competitive sealed bid

ITB #3830
City of Fort Wayne
Thomas C. Henry, Mayor
Purchasing Department
INVITATION TO BID
Invitation To Bid (ITB) Information
ITB ...................................#3830
Description .......................Annual Requirements for purchase of Liquid Carbon Dioxide
ITB Due Date ...................Tuesday, October 14, 2014 at 11:00 a.m.
(Bids will be opened at 11:01 a.m. in the Purchasing Conference Room)
Deliver or mail bid packet to:
City of Fort Wayne
Purchasing Department
200 East Berry Street, Suite 490
Fort Wayne, Indiana 46802-1804
Information Resources
Purchasing:
Gayle Cooper Telephone: (260) 427-1376
Technical:
Chet Shastri Telephone: (260) 427-1338
Notices:
E-mail: [email protected]
E-mail: [email protected]
1. Fax bids will not be accepted for this ITB.
2. Bids received after the posted ITB Due Date above will not be accepted.
3. Appropriate blanks on the forms will be filled in by manually printing in ink or by typing
the requested information.
4. One (1) original and one (1) copy of the bid are required and one (1) true and accurate
PDF file of the entire bid submission is required. Three ring binders are NOT requested.
We prefer paper copies to be bound simply with a binder clip. Vendor promotional
material should be kept to a minimum.
5. It is the policy of the City of Fort Wayne to involve small businesses and minority/woman owned
businesses to the greatest extent possible in the procurement of goods, equipment, services and
construction projects. The City of Fort Wayne is a participating member in the President's
Recycling Program and has a written recycle policy, which can be requested from the Purchasing
Department.
6. The legal document, “Standard Terms & Conditions,” may be obtained on the City’s website at:
Cityoffortwayne.org, Finance & Administration, Purchasing, Standard Terms.
7. Bids will be publicly opened and read in the Purchasing Conference Room, Suite 490 of Citizens
Square, 200 East Berry Street, Fort Wayne, Indiana 46802.
8. To ensure proper identification of your response, the ITB number should be written on the lower
left corner of your bid packet envelope. See attached specifications/bid form.
9. Quote F.O.B. Destination
1
ITB #3830
10. Cash discounts: Bidders are encouraged to offer discounts for expedited payment of invoices
rendered under this contract. Cash discounts will be taken as earned by the City. Cash discounts
will not be considered in the bid evaluation.
11. The City of Fort Wayne has the right and option to terminate the agreement upon thirty days
written notice.
12. Quantities indicated are estimates only. City reserves the right to buy additional units of
commodity specified at the quoted price.
13. Any waiver of the specifications is void unless a formal addendum is sent from the Purchasing
Department.
14. Approved Equivalents: Unless an item is indicated “No Substitute”, special brands, when
named, are intended to describe the standard of quality, performance or use desired. Equivalent
items will be considered by the City, provided that the Bidder/Proposer specifies the brand and
model, and provides all descriptive literature, independent test results, product samples, etc. to enable
the City to evaluate the proposed “equivalent”. The decision of the City as to what items are
equivalent shall be final and conclusive. If the City elects to purchase a brand represented by the
Bidder/Proposer to be an “equivalent”, the City’s acceptance of the item will be conditioned on the
City’s inspection and testing after receipt. If, in the sole judgment of the City, the item is determined
not to be an equivalent, the item shall be returned at the Bidder/Proposer’s expense and the contract
canceled without any liability whatsoever to the City. When a brand name or level of quality is not
stated by the Bidder/Proposer, it is understood the offer is exactly as specified. If more than one
brand name is specified, Bidder/Proposer must clearly indicate the brand and model/part number
being bid/proposed.
15. Contractor shall understand and comply with the City of Fort Wayne Drug Policy as
listed on the City of Fort Wayne website at: Cityoffortwayne.org, Finance and
Administration, Purchasing, Drug Policy.
