Liquid Oxygen Supply-4643-Specifications/Pricing
Purchasing Department
901-B Texas St.
Denton, TX 76209
(940) 349-7100
www.dentonpurchasing.com
Bid #4643
Annual Contract For
Water Treatment Chemicals
BIDS DUE: JANUARY 20, 2011
2:00 P.M.
Bid submitted by:
Company Name
TABLE OF CONTENTS
PROPOSAL FORMS ............................................................................................................ 1 3
BID INSTRUCTIONS AND CONDITIONS ......................................................................... 4 10
OPENING DATE, TIME, PROCEDURES, CONTACTS .................................................. 4
GENERAL CONDITIONS .......................................................................................... 5 8
EVALUATION CRITERIA ................................................................................................ 7
DELIVERY REQUIREMENTS ......................................................................................... 6
SPECIAL TERMS AND CONDITIONS .................................................................... 9 10
DISADVANTAGED BUSINESS ENTERPRISES ..................................................................... 11
VENDOR REFERENCES ......................................................................................................... 12
CONFLICT OF INTEREST QUESTIONNAIRE ........................................................................ 13
TECHNICAL SPECIFICATIONS ...................................................................................... 14 21
APPENDIX A ............................................................................................................................ 22
SAFETY RECORD QUESTIONNAIRE .................................................................. 23 25
INSURANCE REQUIREMENTS ............................................................................ 26 30
This Table of Contents is intended as an aid to bidders and not as a comprehensive listing of the
bid package. Bidders are responsible for reading the entire bid package and complying with all
specifications.
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
BID PROPOSAL FORM
ESTIMATED
ANNUAL UNIT TOTAL
QTY.UOMPRICEAMOUNT
ITEMDESCRIPTION
*ON EACH ITEM, VENDOR SHALL INDICATE NUMBER OF MONTHS PRICE IS TO REMAIN FIRM BEGINNING MARCH
2010
Liquid Chlorine (One-Ton Containers)
1300,000Lbs.
NSF60 Certified ______ Yes _____ No
Liquid Chlorine (Bulk - 4,000 - 4,500 gallon truckloads)
2300,000Lbs.
NSF60 Certified ______ Yes _____ No
Sodium Hypochlorite 10% Bulk (3,500-5,000 gallon truckloads)
3500,000Lbs.
NSF60 Certified ______ Yes _____ No
Wet
Flurosilicic Acid (4,000 - 4,500 gallon truckloads)
4180,000
Lbs.
NSF60 Certified ______ Yes _____ No
Liquid Caustic Soda - Diaphragm Grade (Dry Basis Pounds - 3,500 -
Dry
51,800,000
4,000 gallon truckloads)
Lbs.
NSF60 Certified ______ Yes _____ No
Potassium Permanganate (25Kg. Canisters) 13,230# shipments
650,000Lbs.
NSF60 Certified ______ Yes _____ No
Anhydrous Ammonia (2,500-3,000 Lb. Shipments)
780,000Lbs.
NSF60 Certified ______ Yes _____ No
PAGE 1 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
PAGE 2 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
The undersigned agrees this bid becomes the property of the City of Denton after the official
opening.
The undersigned affirms he has familiarized himself with the local conditions under which the work
is to be performed; satisfied himself of the conditions of delivery, handling and storage of
equipment and all other matters that may be incidental to the work, before submitting a bid.
The undersigned agrees, if this bid is accepted, to furnish any and all items/services upon which
prices are offered, at the price(s) and upon the terms and conditions contained in the
Specifications. The period for acceptance of this Bid Proposal will be sixty (60) calendar days
unless a different period is noted by the bidder.
The undersigned affirms that they are duly authorized to execute this contract, that this bid has
not been prepared in collusion with any other Bidder, nor any employee of the City of Denton, and
that the contents of this bid have not been communicated to any other bidder or to any employee
of the City of Denton prior to the official opening of this bid.
Vendor hereby assigns to purchaser any and all claims for overcharges associated with this
contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et seq., and
which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code,
Section 15.01, et seq.
The undersigned affirms that they have read and do understand the specifications and any
attachments contained in this bid package.
NAME AND ADDRESS OF COMPANY: AUTHORIZED REPRESENTATIVE:
___________________________________ Signature___________________________
___________________________________ Date ______________________________
___________________________________ Name _____________________________
___________________________________ Title ______________________________
Tel. No. ____________________________ Fax No. ___________________________
Email.
COMPANY IS:
Business included in a Corporate Income Tax Return? ______YES ______NO
_____Corporation organized & existing under the laws of the State of ____________________
_____Partnership consisting of _________________________________________________
_____Individual trading as ______________________________________________________
_____Principal offices are in the city of ____________________________________________
PAGE 3 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
COO(1)C
EBP
OMPLETE SET OFRIGINAL AND NE OPY
OF XECUTED ID ROPOSAL
MBRITPD901-BTS,D,TX76209
UST E ECEIVED N HEURCHASING EPARTMENT AT EXAS T ENTON
OBJ20,20112:00P.M.
N OR EFORE ANUARY AT
Q
UESTIONS REGARDING SPECIFICATIONS MUST BE SUBMITTED IN WRITING TO THE PURCHASING OFFICE FIVE
(5).
WORKING DAYS PRIOR TO THE BID OPENING ALL QUESTIONS SUBMITTED AFTER THAT DATE WILL NOT BE
.
