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
© Copyright 2026 Paperzz