HomeMy WebLinkAboutCA Water Technologies PVS Agreement_RedactedCITY OF SAN LUIS OBISPO
AGREEMENT FOR PURCHASES OF GOODS
This Agreement is made and entered into in the City of San Luis Obispo on _____________, by and
between the City of San Luis Obispo, a municipal corporation, hereinafter referred to as City, and California
Water Technologies, LLC, hereinafter referred to as Contractor.
W I T N E S S E T H:
WHEREAS, on April 30, 2024, City requested proposals for Chemicals, per Specification No. 2024-
25; and
WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City.
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter
contained, the parties hereto agree as follows:
1.TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as
first written above, ending on June 30, 2025.
2.INCORPORATION BY REFERENCE. City Specification No. 2024-25, and Contractor’s proposal is
hereby incorporated in and made a part of this Agreement, attached as Exhibit A. To the extent that
there are any conflicts between the Contractor’s fees and scope of work and the City’s terms and
conditions as stated herein, the City’s terms and conditions shall prevail unless specifically agreed
otherwise in writing signed by both Parties.
3.CITY'S OBLIGATIONS. For providing the services as specified in this Agreement, City will pay, and
Contractor shall receive therefore compensation of $1350 dry ton for Ferric Chloride for the WRRF.
4.CONTRACTOR/CONTRACTOR’S OBLIGATIONS. For and in consideration of the payments and
agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City
to do everything required by this Agreement and the said specifications.
5.AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall
be in writing and shall be effective only upon approval by the City Manager.
6.COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated
herein by reference, shall constitute the complete agreement between the parties hereto. No oral
agreement, understanding or representation not reduced to writing and specifically incorporated
herein shall be of any force or effect, nor shall any such oral agreement, understanding or
representation be binding upon the parties hereto.
7.NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid
by registered or certified mail addressed as follows:
City Utilities Department
879 Morro Street
San Luis Obispo, CA 93401
Attn: Patrick McGrath (pmcgrath@slocity.org)
Contractor California Water Technologies, LLC
8851 Dice Road
Santa Fe Springs, CA 90670
Tatyana Lipanovich
bids@pvschemicals.com
8.AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that everyone
executing this agreement on behalf of each party is a person duly authorized and empowered to
execute Agreements for such party.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and
year first above written.
CITY OF SAN LUIS OBISPO:
By:_____________________________________
City Manager
APPROVED AS TO FORM: CONTRACTOR:
________________________________ By: _____________________________________
City Attorney
45
PROPOSAL SUBMITTAL FORM
Bidders are to submit pricing electronically in BidSync. The below paper form should be used as a backup
in case of technical issues submitting pricing in BidSync.
The undersigned declares that she or he has carefully examined Specification which is
hereby made a part of this proposal; is thoroughly familiar with its contents; is authorized to
represent the proposing firm; and agrees to perform the specified work for the following cost quoted in
full:
BID ITEM: Chemicals for Water and Wastewater
Liquid Alum Price per ton delivered (Tanker Load) Water $
Sodium Silicofluoride Price per ton delivered Water $
Sodium Hypochlorite Solution Price per gallon delivered (tanker load) Water $
WRRF
(include tax at
8.75%)
$
Swim $
Ferric Chloride (40%) Bulk Tanker Truck WRRF
Sodium Hydroxide Solution Price per gallon delivered (25% solution)
(tanker load)
Water $
WRRF
(include tax at
8.75%)
$
Liquid Cationic Polymer Price per gallon delivered Water $
WRRF (include
tax at 8.75%
$
Liquid Muriatic Acid Price per gallon delivered Swim $
Liquid Oxygen-LOx Price per million standard cubic feet delivered9 Water $
Glycerin WRRF $
Citric Acid WRRF $
Hydrogen Peroxide WRRF $
** INCLUDE PESTICIDE ASSESSMENT TAX ON ALL CHEMICALS WHERE APPLICABLE.
** TANKER LOAD CAPACITY IS A MINIMUM 4000 GALLONS.
Certificate of insurance attached; insurance company's A.M. Best rating:
NO BID
NO BID
NO BID
NO BID
NO BID
$1,350.00 / DT
NO BID
NO BID
NO BID
NO BID
NO BID
NO BID
NO BID
NO BID
NO BID
Exhibit A
46
Firm Name and Address
Contact Phone
Signature of Authorized Representative
California Water Technologies, LLC.
8851 Dice Road
Santa Fe Springs, CA 90670
Tatyana Lipanovich - Director of Sales 313-319-7868
May 28, 2024
Solicitation 2404-003
Notice Inviting Bids for Chemicals for Water and Wastewater
Treatment Specific
Bid Designation: Public
City of San Luis Obispo
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 1
Bid 2404-003
Notice Inviting Bids for Chemicals for Water and Wastewater Treatment Specific
Bid Number 2404-003
Bid Title Notice Inviting Bids for Chemicals for Water and Wastewater Treatment Specific
Bid Start Date Apr 30, 2024 6:47:25 PM PDT
Bid End Date May 31, 2024 2:00:00 PM PDT
Question &
Answer End Date May 20, 2024 5:00:00 PM PDT
Bid Contact Daniel Clancy
dclancy@slocity.org
Contract Duration 1 year
Contract Renewal Not Applicable
Prices Good for 30 days
Bid Comments Notice Inviting Bids for
Chemicals for Water and Wastewater Treatment
Specification No. 2024-25
The City of San Luis Obispo is inviting bids for the supply and delivery of chemicals for the Water Treatment
Plant, Water Resource Recovery Facility, and the Swim Center pursuant to Specification No. 2022-23. All
interested bidders must register on BidSync at www.bidsync.com.
Bids must be submitted on the City's BidSync site by 2 pm on May 31, 2024, when they will be opened
electronically. Proposals received after said time may not be considered. Proposals shall be submitted using the
forms provided in the specification package.
All chemicals shall be "FREIGHT ON BOARD," delivered to 1990 Stenner Creek Road, San Luis Obispo, CA,
93405 (Water Treatment Plant) or 35 Prado Road (Water Resource Recovery Facility), or 900 Southwood Dr (Swim
Center) San Luis Obispo, CA, 93401.
All chemicals will be in accordance with applicable American Water Works Association standards and the
attached specifications. Estimated quantities are listed on the attached Invitation for Bids.
Special Note: All chemicals consigned to Stenner Creek Road address (Water Treatment Plant) must be
accompanied by a certification of compliance with the specifications of the American National Sanitation
Foundation Standard 60 concerning drinking water additives.
Please submit your questions to BidSync, where they will be answered publicly. Contact Daniel Clancy, Financial
Analyst at dclancy@slocity.org with any questions. For technical issues with BidSync, please contact BidSync at
(800)-990-9339.
BID OPENING CONFERENCE CALL INFORMATION
June 2, 2024 at 2pm
Microsoft Teams
Join the meeting now
Meeting ID: 288 125 608 86
Passcode: WhCpiz
________________________________________
Dial-in by phone
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 2
+1 209-645-4165,,257078734# United States, Stockton
Find a local number
Phone conference ID: 257 078 734#
Added on May 1, 2024:
Hello.
The bid opening will be on May 31, 2024 at 2 pm. (Friday). Please disregard the date in the bidsync text. Refer
to the pdf of the bid for the dates.
BID OPENING CONFERENCE CALL - JUNE 2, 2024, 2 pm
Microsoft Teams
Join the meeting now
Meeting ID: 288 125 608 86
Passcode: WhCpiz ________________________________________
Dial-in by phone
+1 209-645-4165,,257078734# United States, Stockton
Find a local number
Phone conference ID: 257 078 734#
Added on May 5, 2024:
Bid tabulation for 2023-24 is attached for reference per bid question/request
Added on May 8, 2024:
Please see update bid to correct issues from questions in the Q&A.
Added on May 21, 2024:
The City has revised its spec for Glycerin due to feedback that under 90% was a concern to the Engineering
group.
The updated spec is attached.
Added on May 28, 2024:
Further information for Glycerin.
The 95%+ addendum it to aim for protection of downstream infrastructure. The WRRF facility is new (in its 5th
and final year of construction) and the City is going to be conservative with any/all new processes that could
impact. As the City gains confidence in dosing glycerin to the system, the specifications may widen, which the
City can work directly with the winning bidder, on modifying the specs, but for now, the City is going to err on the
side of caution, thus the 95% addendum was issued.
Added on May 29, 2024:
The teams link and call in information has been updated - apologize for the multiple dates/times in Bid Sync.
We have updated the bid packet (see attached).
The teams call will be on May 31st at 2pm.
Call in link below. The City will also email the link to all suppliers who have viewed the bid as of 5/29/2024.
________________________________________________________________________________
Microsoft Teams Need help?
Join the meeting now
Meeting ID: 291 544 879 261
Passcode: 5E4zJb
Dial in by phone
+1 209-645-4165,,907809607# United States, Stockton
Find a local number
Phone conference ID: 907 809 607#
For organizers: Meeting options | Reset dial-in PIN
________________________________________________________________________________
Added on May 30, 2024:
For Glycerin. The City's WRRF staff after consultation; would like two bids for Glycerin. One at 70% and one at
95%. I have attached an updated bid price sheet for any bidder looking to provide pricing on Glycerin. I will
also email the sheet out to all bidders who have viewed the bid on bidsync.
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 3
Addendum # 1
Addendum # 2
New Documents Bid Tabulation.xlsx
Addendum # 3
New Documents Packet_for_Bid_2404-003 Updated.pdf
Removed Documents Chemical RFP - SLO 2024.pdf
Addendum # 4
New Documents Glycerin Specification - Updated 5.2024.pdf
Addendum # 5
Addendum # 6
New Documents Packet_for_Bid_2404-003_Updated.pdf
Removed Documents Packet_for_Bid_2404-003 Updated.pdf
Addendum # 7
New Documents Glycerin Specification - Updated 70.pdf
City of SLO - Chemical RFP - SLO 2024 - Price Sheet.pdf
Item Response Form
Item 2404-003--01-01 - Notice Inviting Bids for Chemicals for Water and Wastewater Treatment Specific
Quantity 1 each
Unit Price
Delivery Location City of San Luis Obispo
City Hall
990 Palm Street
San Luis Obispo CA 93401
Qty 1
Description
See attached bid for specifications
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 4
Company Liquid Alum pp dry ton
Sodium
Silicoflouride pp ton
Sodium
Hypochlorite
(SWIM)
Sodium Hypochlorite
WTP pp gallon
JCI Jones Chemicals 2.25830
Chemrite 3579.000
Univar 3016.470 3.05000
Kemira
CA Water Technologies PVS
Chemtrade 491.000
Thatcher 660.000
Polydyne
HASA
Northstar
Brenntag
Pennco
Olin 2.94900
Gilmore
TRI International
Environmental Operation Solutions
Momar
Thorton Musso
Olin owcmarketing_bidteam@olin.com
JCI cdubose@jcichem.com
Gilmore bruce.nagy@gilmoreliquidair.com
TRI karen.wheaton@trichemicals.com
Environmental Op Solutions sales@microc.com
Momar bob.beck@momar.com
Polydyne randalv@snfhc.com
Thornton Musso james@tmbwater.com
Chemrite aaron@chemrite.com
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 5
Polydyne randalv@snfhc.com
Chemtrade bids@chemtradelogistics.com
PVS bids@pvschemicals.com
Kemira kwsna.bids@kemira.com
Pencco sarah@pencco.com
Univar jennifer.perras@univarsolutions.com
Garrison mac@garrisonminerals.com
PVS cgriffith@pvschemicals.com
PVS sbarthel@pvschemicals.com
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 6
Sodium Hypochlorite
WRRF pp gallon
Sodium BiSulfite
pp gallon Ferric Chloride pp dry ton
Sodium Hydroxide
WTP pp gallon
Sodium
Hydroxide WRRF
pp gallon
Liquid Cationic
Polymer WTP pp
gallon
2.45590 1.85960 1.88000 2.04450
3.32000 2.11500 1.33800 1.45400
1401.790
1254.900
9.1160
1413.750
3.20700
2.49000 2.49000
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 7
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 8
Liquid Cationic
Polymer WRRF pp
gallon
Liquid Muriatic
Acid
Liquid Oxygen -
Lox Citric Acid MicroCGylcerin
16.760
14.500 5.52
17.3030
1.3500
2.75
3.04
15.000
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 9
SPECIFICATION
Glycerin
(BULK TANKER DELIVERY)
1. Requirement
It is required that a contractor be established to furnish all of the City's requirements for a
glycerin/glycerol solution proven to aid the denitrification of wastewater for the term
of July 1, 2024, through June 30, 2025, (12 months)
2. General
a. The contractor must be able to supply a solution with a glycerin/glycerol
concentration between 95-100% solution and the constituents outlined in the table
below:
Parameter Unit Specification
Glycerin % Mass >95.0
Methanol % Mass <0.50
Moisture % Mass <0.50
Ash % Mass <0.50
Matter Organic
Non-Glycerol
(MONG)
% Mass <1.0
Chloride % Mass <0.001
Arsenic mg/L <1.0
Cadmium mg/L <1.0
Mercury mg/L <1.0
Lead mg/L <1.0
Sulfur mg/L <2.0
Chloride % Mass <0.001
3. General Impurities
The glycerin/glycerol solution supplied under this specification shall contain no soluble
material or organic substances in quantities capable of producing deleterious or injurious
effects on the Water Resource Recovery Facility waste stream that has been treated properly
with the solution.
4. Affidavit of Compliance
The contractor shall submit an affidavit of compliance with these specifications for each
delivery of the solution to the City.
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 10
5. Quantity
a. The estimated requirements for solution, as listed on the "Invitation for Bid",
will vary with the actual demands of the City.
b. The estimated requirements are given for information purposes only and shall
not be deemed to guarantee either a minimum amount or restrict the maximum
amount to be furnished.
c. It is the intent of this specification to require the contractor to furnish all the
City's glycerin solution requirements.
d. Neither an underrun, regardless of extent, nor an overrun, regardless of extent,
in the actual quantity delivered compared to the estimated quantity shall entitle the
contractor to an adjustment in the unit price nor to any other compensation.
6. Delivery
a. The Contractor shall make deliveries of the glycerin/glycerol solution upon
request to the City of San Luis Obispo Water Resource Recovery Facility (WRRF), 35
Prado Road, San Luis Obispo, Ca, 93401.
b. The Contractor shall make deliveries glycerin/glycerol solution between the
hours of 7:30 am and 3:00 pm Monday through Sunday and legal holidays as
necessary with order lead time of two days. If, for any reason, the Contractor cannot
make the delivery during the above-listed hours, the Contractor shall notify the City,
and an alternate time will be scheduled.
c. The Contractor shall deliver the solution in bulk tank-trucks, of minimum 4,500
gallon capacity, to fill the City's two (2) 5,000-gallon tanks.