CONSIDERED TO ENSURE ALL BIDDERS ARE GIVEN EQUAL ACCESS TO THE INFORMATION PROVIDED
All questions regarding the bid and purchasing process should be directed to:
Karen Smith, Senior Utility Buyer Email: Karen.Smith@cityofdenton.com
Phone: (940) 349-7100 Fax: (940) 349-7302
Directions to the Purchasing Department can be accessed at www.dentonpurchasing.com
, in
sealed envelopes or boxes. All bids must be clearly marked with the name of the Company
submitting the bid, the Bid Number and Date and Time of opening on the outside of the
"ORIGINAL"
envelope/box. Original bid must be clearly marked and contain all original
All proposal pages must be initialed or signed where indicated.
signatures. All bids will be
The City of
publicly opened at the date and time listed above or as soon thereafter as practical.
Denton does not accept faxed bids.
Any bid received after the date and/or hour set for bid opening will be returned unopened.
If bids/proposals are sent by mail to the Purchasing Department, the bidder shall be responsible
for actual delivery of the bid to the Purchasing Department before the advertised date and hour for
opening of bids. If mail is delayed either in the postal service or in the internal mail system of the
City of Denton beyond the date and hour set for the bid opening, bids thus delayed will not be
considered and will be returned unopened.
Bids may be withdrawn at any time prior to the official opening. Alterations made before opening
time must be initialed by bidder guaranteeing authenticity. Any attempt to negotiate or give
information on the contents of this bid with the City of Denton or its representatives prior to award
shall be grounds for disqualification. After the official opening, bids become the property of the
City of Denton and may not be amended, altered or withdrawn without the recommendation of the
Purchasing Agent. The approval of the City Council is required for public works projects.
The City of Denton reserves the right to accept or reject in part or in whole any bids submitted,
unless denied by the bidder, and to waive any technicalities for the best interest of the City. Any
submitted article deviating from the specifications must be identified and have full descriptive data
accompanying same, or it will not be considered. Submitted bids shall remain in force for a ninety
(90) day period after opening or until award is made; whichever comes first. In case of default
after bid acceptance, the City of Denton may at its option hold the accepted bidder or contractor
liable for any and all resultant increased costs as a penalty for such default. The City of Denton
will award the bid to the lowest responsible bidder while complying with all current state and local
laws.
The City of Denton is exempt from Federal Excise and State Sales Tax; therefore, tax must not be
included in this bid.
PAGE 4 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
ANNUAL CONTRACT FOR WATER TREATMENT
The City of Denton is requesting bids for
CHEMICALS.
The City will only accept new products and will reject proposals for used or
remanufactured goods. All bids must be submitted on the attached Bid Proposal Form. Vendors
may bid on any or all items.
All bids shall specify terms and conditions of payment, which will be considered as part of, but not
control, the award of bid. City review, inspection, and processing procedures ordinarily require
thirty (30) days after receipt of invoice, materials, or service. Bids which call for payment before
thirty (30) days from receipt of invoice, or cash discounts given on such payment, will be
considered only if, in the opinion of the Purchasing Agent, the review, inspection, and processing
procedures can be completed as specified.
Invoices
shall be sent directly to the City of Denton Accounts Payable Department, 215 E
McKinney St, Denton, TX, 76201-4299. It is the intention of the City of Denton to make payment
on completed orders within thirty days after receipt of invoice or items; whichever is later, unless
Invoices must be fully documented as to labor, materials, and
unusual circumstances arise.
equipment provided, if applicable, and must reference the City of Denton Purchase Order
Number in order to be processed. No payments shall be made on invoices not listing a
Purchase Order Number.
Continuing non-performance
of the vendor in terms of Specifications shall be a basis for the
termination of the contract by the City. The City shall not pay for work, equipment, or supplies that
are unsatisfactory. Vendors will be given a reasonable opportunity before termination to correct
the deficiencies. This, however, shall in no way be construed as negating the basis for non-
performance termination.
contract may be terminated
The by the City upon written thirty (30) days notice prior to
cancellation.
Bids will be considered irregular if they show any omissions, alteration of form, additions or
conditions not called for, or irregularities of any kind. However, the City of Denton reserves the
right to waive any irregularities.
The City of Denton reserves the right to accept or reject in part or in whole any bids submitted,
and to waive any technicalities for the best interest of the City. Bids may be rejected, among other
reasons, for any of the following specific reasons:
1. Bids containing any irregularities.
2. Unbalanced value of any items.
3. Bid price cannot be determined based upon information provided, i.e. missing
freight charges, or other fees.
PAGE 5 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
Bidders may be disqualified and their bids not considered for any of the following reasons:
1. Collusion exists among the Bidders.
2. Reasonable grounds for believing that any Bidder is interested in more than one Bid
for the work contemplated.
3. The Bidder being interested in any litigation against the City.
4. The Bidder being in arrears on any existing contract or having defaulted on a
previous contract.
5. Lack of competency as revealed by a financial statement, experience and
equipment, questionnaires, etc.
6. Uncompleted work, which in the judgment of the City, will prevent or hinder the
prompt completion of additional work, if awarded.
7. Any other unresolved issues with the City.
Due care and diligence has been used in preparation of this information, and it is believed to be
substantially correct. However, the responsibility for determining the full extent of the exposure
and the verification of all information presented herein shall rest solely with the proposer. The City
of Denton and its representatives will not be responsible for any errors or omissions in these
specifications, nor for the failure on the part of the proposer to determine the full extent of the
exposures.
