Loading...
HomeMy WebLinkAboutStaff Report 265-06City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE:JUNE 19, 2006 CMR:265:06 SUBJECT:APPROVAL OF BLANKET PURCHASE ORDER WITH SIERRA CHEMICAL COMPANY IN AN AMOUNT NOT TO EXCEED $330~000 FOR THE PURCHASE OF BULK CHLORINE AND SULFUR DIOXIDE FOR THE WATER QUALITY CONTROL PLANT RECOMMENDATION Staff recommends that Council: 8 Approve and authorize the City Manager or his designee to execute a blanket purchase order for FY 06-07 with Sierra Chemical Company in an amount not to exceed $330,000; and Authorize the City Manager or his designee to negotiate and execute contract extensions or blanket purchase orders for two additional years (FY 07-08 and FY 08-09). DISCUSSION Chlorine is required for disinfection to protect public health and sulfur dioxide is required to eliminate the chlorine residual of the Water Quality Control Plant effluent before discharge into the Bay. A Request for Quotation for the purchase of bulk chlorine and sulfur dioxide was issued in April 2006. The solicitation was sent to seven vendors and only two responses were received: Teck Cominco American responded with a "no bid" and Sierra Chemical Company provided a bid for both chlorine and sulfur dioxide as specified. The quotation provides a unit price per ton of chlorine and sulfur dioxide for estimated annual quantifies (300 tons for chlorine and 125 tons for sulfur dioxide). These estimated quantities were specified for the purpose of determining the lowest responsible bidder, and no guarantee is implied that the exact amount will be purchased. Based on the current year’s usage, it is likely that the RWQCP will require slightly more product than the above estimate for the coming year. The RFQ required bidders to include a provision for price adjustments for two optional 12-month contract extensions. Sierra Chemical Company’s bid specifies price increases of 0-5% based on the higher of the PPI or CPI Index for each of the two optional 12 month extension periods. The proposed blanket purchase order requires Council approval because the expenditures will likely exceed $250,000 per year. The itemized bid from Sierra Chemical Company is provided in Attachment A. The Certification of Nondiscrimination is Attachment B. CMR:265:06 Page 1 of 2 RESOURCE t[MPACT Funds have been budgeted for these operational costs in the FY 2006-07 Wastewater Treatment budget. POLICY I[M[PLICATI[ONS Authorization of this blanket purchase order does not represent any change to the existing policy. ENVIRONMENTAL REVIEW Supplier is required to comply with all Federal, State and local environmental laws and re~o~lations applicable to the transportation and delivery of chlorine and sulfur dioxide. ATTACH1VIENTS Attachment A: Bid Summary Attachment B: Certification of Nondiscrimination PREPARED BY: DEPARTMENT HEAD WILLIAM MIKS Manager, Water Quality Control GLENN ROBERTS Director of Public Works CITY MANAGER APPROVAL: HARRISON Assistant City Manager CMR:265:06 Page 2 of 2 ATTACHMENT A BIDDER (COMPANY): .,_,,S, IERRA CH.EM.ICAL COMPANY SPECIFICATIONS AND BIDDER BID PAGES DATE: May 8~ 2006 Bidder’s Response and Acceptance In response to this Request for Quotation (RFQ), the undersigned, as Bidder, declares that the only persons or parties interested in this Bid as principals are those named herein; that this Bid is made wHhout collusion with any other person, firm or corporation; that the Bidder has carefully examined the speci,ficafions herein referred to; and the Bidder proposes and agrees, if this Bid is accepted, that the Bidder will contract with the City of Palo Alto (City), to provide all necessary materials, and furnish the specified requirements in ~his RFQ, in the manner herein prescribed and at the prices stated. Project Title: BULK CHLORINE AND SULFUR DIOXIDE (RFQ) number: 116742 Quotation Due Date:3:00 P.M.~ TUESDAY~ MAy 9~ 2006 ITEM QTY.UNIT DESCRIPTION UNIT PRICE TOTAL PRICE 01 300 TON Chlorine Bulk, in Accordance with Attached ~pecifications for $$ Bulk Chlorine.558.00 167400.00 02 125 TON Sulfur Dioxide Bulk, in Accordance with Attached Specification $$ for Bulk Sulfur Dioxide.442.00 55250.00 03 12 TON Chlorine Ton Containers, in Accordance with Attached $$Specifications for Ton Chlorine.560.00 6720.00 04 6 TON Sulfur Dioxide Ton Containers, in Accordance with Attached $$ Specifications for Ton Sulfur Dioxide.455.00 2730.00 05 4 EA Demurrage Charge, Per Month, for each Chlorine Ton Container.