HomeMy WebLinkAboutPVS_-_CA_Water_Technologies_WRRF_2025CITY OF SAN LUIS OBISPO
CHEMICAL AGREEMENT
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 May 1, 2025, City requested proposals for Chemicals, per Specification No.
2025-26; 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 July 1, 2025, to June 30, 2026.
2.INCORPORATION BY REFERENCE. City Specification No. 2025-26, and Contractor’s price proposal
for Ferric Chloride is hereby incorporated in and made a part of this Agreement, attached as Exhibit
A. The City's terms and conditions are hereby incorporated and made part of this agreement and
attached as Exhibit B. The City’s insurance requirements are hereby incorporated in and made part
of this Agreement, attached as Exhibit C. To the extent that there are any conflicts between the
Consultant’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 compensation set forth in the pricing sheet in Exhibit A.
4.CONTRACTOR/CONSULTANT’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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
6/25/2025 | 6:51 AM PDT
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 City of San Luis Obispo
WRRF
Patrick McGrath (pmcgrath@slocity.org)
Contractor California Water Technologies, LLC
8851 Dice Road
Santa Fe Springs, CA 90670
Shauna Barthel
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
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
PROPOSAL SUBMITTAL FORM
Bidders are to submit pricing on the below price sheet and upload to Bid Net.
The undersigned declares that she or he has carefully examined Specification 2025-26 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)
Sodium Silicofluoride Price per ton delivered
Sodium Hypochlorite Solution -Price per gallon delivered (tanker
load)
Ferric Chloride (40%) Bulk Tanker Truck
Sodium Hydroxide Solution Price per gallon delivered (25%
solution) (tanker load)
Liquid Cationic Polymer Price per gallon delivered
Liquid Muriatic Acid Price per gallon delivered
Liquid Oxygen-Lox Price per million standard cubic feet delivered
Glycerin (95%)
Glycerin (70%)
Citric Acid
Hydrogen Peroxide
Water
Water
Water
WRRF
(include tax at
R 7c;C!(.I
Swim
WRRF
Water
WRRF
(include tax at
8,75%)
Water
WRRF (include
tax,at.8.75%
Swim
Water
WRRF
WRRF
WRRF
WRRF
** INCLUDE PESTICIDE ASSESSMENT TAX ON ALL CHEMICALS WHERE APPLICABLE. ** TANKER LOAD CAPACITY IS A MINIMUM 4000GALLONS.
45
$ NO BID
$ NO BID
$NO BID
$NOBID
$ NOBID
$1,348.00/DT
$No BID
$ NO BID
$NO BID
$NO BID
$NO BID
$NO BID
$ NO BID
$NO BID
$ NO BID
$ NO BID
EXHIBIT A
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
Certificate of insurance attached; insurance company's A.M. Best rating:
Firm Name and Address
California Water Technolo2ies. LLC.
8851 Dice Road
Santa Fe Sorinl!:s, CA 90670
Contact Tatyana Lipanovich Phone (313) 319-7868
nature o Authorized Rel' .esentative
.e.r..,VIZ //..t. / Date May 22, 2025 ..__ _________ 1:_, __ CL,t2L.D..r4 =+---------r---------------__J
46
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
Notice Inviting Bids for
Chemicals for Water and Wastewater Treatment
Specification No. 2025-26
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 BidNet www.bidnet.com
Bids must be submitted on the City's BidNet site by 2 pm on June 2, 2 025 , w hen 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), 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.
The preferred method for bid submission is electronic via BidNet Direct. However, if you wish to submit
a paper copy, please submit it in a sealed envelope plainly marked “Chemicals Bid 2025”” to the Department of
Finance, at 990 Palm Street, San Luis Obispo, CA, 93401, at or before 2pm on June 2, 2025.
Project packages and additional information may be obtained at the City’s BidNet Direct website at
www.BidNetDirect.com.
For technical help with BidNet Direct please contact BidNet Direct tech support at 800-835-4603.
Microsoft Teams Need help?