The successful bidder may not assign their rights and duties under an award without the written
consent of the Purchasing Agent. Such consent shall not relieve the assignor of liability in the
event of default by the assignee.
Prices
shall include all charges, including freight, for the delivery of bulk liquid chemicals F.O.B.
locations or as designated by the City:
Lake Lewisville Water Treatment Plant Lake Ray Roberts Water Treatment Plant
1701B Spencer Road 9401 Lake Ray Roberts Road
Denton, Texas 76205 Aubrey, Texas 76227
City of Denton Water Reclamation Plant
1100 S. Mayhill Road
Denton, Texas 76208
Delivery 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, excluding City of Denton holidays.
Delivery date is important to the City and may be required to be a part of each bid. The City of
Denton considers delivery time to be that period elapsing from the time the individual order is
placed until that order is received by the City at the specified delivery location. The delivery date
indicates a guaranteed delivery to the City of Denton, Texas. Failure of the bidder to meet
guaranteed delivery dates or service performance could affect future City orders.
The City reserves the right to demand bond or penalty to guarantee delivery by the date indicated.
PAGE 6 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
If order is given and the Bidder fails to furnish the materials by the guaranteed date, the City
reserves the right to cancel the order without liability on its part.
Evaluation criteria
shall include, but is not limited to the following:
a. Lowest responsible bidder meeting specification
b. Delivery
c. Vendor's past performance record with the City of Denton
d. City of Denton's evaluation of vendor's ability to perform
e. City of Denton's experience with products bid
f. Special needs and requirements of the City of Denton
Award
The City reserves the right to award by line item, section, or by entire bid; whichever is most
advantageous to the City, unless denied by the bidder.
Quantities
indicated on the Bid Proposal Forms are estimates based upon the best available
information. The City reserves the right to increase or decrease the quantities to meet its actual
needs without any adjustments in the bid price. Individual purchase orders will be issued on an as
needed basis.
catalog, brand name or manufacturer's reference
Any used is considered to be descriptive --
not restrictive -- and is indicative of the type and quality the City desires to purchase. Bids on
similar items of like quality may be considered if the bid is noted and fully descriptive brochures
are enclosed. If notation of substitution is not made, it is assumed vendor is bidding exact item
specified. Successful vendor will not be allowed to make unauthorized substitutions after award.
packing list
A shall accompany each shipment and shall show:
City of Denton Purchase Order Number
Name and address of Vendor
Name and address of receiving department
Description of material shipped, including item numbers, quantity, etc.
Vendors That Meet or Exceed Air Quality Standards
Sec. 271.907. VENDORS THAT MEET OR EXCEED AIR QUALITY STANDARDS.
(a) In this section, "governmental agency" has the meaning assigned by Section 271.003.
(b) This section applies only to a contract to be performed, wholly or partly, in a
nonattainment area or in an affected county, as those terms are defined by Section
386.001, Health and Safety Code.
(c) A governmental agency procuring goods or services may:
(1) give preference to goods or services of a vendor that demonstrates that the
vendor meets or exceeds any state or federal environmental standards, including voluntary
standards, relating to air quality; or
PAGE 7 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
Vendors That Meet or Exceed Air Quality Standards (Continued)
(1) require that a vendor demonstrate that the vendor meets or exceeds any
state or federal environmental standards, including voluntary standards, relating
to air quality.
(d) The preference may be given only if the cost to the governmental agency for the goods
or services would not exceed 105 percent of the cost of the goods or services provided by
a vendor who does not meet the standards.
Inspection and Acceptance
The City of Denton may reject and refuse any delivery, which falls below the quality designated in
Warranty
The vendor shall warrant any manufactured products for the useful life of the product against
deficiency in materials or workmanship.
The bidder must be an approved distributor by the manufacturer of these products, and is
authorized to sell the products to the City of Denton. The bidder also guarantees that the City will
will be in effect for the life of the contract.
Insurance
Bidder's attention is directed to the insurance requirements as attached in Appendix A. It is highly
recommended that bidders confer with their respective insurance carriers or brokers to determine
in advance of Bid submission the availability of insurance certificates and endorsements as
prescribed and provided herein. If an apparent low bidder fails to comply strictly with the
insurance requirements, that bidder may be disqualified from award of the contract. Upon bid
award, all insurance requirements shall become contractual obligations, which the successful
bidder shall have a duty to maintain throughout the course of this contract.
Contractor may, upon written request to the Purchasing Department, ask for clarification of any
insurance requirements at any time; however, Contractors are strongly advised to make such
requests prior to bid opening, since the insurance requirements may not be modified or waived
after bid opening unless a written exception has been submitted with the bid.
PAGE 8 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
SPECIAL TERMS AND CONDITIONS
Contract Terms
Successful vendor(s) will be awarded a twelve (12) month contract, effective from date of award or
notice to proceed as determined by the City of Denton Purchasing Department. At the City of
Dentonct may be renewed for four (4) additional
one (1) year periods, as further explained in Renewal Options.
Renewal Options
The City of Denton reserves the right to exercise an option to renew the contract of the vendor for
four (4) additional one (1) year periods, if agreed upon in writing by both parties, with all terms and
conditions remaining the same. If the City exercises the right in writing, the Bidder shall update
and submit any legal documents required during the initial solicitation by no later than thirty (30)
calendar days prior to the commencement of the option period. These documents, if applicable,
may include, but are not limited to, Insurance Certificates and Performance Bonds and must be in
force for the full period of the option. If the updated documents are not submitted by the Bidder in
complete form within the time specified, the City will rescind its option and seek a new bid
solicitation.
