Loading...
Exh 4DAGENDA ITEM NO: COMMISSION MEETIN ~ • Q AGENDA ITEM: SUBMITTED BY: DATE: BACKGROUND: CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT Orthophosphate Annual Contract Robert S. Kosoy/Director of Public Works August 3, 1999 On 9/23/98, bids were opened for the City contract for Orthophosphate for the Buccaneer Water Division. There were two bidders that successfully met all bid requirements. The City Commission awarded the contract to the low bidder, Calciquest, Inc. (Calciquest). Calciquest has been providing the City with Orthophosphate since 1997. Orthophosphate is a chemical used at the Buccaneer Water Treatment Plants for corrosion control. City staff has spoken to Calciquest regarding an extension of their current contract for one year at the can-ent rates and they have agreed. Staffhas been pleased with the performance of tlus contractor. As per Bid No. 9798-39: "The City reserves the right to renew the contract for two additional one-year periods pending a mutual agreement between the City and the vendor, and a review of the contract performance by vendor for the previous year." Orthophosphate is budgeted as part of the operating supply account in the Buccaneer Water Utility fiord in the amolmt of $16,800.00 (page 124 of the FY 98/99 Budget). 400-4301-533-3400 Buccaneer Water RECOMMENDATION: Extend the ORTHOPHOSPHATE contract for one additional year to Calciquest, Inc. ATTACHMENTS: 1. Invitation To Bid No.9798-39 with a bid date of 9/23/98 2. Bid Tabulation Sheet • 3. Agreement to extend contract, signed by John Walsh. REVIEWED BY CITY MANAGER: CITY OF >~2Qa~tic ~eacl - ~ecvuda 1200 S~,\DPIPER LA:~1E _. .__. ... _ _ .... ......_._...-, ATLANTIC BEACH, FLORIDA 32233-351 TELEPHONE (90~i 2~7-5S18 ~~ FA.Y 1901 2-I7-5819 August 31, 1998 CITY OF ATLANTIC BEACH INVITATION TO BID BID N0. 9798-39 NOTICE is hereby given that the City of Atlantic Beach, Florida, will receive sealed bids, IN TRIPLICATE, in the Office of the Purchasing Agent, 1200 Sandpiper Lane, Atlantic Beach, Florida 32233, until 2:30 P`~1, Wednesday, September 23, 1998, for ORTHOPHOSPHATE (A CHEMICAL FOR THE BUCCANEER WATER SYSTEM) FOR A 12-MONTH PERIOD. Thereafter, at 3:00 PM, the bids will be opened in the City Hall Commission Chamber, 800 Seminole Road, Atlantic Beach, Florida. Bids shall be enclosed in an envelope endorsed "BID N0. 9798-39 - ORTHOPHOSPHATE (A CHEti1ICAL FOR THE BUCCANEER WATER SYSTE~1), TO BE OPENED AT 3:00 PM, WEDNESDAY, SEPTEMBER 23, 1998." Bidding Documents, specifications, and information regarding the bid may be obtained from the Office of the Purchasing Agent, 1200 Sandpiper Lane, -Atlantic Beach, Florida, telephone (904) 247-5818. DOCUMENTS REQUIRED TO BE SUB:fITTED IN BID PACKAGE AT BID OPENING: 1. ORIGINAL Insurance Certificates (copies, Xeroxes, and facsimiles are UNACCE?'TABLE) naming the City of Atlantic Beach as Certificate Holder, showing the bidder has obtained and will continue to carry Workers' Compensation, public and private liability, and property damage insurance during the life of the contract. 2. Three (3) references from companies or individuals for whom the bidder has completed work during the past 12 months, of a comparable size and nature as this project. However, naming the City of Atlantic Beach as a reference on past completed projects is UNACCEPTABLE. 3. Proof of Occupational License. 4. Signed copy of Documents Requirements Checklist. Goods and services proposed shall meet all requirements. of the Ordinances of the City of Atlantic Beach. The City of Atlantic Beach reserves the right to reject any or all bids or parts of bids, waive informalities and technicalities, make award in whole or in part with or without cause, and to make the award in what is deemed to be in the best interest of the City of Atlantic Beach. . A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 for a period of 36 months from the date of being placed on the convicted vendor list. (Section 287.133(2), FLORIDA STATUTES). Joan LaVake Purchasing Agent ~~y~~y:ti::~C;::: ~t SL.''.'.~C:C:Cy.t~~~y y:C:t::c~:'c~•.t..~y*.t,..1`.~.1`~L.k.L .t`.1,..I..I~.F .~t,..t, .L.i~ ;J~.