Loading...
Water Treatment Chemicals-4890-Specifications/Pricing Purchasing Department 901-B Texas St. Denton, TX 76209 (940) 349-7100 www.dentonpurchasing.com purchasing@cityofdenton.com Bid # 4890 Annual Contract For Water Treatment Chemicals BIDS DUE: JANUARY 26, 2012 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 UNITTOTAL QTY.UOMPRICEAMOUNT ITEMDESCRIPTION *ON EACH ITEM, VENDOR SHALL INDICATE NUMBER OF MONTHS PRICE IS TO REMAIN FIRM BEGINNING MARCH 2012 Liquid Chlorine (One-Ton Containers) 1300,000Lbs. NSF60 Certified ___ Yes ___ No , Price Firm _____Months Liquid Chlorine (Bulk - 4,000 - 4,500 gallon truckloads) 2300,000Lbs. NSF60 Certified ___ Yes ___ No , Price Firm _____Months Sodium Hypochlorite 10% Bulk (3,500-5,000 gallon truckloads) 3500,000Lbs. NSF60 Certified ___ Yes ___ No , Price Firm _____Months Sodium Hypochlorite 12.5% Bulk (3,500-5,000 gallon truckloads) 480,000Lbs. NSF60 Certified ___ Yes ___ No , Price Firm _____Months Wet Flurosilicic Acid (4,000 - 4,500 gallon truckloads) 5180,000 Lbs. NSF60 Certified ___ Yes ___ No , Price Firm _____Months Liquid Caustic Soda - Diaphragm Grade (Dry Basis Pounds - 3,500 - Dry 61,800,000 4,000 gallon truckloads) Lbs. NSF60 Certified ___ Yes ___ No , Price Firm _____Months Potassium Permanganate (25Kg. Canisters) 13,230# shipments 750,000Lbs. NSF60 Certified ___ Yes ___ No , Price Firm _____Months Liquid Ammonium Sulfate (LAS) 830,000Lbs. NSF60 Certified ___ Yes ___ No , Price Firm _____Months Anhydrous Ammonia (2,500-3,000 Lb. Shipments) 980,000Lbs. NSF60 Certified ___ Yes ___ No , Price Firm _____Months PAGE 1 OF BID #4890 Bidder’s Initials CITY OF DENTON ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS PAGE 2 OF BID #4890 Bidder’s Initials 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. The undersigned agrees that the bid posted on the website are the official specifications and shall not alter the electronic copy of the specifications and/or pricing sheet (Exhibit 1), without clearly identifying changes. The undersigned understands they will be responsible for monitoring the City of Denton Purchasing Website at: http://www.cityofdenton.com/index.aspx?page=397 to ensure they have downloaded and signed all addendum(s) required for submission with their proposal. Should a conflict arise between the PO, supplier terms, or contract; the terms and conditions set forth in this bid shall prevail. 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 #4890 Bidder’s Initials CITY OF DENTON ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS COO(1)C EBP OMPLETE SET OFRIGINAL AND NEOPY OFXECUTEDID ROPOSAL MBRITPD901-BTS,D,TX76209 USTEECEIVED NHEURCHASING EPARTMENT AT EXAS TENTON OBJ26,20122:00P.M. N OR EFORE ANUARY AT Q UESTIONS REGARDING SPECIFICATIONS MUST BE SUBMITTED IN WRITING TO THE PURCHASING OFFICE (5). FIVE 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 (Click on “Directions to our Office”) All bids, including a “NO BID”, are due in the Purchasing Department by the due date , 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 The be publicly opened at the date and time listed above or as soon thereafter as practical. City of 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. PAGE 4 OF BID #4456 Bidder’s Initials CITY OF DENTON ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS The City of Denton is exempt from Federal Excise and State Sales Tax; therefore, tax must not be included in this bid. 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 Invoices must be fully documented as to labor, later, unless unusual circumstances arise. materials, and 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 #4456 Bidder’s Initials 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. Denton, to and unloaded in the City of Denton’s chemical tanks by the vendor, at the following 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. PAGE 6 OF BID #4456 Bidder’s Initials CITY OF DENTON ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS The City reserves the right to demand bond or penalty to guarantee delivery by the date indicated. 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. Right to Audit The City shall have the right to audit and make copies of the books, records and computations pertaining to this agreement. The Contractor shall retain such books, records, documents and other evidence pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within 10 business days of written request. Further, the Contractor shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to this agreement, and to allow the City similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will PAGE 7 OF BID #4456 Bidder’s Initials CITY OF DENTON ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Company which must be payable within five business days of receipt of an invoice. Failure to comply with the provisions of this section shall be a material breach of this contract and shall constitute, in the City’s sole discretion, grounds for termination thereof. Each of the terms "books", "records", "documents" and "other evidence", as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. Inspection and Acceptance The City of Denton may reject and refuse any delivery, which falls below the quality designated in the specifications. The cost of return and/or replacement will be at the vendor’s expense. 