Price Escalation and De-escalation
The City will implement an escalation/de-escalation price adjustment quarterly. The
escalation/de-escalation will be based upon manufacturer published pricing sheets to the vendor.
The price will be increased or decreased based upon the quarterly percentage change in the
manufacturers price list. The price adjustment will be determined quarterly from the award date.
Should the change exceed or decrease a minimum threshold value of +/-1%, then the stated
eligible bid prices shall be adjusted in accordance with the published price change. It is the
vendors or the Cities responsibility to request a price adjustment quarterly in writing. If no request
The vendor must submit or
is made, then it will be assumed that the bid price will be in effect.
make available the manufacturers pricing sheet used to calculate the bid proposal, and
must supply the pricing sheet quarterly to the City via e-mail to
Ken.Hurley@cityofdenton.com.
Cooperative Purchasing
The City of Denton encourages Cooperative Purchasing efforts among the governmental entities;
therefore it would be in tCity of Denton facilitate this
cooperative effort.
Should other Governmental Entities decide to participate in this contract, would you, the Vendor,
agree that all terms, conditions, specifications, and pricing would apply?
_____Yes _____No
PAGE 9 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
If you, the Vendor, checked yes, the following will apply:
City of
Governmental Entities utilizing Inter-Governmental Contracts with the
Denton
will be eligible, but not obligated, to purchase materials/services under the
contract(s) awarded as a result of this solicitation. All purchases by Governmental
City of Denton
Entities other than the will be billed directly to that Governmental
City of Denton
Entity and paid by that Governmental Entity. The will not be
responsible for
order its own material/services as needed.
Consideration of L
Sec. 271.9051. CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF
BUSINESS IN CERTAIN MUNICIPALITIES.
(a) This section applies only to a municipality with a population of less than 250,000 that is
authorized under this title to purchase real property or personal property that is not affixed
to real property.
(b) In purchasing under this title any real property, personal property that is not affixed to
real property, or services, if a municipality receives one or more competitive sealed bids
from a bidder whose principal place of business is in the municipality and whose bid is
within five percent of the lowest bid price received by the municipality from a bidder who is
not a resident of the municipality, the municipality may enter into a contract for an
expenditure of less than $100,000 with:
(1) the lowest bidder; or
the bidder whose principal place of business is in the municipality if the
governing body of the municipality determines, in writing, that the local
bidder offers the municipality the best combination of contract price and
additional economic development opportunities for the municipality
created by the contract award, including the employment of residents of
the municipality and increased tax revenues to the municipality.
(c) This section does not prohibit a municipality from rejecting all bids.
(d) This section does not apply to the purchase of telecommunications services or
information services, as those terms are defined by 47 U.S.C. Section 153.
PAGE 10 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
FOR DISADVANTAGED BUSINESS ENTERPRISES ONLY
Disadvantaged Business Enterprises (DBE)
are encouraged to participate in the City of
Denton's bid process. The Purchasing Department will provide additional clarification of
specifications, assistance with Bid Proposal Forms, and further explanation of bidding procedures
to those DBEs who request it.
Representatives from DBE companies should identify themselves as such and submit a copy of
the Certification.
The City recognizes the certifications of the State of Texas Building and Procurement Commission
HUB Program. All companies seeking information concerning DBE certification are urged to
contact.
State of Texas HUB Program
Texas Building and Procurement Commission
PO Box 13047
Austin, TX 78711-3047
(512) 463-5872
If your company is already certified, attach a copy of your certification to this form and return with
bid.
COMPANY NAME: ______________________________________________________
REPRESENTATIVE: ____________________________________________________
ADDRESS: ____________________________________________________________
CITY, STATE, ZIP: ______________________________________________________
TELEPHONE NO. __________________________ FAX NO . ____________________
Indicate all that apply:
______Minority-Owned Business Enterprise
______Women-Owned Business Enterprise
______Disadvantaged Business Enterprise
PAGE 11 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
VENDOR REFERENCES
other than the City of Denton,
Please list three (3) Government references, who can verify the
quality of service your company provides. The City prefers customers of similar size and scope of
work to this bid.
REFERENCE ONE
GOVERNMENT/COMPANY NAME:
LOCATION:
CONTACT PERSON AND TITLE:
TELEPHONE NUMBER:
SCOPE OF WORK:
CONTRACT PERIOD:
REFERENCE TWO
GOVERNMENT/COMPANY NAME:
LOCATION:
CONTACT PERSON AND TITLE:
TELEPHONE NUMBER:
SCOPE OF WORK:
CONTRACT PERIOD:
REFERENCE THREE
GOVERNMENT/COMPANY NAME:
LOCATION:
CONTACT PERSON AND TITLE:
TELEPHONE NUMBER:
SCOPE OF WORK:
CONTRACT PERIOD:
PAGE 12 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
CIQ
CONFLICT OF INTEREST QUESTIONNAIRE
FORM
For vendor or other person doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session.
OFFICE USE ONLY
This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a
Date Received
person who has a business relationship as defined by Section 176.001(1-a) with a local
governmental entity and the person meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local government entity
not later than the 7th business day after the date the person becomes aware of facts that require the
statement to be filed. See Section 176.006, Local Government Code.
A person commits an offense if the person knowingly violates Section 176.006, Local Government
Code. An offense under this section is a Class C misdemeanor.
Name of person who has a business relationship with local governmental entity.