~.I,.~~.JCJGy'.Ti iC iC ~.JC .L .1,. J~:F ::'.'c :t :~'.`c ~c BID SPECIFICATIONS LIQUID LINEAR PHOSPHATE Bidding Instructions: Each bidder is required to complete and submit both the bid form and any information called for in the Specifications section. All information submitted and lab testing will be used with each bid to evaluate all products. Independent lab analysis may be used to verify specifications requested. Failure to submit all of the required specifications may result in the rejection of the bid. Specifications: 1. Product must be certified for use in potable water by the National Sanitation Foundation (NSF), approved for use in potable water supplies by the U.S. Environmental Protection Agency, and comply with the U.S.D.A. Guide Requirements for use in a public water supply. Appropriate certification letters must accompany the bid. 2. Product must be able to function as a coagulation aide in the treatment process. 3. Product must sequester iron and manganese over a temperature range from five (5) degrees to one hundred (100) degrees Centigrade, and have a shelf life in excess of two years. 4. Product must function as a corrosion inhibitor without the presence of zinc. 5. Product must be able to gradually remove existing deposits without causing any major cosmetic/quality problems to the end user. 6. Product must not increase bacteria colony counts in the distribution system. Product must also not increase system chlorine demand on maintenance dosage. 7. Product must be a liquid and not precipitate out during normal handling and storage. 8. Product must be non-toxic to humans by meeting the RMCL's (Recommended Maximum Contaminant Level) as listed in the water chemicals codex. Must also have a pH rgnge between five (5) and seven (7) (6.8 as a 1% solution) and not have injurious effect on water department personnel or end user. Material Safety Data Sheet must accompany the bid. 9. Successful bidder must be able to provide application instructions and must supply the appropriate metering equipment. 10. Bidder must obtain finished water samples from the treatment plant and submit a water quality analysis with the bid. Samples must be collected by the vendor and analysis will include pH, hardness, iron, manganese, orthophosphate and total phosphate. 11. The successful bidder must provide periodic water quality analysis to monitor and verify the performance of product. These tests must be done on a quarterly basis. 12. Product and supplier must have a successful history of use in municipalities of similar size for a period of at least five (5) years. Three (3) references must accompany the bid for verification of product performance, delivery and technical support. 13. The city has already established that a product feedrate of 1.6 ppm is necessary for optimum product performance. The awarding of this bid will be made on the basis of price per pound. Price shall include freight, including liftgate service. Product Specifications: FORM- Liquid GRADE: Food Grade SPECIFIC GRAVITY: Minimum 1.36 WEIGHT: Minimum 11.4 lbs. per gallon ODOR: None APPEARANCE: Clear Liquid pH: 4.5 +/- 0.3 (1 % solution 6.8) SOLUBILITY: Must be 100% BOILING POINT: Above 212 degrees F SHELF LIFE: In excess of 2 years FREEZE/THAW RECOVERY: Complete PHOSPHATE CONTENT (as PO4): 36% POLYPHOSPHATE CONTENT (as P04): 9% ORTHOPHOSPHATE CONTENT (as P04): 27% 2 SPECIFICATIONS These specifications are intended to provide the information by which prospective bidders may understand the requirements of the City of Atlantic Beach relative to furnishing and delivering orthophosphate/polyphosphate. Description Liquid Form - A clear, colorless, odorless liquid blend of orthophosphate and polyphosphate, specifically selected to optimize controlling corrosion and scale in a municipal water system. Packaging Liquid Form: OrthophosphatelPolyphosphate -the liquid orthophosphate / polyphosphate shall be delivered by 55 gallon drums to Buccaneer Water Treatment Plant, 902 Assisi Lane, Atlantic Beach, Florida 32233. Physical Properties (or equivalent) Liquid Form (orthophosphate/polyphosphate) a. pH: 5.0 to 7.0 b. Orthophosphase content: 20% to 30% product as orthophosphate. c. Approximate poundslgallon: 11 to 11.5 d. No phosphoric acid products in blending. e. Ratio of orthophosphate to polyphosphate: approximately 3:1 Delivery Locations Buccaneer Water Treatment Plant 902 Assisi Lane Atlantic Beach, Florida 32233 AND 2848 Mayport. Road Atlantic Beach, Florida 32233 Special Requirements Liquid Form (orthophosphatelpolyphosphate) -delivery for the liquid shall be by a lift truck capable of delivering 55 gallon drums to the delivery locations. 