Water Treatment Chemical Supply for 2023

expired opportunity(Expired)
From: Tacoma(City)
TW22-0313F

Basic Details

started - 26 Sep, 2022 (18 months ago)

Start Date

26 Sep, 2022 (18 months ago)
due - 18 Oct, 2022 (17 months ago)

Due Date

18 Oct, 2022 (17 months ago)
Bid Notification

Type

Bid Notification
TW22-0313F

Identifier

TW22-0313F
City of Tacoma

Customer / Agency

City of Tacoma
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 1 of 22 TACOMA WATER REQUEST FOR BIDS WATER TREATMENT CHEMICAL SUPPLY FOR 2023 SPECIFICATION NO. TW22-0313F Form No. SPEC-040C Revised: 07/11/2022 City of Tacoma Tacoma Water REQUEST FOR BIDS TW22-0313F WATER TREATMENT CHEMICAL SUPPLY FOR 2023 Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, October 18, 2022 Submittals must be received by the City’s Procurement and Payables Division prior to 11:00 a.m. Pacific Time. For electronic submittals, the City of Tacoma will designate the time of receipt recorded by our email, bids@cityoftacoma.org, as the official time of receipt. This clock will be used as the official time of receipt of all parts of electronic bid submittals. Submittal Delivery: Sealed submittals will be received as follows: By Email: bids@cityoftacoma.org Maximum file
size: 35 MB. Multiple emails may be sent for each submittal. Bid Opening: Held virtually each Tuesday at 11AM. Attend via this link or call 1 (253) 215 8782. Submittals in response to a RFB will be recorded as received. As soon as possible, after 1:00 PM, on the day of submittal deadline, preliminary results will be posted to www.TacomaPurchasing.org. Solicitation Documents: An electronic copy of the complete solicitation documents may be viewed and obtained by accessing the City of Tacoma Purchasing website at www.TacomaPurchasing.org. • Register for the Bid Holders List to receive notices of addenda, questions and answers and related updates. • Click here to see a list of vendors registered for this solicitation. Pre-Proposal Meeting: A pre-proposal meeting will not be held. Project Scope: Supply water treatment chemicals per specifications requirements for the calendar year 2023. Estimate: $2,400,000.00 Paid Sick Leave: The City of Tacoma requires all employers to provide paid sick leave as set forth in Title 18 of the Tacoma Municipal Code. For more information, visit our Minimum Employment Standards Paid Sick Leave webpage. Americans with Disabilities Act (ADA Information: The City of Tacoma, in accordance with Section 504 of the Rehabilitation Act (Section 504) and the Americans with Disabilities Act (ADA), commits to nondiscrimination on the basis of disability, in all of its programs and activities. Specification materials can be made available in an alternate format by emailing Gail Himes at ghimes@cityoftacoma.org, or by calling her collect at 253-591-5785. Title VI Information: “The City of Tacoma” in accordance with provisions of Title VI of the Civil Rights Act of 1964, (78 Stat. 252, 42 U.S.C. sections 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin in consideration of award. Additional Information: Requests for information regarding the specifications may be obtained by contacting Tisha Rico, Senior Buyer by email to trico@cityoftacoma.org Protest Policy: City of Tacoma protest policy, located at www.tacomapurchasing.org, specifies procedures for protests submitted prior to and after submittal deadline. Meeting sites are accessible to persons with disabilities. Reasonable accommodations for persons with disabilities can be arranged with 48 hours advance notice by calling 253-502-8468. mailto:bids@cityoftacoma.org mailto:bids@cityoftacoma.org https://us02web.zoom.us/j/83250498294 https://www.cityoftacoma.org/cms/One.aspx?portalId=169&pageId=22848 http://www.tacomapurchasing.org/ http://www.ci.tacoma.wa.us/45bidsapps/PlanholderRegister.aspx http://www.ci.tacoma.wa.us/45bidsapps/PlanholderList.aspx https://www.cityoftacoma.org/cms/one.aspx?pageId=75860 https://www.cityoftacoma.org/cms/one.aspx?pageId=75860 mailto:ghimes@cityoftacoma.org http://cms.cityoftacoma.org/Purchasing/CandA/ProtestPolicy052711.pdf http://www.tacomapurchasing.org/ Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 3 of 22 Table of Contents SUBMITTAL CHECK LIST ......................................................................................................... 4 1. BACKGROUND .................................................................................................................. 5 2. CALENDAR OF EVENTS ................................................................................................... 5 3. INQUIRIES ......................................................................................................................... 5 4. PRE-BID MEETING ............................................................................................................ 6 5. DISCLAIMER ...................................................................................................................... 6 6. DELIVERY .......................................................................................................................... 6 7. CONTRACT TERM ............................................................................................................. 6 8. RESPONSIVENESS ........................................................................................................... 6 9. AWARD .............................................................................................................................. 6 10. CONTRACT PRICING ....................................................................................................... 7 11. PRICE ADJUSTMENTS ...................................................................................................... 8 12. STANDARD TERMS AND CONDITIONS ........................................................................... 8 13. INSURANCE REQUIREMENTS ......................................................................................... 8 14. INSPECTION ...................................................................................................................... 8 15. COMPLIANCE WITH SPECIFICATIONS ............................................................................ 8 16. MATERIALS AND WORKMANSHIP ................................................................................... 8 17. DAMAGED GOODS ........................................................................................................... 8 18. PRODUCT DISCONTINUED .............................................................................................. 8 19. QUANTITIES AND PURCHASE ORDERS ......................................................................... 9 20. CONTENT TO BE SUBMITTED ......................................................................................... 9 21. ENVIRONMENTALLY PREFERABLE PROCUREMENT .................................................... 9 22. EQUITY IN CONTRACTING ..............................................................................................10 23. PROPRIETARY OR CONFIDENTIAL INFORMATION ......................................................10 24. SPECIAL PROVISIONS .....................................................................................................10 25. TECHNICAL PROVISIONS................................................................................................10 APPENDIX A - SUBMITTAL DOCUMENTS APPENDIX B - SAMPLE DOCUMENTS APPENDIX C - CURRENT CONTRACT BID TABULATIONS Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 4 of 22 SUBMITTAL CHECK LIST This checklist identifies items to be included with your submittal. Any submittal received without these required items may be deemed non-responsive and not be considered for award. Submittals must be received by the City of Tacoma Purchasing Division by the date and time specified in the Request for Bids page. The following items make up your submittal package: One electronic copy of your complete submittal package Signature Page (Appendix A) Price Proposal Form (Appendix A) Certification of NSF/ANSI Standard 60 for Water Treatment Chemicals – Health Effects (Bidder to provide copy of current documentation) After award, the following documents will be executed: Contract (Appendix B) Certificate of Insurance and related endorsements (Appendix B) Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 5 of 22 1. BACKGROUND The City of Tacoma (City) / Tacoma Public Utilities (TPU) is soliciting bids to establish one or more contracts with qualified Suppliers to fulfill the City’s needs for water treatment chemicals on an as-needed basis. Contract(s) will be awarded to the lowest responsive, responsible bidder(s) based on price, product quality and availability. These products are used by Tacoma Water and will be delivered to two different locations, the Green River Filtration Facility, 36932 SE Green River Headworks Road, Ravensdale, Washington, 98051 and Hood Street Reservoir, 1002 South Tacoma Way, Tacoma, Washington, 98409. The estimated annual usage for each chemical is shown on the Price Proposal Form. These are estimated quantities only and do not guarantee a specific volume or dollar amount. Suppliers may be required to submit samples of their product for evaluation prior to award. Products that fail to meet City standards or any of the specifications herein may be rejected. Should a contracted Supplier fail to meet quality and/or availability requirements contained in these specifications, the City may move to terminate the contract with 10 days written notice. 