Loading...
7806 - Scope of WorkIFB # 7806 Liquid Oxygen and Medical Oxygen Scope of Work   IFB #7806   Liquid Oxygen The City is seeking a term contract for the supply of various water treatment chemicals used in the Water Production and Water Reclamation Plants. The scope of work shall be finalized upon the selection of the firm(s). The respondent’s submission shall have accurately described your understanding of the objectives and scope of the requested products and services and provided an outline of your process to implement the requirements of the Scope of Work and Services. It is anticipated that the scope of work will include, at a minimum, the following general conditions:  Except for dewatering polymer drums, chlorine cylinders, liquid ammonium sulfate drums and sodium permanganate totes, chemicals will be ordered in bulk, truck-load quantities, as needed, throughout the contract term.  Packaging and shipping of all chemicals under this contract shall conform to current Federal and State Regulations.  Each bill of lading or delivery ticket shall bear the NSF stamp.  A sample of the chemical shall be provided by the driver at the request of the plant operations staff prior to unloading of any chemical.  Purchaser shall have the right to reject any material not meeting the provisions of this specification. The vendor will be contacted immediately by the purchaser to notify of the reason for rejection.  The City requires that weight certificates from a certified weigher accompany all shipments.  The chemicals shall contain no substances in quantities capable of producing deleterious or injurious effects on the health of those consuming water that has been treated with them.  In the event that a chemical causes operational problems with pumping equipment or the treatment process, the supplier will be required to clean the storage tank(s) at no additional cost to the City. The supplier will be responsible for disposal of the chemical and any cleaning waste generated.  Chemicals shall be bid and billed by the pound for solid and gaseous products and by the wet pound for liquids.  A certificate of analysis (COA) shall be included with every order of chemical indicating that the chemical delivered meets the specifications described in the sections below.  All associated costs for materials and delivery to the City of Denton shall be included in the unit price for the product. Only the proposed price will be paid; no additional charges may be added. That includes but is not limited to delivery costs, freight, demurrage, laboratory testing fees and environmental or impact fees.  Where applicable, the supplier will be responsible for pickup and return or disposal of empty 55-gallon drums and 275 IBC, etc at no additional cost to the City. IFB # 7806 Liquid Oxygen and Medical Oxygen Scope of Work   IFB #7806    Bulk liquid chemicals shall be delivered FOB Denton and unloaded in the City of Denton's chemical tanks by the supplier. Deliveries of all chemicals are to be made between the hours of 8:00 a.m.-11:00 a.m. and 1:00 p.m.-4:00 p.m., Monday through Friday at the following locations: o Lake Lewisville Water Treatment Plant (LLWTP), 1701-B Spencer Rd, Denton, TX 76205 o Lake Ray Roberts Water Treatment Plant (LRRWTP), 9401 Ray Roberts Dam Rd., Aubrey, TX 76227  Tankers will be sealed with a security tag; the tag serial number and tanker number will be faxed or e-mailed to the utility after the truck is loaded and is ready for delivery. The manifest will contain all the same information along with the serial numbers, and tanker numbers. The Operators will notify the supervisors of any discrepancies before proceeding with the off-loading process. Discrepancies will result in delay of chemicals being off-loaded until the discrepancies are satisfactorily resolved. Ultimately, discrepancies could result in the loads being refused. In case of emergencies, special arrangements will be made in advance of delivery.  The supplier shall have all necessary equipment to unload the product into the City’s tanks or storage areas including enough air pressure to blow the bulk tank inlet line free of product. The City does not have compressed air to aid in the unloading of chemicals.  All drivers, while unloading chemicals, will wear at least the minimum of protective clothing specified by ANSI/AWWA and OSHA/SDS standards. Any spills caused by supplier or supplier equipment while unloading shall be cleaned by the operator/supplier at their expense. Supplier shall bill the City only for amount delivered excluding spilled material. City of Denton personnel shall be notified immediately after any spill.  Except for polymers and chlorine cylinders, it is expected that a supplier be able to deliver product within 5-7 days from the day the order is placed. Any manufacturer/supplier not able to meet this requirement shall note this in the bid documents for consideration by the City.  In the event the awarded successful supplier is unable to deliver the chemical product as proposed, the supplier authorizes the City of Denton to purchase the product on the open market. For each time the supplier is unable to deliver, the supplier further agrees to reimburse the City of Denton for any amount over and above the RFP purchase price, provided; however, the awarded supplier shall not be liable for more than a normal delivery.  It is the City’s intent to enter into at least two (2) contracts for each product for three (3) years with two (2) options to renew for one (1) additional year. Under normal circumstances, product will be ordered from the primary vendor. The secondary vendor will be used as an alternate vendor during periods where force majeure or abnormal circumstances that may affect delivery of product from the primary vendor. The City will notify both vendors in writing of the intent to purchase product from the alternate vendor. IFB # 7806 Liquid Oxygen and Medical Oxygen Scope of Work   IFB #7806    Due to limited access at some City facilities suppliers will be required to tour the facilities to confirm their ability to deliver product with their available equipment.  