3 Amount City of Atlantic Beach Estimated Usage/Liquid: Orthophosphate/polyphosphate 30-55 gallon drums The quantities listed in the Contract Proposal are approximate and are for the purpose of bid evaluation. The City reserves the right to order such quantity as may be required during said period, but does not guarantee any minimum or maximum to be ordered during the period specified. Delivery Time Shipments will only be received between the hours of 8:00 a.m. and 4:00 p.m., Monday through Friday. Shipment shall be received within ten (10) days after receipt of order from the City of Atlantic Beach Purchasing Department. Orders may be placed by telephone, fax or via US Mail. Successful Bidder The successful bidder~shall have a qualified representative visit the plant and help establish the effectiveness of the product, by the water insertion process (coupon testing), and the use of corrosion monitoring instrumentation (corrator or equal corrosion monitoring instrument) to determine the scaling or corrosion in the water mains. The successful bidder shall have a qualified person help balance the distribution system fior corrosion control between the Buccaneer Water Treatment Plant 3 (902 Assisi Lane) and Buccaneer Water Treatment Plant 4 (2848 Mayport Road). The product must maintain corrosion limits between the following mils per year (MPY). Monitoring will be accomplished through the use of in-line distribution coupon testing and corrosion monitoring instrumentation. MPY Ranges:. (three-month testing intervals) Ductile Iron <1 to 3.0 = (very good) AWWA Corrosion Standard Cast Iron <1 to 3.0 = (very good) AWWA Corrosion Standard Copper 0 to 0.15 = (very good) AWWA Corrosion Standard Brass 0 to 0.15 = (very gaod) AWWA Corrosion Standard These ratings are based upon the AWWA Standards-Corrosion Rate Guidelines. These corrosion rate guidelines are recognized by the AWWA as a viable means in determining the corrosiveness of municipal's water. The guidelines are as follows: 4 CORROSION RATE GUIDELINES AWWA STANDARDS STEEL COPPER Ductile Iron Cast Iron Copper. Brass (MPY) (MPY) (MPY) (MPY) Very Poor >10 >10 >1 >1 Poor 8-10 8-10 .35-1 .35-1 Fair 5-8 5-8 .2-.35 .2-.35 Good 3-5 3-5 .15-.2 .15-.2 Very Good 1-3 1-3 <.I-.15 <.I-.15 Excellent <1 <1 0 0 If the product shall fall outside the acceptable ranges, the supplier will be required to determine, through testing, an alternate phosphate or corrosion inhibitor to meet the set MPY ranges for acceptability and replace the phosphate with the alternate phosphate, including stock. Safety The supplier's truck must be equipped to safely handle and unload orthophosphate I polyphosphate. The supplier will also be required to provide, at no additional cost to the City, one (1) four hour training session at Buccaneer Water Treatment Plant 3, each year, that meets the Federal and State safety and right-to-know training requirements. The education and instruction of the City's operations personnel shall be by a qualified instructor familiar with the safe handling practices associated with the orthophosphate! polyphosphate. Course outlines shall be submitted by the supplier as part of the bid package and approved by the City. The supplier shall be required to provide a letter cerfifying the. course outlines meets the requirements listed above. Session dates and times will be determined after award to.the successful bidder. Failure to provide these services shall be considered default of the contract. Technical Support The successful bidder shall be required to provide technical support to the Water Plant staff by