Polymer - FY 17-18

City of Tolleson
Wastewater Treatment Plant
INVITATION FOR BIDS
SOLICITATION INFORMATION AND SCHEDULE
Solicitation Title:
FY 17-18 – Polymer
Release Date:
May 11, 2017
Prospective Bidders’ Conference:
Not applicable for this solicitation.
Bid Deadline:
June 9, 2017
11:00 a.m. (local-time, Phoenix, Arizona)
City Clerk’s Office
9555 West Van Buren Street
Tolleson, Arizona 85353
Final Date for Inquiries:
May 30, 2017
Bid Opening:
June 9, 2017
2:00 p.m. (local-time, Phoenix, Arizona)
City Representative:
David Tyler
[email protected]
623-478-8722
Procurement Administrator:
Inez Babchuk
[email protected]
623-936-2711
Competitive sealed Bids for the Materials specified herein will be received by the City Clerk at the City Clerk’s
Office, 9555 West Van Buren Street, Tolleson, Arizona 85353 until the date and time referenced above (the “Bid
Deadline”). Bids received by the Bid Deadline shall be publicly opened and the Bid Price read. Bids shall be in
the actual possession of the City Clerk on, or prior to, the Bid Deadline date. Late Bids shall not be considered.
Bids shall be submitted in a sealed envelope with the Solicitation Title and the Bidder’s name and address clearly
indicated on the front of the envelope.
* The City of Tolleson reserves the right to amend the solicitation schedule as necessary.
DLT:dlt 2662343.3.1 5/5/2017
City of Tolleson
Waste Water Treatment Plant
ARTICLE I - DEFINITIONS
For purposes of this Invitation for Bids, the following definitions shall apply:
1.1
“Bid” or “Offer” means a responsive bid submitted by a Bidder in response to this Invitation for
Bids.
1.2
“Bid Deadline” means the date and time set forth on the cover of this IFB for the City Clerk to
be in actual possession of the sealed Bids.
1.3
“Bid Opening” means the date and time set forth on the cover of this Invitation for Bids for
opening of sealed Bids.
1.4
“Bidder” means any person or firm submitting a competitive Bid in response to this IFB.
1.5
“City” means the City of Tolleson, an Arizona municipal corporation.
1.6
“City Representative” means the City employee who has specifically been designated to act as a
contact person to the City’s Procurement Administrator, and who is responsible for monitoring and overseeing
the Vendor’s performance under the Contract and for providing information regarding details pertaining to the
Contract.
1.7
“Contract” means, collectively, the (i) Bid, (ii) this IFB, including all exhibits, (iii) the Notice of
Award, (iv) the Master Purchase Order(s) or Purchase Order(s), (v) any approved Addendum, Change Order or
Amendment. Alternate or optional bid items will become part of the Contract only if they are accepted by the
City in writing.
1.8
“Invitation for Bids” or “IFB” means this request by the City for participation in the competitive
bidding process according to all documents, including those attached or incorporated herein by reference,
utilized for soliciting Bids for the Materials in compliance with the City’s Procurement Code.
1.9
“Procurement Administrator” means a City employee, as designated on the cover of this IFB,
who has specifically been designated to act as a contact person to the Bidders and/or Vendors relating to their
Invitation for Bids.
1.10
“Specifications” means any description of the physical characteristics, functional characteristics,
or the nature of a commodity, product, supply, Materials or Services. The term may include a description of any
requirements for inspecting, testing or preparing a supply or service item for delivery
1.11
“Total Price Delivered” means the total expenditure for a defined quantity of a commodity or
service, including all applicable taxes, fees, surcharges, fuel charges, transportation, labor and equipment.
1.12
“Vendor” means the individual, partnership, corporation or limited liability company who has
submitted a Bid in response to this IFB and who, as a result of the competitive bidding process, is awarded a
contract for Materials by the City.
DLT:dlt 2662343.3.1 5/5/2017
2
City of Tolleson
Waste Water Treatment Plant
ARTICLE II – PURPOSE; SPECIFICATIONS
2.1
Purpose; Scope of Work. The purpose of this Invitation for Bid (this “IFB”) is to secure a
qualified Vendor to provide neat Polymer (the “Materials” or “Polymer) for use at the City’s Waste Water
Treatment Plant (the “WWTP”) during fiscal year 2017-2018. Materials purchased under this IFB are primarily
intended to be used to thicken primary and waste secondary sludge and to dewater anaerobically digested sludge
at the WWTP. This City will only consider Bids for neat Polymer. The selected Vendor shall provide
transportation, delivery of the Materials to the WWTP and removal of empty containers (the “Services”). The
resulting Contract is intended to be an indefinite quantity and indefinite delivery contract for the Materials based
on the City’s needs. The City does not guarantee any minimum or maximum amount of purchases will be
requested by the City under this IFB.
2.2
Quality of Materials. Polymer shall be supplied in tote containers. Materials not meeting the
Specifications as outlined in this IFB, if known at the time of delivery will rejected, at the sole expense of the
Bidder and without any additional cost to the City.
2.3
Delivery of Materials. The quantity ordered per shipment will be determined by the City at the
time the order is placed. Normal deliveries of Materials should be made within 72 hours from the placement of
an order. In the event that product is required to satisfy an emergency need, the Vendor shall make every effort
to deliver such quantities as may be necessary to satisfy an impending or immediate need.
A.
Time of Delivery. Vendor must have the ability and commit to delivering the Materials
to the WWTP to sustain the City’s dewatering and thickening operations without interruption. Unless otherwise
approved in advance, deliveries shall be made during the hours of 6:00 a.m. to 2:00 p.m., Monday through
Friday. The City will not accept deliveries on Saturdays, Sunday or Holidays, or during off hours. If requested
Vendor shall develop a delivery schedule to be followed during the term of the Contract. If the operational
requirements of the WWTP dictate, the City may elect to change Vendor’s delivery schedule. Should Vendor
be unable to comply with the delivery schedule, fail to keep the WWTP in a sufficient supply of the Materials,
or not be able to supply the WWTP with an unexpected or emergency delivery within 24 hours (due to lapse in
communication, manufacturing, transportation, or any other cause), then the City reserves the right, in its sole
discretion to obtain materials from any source without waiving or voiding any of the terms and conditions of the
Contract.
B.
Fuel Surcharges. Bidders should carefully consider any and all fuel costs to
manufacture, transport and deliver the Materials and return totes or storage containers after use. These costs are
considered an integral part of the Bid price. This City will not accept additional fuel surcharges during the term
of the Contract. Vendor will be required to honor its Bid price for the term of the Contract, without price
modification or additional fuel surcharges.
C.