7. Condition of Cargo Trailers
a. All cargo trailers and appurtenant valves used for the delivery of the
glycerin/glycerol solution, under this specification, shall be in good mechanical
order and shall be in full compliance with the applicable requirements of the
Hazardous Materials Regulations of the Department of Transportation, Code of
Federal Regulations, as currently issued.
b. All appurtenant valves, pumps and discharge hoses used for the delivery of
glycerin/glycerol solution shall be clean and free from contaminating material. If
off-loading equipment is not properly cleaned, this will constitute a reason for the
rejection of the load.
c. All trailer ports used for the loading or delivery of glycerin/glycerol solution
shall be secured with appropriate tamper-proof, security seal verifying the
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 11
shipment has not been breached in transit. If seals are not intact, this will constitute
a reason for rejection of the load.
8. Safety Requirement
Contractor truck driver shall wear the appropriate protective face and body apparel, as
required by the California Occupational Safety and Health Administration, when unloading
the solution.
9. Marking
Each container shall carry a clear identification of the material and shall carry the current
proper precautionary information as required by the Department of Transportation and
other regulatory agencies.
10. Spillage
a. All discharge connections and hose ends shall be plugged, capped, blind
flanged, or contained to prevent any spillage of the solution.
b. The Contractor shall be notified immediately of any spillage which is not
cleaned up by the truck driver.
c. Any spillage not cleaned up within four (4) hours of notification will be
cleaned up by the City forces at a minimum charge of $150 per hour and shall be
billed to the Contractor.
d. The Contractor shall pay for the repair of areas damaged by the spillage of the
solution.
11. Placement of Orders
The City shall notify the Contractor a minimum of two (2) days in advance of the
requirements for each delivery.
12. City Contacts
In the event of a problem, or if a question arises regarding this specification, the Contractor
may contact Patrick McGrath, Water Resource Recovery Facility Supervisor, at (805) 431-
3808.
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 12
Solicitation 2404-003
Notice Inviting Bids for Chemicals for Water and Wastewater
Treatment Specific
Bid Designation: Public
City of San Luis Obispo
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 1
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 13
Bid 2404-003
Notice Inviting Bids for Chemicals for Water and Wastewater Treatment Specific
Bid Number 2404-003
Bid Title Notice Inviting Bids for Chemicals for Water and Wastewater Treatment Specific
Bid Start Date Apr 30, 2024 6:47:25 PM PDT
Bid End Date May 31, 2024 2:00:00 PM PDT
Question &
Answer End Date May 20, 2024 5:00:00 PM PDT
Bid Contact Daniel Clancy
dclancy@slocity.org
Contract Duration 1 year
Contract Renewal Not Applicable
Prices Good for 30 days
Bid Comments Notice Inviting Bids for
Chemicals for Water and Wastewater Treatment
Specification No. 2024-25
The City of San Luis Obispo is inviting bids for the supply and delivery of chemicals for the Water Treatment
Plant, Water Resource Recovery Facility, and the Swim Center pursuant to Specification No. 2022-23. All
interested bidders must register on BidSync at www.bidsync.com.
Bids must be submitted on the City's BidSync site by 2 pm on May 31, 2024, when they will be opened
electronically. Proposals received after said time may not be considered. Proposals shall be submitted using the
forms provided in the specification package.
All chemicals shall be "FREIGHT ON BOARD," delivered to 1990 Stenner Creek Road, San Luis Obispo, CA,
93405 (Water Treatment Plant) or 35 Prado Road (Water Resource Recovery Facility), or 900 Southwood Dr (Swim
Center) San Luis Obispo, CA, 93401.
All chemicals will be in accordance with applicable American Water Works Association standards and the
attached specifications. Estimated quantities are listed on the attached Invitation for Bids.
Special Note: All chemicals consigned to Stenner Creek Road address (Water Treatment Plant) must be
accompanied by a certification of compliance with the specifications of the American National Sanitation
Foundation Standard 60 concerning drinking water additives.
Please submit your questions to BidSync, where they will be answered publicly. Contact Daniel Clancy, Financial
Analyst at dclancy@slocity.org with any questions. For technical issues with BidSync, please contact BidSync at
(800)-990-9339.
BID OPENING CONFERENCE CALL TEAMS - INFORMATION - FRIDAY MAY 31, 2024 at 2pm
Join the meeting now - City will send an email link for Teams to all suppliers who have viewed the bid.
Meeting ID: 291 544 879 261
Passcode: 5E4zJb
Dial in by phone
+1 209-645-4165,,907809607# - Phone conference ID: 907 809 607#
_____________________________________________
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 2
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 14
Addendum # 1
Addendum # 2
New Documents Bid Tabulation.xlsx
Item Response Form
Item 2404-003--01-01 - Notice Inviting Bids for Chemicals for Water and Wastewater Treatment Specific
Quantity 1 each
Unit Price
Delivery Location City of San Luis Obispo
City Hall
990 Palm Street
San Luis Obispo CA 93401
Qty 1
Description
See attached bid for specifications
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 3
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 15
Notice Inviting Bids for
Chemicals for Water and Wastewater Treatment
Specification No. 2024-25
The City of San Luis Obispo is inviting bids for the supply and delivery of chemicals for the
Water Treatment Plant, Water Resource Recovery Facility, and the Swim Center pursuant to
Specification No. 2022-23. All interested bidders must register on BidSync at www.bidsync.com. Bids
must be submitted on the City's BidSync site by 2 pm on May 31, 2024, when they will be
opened electronically. Proposals received after said time may not be considered. Proposals shall be
submitted using the forms provided in the specification package.
All chemicals shall be "FREIGHT ON BOARD," delivered to 1990 Stenner Creek Road, San Luis Obispo, CA,
93405 (Water Treatment Plant) or 35 Prado Road (Water Resource Recovery Facility), or 900
Southwood Dr (Swim Center) San Luis Obispo, CA, 93401.
All chemicals will be in accordance with applicable American Water Works Association standards and the
attached specifications. Estimated quantities are listed on the attached Invitation for Bids.
Special Note: All chemicals consigned to Stenner Creek Road address (Water Treatment Plant) must be
accompanied by a certification of compliance with the specifications of the American National Sanitation
Foundation Standard 60 concerning drinking water additives.
Specification packages and additional information can be found on the BidSync website at
www.BidSync.com.
Please submit your questions to BidSync, where they will be answered publicly. Contact Daniel Clancy,
Financial Analyst at dclancy@slocity.org with any questions. For technical issues with BidSync, please
contact BidSync at (800)-990-9339.
+1 209-645-4165,,257078734# United States, Stockton
Find a local number
Phone conference ID: 257 078 734#
The City of San Luis Obispo is committed to including disabled persons in all of our
services, programs and activities. Telecommunications Device for the Deaf (805)
781-7410.
BID OPENING CONFERENCE CALL - May 31, 2024, 2pm
Microsoft Teams
Join the meeting now
Meeting ID: 288 125 608 86
Passcode: WhCpiz Dial-in by phone
%LG &LW\ RI 6DQ IXLV 2NLVSR
CC 30 SB
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 16
Specification No. 2024-2025
A.Chemicals 3
Liquid Alum 8
Sodium Silicofluoride 11
Sodium Hypochlorite 14
Ferric Chloride 17
Sodium Hydroxide 20
Liquid Cationic Polymer 23
Liquid Muriatic Acid 27
Liquid Oxygen 30
Glycerin 32
Hydrogen Peroxide 35
Citric Acid 37
B.General Terms and Conditions 39
Proposal Requirements 39
Contract Award and Execution 40
Contract Performance 40
C.Special Terms and Conditions 41
D.Submittal Form 45
E.References 46
F.Statement of Past Contract Disqualifications 47
.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 5
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 17
3
Section A
All chemicals will be in accordance with applicable American Water Works Association
standards and the attached specifications. All bids will be from July 1, 2024, through June 30,
2025, (12 months) with the option to re-price after 6 months.
A.Specifications for each chemical are attached with additional details.
ESTIMATED 12-MONTH QUANTITIES FOR EACH CITY TREATMENT FACILITY
CHEMICAL WATER
TREATMENTPLANT
WATER
RESOURCE
RECOVERY
FACILITY
SWIM
CENTER
FACILITY
1.Liquid Alum
Bulk tanker truck delivery
335 tons (125,000 gallons) none none
2.Sodium Silicofluoride 12 tons none none
3.Sodium Hypochlorite
Solution (12.5 %)
68,000 gallons
Bulk Tanker Truck
Delivery
30,000
Bulk Tanker Truck Delivery
20,000
Mini Bulk Tanker Delivery
4.Ferric Chloride (40%)
Bulk tanker truck
none 44,000
gallons
none
5.Sodium Hydroxide (25%) Bulk
tanker truck delivery
35,000 gallons
shipments of 3,000 Gals.
100,000
gallons
none
6.Liquid Cationic Polymer 28 tons (7,000 gallons) 13,000
gallons
none
7.Liquid Muriatic Acid Mini
Bulk Tanker Delivery
none none 8,000 gallons
8.Liquid Oxygen-Lox 3.9 million standard cubic
feet
million standard cubic feet
Bulk Tank Truck Delivery
none none
9.Glycerin none 50,000
gallons
none
10. Citric Acid none 13,000
Gallons
tote
none
11. Hydrogen Peroxide None 13,000 gallons
tote
none
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 6
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 18
4
B.DELIVERY REQUIREMENTS
1.The vendor will supply to the City of San Luis Obispo, upon delivery, an affidavit of
compliance with these specifications (see each specification for more information about
requirements for the contents of affidavit).
2.All chemical companies must provide notification of intended deliveries one day before the
expected delivery dates. This notification may be by internet or phone, and must include
the delivery driver's name, driver's license number, and expected time of delivery.
Shipments received without this information may be refused.
All delivery drivers must wait for facility staff to be present before off-loading and provide name,
date, time, affiliation, chemical to be delivered and driver's license number. The plant staff must
verify this information before off-loading.
3.Further delivery requirements are set forth in each chemical specification.
C.CERTIFICATION REQUIRED WITH WATER TREATMENT PLANT CHEMICALS
All chemicals consigned to Stenner Creek Road address (Water Treatment Plant) must be
accompanied by a certification of compliance with the specifications of the American National
Sanitation Foundation Standard 60, concerning drinking water additives.
D.CERTAIN WATER TREATMENT CHEMICALS EXEMPT FROM STATE SALES TAX
Certain chemicals used in the treatment of water are exempt from the State of California Sales
Tax. Bidders should be aware of and plan to bill in compliance with the appropriate
provisions of State law regarding the taxability of chemicals used to treat products for resale
(reference: SALES AND USE TAX ANNOTATIONS, Sections 275 and 440).
PRICE STRUCTURE
A.If, during the contract term, the vendor is unable to meet contractual requirements in whole
or in part based on the price structure of the contract, it shall immediately notify the CITY in
writing to request a price increase. The notification shall specify the contractual requirements
which cannot be met, the reason such contractual requirements cannot be met, supporting
justification and market-based evidence to support the request, the offending price, and the
requested price increase. The CITY shall have the right to require additional documentation
and evidence from the vendor to support the requested price increase. Such notification shall
not relieve the vendor of its responsibilities under the contract. THE CITY may, but is not
required to, consider in its sole discretion an equitable adjustment in the contract terms
and/or pricing.
B.THE CITY, at its sole discretion, shall have the right to approve or deny the price increase
request and shall have the right to negotiate with vendor on the requested increase. Vendor
may include in their documentation evidence of price impacts on any component of contract
delivery including but not limited to materials, transportation, labor, unforeseen statutory or
regulatory mandates, or other impacts. Inclusion of this information by the vendor DOES NOT
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 7
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 19
5
guarantee an approved price adjustment. Approval in part or in total will be at THE CITY’s sole
discretion.
C.In the event a price increase is authorized by THE CITY pursuant to section A, the CITY will not
consider an additional price increase request by the vendor for a period of not less than 6
months.
D.In the event a price increase is authorized by the CITY pursuant to section A and thereafter the
circumstances that warranted such increase no longer exist, THE CITY and vendor agree that
the CITY shall be entitled to the effective price prior to the increase for all orders thereafter.
E.Increases solely to increase profit or margins shall not be considered.
F.If the CITY, in its sole discretion, determines during the contract term that (i) the contract
price structure is unworkable, detrimental, or injurious to the utility, or (ii) the contract price
structure results in prices which are unreasonable, excessive, or not truly reflective of
current market conditions, and no adjustment in the contract terms and/or pricing is
mutually agreeable, the CITY may terminate the contract upon not less than five days’
written notice to the vendor. The effective date of termination shall be as specified in the
written notification.
G.Throughout the term of the contract, THE CITY shall have the right to conduct market research,
review pricing indexes, and use other resources to review and verify contract pricing, vendor
requested increases, and vendor provided information. Due to the inexactitudes of bulk
chemical pricing data and that pricing can vary considerably due to source location, grade,
terms of sale (contract v. spot), delivery, and data source, all pricing scenarios lead to a best
estimate price. To determine best estimate, the City and Supplier shall use the Producer Price
Index for Water Treatment Compounds - WPU06790961 published by the St. Louis Fed at
(https://fred.stlouisfed.org/series/WPU06790961) to determine any increase or decrease in the
chemical price. The formula to determine price changes shall be as follows:
Initial Contract Price x [(PPI at Current Date) / (PPI at Older Date)] = Updated Chemical Price
OTHER CONTRACT REQUIREMENTS
A.In addition to pricing, extreme market conditions may adversely impact other aspects of
contract performance. The CITY will consider requests for contract amendments by the vendor
if supported by documentation relating to delivery times and schedules, labor shortages,
substitute products that meet the “equal to or better standard,” and other non-price related
terms and conditions. However, the parties must mutually agree in writing to any such
amendments.
FORCE MAJEURE
A.A force majeure occurrence is an event or effect that cannot be reasonably anticipated or
controlled and is not due to the negligence or willful misconduct of the affected party.
B.Unless otherwise expressly agreed in the contract between the parties, where a party to a
contract fails to perform one or more of its contractual duties, the consequences set out in
subsection E-G below will follow if and to the extent that the party proves: (a) that its failure to
perform was caused by an impediment beyond its reasonable control; (b) that it could not
%LG &LW\ RI 6DQ IXLV 2NLVSR
CC 30 S
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 20
6
reasonably have been expected to have taken the occurrence of the impediment into account
at the time of the signing of the contract; and (c) that it could not reasonably have avoided or
overcome the effects of the impediment.
C.The affected party shall provide the other party with written notice of any force majeure
occurrence as soon as the delay is known and provide the other party with a written
contingency plan to address the force majeure occurrence, including, but not limited to,
specificity on quantities of materials, tooling, people, and other resources that will need to be
redirected to another facility and the process of redirecting them. Furthermore, the affected
party shall use its commercially reasonable efforts to resume proper performance within an
appropriate period of time. Notwithstanding the foregoing, if the force majeure condition
continues beyond 30 days, the parties to the contract shall jointly decide on an appropriate
course of action that will permit fulfillment of the parties’ objectives under the contract.
D.The vendor agrees that in the event of a delay or failure of performance by the vendor under
the contract due to a force majeure occurrence:
1.The CITY may purchase products from other sources (without recourse to and by the vendor
for the costs and expenses thereof) to replace all or part of the products which are the
subject of the delay, which purchases may be deducted from the contract quantities without
penalty or liability to the CITY, or
2.The vendor will provide The CITY and other governmental entities using this contract
(“Authorized Users”) with access to products first in order to fulfill orders placed before the
force majeure event occurred.