Join the meeting now
Meeting ID: 240 078 512 169
Passcode: He2Lf6Hb
Dial in by phone
+1 209-645-4165,,723176412#
Find a local number
Phone conference ID: 723 176 412#
For organizers: Meeting options | Reset dial-in PIN
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
Specification No. 2025-2026
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
.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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, 2025, through June 30,
2026, (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 gallons
Bulk Tanker Truck
Delivery
20,000
Mini Bulk Tanker Delivery
4. Ferric Chloride (40%) none 44,000 gallons
Bulk Tanker Truck
Delivery
none
5. Sodium Hydroxide (25%) 35,000 gallons
shipments of 3,000 Gals.
100,000 gallons
Bulk Tanker Truck
Delivery
none
6. Liquid Cationic Polymer 28 tons (7,000 gallons) 20,000 gallons
Tote Delivery
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
Bulk Tanker Truck
Delivery
none
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
4
10. Citric Acid none 13,000 gallons
Tote Delivery
none
11. Hydrogen Peroxide None 13,000 gallons
Tote Delivery
none
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
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
5
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
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
6
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
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
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
7
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
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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, 2025, to June 30, 2026,
(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:
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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 Selenium
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
appropriate tamper-proof, security seal verifying the shipment has not been breached in
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
10
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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, 2025, to June 30,
2026 (12 months).
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
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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, 2025, to June 30, 2026 (12 months).
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
delivery to the City, and when a significant change occurs in the contractor's process.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
15
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, and the Swim Center between 8:00
am to 2 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 holidays
as necessary, with an 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.
c. All appurtenant valves, pumps, and discharge hoses used for the delivery of sodium
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
16
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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,
2025, to June 30, 2026 (12 months).
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
19
The City shall notify the Contractor a minimum of two (2) days in advance of the requirements
foreach delivery.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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, 2025, to June
30, 2026 (12 months).
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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, 2025, through June 30,
2026, (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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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, 2025, through June 30, 2026, (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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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, 2025, through June 30,
2026, (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,
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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, 2025, through June 30, 2026, (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
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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/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
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
34
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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, 2025, through
June 30, 2026, (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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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,
2025, through June 30, 2026, (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
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
41
Section C
Specification No. 2025-26
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, 2025 – June 30, 2026.
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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:
a. Issue IFB 4/25/25
b. Respond to questions 5/15/25
c. Receive Bids / Bid Ending 6/2/2025
d. Award Bids By 6/3/25
e. Execute Agreement by 6/30/25
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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
project outcome
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
project outcome
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
project outcome
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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). Contractor will submit invoices monthly for actual services performed.
Invoices shall be submitted on or about the first business day of each month, or as soon thereafter
as practical, for services provided in the previous month. Final June invoices shall be received no
later than the 5th business day of July to meet City fiscal year-end deadlines. Payment shall be
made within thirty (30) days of receipt of each invoice as to all non-disputed fees. If the City disputes
any of Contractor’s fees it shall give written notice to Contractor within thirty (30) days of receipt of
an invoice of any disputed fees set forth on the invoice. Any final payment under this Agreement
shall be made within forty-five (45) days of receipt of an invoice, therefore.
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), Consultant 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 Consultant’s performance or Consultant’s failure to
perform its obligations under this Agreement or out of the operations conducted by Consultant,
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 Consultant’s performance of
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
this Agreement, the Consultant 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), Consultant 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 Consultant’s performance or Consultant’s failure to perform its obligations under
this Agreement or out of the operations conducted by Consultant, 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 Consultant’s performance of this Agreement, the Consultant 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)The review, acceptance or approval of the Consultant’s work or work product by any
indemnified party shall not affect, relieve or reduce the Consultant’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 on which the breach occurs up to the day it receives the City’s Notice of Termination, minus
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
Exhibit C
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;
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating
of no less than A: VII.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588
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.
Docusign Envelope ID: DFA4D0F3-567B-4D29-8753-8AB5587C6588