edition, exclusively dedicated to receiving
and producing potable reactivated GAC.
iii. The reactivated GAC shall comply with NSF/ANSI/CAN 61.
iv. Effective procedures will be in place and utilized to ensure segregation of
any spent carbon from reactivated carbon intended to be returned as a
custom reactivated product.
b. Reactivated GAC, including virgin make-up GAC blended as required, shall
meet the following specifications:
React Product Specification: CMR 400
Value
Test Method
Iodine Number (mg/g), min.'
a) 800 (if spent was >550)
b) +250 (if spent was <550),
with a minimum final blended
value of at least 500
TM -4, ASTM D4607
Moisture, weight %, max .2
8
TM -1, ASTM D2867
Uniformity Coefficient, max.
2.1
TM -47, ASTM D2862
Abrasion No., min.
70
TM -9, AW WA B604
Screen Size (US Sieve), weight
* Larger than No. 12, max.
5
TM -8, ASTM D2862
* Smaller than No. 40, max.
4
TM -8, ASTM D2862
Apparent Density, g/cc, min
0.20
TM -7, ASTM D2854
React Product Specification: CMR 300
Value
Test Method
Iodine Number (mg/g), min.'
a) 800 (if spent was >550)
b) +250 (if spent was <550),
with a minimum final blended
value of at least 500
TM -4, ASTM D4607
Moisture, weight %, max .2
8
TM -1, ASTM D2867
Uniformity Coefficient, max.
2.1
TM -47, ASTM D2862
Abrasion No., min.
70
TM -9, AWWA B604
Screen Size (US Sieve), weight %
* Larger than No. 8, max.
15
TM -8, ASTM D2862
* Smaller than No. 30, max.
4
TM -8, ASTM D2862
Apparent Density, g/cc, min
0.20
TM -7, ASTM D2854
C. Notes:
1. Iodine Number is based on the final blend of custom reactivated GAC and
make-up virgin GAC.
2. As the moisture content of reactivated GAC may increase during bulk
shipment because of ambient conditions that may be beyond the control of the
supplier, a moisture content exceeding 8% is permitted.
4. CARBON EXCHANGE PROCEDURES
a. Field Service personnel supervising the GAC exchange must be directly
employed by Calgon.
i. The GAC manufacturer's supervisor must have a minimum of 5 years'
experience in performing carbon exchanges.
ii. Supervision of the GAC exchange by a third party or sub -contractor is
not permitted.
b. Calgon shall submit a detailed carbon exchange procedure.
i. The preferred method for installation of GAC shall be by hydraulic
water eduction. The City shall be responsible for water and air supply,
if necessary.
ii. The preferred method for spent GAC removal shall be hydraulic
eduction. The City shall be responsible for water and air supply, if
necessary.
c. Spent GAC removed from filters shall be transported to a carbon reactivation
facility for reactivation as either pool or custom reactivation subject
to carbon acceptance testing. A spent carbon sample shall be analyzed
for acceptance and if deemed unacceptable by the Supplier the spent GAC
shall be sent for disposal via landfill, incineration, or by another
means mutually acceptable by the Supplier and Owner.
5. PRICING
Calgon shall provide pricing as indicated for each of the following:
Virgin GAC Fill
Pricing shall include:
1. Unit price for virgin GAC
2. Unit price for freight and site services related to the supply of virgin GAC
Custom Reactivated GAC Fill
Pricing shall include:
1. Unit price for custom reactivated GAC, including all associated freight and field services,
and up to 20% virgin GAC for make-up purposes
2. Unit price for virgin GAC required in excess of 20%
Vessel Inspection
Pricing should include:
1. Unit price per vessel inspection. The inspection shall identify any signs of corrosion or
other damage to the vessel. The inspector must possess a valid API -510 certification and
have experience inspecting GAC vessels.