2. CALENDAR OF EVENTS This is a tentative schedule only and may be altered at the sole discretion of the City. Contract may be issued after Public Utility Board approval. The anticipated schedule of events concerning this RFB is as follows: Question Deadline (No later than 3:00 PM): 10/6/2022 City response to Questions: 10/10/2022 Submittal Due Date: 10/18/2022 Public Utility Board Approval: 11/16/2022 3. INQUIRIES 3.1 Questions for this project can be emailed to Tisha Rico, Senior Buyer at trico@cityoftacoma.org no later than 3:00 p.m., PST, Thursday, October 6, 2022. Answers will be posted to www.TacomaPurchasing.org on or about October 10, 2022. 3.2 Questions marked confidential will not be answered or included. 3.3 The City reserves the discretion to group similar questions to provide a single answer or not to respond when the requested information is confidential. 3.4 The answers are not typically considered an addendum. 3.5 The City will not be responsible for unsuccessful submittal of questions. mailto:trico@cityoftacoma.org Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 6 of 22 3.6 Written answers to questions will be posted in the event approximately one week after the question deadline. 4. PRE-BID MEETING 4.1 No pre-proposal meeting will be held; however, questions and requests for clarifications of the specifications may be submitted as stated in the inquiries section. 5. DISCLAIMER The City is not liable for any costs incurred by the Respondent for the preparation of materials or a proposal submitted in response to this RFB, for conducting any presentations to the City, or any other activities related to responding to this RFB, or to any subsequent requirements of the contract negotiation process. 6. DELIVERY 6.1 Supplier delivery requirements are identified in Section 24.3 of the Special Provisions. 7. CONTRACT TERM The contract will be for a one-year period from January 1, 2023 to December 31, 2023 with no option to renew. The City reserves the right to cancel the contract for any reason, by written notice, as stipulated in the contract. 8. RESPONSIVENESS Bid submittals must provide ninety (90) days for acceptance by City from the due date for receipt of submittals. All submittals will be reviewed by the City to determine compliance with the requirements and instructions specified in this RFB. The Respondent is specifically notified that failure to comply with any part of this RFB may result in rejection of the submittal as non- responsive. The City reserves the right, in its sole discretion, to waive irregularities deemed immaterial. The City also reserves the right to not award a contract or to issue subsequent RFB’s 9. AWARD Award will be made to the lowest responsive, responsible bidder for each line item. Bidders may bid on one or more line items. All bidders shall provide unit and total pricing for each line item they are bidding on. Each line item will be added up for a subtotal price. The subtotal price will be compared amongst each bidder, including any payment discount terms offered twenty (20) days or more. The City may also take into consideration all other criteria for determining award, including evaluation factors set forth in Municipal Code Section 1.06.262. All other elements or factors, whether or not specifically provided for in this specification, which would affect the final cost to and the benefits to be derived by the City will be considered in determining the award of the contract. The final award decision will be based on the best interests of the City. Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 7 of 22 The City reserves the right to let the contract to the lowest responsible bidder whose bid will be the most advantageous to the City, price and any other factors considered. In evaluating the proposals, the City may also consider any or all of the following: 1. Compliance with specification. 2. Proposal prices, listed separately if requested, as well as a lump sum total 3. Time of completion/delivery. 4. Warranty terms. 5. Bidder's responsibility based on, but not limited to: a) Ability, capacity, organization, technical qualifications and skill to perform the contract or provide the services required. b) References, judgment, experience, efficiency and stability. c) Whether the contract can be performed within the time specified. d) Quality of performance of previous contracts or services 10. CONTRACT PRICING The quoted prices in each bid shall be firm prices throughout the term of the contract. Bids conditioned upon assumed price increases during the contract term will be considered non- responsive. During the contract term, under special circumstances and with appropriate notice, the City may consider price increases as stated in the Price Adjustments section. 11. PRICE ADJUSTMENTS Price increases shall only be considered during the contract period if detailed justification is provided to show an increase in production or distribution costs for a given chemical in the time since the start of the contract. Bid submittal prices will establish a base against which Contractors may request price adjustments per the following terms: 1. Contractor shall submit proposed price changes in writing to the contract administrator (contract information provided after award) 45 days prior to the effective date 2. The City reserves the right to accept or reject all such price adjustments 3. Price increases will be adjusted only to the amount of cost increase to Contractor. No adjustment will be made for Contractor profit margin 4. Any proposed price increase to Contract line items must be beyond the control of the contractor and supported by written documentation from the manufacturer or wholesale distributor, indicating new higher cost adjustments in effect 5. Increase requests may be evaluated against various market conditions, including but not limited to: a) Consumer Price Index for Seattle - Tacoma - Bremerton, All Items 1982-84+100, for comparable period b) Consumer Price Index for All Urban Consumers (CPI-U) for the U.S. City Average Index for All Items, 1982-84=100, unadjusted for the comparable period c) State/federal regulations affecting production costs of the materials d) Volatile commodity market conditions e) Various producer price or commodity indices Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 8 of 22 f) Minimum wage adjustments 12. STANDARD TERMS AND CONDITIONS City of Tacoma Standard Terms and Conditions apply. 13. INSURANCE REQUIREMENTS Successful proposer will provide proof and maintain the insurance coverage in the amounts and in the manner specified in the City of Tacoma Insurance Requirements document applicable to the services, products, and deliverables provided under the solicitation. The City of Tacoma Insurance Requirements document is fully incorporated into the solicitation by reference. 14. INSPECTION All goods are subject to final inspection and acceptance by the City. If any inspection fails, the Supplier shall be required to make arrangements to exchange the goods at their own expense and replace it in a timely manner acceptable to the City. Material failing to meet the requirements of this contract will be held at the Supplier risk and may be returned to the Supplier. If so returned, the cost of transportation, unpacking, inspection, repackaging, reshipping, or other like expenses are the responsibility of the Supplier. 15. COMPLIANCE WITH SPECIFICATIONS Any product that does not comply with any part of these technical specifications shall be rejected and the Supplier shall, at its own expense, including shipping, replace the item. 16. MATERIALS AND WORKMANSHIP The successful bidder shall be required to furnish all materials necessary to perform contractual requirements. Materials and workmanship for this contract shall conform to all codes, regulations and requirements for such specifications contained herein and the normal uses for which intended. Material shall be manufactured in accordance with the best commercial practices and standards for this type of goods. All literature and products must be packaged and labeled to sell in the United States. 17. DAMAGED GOODS The Supplier shall replace any orders that are damaged in transit. They will be notified by the City and they must arrange to have damaged orders picked up within 48 hours’ notice (excluding weekends and holidays). Suppliers will pay all expenses incurred to ship damaged goods back to manufacturer or their own warehouse. 18. PRODUCT DISCONTINUED During the contract term, if the supplier discontinues carrying any of the contracted items, they must notify the City and the Purchasing office within 30 calendar days. https://cms.cityoftacoma.org/purchasing/StandardTermsandConditions.pdf Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 9 of 22 The City reserves the right to seek other suppliers to supply those items or purchase directly from the manufacturer or their designated distributor until the contract term ends. 19. QUANTITIES AND PURCHASE ORDERS The quantities listed are an estimate only using historical data gathered from the previous 5 years. Delivery will be according to purchase order on an as-needed basis throughout the period of the contract. 20. CONTENT TO BE SUBMITTED 20.1 The City cannot legally accept a substantial deviation from the Specification. Bids containing any substantial deviation may be rejected as non-responsive. It is agreed that you will perform according to the highest standard indicated. 