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 be represented by the Manufacturer, should an issue arise, and that all manufacturer’s warranties 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 #4456 Bidder’s Initials 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 Denton’s option and approval by the vendor, the contract 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 The vendor no request is made, then it will be assumed that the bid price will be in effect. must submit or 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 the vendor’s best interest to help the City 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 #4456 Bidder’s Initials 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 City of Denton Governmental Entities other than the will be billed directly to that City of Denton Governmental Entity and paid by that Governmental Entity. The will not be responsible for another Governmental Entity’s debts. Each Governmental Entity will order its own material/services as needed. PAGE 10 OF BID #4456 Bidder’s Initials 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 #4456 Bidder’s Initials 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 #4456 Bidder’s Initials 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. SeeSection 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 #4456 Bidder’s Initials 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 will 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 shown as an alternate bid and manufacturer’s specifications should be included with the 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 #4456 Bidder’s Initials 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 #4456 Bidder’s Initials CITY OF DENTON ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS WATER TREATMENT CHEMICALS BID ITEM SPECIFICATIONS 1 and 2. LIQUID CHLORINE a. Must comply with ANSI/AWWA Standard B301-10. 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. 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 the Operations Manager at (940) 349-7626. 3. SODIUM HYPOCHLORITE (10% SOLUTION) a. Must comply with ANSI/AWWA Standard B300-10. 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. PAGE 16 OF BID #4456 Bidder’s Initials CITY OF DENTON ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS 4. SODIUM HYPOCHLORITE (12.5 % SOLUTION) a. Must comply with ANSI/AWWA Standard B300-10. b. Hypochlorite delivered under this contract shall have a minimum of 12.0 percent and a maximum of16 weight percent NaOCl. c. Hypochlorite delivered under this contract shall have a minimum of 1.19 and a maximum of 1.26 specific gravity at 20 degrees C. d. Hypochlorite supplied under this contract shall be free of visible sediment. e. Hypochlorite delivered under this contract shall be no older than three (3) days at the time of delivery. f. Hypochlorite supplied under this contract shall not cause excessive scaling of feed lines when combined with carriage water. Excessive scaling is defined as “any plugging of, or precipitation in, the hypochlorite solution lines that causes disruption of flow or an increase in back pressure.” g. The sodium hypochlorite shall be delivered in bulk quantities of 3500 to 5000 gallons. h. The 1701B Spencer Plant will be converting from one-ton Liquid Chlorine Containers to bulk 12.5% Sodium Hypochlorite. Construction schedules will dictate ordering and quantities of this chemical until conversion is complete. 5. 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. 6. 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. 7. POTASSIUM PERMANGANATE a. Must comply with ANSI/AWWA Standard B603-10, 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. PAGE 17 OF BID #4456 Bidder’s Initials CITY OF DENTON ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS d. Bid pricing and invoicing should be by the pound. e. Deliveries will be approximately 13,233 pounds each. 8. LIQUID AMMONIUM SULFATE a. Must comply with ANSI/AWWA Standard B302-10. b. The chemical and physical properties of the liquid ammonium sulfate delivered under this specification shall conform to the following limits: Sulfuric Acid Diammonium 38 – 40% (wt % dry salt) Ammonium Sulfate Solution 10.0% Appearance Clear, pale yellow liquid Odor None Solubility in Water Complete Specific Gravity 1.21 - 1.23 pH 3.0 – 6.0 c. Product shall be free of any inorganic or organic substances in quantities capable of producing deleterious or injurious effects on the health of those consuming the water that has been properly treated with the liquid ammonium sulfate. d. Product shall show no visible turbidity and no appreciable sediment upon standing for 24 hours at ambient temperature. e. The bidder shall supply a copy of the most recent NSF certification and copy of the material safety data sheet (MSDS) with the bid. f. The 1701B Spencer Plant will be converting from Anhydrous Ammonia to Liquid Ammonium Sulfate. Construction schedules will dictate ordering and quantities of this chemical until conversion is complete. 9. 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. 10. POLYMER (40% SOLUTION) a. Must comply with ANSI/AWWA Standard B451-10. 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 PAGE 18 OF BID #4456 Bidder’s Initials CITY OF DENTON ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS 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 with the City of Denton’s equipment. 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. LIQUID FERRIC SULFATE 12% as FE+3 (60%) 11. 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 1. The material shall contain specific 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. PAGE 19 OF BID #4456 Bidder’s Initials CITY OF DENTON ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS 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. magnetite, hematite, and a “water white” grade of sulfuric acid. 