The City, at its discretion, may choose to direct Calgon to fill: a) all of the filters with virgin
GAC, b) all of the filters with custom reactivated GAC, or c) fill some filters with virgin GAC
and others with custom reactivated GAC.
All prices provided in the proposal shall include all applicable fees, costs and taxes (if any)
relating to the project. Calgon will not be responsible for real property tax on the property,
including the site of the project in addition to local taxes assessed.
By submitting a price and entering into a contract, the Calgon agrees to abide by all criteria set
forth in this proposal for a period of time as set forth in the contract. Failure to do so will result
in the original contract being voided.
Note regarding Custom Reactivated GAC Fill: For any given exchange, to the extent that there is
react GAC remaining above the required amount set forth in the proposal (after taking into
consideration the addition of any makeup virgin GAC), such remaining react GAC shall become
the property of Calgon and can be retained or disposed of at Calgon's sole discretion.
6. PRICE/FEE ADJUSTMENT
Adjustment Mechanism
Virgin GAC-
The fees payable pursuant hereto will be adjusted on (month and date) of each calendar year by
the annual percentage change in the following three price indices, in the proportion indicated
next to each index:
1) U.S. Department of Labor PPI for All Other Basic Organic Chemicals Manufacturing:
Miscellaneous end-use chemicals and chemical products, excluding urea (PCU325199325199T)
@ 40% weight
2) U.S. Department of Labor CPI for Urban Wage Earners for the U.S. City Average
(CWUROOOOSAO) @ 40% weight
3) Transportation: U.S. Department of Labor PPI by Commodity for Transportation Services:
Truck Transportation of Freight (WPU3012) @ 20% weight
The percent adjustment shall be calculated by taking the percent difference for each index during
a twelve month period. These percentages will then be averaged per the proportions shown
above for calculating the final percent adjustment to which all virgin GAC will be subject.
Annual Limits: Annual increases are limited to a maximum of 10% regardless of the above
calculation, and annual decreases are limited to a maximum of 5% regardless of the above
calculation. No amounts in excess of these limits (either increases or decreases) shall be carried
over to subsequent years.
Initial Fee Limit: Regardless of any annual fee adjustment calculation, fees covered by this
Agreement will at no time be reduced below the Initial Fee.
Custom Reactivated GAC [CMR]:
The fees payable pursuant hereto will be adjusted on (month and date) of each calendar year by
the annual percentage change in the following three price indices, in the proportion indicated
next to each index:
1) U.S. Department of Labor PPI Data for Utilities (PCU221 --- 221---) @ 10% weight
2) U.S. Department of Labor CPI for Urban Wage Earners for the West (CWUR0400SAO) @
60% weight
3) U.S. Department of Labor PPI by Commodity for Transportation Services: Truck
Transportation of Freight (WPU3012) @ 30% weight
The percent adjustment shall be calculated by taking the percent difference for each index during
a twelve month period These percentages will then be averaged per the proportions shown above
for calculating the final percent adjustment to which all reactivated carbon will be subject.
Annual Limits: Annual increases are limited to a maximum of 10% regardless of the above
calculation, and annual decreases are limited to a maximum of 5% regardless of the above
calculation. No amounts in excess of these limits (either increases or decreases) shall be carried
over to subsequent years.
Initial Fee Limit: Regardless of any annual fee adjustment calculation, fees covered by this
Agreement will at no time be reduced below the Initial Fee.
Additional Virgin Make -Up Pricinp_ for CMR:
The custom reactivated carbon (CMR) fee in the Agreement includes 20% virgin make-up GAC.