1
2
Check this box if you are filing an update to a previously filed questionnaire.
th
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7 business day after
the date the originally filed questionnaire becomes incomplete or inaccurate.)
3
Name of local government officer with whom filer has an employment or business relationship.
Name of Officer
This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the filer has an employment or other business
relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the
filer of the questionnaire?
Yes No
B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the
local government officer named in this section AND the taxable income is not received from the local governmental entity?
Yes No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer
serves as an officer or director, or holds an ownership of 10 percent or more?
Yes No
D. Describe each affiliation or business relationship.
4
Signature of person doing business with the governmental entity Date
PAGE 13 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
SPECIFICATIONS
WATER TREATMENT CHEMICALS
This bid is for a one-year period from date of award and is subject to extension for additional
one-year periods by agreement of both parties. The approximate quantities are listed and
actual purchases may be more or less. Orders will be released at intervals as needed. The
City of Denton reserves the right to cancel any part or parts of this agreement with a thirty-
day written notice to vendor.
The specifications attached are a part of this bid. Awards will be made by item. Bid
preference will be given to deliveries made by vendor owned, leased, contracted, and/or
controlled truck. Delivery times, length of time prices will remain firm, NSF certifications,
FOB points, and all other requested information shall be considered during the bid
evaluation. Preference may be given to NSF60 certified products if pricing is determined
by the City to be cost effective. The City reserves the right to discontinue the purchase of
non-certified products at any time.
Any and all chemicals that do not meet the terms, conditions, or specifications must be
alternate bid.
All associated costs for materials bid and delivered to the City of Denton shall be included in
the bid. Only the bid price will be paid and nothing else. That includes but is not limited to
delivery costs, freight, demurrage, environmental or impact fees, etc.
The delivery of bulk liquid chemicals must be delivered FOB Denton, to and unloaded in the
City of Denton's chemical tanks by the vendor. 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 any of the following locations:
Lake Lewisville Water Treatment Plant Lake Ray Roberts Water Treatment Plant
1701B Spencer Road 9401 Lake Ray Roberts Road
Denton, Texas 76205 Aubrey, Texas 76227
City of Denton Water Reclamation Plant
1100 S. Mayhill Road
Denton, Texas 76208
PAGE 14 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
The tanker will be sealed with a security tag, the tag serial number and tanker number will be
faxed to the utility after the truck is loaded and is ready for delivery. The manifest will contain
all of 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.
All drivers, while unloading chemicals, will wear at least the minimum of protective clothing
specified by ANSI/AWWA and OSHA/MSDS standards. Any spillage caused by vendor or
vendor equipment while unloading shall be cleaned by the operator/supplier/vendor at their
expense. Vendor shall bill the City only for amount delivered excluding spillage.
In the event the awarded successful vendor is unable to deliver the chemical product as
proposed, the vendor authorizes the City of Denton to purchase the product on the open
market. For each time the vendor is unable to deliver, the vendor further agrees to reimburse
the City of Denton for any amount over and above the bid purchase price, provided; however,
the awarded vendor shall not be liable for more than a normal delivery.
The successful vendor shall supply a copy of the most recent NSF certification and a copy of
the Material Safety Data Sheet (MSDS).
PAGE 15 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
WATER TREATMENT CHEMICALS
BID ITEM
1. LIQUID CHLORINE
a. Must comply with ANSI/AWWA Standard B301-04. The quality
of chlorine shall be chemically pure and anhydrous.
b. The liquid chlorine shall be delivered in containers of one-ton
capacity each. The delivery of the above shall be made in
quantities of approximately 150 tons to the Water Treatment Plant
(8 to 10 containers per delivery).
c. Container identification numbers must be legibly inscribed
and identified as such on all containers. Any container
with non-legible numbers will be returned at vendor's expense.
Identification requirements shall be in conformance with
chlorine institute pamphlet #17.
d. Valves must turn with a standard container wrench and be free
of any leakage or heavy corrosion from previous use. Valves
must meet all other maintenance and safety requirements
included in the chlorine institute pamphlet #17.
e. Defective containers will be returned and replaced at vendor's
expense.
f. Transport equipment shall be expeditious for unloading at our
facility. It shall be able to negotiate a height clearance of 13' 6"
or less. It should be amenable for off loading at our covered
chlorine storage facility. In general, respective vendors are
encouraged to inspect our on-site facility prior to bidding.
g. Two lead washers shall be supplied for each one-ton container.
h. Bid pricing and invoicing should be by the pound.
i. Note: Line # 2 same as Line # 1 with exception of Chlorine
will be delivered in bulk shipments of 4,000 to 4,500 gallons.
PAGE 16 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
BID ITEM
1. LIQUID CHLORINE (CONTINUED)
k. The successful vendor shall conduct a safety-training
meeting at the City Water Plant. The training shall be
conducted within thirty (30) calendar days after bid award
and coordinated with Ken Hurley, Operations Manager
at (940) 349-7626.
BID ITEM
3. SODIUM HYPOCHLORITE (10% SOLUTION)
a. Must comply with ANSI/AWWA Standard B300-04.
b. The Sodium Hypochlorite shall be delivered in bulk shipments
of 3,500 to 5,000 gallons.
c. The successful vendor shall conduct a safety-training meeting
at the City Water Reclamation Plant. The training shall be
conducted within thirty (30) calendar days after bid award and
coordinated with William Willard at (940) 349-8601.