16. If Bidder/Proposer has any proprietary information that cannot be disclosed, the proprietary
information should be submitted as a separate package. Bidder/Proposer must understand that all
information submitted is subject to public records request after award is made. If proprietary
information is requested, bidder/proposer will be contacted and given an opportunity to defend
its position that the information is proprietary.
17.
MERCURY FREE SPECIFICATION
BIDDERS MUST OFFER MERCURY-FREE ALTERNATIVES TO ALL PRODUCTS
WHICH CONTAIN INTENTIONALLY ADDED MERCURY (MERCURY ADDED
PRODUCTS) WHERE SUCH ALTERNATIVES EXIST.
SHOULD SUCH ALTERNATIVES NOT BE AVAILABLE, BIDDERS MUST SUBMIT
WITH THEIR RESPONSE A LIST OF PRODUCTS WITHOUT MERCURY-FREE
ALTERNATIVES AND AN EXPLANATION OF WHY ALTERNATIVES ARE NOT
AVAILABLE.
CITY RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS THAT DO NOT
PROVIDE MERCURY-FREE ALTERNATIVES OR AN ADEQUATE EXPLANATION
WHICH CITY DEEMS ACCEPTABLE.
18.
ALL EQUIPMENT WHICH RUNS ON ELECTRICITY WILL CARRY THE
ENERGYSTAR RATING WHENERVER POSSIBLE. COMPUTER EQUIPMENT, ETC.,
2
ITB #3830
MAY BE SELECTED BECAUSE IT MEETS THIS SPECIFICATION OVER
COMPETITORS THAT DO NOT.
19.
ALL EQUIPMENT WHICH RUNS ON ELECTRICITY WILL CARRY THE
ENERGYSTAR RATING WHENERVER POSSIBLE. COMPUTER EQUIPMENT, ETC.,
MAY BE SELECTED BECAUSE IT MEETS THIS SPECIFICATION OVER
COMPETITORS THAT DO NOT.
20. THE OWNER RESERVES THE RIGHT TO WAIVE ANY AND ALL FORMALITIES
AND INFORMALITIES OR TO REJECT ANY AND ALL BIDS. THE OWNER SHALL
ACCEPT BIDS WHICH, IN HIS JUDGMENT, ARE IN HIS OWN BEST INTERESTS.
BIDS RECEIVED AFTER THE TIME SET TO RECEIVE BIDS SHALL BE RETURNED
UNOPENED.
3
ITB #3830
Notice to Bidders
The following documents must be completed, endorsed, and submitted with each bid. Failure to
complete and return all documents requested will make your bid incomplete, and will result in
rejection of your bid by the City of Fort Wayne.
Document(s) required with each bid:
1.
2.
3.
4.
5.
6.
Front Page/Invitation To Bid
Form 95
U. S. Manufactured Products Preference Certification
Buy Indiana Declaration
Conflict of Interest Form
Price Page(s)
Documents required of awarded bidders:
4
ITB #3830
City of Fort Wayne
Thomas C. Henry, Mayor
Purchasing Department
200 East Berry Street, Suite 490
Fort Wayne, Indiana 46802-1804
Telephone (260) 427-6070 Fax (260) 427-1393
Bid Registration
Complete and fax this document to (260) 427-1393 to register your company for this bid. Registration
allows the Purchasing Department to notify you of any possible changes to the bid package that may
affect your response.
ITB ..................#3830
Description
.....Annual Requirements for purchase of Liquid Carbon Dioxide
ITB Due Date .......Tuesday, October 14, 2014 at 11:00 a.m.
Company Information
Company Name
Street Address
City, State, ZIP Code
Telephone
Fax
Contact Person
E-mail Address
Signature:
Printed Name:
(Authorized Representative)
Title:
Date:
5
ITB #3830
City of Fort Wayne
Thomas C. Henry, Mayor
Purchasing Department
200 East Berry Street, Suite 490
Fort Wayne, Indiana 46802-1804
Telephone (260) 427-6070 Fax (260) 427-1393
Front Page/Invitation To Bid
Invitation To Bid (ITB) Information
ITB ...................................#3830
Description ....................... Annual Requirements for purchase of Liquid Carbon Dioxide
ITB Due Date ...................Tuesday, October 14, 2014 at 11:00 a.m.