Shipping, Receiving and Unloading. The Vendor shall supply all equipment necessary
to ensure the safe delivery of the Materials.
DLT:dlt 2662343.3.1 5/5/2017
3
City of Tolleson
Waste Water Treatment Plant
D.
Rejection. The City reserves the right to refuse delay delivery or to limit the amount to
be unloaded at the time of delivery. The City will not be liable to pay demurrage for any reason. Vendor shall
deliver the Materials within a lead time of 72 hours of when the order is placed. The City shall have the right to
reject, and not be charged for any quantity of product delivered to the site which is in excess of the quantity
ordered.
ARTICLE III – BID PROCESS; BID AWARD
3.1
Preparation of Bid. Bidders shall submit a Bid using their own forms and format. The only
stipulation to format is that the Bid price and tax breakdown be provided on page one of the Bid and the
exceptions taken, if any, be provided on page two of the Bid.
A.
Bidder Responsibilities. Bidders shall carefully examine the information, instructions
and Specifications contained in this IFB and should be familiar with the WWTP and its chemical storage
facilities.
B.
The Bidder shall include in the Bid, the product label information, the hazard
classification and the Global Harmonized System Fact Sheet (GHSFS), [formerly known as the Material Data
Safety Sheets – (MSDS)] for the Materials.
C.
The Bid shall include an exhibit, delineating the weight of the Materials in pounds per
gallon and the formulas used by Bidder in converting the weight to gallons.
D.
The Bid shall include a statement indicating whether the return freight on tote
containers is required to be paid by Bidder of the City.
E.
The Bid shall include a copy of the standard operating procedures for returning polymer
tote bins, including restrictions, if any.
F.
The Bid shall include a statement describing the polymer containers required to fulfill
orders, including construction and capacity (in gallons).
G.
The Bid shall include the minimum order requirements or other restrictions.
H.
Price Sheet. The price sheet shall be provided on the first page of the Bid and shall
clearly show the total offering price in terms of - Price Per “Neat” Pound, not price per active pound. This
shall be the Total Delivered Price, as defined above in Article I, Section 1.3. The price sheet shall include the
following statement “This is the Total Delivered Price.” The price sheet shall also clearly show the breakout for
all applicable tax and the tax rate for each. Any and all applicable taxes are included in the Total Delivered
Price and said taxes will be paid by (Insert Company Name).
I.
Polymer Performance Testing and Evaluation. Each Bidder must schedule and complete
the required Polymer Performance Testing, prior to submitting a Bid, and as specified per Part B, of Exhibit A,
attached hereto. Bidder must complete the Testing no later than Friday, May, 26, 2017. Bidders must
contact City staff member Beto Lucero at [email protected] or (623) 936-3381 to schedule a testing date.
Dates will be assigned on a first come first serve basis. Testing will take place at the TWWTP located at 9501
West Pima Street, Tolleson, Arizona 85353. Failure to complete the Polymer Performance Testing by the
deadline will result in the Bidder’s, Bid, being deemed non-responsive. Bidders must provide the following
information to the City at the time of the Polymer Performance Testing, and in their Bid: (1) weight of each
polymer product to be tested (in pounds per gallon), (2) percent activity of each polymer submitted and (3) a
copy of the Global Harmonized System Fact Sheet (GHSFS), formerly known as the Material Data Safety
Sheets – (MSDS)] for each polymer to be tested. By consenting to the Test, the
DLT:dlt 2662343.3.1 5/5/2017
4
City of Tolleson
Waste Water Treatment Plant
Bidder agrees to all testing conditions, methods and procedures specified in this IFB, and attached hereto as
Exhibit A. Any discrepancies, concerns, questions concerning Testing required herein must be presented to the
City prior to the start of the Testing. Bidders are invited and encouraged to attend the testing of their polymer, but
attendance is not required.
3.2
Bid Submittal. All Bidders shall (1) examine the entire Bid package, (2) seek clarification of
any item or requirement that may not be clear, (3) check all responses for accuracy before submitting a Bid and
(4) submit the entire, completed Bid package by the official Bid Deadline. Late Bids shall not be considered.
Bids not submitted with an original, signed offer page by a person authorized to bind the Bidder shall be
considered non-responsive.
A.
Sealed Bids. All Bids shall be sealed and clearly marked with the IFB title on the lower
left hand corner of the mailing envelope. A return address must also appear on the outside of the sealed Bid.
B.
Address. All Bids shall be directed to the following address: City Clerk, City of
Tolleson, 9555 West Van Buren Street, Tolleson, Arizona 85353.
3.3
Inquiries; Interpretation of Specifications; Scope of Work.
A.
Inquiries. Any question related to the IFB, including any part of the Specification,
Scope of Work or other Contract documents, shall be directed to the Procurement Administrator whose name
appears on the cover page of this IFB. Questions shall be submitted in writing by the date indicated on the cover
page of this IFB; the City will not respond to any inquiries submitted later than the Final Date for Inquiries. The
Vendor submitting such inquiry will be responsible for its prompt delivery to the City. Any correspondence
related to the IFB shall refer to the title, page and paragraph. However, the Bidder shall not place the IFB title
on the outside of any envelope containing questions, because such an envelope may be identified as a sealed Bid
and may not be opened until the Bid Opening. Any interpretations or corrections of the proposed Contract will
be made only by addenda duly approved and issued by the City. The City will not be responsible for any other
explanations or interpretations of the Contract Documents.
B.
Addenda. It shall be the Bidder’s responsibility to check for addenda issued to this IFB.
Any addendum issued by the City with respect to this IFB will be available at:
City of Tolleson City Hall, 9555 West Van Buren Street, Tolleson, Arizona 85353
City of Tolleson website at www.tollesonaz.org
3.4
Price. The price for the Materials shall be valid for any and all quantities ordered during the
term of the Contract and shall not be subject to increase. Price shall be F.O.B at the WWTP and shall reflect the
Total Delivered Price, including all applicable taxes, fees, surcharges, fuel charges, transportation, labor and
equipment costs for the Materials, delivered and unloaded as describe herein. Bidder shall provide the Bid price
in terms of Price Per “Neat” Pound. Bids submitted with terms of price per active pound or in other units will
be considered non-responsive.
3.5
Exceptions. The City expects the awarded Vendor to conform to all of the conditions as
specified in this IFB. The City, may, at its sole discretion, consider any Bid in which the Bidder has taken an
exception, as non-responsive when such exception serves to alter or change a stipulation or condition of this
IFB. The City reserves the right, in its sole judgment, to determine whether any exception taken by a Bidder,
conforms to the Specifications and reserves the right to determine whether any exception taken is significant or
insignificant and to proceed to make a decision that best serves the interests of the City. Any and all exceptions
taken shall be clearly written, collectively, in a separate section of the Bid and shall be titled “EXCEPTION(S)
TAKEN.” The Bid need only contain this section if an exception is taken. The absence of an “Exception
Taken” section of the Bid will be interpreted to mean that no exceptions have been taken by the Bidder.