phone and must respond to phone inquiries within one (1) business day. In addition, the successful bidder may be required to visit the plant if a problem cannot be resolved over the phone within four (4) days. 5 Award: The general criteria that will be used for the evaluation of this bid is set forth in the general bidding requirements along with the responses as stated on the bid proposal pages. Award of bid shall be made to the lowest, qualified and responsive bidder(s) based on the total bid price. The City reserves the right to award this contract through an approach which best serves the interests of the City; i.e., to a.single vendor, multiple vendors, or by a primary/secondary vendor basis, or on acategory-by-category basis. Terms of Contract: This contract will commence on the date of award by the City of Atlantic Beach City Commission, and be in effect for one year. Contract Renewal: The City retains the right to renew this contract, with the consent of the vendor, under the same terms and conditions for two (2) additional one-year periods. Termination: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the City as per Specifications, the City may terminate this Agreement immediately for cause; further the City may terminate this Agreement for convenience with a seven (7) day written notice. The City shall be sole judge of non- performance. 6 LINEAR CHAIN PHOSPHATE for the CITY OF ATLANTIC BEACH BUCCANEER WATER DIVISION LINEAR CHAIN PHOSPHATE ESTIMATED ANNUAL USAGE - 30-55 GALLON DRUMS. 5 - 55 Gapon drums per delivery by lift truck equipped for transfer to the storage area. BID AMOUNTS Brand Bid Price/Lb. ' (delivered in 55 gal drums) Linear Chain Phosphate Aqua-Magr"', CalciQuestr"', Calgonr"' or approved equal Freight Charge TOTAL PRODUCT SPECIFICATIONS General Requirement Must have a shelf life of five year minimum, without stratification of settling. Stable at 100 degrees C for extended periods. Chemical and Physical Requirements Form Clear homogeneous liquid, no particles > 2 microns Formula Na56H3Ps,O,a Total Phosphate 40% by weight OrlholPoly ratio 30%!70% by weight Food Quality 100% pH of 1 % solution 6.8 Density 11.41bs./gal Soluble in all proportions BID N0. 9798-39 - ORTHOPHOSPATE (A CHEMICAL FOR THE BUCCANEER WATER SYSTEM) FOR A 12-MONTH PERIOD SUBMITTAL: BY BIDDER BUSINESS ADDRESS SIGNATURE CITY, STATE & ZIP CODE TITLE DATE: CONTACT PERSON: TELEPHONE NUMBER: BUSINESS TELEPHONE TA.YPAYER=IDENTIFICATION NUMBER (Federal Employer Identification Number OR Social Security Number): . -y. w U M N Q a `~ H ~ a x ~ w c a c W O °~ U _ O r CC ~ ~ 0. ~ a H O d ^ Z W U [C a ~ H w ~ w U _ 4 F- N Z W U Q v °' ~ ° x a ~ C w W O ^ ~ iN+ l11 ~ ~ U T LL w '` a OV ~,; ~ ~,,, Q a w z ` H _ Um U ~ ~ ~ ~ ¢ Z ca G a ~ w N F- Q \ . J ai W ~ ~~ -. U N Q -1.1 y z > W O c U V] O Q wx a C. U ~-. C "7 • W U ~ ~; a c'r~ ~7 N W H ~ v w ] „ U O• ~ N N Q a n ° " ¢ .e F- CJ U z O ~ I x 0 w a C ~„ U N ~ ` w Z Q w E+ v O a v i a w y _ ct a ~ .H W W °' I~ fn M i ' x w ~ u 1 N W 3 n rn W W N W ~ u'O W W 2 N ~ A W C~ z .L o ~ m a x W Z [~ U c= W ~ N m off w z QO to = H A N ~ 11. m I I H s }- z W 2 O U v v .~ m e 0 E Aug-02-99 13:58A - - 'P_Ol ' - .. ~.., v rvA~ 1~., c,Rmr.b PHtiE ~2 CITY QF !Qd'a~~,~ ~carc~ - ?7~yrCda FAX: 1-?04-822.0922 August Z, 1999 Ivlr. John Walsh Calciquest, Inc. 181 Woodiawn Ave. JE3eirnont, NC 280I2 Dear Mr. Walsh; uoo s~ua~ ~ ATLAI'17IC aF.A~CH, FIARIT~ ~ j.~~ TBLEP9~ON1E f90a13~Si3C r~x c9an) z~xaaa As you are aware, the coutracr with tie City of Atlantic Beach for Orthophosphate expires on September 30, 1949. ~ We would like to extend the contract for anpth,er year at the current prices, if this is acceptable to your company. If acceptable, please sign below aad return to me before August 4, 1999, so I can prepare a sta~repori for the City Commission to accept the extension. We look forward tv recommending that we continue our contract with your company- Sincerely, Donna Kaluznia>fi Assistatrt Public WorksDiroctor CALCIQUEST, TNC. AGREES ~'O EXTEND '~-~ CONTRACT FOR ONE YEAR FOR AT THE CUR>:tl=:t~ri' PRICE. 8 z °t ~ Soh alsh 6 ~ C, . ~ f /~L5 ~ bate "~ ~~~~~d~