Sealed bids should be delivered to the Purchasing Department at the address specified above up to 11:00
a.m. on or before the opening date. Sealed bids will be opened publicly at 11:01 a.m. in the Purchasing
Conference Room. No bids will be accepted after 11:00 a.m. for any reason whatsoever.
By mutual agreement between the City of Fort Wayne and the supplier, the contract period may be
extended for an additional like or lesser time period. However, the agreement to extend must be
completed in written form at the original price and under the original conditions governing the contract.
Prompt payment discounts will be allowed as follows: _________% if paid within _________ days.
This Invitation to Bid is issued to establish a contract to supply the City of Fort Wayne with a
commodity or service in accordance with accompanying specifications. The execution hereof by the
bidder is acceptance of all terms and conditions herein and in that regard the bidder agrees to be bound
by same and be bound to the amount of the bid for a period of ninety (90) days.
Company:
Signature:
Printed Name:
(Authorized Representative)
Title:
Date:
6
ITB #3830
Prescribed by the State Board of Accounts
Form No. 95 (Rev. 1987)
BID, OFFER OR PROPOSAL FOR SALE OR LEASE OF MATERIALS
(Defined at I.C. 36-1-2-9.5) PLEASE TYPE OR PRINT
DATE:_________________________
1)
Governmental Unit:_____________________________________________________________
2)
County:_______________________________________________________________________
3)
Bidder (Firm): _________________________________________________________________
Address:______________________________________________________________________
City/State:_____________________________________________________________________
4)
Telephone:____________________________________________________________________
5)
Agent or Bidder (If Applicable):___________________________________________________
Pursuant to notices given, the undersigned offers bid(s) to
(Governmental Unit) in
accordance with the following attachment(s) which specify the class, item number or description; quantity, unit, unit price and total
amount. The contract will be awarded by classes or items in accordance with specifications. Any changes or alterations in the items
specified will render such bid void as to that class or item. Bidder promises that he has not offered nor received a lesser price than the
price stated in his bid for the materials included in said bid. Bidder further agrees that he will not withdraw his bid from the office in
which it is filed. A certified check or bond shall be filed with each bid if required, and liability for breach shall be enforceable upon the
contract, the bond, the certified check or both as the case may be.
__________________________________________________
SIGNATURE OF BIDDER OR AGENT
BID OFFER or PROPOSAL
Attach separate sheet listing each item bid based on specifications published by the governing body. Following is an example of the bid
format:
Class or Item
Quantity
Unit
Description
Unit Price
Amount
NON-COLLUSION AFFIDAVIT
STATE of INDIANA
)
) SS:
COUNTY
)
The undersigned bidder or agent, being duly sworn on oath, states that he has not (nor has any other member, representative or agent of the
firm, company, corporation or partnership represented by him) entered into any combination, collusion or agreement with any person
relative to the price to be bid by anyone at such bidding; nor to prevent any person from bidding; nor to induce anyone to refrain from
bidding; and that this bid is made without reference to any other bid and without any agreement, understanding, or combination with any
other person in reference to such bidding. He further states that no person or persons, firm or corporation has or will receive either directly
or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale.
_______________________________
_
BIDDER (FIRM)
_______________________________
Signature of Bidder or Agent
Subscribed and sworn to before me on this
____ day of __
, 20 ___ .
My Commission Expires: __________________________
_______________________________
Notary Public - Signature
County of Residence: ________________________________
_______________________________
ACCEPTANCE
Notary Public - Printed Name
There now being sufficient unobligated appropriated funds available, the contracting authority of ________________
(Governmental Unit) hereby accepts the terms of the attached bid for classes or items numbered
and promises to pay the
undersigned bidder upon delivery the price quoted for the materials stipulated in said bid.