DLT:dlt 2662343.3.1 5/5/2017
5
City of Tolleson
Waste Water Treatment Plant
3.6
Method of Award. The successful Bidder will be determined on the basis of the lowest
responsive and responsible Bid and other pertinent considerations as outline in this IFB, and attached hereto as
Exhibit A. The City reserves the right to reject any or all Bids, to waive any informalities or irregularities, and
award the Bid. After the Bid Opening, the results will be evaluated by City staff. City staff will make
recommendation to the City Council concerning a vendor to supply the Materials.
3.7
Notice of Award. The City Council, upon considering the City staff’s recommendation to
award a bid, will approve, deny or act as they deem in the best interest of the City. If the City Council concurs
with and approves a recommendation to award the Bid, the successful Bidder will receive a notification letter
from the Procurement Administrator. The letter will contain a blanket purchase order for fiscal year 2017-2018.
Orders may be placed immediately by the Utilities Department upon issuance of an approved purchase order to
the Vendor.
ARTICLE IV – GENERAL TERMS AND CONDITIONS
4.1
Contract Period. The contract will be for a period of one year, beginning on July 1, 2017 and
will automatically terminate on June 30, 2018.
4.2
Assignment; Delegation. No right or interest in this Contract shall be assigned or delegated by
Vendor without prior, written permission of the City, signed by the City Manager. Any attempted assignment or
delegation by Vendor in violation of this provision shall be a breach of this Contract by Vendor.
4.3
Subcontracts. No subcontract shall be entered into by the Vendor with any other party to
furnish any of the Materials or Services specified herein without the prior written approval of the City. The
Vendor is responsible for performance under this Contract whether or not subcontractors are used.
4.4
Compensation. The City shall pay the Vendor for Materials delivered and accepted by the City
at the rates set forth in the Price Sheet. The Vendor shall not commence any billable work or provide any
Materials under this Contract until the Vendor receives an executed purchase order from the City.
4.5
Conflict of Interest. This Contract is subject to the provisions of ARIZ. REV. STAT. § 38-511.
The City may cancel this Contract without penalty or further obligations by the City or any of its departments or
agencies if any person significantly involved in initiating, negotiating, securing, drafting or creating this
Contract on behalf of the City or any of its departments or agencies is, at any time while the Contract or any
extension of the Contract is in effect, an employee of any other party to the Contract in any capacity or a Vendor
to any other party of the Contract with respect to the subject matter of the Contract.
4.6
Conflicting Terms. In the event of any inconsistency, conflict or ambiguity among the terms of
this Contract, the IFB, the Specifications/Price sheet, any City-approved Purchase Orders, invoices and the
Vendor’s response to the IFB, the documents shall govern in the order listed herein. Notwithstanding the
foregoing, unauthorized exceptions, conditions, limitations or provisions in conflict with the terms of this
Contract (collectively, the “Unauthorized Conditions”), other than the City’s project-specific quantities,
configurations or delivery dates, are expressly declared void and shall be of no force and effect. Acceptance by
the City of any Purchase Order or invoice containing any such Unauthorized Conditions or failure to demand
full compliance with the terms and conditions set forth in this Contract shall not alter or relieve Vendor from,
nor be construed or deemed a waiver of, its requirements and obligations in the performance of this Contract.
4.7
Non-Exclusive Contract. This Contract is entered into with the understanding and agreement
that it is for the sole convenience of the City of Tolleson. The City reserves the right to obtain like goods and
Materials or Services from another source when necessary.
DLT:dlt 2662343.3.1 5/5/2017
6
City of Tolleson
Waste Water Treatment Plant
4.8
Cooperation; Dispute Resolution. The Vendor and City will cooperate closely in scheduling and
resolving any service or product related issues. Should an unacceptable situation develop with respect to the
Materials in the opinion of the Plant Superintendent, or there be a decline in the effectiveness of the Materials;
the following steps will be followed by the City: the Plant Superintendent or his authorized representative shall
notify the Vendor of the problem, giving the Vendor a reasonable period of time to correct the deficiency(s).
For issues that do not critically impact the operations of the WWTP or hinder the compliance with a permit or
regulation, then the Bidder shall have up to 10 calendar days (the “Cure Period”) to resolve the issue to the
satisfaction of the WWTP Superintendent. For issues that critically impact the operations of the WWTP or
hinder compliance with a permit or regulation, Vendor shall have 24 hours to resolve the issue. If the Bidder is
unable or unwilling to correct the issue to the satisfaction of the WWTP Superintendent within the allotted time
frame; then the City may obtain the Materials or Services from another vendor until such time as the noted issue
is resolved. If the issue remains uncorrected at the end of the Cure Period, the City may terminate this Contract.
4.9
E-verify Requirements. To the extent applicable under A.R.S. § 41-4401, the Vendor, by
submitting a Bid, warrants compliance, with all federal immigration laws and regulations that relate to its
employees and compliance with the E-Verify requirements under A.R.S. § 23-214(A). Breach of the abovementioned warranty shall be deemed a material breach of this Contract between the City and the Vendor and the
City may terminate the contract. The City retains the legal right to inspect the papers of the Vendor to ensure
that the Vendor is complying with the above-mentioned warranty.
4.10
Agreement Subject to Appropriation. The City is obligated only to pay its obligations set forth
in the Agreement as may lawfully be made from funds appropriated and budgeted for that purpose during the
City’s then current fiscal year. The City’s obligations under this Agreement are current expenses subject to the
“budget law” and the unfettered legislative discretion of the City concerning budgeted purposes and
appropriation of funds. Should the City elect not to appropriate and budget funds to pay its Agreement
obligations, this Agreement shall be deemed terminated at the end of the then-current fiscal year term for which
such funds were appropriated and budgeted for such purpose and the City shall be relieved of any subsequent
obligation under this Agreement. The parties agree that the City has no obligation or duty of good faith to
budget or appropriate the payment of the City’s obligations set forth in this Agreement in any budget in any
fiscal year other than the fiscal year in which the Agreement is executed and delivered. The City shall be the
sole judge and authority in determining the availability of funds for its obligations under this Agreement. The
City shall keep Vendor informed as to the availability of funds for this Agreement. The obligation of the City to
make any payment pursuant to this Agreement is not a general obligation or indebtedness of the City. Vendor
hereby waives any and all rights to bring any claim against the City from or relating in any way to the City's
termination of this Agreement pursuant to this section.