BID ITEM
4. FLUOROSILICIC ACID (23%)
a. Must comply with ANSI/AWWA Standard B703a-08.
b. Certificate of compliance and analysis will be supplied with
each load delivered.
c. Deliveries shall be in truckload quantities in approximately
4,000 to 4,500 gallons. The truck shall furnish all of its own
Unloading equipment to include sufficient air pressure to blow
the fill line clear.
d. Bid pricing and invoicing will be by the wet weight pound.
PAGE 17 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
BID ITEM
5. LIQUID CAUSTIC SODA (50% DIAPHRAGM GRADE)
a. Must comply with ANSI/AWWA Standard B501-08.
b. An affidavit of compliance shall be required. The supplier shall furnish an
analysis of each shipment of caustic soda as proof that shipment meets
AWWA specifications.
c. Fifty percent NaOH (38.75%) for water treatment.
d. Bid pricing and invoicing should be by the dry weight pound.
e. Deliveries shall be in truckload quantities of 3,500 to 4,000 gallons. The truck
shall furnish all of its own unloading equipment to include sufficient air
pressure to blow the fill line clear.
BID ITEM
6. POTASSIUM PERMANGANATE
a. Must comply with ANSI/AWWA Standard B603-03, KMnO.
4
b. Free flowing grade of United States origin (97%) released in
25 kilogram canisters.
c. Canisters shall not leak at the chimes, lids, or seams.
d. Bid pricing and invoicing should be by the pound.
e. Deliveries will be approximately 13,233 pounds each.
BID ITEM
7. ANHYDROUS AMMONIA
a. Must comply with ANSI/AWWA Standard B305-06.
b. Premium grade Ammonia 99.995%, Oil 2ppm, water 33ppm.
c. Bid pricing and invoicing should be by the pound.
d. Deliveries will be 2,500 to 5000 pounds each.
PAGE 18 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
BID ITEM
8. POLYMER (40% SOLUTION)
a. Must comply with ANSI/AWWA Standard B451a-07.
b. Currently approved polymers
Calgon CatFloc CL-40%
Cyanamid 592C WT-40
Magnafloc LT7995
Buckman BLB5040
CPS AgeFloc WT-40
Clairfloc C-318 WT40
c. Must be NSF60 certified for direct additives in potable water.
Proof of certification required before or with bid.
d. Data sheets must be submitted describing typical properties
of handling, storage, etc. A current MSDS must be submitted.
e. Highly cationic liquid polymer used for clarification of potable
water as a coagulant aid or primary coagulant that is compatible
f. Chlorine resistant.
g. Bids will be taken on the following shipments:
Bulk shipments in quantities of 1,500 to 3,000 gallons
per shipment measured in number of pounds per delivery by
certified weight tickets with bid price based on quoted minimum
shipment of gallons.
h. Deliveries must be made within no more than five days after
receipt of order.
i. Deliveries for either will be off-loaded by the vendor using the
necessary hose lengths, lifts, pumps, etc. Inspection of our
facility to determine these requirements may be helpful to bidder.
j. Bid pricing and invoicing should be by the pound.
PAGE 19 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
BID ITEM
9. LIQUID FERRIC SULFATE 12% as FE+3 (60%)
GENERAL REQUIREMENTS
1. The material shall conform to the American Water Works Association Standard B406-06.
An affidavit of compliance shall be required.
2. The material shall be certified as suitable for contact with, or treatment of drinking water by
an accredited certification organization in accordance with American National Standards
Institute/National Sanitation Foundation (ANSI/NSF) Standard 60, Drinking Water
Chemicals-Health Effects.
3. Liquid Ferric sulfate shall be free from extraneous materials and shall be transported and
delivered at such concentrations and temperature that no freezing occurs.
4. The liquid shall be suitable for feeding by means of metering pumps or other metering
devices constructed of corrosion resistant materials.
CHEMICAL REQUIREMENTS
NO LESS than 12% available ferric ion (Fe3), with specific
1. The material shall contain
gravity of 1.55 to 1.60
except by agreement between supplier and purchaser. No
additional payment will be made for Liquid Ferric Sulfate, which exceeds the minimum.
2. Water-soluble ferrous ion (Fe2+) shall not exceed 0.5% on a basis of 12% ferric ion in
Liquid Ferric Sulfate. No more than 0.2% of the Ferric Sulfate shall be insoluble in Liquid
Ferric Sulfate.
3. Free acid shall not exceed 3.5% in Liquid Ferric sulfate. However, the solution must
contain enough acid to yield a pH of 2.0 or less.
4. Shall contain less than 100 ppm of Manganese and 10 ppm of chlorides shall be present
per each 1% of ferric ion.
IMPURITIES
1. The liquid ferric sulfate shall be manufactured from a source of virgin mined iron ore i.e.
2. Ferric Sulfate shall not contain specific impurities in excess of the following limit by weight,
for an expected maximum dosage of 100mg/1 based on Ferric sulfate content. The Water
Chemicals codex should be consulted if alternative impurity limits are to be considered
based on varying dosage levels.
Arsenic 10mg/kg Mercury 2mg/kg
Cadmium 10mg/kg Silver 50mg/kg
Chromium 50mg/kg Selenium 10mg/kg
PAGE 20 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
Lead 50mg/kg
3. Bid pricing and invoicing will be by the wet pound.
4. The bidder shall supply a copy of the most recent NSF certification and copy of the
material safety data sheet (MSDS) with the bid.