Contracting Authority Members:
Date: ______________________
___________________________________ ______________________________________ __________________________
7
ITB #3830
Form No. 95 (Revised 1987)
__________________________________________________
BID OF:
___________________________________________________
(Contractor)
__________________________________________________
__________________________________________________
(Address)
FOR SALE or
LEASE OF MATERIALS
(Defined at I.C. 36-1-1-9.5)
FILED:
_____
, 20________
THIS BID ACCEPTED FOR THE
FOLLOWING CLASSES OR ITEMS:
This
day of
, 20
.
_______________________________________________
_______________________________________________
_______________________________________________
_______________________________________________
_______________________________________________
______________________________________________
______________________________________________
______________________________________________
P.O. No.:______________________________________
______________________________________________
Date: _ _______________________________________
IF NO PART OF BID IS ACCEPTED, WRITE
THE WORD REJECTED ACROSS FACE.
8
ITB #3830
The Completion of the section below is mandatory!
U.S. MANUFACTURED PRODUCT PREFERENCE CERTIFICATION
This is to certify under penalties of perjury that each of the bidders end products, except those listed
below, are a United States Manufactured products as stated in IC 5-22.15-21. A product is manufactured
in the United States, if the cost of its components mined, produced, or manufactured in the United States
exceeds fifty percent (50%) of the cost of all its components. (In determining if a product is
manufactured in the United States, only the product and its components shall be considered.)
PLEASE CHECK ONE OF THE FOLLOWING:
{ }
{
U.S. Manufactured Product Preference applies:
} U. S. Manufactured Product Preference
DOES NOT apply to the following products:
Product(s)
Country of origin
__________________________________
________________
__________________________________
________________
__________________________________
________________
__________________________________
________________
9
ITB #3830
DECLARATION OF INDIANA BUSINESS
The City of Fort Wayne, Indiana has enacted an Indiana Business preference program through
Ordinance. This program only gives preferences to Indiana Businesses, registered with the State of
Indiana Department of Administration, in the case that a non-Indiana business is apparent low bidder.
The preferences available are as follows:
Cost of Commodity/Service
$25,000-$499,999.99
$500,000-$1,000,000
Greater than $1,000,000
Request for Proposal
Registered as Indiana business?
Preference to be Applied
5%
3%
1%
Points to be Applied
5 out of 100 possible points
This preference does not guarantee Indiana businesses award but merely gives additional points in the
proper circumstances. This preference does not give any local Indiana business advantage over a
non-local Indiana business. That is a requirement of State Law. This preference does not apply to
Public Construction or Professional Services Contracts.
Please complete the below form, sign and return with your Bid, Quote or Proposal.
I, __________________________, a duly authorized agent of ____________________(name of
Company), declare under penalties of perjury that (check all that apply):
The above named company is registered as an Indiana business with the State
of Indiana Department of Administration.
The above named company is in the process of registering with the State of
Indiana Department of Administration as an Indiana business and anticipates
approval by the time of award (note: your business MUST be approved as an
Indiana business by the State at the time of award in order to be eligible for the
preference).
I am not an Indiana business.
__________________________
(Name of Company)
By:________________________
(Authorized Representative of Company)
PLEASE SEE http://www.in.gov/idoa/2464.htm FOR INSTRUCTIONS AND ELECTRONIC
REGISTRATION AS AN INDIANA BUSINESS WITH STATE DEPARTMENT OF
ADMINISTRATION, YOU MUST BE ON THE BUY-INDIANA BUSINESS DIRECTORY IN
ORDER TO QUALIFY FOR THIS PREFERENCE. IF YOU CHOOSE NOT TO BE ON THE BUYINDIANA
BUSINESS DIRECTORY YOU WILL NOT QUALIFY FOR THIS PREFERENCE.
10
ITB #3830
CITY OF FORT WAYNE, INDIANA
______________________________
(Vendor Name)
VENDOR DISCLOSURE STATEMENT RELATING TO:
1.