4.11
Payment and Method of Purchasing. Once the Bid is awarded, a purchase order may be issued
at the time of the first order, and with each subsequent order, or there may be a blanket purchase order issued for
the fiscal year at the beginning of the contract period. The total amount stated on each purchase order provided
by the City shall be considered as a “Not to Exceed Amount.” Any dollar amount remaining on the purchase
order after fulfilling previous orders may be used to place new orders unless the purchase order is closed by the
City. Any dollar place on a new purchase order or dollar amount remaining on an existing purchase order shall
not be misconstrued to as an obligation on the part of the City to place orders or make purchases up to the total
amount stated on the purchase order. The City guarantees no minimum quantity will be purchased over the term
of the contract. Payment will be made for individual shipments after receipt of a certified invoice from the
Bidder. The invoice must show the amount charged for the product and the applicable tax amount as a separate
item.
4.12
Taxes. The City is exempt from Federal Excise Tax, including Federal Transportation Tax.
The Vendor agrees to comply with all provisions of the Arizona State Sales Tax Law and Compensation Use
DLT:dlt 2662343.3.1 5/5/2017
7
City of Tolleson
Waste Water Treatment Plant
Tax Law and all amendments to the same. Vendor is required to charge any and all taxes as may be applicable,
and include these taxes in their Bid Price. These taxes may include, but not limited to Federal, State, County,
Local, Use and environmental taxes as may be applicable with respect to providing the goods, materials and/or
services requested. Typically, in the State of Arizona, taxes for chemicals and related services include
Transaction Privilege Tax (a.k.a. the local tax or city tax charged according to the location (city) at which the
seller receives the order), county tax (Maricopa County) and state tax. Vendors should refer to the Arizona tax
code for more information and current tax rates. Additionally, the Bidder must itemize and show these taxes on
each invoice sent to the City for payment.
4.13
Indemnification. To the fullest extent permitted by law, the Vendor shall indemnify, defend and
hold harmless the City and each council member, officer, employee or agent thereof (the City and any such
person being herein called an “Indemnified Party”), for, from and against any and all losses, claims, damages,
liabilities, costs and expenses (including, but not limited to, reasonable attorneys’ fees, court costs and the costs
of appellate proceedings) to which any such Indemnified Party may become subject, under any theory of
liability whatsoever (“Claims”), insofar as such Claims (or actions in respect thereof) relate to, arise out of, or
are caused by or based upon the negligent acts, intentional misconduct, errors, mistakes or omissions, in
connection with the performance of the Vendor, its officers, employees, agents, or any tier of Subcontractor in
the performance of this Contract. The amount and type of insurance coverage requirements set forth below will
in no way be construed as limiting the scope of the indemnity in this Section.
4.14
Applicable Law; Venue. This Contract shall be governed by the laws of the State of Arizona
and any suit pertaining to this Contract may be brought only in courts in Maricopa County, Arizona.
4.15
Amendments. This Contract may be modified only by a written amendment signed by persons
duly authorized to enter into contracts on behalf of the City and the Vendor.
4.16
Provisions Required by Law. Each and every provision of law and any clause required by law to
be in the Contract will be read and enforced as though it were included herein and, if through mistake or
otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either
party, the Contract will promptly be physically amended to make such insertion or correction.
4.17
Severability. The provisions of this Contract are severable to the extent that any provision or
application held to be invalid by a Court of competent jurisdiction shall not affect any other provision or
application of the Contract which may remain in effect without the invalid provision or application.
4.18
Attorneys’ Fees. In the event either party brings any action for any relief, declaratory or
otherwise, arising out of this Contract or on account of any breach or default hereof, the prevailing party shall be
entitled to receive from the other party reasonable attorneys’ fees and reasonable costs and expenses, determined
by the court sitting without a jury, which shall be deemed to have accrued on the commencement of such action
and shall be enforced whether or not such action is prosecuted through judgment.
4.19
Entire Agreement; Interpretation; Parol Evidence. This Contract represents the entire
agreement of the parties with respect to its subject matter, and all previous agreements, whether oral or written,
entered into prior to this Contract are hereby revoked and superseded by this Contract. No representations,
warranties, inducements or oral agreements have been made by any of the parties except as expressly set forth
herein, or in any other contemporaneous written agreement executed for the purposes of carrying out the
provisions of this Contract. This Contract shall be construed and interpreted according to its plain meaning, and
no presumption shall be deemed to apply in favor of, or against the party drafting the Contract. The parties
acknowledge and agree that each has had the opportunity to seek and utilize legal counsel in the drafting of,
review of, and entry into this Contract.
DLT:dlt 2662343.3.1 5/5/2017
8
City of Tolleson
Waste Water Treatment Plant
4.20
Offset.
A.
Offset for Damages. In addition to all other remedies at law or equity, the City may
offset from any money due to the Vendor any amounts Vendor owes to the City for damages resulting from
breach or deficiencies in performance or breach of any obligation under this Contract.
B.
Offset for Delinquent Fees or Taxes. The City may offset from any money due to the
Vendor any amounts Vendor owes to the City for delinquent fees, transaction privilege taxes and property taxes,
including any interest or penalties.
4.25
Insurance.
A.
General.
1.
Insurer Qualifications. Without limiting any obligations or liabilities of
Vendor, Vendor shall purchase and maintain, at its own expense, hereinafter stipulated minimum
insurance with insurance companies authorized to do business in the State of Arizona pursuant to A RIZ.
REV. STAT. § 20-206, as amended, with an AM Best, Inc. rating of A- or above with policies and forms
satisfactory to the City. Failure to maintain insurance as specified herein may result in termination of
this Contract at the City’s option.
2.
No Representation of Coverage Adequacy. By requiring insurance herein, the
City does not represent that coverage and limits will be adequate to protect Vendor. The City reserves
the right to review any and all of the insurance policies and/or endorsements cited in this Contract but
have no obligation to do so. Failure to demand such evidence of full compliance with the insurance
requirements set forth in this Contract or failure to identify any insurance deficiency shall not relieve
Vendor from, nor be construed or deemed a waiver of, its obligation to maintain the required insurance
at all times during the performance of this Contract.
3.
Additional Insured. [INTENTIONALLY OMITTED]
4.
Coverage Term. All insurance required herein shall be maintained in full force
and effect until the terms of this Contract are satisfactorily performed, completed and formally accepted
by the City, unless specified otherwise in this Contract.
5.
Primary Insurance. Vendor’s insurance shall be primary insurance with respect
to performance of this Contract and in the protection of the City as an Additional Insured.
6.
Claims Made. In the event any insurance policies required by this Agreement
are written on a “claims made” basis, coverage shall extend, either by keeping coverage in force or
purchasing an extended reporting option, for three years past completion and acceptance of the services.