$$ (After 120 days)l.O0/day . -- 06 2 EA Demurrage Charge, Per Month, for Each Sulfur Dioxide Ton $$Container.(After 120 days)l.O0/day 8.25% Sales Tax 19148.25 $251248.25Total, items 01 through 06 including sales tax: (Totalin words TwO Hundred Fi fry One Thousand Two Dollars and twenty Five cents Hundred Forty Eight "Prices quoted above shall remain firm for the initial period and shall include all applicable taxes, regulatory fees, and all transportation and delivery charges as necessary to perform the requirements of this RFQ. Pricing shall also include an allowance for fuel price increase during the contract period. Requests for price adjustments during the contract period will not be allowed. In the event that your quotation includes a provision for price adjustments during the two additional contract extensions; the increase shall also include and allowance for any fuel surcharge during the additional contract periods." CITY OF PALO ALTO RFQ 116742 PAGE 1 OF 2 BIDDER(COMPANY): £T’RRRA qHEMI, CAL COMPANY SPECIFICATIONS AND BIDDER BID PAGES DATE: May, 8t 2006 Note: below. If a price increase is to apply to the City’s optional contract extensions spe&ify such in the space provided If no price increase is to apply, enter "0." Price increase for the first optional 12 month e~ension of this contact: 0-5%%Based on PPI or Price increase for the second optional 12 month e~ension of this contract: 0-5%%Based on PPI or CPI Index CP! Index Lowest Responsible Bidder The lowest bid shall be the lowest total of the bid prices on the base contract. This total is being used for the purpose of determining the lowest responsible bidder. Quantities: Material quantities as specified are approximate based on previous years usage, and no guarantee is implied that the exact amount will be purchased. PAYMENT TERMS Net 30 D~cLIVERYARO: 3days Delivery: Delivery terms shall be F.O.B, Destination, Freight Prepaid in accordance with the attached terms and conditions. (Si! Stanley K Kinder(Print name) Signature(s) must be the same as si,qnature(s) in Section I - Request for Quotation and Bidder Required information. Signature(s):, f~. / ((S~I~ ture)/F.n Ki nde,o (Print name) CITY OF PALO ALTO RFQ 116742 PAGE 2 OF 2 BIDDER(COMPANY): SIERRA CHEMICAL COMPANY DATE: May 8, 2006 (Fill in name on each page) SECTION I - REQUEST FOR QUOTATION (RFQ) AND BIDDER REQUIRED INFORMATION Markinq instructions All Bids!Quotations and accompanying documents shall be submitted in a sealed envelope. The outside of the envelope shall be marked, and identified in the manner specified below: Quotation Enclosed Project Title: BULK CHLORINE AND SULFUR D!OX~DE (RFQ) number 116742 Bidder/Company name, and return address. Complete, sign and submit the RFQ!Bidder Information, Nondiscrimination Certification, and Bidder Bid Pages with your quotation. Failure to complete and/or submit these forms may cause rejection of your quotation. All quotations must be submitted on these forms. Bidder Information Provide the information requested below or indicate "not applicable", if appropriate: A.Name and Address of Bidder (Company) - also provide "Remit To" address if different: SIERRA CHEMICAL CO. 2302 LARKIN CIRCLE Telephone Number: 775-358 ~0888 E-Maih sierrachehn@qbis.co~n B.Taxpayer Identification Number: 88- 0086174 Social Security Number if Sole Proprietorship: C.Bidder is a: ~California Corporation ~Corporation organized under the laws of the State of with head offices located at 2 3(3 2 and offices in California at 1 03.0 Limited Liability Company List name of managing .member(s): Facsimile number: 7 7 5 - 3 5 8 - 0 q S 7 Website:: Larkin Circle, Sparks, NV INDUSTRIAL D~. ~ STOCKTON, ,or 89431 CA 9.52@6 Sole Proprietorship Partnership Limited Liability Partnership ¯ proprietor. List names of general partners; state which partner or partners are managing partner(s) Other (attach Addendum with explanatory details) CITY