FINANCIAL INTERESTS;
2.
POTENTIAL CONFLICTS OF INTEREST;
3.
CURRENT AND PENDING CONTRACTS OR
PROCUREMENTS
Vendors desiring to enter into certain contracts with the City of Fort Wayne, Indiana (the “City”) shall disclose
their financial interests, potential conflicts of interest and current and pending contract or procurement
information as set forth below.
The following disclosures by Vendors are required for all contracts with annual payments by the City in the
amount of $50,000 or more. Vendors shall disclose their financial interests, potential conflicts of interest and
other contract and procurement information identified in Sections 1, 2 and 3 below as a prerequisite for
consideration for a contract awarded by the City. This Disclosure Statement must be completed and
submitted together with the Vendor’s contract, bid, proposal or offer.
A publicly traded entity may submit its current 10K disclosure filing in satisfaction of the disclosure
requirements set forth in Sections 1 and 2 below.
Section 1:
Disclosure of Financial Interest in Vendor
a. If any individuals have either of the following financial interests in Vendor (or its parent), please check all that
apply and provide their names and addresses (attach additional pages as necessary):
(i) Equity ownership exceeding 5%
(____)
(ii) Distributable income share exceeding 5%
(____)
(iii) Not Applicable (If N/A, go to Section 2)
(____)
Name: ____________________________________________
Name:
Address: __________________________________________
Address: ________________________
b. For each individual listed in Section 1a. show his/her type of equity ownership:
sole proprietorship (___)
stock
(____)
partnership interest (____)
units (LLC) (____)
other (explain)___________________________________________________________________________
c. For each individual listed in Section 1a. show the percentage of ownership interest in Vendor (or its parent):
ownership interest:
Name:
_________________________________
___________________%
Name:
_________________________________
___________________%
11
ITB #3830
Section 2:
Disclosure of Potential Conflicts of Interest (not applicable for vendors who file a 10K)
For each individual listed in Section 1a. check "Yes" or "No" to indicate which, if any, of the following potential
conflict of interest relationships apply. If "Yes", please describe using space under applicable subsection
(attach additional pages as necessary):
a.
City employment, currently or in the previous 3 years, including contractual employment for services:
Yes _____
No _____
_____________________________________________________________________________________
____________________________________________________________________________________
b.
City employment of “Member of Immediate Family”
(defined herein as: spouse, parent, child or
sibling) including contractual employment for services in the previous 3 years:
Yes _____
No _____
_____________________________________________________________________________________
____________________________________________________________________________________
c.
Relationship to Member of Immediate Family holding elective City office currently or in the previous 3
years:
Yes _____
No _____
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________
c.
Relationship to Member of Immediate Family holding appointive City office currently or in the previous 3
years:
Yes _____
No _____
_____________________________________________________________________________________
_____________________________________________________________________________________
Section 3:
DISCLOSURE OF OTHER CONTRACT AND PROCUREMENT RELATED INFORMATION
a. Does Vendor have current contracts (including leases) with the City?
Yes _____
No _____
If "Yes", identify each current contract with descriptive information including purchase order or contract
reference number, contract date and City contact below (attach additional pages as necessary).
______________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________
12
ITB #3830
b. Does Vendor have pending contracts (including leases), bids, proposals, or other pending procurement
relationship with the City?
Yes _____
No _____
If "Yes", identify each pending matter with descriptive information including bid or project number,
contract date and City contact using space below (attach additional pages as necessary).
_____________________________________________________________________________________
________________________________________________________________________________
________________________________________________________________________________
c.
Does vendor have any existing employees that are also employed by the City of Fort Wayne?
Yes _____ No _____
If "Yes", provide the employee’s name, current position held at vendor, and employment payment
terms (hourly, salaried, commissioned, etc.) .