20.2 Prices shall be quoted F.O.B. Destination, freight prepaid and allowed. 20.3 Certification of NSF/ANSI Standard 60 for Water Treatment Chemicals – Health Effects (Bidder to provide copy of current documentation) 21. ENVIRONMENTALLY PREFERABLE PROCUREMENT In accordance with the City of Tacoma’s Sustainable Procurement Policy, it is the policy of the City of Tacoma to encourage the use of products or services that help to minimize the environmental and human health impacts of City Operations. Respondents are encouraged to incorporate environmentally preferable products or services that have a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose. This comparison may consider raw materials acquisition, products, manufacturing, packaging, distribution reuse, operation, maintenance or disposal of the product or service. The City of Tacoma encourages the use of sustainability practices and desires any awarded contractor(s) to assist in efforts to address such factors when feasible for: • Reduction of pollutant releases • Toxicity of materials used • Waste generation • Greenhouse gas emissions, including transportation of materials and services • Recycle content • Comprehensive energy conservation measures • Waste management reduction plans • Potential impact on human health and the environment http://cms.cityoftacoma.org/sustainability/resolution38248-PurchasingPolicy.pdf Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 10 of 22 22. EQUITY IN CONTRACTING The City of Tacoma is committed to encouraging firms certified through the Washington State Office of Minority and Women’s Business Enterprise to participate in City contracting opportunities. See the TMC 1.07 Equity in Contracting Policy at the City’s Equity in Contracting Program webpage. 23. PROPRIETARY OR CONFIDENTIAL INFORMATION The Washington State Public Disclosure Act (RCW 42.56 et seq.) requires public agencies in Washington make public records available for inspection and copying unless they fall within the specified exemptions contained in the Act, or are otherwise privileged. Documents submitted under this RFB shall be considered public records and, with limited exceptions, will be made available for inspection and copying by the public. Information that is confidential or proprietary must be clearly marked. Further, an index must be provided indicating the affected page number(s) and location(s) of all such identified material. Information not included in said index will not be reviewed for confidentiality or as proprietary before release. 24. SPECIAL PROVISIONS 24.1 ESTIMATED QUANTITIES The Bidder shall base their unit price on the estimated quantities shown on the attached price proposal form. These quantities are provided as estimates only. The actual purchased quantities may increase or decrease as operating requirements dictate. Deliveries will be in accordance with the “Purchase Order Release” on an as-needed basis. Tacoma Water reserves the right to increase or decrease the amounts of chemicals purchased to allow proper operation of its treatment systems (see Section 1.35 of the Standard Terms and Conditions). 24.2 QUALITY Fill access hatches on chemical trailers are required to be sealed. The seal number is required to be written on the bill of lading and faxed or emailed to the operator on duty prior to delivery. Tacoma Water personnel may reject chemicals if they find the chemical product to be defective or unacceptable for use. Acceptance or rejection of chemicals will be solely at the discretion of Tacoma Water personnel and may be contingent on the results of onsite testing of samples. https://omwbe.diversitycompliance.com/ https://omwbe.diversitycompliance.com/ https://www.cityoftacoma.org/cms/One.aspx?portalId=169&pageId=26616 https://apps.leg.wa.gov/RCW/default.aspx?cite=42.56 Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 11 of 22 Any required samples shall be collected from the delivery vehicle by the driver. The samples will be considered representative of the lot. Tacoma Water reserves the right to spot-check water treatment chemical samples using the methods outlined in the American Water Works Association (AWWA) chemical standards or specialty testing. Unsatisfactory results may be grounds for rejection or termination of contract. The Supplier agrees to be completely responsible for all costs and losses resulting from rejection of chemicals. The Supplier shall make arrangements for removal of rejected chemicals from Tacoma Water premises. The Supplier shall defend, indemnify, and hold harmless Tacoma Water from any claim, loss, or damage occasioned by rejected chemicals subsequent to verbal or written notice by Tacoma Water to the Supplier of such rejected chemicals. The Supplier shall make arrangements to remove rejected chemicals within a reasonable time after notice is given. The Supplier will replace any rejected chemicals within no more than four (4) business days of notice at no extra expense to Tacoma Water. If it is determined that the Supplier is at fault for chemical contamination of the chemical storage tanks or feed systems, Supplier shall be responsible for removing the contaminated chemical and cleaning the contaminated facilities at their own expense. All chemicals provided shall be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with National Sanitation Foundation (NSF) and American National Standards Institute (ANSI) Standard 60, Drinking Water Treatment Chemicals – Health Effects. Documentation demonstrating compliance with NSF/ANSI Standard 60 shall accompany Bidder’s bid. Failure to comply with this requirement may, at the discretion of the City, be grounds to reject the bid and consider it non-responsive. Chemicals shall not be allowed to freeze during transit and shall not be delivered at a temperature in excess of 100 degrees Fahrenheit. During the contract term, should Tacoma Water determine there are other conditions that cause undue hazard to its customers or employees, Tacoma Water reserves the right to immediately purchase water treatment chemicals from other suppliers and may ask the contracted supplier to pay any additional costs incurred by Tacoma Water. Upon award and prior to a purchase order being issued, the Supplier shall furnish a product data sheet and Safety Data Sheet for each chemical to be supplied. Upon request by Tacoma Water, the Supplier shall provide information regarding the origin of the chemical to be supplied and documentation of the steps the supplier takes to ensure the chemical conforms to AWWA and NSF/ANSI 60 requirements. Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 12 of 22 24.3 DELIVERY Deliveries of water treatment chemicals shall be on an as-needed basis. For all deliveries to the Green River Filtration Facility, Tacoma Water personnel will schedule deliveries seven (7) days a week. All deliveries shall be completed between the hours of 8:00 a.m. and 5:00 p.m., Pacific Time. All deliveries to Hood Street Reservoir shall be completed Monday through Friday between 8:00 a.m. and 3:00 p.m., Pacific Time. Supplier shall acknowledge the criticality of timely deliveries of water treatment chemicals upon Tacoma Water’s ability to provide safe drinking water to the public and shall make its best effort to ensure reliable deliveries. For each quarter hour that delivery is delayed beyond the scheduled delivery time, Tacoma Water may deduct liquidated damages as described in Section 24.6 of the Special Provisions. Deliveries may be rescheduled provided that the Supplier notify Tacoma Water at least twenty- four (24) hours prior to the scheduled delivery time and the delay will not affect the operation of the treatment facilities or staffing schedules. Failure to meet agreed upon delivery time may result in a termination of the contract. Supplier is expected to maintain sufficient chemical quantities on hand; deliveries shall be made within four (4) business days of order placement by Tacoma Water. Supplier shall make its best effort to make deliveries within the required time period or arrange backup chemical supplies for Tacoma Water. If the Supplier cannot, for any reason, deliver chemicals ordered by Tacoma Water and an excessive delay results, Tacoma Water reserves the right to immediately purchase water treatment chemicals from other suppliers with the understanding that the contracted supplier may be asked to pay for any additional charges incurred by Tacoma Water. An excessive delay may be considered a total delivery time greater than four (4) business days from order placement or when Tacoma Water deems chemical storage volumes to be near unacceptable levels due to delivery delays. The Supplier shall be fully responsible for the safe delivery of the chemical in accordance with all local, state, and federal laws, as well as, the requirements stated within these bid documents. The delivery vehicle shall meet all Federal and Washington State Department of Transportation requirements, including the proper display of hazardous material placards. The delivery vehicle shall contain at least two means of communications (e.g., mobile phone and two-way radio) capable of reaching the company dispatch center or local emergency response authorities. Prior to the arrival of any deliveries, the Supplier must provide the following information for each delivery to the operator-on-duty at the applicable fax number or email address to be provided after contract award: 1. Name of Transportation Company 2. Name of Driver and Driver’s License Number Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 13 of 22 3. Vehicle and Trailer License Plate Number 4. Seal Number(s) for sealed bulk deliveries Upon arrival at the treatment plant, the truck driver shall present to onsite personnel the following items: 1. Bill of Lading, stating the following: a. name of the chemical and brand name of the chemical, if any b. percent strength of chemical c. net weight and volume of the contents d. name and address of the Supplier and/or manufacturer e. lot code (e.g., rail car number or container number) 2. Machine-stamped Certificate of Weight and Measure, stating the following: a. gross weight, tare weight, and net weight in pounds for the cargo trailer b. truck number, trailer number, and transportation company name c. time and date 3. Affidavit of Compliance, as specified in the Technical Provisions. 