Skip to main content
Ann Arbor logo
File #: 25-0965    Version: 1 Name: 6/2/25 - Resolution to Approve Bulk Chemical Consortium Purchases for the Water Treatment Plant and Water Resources Recovery Facility
Type: Resolution Status: Passed
File created: 6/2/2025 In control: City Council
On agenda: 6/2/2025 Final action: 6/2/2025
Enactment date: 6/2/2025 Enactment #: R-25-190
Title: Resolution to Approve Bulk Chemical Purchases for the Water Treatment Plant and Water Resource Recovery Facility of Sodium Hypochlorite (JCI Jones Chemical, Inc. - Approximately $252,000.00/year), Pebble Quicklime (Graymont Western Lime, Inc - Approximately $1,000,000.00/year) and Ferric Chloride (PVS Technologies, Inc. - Approximately $68,520.00/year). Total Chemical Purchases Estimated $1,320,520.00/year
Attachments: 1. Graymont Lime.pdf, 2. JCI sodium hypochlorite.pdf, 3. PVS Technologies, Inc_Ferric Chloride.pdf, 4. Chemical Consortium_Bid Tabulation by Line Item 2025-2026.pdf

Title

Resolution to Approve Bulk Chemical Purchases for the Water Treatment Plant and Water Resource Recovery Facility of Sodium Hypochlorite (JCI Jones Chemical, Inc. - Approximately $252,000.00/year), Pebble Quicklime (Graymont Western Lime, Inc - Approximately $1,000,000.00/year) and Ferric Chloride (PVS Technologies, Inc. - Approximately $68,520.00/year). Total Chemical Purchases Estimated $1,320,520.00/year

Memorandum

Your approval is requested to authorize the purchase of bulk chemicals (sodium hypochlorite, pebble quicklime, ferric chloride), which are used in treatment processes at the City's Water Treatment Plant (WTP) and Water Resource Recovery Facility (WRRF).

 

In 2025, bids were obtained through the Mid-Michigan Water Chemical Consortium’s 2025-2026 Request for Proposal. The Consortium was formed in 2014 by mid-Michigan area utilities that soften drinking water with quicklime, to address chemical supply quality, competitive pricing, and residual disposal. Chemical Consortium members include: Lansing Board of Water and Light; City of Lansing; City of Jackson; City of Adrian; City of Ann Arbor; East Lansing Meridian Water & Sewer Authority; City of East Lansing; and City of Owosso.

 

Sodium Hypochlorite

The WTP uses sodium hypochlorite to maintain disinfection of drinking water in the distribution system. The estimated cost of this chemical for FY26 is $252,000.00/year for approximately 150,000 gallons.

 

Sodium Hypochlorite bids were as follows:

 

1.                     JCI Jones Chemicals, Inc., $1.68 per gallon

2.                     Alexander Chemicals Corporation, $1.86 per gallon

3.                     PVS Nolwood Chemicals, Inc., $1.99 per gallon

4.                     Rowell Chemical, $2.08 per gallon

 

Pebble Quicklime

The WTP uses quicklime for softening drinking water. The WRRF uses quicklime to condition sludge to minimize phosphorus release during dewatering. The estimated cost for this chemical in FY26 is $860,000.00 for the WTP (approximately 4,300 tons) and $140,000.00 for the WRRF (approximately 700 tons), which totals $1,000,000.00/year for approximately 5,000 tons.

 

Pebble Quicklime bids were as follows:

 

1.                     Graymont Western Lime, Inc., $200.00 per ton

2.                     Carmeuse Lime & Stone, Inc., $365.61 per ton

 

 

Ferric Chloride

The WWRF uses ferric chloride for the removal of phosphorus to levels specified in its National Pollutant Discharge Elimination System (NPDES) permit. Especially during summer months, phosphorus removal becomes critical and the addition of ferric chloride improves the plant's ability to remove phosphorus from wastewater. Violation of NPDES permit requirements could result in significant fines of up to $25,000.00 per day per occurrence being imposed on the City by the Michigan Department of Environment, Great Lakes and Energy. The estimated cost for this chemical in FY26 is $68,520.00/year for approximately 60 dry tons.