Name / Position / Payment Terms:
_____________________________________________________________
Name / Position / Payment Terms:
_____________________________________________________________
Name / Position / Payment Terms:
_____________________________________________________________
d. Does vendor’s representative, agent, broker, dealer or distributor (if applicable) have any existing employees
that are also employed by the City of Fort Wayne? For each instance, please provide the name of the
representative, agent, broker, dealer or distributor; the name of the City employee, and the payment terms
(hourly, salaried, commissioned, etc.).
Company / Name / Payment Terms: ______________________________________________________
Company / Name / Payment Terms: ______________________________________________________
Section 4:
CERTIFICATION OF DISCLOSURES
In connection with the disclosures contained in Sections 1, 2 and 3 Vendor hereby certifies that, except
as described in attached Schedule A:
a.
Vendor (or its parent) has not, within the five (5) year period preceding the date of this
Disclosure Statement, been debarred, suspended, proposed for debarment declared
ineligible or voluntarily excluded from any transactions by any federal, state or local unit of
government;
b.
No officer or director of Vendor (or its parent) or individual listed in Section 1a. is presently indicted for
or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission
of any offense;
c.
Vendor (or its parent) has not, within the five (5) year period preceding the date of this Disclosure
Statement, had one or more public transactions (federal, state or local) terminated for cause or default;
d.
No officer or director of Vendor (or its parent) or individual listed in Section 1a. has, within the five
(5) year period preceding the date of this Disclosure Statement, been convicted, adjudged guilty, or
13
ITB #3830
found liable in any criminal or civil action instituted by the City, the federal or state government or any other
unit of local government; and
e.
Neither Vendor, nor its parent, nor any affiliated entity of Vendor, or any of their respective
officers, directors, or individuals listed in Section 1a. is barred from contracting with any unit of any
federal, state or local government as a result of engaging in or being convicted of: (i) bid-rigging;
(ii) bid-rotating; or (iii) any similar federal or state offense that contains the same elements as the
offense of bid-rigging or bid-rotating
f.
Pursuant to IC 5-22-16.5, Vendor hereby certifies they do NOT provide $20 million dollars or more
in goods or services to the energy sector of Iran. Vendor also certifies it is not a financial
institution that extends $20 million dollars or more in credit that will provide goods or services to
the energy sector of Iran or extends $20 million dollars or more in credit to a person identified on
the list as a person engaging in investment activities in Iran.
The disclosures contained Sections 1, 2 and 3 and the foregoing Certifications are submitted by
_______________________________________________
(Name of Vendor)
Address
( )
Telephone
E-Mail Address
The individual authorized to sign on behalf of Vendor represents that he/she: (a) is fully informed regarding the
matters pertaining to Vendor and its business; (b) has adequate knowledge to make the above representations
and disclosures concerning Vendor; and (c) certifies that the foregoing representations and disclosures are
true and accurate to the best of his/her knowledge and belief.
Name (Printed) __________________________
Title __________________
Signature _______________________________
Date__________________
NOTE: FAILURE TO COMPLETE AND RETURN THIS FORM WITH YOUR DOCUMENTATION MAY
RESULT IN YOUR CONTRACT, OFFER, BID OR PROPOSAL BEING DISQUALIFIED FROM
CONSIDERATION.
14
ITB #3830
Specifications to Provide Liquid Carbon Dioxide for Drinking Water
Three Rivers Filtration Plant
City of Fort Wayne
Term of Agreement:
Through December 31, 2015
Estimated Annual Quantity:
1,200 Tons
General Information:
1. Bids are being requested to provide Liquid Carbon Dioxide to be delivered at Three Rivers Filtration Plant,
1100 Griswold Drive, Fort Wayne, IN.
2. The product is for drinking water application for a surface water source.
3. Prices quoted shall be held firm through the term of the agreement. If vendor wishes certain obligations to be
met, these should be taken into consideration as part of the bid pricing and shall not be reflected as separate
charge.