4. Certificate of Analysis, as specified in the Technical Provisions. 24.4 OFFLOADING LIQUID CHEMICALS The transfer of liquid chemicals from the cargo trailer shall be the responsibility of the Supplier and the cargo trailer operator. The cost of offloading liquid chemicals shall be borne by the Supplier. Consideration shall be made for the Supplier’s stated ability to easily offload liquid chemicals at the various treatment facilities. Inspections of the facilities are encouraged prior to submitting bids. Supplier shall make deliveries of liquid chemicals in single-unit cargo trailers dedicated only to transporting the specific chemical ordered or food grade products. The cargo trailer shall be clean and free of residue that may contaminate the chemical or Tacoma Water’s facilities. The trailer shall be properly cleaned according to the chemical manufacturer’s standard practices for preventing contamination and maintaining NSF/ANSI Standard 60 certification for the chemical. If requested by Tacoma Water, Supplier shall be able to provide information about prior products transported in a trailer. Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 14 of 22 The cargo trailer shall be equipped with an appropriate air compressor to effectively and safely transfer chemical to the storage tank. The failure of the Supplier or cargo trailer operator to provide an operational chemical transfer system shall be considered adequate justification for rejection of deliveries. The cargo trailer unloading hose shall be at least 30 feet long with a quick-connect coupling compatible with the coupling located at the treatment facility. At the Green River Filtration Facility, liquid chemicals may be offloaded using Supplier’s onboard air compressor or Tacoma Water’s plant air system. If Supplier elects to use the plant air system, Tacoma Water shall not be responsible for any damage to the Supplier’s equipment or for delivery delays. Supplier must check in with the water treatment plant operator on duty and shall not hook up to the fill connections until instructed by the operator. Phone numbers to reach the water treatment operator on duty will be provided after contract award. Supplier may be required to wait for the results of any on-site sample testing before being allowed to offload chemical. 24.5 SPILLS The driver of the delivery vehicle shall be trained to respond to uncontrolled chemical releases and shall possess appropriate personal protective equipment suitable for the chemical being transported. In the event of a leak or spill caused by the Supplier or cargo trailer operator during delivery, the Supplier or cargo trailer operator shall be responsible to limit the release of chemical; contain any spilled chemical; clean up any spilled chemical; clean up any contaminated facility, structure, or vehicle; and collect and dispose of contaminated material and pay associated costs. Tacoma Water may locate buckets at connection points to collect chemical leaks or drips; disposal of any collected chemical will be the responsibility of the Supplier. If Supplier or the cargo trailer operator causes a leak or spill, Supplier or the cargo trailer operator shall immediately notify onsite Tacoma Water personnel and begin cleanup. If the Supplier or cargo trailer operator has not initiated a response within four (4) hours, the spill will be cleaned up under the direction of Tacoma Water personnel with all costs reimbursed by Supplier. Such costs shall include first response and clean- up fees, fines or penalties which may be imposed by regulating authorities, together with $150.00 per hour for each hour that Tacoma Water personnel must be engaged in the clean-up process. Supplier agrees to pay and/or authorize Tacoma Water to deduct from any sum due or to be due to the Supplier such spill-related costs. Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 15 of 22 24.6 LIQUIDATED DAMAGES It will be understood that time is of the essence in the Supplier's performance. For each quarter hour – up to seven (7) hours – that delivery is delayed beyond the scheduled delivery time, Tacoma Water may deduct the sum of $20 from payment due to or to become due to the Supplier for the delivered price of the chemical order. In the event of unexcused delays that extend beyond one (1) day and are not considered unavoidable, the Supplier agrees to pay and/or authorize Tacoma Water to deduct from any sum due or to be due to the Supplier the sum of $100 for each calendar day that the material is not delivered beyond the times stipulated in Section 24.3. This sum shall be considered not as a fine or penalty, but as liquidated damages, which the City will suffer by reason of the failure of the Supplier to perform and deliver treatment chemicals within the period herein fixed or such extensions of said period as may be allowed by reason of unavoidable delay. Any deduction or payment shall not in any way release the Supplier from any further or other obligations and liabilities with respect to the Supplier’s performance of the entire contract. 24.7 PAYMENT Payments will be made regularly against invoices submitted by the Supplier for chemicals delivered according to the rate based off the Supplier’s bid submittal. The total price charged to Tacoma Water shall be the product of the unit price and the quantity delivered. No other fees or surcharges – including minimum delivery charges, fuel surcharges, or any other surcharges – shall be billed to Tacoma Water. The following chemicals to be purchased by Tacoma Water meet Washington State sales tax exemption criteria: Fluorosilicic Acid, Sodium Hydroxide, and Sodium Hypochlorite. A copy of Tacoma Water’s Washington State Department of Revenue Reseller Permit will be provided to the successful Bidder. Sales tax will be applied to the following chemicals: Aluminum Sulfate and Aluminum Chlorohydrate. Other applicable taxes and fees, such as the Washington State Hazardous Substance Tax, shall be the responsibility of the Supplier. Each invoice shall be clearly marked with the delivery date and identification number of the corresponding bill of lading. Units of measure used on invoices shall match those used on the bills of lading and the units used in the contract. Weight certificates shall be the basis for Supplier invoices, and invoice quantities shall reflect parameters indicated on the Certificate of Analysis. Invoices shall include the department name, identification number, order number, shipment date, delivery address, manufacturer product identification, quantity delivered, and contracted price. Upon contract award, Supplier shall obtain current contact information from Tacoma Water for submitting invoices. NOTE: Incorrect or incomplete invoicing will not be accepted; Supplier will be required to correct and resubmit. Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 16 of 22 25. TECHNICAL PROVISIONS 25.1 FLUOROSILICIC ACID Fluorosilicic acid furnished under these specifications shall be in accordance with American Water Works Association (AWWA) Standard B703, of latest revision. The acid shall contain between 23 and 26 percent H2SiF6 by weight. Price Proposal Item 1a The fluorosilicic acid specified in Price Proposal Item 1a shall be delivered FOB Destination Prepaid and Allowed to the Green River Filtration Facility, 36932 SE Green River Headworks Road, Ravensdale, Washington, 98051. Price Proposal Item 1b The fluorosilicic acid specified in Price Proposal Item 1b shall be delivered FOB Destination Prepaid and Allowed to the Hood Street Reservoir, 1002 South Tacoma Way, Tacoma, Washington, 98409. The same Supplier will supply both Price Proposal Item 1a and Price Proposal Item 1b. The combined total bid price for Price Proposal Items 1a and 1b will be used to determine the successful Bidder. Bulk shipments shall be made in lots of 24 wet tons. Unless required by Tacoma Water, quantities other than 24 wet tons shall be accepted at the convenience of Tacoma Water. Each fluorosilicic acid shipment shall be accompanied by the following: 1. Affidavit of Compliance stating that the fluorosilicic acid furnished complies with all provisions of these specifications, including AWWA Standard B703, of latest revision, and NSF/ANSI Standard 60 2. Load-specific Certificate of Analysis stating the following: a. the percent fluorosilicic acid (H2SiF6) content by weight b. the percent hydrofluoric acid (HF) content by weight c. the specific gravity of the solution d. the solution weight in pounds per gallon e. date of sample The Affidavit of Compliance and the Certificate of Analysis must be presented to onsite personnel at the time of delivery; faxes prior to delivery will not be accepted. Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 17 of 22 25.2 50-PERCENT SODIUM HYDROXIDE Price Proposal Item 2 Fifty (50) percent membrane-grade sodium hydroxide furnished under these specifications shall be in accordance with AWWA Standard B501, of latest revision. Diaphragm-grade sodium hydroxide shall not be accepted. The sodium hydroxide specified in Price Proposal Item 2 shall be delivered FOB Destination Prepaid and Allowed to the Green River Filtration Facility, 36932 SE Green River Headworks Road, Ravensdale, Washington, 98051. Fifty (50) percent membrane-grade sodium hydroxide shall be bid on a dry-ton basis and delivered to the Green River Filtration Facility in lots of 24 wet tons. Unless required by Tacoma Water, quantities other than 24 wet tons shall be accepted at the convenience of Tacoma Water. Each sodium hydroxide shipment shall be accompanied by the following: 1. Affidavit of Compliance stating that the sodium hydroxide furnished complies with all provisions of these specifications, including AWWA Standard B501, of latest revision, and NSF/ANSI Standard 60 2. Load-specific Certificate of Analysis stating the following: a. the percent sodium hydroxide (NaOH) content by weight b. the percent of total free alkali by weight (expressed as Na2O) c. the percent of sodium chloride (NaCl) content by weight d. the quantity of iron (Fe), nickel (Ni), and copper (Cu) in parts per million (metals data may be collected from the plant on a monthly basis if load- specific data are not available) e. the specific gravity of the solution f. the solution weight in pounds per gallon g. date of sample The Affidavit of Compliance and the Certificate of Analysis must be presented to onsite personnel at the time of delivery; faxes prior to delivery will not be accepted. Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 18 of 22 25.3 25-PERCENT SODIUM HYDROXIDE Price Proposal Item 3 Twenty-five (25) percent membrane-grade sodium hydroxide furnished under these specifications shall be in accordance with AWWA Standard B501, of latest revision. Diaphragm-grade sodium hydroxide shall not be accepted. The sodium hydroxide specified in Price Proposal Item 3 shall be delivered FOB Destination Prepaid and Allowed to the Hood Street Reservoir, 1002 South Tacoma Way, Tacoma, Washington, 98409. Twenty-five (25) percent membrane-grade sodium hydroxide shall be bid on a dry-ton basis and delivered to the Hood Street Reservoir in lots of 24 wet tons. Unless required by Tacoma Water, quantities other than 24 wet tons shall be accepted at the convenience of Tacoma Water. Each sodium hydroxide shipment shall be accompanied by the following: 1. Affidavit of Compliance stating that the sodium hydroxide furnished complies with all provisions of these specifications, including AWWA Standard B501, of latest revision, and NSF/ANSI Standard 60 2. Load-specific Certificate of Analysis stating the following: a. the percent sodium hydroxide (NaOH) content by weight b. the percent of total free alkali by weight (expressed as Na2O) c. the percent of sodium chloride (NaCl) content by weight d. the quantity of iron (Fe), nickel (Ni), and copper (Cu) in parts per million (metals data may be collected from the plant on a monthly basis if load- specific data are not available) e. the specific gravity of the solution f. the solution weight in pounds per gallon g. date of sample The Affidavit of Compliance and the Certificate of Analysis must be presented to onsite personnel at the time of delivery; faxes prior to delivery will not be accepted. 25.4 SODIUM HYPOCHLORITE Sodium hypochlorite furnished under these specifications shall be in accordance with AWWA Standard B300, of latest revision. The sodium hypochlorite shall contain between 12 and 15 percent sodium hypochlorite by weight. Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 19 of 22 The sodium hypochlorite specified in Price Proposal Items 4a and 4b shall be delivered FOB Destination Prepaid and Allowed to the Green River Filtration Facility, 36932 SE Green River Headworks Road, Ravensdale, Washington, 98051. Bulk shipments shall be made in 4,500-gallon lots. Unless required by Tacoma Water, quantities other than 4,500 gallons shall be accepted at the convenience of Tacoma Water. Each sodium hypochlorite shipment shall be accompanied by the following: 1. Affidavit of Compliance stating that the sodium hypochlorite furnished complies with all provisions of these specifications, including AWWA Standard B300, of latest revision, and NSF/ANSI Standard 60 2. Load-specific Certificate of Analysis stating the following: a. the percent of sodium hypochlorite (NaOCl) content by weight b. the trade percent of available chlorine c. the percent of total free alkali by weight (expressed as NaOH) d. the quantity of iron (Fe), nickel (Ni), and copper (Cu) in parts per million (metals data may be collected from the plant on a monthly basis if load- specific data are not available) e. the specific gravity of the solution f. the solution weight in pounds per gallon g. date of sample The Affidavit of Compliance and the Certificate of Analysis must be presented to onsite personnel at the time of delivery; faxes prior to delivery will not be accepted. As described in the Special Provisions, Tacoma Water reserves the right to test chemicals upon delivery. For sodium hypochlorite deliveries, the delivery driver shall collect a one-liter sample from the truck. Tacoma Water will provide a sample bottle and sample valve to assist with sample collection. Supplier shall allow thirty (30) minutes from the time of sample collection for Tacoma Water to test the sample and approve offload. One liter of sample must pass through a 47-mm, 0.8-μm Millipore AA Type filter under vacuum (20 inches of mercury) within five (5) minutes or less. Tacoma Water may refuse delivery of any product requiring more than five (5) minutes filtration time. No payment shall be made for sodium hypochlorite that is rejected. Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 20 of 22 PRIMARY SUPPLY Price Proposal Item 4a The lowest responsive, responsible bidder for Price Proposal Item 4a will be the primary Supplier for sodium hypochlorite. If specification requirements are not met, for any reason, Tacoma Water reserves the right to temporarily place orders with the back-up Supplier under Price Proposal Item 4b. In particular, if two loads in a row are rejected or if an excessive delay results, Tacoma Water reserves the right to place orders with the back-up Supplier. An excessive delay may be considered a total delivery time greater than four (4) business days from order placement or when Tacoma Water deems sodium hypochlorite storage volumes to be near unacceptable levels due to delivery delays. If, at any point during the contract term, price adjustments cause the primary Supplier’s unit price to be higher than the back-up Supplier’s unit price, Tacoma Water reserves the right to begin placing routine orders with the back-up Supplier. BACK-UP SUPPLY Price Proposal Item 4b The lowest responsive, responsible bidder for Price Proposal Item 4b, provided they are not awarded Item 4a will be the back-up Supplier for sodium hypochlorite. Bidders may bid on both Items 4a and 4b; different unit prices may be bid on each item. The primary Supplier will not be eligible to also hold the back-up contract. The number and frequency of orders placed for Item 4b will vary. There is no guaranteed minimum quantity for Price Proposal Item 4b. 25.5 ALUMINUM SULFATE Price Proposal Item 5 Liquid aluminum sulfate furnished under these specifications shall be in accordance with AWWA Standard B403, of latest revision. Forty-seven (47) to forty-nine (49) percent liquid aluminum sulfate (Al2(SO4)3*14H2O) shall contain water-soluble aluminum of not less than 8.0 percent as Al2O3. Water-insoluble matter shall not exceed 0.2 percent. Total water-soluble iron shall not exceed 0.35 percent. Delivered aluminum sulfate shall be equal to or better than that derived from the standard bauxite/sulfuric acid digestion process. Insoluble or precipitative material will not be accepted. The aluminum sulfate specified in Price Proposal Item 5 shall be delivered FOB Destination Prepaid and Allowed to the Green River Filtration Facility, 36932 SE Green River Headworks Road, Ravensdale, Washington, 98051. Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 21 of 22 Forty-seven (47) to forty-nine (49) percent aluminum sulfate shall be bid on a dry-ton basis and delivered to the Green River Filtration Facility in lots of 24 wet tons. Unless required by Tacoma Water, quantities other than 24 wet tons shall be accepted at the convenience of Tacoma Water. Each aluminum sulfate shipment shall be accompanied by the following: 1. Affidavit of Compliance stating that the aluminum sulfate furnished complies with all provisions of these specifications, including AWWA Standard B403, of latest revision, and NSF/ANSI Standard 60 2. Load-specific Certificate of Analysis stating the following: a. the percent of dry aluminum sulfate (Al2(SO4)3*14H2O) content by weight b. the percent of aluminum oxide (Al2O3) content by weight c. the percent of aluminum (Al) content by weight d. the total percent water-soluble iron by weight expressed as Fe2O3 e. the percent water-insoluble matter by weight f. the specific gravity of the solution g. the solution weight in pounds per gallon h. date of sample The Affidavit of Compliance and the Certificate of Analysis must be presented to onsite personnel at the time of delivery; faxes prior to delivery will not be accepted. The Supplier shall be capable of providing technical support, including onsite jar testing and dosing recommendations, as required by the water treatment plant operators. Such support shall be offered at no cost to Tacoma Water, provided site visits are limited to three (3) or fewer visits during the contract period. 