E.Neither the vendor nor the CITY shall be liable to the other for any delay in or failure of
performance under the contract due to a force majeure occurrence. Any such delay in or
failure of performance shall not constitute default or give rise to any liability for damages.
The existence of such causes of such delay or failure shall extend the period for performance
to such extent as determined by the vendor and the CITY to be necessary to enable complete
performance by the contracted vendor if reasonable diligence is exercised after the cause of
delay or failure has been removed.
F.Notwithstanding the above, at the discretion of the CITY where the delay or failure will
significantly impair the value of the contract to the CITY or to Authorized Users, the CITY
may terminate the contract or the portion thereof which is subject to delays, and thereby
discharge any unexecuted portion of the contract or the relative part thereof.
G.In addition, the CITY reserves the right, in its sole discretion, to make an equitable
adjustment in the contract terms and/or pricing should extreme and unforeseen volatility in
the marketplace affect pricing or the availability of supply. “Extreme and unforeseen volatility
in the marketplace” is defined as market circumstances which meet the following criteria: (i)
the volatility is due to causes outside the control of vendor; (ii) the volatility affects the
marketplace or industry, not just the particular contract source of supply; (iii) the effect on
pricing or availability of supply is substantial; and (iv) the volatility so affects vendor’s
performance that continued performance of the contract would result in a substantial loss to
the vendor. In the event of a dispute between the vendor and the CITY, such dispute shall be
resolved in the State of California, however, that nothing in this clause shall excuse the
vendor from performing in accordance with the contract as changed. Equitable adjustment
may include adjustments financially or in any terms of contract performance at the CITY’s
%LG &LW\ RI 6DQ IXLV 2NLVSR
CC 30 S E
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 21
7
sole discretion.
H.Vendor shall not be entitled to an adjustment in contract price or other non-price related
items caused by or within the control of vendor. Delay, disruption, and interference
attributable to and within the control of a subcontractor or supplier shall be deemed to be
within the control of vendor.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 10
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 22
8
SPECIFICATION
LIQUID ALUM (ALUMINUM SULFATE, SOLUTION)
(Bulk Tanker Truck Delivery)
1.Requirement
It is required that a contractor is established to furnish, in accordance with these specifications, all
of the City's requirements for bulk liquid alum for the term of July 1, 2024, to June 30, 2025,
(12 months).
2.General
a.The liquid alum shall conform to the American Water Works Association's Standard
for Liquid Alum, B403-16 or current revision; except as modified or supplemented
herein.
b.Dry weight (wt) shall be defined as:
delivery wt (wet wt) X % Al203 (lab
report)
17
3.Quality
a.The liquid alum shall contain no substances in quantities capable of producing deleterious
or injurious effects upon the health of those consuming the water to which the liquid
alum has been added or causing water so treated to fail to meet the requirements of the
California Domestic Water Quality and Monitoring Regulations.
b.The liquid alum delivered under this specification shall contain 7.3 + 1.2 percent as water-
soluble Al203.
4.Affidavit of Compliance
a.The Contractor shall submit an affidavit of compliance with these specifications for each
delivery of liquid alum as delivered to the City's storage tanks.
b.The affidavit of compliance shall contain:
(1)percent by weight of Al203
(2)pounds of dry alum per gallon
5.Certified Laboratory Report
a.A certified laboratory report shall be submitted before the first liquid alum delivery to
the City, and when a significant change occurs in the Contractor's manufacturing process.
This report shall contain
the following:
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 11
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 23
9
Percent by weight: Mass (mg)
Al203; Arsenic
Fe203; Cadmium
Foreign sulfates; Chromium
Excess water soluble Al203 Lead
Excess water soluble Al; Mercury
Suspended matter; and
Seleniu
m Pounds of dry alum per gallon Silver
b.Charges for the certified laboratory report shall be included in the bid price.
6.Quantity
a.The estimated requirements for liquid alum, as listed on the "Invitation for Bid", will vary
with the actual demands of the City.
b.The estimated requirements are given for information purposes only and shall not be
deemed to guarantee either a minimum amount or restrict the maximum amount to be
furnished.
c.This specification intends to require the Contractor to furnish all the City's liquid alum
requirements.
d.Neither an underrun, regardless of extent, nor an overrun, regardless of extent, in the
actual quantity delivered compared to the estimated quantity shall entitle the Contractor
to an adjustment in the unit price or any other compensation.
7.Delivery
The Contractor shall make deliveries of liquid alum upon request in single-unit cargo trailers of a
minimum 4000-gallon capacity (approximately 26 tons wet weight basis) to the City of San Luis
Obispo Water Treatment Plant, 1990 Stenner Creek Road, San Luis Obispo, California 93405.
The Contractor shall make deliveries of liquid alum between the hours of 6:00 am to 12:00
pm. If the Contractor for any reason cannot make the delivery during the above stated hours, the
Contractor shall notify the City and an alternate time will be scheduled.
8.Condition of Cargo Trailers
a.All cargo trailers and appurtenant valves used for the delivery of the liquid alum, under
this specification, shall be in good mechanical order and shall be in full compliance with
the applicable requirements of the Hazardous Materials Regulations of the Department
of Transportation, Code of Federal Regulations, as currently issued.
b.All appurtenant valves, pumps, and discharge hoses used for the delivery of liquid alum shall
be clean and free from contaminating material. If offloading equipment is not properly
cleaned, this will constitute a reason for the rejection of the load.
c.All trailer ports used for the loading or delivery of liquid alum shall be secured with
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 12
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 24
10
appropriate tamper-proof, security seal verifying the shipment has not been breached in
transit. If seals are not intact, this will constitute a reason for rejection of the load.
9.Safety Requirement
Truck drivers shall wear the appropriate protective face and body apparel, as required by
the California Occupational Safety and Health Administration when unloading the liquid alum.
10.Marking
Each package shall carry a clear identification of the material and shall carry the current proper
precautionary information as required.
11.Spillage
a.All discharge connections and hose ends shall be plugged, capped, blind flanged, or
contained to prevent any spillage of liquid alum.
b.The Contractor shall be notified immediately of any spillage which is not cleaned up by
the truck driver.
c.Any spillage not cleaned up within four (4) hours of notification will be cleaned up by the
City forces at a minimum charge of $150 per hour and shall be billed to the Contractor.
d.The Contractor shall pay for the repair of areas damaged by the spillage of liquid alum.
12.Placement of Orders
The City shall notify the Contractor a minimum of four (4) days in advance of the
requirements for each delivery.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 13
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 25
11
SPECIFICATION SODIUM SILICOFLUORIDE
1.Requirement
It is required that a contractor be established to furnish, in accordance with these specifications,
all of the City's requirements for sodium silicofluoride for the term July 1, 2024, to June 30,
2025.
2.General
The sodium silicofluoride shall conform with the American Water Works Association's Standard
for sodium silicofluoride B702-11 or current revision; except as modified or supplemented
herein.
3.Quality
a.The sodium silicofluoride shall contain no substances in quantities capable of
producing deleterious or injurious effects upon the health of those consuming the
water to which the sodium silicofluoride has been added, or causing water so treated to
fail to meet the requirements of the California Domestic Water Quality and Monitoring
Regulations.
b.The sodium silicofluoride, delivered under this specification, shall conform to the
following:
(1)Free of stones, sticks, paper, or particles of other foreign
matter.
(2)Not more than .05 percent of the "heavy metals", such as mercury, lead, bismuth
and copper (expressed as lead (Pb), and no other soluble mineral or organic substance
in quantities capable of producing deleterious or injurious effects.
(3)The material shall be a fine, dry powder containing no lumps and shall be free-
flowing and suitable for storage in closed hopper bins and for feeding with a
standard dry feeder.
(4)The material shall meet the following requirements at least 98 percent through US
Standard Sieve No. 40, less than 25 percent through US Standard Sieve No. 325.
(5)The sodium silicofluoride shall have a minimum of 98 percent (dry basis) sodium
silicofluoride (NaSiF), which corresponds to approximately 59.4 percent fluoride ions.
(6)The insoluble matter shall not exceed 0.5 percent.
(7)Moisture shall not exceed 0.5 percent.
A brand that has met all requirements previously is LCI LTD, KC Industries LLC, Mulberry,
FL 33860. Any product supplied must be of at least equal quality.
4.Affidavit of Compliance
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 14
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 26
12
a.The Contractor shall submit an affidavit of compliance with these specifications for
each delivery of sodium silicofluoride as delivered to the City.
b.The affidavit of compliance shall contain the
following: Percent insoluble matter
Percent moisture
Percent (dry basis) sodium silicofluoride
5.Certified Laboratory Report
a.A certified laboratory report shall be submitted prior to the first sodium silicofluoride
delivery to the City, and when a significant change occurs in the Contractor's process.
This report shall contain the following:
Percent insoluble matter
Percent of moisture content
Percent of heavy metals expressed as lead (Pb)
Percent (dry basis) sodium silicofluoride
Sieve analysis
b.Charges for the certified laboratory reports shall be included in the bid price.
6.Quantity
a.The estimated requirements for sodium silicofluoride, as listed on the "Invitation for Bid",
will vary with the actual demands of the City.
b.The estimated requirements are given for information purposes only and shall not be
deemed to guarantee either a minimum amount or restrict the maximum amount to be
furnished.
c.This specification intends to require the Contractor to furnish all the City's sodium
silicofluoride requirements.
d.Neither an underrun, regardless of extent, nor an overrun, regardless of extent, in the
actual quantity delivered compared to the estimated quantity shall entitle the Contractor
to an adjustment in the unit price or any other compensation.
e.The typical quantity per order/delivery is 7500 lb. (150 – 50 lb. bags).
7.Delivery
The Contractor shall make deliveries of sodium silicofluoride upon request to the City of San Luis
Obispo Water Treatment Plant, 1990 Stenner Creek Road, San Luis Obispo, California, 93405. The
Contractor shall make deliveries of sodium silicofluoride between the hours of 6:00 am to 12:00
pm. If the Contractor for any reason cannot make the delivery during the above stated hours, the
Contractor shall notify the City and an alternate time will be scheduled.
8.Containers
Sodium silicofluoride shall be shipped in bulk in 50 lb. bags. The net weight of packages shall not
deviate from the recorded weight by more than 2.5 percent.
%LG &LW\ RI 6DQ IXLV 2NLVSR
CC 30 S
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 27
13
9.Condition of Containers
a.All packages shall be carefully examined by the Contractor, before shipment. All
packages shall be free from physical damage which will cause leakage of material.
b.Packaged sodium silicofluoride shall be in multi-wall kraft bags, preferably
constructed with a polyethylene moisture barrier for better protection during storage.
10.Packing
The Contractor shall pack sodium silicofluoride in containers that comply in every respect with
current Hazardous Material Regulations of the Department of Transportation, Code of Federal
Regulations.
11.Marking
Each package shall carry a clear identification of the material and shall carry the current proper
precautionary information as required.
12.Placement of Orders
The City shall notify the Contractor a minimum of four (4) days in advance of the
requirements for each delivery.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 16
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 28
14
SPECIFICATION
SODIUM HYPOCHLORITE SOLUTION
(12.5%-Bulk Tanker Delivery)
(12.5%- Mini Bulk Tanker Delivery-Swim Center)
1.Requirement
It is required that a contractor be established to furnish, in accordance with these
specifications, all of the City's requirements for 12.5 % sodium hypochlorite solution, for the
term July 1, 2024, to June 30, 2025.
2.General
The sodium hypochlorite solution shall conform to the American Water Works Association's
Standard for hypochlorite, B300-10 or current revision; except as modified or supplemented
herein.
Chemical Name: Sodium Hypochlorite
Solution
Chemical Formula: NaOCl
Concentration: 12.5%
Specific Gravity: 1.19
Unit Weight: 10 pounds/gallon
3.Quality
a.General - The sodium hypochlorite delivered under this specification shall contain no
substance in quantities capable of producing deleterious or injurious effects on the
health of those consuming water that has been treated properly with the sodium
hypochlorite, nor shall it contain any substance in quantities capable of producing
deleterious or injurious effects on Water Resource Recovery Facility discharge that has
been treated properly with the sodium hypochlorite.
b.The total free alkali (as NaOH) in sodium hypochlorite shall not exceed 1.5 percent by
weight.
4.Affidavit of Compliance
The contractor shall submit an affidavit of compliance with these specifications for each delivery
of sodium hypochlorite.
5.Certified Laboratory Report
a.A certified laboratory report shall be submitted prior to the first hypochlorite
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 17
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 29
15
delivery to the City, and when a significant change occurs in the contractor's process.
b.Charges for the certified laboratory report shall be included in the bid price.
6.Quantity
a.The estimated requirements for sodium hypochlorite, as listed on the 'Invitation for
Bid', will vary with the actual demands of the City.
b.The estimated requirements are given for information purposes only and shall not be
deemed to guarantee either a minimum amount or restrict the maximum amount to be
furnished.
c.This specification intends to require the contractor to furnish all the City's sodium
hypochlorite requirements.
d.Neither an underrun, regardless of extent, nor an overrun, regardless of extent, in the
actual quantity delivered compared to the estimated quantity shall entitle the
contractor to an adjustment in the unit price or any other compensation.
7.Delivery
a.The contractor shall make deliveries of sodium hypochlorite upon request to the City of
San Luis Obispo Water Treatment Plant, 1990 Stenner Creek Road, San Luis Obispo,
California 93405, or to the City of San Luis Obispo Water Resource Recovery Facility
35 Prado Road, San Luis Obispo, California, 93401, and the SLO Swim Center, 900
Southwood Drive, San Luis Obispo, California, 93401.
b.The contractor shall make deliveries of sodium hypochlorite to the Water Resource
Recovery Facility between the hours of 7:30 am to 3:00 pm and to the Water Treatment
Plant between the hours of 6:00 am to 12:00 pm. If the contractor for any reason cannot
make the delivery during the above stated hours, the contractor shall notify the City and
an alternate time will be scheduled.
c.The contractor shall provide delivery service on Saturday, Sunday and legal holiday as
necessary with order lead time of two days.
d.The Contractor shall deliver a sodium hypochlorite solution in bulk tank-trucks,
of a minimum 4,000- gallon capacity to fill the WRRF's three (3) 5,500-gallon
tanks.
8.Condition of Containers
a.The sodium hypochlorite shall be of 12.5 % available NaOCl by weight and shipped by
tanker truck.
b.All cargo trailers and appurtenant valves used for the delivery of the sodium
hypochlorite, under this specification, shall be in good mechanical order and shall be in
full compliance with the applicable requirements of the Hazardous Materials
Regulations of the Department of Transportation, Code of Federal Regulations, as
currently issued.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 18
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 30
16
c.All appurtenant valves, pumps, and discharge hoses used for the delivery of sodium
hypochlorite shall be clean and free from contaminating material. If offloading
equipment is not properly cleaned, this will constitute a reason for the rejection of the
load.
d.All trailer ports used for the loading or delivery of sodium hypochlorite shall be
secured with appropriate tamper-proof, security seals verifying the shipment has not
been breached in transit. If seals are not intact, this will constitute a reason for rejection
of the load.