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 Lead50mg/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. LIQUID OXYGEN 12. a. Must comply with ANSI/AWWA Standard B304-08. b. The material shall be commonly known as Liquid Oxygen (LOX). c. Chemical Requirements: 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. ii. The material shall comply with the Compressed Gasses Assocation’s Type II, Grade B for liquid oxygen. iii. A Material Safety Data Sheet (MSDS) for the product shall accompany the first delivery. d. Impurities: i. Liquid Oxygen shall not contain any constituents that could result in violation of any present and proposed Federal Drinking Water Standards. ii. 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. iii. 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. PAGE 20 OF BID #4456 Bidder’s Initials CITY OF DENTON ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS 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, (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 21 OF BID #4456 Bidder’s Initials CITY OF DENTON ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS APPENDIX A PAGE 22 OF BID #4456 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 23 OF BID #4456 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 24 OF BID #4456 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 25 OF BID #4456 CITY OF DENTON ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Respondent’s attention is directed to the insurance requirements below. It is highly recommended that respondents confer with their respective insurance carriers or brokers to determine in advance of Proposal/Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low respondent fails to comply strictly with the insurance requirements, that respondent may be disqualified from award of the contract. Upon contract award, all insurance requirements shall become contractual obligations, which the successful contractor 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 contract award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance including any applicable addendum or endorsements, containing the contract 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 proposal/bid opening, since the insurance requirements may not be modified or waived after proposal/bid opening unless a written exception has been submitted with the proposal/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 Texas B+VII or better with an A.M. Best Company rating of at least . Any deductibles or self-insured retentions shall be declared in the 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. 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 PAGE 26 OF BID #4456 CITY OF DENTON ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS 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: 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 27 OF BID #4456 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. General Liability insurance with combined single limits of not less than $500,000 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. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: 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: PAGE 28 OF BID #4456 CITY OF DENTON ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS any auto, or all owned, hired and non-owned autos. 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 29 OF BID #4456 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 employee fidelity portion of this coverage should be written on a “blanket” basis to 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 30 OF BID #4456 901 B Texas Street Denton, TX 76209 940.349.7100 purchasing@cityofdenton.com IFB #4890 ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS Addendum # 1 issued January 20, 2012 Question 1: Can you confirm the size and location of the bulk oxygen tank? I show it to be in Aubrey, The tank is 20,000 gallons The normal truckloads in pounds are 35,000 to 45,000 pounds. The estimated full truck load in gallons is 4,000 to 5,000 gallons. The tank is located at our Lake Ray Robert Water Treatment Plant at 9401 Lake Ray Roberts Road, Aubrey, TX 76227 as per page 6 of the bid specifications. Question 2: Is the following still accurate?One 20,000 gallon liquid oxygen tank at Lake Ray Robert for Ozonation? Air Liquide is currently supplying @ $0.2699/ccf ? Yes, this is still accurate. Question 3: Will the City consider self insurance as coverage equal to the requirements of the IFB on pages 26-30? Yes, the City may consider self insurance coverage in lieu of the requirements stated in the IFB. The coverage must be, at a minimum, equal to the standard coverage stated. Any request for self and meeting the specifications. Question 4: Can you provide the following information? Ozone Generator Manufacturer and size_______. MGD of water treated on average _______________ MGD capacity to treat _________________ What is the name and type of the source of the water being treated? ______________________ If you purchase any gases in cylinders, who is the supplier? __________________ and what is it you purchase? _______________________ Wedico 2-800 pounds per day units Treated water 13 MGD Avg, 20 MGD Max flow Source is Surface Water All liquid oxygen is received in bulk, unloaded into the tank. THERE ARE NO OTHER CHANGES AT THIS TIME. wz­ Eš©’ ­wŒŒ ,; ­zm“;7 “7 ©;·Ò©“;7 Þz·w äšÒ© ¦©š¦š­Œu b’;t {zm“·Ò©;t /š’¦“ät z·Œ;t 5·;t 901 B Texas Street Denton, TX 76209 940.349.7100 purchasing@cityofdenton.com BID 4890 ANNUAL CONTRACT FOR WATER TREATMENT CHEMICALS Addendum # 2 issued January 23, 2012 It is not required to return Addendum 1 with a bid proposal. THERE ARE NO OTHER CHANGES AT THIS TIME.