25.6 ALUMINUM CHLOROHYDRATE Price Proposal Item 6 Liquid aluminum chlorohydrate furnished under these specifications shall be in accordance with AWWA Standard B408, of latest revision. The aluminum content of the solution shall be 23.5 + 0.5 percent Al2O3 by weight. The basicity of the solution shall be no less than 80 percent. The aluminum chlorohydrate provided shall be free of sediment and other deleterious particulate matter, with solution turbidity less than 50 NTU. Delivered aluminum chlorohydrate shall be manufactured from virgin aluminum material and shall not be made from byproducts or waste products from any manufacturing process. Request for Bids Specification No. TW22-0313F Template Revised: 02/07/2022 Page 22 of 22 Product shall be Kemira PAX XL-19 or equivalent. For any bidder proposing an equivalent product, the product data sheet shall accompany the bid submittal. Tacoma Water will be the sole determiner of suitable and unsuitable products. Tacoma Water reserves the right to jar test or pilot test any proposed aluminum chlorohydrate product to demonstrate that such product can successfully treat the water supply to meet Tacoma Water’s requirements. The aluminum chlorohydrate specified in Price Proposal Item 6 shall be delivered FOB Destination Prepaid and Allowed to the Green River Filtration Facility, 36932 SE Green River Headworks Road, Ravensdale, Washington, 98051. Bulk shipments shall be made in lots of 24 wet tons. Unless required by Tacoma Water, quantities other than 24 wet tons shall be accepted at the convenience of Tacoma Water. Each aluminum chlorohydrate shipment shall be accompanied by the following: 1. Affidavit of Compliance stating that the aluminum chlorohydrate furnished complies with all provisions of these specifications, including AWWA Standard B408, of latest revision, and NSF/ANSI Standard 60 2. Load-specific Certificate of Analysis stating the following: a. the percent of aluminum oxide (Al2O3) content by weight b. the percent of aluminum (Al) content by weight c. the percent basicity d. the specific gravity of the solution e. the solution weight in pounds per gallon f. date of sample The Affidavit of Compliance and the Certificate of Analysis must be presented to onsite personnel at the time of delivery; faxes prior to delivery will not be accepted. The Supplier shall be capable of providing technical support, including onsite jar testing and dosing recommendations, as required by the water treatment plant operators. Such support shall be offered at no cost to Tacoma Water, provided site visits are limited to three (3) or fewer visits during the contract period. APPENDIX A SUBMITTAL DOCUMENTS Form No. SPEC-080A Revised: 06/01/2021 SIGNATURE PAGE CITY OF TACOMA TACOMA WATER All submittals must be in ink or typewritten, executed by a duly authorized officer or representative of the bidding/proposing entity, and received and time stamped as directed in the Request for Bids page near the beginning of the specification. If the bidder/proposer is a subsidiary or doing business on behalf of another entity, so state, and provide the firm name under which business is hereby transacted. REQUEST FOR BIDS SPECIFICATION NO. TW22-0313F Water Treatment Chemical Supply for 2023 The undersigned bidder/proposer hereby agrees to execute the proposed contract and furnish all materials, labor, tools, equipment and all other facilities and services in accordance with these specifications. The bidder/proposer agrees, by submitting a bid/proposal under these specifications, that in the event any litigation should arise concerning the submission of bids/proposals or the award of contract under this specification, Request for Bids, Request for Proposals or Request for Qualifications, the venue of such action or litigation shall be in the Superior Court of the State of Washington, in and for the County of Pierce. Non-Collusion Declaration The undersigned bidder/proposer hereby certifies under penalty of perjury that this bid/proposal is genuine and not a sham or collusive bid/proposal, or made in the interests or on behalf of any person or entity not herein named; and that said bidder/proposer has not directly or indirectly induced or solicited any contractor or supplier on the above work to put in a sham bid/proposal or any person or entity to refrain from submitting a bid/proposal; and that said bidder/proposer has not, in any manner, sought by collusion to secure to itself an advantage over any other contractor(s) or person(s). Bidder/Proposer’s Registered Name Address City, State, Zip Authorized Signatory E-Mail Address E.I.No. / Federal Social Security Number Used on Quarterly Federal Tax Return, U.S. Treasury Dept. Form 941 E-Mail Address for Communications Signature of Person Authorized to Enter Date into Contracts for Bidder/Proposer Printed Name and Title (Area Code) Telephone Number / Fax Number State Business License Number in WA, also known as UBI (Unified Business Identifier) Number State Contractor’s License Number (See Ch. 18.27, R.C.W.) Addendum acknowledgement #1_____ #2_____ #3_____ #4_____ #5_____ THIS PAGE MUST BE SIGNED AND RETURNED WITH SUBMITTAL. Bidder Name: TW22-0313F PRICE PROPOSAL FORM The undersigned hereby agrees to furnish water treatment chemicals during 2023, in strict accordance with the specifications provided. Bidders are expected to disclose and attach all information that is pertinent to their bid submittal. * Pricing shall remain firm throughout the contract term as described in the specifications. * All pricing shall be based on delivery FOB Destination Prepaid and Allowed to each location listed. * Sales tax is not applicable for Items 1 through 4, but will be applied to Items 5 and 6. ITEM ESTIMATED ANNUAL USAGE DESCRIPTION UNIT OF MEASURE UNIT PRICE TOTAL 1a 400 Wet Tons 23 – 26% Fluorosilicic Acid delivered in 24- wet-ton lots to the Green River Filtration Facility, Ravensdale, Washington. WET TON $ $ 1b 50 Wet Tons 23 – 26% Fluorosilicic Acid delivered in 24- wet-ton lots to the Hood Street Reservoir, Tacoma, Washington. WET TON $ $ 2 1200 Dry Tons 50% Membrane-grade Sodium Hydroxide solution delivered in 24-wet-ton lots to the Green River Filtration Facility, Ravensdale, Washington. Bid on a dry-weight basis. DRY TON $ $ 3 100 Dry Tons 25% Membrane-grade Sodium Hydroxide solution delivered in 24-wet-ton lots to the Hood Street Reservoir, Tacoma, Washington. Bid on a dry-weight basis. DRY TON $ $ 4a 325,000 Gallons 12 – 15% (NaOCl by weight) Sodium Hypochlorite delivered in 4,500-gallon lots to the Green River Filtration Facility, Ravensdale, Washington. Primary Supply GAL $ $ 4b 50,000 Gallons 12 – 15% (NaOCl by weight) Sodium Hypochlorite delivered in 4,500-gallon lots to the Green River Filtration Facility, Ravensdale, Washington. Back-up Supply GAL $ $ Subtotal (Items 1 - 4) $ TW22-0313F PRICE PROPOSAL FORM PAGE 2 Bidder Name: 5 600 Dry Tons 47 – 49% (Al2(SO4)3*14H2O) Aluminum Sulfate in 24-wet-ton lots to the Green River Filtration Facility, Ravensdale, Washington. Bid on a dry-weight basis. DRY TON $ $ 6 200 Tons Aluminum Chlorohydrate in 24-wet-ton-lots to the Green River Filtration Facility, Ravensdale, Washington. TON $ $ Subtotal (Items 5 - 6) $ Sales Tax (Items 5 - 6) at 8.7% $ (Items 5 - 6 plus Sales Tax) $ TOTAL (Items 1 - 6 plus Sales Tax) $ Prompt Payment Discount % days, net 30. Payment discount periods of twenty 20 calendar days or more will be considered in determining lowest responsible bid. Would you accept the City of Tacoma procurement card (VISA) as a form of payment? Yes No NOTE: All chemicals provided shall be certified by an accredited certification organization as being in full compliance with NSF/ANSI Standard 60 for Drinking Water Treatment Chemicals – Health Effects. Documentation demonstrating compliance with this requirement shall accompany the prospective Supplier’s bid. Failure to comply with this requirement may, at the discretion of the City, be considered grounds for rejection. APPENDIX B SAMPLE DOCUMENTS Supplies_PurchasedServices_PW Form No. SPEC-120A CW####### Template Revised: 02/03/2022 Page 1 of 2 CONTRACT Resolution No. [########] Contract No. [#######] This Contract is made and entered into effective as of [Month], [Day], [Year] (“Effective Date”) by and between the City of Tacoma, a Municipal Corporation of the State of Washington (“City”), and [supplier name as it appears in Ariba, including dbas or trade names] (“Contractor”). That in consideration of the mutual promises and obligations hereinafter set forth the Parties hereto agree as follows: I. Contractor shall fully execute and diligently and completely perform all work and provide all services and deliverables described herein and in the items listed below each of which are fully incorporated herein and which collectively are referred to as “Contract Documents”: 1. Specification No. [Spec Number] [ Spec Title] together with all authorized addenda. 2. Contractor’s submittal [or specifically described portions thereof] dated [Enter Submittal Date] submitted in response to Specification No. [Spec Number] [Spec Title]. 