Such continuing coverage shall be evidenced by submission of annual Certificates of Insurance citing
applicable coverage is in force and contains the provisions as required herein for the three-year period.
7.
Waiver. All policies, except for Professional Liability, including Workers’
Compensation insurance, shall contain a waiver of rights of recovery (subrogation) against the City, its
agents, representatives, officials, officers and employees for any claims arising out of the Work or
Services of Vendor. Vendor shall arrange to have such subrogation waivers incorporated into each
policy via formal written endorsement thereto.
8.
Policy Deductibles and/or Self-Insured Retentions. The policies set forth in
these requirements may provide coverage that contains deductibles or self-insured retention amounts.
Such deductibles or self-insured retention shall not be applicable with respect to the policy limits
DLT:dlt 2662343.3.1 5/5/2017
9
City of Tolleson
Waste Water Treatment Plant
provided to the City. Vendor shall be solely responsible for any such deductible or self-insured retention
amount.
9.
Use of Subcontractors. If any portion of this Contract is subcontracted in any
way, Vendor shall execute written agreement(s) with its Subcontractors containing the indemnification
provisions set forth in this subsection and insurance requirements set forth herein protecting the City
and Vendor. Vendor shall be responsible for executing any agreements with its Subcontractor and
obtaining certificates of insurance verifying the insurance requirements.
10.
Evidence of Insurance. Prior to commencing any Work or Services under this
Contract, Contractor will provide the City with suitable evidence of insurance in the form of certificates
of insurance and a copy of the declaration page(s) of the insurance policies as required by this Contract,
issued by Contractor’s insurance insurer(s) as evidence that policies are placed with acceptable insurers
as specified herein and provide the required coverages, conditions and limits of coverage specified in
this Contract and that such coverage and provisions are in full force and effect. Confidential information
such as the policy premium may be redacted from the declaration page(s) of each insurance policy,
provided that such redactions do not alter any of the information required by this Contract. The City
shall reasonably rely upon the certificates of insurance and declaration page(s) of the insurance policies
as evidence of coverage but such acceptance and reliance shall not waive or alter in any way the
insurance requirements or obligations of this Contract. If any of the policies required by this Contract
expire during the life of this Contract, it shall be Contractor’s responsibility to forward renewal
certificates and declaration page(s) to the City 30 days prior to the expiration date. All certificates of
insurance and declarations required by this Contract shall be identified by referencing this Contract. A
$25.00 administrative fee shall be assessed for all certificates or declarations received without a
reference to this Contract. Additionally, certificates of insurance and declaration page(s) of the
insurance policies submitted without referencing this Contract will be subject to rejection and may be
returned or discarded. Certificates of insurance and declaration page(s) shall specifically include the
following provisions:
a.
The City, its agents, representatives, officers, directors, officials and
employees are Additional Insureds as follows:
(i)
Commercial General Liability - Under Insurance Services
Office, Inc., (“ISO”) Form CG 20 10 03 97 or equivalent.
(ii)
Auto Liability - Under ISO Form CA 20 48 or equivalent.
(iii)
Excess Liability - Follow Form to underlying insurance.
b.
Vendor’s insurance shall be primary insurance with respect to
performance of the Contract.
c.
All policies, except for Professional Liability, including Workers’
Compensation, waive rights of recovery (subrogation) against City, its agents, representatives,
officers, officials and employees for any claims arising out of Vendor’s performance under this
Contract.
d.
ACORD certificate of insurance form 25 (2014/01) is preferred.
If ACORD certificate of insurance form 25 (2001/08) is used, the phrases in the cancellation
provision “endeavor to” and “but failure to mail such notice shall impose no obligation or
liability of any kind upon the company, its agents or representatives” shall be deleted.
Certificate forms other than ACORD form shall have similar restrictive language deleted.
DLT:dlt 2662343.3.1 5/5/2017
10
City of Tolleson
Waste Water Treatment Plant
B.
Required Insurance Coverage.
1.
Commercial General Liability. Vendor shall maintain “occurrence” form
Commercial General Liability insurance with an unimpaired limit of not less than $1,000,000 for each
occurrence, $2,000,000 Products and Completed Operations Annual Aggregate and a $2,000,000
General Aggregate Limit. The policy shall cover liability arising from premises, operations,
independent contractors, products-completed operations, personal injury and advertising injury.
Coverage under the policy will be at least as broad as ISO policy form CG 00 010 93 or equivalent
thereof, including but not limited to, separation of insured’s clause. To the fullest extent allowed by
law, for claims arising out of the performance of this Contract, the City, its agents, representatives,
officers, officials and employees shall be cited as an Additional Insured under ISO, Commercial General
Liability Additional Insured Endorsement form CG 20 10 03 97, or equivalent, which shall read “Who
is an Insured (Section II) is amended to include as an insured the person or organization shown in the
Schedule, but only with respect to liability arising out of “your work” for that insured by or for you.” If
any Excess insurance is utilized to fulfill the requirements of this subsection, such Excess insurance
shall be “follow form” equal or broader in coverage scope than underlying insurance.
2.
Vehicle Liability. Vendor shall maintain Business Automobile Liability
insurance with a limit of $1,000,000 each occurrence on Vendor’s owned, hired and non-owned vehicles
assigned to or used in the Vendor’s performance under this Contract. Coverage will be at least as broad
as ISO coverage code “1” “any auto” policy form CA 00 01 12 93 or equivalent thereof. To the fullest
extent allowed by law, for claims arising out of the performance of this Contract, the City, its agents,
representatives, officers, directors, officials and employees shall be cited as an Additional Insured under
ISO Business Auto policy Designated Insured Endorsement form CA 20 48 or equivalent. If any Excess
insurance is utilized to fulfill the requirements of this subsection, such Excess insurance shall be “follow
form” equal or broader in coverage scope than underlying insurance.
3.
Professional Liability. If this Contract is the subject of any professional
Services or Work, or if the Contractor engages in any professional Services or Work adjunct or residual
to performing the Work under this Contract, the Contractor shall maintain Professional Liability
insurance covering negligent errors and omissions arising out of the Services performed by the
Contractor, or anyone employed by the Contractor, or anyone for whose negligent acts, mistakes, errors
and omissions the Contractor is legally liable, with an unimpaired liability insurance limit of $2,000,000
each claim and $2,000,000 annual aggregate.
4.
Workers’ Compensation Insurance. Vendor shall maintain Workers’
Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction
over Vendor’s employees engaged in performance under this Contract and shall also maintain
Employers’ Liability Insurance of not less than $500,000 for each accident, $500,000 disease for each
employee and $1,000,000 disease policy limit.
C.