9.Safety Requirement
Truck driver shall wear the appropriate protective face and body apparel, as required by
California Occupational Safety and Health Administration when unloading sodium hypochlorite.
10.Marking
Each container shall carry a clear identification of the material and shall carry the current
proper precautionary information as required by the Department of Transportation and other
regulatory agencies.
11.Spillage
a.All discharge connections and hose ends shall be plugged, capped, blind flanged, or
contained to prevent any spillage of sodium hypochlorite.
b.The Contractor shall be notified immediately of any spillage which is not cleaned up by
the truck
driver.
c.Any spillage not cleaned up within four (4) hours of notification will be cleaned up by the
City forces at a minimum charge of $150 per hour and shall be billed to the Contractor.
d.The Contractor shall pay for the repair of areas damaged by the spillage of sodium
hypochlorite.
12.Placement of Order
The City shall notify the Contractor a minimum of two (2) days in advance of the requirements
for each delivery.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 19
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 31
17
SPECIFICATION
FERRIC CHLORIDE SOLUTION
(40% Bulk Tanker Delivery)
1.Requirement
It is required that a Contractor be established to furnish, in accordance with these specifications,
all of the City's requirements for ferric chloride solution during the period for the term of July 1,
2024, to June 30, 2025.
2.General
Chemical Name: Ferric Chloride Solution
Chemical Formula: FeCl3
Concentration: 40%
Specific Gravity: 1.43
Unit Weight: 11.93 pounds/gallon
3.General Impurities
The ferric chloride solution supplied under this specification shall contain no soluble material or
organic substances in quantities capable of producing deleterious or injurious effects on the Water
Resource Recovery Facility waste stream that has been treated properly with the ferric chloride.
4.Quantity
a.The estimated requirements for the ferric chloride solution, as listed previously, will vary
with the actual demands of the City.
b.The estimated requirements are given for information purposes only and shall not be
deemed to guarantee either a minimum amount or restrict the maximum amount to be
furnished.
c.This specification intends to require the Contractor to furnish all the City's ferric chloride
solution requirements.
d.Neither an underrun, regardless of extent, nor an overrun, regardless of extent, in the actual
quantity delivered compared to the estimated quantity shall entitle the Contractor to an
adjustment in the unit price nor any other compensation.
5.Delivery
a.The Contractor shall make deliveries of ferric chloride solution upon request to the City
of San Luis Obispo Water Resource Recovery Facility (WRRF), 35 Prado Road, San Luis
Obispo, Ca, 93401.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 20
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 32
18
b.The Contractor shall make deliveries of ferric chloride solution between the hours of 7:30
am and 3:00 pm, Monday through Sunday. If, for any reason, the Contractor cannot make
the delivery during the above-listed hours, the Contractor shall notify the City, and an
alternate time will be scheduled.
c.The Contractor shall deliver ferric chloride solution in bulk tank-trucks, of minimum
4,000 gallon capacity, to fill the City's two (2) 3,600-gallon tanks.
6.Condition of Cargo Trailers
a.All cargo trailers and appurtenant valves used for the delivery of the ferric chloride solution,
under this specification, shall be in good mechanical order and shall be in full compliance
with the applicable requirements of the Hazardous Materials Regulations of the
Department of Transportation, Code of Federal Regulations, as currently issued.
b.All appurtenant valves, pumps and discharge hoses used for the delivery of ferric chloride
solution shall be clean and free from contaminating material. If off-loading equipment
is not properly cleaned, this will constitute a reason for the rejection of the load.
c.All trailer ports used for the loading or delivery of ferric chloride solution shall be secured
with appropriate tamper-proof, security seal verifying the shipment has not been breached in
transit. If seals are not intact, this will constitute a reason for rejection of the load.
7.Safety Requirement
Contractor truck driver shall wear the appropriate protective face and body apparel, as required
by the California Occupational Safety and Health Administration, when unloading the ferric
chloride solution.
8.Marking
Each container shall carry a clear identification of the material and shall carry the current
proper precautionary information as required by the Department of Transportation and other
regulatory agencies.
9.Spillage
a.All discharge connections and hose ends shall be plugged, capped, blind flanged, or
contained to prevent any spillage of ferric chloride solution.
b.The Contractor shall be notified immediately of any spillage which is not cleaned up by
the truck driver.
c.Any spillage not cleaned up within four (4) hours of notification will be cleaned up by the City
forces at a minimum charge of $150 per hour and shall be billed to the Contractor.
d.The Contractor shall pay for the repair of areas damaged by the spillage of ferric chloride
solution.
10.Placement of Orders
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 21
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 33
19
The City shall notify the Contractor a minimum of two (2) days in advance of the requirements
foreach delivery.
11.City Contacts
In the event of a problem, or if a question arises regarding this specification, the Contractor
may contact Patrick McGrath, Water Resource Recovery Facility Supervisor, at (805) 431-3808.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 22
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 34
20
SPECIFICATION
SODIUM HYDROXIDE – LIQUID CAUSTIC SODA (25% BULK TANKER
DELIVERY)
1.Requirement
It is required that a contractor be established to furnish, in accordance with these specifications,
all of the City's requirements for sodium hydroxide solution for the term of July 1, 2024, to June
30, 2025.
2.General
a.The sodium hydroxide solution supplied shall conform to the American Water
Works Association's standard for caustic soda B501-13 or current revision,
except as modified or supplemented herein.
b.The contractor must be able to supply sodium hydroxide solution in a 25% solution.
Chemical Name: Sodium Hydroxide Solution
Chemical Formula: NaOH
Concentration: 25.0%
Specific Gravity: 1.28
Unit Weight: 10.68 pounds/gallon
3.Quality
The sodium hydroxide solution supplied shall contain no soluble material or organic substances in
quantities capable of producing deleterious or injurious effects on the health of those consuming
water that has been properly treated with the sodium hydroxide solution, or causing water so
treated to fail to meet the requirements of the California Domestic Water Quality and Monitoring
Regulations.
4.Affidavit of Compliance
The contractor shall submit an affidavit of compliance with these specifications for each delivery
of sodium hydroxide solution to the City.
5.Quantity
a.The estimated requirements for sodium hydroxide solution, as listed on the "Invitation for
Bid", will vary with the actual demands of the City.
b.The estimated requirements are given for information purposes only and shall not be
deemed to guarantee either a minimum amount or restrict the maximum amount to be
furnished.
%LG&LW\RI6DQ/XLV2NLVSR
CC30 S
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 35
21
c.It is the intent of this specification to require the contractor to furnish all the City's sodium
hydroxide solution requirements.
d.Neither an underrun, regardless of extent, nor an overrun, regardless of extent, in the
actual quantity delivered compared to the estimated quantity shall entitle the contractor
to an adjustment in the unit price nor to any other compensation.
6.Delivery
a.The contractor shall make deliveries of sodium hydroxide solution in bulk delivery cargo
trailers upon request to the City of San Luis Obispo Water Treatment Plant, 1990 Stenner
Creek Road, San Luis Obispo, CA, 93405, or to the City of San Luis Obispo Water Resource
Recovery Facility, 35 Prado Road, San Luis Obispo, California, 93401.
b.The contractor shall make deliveries of sodium hydroxide solution to the Water
Treatment Plant between the hours of 6:00 am to 12:00 pm and to the Water Resource
Recovery Facility between the hours of 7:30 am to 3:00 pm, Monday through Sunday
including legal holidays. If the contractor for any reason cannot make the delivery during
the above stated hours, the contractor shall notify the City and an alternate time will be
scheduled.
7.Condition of Cargo Trailers
a.All cargo trailers and appurtenant valves used for the delivery of sodium hydroxide
solution, under this specification, shall be in good mechanical order and shall be in full
compliance with the Hazardous Materials Regulations of the Department of Transportation,
Code of Federal Regulations, as currently issued.
b.All appurtenant valves, pumps and discharge hoses used for the delivery of sodium
hydroxide solution shall be clean and free from contaminating material. If off-loading
equipment is not properly cleaned, this will constitute a reason for the rejection of the load.
c.All trailer ports used for the loading or delivery of sodium hydroxide solution shall be
secured with appropriate tamper-proof, security seal verifying the shipment has not been
breached in transit. If seals are not intact, this will constitute a reason for rejection of the
load.
8.Safety Requirement
The truck driver shall wear the appropriate protective face and body apparel, as required by the
California Occupational Safety and Health Administration, when unloading the sodium hydroxide
solution.
9.Marking
Each container shall carry a clear identification of the material, and shall carry the current
proper precautionary information as required by the Department of Transportation and other
regulatory agencies.
10.Spillage
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 24
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 36
22
a.All discharge connections and hose ends shall be plugged, capped, blind flanged, or
contained to prevent any spillage of sodium hydroxide solution.
b.The Contractor shall be notified immediately of any spillage which is not cleaned up by
the truck driver.
c.Any spillage not cleaned up within four (4) hours of notification will be cleaned up by the
City forces at a minimum charge of $150 per hour and shall be billed to the Contractor.
d.The Contractor shall pay for the repair of areas damaged by the spillage of sodium
hydroxide solution.
11.Placement of Order
The City shall notify the Contractor a minimum of two (2) days in advance of the requirements for
each delivery.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 25
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 37
23
SPECIFICATION LIQUID CATIONIC POLYMER
1.Requirement
It is required that a Contractor be established to furnish, in accordance with these specifications, all of the
City's requirements for cationic polymer during the period for the term of July 1, 2024, through June 30,
2025, (12 months)
2.Quality
a.The liquid cationic polymer delivered under this specification shall contain no substances in
quantities capable of producing deleterious or injurious effects upon the health of those
consuming the water to which the liquid cationic polymer has been added or causing
water so treated to fail to meet the requirements of the California Domestic Water
Quality and Monitoring Regulations.
b.The liquid cationic polymer delivered to the Water Treatment Plant under this
agreement shall conform to the following:
(1)USEPA approved for use in potable waters at dosages up to 50 mg/liter;
(2)Active polymer of 20 + 1 percent;
(3)Free of biological contamination; and
(4)No more than 5 mg/l iron.
c.The liquid cationic polymer delivered to the Water Resource Recovery Facility under this
agreement shall conform to the following:
(1)Demonstrates sufficient liquids-solids separation by onsite jar testing;
(2)Viscosity at 40° C to be greater than 20.5 mm2/s;
(3)Readily biodegradable; and
(4)Specific gravity: 1.00 - 1.
3.Affidavit of Compliance
a.The Contractor shall submit an affidavit of compliance with these specifications for each
delivery of liquid cationic polymer as delivered to the City.
b.The affidavit of compliance shall contain:
(1)Percent active polymer;
(2)Pounds per gallon; and
(3)Date of manufacture.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 26
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 38
24
4.Certified Laboratory Report
a.A certified laboratory report shall be submitted prior to the first liquid cationic polymer
delivery to the City, and when a significant change occurs in the Contractor's
manufacturing process. This report shall contain the following:
(1)Percent active polymer;
(2)Pounds per gallon;
(3)Date of manufacture;
(4)Specific gravity;
(5)Iron; and
(6)pH.
b.Charges for the certified laboratory reports shall be included in the bid price.
5.City-Approved Cationic Polymers
The following are the only current City-approved cationic polymers for Water
Treatment Plant: Manufacturer Product
Calgon Corporation CAT Floc-TL
Sweetwater Chemical Co. SW102
(Sterling Water Technologies)
Polydyne Clarifloc (R) C-4420
The following are the only current City-approved cationic polymers for Water Resource
Recovery Facility: Manufacturer Product
Aqua Ben Corporation Hydrofloc750B
Polydyne Clarifloc (R) C-6265
6.Qualification Requirements for City Approval
To achieve City approval, for future bid purposes a prospective Contractor's liquid cationic polymer
shall meet the following requirements:
a.All the requirements of these specifications.
b.Performance criteria established by the City:
(1)A screening evaluation conducted on a laboratory scale performed by City
personnel. (Prospective Contractor shall furnish at least 100 ml of liquid cationic
polymer for this evaluation).
(2)If the laboratory evaluation demonstrates the liquid cationic polymer to be
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 27
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 39
25
effective, under laboratory conditions, then a plant-scale evaluation shall be
performed.
(3) For the plant-scale evaluation, the prospective Contractor shall furnish liquid
cationic polymer in the amount established by the City. The prospective contractor
shall be reimbursed for the liquid cationic polymer at its current market value; but
in no case, shall this amount exceed the current contract price paid by the City
for the bulk liquid cationic polymer.
(4) Performance evaluations shall be performed at the convenience of the City and
may be witnessed by the prospective Contractor.
(5) Supply a list of municipalities that have used the chemicals in the last year.
7. Quantity
a. The estimated requirements for liquid cationic polymer, as listed on the "Invitation for
Bid", will vary with the actual demands of the City.
b. The estimated requirements are given for information purposes only and shall not be
deemed to guarantee either a minimum amount or restrict the maximum amount to
be furnished.
c. It is the intent of this agreement to require the Contractor to furnish all the City's liquid
cationic polymer requirements.
d. Neither an underrun, regardless of extent, in the actual quantity delivered compared to
the estimated quantity shall entitle the Contractor to an adjustment in the unit price or
to any other compensation.
e. Typical quantity per order/delivery is 8 – 55-gallon drums for Water Treatment Plant,
and typical quantity per order/delivery is 1 – 275-gallon tote for Water Resource
Recovery Facility.
8. Delivery
The Contractor shall make deliveries of liquid cationic polymer upon request to the City of San Luis
Obispo, Water Treatment Plant, Stenner Creek Road, San Luis Obispo, California, 93401 in 55-gallon
drums or to the City of San Luis Obispo Water Resource Recovery Facility, 35 Prado Road, San Luis
Obispo, CA 93401 in 275-gallon tote. The Contractor shall make deliveries of liquid cationic polymer
between the hours of 6:00 am to 12:00 pm and to the Water Resource Recovery Facility between
the hours of 7:30 am to 3:00 pm, Monday through Sunday, including all legal holidays. If the
Contractor for any reason cannot make the delivery during the above stated hours, the Contractor
shall notify the City and an alternative time will be scheduled.
9. Condition of Containers
Cationic polymer shall be shipped in bulk; in nonreturnable plastic drums of 454 lbs. net weight or in
other DOT approved containers for the Water Treatment Plant. Cationic polymer shall be shipped
in a plastic tote of 275 gallons for the Water Resource Recovery Facility.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 28
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 40
26
10.Markings
Each shipment shall be identified as to product net weight, name of manufacturer and brand name.
Packaged products shall show a lot number or identification of the manufacturer. All markings shall
conform to DOT regulations.
11.Placement of Orders
The City shall notify the Contractor a minimum of three (3) days in advance of the
requirements of each delivery.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 29
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 41
27
SPECIFICATION MURIATIC ACID SOLUTION
(15.0%- Mini Bulk Tanker Delivery-Swim Center)
1. Requirement
It is required that a contractor be established to furnish, in accordance with these specifications,
all of the City's requirements for 15.0 % muriatic acid solution, during the period for the term of
July 1, 2024, through June 30, 2025, (12 months)
2. General
The muriatic acid solution shall conform to common pool industry
standards.