BID ITEM
LIQUID OXYGEN
10.
a. Must comply with ANSI/AWWA Standard B304-08.
b. The material shall be commonly known as Liquid Oxygen (LOX).
c. Chemical Requirements:
1. 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.
2.
Type II, Grade B for liquid oxygen.
3. A Material Safety Data Sheet (MSDS) for the product shall accompany the
first delivery.
d. Impurities:
1. Liquid Oxygen shall not contain any constituents that could result in
violation of any present and proposed Federal Drinking Water Standards.
2. Liquid Oxygen 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 the ozone produced from the
LOX.
3. Liquid Oxygen shall not contain specific impurities in excess of the
following limits:
Water Content 6.6 ppm
Hydrocarbon Content 25 ppm
4. Repairs must be performed in a timely manner in order to minimize
equipment down time.
5. The vendor shall perform an annual inspection of the tank and
vaporizers and then make any needed repairs on a cost by cost basis.
6. The vendor 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.
e. Training:
1. The vendor shall conduct a training class in the handling and safety of
liquid oxygen at the plant site at the request of the Operations Manager,
PAGE 21 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
Mr. Ken Hurley (940) 349-7626. The training shall meet all the
requirements of the Hazard Communications Act.
f. Quantity:
1. The bidder shall use up to 800,000 lbs. as the approximate quantity of
product to be used during the contract period. Individual Purchase Orders
will be issued as needed. The bid will indicate payment on cost per pound.
PAGE 22 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
APPENDIX A
PAGE 23 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
SAFETY RECORD QUESTIONNAIRE
(Must Be Submitted With Bid Submittal)
The City of Denton desires to avail itself of the benefits of Section 252.0435 of the Local
Government Code, and consider the safety records of potential contractors prior to awarding bids
on City contracts. Pursuant to Section 252.0435 of the Local Government Code, the City of
Denton has adopted the following written definition and criteria for accurately determining the
safety record of a bidder prior to awarding bids on City contracts.
The definition and criteria for determining the safety record of a bidder for this consideration shall
be:
The City of Denton shall consider the safety record of the bidders in determining the responsibility
thereof. The City may consider any incidence involving worker safety or safety of the citizens of
the City of Denton, be it related or caused by environmental, mechanical, operational, supervision
or any other cause or factor. Specifically, the City may consider, among other things:
a. Complaints to, or final orders entered by, the Occupational Safety and
Health Review Commission (OSHRC), against the bidder for violations of
OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as
defined below) for violations within the past five (5) years. Environmental
Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service
(USFWS), the Environmental Protection Agency (EPA), the Texas
Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas
Department of Health (TDH), the Texas Parks and Wildlife Department
(TPWD), the Structural Pest Control Board (SPCB), agencies of local
governments responsible for enforcing environmental protection or worker
safety related laws or regulations, and similar regulatory agencies of other
states of the United States. Citations include notices of violation, notices of
enforcement, suspension/revocations of state or federal licenses or
registrations, fines assessed, pending criminal complaints, indictments, or
convictions, administrative orders, draft orders, final orders, and judicial final
judgments.
c. Convictions of a criminal offense within the past ten (10) years, which
resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in
determining the responsibility of the bidder and his or her ability to perform
the services or goods required by the bid documents in a safe environment,
both for the workers and other employees of bidder and the citizens of the
City of Denton.
PAGE 24 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
In order to obtain proper information from bidders so that City of Denton may consider the safety
records of potential contractors prior to awarding bids on City contracts, City of Denton requires
that bidders answer the following three (3) questions and submit them with their bids:
QUESTION ONE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or
anyone acting for such firm, corporation, partnership or institution, received citations for violations
of OSHA within the past three (3) years?
YES NO
If the bidder has indicated YES for question number one above, the bidder must provide to City of
Denton, with its bid submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of
offense, if any, and penalty assessed.
QUESTION TWO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or
anyone acting for such firm, corporation, partnership or institution, received citations for violations
of environmental protection laws or regulations, of any kind or type, within the past five years?
Citations include notice of violation, notice of enforcement, suspension/revocations of state or
federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or
convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO
If the bidder has indicated YES for question number two above, the bidder must provide to City of
Denton, with its bid submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition
of offense, if any, and penalty assessed.
QUESTION THREE
Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or
anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the
past ten (10) years, of a criminal offense which resulted in serious bodily injury or death?
YES NO
If the bidder has indicated YES for question number three above, the bidder must provide to City
of Denton, with its bid submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, if
any, and penalty assessed.
PAGE 25 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF DENTON
I certify that I have made no willful misrepresentations in this Questionnaire nor have I
withheld information in my statements and answers to questions. I am aware that the
information given by me in this questionnaire will be investigated, with my full permission, and
that any misrepresentations or omissions may cause my bid to be rejected.
Signature
Title
PAGE 26 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below. It is highly
recommended that bidders confer with their respective insurance carriers or brokers to
determine in advance of Bid submission the availability of insurance certificates and
endorsements as prescribed and provided herein. If an apparent low bidder fails to
comply strictly with the insurance requirements, that bidder may be disqualified from
award of the contract. Upon bid award, all insurance requirements shall become
contractual obligations, which the successful bidder shall have a duty to maintain
throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall
provide and maintain until the contracted work has been completed and accepted by the City
of Denton, Owner, the minimum insurance coverage as indicated hereinafter.