4. The contact person for the bid is the Superintendent, Three Rivers Filtration Plant (260) 427-1254.
5. Affidavit of Compliance. The product must be certified by ANSI/ NSF International Standard 60. Only
those products appropriately certified will receive consideration for award.
6. A certificate shall accompany each Liquid Carbon Dioxide shipment from the vendor listing batch or lot
number, percent CO2 available, net weight of the product.
7. There shall be no minimum billing requirement or the assignment of late fee.
8. All invoices shall be directed to:
Three Rivers Filtration Plant
1100 Griswold Drive
Fort Wayne, IN 46805
9. The chemicals shall be ordered on as needed basis during the course of the agreement. The quantity listed is
an approximation. Actual quantity may be more or less depending on the need.
Direct Physical and Chemical Specification:
10. The Liquid Carbon Dioxide offered shall be ANSI/NSF 60 approved and registered with the Environmental
Protection Agency (EPA) for use in potable water systems. Bidder is required to provide proof of the above.
The document shall be included in the bid package.
11. Liquid Carbon Dioxide generally shall conform to ANSI/AWWA B510-06 specification.





Minimum 99.8% Carbon Dioxide is required.
The Liquid Carbon Dioxide supplied shall contain no soluble material or organic substances in quantity
capable of producing deleterious health effect on those consuming a water that has been treated properly
with the lime product.
The Liquid Carbon Dioxide supplied shall contain less than 10-PPM (wt/wt) nonvolatile residue.
The Liquid Carbon Dioxide shall contain less then 32 PPM of water vapor (V/V).
The satisfactory Liquid Carbon Dioxide shall contain less then 50 PPM of hydrocarbons as

methane, less then 30 PPM of oxygen, less then 10 PPM Carbon monoxide (vapor), less then 0.5
PPM hydrogen sulfide (Vapor), less then 2.5 PPM nitric oxide (vapor), less then 2.5 PPM
Nitrogen dioxide, less then 5 PPM sulfur dioxide, less then 0.5 PPM carbonyl sulfide.
The satisfactory Liquid Carbon Dioxide shall be free of foreign odor in gas phase or liquid.
15
ITB #3830
Requirements
12. Product Bulletins and Material safety Data Sheet must be included in the bid package
13. Bidder shall guarantee pricing till December 31, 2015.
14. Delivery of product shall be no more than two (2) working days after notification by authorized plant
personnel. Arrangements for on fill basis can be made if necessary.
15. The vendor shall submit with the requested bid the following:



A typical analysis sheet of the product
MSDS documentation in accordance with 29 CFR 1910,1200
Statement certifying that the submitted analysis is equal in quality to the material that will be shipped.
16. Liquid Carbon Dioxide shall be delivered by bulk tanker truck. The single unit tanker shall conform to
applicable regulations of ASME and USDOT. The tanker truck shall be reconditioned, maintained, and
loaded by the vendor in accordance with latest editions of U.S. Department of Transportation, Hazardous
Material regulations 49 CFR 100 - 177.
17. The supplier shall furnish with each shipment;



the identification number of the truck shipment
the gross, tare, net weight of the Liquid Carbon Dioxide delivered
Certificate listing percent Carbon dioxide in the product.
18. Delivery hours at Three Rivers Filtration Plant are designated to be 7:30 AM to 2:00 PM, Monday through
Friday (Subject to change in summer months).
19. Cost of the product and shipping shall be priced individually. The overall bid shall be inclusive of each.
20. The City reserves the right to award shipping portion of the bid to trucking company, if it is economical and
convenient.
21. All invoicing for the agreement year shall be submitted for payment by 12/31/2015 for shipments prior to this
date.
Annual Liquid Carbon Dioxide Supply
Three Rivers Filtration Plant
City of Fort Wayne
Bidder Pricing
A)
Cost of Liquid Carbon Dioxide per Ton.
$
B)
Freight per Ton
$
C)
Total Cost per Ton (A+B)
$
Estimated Time to delivery From Order Placement
16