Chemical Name: Muriatic Acid Solution
Chemical Formula: HCL
Concentration: 15.0%
Specific Gravity: 1.16
Unit Weight: 10 pounds/gallon
3. Quality
General - The muriatic acid solution delivered under this specification shall contain no substance
in quantities capable of producing deleterious or injurious effects on the health of those utilizing
a public aquatics facility that has been treated properly with the muriatic acid, nor shall it
contain any substance in quantities capable of producing deleterious or injurious effects on
aquatics facility equipment that has been treated properly with the muriatic solution.
4. Quantity
a. The estimated requirements for muriatic acid, as listed on the 'Invitation for Bid', will
vary with the actual demands of the City.
b. The estimated requirements are given for information purposes only and shall not be
deemed to guarantee either a minimum amount or restrict the maximum amount to
be furnished.
c. This specification intends to require the contractor to furnish all the City's muriatic
acid solution requirements.
d. Neither an underrun, regardless of extent, nor an overrun, regardless of extent, in the
actual quantity delivered compared to the estimated quantity shall entitle the
contractor to an adjustment in the unit price or any other compensation.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 30
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 42
28
5. Delivery
a. The contractor shall make deliveries of muriatic acid solution upon request to the City of San
Luis Obispo, to the SLO Swim Center 900 Southwood Dr, San Luis Obispo, 93401.
b. The contractor shall make deliveries of muriatic acid solution to the SLO Swim Center between the
hours of 7:30 am and 4:00 pm Mon-Fri. If the contractor for any reason cannot make delivery
during the above stated hours, the contractor shall notify the City and an alternate time will be
scheduled.
6. Condition of Containers
a. The muriatic acid solution shall be of 15.0 % available HCl by weight and shipped by
tanker truck.
b. All cargo trailers and appurtenant valves used for the delivery of the muriatic acid
solution, under this specification, shall be in good mechanical order and shall be in
full compliance with the applicable requirements of the Hazardous Materials Regulations
of the Department of Transportation, Code of Federal Regulations, as currently issued.
c. All appurtenant valves, pumps, and discharge hoses used for the delivery of muriatic acid
solution shall be clean and free from contaminating material. If off-loading equipment
is not properly cleaned, this will constitute a reason for the rejection of the load.
d. All trailer ports used for the loading or delivery of muriatic acid solution shall be
secured with appropriate tamper-proof, security seals verifying the shipment has not
been breached in transit. If seals are not intact, this will constitute a reason for rejection
of the load.
7. Safety Requirement
Truck drivers shall wear the appropriate protective face and body apparel, as required by the
California Occupational Safety and Health Administration when unloading muriatic acid solution.
8. Marking
Each container shall carry a clear identification of the material, and shall carry the current
proper precautionary information as required by the Department of Transportation and other
regulatory agencies.
9. Spillage
a. All discharge connections and hose ends shall be plugged, capped, blind flanged, or
contained to prevent any spillage of muriatic acid solution.
b. The Contractor shall be notified immediately of any spillage which is not cleaned up by
the truck driver.
c. Any spillage not cleaned up within four (4) hours of notification will be cleaned up by
the City forces at a minimum charge of $150 per hour and shall be billed to the
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 31
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 43
29
Contractor.
d. The Contractor shall pay for the repair of areas damaged by the spillage of muriatic acid
solution.
10. Placement of Order
The City shall notify the Contractor a minimum of two (2) days in advance of the
requirements for each delivery.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 32
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 44
30
SPECIFICATION LIQUID OXYGEN
(LOx)
(Bulk Tanker Truck Delivery)
1.Requirement
It is required that a contractor is established to furnish, in accordance with these specifications,
all of the City's requirements for bulk Liquid Oxygen for the term of July 1, 2024, through June 30,
2025, (12 months)
2.General
a.The Liquid Oxygen shall conform to the American National Standards Institute and
American Water Works Association's Standard (ANSI/AWWA B304-18), Liquid Oxygen for
Ozone Generation for Water, Wastewater and Reclaimed Water Systems.
3.Quality
a.The Liquid Oxygen shall contain no substances in quantities capable of producing
deleterious or injurious effects upon the health of those consuming the water to which
the liquid oxygen has been added or causing water so treated to fail to meet the
requirements of the California Domestic Water Quality and Monitoring Regulations
b.Liquid Oxygen purity should be greater than 99% by volume (and typically greater
than 99.5% oxygen
c.Moisture content should not exceed -80 degrees Fahrenheit
d.Total hydrocarbons (as methane) should not exceed 40 parts per million (v/v)
e.Certification for suitable for drinking water such as NSF/ANSI 60 or equivalent
4.Delivery
a.The Contractor shall make deliveries of Liquid Oxygen upon request in single-unit cargo
trailers of a minimum 4000-gallon capacity (approximately) to the City of San Luis Obispo
Water Treatment Plant, 1990 Stenner Creek Road, San Luis Obispo, California 93405.
b.The Contractor shall make deliveries of liquid oxygen between the hours of 6:00 am to
6:00 pm. If the Contractor, for any reason, cannot make the delivery during the above-stated hours,
the Contractor shall notify the City, and an alternate time will be scheduled.
5.Certificate of Conformance
a.A certificate of conformance shall be submitted before the first Liquid Oxygen delivery
to the City and when a significant change occurs in the Contractor's manufacturing
process.
b.Charges for the Certificate of Conformance shall be included in the bid price
6.Condition of Cargo Trailers
a.All cargo trailers and appurtenant valves used for the delivery of the liquid oxygen,
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 33
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 45
31
under this specification, shall be in good mechanical order and shall be in full
compliance with the applicable requirements of the Hazardous Materials Regulations of
the Department of Transportation, Code of Federal Regulations, as currently issued.
b. All appurtenant valves, pumps, and discharge hoses used for the delivery of liquid oxygen
shall be clean and free from contaminating material. If offloading equipment is not
properly cleaned, this will constitute a reason for the rejection of the load.
c. All trailer ports used for the loading or delivery of liquid oxygen shall be secured
with appropriate tamper-proof, security seal verifying the shipment has not been
breached in transit. If seals are not intact, this will constitute a reason for rejection of
the load.
7. Safety Requirement
Truck drivers shall wear the appropriate protective face and body apparel, as required by the
California Occupational Safety and Health Administration when unloading the liquid oxygen.
8. Marking
a. Each package shall carry a clear identification of the material and shall carry the
current proper precautionary information as required.
9. Spillage
a. All discharge connections and hose ends shall be plugged, capped, blind flanged, or
contained to prevent any spillage of liquid oxygen.
b. The Contractor shall be notified immediately of any spillage which is not cleaned up by
the truck driver.
c. Any spillage not cleaned up within four (4) hours of notification will be cleaned up by the
City forces at a minimum charge of $150 per hour and shall be billed to the Contractor.
d. The Contractor shall pay for the repair of areas damaged by the spillage of liquid oxygen.
10. Placement of Orders
a. The City shall notify the Contractor a minimum of four (4) days in advance of the
requirements for each delivery.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 34
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 46
32
SPECIFICATION
Glycerin
(BULK TANKER DELIVERY)
1. Requirement
It is required that a contractor be established to furnish all of the City's requirements for a
glycerin/glycerol solution proven to aid the denitrification of wastewater for the term of
July 1, 2024, through June 30, 2025, (12 months)
2. General
a. The contractor must be able to supply a solution with a glycerin/glycerol concentration
between 70-80% solution.
Chemical Name: Glycerin or Glycerol
Solution
Chemical Formula: n/a
Concentration: Glycerin 70-80%
Methanol <1%
3. General Impurities
The glycerin/glycerol solution supplied under this specification shall contain no soluble
material or organic substances in quantities capable of producing deleterious or injurious
effects on the Water Resource Recovery Facility waste stream that has been treated properly
with the solution.
4. Affidavit of Compliance
The contractor shall submit an affidavit of compliance with these specifications for each
delivery of the solution to the City.
5. Quantity
a. The estimated requirements for solution, as listed on the "Invitation for Bid", will vary
with the actual demands of the City.
b. The estimated requirements are given for information purposes only and shall not be
deemed to guarantee either a minimum amount or restrict the maximum amount to
be furnished.
c. It is the intent of this specification to require the contractor to furnish all the City's
glycerin solution requirements.
d. Neither an underrun, regardless of extent, nor an overrun, regardless of extent, in the
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 35
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 47
33
actual quantity delivered compared to the estimated quantity shall entitle the
contractor to an adjustment in the unit price nor to any other compensation.
6. Delivery
a. The Contractor shall make deliveries of the glycerin/glycerol solution upon request to
the City of San Luis Obispo Water Resource Recovery Facility (WRRF), 35 Prado Road, San
Luis Obispo, Ca, 93401.
b. The Contractor shall make deliveries of glycerin/glycerol solution between the hours of
7:30 am and 3:00 pm Monday through Sunday and legal holidays as necessary with order
lead time of two days. If, for any reason, the Contractor cannot make the delivery during
the above-listed hours, the Contractor shall notify the City, and an alternate time will be
scheduled.
c. The Contractor shall deliver the solution in bulk tank-trucks, of minimum 4,500 gallon
capacity, to fill the City's two (2) 5,000-gallon tanks.
7. Condition of Cargo Trailers
a. All cargo trailers and appurtenant valves used for the delivery of the glycerin/glycerol
solution, under this specification, shall be in good mechanical order and shall be in full
compliance with the applicable requirements of the Hazardous Materials Regulations
of the Department of Transportation, Code of Federal Regulations, as currently issued.
b. All appurtenant valves, pumps and discharge hoses used for the delivery of
glycerin/glycerolsolution shall be clean and free from contaminating material. If off-
loading equipment is not properly cleaned, this will constitute a reason for the rejection
of the load.
c. All trailer ports used for the loading or delivery of glycerin/glycerol solution shall be
secured with appropriate tamper-proof, security seal verifying the shipment has not
been breached in transit. If seals are not intact, this will constitute a reason for rejection
of the load.
8. Safety Requirement
Contractor truck driver shall wear the appropriate protective face and body apparel, as
required by the California Occupational Safety and Health Administration, when unloading
the solution.
9. Marking
Each container shall carry a clear identification of the material and shall carry the current
proper precautionary information as required by the Department of Transportation and
other regulatory agencies.
10. Spillage
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 36
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 48
34
a.All discharge connections and hose ends shall be plugged, capped, blind flanged, or
contained to prevent any spillage of the solution.
b.The Contractor shall be notified immediately of any spillage which is not cleaned up
by the truck driver.
c.Any spillage not cleaned up within four (4) hours of notification will be cleaned up by
the City forces at a minimum charge of $150 per hour and shall be billed to the
Contractor.
d.The Contractor shall pay for the repair of areas damaged by the spillage of the
solution.
11.Placement of Orders
The City shall notify the Contractor a minimum of two (2) days in advance of the
requirements for each delivery.
12.City Contacts
In the event of a problem, or if a question arises regarding this specification, the Contractor
may contact Patrick McGrath, Water Resource Recovery Facility Supervisor, at (805) 431-
3808.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 37
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 49
35
SPECIFICATION
50% HYDROGEN PEROXIDE
1. Requirement
It is required that a contractor is established to furnish, in accordance with these specifications,
all of the City's requirements for 50% Hydrogen Peroxide for the term of July 1, 2024, through
June 30, 2025, (12 months)
2. General
a. The contractor must be able to supply a solution with a hydrogen peroxide aqueous solution
with a concentration of 50% while meeting the following:
Product Name Hydrogen Peroxide 50%
Chemical Name Hydrogen Peroxide Aqueous Solution
Chemical Formula H 2O2
3. Quality
a. The 50% Hydrogen Peroxide shall contain no substances in quantities capable of
producing deleterious or injurious effects upon the health of those consuming the
water to which the hydrogen peroxide has been added.
4. Delivery
a. The Contractor shall make deliveries of hydrogen peroxide solution upon request to the
City of San Luis Obispo Water Resource Recovery Facility (WRRF), 35 Prado Road, San Luis
Obispo, Ca, 93401.
b. The Contractor shall make deliveries of hydrogen peroxide solution between the hours of
7:30 am and 3:00 pm, Monday through Friday. If, for any reason, the Contractor cannot
make the delivery during the above-listed hours, the Contractor shall notify the City, and
an alternate time will be scheduled.
5. Condition of Containers
a. Hydrogen Peroxide shall be shipped in a plastic tote of 275 gallons for the Water Resource
Recovery Facility.
6. Marking
Each container shall carry a clear identification of the material and shall carry the current
proper precautionary information as required by the Department of Transportation and
other regulatory agencies.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 38
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 50
36
7.Certificate of Conformance
a.A certificate of conformance shall be submitted before the first 50% Hydrogen
Peroxide delivery to the City, and when a significant change occurs in the Contractor's
manufacturing process.
b.Charges for the Certificate of Conformance shall be included in the bid price.
8.Safety Requirement
Truck drivers shall wear the appropriate protective face and body apparel, as required by the
California Occupational Safety and Health Administration when unloading the 50% Hydrogen
Peroxide.
9.Marking
a.Each package shall carry a clear identification of the material and shall carry the
current proper precautionary information as required.
10.Spillage
a.The Contractor shall be notified immediately of any spillage which is not cleaned up by
the truck driver.
b.Any spillage not cleaned up within four (4) hours of notification will be cleaned up by the
City forces at a minimum charge of $150 per hour and shall be billed to the Contractor.
c.The Contractor shall pay for the repair of areas damaged by the spillage of 50%
Hydrogen Peroxide.
11.Placement of Orders
a.The City shall notify the Contractor a minimum of four (4) days in advance of the
requirements for each delivery.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 39
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 51
37
SPECIFICATION
Citric Acid
(50%)
1.Requirement
It is required that a contractor be established to furnish, in accordance with these
specifications, all of the City's requirements for citric acid solution for the term of July 1,
2024, through June 30, 2025, (12 months)
2.General
The citric acid solution supplied shall conform to the National Sanitation Foundation
/ American National Standards Institute (NSF/ANSI) Standard 60 for direct additives.
The contractor must be able to supply citric acid solution in a 50% solution.
Chemical Name: Citric Acid Solution
Chemical Formula: C6H807
Concentration: 50%
Specific Gravity: 1.24
Unit Weight: 10.4 pounds/gallon
3.General Impurities
The citric acid solution supplied under this specification shall contain no soluble material or
organic substances in quantities capable of producing deleterious or injurious effects on the
Water Resource Recovery Facility waste stream that has been treated properly with the citric
acid.
4.Affidavit of Compliance
The contractor shall submit an affidavit of compliance with these specifications for each
delivery of citric acid solution to the City.