As soon as practicable after notification of bid award, Contractor shall file with the Purchasing
Department satisfactory certificates of insurance, containing the bid number and title of the
project. Contractor may, upon written request to the Purchasing Department, ask for
clarification of any insurance requirements at any time; however, Contractors are strongly
advised to make such requests prior to bid opening, since the insurance requirements may
not be modified or waived after bid opening unless a written exception has been submitted
with the bid. Contractor shall not commence any work or deliver any material until he or
she receives notification that the contract has been accepted, approved, and signed by
the City of Denton.
All insurance policies proposed or obtained in satisfaction of these requirements shall comply
with the following general specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or longer, if so noted:
Each policy shall be issued by a company authorized to do business in the State of
A
Texas with an A.M. Best Company rating of at least .
Any deductibles or self-insured retentions shall be declared in the bid proposal. If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self-insured retentions with respect to the City, its officials, agents, employees and
volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
PAGE 27 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
Liability policies shall be endorsed to provide the following:
Name as additional insured the City of Denton, its Officials, Agents, Employees
and volunteers.
That such insurance is primary to any other insurance available to the additional
insured with respect to claims covered under the policy and that this insurance
applies separately to each insured against whom claim is made or suit is
brought. The inclusion of more than one insured shall not operate to increase
the insurer's limit of liability.
Cancellation: The City requires 30 day written notice should any of the policies
described on the certificate be cancelled or materially changed before the
expiration date.
Should any of the required insurance be provided under a claims-made form, Contractor
shall maintain such coverage continuously throughout the term of this contract and,
without lapse, for a period of three years beyond the contract expiration, such that
occurrences arising during the contract term which give rise to claims made after
expiration of the contract shall be covered.
Should any of the required insurance be provided under a form of coverage that
includes a general annual aggregate limit providing for claims investigation or legal
defense costs to be included in the general annual aggregate limit, the Contractor shall
either double the occurrence limits or obtain Owners and Contractors Protective
Liability Insurance.
Should any required insurance lapse during the contract term, requests for payments
originating after such lapse shall not be processed until the City receives satisfactory
evidence of reinstated coverage as required by this contract, effective as of the lapse
date. If insurance is not reinstated, City may, at its sole option, terminate this
agreement effective on the date of the lapse.
PAGE 28 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally
comply with the following marked specifications, and shall be maintained in compliance with
these additional specifications throughout the duration of the Contract, or longer, if so noted:
General Liability Insurance:
[X] A.
$500,000
General Liability insurance with combined single limits of not less than
shall be provided and maintained by the Contractor. The policy shall be written on
an occurrence basis either in a single policy or in a combination of underlying and
umbrella or excess policies.
Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this
contract and broad form property damage coverage.
Coverage B shall include personal injury.
Coverage C, medical payments, is not required.
and ISO Form GL 0404) is used, it shall include at least:
Bodily injury and Property Damage Liability for premises, operations,
products and completed operations, independent contractors and property
damage resulting from explosion, collapse or underground (XCU)
exposures.
Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage liability.
Automobile Liability Insurance:
[X]
Contractor shall provide Commercial Automobile Liability insurance with Combined
$1,000,000
Single Limits (CSL) of not less than for non-hazardous material and
$5,000,000
for hazardous materials either in a single policy or in a combination of
basic and umbrella or excess policies. The policy will include bodily injury and property
damage liability arising out of the operation, maintenance and use of all automobiles
and mobile equipment used in conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy endorsement for:
any auto, or
all owned, hired and non-owned autos.
PAGE 29 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
Workers Compensation Insurance
[ ]
Contractor shall purchase and maintain Worker's Compensation insurance which, in
addition to meeting the minimum statutory requirements for issuance of such
insurance, has Employer's Liability limits of at least $100,000 for each accident,
$100,000 per each employee, and a $500,000 policy limit for occupational disease.
The City need not be named as an "Additional Insured" but the insurer shall agree to
waive all rights of subrogation against the City, its officials, agents, employees and
volunteers for any work performed for the City by the Named Insured. For building or
construction projects, the Contractor shall comply with the provisions of Attachment 1
in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the
Texas Worker's Compensation Commission (TWCC).
Owner's and Contractor's Protective Liability Insurance
[ ]
The Contractor shall obtain, pay for and maintain at all times during the prosecution of
the work under this contract, an Owner's and Contractor's Protective Liability insurance
policy naming the City as insured for property damage and bodily injury which may
arise in the prosecution of the work or Contractor's operations under this contract.
Coverage shall be on an"occurrence" basis, and the policy shall be issued by the same
insurance company that carries the Contractor's liability insurance. Policy limits will be
at least $ combined bodily injury and property damage per occurrence with
a $ aggregate.
Fire Damage Legal Liability Insurance
[ ]
Coverage is required if Broad form General Liability is not provided or is unavailable to
the contractor or if a contractor leases or rents a portion of a City building. Limits of
not less than each occurrence are required.
Professional Liability Insurance
[ ]
Professional liability insurance with limits not less than $ per claim with
respect to negligent acts, errors or omissions in connection with professional services
is required under this Agreement.
Builders' Risk Insurance
[ ]
Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be
provided. Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear.
PAGE 30 OF BID #4643
CITY OF DENTON
ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS
Commercial Crime
[ ]
Provides coverage for the theft or disappearance of cash or checks, robbery
inside/outside the premises, burglary of the premises, and employee fidelity. The
cover all employees, including new hires. This type insurance should be required if the
contractor has access to City funds. Limits of not less than $ each
occurrence are required.
Additional Insurance
[X]
$500,000
Environmental Impairment Liability not less than .
PAGE 31 OF BID #4643