3. Describe with specific detail and list separately any other documents that will make up the contract (fee schedule, work schedule, authorized personnel, etc.) or any other additional items mutually intended to be binding upon the parties. II. If federal funds will be used to fund, pay or reimburse all or a portion of the services provided under the Contract, the terms and conditions set forth at this Appendix A are incorporated into and made part of this Contract and CONTRACTOR will comply with all applicable provisions of Appendix A and with all applicable federal laws, regulations, executive orders, policies, procedures, and directives in the performance of this Contract. If CONTRACTOR’s receipt of federal funds under this Contract is as a sub-recipient, a fully completed Appendix B, “Sub-recipient Information and Requirements” is incorporated into and made part of this Contract. III. In the event of a conflict or inconsistency between the terms and conditions contained in this document entitled Contract and any terms and conditions contained the above referenced Contract Documents the following order of precedence applies with the first listed item being the most controlling and the last listed item the least controlling: 1. Contract, inclusive of Appendices A and B. 2. List remaining Contract Documents in applicable controlling order. IV. The Contract terminates on xxxxx, and may be renewed for xxxxxxxx V. The total price to be paid by City for Contractor’s full and complete performance hereunder, including during any authorized renewal terms, may not exceed: $[Dollar Amount], plus any applicable taxes. VI. Contractor agrees to accept as full payment hereunder the amounts specified herein and in Contract Documents, and the City agrees to make payments at the times and in the manner and upon the terms and conditions specified. Except as may be otherwise provided herein or in Contract Documents Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work and providing the services and deliverables required by this Contract. VII. The City’s preferred method of payment is by ePayables (Payment Plus), followed by credit card (aka procurement card), then Electronic Funds Transfer (EFT) by Automated Clearing House (ACH), then check or other cash equivalent. CONTRACTOR may be required to have the capability of accepting the City’s ePayables or credit card methods of payment. The City of Tacoma will not accept price changes or pay additional fees when ePayables (Payment Plus) or credit card is used. The City, in its sole discretion, will determine the method of payment for this Contract. Supplies_PurchasedServices_PW Form No. SPEC-120A CW####### Template Revised: 02/03/2022 Page 2 of 2 VIII. Failure by City to identify a deficiency in the insurance documentation provided by Contractor or failure of City to demand verification of coverage or compliance by Contractor with the insurance requirements contained in the Contract Documents shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. IX. Contractor and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the requirements contained herein and in Contract Documents. It is further provided that no liability shall attach to City by reason of entering into this Contract, except as expressly provided herein. IN WITNESS WHEREOF, the Parties hereto have accepted and executed this Contract, as of the Effective Date stated above, which shall be Effective Date for bonding purposes as applicable. CITY OF TACOMA: CONTRACTOR: Signature: Signature: Name: Name: Title: Title: (City of Tacoma use only - blank lines are intentional) Director of Finance: ______________________________________________________________ Deputy/City Attorney (approved as to form): _________________________________________________ Approved By: ___________________________________________________________________ Approved By: ___________________________________________________________________ Approved By: ___________________________________________________________________ Approved By: ___________________________________________________________________ Approved By: ___________________________________________________________________ Approved By: ___________________________________________________________________ CITY OF TACOMA INSURANCE REQUIREMENTS FOR CONTRACTS Insurance Requirements Spec/Contract Number: Spec Number TW22-0313F Template Revised 10/3/2019 Page 1 of 4 The Contractor (Contractor) shall maintain at least the minimum insurance set forth below. By requiring such minimum insurance, the City of Tacoma shall not be deemed or construed to have assessed the risk that may be applicable to Contractor under this Contract. Contractor shall assess its own risks and, if it deems appropriate and/or prudent, maintain greater limits and/or broader coverage. 1. GENERAL REQUIREMENTS The following General Requirements apply to Contractor and to Subcontractor(s) of every tier performing services and/or activities pursuant to the terms of this Contract. Contractor acknowledges and agrees to the following insurance requirements applicable to Contractor and Contractor’s Subcontractor(s): 1.1. City of Tacoma reserves the right to approve or reject the insurance provided based upon the insurer, terms and coverage, the Certificate of Insurance, and/or endorsements. 1.2. Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by City of Tacoma. 1.3. Contractor shall keep this insurance in force during the entire term of the Contract and for Thirty (30) calendar days after completion of all work required by the Contract, unless otherwise provided herein. 1.4. Insurance policies required under this Contract that name “City of Tacoma” as Additional Insured shall: 1.4.1. Be considered primary and non-contributory for all claims. 1.4.2. Contain a “Separation of Insured provision and a “Waiver of Subrogation” clause in favor of City of Tacoma. 1.5. Section 1.4 above does not apply to contracts for purchasing supplies only. 1.6. Verification of coverage shall include: 1.6.1. An ACORD certificate or equivalent. 1.6.2. Copies of all endorsements naming the City of Tacoma as additional insured and showing the policy number. 1.6.3. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. 1.7. Liability insurance policies, with the exception of Professional Liability and Workers’ Compensation, shall name the City of Tacoma and its officers, elected officials, employees, agents, and authorized volunteers as additional insured. 1.7.1. No specific person or department should be identified as the additional insured. 1.7.2. All references on certificates of insurance and endorsements shall be listed as “City of Tacoma”. CITY OF TACOMA INSURANCE REQUIREMENTS FOR CONTRACTS Insurance Requirements Spec/Contract Number: Spec Number TW22-0313F Template Revised 10/3/2019 Page 2 of 4 1.7.3. The City of Tacoma shall be additional insured for both ongoing and completed operations using Insurance Services Office (ISO) form CG 20 10 04 13 and CG 20 37 04 13 or the equivalent for the full available limits of liability maintained by the Contractor irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract and irrespective of whether the Certificate of Insurance describes limits lower than those maintained by the Contractor. 1.8. Contractor shall provide a Certificate of Insurance for each policy of insurance meeting the requirements set forth herein when Contractor provides the signed Contract for the work to City of Tacoma. Contractor shall provide copies of any applicable Additional Insured, Waiver of Subrogation, and Primary and Non-contributory endorsements. Contract or Permit number and the City Department must be shown on the Certificate of Insurance. 1.9. Insurance limits shown below may be written with an excess policy that follows the form of an underlying primary liability policy or an excess policy providing the required limit. 1.10. Liability insurance policies shall be written on an “occurrence” form, except for Professional Liability/Errors and Omissions, Pollution Liability, and Cyber/Privacy and Security 1.11. If coverage is approved and purchased on a “Claims-Made” basis, Contractor warrants continuation of coverage, either through policy renewals or by the purchase of an extended reporting period endorsement as set forth below. 1.12. The insurance must be written by companies licensed or authorized in the State of Washington pursuant to RCW 48 with an (A-) VII or higher in the A.M. Best's Key Rating Guide www.ambest.com. 1.13. Contractor shall provide City of Tacoma notice of any cancellation or non-renewal of this required insurance within Thirty (30) calendar days. 1.14. Contractor shall not allow any insurance to be cancelled or lapse during any term of this Contract, otherwise it shall constitute a material breach of the Contract, upon which City of Tacoma may, after giving Five (5) business day notice to Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith; with any sums so expended to be repaid to City of Tacoma by Contractor upon demand, or at the sole discretion of City of Tacoma, offset against funds due Contractor from City of Tacoma. 1.15. Contractor shall be responsible for the payment of all premiums, deductibles and self-insured retentions, and shall indemnify and hold the City of Tacoma harmless to the extent such a deductible or self-insured retained limit may apply to the City of Tacoma as an additional insured. Any deductible or self-insured retained limits in excess of Twenty Five Thousand Dollars ($25,000) must be disclosed and approved by City of Tacoma Risk Manager and shown on the Certificate of Insurance. http://www.ambest.com/ CITY OF TACOMA INSURANCE REQUIREMENTS FOR CONTRACTS Insurance Requirements Spec/Contract Number: Spec Number TW22-0313F Template Revised 10/3/2019 Page 3 of 4 1.16. City of Tacoma reserves the right to review insurance requirements during any term of the Contract and to require that Contractor make reasonable adjustments when the scope of services has changed. 