5.Quantity
a.The estimated requirements for citric acid solution, as listed on the "Invitation for Bid",
will vary with the actual demands of the City.
b.The estimated requirements are given for information purposes only and shall not be
deemed to guarantee either a minimum amount or restrict the maximum amount to
be furnished.
c.It is the intent of this specification to require the contractor to furnish all the City's citric
acid solution requirements.
d.Neither an underrun, regardless of extent, nor an overrun, regardless of extent, in the
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 40
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 52
38
actual quantity delivered compared to the estimated quantity shall entitle the
contractor to an adjustment in the unit price nor to any other compensation.
e.Typical quantity per order/delivery is one 275-gallon tote.
6.Delivery
a.The Contractor shall make deliveries of citric acid solution upon request to the City of
San Luis Obispo Water Resource Recovery Facility (WRRF), 35 Prado Road, San Luis
Obispo, Ca, 93401.
b.The Contractor shall make deliveries of citric acid solution between the hours of 7:30
am and 3:00 pm, Monday through Friday. If, for any reason, the Contractor cannot
make the delivery during the above-listed hours, the Contractor shall notify the City,
and an alternate time will be scheduled.
7.Condition of Containers
a.Citric Acid shall be shipped in a plastic tote of 275 gallons for the Water Resource
Recovery Facility.
8.Marking
Each container shall carry a clear identification of the material and shall carry the current
proper precautionary information as required by the Department of Transportation and
other regulatory agencies.
9.Placement of Orders
The City shall notify the Contractor a minimum of two (2) days in advance of the
requirements foreach delivery.
10.City Contacts
In the event of a problem, or if a question arises regarding this specification, the Contractor
may contact Patrick McGrath, Water Resource Recovery Facility Supervisor, at (805) 431-
3808.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 41
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 53
39
Section B
PROPOSAL REQUIREMENTS
1.Requirement to Meet All Provisions. Each individual or firm submitting a proposal (bidder)
shall meet all the terms, and conditions of the Request for Proposals (RFP) project package. By
virtue of its proposal submittal, the bidder acknowledges agreement with and acceptance of
all provisions of the RFP specifications.
2.Proposal Submittal. Each proposal must be submitted on the form(s) provided in the
specifications and accompanied by any other required submittals or supplemental materials.
Proposal documents shall be enclosed in an envelope that shall be sealed and addressed to the
Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. To
guard against premature opening, the proposal should be clearly labeled with the proposal
title, project number, name of bidder, and date and time of proposal opening. No FAX or
emailed submittals will be accepted.
3.Insurance Certificate. Each proposal must include a certificate of insurance showing:
a.The insurance carrier and its A.M. Best rating.
b.Scope of coverage and limits.
c.Deductibles and self-insured retention.
The purpose of this submittal is to generally assess the adequacy of the bidder's insurance
coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are
not required until contract award. The City's insurance requirements are detailed in Section E.
4.Proposal Quotes and Unit Price Extension. The extension of unit prices for the quantities
indicated and the lump sum prices quoted by the bidder must be entered in figures in the
spaces provided on the Proposal Submittal Form(s). Any lump sum bid shall be stated in
figures. The Proposal Submittal Form(s) must be totally completed. If the unit price and the
total amount stated by any bidder for any item are not in agreement, the unit price alone will
be considered as representing the bidder's intention and the proposal total will be corrected
to conform to the specified unit price.
5.Proposal Withdrawal and Opening. A bidder may withdraw its proposal, without prejudice
prior to the time specified for the proposal opening, by submitting a written request to the
Director of Finance for its withdrawal, in which event the proposal will be returned to the
bidder unopened. No proposal received after the time specified or at any place other than that
stated in the "Notice Inviting Bids/Requesting Proposals" will be considered. All proposals will
be opened and declared publicly. Bidders or their representatives are invited to be present at
the opening of the proposals.
6.Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed
to make or file, or to be interested as the primary submitter in more than one proposal,
except an alternative proposal when specifically requested; however, an individual or
business entity that has submitted a sub-proposal to a bidder submitting a proposal, or who
has quoted prices on materials to such bidder, is not thereby disqualified from submitting a
sub-proposal or from quoting prices to other bidders submitting proposals.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 42
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 54
40
7.Communications. All timely requests for information submitted in writing will receive a written
response from the City. Telephone communications with City staff are not encouraged but will
be permitted. However, any such oral communication shall not be binding on the City.
CONTRACT AWARD AND EXECUTION
8.Proposal Retention and Award. The City reserves the right to retain all proposals for a period of
60 days for examination and comparison. The City also reserves the right to waive non-
substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one
part of a proposal and accept the other, except to the extent that proposals are qualified by
specific limitations. See the "special terms and conditions" in Section C of these specifications
for proposal evaluation and contract award criteria.
9.Competency and Responsibility of Bidder. The City reserves full discretion to determine the
competence and responsibility, professionally and/or financially, of bidders. Bidders will
provide, in a timely manner, all information that the City deems necessary to make such a
decision.
10.Contract Requirement. The bidder to whom award is made (Contractor) shall execute a written
contract with the City within ten (10) calendar days after notice of the award has been notified
by the City to the person/address given in its proposal. The contract shall be made in the form
adopted by the City and incorporated in these specifications.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 43
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 55
41
Section C
Specification No. 2024-25
1.Contract Award. Subject to the reservations set forth in Paragraph 9 of Section B (General Terms
and Conditions) of these specifications, the contract will be awarded to the lowest responsible,
responsive bidder.
2.Sales Tax Reimbursement. For sales occurring within the City of San Luis Obispo, the City
receives sales tax revenues. Therefore, for bids from retail firms located in the City at the time of
proposal closing for which sales tax is allocated to the City, 1% of the taxable amount of the bid
will be deducted from the proposal by the City in calculating and determining the lowest
responsible, responsive bidder.
3.Labor Actions. In the event that the successful bidder is experiencing a labor action at the time of
contract award (or if its suppliers or subcontractors are experiencing such a labor action), the City
reserves the right to declare said bidder is no longer the lowest responsible, responsive bidder
and to accept the next acceptable low proposal from a bidder that is not experiencing a labor
action, and to declare it to be the lowest responsible, responsive bidder.
4.Failure to Accept Contract. The following will occur if the bidder to whom the award is made
(Contractor) fails to enter into the contract: the award will be annulled; any bid security will be
forfeited in accordance with the special terms and conditions if a bidder's bond or security
is required; and an award may be made to the next lowest responsible, responsive bidder who
shall fulfill every stipulation as if it were the party to whom the first award was made.
5.Contract Term. The supplies or services identified in these specifications will be used by the City
between July 1, 2024 through June 30, 2025. The prices quoted for these items shall be valid for
two nine-month terms unless otherwise conditioned by the bidder in its proposal.
6.Estimated Quantities. The quantities indicated in the Detail Proposal Submittal Form are
estimates based on past purchasing experience, and will be used to determine the lowest overall
proposal. Actual quantities purchased during the period of this contract may vary from these
estimated amounts as required by the City.
7.Supplemental Purchases. Supplemental purchases may be made from the successful bidder
during the contract term in addition to the items listed in the Detail Proposal Submittal Form. For
these supplemental purchases, the bidder shall not offer prices to the City in excess of the amounts
offered to other similar customers for the same item. If the bidder is willing to offer the City
a standard discount on all supplemental purchases from its generally prevailing or published price
structure during the contract term, this offer and the amount of discount on a percentage basis
should be provided with the proposal submittal.
%LG&LW\RI6DQ/XLV2ELVSR
30 S
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 56
42
8.Contractor Invoices. The Contractor shall deliver a monthly invoice to the City, itemized by up to
20 cost centers, with attached copies of work order forms or detail invoices (standard color or
copy to be agreed upon) as supporting detail.
9.Non-Exclusive Contract. The City reserves the right to purchase the items listed in the Detail
Proposal Submittal Form, as well as any supplemental items, from other vendors during the contract
term.
10.Unrestrictive Brand Names. Any manufacturer's names, trade names, brand names or catalog
numbers used in the specifications are for the purpose of describing and establishing general
quality levels. Such references are not intended to be restrictive. Proposals will be considered for
any brand that meets or exceeds the quality of the specifications given for any item. In the
event an alternate brand name is proposed, supplemental documentation shall be provided
demonstrating that the alternate brand name meets or exceeds the requirements specified
herein. The burden of proof as to the suitability of any proposed alternatives is upon the bidder,
and the City shall be the sole judge in making this determination.
11.Delivery. Prices quoted for all supplies or equipment to be provided under the terms and conditions
of this IFB or RFP package shall include delivery charges, to be delivered F.O.B. San Luis Obispo
after authorization to proceed by the City.
12.Change in Work. The City reserves the right to change quantities of any item after contract award.
If the total quantity of any changed item varies by 25% or less, there shall be no change in the
agreed upon unit price for that item. Unit pricing for any quantity changes per item in excess of
25% shall be subject to negotiation with the Contractor.
13.Submittal of References. Each bidder shall submit a statement of qualifications and references on
the form provided in the IFB/RFP package.
14.Statement of Contract Disqualifications. Each bidder shall submit a statement regarding any past
governmental agency bidding or contract disqualifications on the form provided in the IFB/RFP
package.
15.Accuracy of Specifications. The specifications for this project are believed by the City to be
accurate and to contain no affirmative misrepresentation or any concealment of fact. Bidders are
cautioned to undertake an independent analysis of any test results in the specifications, as City
does not guaranty the accuracy of its interpretation of test results contained in the specifications
package. In preparing its proposal, the bidder and all subcontractors named in its proposal shall
bear sole responsibility for proposal preparation errors resulting from any misstatements or
omissions in the plans and specifications that could easily have been ascertained by examining
either the project site or accurate test data in the City's possession. Although the effect of
ambiguities or defects in the plans and specifications will be as determined by law, any patent
ambiguity or defect shall give rise to a duty of bidder to inquire prior to proposal submittal. Failure
to so inquire shall cause any such ambiguity or defect to be construed against the bidder. An
ambiguity or defect shall be considered patent if it is of such a nature that the bidder, assuming
reasonable skill, ability and diligence on its part, knew or should have known of the existence of
the ambiguity or defect. Furthermore, failure of the bidder or subcontractors to notify City in
writing of specification or plan defects or ambiguities prior to proposal submittal shall waive any
right to assert said defects or ambiguities subsequent to submittal of the proposal.
To the extent that these specifications constitute performance specifications, the City shall not
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 45
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 57
43
be liable for costs incurred by the successful bidder to achieve the project's objective or
standard beyond the amounts provided there for in the proposal.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 46
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 58
44
In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged
ambiguity or defect in the plans and/or specifications, or any other matter whatsoever, Contractor
shall immediately notify the City in writing, and the Contractor and all subcontractors shall
continue to perform, irrespective of whether or not the ambiguity or defect is major, material,
minor or trivial, and irrespective of whether or not a change order, time extension, or additional
compensation has been granted by City. Failure to provide the hereinbefore described written
notice within one (1) working day of contractor's becoming aware of the facts giving rise to the
dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity
in the plans or specifications concerning the dispute.
16.Review and Award Schedule. The following is an outline of the anticipated schedule for
proposal review and contract award:
4/30/24
5/20/24
5/31/24
By 6/30/24
a.Issue IFB
b.Respond to questions
c.Receive Bids / Bid Ending
d.Award Bids
%LG &LW\ RI 6DQ /XLV 2ELVSR
30 SB
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 59
47
REFERENCES
The number of years engaged in providing the services included within the scope of the specifications
under the present business name: .
Describe fully the last three contracts performed by your firm that demonstrate your ability to provide
the services included with the scope of the specifications. Attach additional pages if required. The City
reserves the right to contact each of the references listed for additional information regarding your firm's
qualifications.
Reference No. 1
Customer Name
Contact Individual
Telephone & FAX number
Street Address
City, State, Zip Code
Description of services
provided including contract
amount, when provided and
Reference No. 2
Customer Name
Contact Individual
Telephone & FAX number
Street Address
City, State, Zip Code
Description of services
provided including contract
amount, when provided and
Reference No. 3
Customer Name
Contact Individual
Telephone & FAX number
Street Address
City, State, Zip Code
Description of services
provided including contract
amount, when provided and
21 Years
Encina Water Pollution Control
Octavio Navarrete
760-438-3941
6200 Avenida Encinas
Carlsbad, CA 92011
Supplying Ferrous Chloride
City of San Diego
Vanessa Delgado
619-236-7131
1200 Third Avenue
San Diego, CA 92101
Supplying Ferrous Chloride
Inland Empire Utilities Agency
Roger Hughbanks
909-993-1679
6075 "A" Kimball Avenue
Chino, CA 91710
Supplying Ferric Chloride
California Water Technologies, LLC. has been manufacturing and supplying ferric chloride to
California municipal and industrial accounts since 2003.*
48
STATEMENT OF PAST CONTRACT DISQUALIFICATIONS
The bidder shall state whether it or any of its officers or employees who have a proprietary interest in
it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal,
state, or local government project because of the violation of law, a safety regulation, or for any other
reason, including but not limited to financial difficulties, project delays, or disputes regarding work or
product quality, and if so to explain the circumstances.
Do you have any disqualification as described in the above paragraph to declare?
Yes No
If yes, explain the circumstances.
Executed on at under
penalty of perjury of the laws of the State of California, that the foregoing is true and correct.