 

Ferric Chloride bids were as follows:

 

1.                     PVS Technologies, Inc., $1,142.00 per ton

2.                     Kemira Water Solutions, Inc., $1,273.83 per ton

 

 

It is recommended that purchase orders be awarded to JCI Jones Chemical, Inc.,  Graymont Western Lime, Inc, and PVS Technologies, Inc., as the lowest responsible bidders, respectively, for sodium hypochlorite, pebble quicklime, and ferric chloride for FY26.

 

JCI Jones Chemical Inc, Graymont Western Lime, Inc., and PVS Technologies, Inc., comply with the City’s Non-discrimination and Conflict of Interest ordinances.

 

It is also recommended that the purchasing agreement may be renewed for three (3) additional (1) year periods, provided both parties agree to the extension, subject to the availability of funding, and limited to the price escalation tied to the PPI for basic chemical manufacturing (code 3251). It is also recommended that in the event any vendor is unable or unwilling to furnish adequate supplies during the term of the purchase agreement, the City accept the bid of the next lowest responsible vendor or negotiate the purchase of necessary supplies on the open market subject to the availability of funding.

 

Budget/Fiscal Impact: Funds are specifically budgeted for these purchases in the FY26 Operation and Maintenance Budgets for the Water Supply System Fund and Sewage Disposal System Fund and will be included in future fiscal years for potential renewals if so, approved by Council.

Staff

Prepared by Molly Maciejewski, Water Treatment Services Manager

Reviewed by: Jordan Roberts, Public Services Area Administrator

Approved by: Milton Dohoney Jr, City Administrator

Body

Whereas, The City's Water Treatment Plant (WTP) uses sodium hypochlorite as a disinfectant in the treatment of drinking water and pebble quicklime to soften the drinking water to meet water quality objectives;

 

Whereas, The City's Water Resources Recovery Facility (WRRF) uses pebble quicklime to condition biosolids to meet regulatory requirements for land application or to condition the sludge to minimize phosphorus release during dewatering and ferric chloride to remove phosphorus in treated wastewater to regulated levels;

 

Whereas, Contracts for supplying estimated requirements are the most stable and cost effective way of meeting water treatment needs;

 

Whereas, JCI Jones Chemical, Inc., Graymont Western Lime, Inc., and PVS Technologies, Inc. were the lowest responsible bidders in the Mid-Michigan Water Chemical Consortium’s 2025-2026 Request for Proposal; and

 

Whereas, JCI Jones Chemical, Inc., Graymont Western Lime, Inc, and PVS Technologies, Inc. comply with the requirements of the Conflict of Interest and Non-Discrimination Ordinances;

 

RESOLVED, That Council accepts the bid of JCI Jones Chemical, Inc. for $1.68 per gallon for sodium hypochlorite, Graymont Western Lime, Inc. for $200.00 per ton for pebble quicklime, and PVS Technologies, Inc. for $1,142.00 per dry ton for ferric chloride, for the WTP and WRRF in accordance with the terms of the Mid-Michigan Water Chemical Consortium’s 2025-2026 Request for Proposal;

 

RESOLVED, That the City Administrator be directed to enter into a purchasing agreement with in accordance with this resolution at a projected cost of $252,000.00 with JCI Jones Chemical, Inc. for sodium hypochlorite for a one-year term ending on June 30, 2027;

 

RESOLVED, That the City Administrator be directed to enter into a purchasing agreement in accordance with this resolution at a projected cost of $1,000,000.00 with Graymont Western Lime, Inc. for pebble quicklime for a one-year term ending on June 30, 2027;

 

 RESOLVED, That the City Administrator be directed to enter into a purchasing agreement in accordance with this resolution at a projected cost of $68,520.00 with PVS Technologies, Inc. for ferric chloride for a one-year term ending on June 30, 2027;

 

RESOLVED, That the City Administrator be authorized to renew each of the purchasing agreements for up to three one-year periods, provided both parties agree to the extension, subject to the availability of funding, and limited to the price escalation tied to the PPI for basic chemical manufacturing (code 3251);

 

RESOLVED, That in the event any vendor is unable or unwilling to furnish adequate supplies during the term of the purchase agreement, the City Administrator is authorized to accept the bid of the next lowest responsible vendor or to negotiate the purchase of necessary supplies on the open market subject to the availability of funding; and

 

 RESOLVED, That the City Administrator be authorized to take all necessary actions to implement this resolution.