1.17. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made by City of Tacoma to Contractor. 1.18. Insurance coverages specified in this Contract are not intended and will not be interpreted to limit the responsibility or liability of Contractor or Subcontractor(s). 1.19. Failure by City of Tacoma to identify a deficiency in the insurance documentation provided by Contractor or failure of City of Tacoma to demand verification of coverage or compliance by Contractor with these insurance requirements shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. 1.20. If Contractor is a State of Washington or local government and is self-insured for any of the above insurance requirements, a certification of self-insurance shall be attached hereto and be incorporated by reference and shall constitute compliance with this Section. 2. CONTRACTOR As used herein, "Contractor" shall be the Supplier(s) entering a Contract with City of Tacoma, whether designated as a Supplier, Contractor, Vendor, Proposer, Bidder, Respondent, Seller, Merchant, Service Provider, or otherwise. 3. SUBCONTRACTORS It is Contractor's responsibility to ensure that each subcontractor obtain and maintain adequate liability insurance coverage. Contractor shall provide evidence of such insurance upon City of Tacoma’s request. 4. REQUIRED INSURANCE AND LIMITS The insurance policies shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve Contractor from liability in excess of such limits. 4.1 Commercial General Liability Insurance Contractor shall maintain Commercial General Liability Insurance policy with limits not less than One Million Dollars ($1,000,000) each occurrence and Two Million Dollars ($2,000,000) annual aggregate. The Commercial General Liability Insurance policy shall be written on an Insurance Services Office form CG 00 01 04 13 or its equivalent. Products and Completed Operations shall be maintained for a period of three years following Substantial Completion of the Work related to performing construction services. This policy shall include product liability especially when a Contract solely is for purchasing supplies. The Commercial General Liability policy shall be endorsed to include: 4.1.1 A per project aggregate policy limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. CITY OF TACOMA INSURANCE REQUIREMENTS FOR CONTRACTS Insurance Requirements Spec/Contract Number: Spec Number TW22-0313F Template Revised 10/3/2019 Page 4 of 4 4.2 Commercial (Business) Automobile Liability Insurance Contractor shall maintain Commercial Automobile Liability policy with limits not less than One Million Dollars ($1,000,000) each accident for bodily injury and property damage and bodily injury and property damage coverage for owned (if any), non-owned, hired, or leased vehicles. Commercial Automobile Liability Insurance shall be written using ISO form CA 00 01 or equivalent. Contractor must also maintain an MCS 90 endorsement or equivalent and a CA 99 48 endorsement or equivalent if “Pollutants” are to be transported. 4.3 Workers' Compensation 4.3.1 Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington, as well as any other similar coverage required for this work by applicable federal laws of other states. The Contractor must comply with their domicile State Industrial Insurance laws if it is outside the State of Washington. 4.4 Employers’ Liability Insurance Contractor shall maintain Employers’ Liability coverage with limits not less than One Million Dollars ($1,000,000) each employee, One Million Dollars ($1,000,000) each accident, and One Million Dollars ($1,000,000) policy limit. 4.5 Excess or Umbrella Liability Insurance Contractor shall provide Excess or Umbrella Liability Insurance with limits not less than Three Million Dollars ($3,000,000) per occurrence and in the aggregate. This coverage shall apply, at a minimum, in excess of primary underlying Commercial General Liability, Employer’s Liability, Pollution Liability, Marine General Liability, Protection and Indemnity, and Automobile Liability if required herein. 4.6 Pollution Liability Insurance Contractor shall maintain a Pollution Liability or Environmental Liability Insurance providing coverage, including investigation and defense costs, for bodily injury and property damage, including loss of use of damaged property or of property that has been physically damaged or destroyed. Such coverage shall provide both on-site and off-site cleanup costs and cover gradual and sudden pollution, and include in its scope of coverage the City of Tacoma damage claims for loss arising out of Contractor’s work with limits not less than One Million Dollars ($1,000,000) each occurrence and Two Million Dollars ($2,000,000) aggregate. This policy shall include Environmental Resource Damage coverage and Hazardous Substance Removal. If such coverage is provided on a “claims-made” basis, the following additional conditions must be met: 4.6.1 The policy must contain no retroactive date, or the retroactive date must precede the commencement date of this Contract. 4.6.2 The extended reporting period (tail) must be purchased to cover a minimum of Six (6) years beyond completion of work. 4.7 Other Insurance Other insurance may be deemed appropriate to cover risks and exposures related to the scope of work or changes to the scope of work required by City of Tacoma. The costs of such necessary and appropriate Insurance coverage shall be borne by Contractor. APPENDIX C CURRENT CONTRACT BID TABULATIONS 9/2/2022 Tacoma Water Bid Tabulation Final Bid Tabs 2022.xlsx PAGE 1 OF 5 Description: Fluorosilicic Acid Supply for 2022 Specification No. TW21-0640N Submittal Deadline: October 20, 2021 Cascade Columbia Dist. Co. Item Description Unit Quantity Unit Price Amount 1 23-26% Fluorosilicic Acid - Green River Filtration Facility TN 400 $553.00 $221,200.00 2 23-26% Fluorosilicic Acid - Hood Street Reservoir TN 50 $553.00 $27,650.00 Sub-Total Bid Items $248,850.00 Sales Tax GRAND TOTAL $248,850.00 Notes: Seattle, WA 9/2/2022 Tacoma Water Bid Tabulation Description: Sodium Hydroxide Supply for 2022 Specification No. TW21-0641F Submittal Deadline: October 19, 2021 Northstar Chemical, Inc Cascade Columbia Distribution Co JCI Jones Chemicals, Inc. Univar Solutions USA Inc. Item Description Unit Quantity Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount 1 50% Membrane-grade Sodium Hydroxide solution (Green River Filtration Facility) DT 1,200 $841.00 $1,009,200.00 $994.11 $1,192,932.00 $788.00 $945,600.00 $725.00 $870,000.00 2 25% Membrane-grade Sodium Hydroxide solution (Hood Street Reservoir) DT 100 $961.00 $96,100.00 $1,123.64 $112,364.00 $863.00 $86,300.00 $925.00 $92,500.00 Sub-Total Bid Items $1,105,300.00 $1,305,296.00 $1,031,900.00 $962,500.00 Sales Tax GRAND TOTAL $1,105,300.00 $1,305,296.00 $1,031,900.00 $962,500.00 Notes: Sherwood, OR Seattle, WA Tacoma, WA Kent, WA Final Bid Tabs 2022.xlsx PAGE 1 OF 1 9/2/2022 Tacoma Water Bid Tabulation Description: Sodium Hypochlorite Supply for 2022 Specification No. TW21-0720N Submittal Deadline: November 24, 2021 Cascade Columbia Dist. Co. JCI Jones Chemicals, Inc HASA, Inc Item Description Unit Quantity Unit Price Amount Unit Price Amount Unit Price Amount 1 12-15% Sodium Hypochlorite - Primary Supply GA 325,000 $1.54 $500,500.00 $1.48 $481,000.00 $1.245 $404,625.00 2 12-15% Sodium Hypochlorite - Back-up Supply GA 50,000 $1.54 $77,000.00 $1.58 $79,000.00 $1.345 $67,250.00 Sub-Total Bid Items $577,500.00 $560,000.00 $471,875.00 Sales Tax GRAND TOTAL $577,500.00 $560,000.00 $471,875.00 Seattle, WA Tacoma, WA Saugus, CA Final Bid Tabs 2022.xlsx PAGE 1 OF 1 9/2/2022 Tacoma Water Bid Tabulation Description: Aluminum Sulfate Supply for 2022 Specification No. TW21-0643N Submittal Deadline: October 20, 2021 Chemtrade Chemicals US, LLC Kemira Water Solutions, Inc Item Description Unit Quantity Unit Price Amount Unit Price Amount 1 47-49% Aluminum Sulfate TN 600 $468.00 $280,800.00 $590.00 $354,000.00 Sub-Total Bid Items $280,800.00 $354,000.00 8.7% Sales Tax $24,429.60 $30,798.00 GRAND TOTAL $305,229.60 $384,798.00 Notes: Parsippany, NJ Final Bid Tabs 2022.xlsx PAGE 1 OF 1 9/2/2022 Tacoma Water Bid Tabulation Description: Aluminum Chlorohydrate Supply for 2022 Specification No. TW21-0644N Submittal Deadline: October 20, 2021 Chemtrade Chemicals US Kemira Water Solutions, Inc. Northstar Chemical, Inc Item Description Unit Quantity Unit Price Amount Unit Price Amount Unit Price Amount 1 Aluminum Chlorohydrate - Ravensdale, WA TN 200 $1,960.00 $392,000.00 $840.00 $168,000.00 $884.00 $176,800.00 Sub-Total Bid Items $392,000.00 $168,000.00 $176,800.00 8.7% Sales Tax $34,104.00 $14,616.00 $15,381.60 GRAND TOTAL $426,104.00 $182,616.00 $192,181.60 Notes: Parsippany, NJ Lawrence, KS Sherwood, OR Final Bid Tabs 2022.xlsx PAGE 1 OF 1

747 Market Street Tacoma, Washington 98402Location

Address: 747 Market Street Tacoma, Washington 98402

Country : United StatesState : Washington

You may also like

Water Treatment Chemicals

Due: 31 Mar, 2024 (in 2 days)Agency: City of Aurora

22GV012M - WATER TREATMENT CHEMICALS/ACCUTAB

Due: 14 Aug, 2024 (in 4 months)Agency: City of Scottsdale

Water Treatment Chemicals / Delta Chemical Corporation 2023-2024.

Due: 30 Sep, 2024 (in 6 months)Agency: Delta H2O, LLC

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.