Signature of Authorized Bidder Representative
May 28, 2024 10900 Harper Avenue, Detroit, MI 48213
Tatyana Lipanovich - Director of Sales of PVS Technologies, Inc. a Member of the Company
58
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 61
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 73
Company Liquid Alum pp dry ton
Sodium
Silicoflouride pp ton
Sodium
Hypochlorite
(SWIM)
Sodium Hypochlorite
WTP pp gallon
JCI Jones Chemicals 2.25830
Chemrite 3579.000
Univar 3016.470 3.05000
Kemira
CA Water Technologies PVS
Chemtrade 491.000
Thatcher 660.000
Polydyne
HASA
Northstar
Brenntag
Pennco
Olin 2.94900
Gilmore
TRI International
Environmental Operation Solutions
Momar
Thorton Musso
Olin owcmarketing_bidteam@olin.com
JCI cdubose@jcichem.com
Gilmore bruce.nagy@gilmoreliquidair.com
TRI karen.wheaton@trichemicals.com
Environmental Op Solutions sales@microc.com
Momar bob.beck@momar.com
Polydyne randalv@snfhc.com
Thornton Musso james@tmbwater.com
Chemrite aaron@chemrite.com
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 62
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 74
Polydyne randalv@snfhc.com
Chemtrade bids@chemtradelogistics.com
PVS bids@pvschemicals.com
Kemira kwsna.bids@kemira.com
Pencco sarah@pencco.com
Univar jennifer.perras@univarsolutions.com
Garrison mac@garrisonminerals.com
PVS cgriffith@pvschemicals.com
PVS sbarthel@pvschemicals.com
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 63
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 75
Sodium Hypochlorite
WRRF pp gallon
Sodium BiSulfite
pp gallon Ferric Chloride pp dry ton
Sodium Hydroxide
WTP pp gallon
Sodium
Hydroxide WRRF
pp gallon
Liquid Cationic
Polymer WTP pp
gallon
2.45590 1.85960 1.88000 2.04450
3.32000 2.11500 1.33800 1.45400
1401.790
1254.900
9.1160
1413.750
3.20700
2.49000 2.49000
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 64
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 76
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 65
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 77
Liquid Cationic
Polymer WRRF pp
gallon
Liquid Muriatic
Acid
Liquid Oxygen -
Lox Citric Acid MicroCGylcerin
16.760
14.500 5.52
17.3030
1.3500
2.75
3.04
15.000
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 66
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 78
Question and Answers for Bid #2404-003 - Notice Inviting Bids for Chemicals for Water and
Wastewater Treatment Specific
Overall Bid Questions
Question 1
What day/time will the final addenda post on BidSync after the 5/20 deadline? (Submitted: May 1, 2024 5:39:57 AM
PDT)
Answer
- The 5/20 deadline will for questions. Answers to those questions will post soon after the 5/20 deadline (Answered:
May 1, 2024 12:44:40 PM PDT)
Question 2
Is the Bid opening Conference Call on Sunday June 2, 2024? (Submitted: May 1, 2024 12:36:56 PM PDT)
Answer
- Friday, May 31, at 2pm per the cover page. (Answered: May 1, 2024 12:44:40 PM PDT)
Question 3
What is the current price of Citric Acid? (Submitted: May 2, 2024 3:30:40 PM PDT)
Answer
- Contract price was $14.50 (Answered: May 5, 2024 10:37:39 AM PDT)
Question 4
Who is the incumbent for Citric Acid? (Submitted: May 2, 2024 3:30:56 PM PDT)
Answer
- Univar (Answered: May 5, 2024 10:37:39 AM PDT)
Question 5
How many Citric Acid totes are ordered at one time? (Submitted: May 2, 2024 3:31:16 PM PDT)
Answer
- The RFP has current estimates for the next contract period (Answered: May 5, 2024 10:37:39 AM PDT)
Question 6
Would you please provide us with the results tabulation from the previous bid? (Submitted: May 3, 2024 8:26:26 PM
PDT)
Answer
- See addendum posted (Answered: May 5, 2024 10:37:39 AM PDT)
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 67
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 79
Question 7
Is pricing for the Liquid Aluminum Sulfate per "Dry" ton or "Wet" Ton? (Submitted: May 6, 2024 8:54:58 AM PDT)
Question 8
Page 5, Section G indicates in order to adjust pricing we must use the PPI index to adjust pricing. This index
does not cover or accurately reflect all potential changes in actual costs to serve. Will the city allow for other
alternative source material for price adjustments? (Submitted: May 6, 2024 9:00:17 AM PDT)
Answer
- Yes. Please disclose what you propose for price increase/decrease (Answered: May 6, 2024 4:49:59 PM PDT)
Question Deadline: May 20, 2024 5:00:00 PM PDT
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 68
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 80
SPECIFICATION
Glycerin 70%
(BULK TANKER DELIVERY)
1. Requirement
It is required that a contractor be established to furnish all of the City's requirements for a
glycerin/glycerol solution proven to aid the denitrification of wastewater for the term of July
1, 2024, through June 30, 2025, (12 months)
2. General
a. The contractor must be able to supply a solution with a glycerin/glycerol concentration
between 95-100% solution and the constituents outlined in the table below:
Parameter Unit Specification
Glycerin % Mass >70.0
Methanol % Mass <0.50
Moisture % Mass <0.50
Ash % Mass <0.50
Matter Organic
Non-Glycerol
(MONG)
% Mass <1.0
Chloride % Mass <0.001
Arsenic mg/L <1.0
Cadmium mg/L <1.0
Mercury mg/L <1.0
Lead mg/L <1.0
Sulfur mg/L <2.0
3. General Impurities
The glycerin/glycerol solution supplied under this specification shall contain no soluble material
or organic substances in quantities capable of producing deleterious or injurious effects on the
Water Resource Recovery Facility waste stream that has been treated properly with the
solution.
4. Affidavit of Compliance
The contractor shall submit an affidavit of compliance with these specifications for each
delivery of the solution to the City.
5. Quantity
a. The estimated requirements for solution, as listed on the "Invitation for Bid", will
vary with the actual demands of the City.
b. The estimated requirements are given for information purposes only and shall
not be deemed to guarantee either a minimum amount or restrict the maximum amount
to be furnished.
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 81
c. It is the intent of this specification to require the contractor to furnish all the City's
glycerin solution requirements.
d. Neither an underrun, regardless of extent, nor an overrun, regardless of extent,
in the actual quantity delivered compared to the estimated quantity shall entitle the
contractor to an adjustment in the unit price nor to any other compensation.
6. Delivery
a. The Contractor shall make deliveries of the glycerin/glycerol solution upon
request to the City of San Luis Obispo Water Resource Recovery Facility (WRRF), 35
Prado Road, San Luis Obispo, Ca, 93401.
b. The Contractor shall make deliveries glycerin/glycerol solution between the hours
of 7:30 am and 3:00 pm Monday through Sunday and legal holidays as necessary with
order lead time of two days. If, for any reason, the Contractor cannot make the delivery
during the above-listed hours, the Contractor shall notify the City, and an alternate
time will be scheduled.
c. The Contractor shall deliver the solution in bulk tank-trucks, of minimum 4,500
gallon capacity, to fill the City's two (2) 5,000-gallon tanks.
7. Condition of Cargo Trailers
a. All cargo trailers and appurtenant valves used for the delivery of the
glycerin/glycerol solution, under this specification, shall be in good mechanical order
and shall be in full compliance with the applicable requirements of the Hazardous
Materials Regulations of the Department of Transportation, Code of Federal
Regulations, as currently issued.
b. All appurtenant valves, pumps and discharge hoses used for the delivery of
glycerin/glycerol solution shall be clean and free from contaminating material. If off-
loading equipment is not properly cleaned, this will constitute a reason for the
rejection of the load.
c. All trailer ports used for the loading or delivery of glycerin/glycerol solution shall
be secured with appropriate tamper-proof, security seal verifying the shipment has
not been breached in transit. If seals are not intact, this will constitute a reason for
rejection of the load.
8. Safety Requirement
Contractor truck driver shall wear the appropriate protective face and body apparel, as
required by the California Occupational Safety and Health Administration, when unloading
the solution.
9. Marking
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 82
Each container shall carry a clear identification of the material and shall carry the current
proper precautionary information as required by the Department of Transportation and other
regulatory agencies.
10. Spillage
a. All discharge connections and hose ends shall be plugged, capped, blind flanged,
or contained to prevent any spillage of the solution.
b. The Contractor shall be notified immediately of any spillage which is not cleaned
up by the truck driver.
c. Any spillage not cleaned up within four (4) hours of notification will be cleaned
up by the City forces at a minimum charge of $150 per hour and shall be billed to
the Contractor.
d. The Contractor shall pay for the repair of areas damaged by the spillage of the
solution.
11. Placement of Orders
The City shall notify the Contractor a minimum of two (2) days in advance of the
requirements for each delivery.
12. City Contacts
In the event of a problem, or if a question arises regarding this specification, the Contractor
may contact Patrick McGrath, Water Resource Recovery Facility Supervisor, at (805) 431-
3808.
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 83
Question and Answers for Bid #2404-003 - Notice Inviting Bids for Chemicals for Water and
Wastewater Treatment Specific
Overall Bid Questions
Question 1
What day/time will the final addenda post on BidSync after the 5/20 deadline? (Submitted: May 1, 2024 5:39:57 AM
PDT)
Answer
- The 5/20 deadline will for questions. Answers to those questions will post soon after the 5/20 deadline (Answered:
May 1, 2024 12:44:40 PM PDT)
Question 2
Is the Bid opening Conference Call on Sunday June 2, 2024? (Submitted: May 1, 2024 12:36:56 PM PDT)
Answer
- Friday, May 31, at 2pm per the cover page. (Answered: May 1, 2024 12:44:40 PM PDT)
Question 3
What is the current price of Citric Acid? (Submitted: May 2, 2024 3:30:40 PM PDT)
Answer
- Contract price was $14.50 (Answered: May 5, 2024 10:37:39 AM PDT)
Question 4
Who is the incumbent for Citric Acid? (Submitted: May 2, 2024 3:30:56 PM PDT)
Answer
- Univar (Answered: May 5, 2024 10:37:39 AM PDT)
Question 5
How many Citric Acid totes are ordered at one time? (Submitted: May 2, 2024 3:31:16 PM PDT)
Answer
- The RFP has current estimates for the next contract period (Answered: May 5, 2024 10:37:39 AM PDT)
Question 6
Would you please provide us with the results tabulation from the previous bid? (Submitted: May 3, 2024 8:26:26 PM
PDT)
Answer
- See addendum posted (Answered: May 5, 2024 10:37:39 AM PDT)
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 86
Question 7
Is pricing for the Liquid Aluminum Sulfate per "Dry" ton or "Wet" Ton? (Submitted: May 6, 2024 8:54:58 AM PDT)
Answer
- Dry (Answered: May 8, 2024 10:53:26 AM PDT)
Question 8
Page 5, Section G indicates in order to adjust pricing we must use the PPI index to adjust pricing. This index
does not cover or accurately reflect all potential changes in actual costs to serve. Will the city allow for other
alternative source material for price adjustments? (Submitted: May 6, 2024 9:00:17 AM PDT)
Answer
- Yes. Please disclose what you propose for price increase/decrease (Answered: May 6, 2024 4:49:59 PM PDT)
Question 9
P39 - #2 - states bid should be mailed - please confirm bid are to be submitted on bidsync? (Submitted: May 8,
2024 6:08:33 AM PDT)
Answer
- Bids must be submitted on the City's BidSync site by 2 pm on May 31, 2024, when they will be opened
electronically. Proposals received after said time may not be considered. Proposals shall be submitted using the
forms provided in the specification package. (Answered: May 8, 2024 9:36:55 AM PDT)
Question 10
P41 - #5 - contract term shows 3/1/22 - 6/30/24, please confirm contract date. (Submitted: May 8, 2024 6:09:27 AM
PDT)
Answer
- Contract term is July 1, 2024 - June 30, 2025. I have fixed and posted an updated bid pdf (Answered: May 8, 2024
9:39:20 AM PDT)
Question 11
Proposal submittal form reference "Specification 2022-23", will this be revised to match current "Specification
2024-25" (Submitted: May 8, 2024 6:12:19 AM PDT)
Answer
- I've corrected the bid pdf to 2024-25; please see the updated attachment. (Answered: May 8, 2024 10:53:26 AM PDT)
Question 12
What unit of measure is the Ferric Chloride in? (Submitted: May 16, 2024 2:39:57 PM PDT)
Answer
- Gallons (Answered: May 21, 2024 3:47:28 PM PDT)
Question 13
Please provide current supplier and current price for Sodium Hydroxide? (Submitted: May 20, 2024 1:59:33 PM PDT)
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 87
Answer
- $1.338 for the WTP
$1.454 for the WRRF (Answered: May 21, 2024 3:51:07 PM PDT)
Question Deadline: May 20, 2024 5:00:00 PM PDT
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 88
8851 Dice Road Santa Fe Springs, CA 90670
(866) 337-7427
Document Number.:
Page 1 of 2 Revision No.:
3
Revision Date:
1/18/2011
Liquid Ferric Chloride
Drinking Water Grade
Description
California Water Technologies Liquid Ferric Chloride is a concentrated solution of Iron III
Chloride (FeCl3) in water. It is manufactured from high purity raw materials.
Principal Uses
Potable water treatment
• Turbidity reduction
• Color elimination
• Enhanced coagulation, NOM and DBP
precursor removal
• Softening solids sedimentation
• Membrane pre-treatment
• Sludge reduction
• Filter conditioning
• Arsenic Removal
Wastewater treatment
• Phosphate precipitation and removal
• Enhanced sedimentation
• Dewatering of all types of sludge streams
• Polymer flocculant enhancement
• Sulfide based odor elimination
• Struvite control
Appearance: A dark red/brown liquid Specifications
Concentrations:
FeCl3 39% - 44%
FeCl2 0.75% maximum
Free Acid as HCl 1.0% maximum Drinking Water Grade
Insolubles 0.008% (80 ppm) maximum
Radionuclides None
Specific gravity: 1.40 – 1.47
Viscosity: 12.1 centipoises for a 40% solution
Crystallization: 39% FeCl3 (4°F); 44% FeCl3 (45°F)
ANSI/NSF Standard 60 Certified: Maximum use level – 250 ppm as solution
CAS No.: 7705-08-0
UN Classification: UN2582, Ferric Chloride Solution
SQC data available on request
Document Number.:
Page 2 of 2 Revision No.:
3
Revision Date:
1/18/2011
Shipping containers: Manufacturing Location
55 gallon drums Santa Fe Springs, California
Tank Trucks
Handling & Safety
Ferric Chloride is considered to be hazardous by definition of the Hazard Communication Standard
(29 CFR 1910.1200) and should be handled in a manner that is consistent with acceptable practices.
Please obtain the Ferric Chloride Material Safety Data Sheet for complete up-to-date information.
Under normal situations the only protective equipment required in the use of Liquid Ferric Chloride are
splash proof chemical goggles and rubber gloves. Liquid Ferric Chloride will stain both clothing and skin
and it is recommended that, to protect against this occurrence, other protective clothing be worn as is
appropriate.
Ferric Chloride reacts strongly with many metals. However, most handling situations are reliably
addressed through the use of common compatible plastic materials such as FRP, PVC, Polyethylene,
Polypropylene and Teflon. For additional information consult your equipment supplier.
For additional information and to place orders call: 866-337-7427
California Water Technologies
Serving The Water and Wastewater Industry
This bulletin and the information contained herein are offered solely for your consideration, investigation and verification. NO
REPRESENTATIONS OR WARRANTIES, EXPRESS OR IMPLIED, OF MERCHANTABILITY OR OTHERWISE, ARE MADE OR
CONTAINED HEREIN. California Water Technologies’ exclusive responsibility for any claims, including claims based on negligence, arising
in connection with the information contained herein or the subsequent purchase, use, storage or handling of the product will in no event exceed
California Water Technologies’ sale price for the product with respect to which damages are claimed. In no event will California Water
Technologies be liable for any incidental or consequential damages arising in connection with the information contained herein or the
subsequent purchase, use, storage or handling of the product. User accepts full responsibility for compliance with all applicable Federal, state
and local laws and regulations. Nothing contained herein will be construed to constitute permission or a recommendation to use the product in
any process or formulation covered by a patent a patent application owned by California Water Technologies or by others.
The Public Health and Safety Organization
NSF Product and Service Listings
These NSF Official Listings are current as of Thursday, May 30, 2024 at 12:15 a.m. Eastern Time. Please
contact NSF to confirm the status of any Listing, report errors, or make suggestions.