Cancellation and Expiration Notice. Insurance required herein shall not expire, be
canceled, or be materially changed without 30 days’ prior written notice to the City.
DLT:dlt 2662343.3.1 5/5/2017
11
EXHIBIT A
TO
INVITATION FOR BIDS FY 17-18 - Polymer
See following pages.
DLT:dlt 2662343.3.1 5/5/2017
Polymer Performance Testing and Evaluation
Per Article III, Section 3.1, (I) of the IFB, Polymer Performance Testing (“Performance Testing”) is required
prior to submitting a bid, and must be completed by no later than Friday, May 26, 2017 for the Bidder’s polymer
bid to be considered. Prospective polymer bidders should contact [email protected] , or call (623) 4788742 no later than Monday, May 22, 2017 to schedule a Performance Testing date. Jar testing is not required,
but is an opportunity made available to prospective Bidders prior to the performance testing, and is on a first
come first serve basis.
I.
JAR TESTING
Jar testing is not Performance Testing. Performance Testing is discussed in Section B, below. Jar
testing allows each prospective Bidder the opportunity to determine which of their polymer product(s)
(Materials) to use in the Performance Testing. Prior to the date of the actual Performance Testing, each
prospective Bidder will be afforded the opportunity to jar tests at the City of Tolleson Wastewater Treatment
Plant (TWWTP). The City will provide the Bidder with samples of feed sludge from the various thickening and
dewatering units, and a space in the laboratory to perform the jar tests. Any equipment, materials and apparatus
necessary to perform jar testing shall be furnished by the Bidder, and brought to the TWWTP site on the day of
jar testing. Jar tests are not required and is up to the discretion of each Bidder as to whether or not to perform
such testing.
To take advantage of this opportunity, bidders should contact [email protected] , or call (623)
478-8742 no later than Monday, May 22, 2017 to schedule a Jar Testing date. If scheduling Jar Testing, it is
also incumbent upon the prospective Bidder to schedule a Performance Testing date, and to do so on or before
the stated deadline for Polymer Performance Testing.
As the operation of each thickening and dewatering unit is based on the needs of the treatment process,
and may vary from day to day; no guarantee is made or implied that the conditions encountered on the day of jar
testing, including but not limited to sludge quality, quantity or concentration will be duplicated on the date of the
actual performance testing.
II.
POLYMER PERFORMANCE TESTING
A. General Information
Bidders shall furnish at their sole cost and expense, a sufficient supply of product [e.g. either, in buckets
having a nominal size of five gallons or in tote bin(s)] to conduct the Polymer Performance Testing. A
minimum of fifteen (15) gallons of polymer is suggested to conduct the testing at the three (3) unit locations onsite at the TWWTP. Each Bidder is required and responsible for disposing of any leftover polymer after the
Testing is completed.
The City will not be responsible for lost, stolen, returned, misdirected or missing shipments of the
Bidder’s product to the WWTP. Each Bidder is solely responsible for the preservation of their product integrity
and the security for any and all of their products brought to or delivered to the TWWTP.
All aspects of the Polymer Performance Testing, except as may be noted in the Polymer Performance
Testing Procedures section of Exhibit A will be conducted by TWWTP personnel. During the performance
testing of the Bidder’s Polymer, TWWTP personnel will operate and control all solids handling equipment at
each thickening and dewatering location, and will make any and all adjustments such setting belt tension, as
applicable. These adjustments include but are not limited to belt speed/drum speed, water dilution, sludge feed
rates, polymer feed rates, recording performance data, and collecting and controlling all samples.
Bidders are welcome and encouraged, but not required. to be present and observe the Performance
DLT:dlt 2662343.3.1 5/5/2017
A-5
Testing of their polymer(s). During the performance testing, Bidders will be allowed to suggest adjustments of
dilution water and polymer feed settings. However, the plant operator, prior to making any adjustments
requested or suggested by the Bidder, will first make a visual observation to ascertain whether such adjustment
is conducive to maintaining the TWWTP’s customary and characteristic operation for each unit. Achieving any
adjustment(s) suggested by the Bidder, and the ability to achieve any adjustment is up to the sole discretion of
TWWTP personnel at the time of testing, and whose decision is final.
The City is not obligated to provide dilution water beyond the capabilities that presently exists at any of
thickening/dewatering units (Gravity Belt Thickener, Belt Filter Press or Rotating Drum Thickeners) or is
otherwise deemed unsustainable, impractical or undesirable as judged solely by TWWTP personnel at the time
Performance Testing is conducted. Technical adjustments at each thickening/dewatering unit, and the accuracy
thereof, such as obtaining and operating any of the units at a sustained, and specific percent solution of polymer
are not part of the TWWTP’s customary operation, and therefore, is not guaranteed. Adjustments may be
limited to unquantified or non-empirical adjustments, such as “a little more” or “a little less” water or polymer,
as applicable. For units having a numeric display of the dilution rate, the accuracy of the reading is not
guaranteed, nor is achieving or sustaining the operation of the unit at a specific percent dilution.
Performance Testing will be limited to a maximum of 60 minutes, at each thickening/dewatering
location, barring any malfunctions or failures of TWWTP equipment or devices deemed essential by TWWTP
personnel to conducting the Performance Testing.
Bidders will be allowed to bring field testing device(s) for their personal use in analyzing percent
moisture and/or Total Suspended Solids (TSS) during the Performance Testing. The use of any data obtained
by the Bidder from their device(s) is strictly limited to serve as an aid to the Bidder in making recommendations
or suggestions for optimizing feed polymer and water dilutions during the performance testing. The Bidder’s
use of said data for any other purpose is strictly prohibited, and such data is summarily considered null and void
by the City. Only the percent solids and TSS results from samples collected by TWWTP personnel, under a
chain of custody authorized and completed by TWWTP personnel, and which is analyzed by the TWWTP
laboratory (#AZ0418), or by another laboratory certified by the Arizona Department of Health Services (ADHS)
as may appointed by the City, shall be utilized by the City in determining the official result of each Performance
Test.
Based on sludge production data for calendar year 2016 (January 1, 2016 through December 31, 2016)
an overall, estimated, total daily average of 11.0 dry tons of sludge was processed through the thickening and
dewatering equipment at TWWTP. This amount was computed by adding the estimated, daily average sludge
production from each thickening and dewatering location. During that period an estimated, average 1.8 dry tons
of sludge per day was processed through the Gravity Belt Thickener (BT), and an estimated, average 5.4 dry
tons of sludge per day was processed through the Rotary Drum Thickeners (RDTs), and an estimated, average
3.8 dry tons of sludge per day was processed through the Belt Filter Presses (BFPs). These sludge production
estimates, including the total estimated, average daily sludge production of 11.0 dry tons were computed from
daily operating averages of the thickening and dewatering equipment, and are shown in Tables A1.1, A1.2, and
A1.3 (below, in this section).