OF PALO ALTO RFQ 116742 PAGE 3 OF 5 Rev. 01/15/04 BIDDER(COMPANY): SIERRA CHEMICAL COMPANY DATE: May 8, 2006 (Fill in name on each page) -R_QU,RE,.,SEC~ =ON ~ REQUEST FOR QUOTATION (RFQ) AND BIDDER ~ ~ ~ INfORMATiON Have you (or your firm) previously worked for the City of Paio Alto? ~--. yes,’or ~,- No 0f"Yes", list above, or if necessary, provide information on additional sheets). ,4 Contractors license, number/type (if required):03-57894 Minority Business Enterprises: Bidder is ___, or is not x a minority, or Women, or Disadvantaged Business Enterprise Small Business Concern: Bidder is X~, or is not ~a Small Business Concern The Bidder represents that it has not retained a person to solicit or secure a City contract (upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee) except for retention of bona fide employee or bona fide established commercial selling agencies for the purpose of securing business. During the Quotation process there may be changes to the Quotation documents, which would require an issuance of an addendum or addenda. City disclaims any and al! liability for loss, or damage to any Bidder who does not receive any addendum issued by City in connection with this RFQ. Any Bidder in submitting a Quotation is deemed to waive any and all claims and demands Bidder may have against City on account of the failure of delivery of any such addendum to Bidder. Any and all addenda issued by City shall be deemed included in this RFQ, and the provisions and instructions therein contained shall be incorporated to any Quotation submitted by Bidder. To assure that all Bidders have received each addendum, the following acknowledgment and sign-off i.s required. Failure to acknowledge receipt of an addendum/addenda may be considered an ]~egularib] in the Bid: Addendum number(s) received: I--]1" [] 2; [] 3; [] 4; [] 5~’i"-] 6; [] 7; [] 8; [] 9 Or, []No Addendum/Addenda Were Received (check and initial). Note: The firm and individuals listed below, certify that: they do not and in the performance of this contract they will not discriminate in employment of any person because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person; and further certify that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment. The City of Palo Alto, pursuant to Califomia Corporations Code Section 313, requires two corporate officers to execute contracts. The signature of First Officer* must be one of the foflowing: Chairman of the Board; President; or Vice President. The signature of the Second Officer*" must be one of the following: Secretary; Assistant Secretary; Chief Financial Q#Tcer; or Assistant Treasurer. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable. CITY OF PALO ALTO RFQ 116742 Rev. 01/15/04 PAGE 4 OF 5 BIDDER (COMPANY): ,SIERRA CHEMICAL COMPANY DATE: ~aY 8, 2006 (Fill in name on each page) SECTION ~ - REQUEST FOR QUOTATION (RFQ) AND BIDDER REQUIRED INFORMATION Signature must be the same signature as appears in Bidder Bid Pages: First O]fficer" (s~i Stanley Ko Kinder (Printed name of signatory) Second Office (Si.~ Fo Lynn ~inder (Printed name of signatory) President & CEO S~"~r~" Vice :pr.~id~n9 (Title of signatory)(Title of signatory) Or, The undersigned certifies that the Bidder is not a corporation, and is not subject to the requirements of California Corporations code, and hereby agrees to, and accepts the terms and conditions of this RFQ. (Signature) (Printed name of signatory) (Title of signatory) CITY OF PALO ALTO RFQ 116742 Rev. 01/15/04 PAGE 5 OF 5 ATTACHMENT B CERTIFICATION OF NOND]SCRIMINATION BULK CHLORINE AND SULFUR DIOXIDE Certification of Nondiscrimination: Certification of Nondiscrimination: As suppliers of goods and/or services to the City of Paio Alto in excess of $5,000, the firm, contractor or individual(s) listed below certifb, that: they do not and in the performance of this contract they will not discriminate in employment of any person because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person; and further certify that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment. Firm: Title of Officer S!.g_n.ing: Signature: DATE: Ma~ 8, 2006 CITY OF PALO ALTO RFQ 116742 Rev. 04/05 PAGE 1 OF 1