In those cases where additional virgin make-up GAC in excess of 20% is required to meet
quality control requirements or to replace spent GAC that was fouled and could not be cleaned,
the additional virgin make-up GAC shall be provided at an additional cost. This price shall also
be adjusted on an annual basis, using the following indices in the proportion indicated next to
each index (note: Annual and Initial Fee Limits apply here as for Virgin GAC above):
1) U.S. Department of Labor PPI for All Other Basic Organic Chemicals Manufacturing:
Miscellaneous end-use chemicals and chemical products, excluding urea (PCU325199325199T)
@ 40% weight
2) U.S. Department of Labor CPI for Urban Wage Earners for the U.S. City Average
(CWUROOOOSAO) @ 40% weight
3) Transportation: U.S. Department of Labor PPI by Commodity for Transportation Services:
Truck Transportation of Freight (WPU3012) @ 20% weight
7. CONTRACT PERIOD
The contract term will be for a period of three (3) years commencing on the first day that the
contract is signed by both parties.
PRICE SHEET
Virele GAC Fill
Product Name: FILTRASORB 400M
Unit Price for Virgin GAC, including all associated
$2.54 per (lb.) @ 20,000 lb. Load
freight and field services:
$2.69 per (lb.) @ 30,000 lb. Load
20% virgin GAC for make-up purposes:
$2.54 per (lb.) @ 40,000 lb. Load
Product Name: FILTRASORB 300M
Unit Price for Virgin GAC, including all associated
$2.54 per (lb.) @ 20,000 lb. Load
freight and field services:
$2.69 per (lb.) @ 30,000 lb. Load
20% virgin GAC for make-up purposes:
$2.54 per (lb.) @ 40,000 lb. Load
Custom Reactivated GAC Fill
Product Name: CMR 400
Unit Price for Custom Reactivated GAC, including
$1.87 per (lb.) @ 20,000 lb. Load
all associated freight and field services and up to
$2.02 per (lb.) @ 30,000 lb. Load
20% virgin GAC for make-up purposes:
$1.87 per (lb.) @ 40,000 lb. Load
Unit Price for Virgin GAC for make-up required in
excess of 20%:
$0.99 per (lb.)
Product Name: CMR 300
Unit Price for Custom Reactivated GAC, including
$1.87 per (lb.) @ 20,000 lb. Load
all associated freight and field services and up to
$2.02 per (lb.) @ 30,000 lb. Load
20% virgin GAC for make-up purposes:
$1.87 per (lb.) @ 40,000 lb. Load
Unit Price for Virgin GAC for make-up required in
excess of 20%:
$0.99 per (lb.)
Vessel
Unit Price per vessel. API -510 certified inspection 1 $5,588.00 per vessel j
NOT TO EXCEED $900,000
W -K
EXHIBIT C
NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a
contract you will receive an email from the City's online insurance program requesting you to forward the email to your
insurance provider(s) to submit the required insurance documentation electronically
Insurance Requirements for Most Contracts
(Not construction or requiring professional Habilihr)
Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages
to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the
Contractor, his agents, representatives, employees or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including
products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than
$2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this
project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non -
owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage.
3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease.
Other Insurance Provisions:
(a) Additional Narned Insured Status
The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered
as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General
liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form
CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a
later edition is used
(b) Primary and NonTContributory Insurance Endorsement
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For
any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG
20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained
by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with it.
(c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said
Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to
obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether
or not the City of Lodi has received a waiver of subrogation endorsement from the insurer
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above: 221 West Pine Street,
Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of therp olect
that it is insuring.
(d) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to
increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies.
(e) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such
cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240.
Page 1 I of 2 pages Risk: rev. 3/1/2018
(f) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration
of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which
meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual
basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the
City and immediately obtain replacement insurance. Contractor agrees and stipulates that any insurance coverage provided to the
City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or
statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.).
(g) Failure to Corn
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain
the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum
allowable legal rate then in effect in California The City shall notify Contractor of such payment of premiums within thirty (30) days
of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement
and interest on the first (1 st) day of the month following the City's notice. Notwithstanding any other provision of this Agreement,
if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance,
the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the
Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities.
(h) Verification of Coverage
Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and
amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates
and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required
documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to
require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at
any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective
date.