The Polymer Performance Testing seeks to determine individual polymer performance at each unit
location by quantifying the amount of sludge feed (in dry tons), and the amount of polymer required (in lbs) to
thicken/dewater the sludge. The capture rate is also measured and used in the calculation that determines cost of
polymer per ton of dry solids for each unit location. The cake, percent solids is also measured, and is an
important aspect to the operation at each unit location. Cake solids are not factored into the formula for
determining the overall polymer cost per ton of dry solids.
During the Polymer Performance Testing the WWTP operator will seek to stabilize the operation of the
thickening/dewatering equipment using the Bidder’s polymer. Stabilization of the unit’s operation is considered
as having been achieved when the unit operates for several minutes (a minimum of five (5) minutes, but longer
DLT:dlt 2662343.3.1 5/5/2017
A-6
if deemed appropriate by the TWWTP Operator) at the normalized operation, without need for further
adjustments. The normalized operation is one that achieves the customary, characteristic and sustainable
operation of a thickening/dewatering unit (i.e. the Gravity Belt Thickener, the Belt Filter Press, or the Rotating
Drum Thickener), and is the sole judgment of the City (TWWTP Operator) at the time Polymer Performance
Testing is conducted. The term “customary” refers to the manner, in which the City (TWWTP personnel)
normally operate, or is accustomed to operating each thickening/dewatering unit, and is irrespective of the
operation and objectives of thickening/dewatering units at other facilities. The term “characteristic” refers to the
normal operating performance of a thickening/dewatering unit at the TWWTP, and is based on the visual
observations of the TWWTP operator, alone. The term “sustainable” refers to the TWWTP operator’s
judgement that the stabilized operation of a thickening/dewatering unit has been achieved, and is reasonably
expected to continue to operate in the normal and acceptable manner, at the given settings, without further
adjustment being needed. Once the operation is stabilized, the WWTP operator will collect the samples (sludge
feed, filtrate, and cake) from the unit, and perform the timed polymer drawdown (recorded in ml/min), record
sludge feed (in gpm), and any other pertinent data.
Based on sludge production data from January 1, 2016 through December 31, 2016, an overall average
11.0 dry tons per day of sludge was processed through all thickening and dewatering equipment at WWTP. This
amount is derived as a proportion of the amount of sludge processed through the thickening and dewatering
processes, combined. That figure is based on an average of 1.8 tons of sludge per day was processed through
the Gravity Belt Thickener (BT), and an average of 5.4 tons of sludge per day was processed through the
Rotary Drum Thickeners (RDT), and an average 3.8 tons of sludge per day was processed through the Belt Filter
Press (BP). These are the figures used by the City in the calculation (the formula) for determining the estimated,
overall polymer cost. The formula is further explained in Section C, below.
Table A 1.1
Belt Thickener Sludge Production (Estimated)
Sludge Feed
300 gpm
Average Run Time
2.9 hrs. per day
Percent Solids.
.8120 % or 8,120 mg/l
Lbs. Dry Solids
3,522 lbs.
=
(MGD) x (8.34) x (mg/l)
(.052) x (8.34) x (8,120)
Tons Dry Solids
1.8 tons
=
(Lbs. Dry Solids divided by 2,000)
(3,522 / 2,000)
Table A 1.2
Belt Filter Press Sludge Production (Estimated)
Sludge Feed
100 gpm
Average Run Time
4.5 hrs. per day
Percent Solids
3.4 % or 34,000 mg/l
Lbs. Dry Solids
7,656 lbs.
=
(MGD) x (8.34) x (mg/l)
(.027) x (8.34) x (34,000)
Tons Dry Solids
3.8 tons
=
(Lbs. Dry Solids divided by 2,000)
(7,656 / 2,000)
DLT:dlt 2662343.3.1 5/5/2017
A-7
Table A 1.3
Rotary Drum Thickener Sludge Production (estimated)
Sludge Feed
100 gpm
Average Run Time
12 hrs. per day
Percent Solids
1.8 % or 18,000 mg/l
Lbs. Dry Solids
10,809 lbs.
=
(MGD) x (8.34) x (mg/l)
(.072) x (8.34) x (19,000)
Tons Dry Solids
5.4 tons
=
(Lbs. Dry Solids divided by 2,000)
(10,809 / 2,000)
B. Performance Testing Procedures
1. Belt Filter Press (BP)
a)
Stabilize Belt Filter Press Operation
i.
Put prospective Bidder’s polymer on line
ii.
Adjust belt tension for best operation
iii.
Adjust belt speed for best operation (about 35 rpm)
iv.
Adjust sludge feed to maintain a full load onto the belt press (typically,
about 100 gpm)
v.
Adjust dilution water and polymer dosage to achieve a dilution factor that is
satisfactory to the Bidder to the extent possible for the conditions at the time
and location.
Stabilized operation of the BP typically has a dewatered cake discharge of about 16% (+/- 2%
cake solids), with cake furrows forming at about half to two-thirds of the way down the belt,
with said cake furrows discharging by dropping off in sheets, as opposed to sticking to the belt
or washing out.
After the adjustments in items i-v, above, have been completed, and the best operation has been
achieved, as agreed by the Bidder (if present), and the discharge cake is observed to be in the
normal operating range, (or as close thereto as possible) as determined by the City (WWTP
Operator), the WWTP Operator will then proceed to collect the samples from the unit, and
perform a timed polymer drawdown. Note: Stabilized operation should be sustained for 5
minutes, minimum; or longer if the WWTP Operator suspects current settings may not sustain a
stabilized operation.
b)
Collect Samples and Perform a Drawdown
i.
Collect filtrate sample
ii.
Collect sludge feed sample
iii.
Collect discharge cake sample
iv.
Perform a Timed Polymer Drawdown at the calibration column and record
the polymer usage rate in (mls/min)
DLT:dlt 2662343.3.1 5/5/2017
A-8
v.
Record sludge flow using the magnetic flow meter installed on the sludge
feed line at the pump.
2. Gravity Belt Thickener (BT)
a)
Stabilize Gravity Belt Thickener Operation
i.
Put prospective Bidder’s polymer on line
ii.
Adjust belt tension for best operation
iii.
Adjust belt speed for best operation (N/A, adjustment wheel in fixed
position)
iv.
Sludge feed will be adjusted to maintain a full load onto the belt thickener.
(typically, about 300 GPM)
v.