Prior to the first delivery, the supplier shall conduct a safety walk-through of the City facilities and provide a written report with any deficiencies that must be addressed before the first delivery.  The successful suppliers shall provide copies of the most recent NSF Standard 60, Drinking Water Chemicals-Health Effects certification and Safety Data Sheet (SDS) with their proposal.  The selected suppliers shall conduct safety training at the Lake Lewisville Water Treatment Plant and/or the Ray Roberts Water Treatment Plant depending on what chemical is used at each plant. The training shall be conducted within thirty (30) calendar days after award and shall comply with OSHA/HAZCOM requirements. Training will be coordinated with either Brian Smith, Plant Manager at the LLWTP (940- 349-7627), Daniel Parish, Plant Manager at the RRWTP (940-349-7522) or Jerry Lilly, Operations Manager PCWRP (940)-349-8622.  The Bidder shall use the quantity as listed on the table below as the approximate quantity of product to be used during a consecutive twelve (12) month period. The quantity specified is only an estimated amount. The City makes no guarantee that the entire amount will be purchased. No additional compensation will be made to the Bidder for any estimated quantity that is not purchased under this contract. Chemical Location Quantity Liquid Oxygen LLWTP/LRRWTP 1,900,000 lbs  1) LIQUID OXYGEN a) Must comply with ANSI/AWWA Standard B304-18 or most current standard. b) The material shall be commonly known as Liquid Oxygen (LOX). c) Liquid oxygen shall meet the following physical and chemical characteristics: i) The liquid oxygen shall have a minimum of 99.5% oxygen by volume and shall be suitable for the generation of ozone for the disinfection of drinking water. The material shall comply with the Compressed Gasses Association’s Type II, Grade B for liquid oxygen. A Safety Data Sheet (SDS) for the product shall accompany the first delivery. ii) Liquid Oxygen shall not contain any constituents that could result in violation of any present and proposed Federal Drinking Water Standards. iii) Liquid Oxygen shall not contain specific impurities in excess of the following limits: Water Content 6.6 ppm IFB # 7806 Liquid Oxygen and Medical Oxygen Scope of Work   IFB #7806   Hydrocarbon Content 25 ppm d) The supplier shall perform an initial inspection of the liquid oxygen system and provide any preventive maintenance and safety recommendations. The supplier shall also perform annual inspections of the tanks and vaporizers and then make any needed repairs on a cost by cost basis. Repairs must be performed in a timely manner in order to minimize equipment down time. e) The supplier will respond on site within 24-hours after notification by City of Denton that there is a problem with the LOX Handling Facility on a cost by cost basis.                                                                     IFB # 7806 Liquid Oxygen and Medical Oxygen Scope of Work   IFB #7806   Medical Oxygen The scope of work shall be finalized upon the selection of the firm(s). The respondent’s submission shall have accurately described your understanding of the objectives and scope of the requested products and services and provided an outline of your process to implement the requirements of the Scope of Work and Services. It is anticipated that the scope of work will include, at a minimum, the following: The City is seeking a term contract for the supply of Liquid Oxygen and Oxygen Tank Refill used by City Departments. The chemicals are ordered as needed throughout the contract term. All associated costs for materials and delivery to the City of Denton shall be included. Only the proposed price will be paid. That includes but is not limited to delivery costs, freight, demurrage, environmental or impact fees, etc. The delivery of medical grade oxygen tanks must be delivered FOB Denton, to and unloaded at the City of Denton's fire stations by the supplier. Deliveries of all chemicals are to be made between the hours of 8:00 a.m.-5:00 p.m., Monday through Friday at any of the following locations: Central Fire Station Fire Station #2 Fire Station #3 332 East Hickory Street 110 Mockingbird Lane 1401 Underwood Denton, Texas 76201 Denton, Texas 76209 Denton, Texas 76201 Fire Station #4 Fire Station #5 Fire Station #6 2116 East Sherman Drive 2330 West Windsor Drive 3232 Teasley Lane Denton, Texas 76209 Denton, Texas 76207 Denton, Texas 76210 Fire Station #7 Fire Station #8 4201 Vintage Parkway 3113 Colorado Blvd. Denton, Texas 76226 Denton, Texas 76210 In the event the awarded successful supplier is unable to deliver the chemical product as proposed, the supplier authorizes the City of Denton to purchase the product on the open market. For each time the supplier is unable to deliver, the supplier further agrees to reimburse the City of Denton for any amount over and above the IFB purchase price, provided; however, the awarded supplier shall not be liable for more than a normal delivery. The successful suppliers shall provide a copy of the most recent NSF certification and a copy of the Safety Data Sheet (SDS), with Proposal. A. FIRE DEPARTMENT USE 1. MEDICAL USP GRADE OXYGEN IFB # 7806 Liquid Oxygen and Medical Oxygen Scope of Work   IFB #7806   a. Size: Cylinder size H, 251 CU. FT., CGA 540 and Cylinder size D, 15 CU. FT., CGA 870 b. Quantity: The fire department shall use up to 30 of size H, and 200 of size D as the approximate quantity of product to be used annually. c. Invoice pricing will be by the cylinder. 2. INDUSTRIAL GRADE OXYGEN a. Size: Cylinder size 20, CGA 540 b. Quantity: The fire department shall use up to 6 cylinders as the approximate quantity of product to be used annually. c. Invoice pricing will be by the cylinder. 3. ACETYLENE a. Size: Cylinder size “MC”, CGA 200 b. Quantity: The fire department shall use up to 6 cylinders as the approximate quantity of product to be used annually. c. Invoice pricing will be by the cylinder. 3. NITROGEN a. Size: Cylinders will be provided by City of Denton Fire Department. b. Quantity: The fire department shall use up to 2500 cubic feet as the approximate quantity of product to be used annually. c. Invoice pricing will be by the cubic foot.