Alert: NSF is concerned about fraudulent downloading and manipulation of website text. Always confirm this
information by clicking on the below link for the most accurate information:
http://info.nsf.org/Certified/PwsChemicals/Listings.asp?Company=C0044723&
NSF/ANSI/CAN 60
Drinking Water Treatment Chemicals - Health Effects
California Water Technologies, LLC
8851 Dice Road
Santa Fe Springs, CA 90670
United States
866-337-7427
Visit this company's website
(http://www.californiawatertechnologies.com)
Facility : Santa Fe Springs, CA
Ferric Chloride
Trade Designation Product Function Max Use
Ferric Chloride 40%Coagulation & Flocculation 250mg/L
Ferric Chloride 41%Coagulation & Flocculation 250mg/L
Ferric Chloride 43%Coagulation & Flocculation 250mg/L
Ferric Chloride DWG Coagulation & Flocculation 250mg/L
Ferric Chloride Drinking Water Grade Coagulation & Flocculation 250mg/L
Ferric Chloride LMG Coagulation & Flocculation 250mg/L
Ferric Chloride WT Coagulation & Flocculation 250mg/L
Ferric Chloride, Solution Coagulation & Flocculation 250mg/L
Liquid Ferric Chloride Coagulation & Flocculation 250mg/L
5/30/24, 12:51 PM Listing Category Search Page | NSF International
https://info.nsf.org/Certified/PwsChemicals/Listings.asp?Company=C0044723 1/2
Liquid Ferric Chloride - High Acid Drinking
Water Grade
Coagulation & Flocculation 250mg/L
Polymer Blends[PY]
Trade Designation Product Function Max Use
Ferri+Plus 1005 Coagulation & Flocculation 251mg/L
Ferri+Plus 1010 Coagulation & Flocculation 252mg/L
Ferri+Plus 1020 Coagulation & Flocculation 255mg/L
Ferri+Plus 1050 Coagulation & Flocculation 260mg/L
Ferri+Plus 1075 Coagulation & Flocculation 173mg/L
Ferri+Plus 1100 Coagulation & Flocculation 130mg/L
Ferri+Plus 1125 Coagulation & Flocculation 104mg/L
Ferri+Plus 1150 Coagulation & Flocculation 87mg/L
Ferri+Plus 1200 Coagulation & Flocculation 65mg/L
Ferri+Plus 1300 Coagulation & Flocculation 43mg/L
Ferri+Plus 1400 Coagulation & Flocculation 32mg/L
[PY] Polyamines Certified by NSF International comply with 40 CFR 141.111 requirements for
percent monomer and dose.
Number of matching Manufacturers is 1
Number of matching Products is 21
Processing time was 0 seconds
5/30/24, 12:51 PM Listing Category Search Page | NSF International
https://info.nsf.org/Certified/PwsChemicals/Listings.asp?Company=C0044723 2/2
EXHIBIT B
TERMS AND CONDITIONS
1. Business License & Tax. The Contractor must have a valid City of San Luis Obispo business
license & tax certificate before execution of the contract. Additional information regarding the City’s
business tax program may be obtained by calling (805) 781-7134.
2. Ability to Perform. The Contractor warrants that it possesses, or has arranged through
subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and
complete the work hereunder in compliance with all federal, state, county, city, and special district laws,
ordinances, and regulations.
3. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and
comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances,
regulations and adopted codes during its performance of the work.
4. Payment of Taxes. The contract prices shall include full compensation for all taxes that the
Contractor is required to pay.
5. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges
and fees, and give all notices necessary.
6. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to
safety established by OSHA and the California Division of Industrial Safety.
7. Public and Employee Safety. Whenever the Contractor’s operations create a condition
hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish,
erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take
such other protective measures as are necessary to prevent accidents or damage or injury to the public
and employees.
8. Preservation of City Property. The Contractor shall provide and install suitable safeguards,
approved by the City, to protect City property from injury or damage. If City property is injured or
damaged resulting from the Contractor’s operations, it shall be replaced or restored at the Contractor’s
expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began
work.
9. Immigration Act of 1986. The Contractor warrants on behalf of itself and all subcontractors
engaged for the performance of this work that only persons authorized to work in the United State
pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed
in the performance of the work hereunder.
10. Non-Discrimination. In the performance of this work, the Contractor agrees that it will not
engage in, nor permit such subcontractors as it may employ, to engage in discrimination in
employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation,
or religion of such persons.
11. Work Delays. Should the Contractor be obstructed or delayed in the work required to be done
hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire,
earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to
federal government restrictions arising out of defense or war programs, then the time of completion
may, at the City’s sole option, be extended for such periods as may be agreed upon by the City and the
Contractor. In the event that there is insufficient time to grant such extensions prior to the completion
date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that
may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to
the reasons for such delay, and making a finding as to the causes of same.
12. Payment Terms. The City’s payment terms are 30 days from the receipt of an original invoice and
acceptance by the City of the materials, supplies, equipment, or services provided by the Contractor (Net
30).
13. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to
ascertain that the services of the Contractor are being performed in accordance with the requirements
and intentions of this contract. All work done, and all materials furnished, if any, shall be subject to the
City’s inspection and approval. The inspection of such work shall not relieve Contractor of any of its
obligations to fulfill its contract requirements.
14. Audit. The City shall have the option of inspecting and/or auditing all records and other written
materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to
Contractor.
15. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not
acquire any interest—direct, indirect, or otherwise—that would conflict in any manner or degree with
the performance of the work hereunder. The Contractor further covenants that, in the performance of
this work, no subcontractor or person having such an interest shall be employed. The Contractor certifies
that no one who has or will have any financial interest in performing this work is an officer or employee
of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor
shall at all times be deemed an independent contractor and not an agent or employee of the City.
16. Hold Harmless and Indemnification.
(a) Non-design, non-construction Professional Services: To the fullest extent permitted by law
(including, but not limited to California Civil Code Sections 2782 and 2782.8), Contractor shall indemnify,
defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents
(“City Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations,
judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising
out of the Contractor’s performance or Contractor’s failure to perform its obligations under this
Agreement or out of the operations conducted by Contractor, including the City’s active or passive
negligence, except for such loss or damage arising from the sole negligence or willful misconduct of the
City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial
proceeding arising from Contractor’s performance of this Agreement, the Contractor shall provide a
defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of
defense, including reasonable legal fees, incurred in defense of such claims.
(b) Non-design, construction Professional Services: To the extent the Scope of Services involve a
“construction contract” as that phrase is used in Civil Code Section 2783, this paragraph shall apply in
place of paragraph A. To the fullest extent permitted by law (including, but not limited to California Civil
Code Sections 2782 and 2782.8), Contractor shall indemnify, defend, and hold harmless the City, and its
elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any
and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal
counsels’ fees and costs of litigation (“claims”), arising out of the Contractor’s performance or
Contractor’s failure to perform its obligations under this Agreement or out of the operations conducted
by Contractor, except for such loss or damage arising from the active negligence, sole negligence or
willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit,
or other adversarial proceeding arising from Contractor’s performance of this Agreement, the Contractor
shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees
their costs of defense, including reasonable legal fees, incurred in defense of such claims.
(c) Design Professional Services: In the event Contractor is a “design professional”, and the Scope of
Services require Contractor to provide “design professional services” as those phrases are used in Civil
Code Section 2782.8, this paragraph shall apply in place of paragraphs A or B. To the fullest extent
permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8) Contractor
shall indemnify, defend and hold harmless the City and its elected officials, officers, employees,
volunteers and agents (“City Indemnitees”), from and against all claims, damages, injuries, losses, and
expenses including costs, attorney fees, expert Contractor and expert witness fees arising out of,
pertaining to or relating to, the negligence, recklessness or willful misconduct of Contractor, except to
the extent caused by the sole negligence, active negligence or willful misconduct of the City. Negligence,
recklessness or willful misconduct of any subcontractor employed by Contractor shall be conclusively
deemed to be the negligence, recklessness or willful misconduct of Contractor unless adequately
corrected by Contractor. In the event the City Indemnitees are made a party to any action, lawsuit, or
other adversarial proceeding arising from Contractor’s performance of this Agreement, the Contractor
shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees
their costs of defense, including reasonable legal fees, incurred in defense of such claims. In no event
shall the cost to defend charged to Contractor under this paragraph exceed Contractor’s proportionate
percentage of fault. However, notwithstanding the previous sentence, in the event one or more
defendants is unable to pay its share of defense costs due to bankruptcy or dissolution of the business,
Contractor shall meet and confer with other parties regarding unpaid defense costs.
(d) The review, acceptance or approval of the Contractor’s work or work product by any indemnified
party shall not affect, relieve or reduce the Contractor’s indemnification or defense obligations. This
Section survives completion of the services or the termination of this contract. The provisions of this
Section are not limited by and do not affect the provisions of this contract relating to insurance.
17. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of
the contract, or its right, title or interest, or its power to execute such a contract to any individual or
business entity of any kind without the previous written consent of the City.
18. Termination for Convenience. The City may terminate all or part of this Agreement for any or no
reason at any time by giving 30 days written notice to Contractor. Should the City terminate this
Agreement for convenience, the City shall be liable as follows: (a) for standard or off-the-shelf products, a
reasonable restocking charge not to exceed ten (10) percent of the total purchase price; (b) for custom
products, the less of a reasonable price for the raw materials, components work in progress and any
finished units on hand or the price per unit reflected on this Agreement. For termination of any services
pursuant to this Agreement, the City’s liability will be the lesser of a reasonable price for the services
rendered prior to termination, or the price for the services reflected on this Agreement. Upon
termination notice from the City, Contractor must, unless otherwise directed, cease work and follow the
City’s directions as to work in progress and finished goods.
19. Termination. If, during the term of the contract, the City determines that the Contractor is not
faithfully abiding by any term or condition contained herein, the City may notify the Contractor in
writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten) calendar day
notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor has not
performed the work or cured the deficiency within the ten days specified in the notice, such shall
constitute a breach of the contract and the City may terminate the contract immediately by written
notice to the Contractor to said effect. Thereafter, neither party shall have any further duties,
obligations, responsibilities, or rights under the contract except, however, any and all obligations of the
Contractor’s surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any
manner waived by the terminations thereof. In said event, the Contractor shall be entitled to the
reasonable value of its services performed from the beginning date in which the breach occurs up to the
day it received the City’s Notice of Termination, minus any offset from such payment representing the
City’s damages from such breach. “Reasonable value” includes fees or charges for goods or services as of
the last milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in
the Agreement payment schedule; compensation for any other work, services or goods performed or
provided by the Contractor shall be based solely on the City’s assessment of the value of the work-in-
progress in completing the overall work scope.
The City reserves the right to delay any such payment until completion or confirmed abandonment of the
project, as may be determined in the City’s sole discretion, so as to permit a full and complete accounting
of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation
quoted in its proposal.
55
The Contractor shall procure and maintain for the duration of the contract insurance against claims
for injuries to persons or damages to property that may arise from or in connection with the products
and materials supplied to the City. The cost of such insurance shall be borne by the Contractor.
Minimum Scope of Insurance. Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage ("occurrence" form CG 0001);
2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1
(any auto). The Contractor's commercial automobile policy shall be specifically endorsed to
include coverage for the transportation of pollutants and/ or hazardous materials.
3. Workers' Compensation insurance as required by the State of California and Employer's Liability
Insurance.
4. Contractor's Pollution Liability Insurance coverage covering the handling, remediation, cleanup or
transport of hazardous materials or hazardous wastes.
Minimum Limits of Insurance. Contractor shall maintain limits no less than:
1. General Liability: Contractor shall maintain commercial general liability insurance with coverage
at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $3,000,000
per occurrence, $6,000,000 general aggregate, for bodily injury, personal injury, and property
damage. The policy must include contractual liability that has not been amended. Any
endorsement restricting standard ISO "insured contract" language will not be accepted.
2. Automobile Liability: Contractor shall maintain automobile insurance at least as broad as Insurance
Services Office form CA 00 01 covering bodily injury and property damage for all activities of
the Contractor arising out of or in connection with Work to be performed under this Agreement,
including coverage for any owned, hired, non-owned or rented vehicles, in an amount not less than
$5,000,000 combined single limit for each accident.
3. Employer's Liability: $1,000,000 per accident for bodily injury or disease.
4. Umbrella or excess liability insurance (if applicable): Contractor shall obtain and maintain an
umbrella or excess liability insurance policy with limits that will provide bodily injury, personal
injury and property damage liability coverage at least as broad as the primary coverages set
forth above, including commercial general liability, automobile liability, and employer's liability.
Such policy or policies shall include the following terms and conditions:
a. A drop-down feature requiring the policy to respond if any primary insurance that
would otherwise have applied proves to be uncollectible in whole or in part for any
reason;
b. Pay on behalf of wording as opposed to reimbursement;
c. Concurrency of effective dates with primary policies; and
d. Policies shall "follow form" to the underlying primary policies.
e. Insureds under primary policies shall also be insureds under the umbrella or
excess policies.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 58
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 70
56
5. Contractor's Pollution Liability: Environmental Impairment Liability Insurance shall be written
on a Contractor's Pollution Liability form or other form acceptable to Agency providing
coverage for liability arising out of sudden, accidental and gradual pollution and remediation.
The policy limit shall be no less than $1,000,000 dollars per claim and in the aggregate. All
activities contemplated in this agreement shall be specifically scheduled on the policy as
"covered operations." The policy shall provide coverage for the hauling of waste from the
project site to the final disposal location, including non-owned disposal sites.
Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to
and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such
deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers;
or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses.
Other Insurance Provisions. The general liability policy is to contain, or be endorsed to contain, the
following provisions:
1. General liability policies shall provide or be endorsed to provide that Agency and its officers,
officials, employees, agents, and volunteers shall be additional insureds under such policies. This
provision shall also apply to any excess/umbrella liability policies.
2. The Contractor's insurance coverage shall be primary insurance as respects the City, its officers,
officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the
City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
3. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed
to waive subrogation against Agency, its elected or appointed officers, agents, officials,
employees and volunteers or shall specifically allow Vendor or others providing insurance
evidence in compliance with these specifications to waive their right of recovery prior to a loss.
Vendor hereby waives its own right of recovery against Agency and shall require similar written
express waivers and insurance clauses from each of its subconsultants.
4. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed
to waive subrogation against Agency, its elected or appointed officers, agents, officials,
employees and volunteers or shall specifically allow Contractor or others providing insurance
evidence in compliance with these specifications to waive their right of recovery prior to a loss.
Contractor hereby waives its own right of recovery against Agency and shall require similar written
express waivers and insurance clauses from each of its subconsultants.
5. The Contractor's insurance shall apply separately to each insured against whom claim is made or
suit is brought, except with respect to the limits of the insurer's liability.
6. Notice of Reduction in Coverage. In the event that any coverage required under the Agreement is
reduced, limited, or materially affected in any other manner, Consultant shall provide written
notice to Agency at Contractor's earliest possible opportunity and in no case later than five
days after Contractor is notified of the change in coverage.
Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no
less than A: VII.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 59
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 71
57
Verification of Coverage. The Contractor shall furnish the City with original endorsements effecting
coverage required by this clause. The endorsements are to be signed by a person authorized by that
insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City
before work commences.
Bid 2404-003City of San Luis Obispo
5/6/2024 5:52 PM p. 60
Bid 2404-003City of San Luis Obispo
5/30/2024 12:04 PM p. 72