Adjust dilution water and polymer dosage to achieve a dilution factor that is
satisfactory to the Bidder to the extent possible for the conditions at the time
and location
Stabilized operation of the BT typically has a thickened discharge cake of about 6%
(+/- 2% cake solids), with cake furrows formed at about half to two-thirds of the way
down the belt, with said cake furrows discharging by dropping off as opposed to
sticking to the belt or washing out.
After the adjustments in items i-v, above, have been completed, and the best operation
has been achieved, as agreed by the Bidder (if present), and the discharge cake is
observed to be in the normal operating range, (or as close thereto as possible) as
determined by the City (WWTP Operator), the WWTP Operator will then proceed to
collect the samples from the unit, and perform a timed polymer drawdown.
Note:
Stabilized operation should be sustained for 5 minutes, minimum; or longer if the WWTP
Operator suspects current settings may not sustain a stabilized operation.
b)
Collect Samples and Perform a Drawdown
i.
Collect filtrate sample
ii.
Collect sludge feed sample
iii.
Collect discharge cake sample
iv.
Perform a Timed Polymer Drawdown at the calibration column and record
the polymer usage rate in (mls/min)
v.
Record sludge flow using the magnetic flow meter installed on the sludge
feed line at the pump.
3. Rotary Drum Thickener (RDT)
a)
Stabilize Rotary Drum Thickener Operation
i.
Put prospective Bidder’s polymer on line
ii.
Adjust drum speed for best operation (about 4 on the adjustment dial)
iii.
Sludge feed will be adjusted to maintain the normal loading to the RDT, and
primary thickened sludge pump (typically, a feed rate to the RDT of about
100 GPM, and a discharge pressure at the primary thickened sludge pump of
about 40~60 psi).
DLT:dlt 2662343.3.1 5/5/2017
A-9
iv.
Adjust dilution water and polymer dosage to achieve a dilution factor that is
satisfactory to the Bidder to the extent possible for the conditions at the time
and location
Stabilized operation of the RDT typically has a thickened discharge cake of about 6%
(+/- 2% cake solids), which is typically characterized by a primary thickened sludge
pump discharge pressure between 40 to 60 psi.
After the adjustments in items i-iv, above, have been completed, and the best operation
has been achieved, as agreed by the Bidder (if present), and the discharge cake is
observed to be in the normal operating range, (or as close thereto as possible) as
determined by the City (WWTP Operator), the WWTP Operator will then proceed to
collect the samples from the unit, and perform a timed polymer drawdown. Note:
Stabilized operation should be sustained for 5 minutes, minimum; or longer if the WWTP
Operator suspects current settings may not sustain a stabilized operation.
b)
III.
Collect Samples and Perform a Drawdown
i.
Collect filtrate sample
ii.
Collect sludge feed sample
iii.
Collect discharge cake sample
iv.
Perform a Timed Polymer Drawdown at the calibration column and record
the polymer usage rate in (mls/min)
v.
Record sludge flow using the magnetic flow meter installed on the sludge
feed line at the pump.
OVERALL POLYMER COST DETERMINATION AND EVALUATION OF BIDS
At the TWWTP, sludge is conditioned with polymer for thickening at the Rotary Drum Thickener (RDTs),
the Gravity Belt Thickener (BT), followed by anaerobic digestion, then conditioned again with polymer and finally
dewatered at the Belt Filter Presses (BFPs). The estimated amount of sludge produced at each of these unit
locations is shown in Tables A1.1, A1.2 and A1.3, of this Exhibit A. These amounts are based on the average
daily runtime (in hours), the average percent solids of the sludge feed, and average daily feed rate (in gpm) for
each thickening/dewatering unit location over the previous calendar year (January 1, 2016 through December 31,
2016). During that time period the TWWTP processed with polymer an 11.0 dry tons of sludge per day, estimated,
annualized, total daily average.
The City deems it expedient to compare the Polymer Bids based on the overall cost of each Bidder’s
Polymer to process one ton of the 11.0 dry tons of solids processed on a daily basis. This method requires the
actual cost of each Bidder’s polymer (per dry ton solids) be determined at each thickening/dewatering location, and
for those costs to be proportioned to the amount of sludge processed overall. The following formula provides this
proportioning of the cost to the overall amount of sludge processed, and yields the overall aggregate cost of a
Bidder’s polymer to process one ton of dry solids (Overall Polymer Cost):
Overall Polymer
Cost (per dry ton)
=
(RDT$ x 5.4 tons) + (BT$ x 1.8 tons) + (BP$ x 3.8 tons)
11.0 tons
Where:
DLT:dlt 2662343.3.1 5/5/2017
A10
RDT$ - The actual cost of the Bidder’s polymer (in dollars), per ton of dry solids, as
obtained from the 2017 performance testing at the Rotary Drum Thickener (RDT)
BT$ - The actual cost of the Bidder’s polymer (in dollars), per ton of dry solids, as
obtained from the 2017 performance testing at the Gravity Belt Thickener (B.T.)
BP$ - The actual cost of the Bidder’s polymer (in dollars), per ton of dry solids, as
obtained from the 2017 performance testing at the Belt Filter Press (BFP)
The average sludge production for the 2016 calendar year (January 1, 2016 through
December 31, 2016) was:
5.4 (Average dry tons of sludge per day produced at the Rotary Drum Thickener)
1.8 (Average dry tons of sludge per day produced at the Belt Thickener)
3.8 (Average dry tons of sludge per day produced at the Belt Filter Press)
11.0 (Average, total dry tons of sludge per day treated with polymer)
The Overall Polymer Cost formula provides a single figure (in dollars/dry ton) for each responsive Bidder.
The actual polymer cost (in dollars/dry ton) of a Bidder’s polymer as determined from the performance testing at
each thickening/dewatering location, is entered into the numerator of the formula, as applicable. The function is
then carried out to provide the Overall Polymer Cost (in dollars/dry ton), for each responsive Bidder.
These costs (the actual polymer cost, and the overall polymer cost) are not determinable until after the bid
opening and the Total Delivered Price (TDP) for each polymer is known. Therefore, after the bid opening the City
will determine the actual, and overall polymer costs (in dollars/dry ton) of each responsive Bidder’s polymer,
whose determination are final.
The successful Bidder will be determined on the basis of the overall, lowest responsive and responsible bid
and other pertinent considerations. The City of Tolleson reserves the right to reject any or all Bids, to waive any
informalities or irregularities in the Bids received, and to award the Bid which in the City’s sole judgment best
serves the interests of the City. Only one Vendor (Bidder) will be selected to supply polymer for the thickening
and dewatering operations at the City of Tolleson WWTP for FY 2017~18. This includes all polymers necessary
to operate the rotary drum thickeners (RDTs), the Gravity Belt Thickener (BT), and the Belt Filter Presses (BFPs).
DLT:dlt 2662343.3.1 5/5/2017
A11