(i) Self -Insured Retentions
Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability
to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall
provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City.
(j) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents,
representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials,
employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement
in the Agreement for Contractor to procure and maintain a policy of insurance.
(k) Subcontractors
Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and
Consultant shall ensure that City is an additional insured on insurance required from subcontractors
(1) Qualified Insurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of
California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted
surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines
insurers (LESLI list) and otherwise meet City requirements.
Page 2 1 of 2 pages Risk: rev 3/1/2018
Capital Improvement Plan
FY 2022-2023
Project Title: GAC Replacement
I Munis Project Code:
CIP List Proj #
Section I: Description
District Nos: Project Length
Priority
Granular activated carbon (GAC) treatment systems (Attachment1) are currently utilized at nine well sites to treat and adsorb dibromochloropropane (DBCP), 1,2,3,- trichloropropane
(1,2,3 -TCP) and other contaminates found in drinking water. GAC treatment is a requirement of the City's domestic water permit.
Justification/factor driving project
Additional Information
Section II: Estimated Proje
Expenditure Prior Years FY 21122
Estimate
Contracts $ -
$ -
$ -
Total Capital Costs $ - $ -
FY 22123 FY 23124 FY 24125 FY 25126 FY 26127
Budget
$ 900,000
Future Yrs
Total
$
900,000
$
-
$ 900,000 $ - $ - $ - $ - $ -
$
-
$
900,000
Section III: Funding Sourc(
Funding Source(s) Prior Years FY 21122
Estimate
561 - Water Capital Outlay $
Total Project Financing $ - $ -
FY 22123 FY 23124 FY 24125 FY 25126 FY 26127
Budget
$ 900,000
$ 900,000 $ - $ - $ - $ -
Future Yrs
$
$ - $
Total
900,000
900,000
RESOLUTION NO. 2023-53
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO WAIVE THE BID PROCESS AND EXECUTE A THREE-
YEAR PROFESSIONAL SERVICES AGREEMENT WITH CALGON CARBON,
OF MOON TOWNSHIP, PENNSYLVANIA, FOR CUSTOM REGENERATION
GRANULAR ACTIVATED CARBON SERVICES; AND FURTHER
APPROPRIATING FUNDS
WHEREAS, Granular activated carbon (GAC) treatment systems are currently utilized at
nine well sites to treat and adsorb dibromochloropropane (DBCP), 1,2,3,- trichloropropane
(1,2,3 -TCP) and other contaminates found in drinking water; and
WHEREAS, over time, the carbon loses its adsorptive capacity and must be replaced or
regenerated. Historically when replacement has been warranted, the City has chosen to
replace with virgin coal GAC; and
WHEREAS, Calgon Carbon (Calgon) is an industry leader in custom regeneration.
Calgon operates the only potable reactivation facility in the western United States; and
WHEREAS, staff recommends the City Council authorize the City Manager to waive the
bid process and execute a three-year Professional Services Agreement with Calgon Carbon, of
Moon Township, Pennsylvania, for custom regeneration Granular Activated Carbon services, in
the amount of $900,000; and
WHEREAS, staff further recommends the appropriation of funds in the amount of
$900,000 to the Water Capital Fund (56199000.77020).
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to waive the bid process and execute a three-year Professional
Services Agreement with Calgon Carbon, of Moon Township, Pennsylvania, for custom
regeneration Granular Activated Carbon services, in the amount of $900,000; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby appropriate funds
in the amount of $900,000 to the Water Capital Fund (56199000.77020); and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to
the above -referenced document(s) that do not alter the compensation or term, and to make
clerical corrections as necessary.
Dated: March 15, 2023
I hereby certify that Resolution No. 2023-53 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held March 15, 2023, by the following vote:
AYES: COUNCIL MEMBERS — Bregman, Craig, Nakanishi, and Mayor Hothi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
YII
PAMELA M. FARRIS
Assistant City Clerk
2023-53