Loading...
HomeMy WebLinkAboutStaff Report 2504-4582CITY OF PALO ALTO CITY COUNCIL Monday, May 19, 2025 Council Chambers & Hybrid 4:30 PM     Agenda Item     8.Approval of Blanket Purchase Order with Olin Finance Company LLC for the Purchase of Bulk Sodium Hypochlorite for the Regional Water Quality Control Plant for a Two-Year Term with an annual amount of $400,000, for a Total Not-to-Exceed Amount of $800,000; CEQA Status – Not a Project City Council Staff Report From: City Manager Report Type: CONSENT CALENDAR Lead Department: Public Works Meeting Date: May 19, 2025 Report #:2504-4582 TITLE Approval of Blanket Purchase Order with Olin Finance Company LLC for the Purchase of Bulk Sodium Hypochlorite for the Regional Water Quality Control Plant for a Two-Year Term with an annual amount of $400,000, for a Total Not-to-Exceed Amount of $800,000; CEQA Status – Not a Project RECOMMENDATION Staff recommends that the City Council approve and authorize the City Manager or their designee to execute a Blanket Purchase Order with Olin Finance Company LCC for the purchase of bulk sodium hypochlorite for the Regional Water Quality Control Plant for a two-year term (July 1, 2024 through June 30, 2026) with an annual amount of $400,000 and a total not-to- exceed amount of $800,000. BACKGROUND The Regional Water Quality Control Plant (RWQCP) treats wastewater from a total of six communities (Partner Agencies) and produces approximately 230 million gallons per year of tertiary-treated recycled water for beneficial reuse. The RWQCP operates under strict regulatory requirements for disinfection of recycled water; sodium hypochlorite is used as the primary disinfectant to meet these standards. The City has a three-year (Fiscal Years 2024-2026) pricing agreement with Olin Finance Company (Olin) to purchase sodium hypochlorite. Given this chemical's essential role in ensuring uninterrupted plant operations and regulatory compliance, the initial contract allocation was promptly approved at the staff level in accordance with approval authority procedures and procurement requirements at the time. For Year 1 (Fiscal Year 2024), blanket purchase order Number 4624000004 was issued in the amount of $200,000. For Year 2 (Fiscal Year 2025), blanket purchase order number 4625000022, staff anticipates that the current contract capacity is not adequate. As chemical needs and unit prices have increased, staff is now bringing this request forward for City Council authorization to ensure compliance with procurement processes and reinforce transparency in managing these important operational expenditures. ANALYSIS On July 7, 2023, the City executed a three-year pricing agreement with Olin for purchase of bulk sodium hypochlorite. The three-year term pricing agreement included up to $250,000 per year with CPI-U-based price escalation. However, an unanticipated increase in chemical usage and unit pricing led to the projected depletion of funds ahead of schedule. In Year 2 (Fiscal Year 2025), this gap has become more apparent and is primarily driven by operational changes and data reliability issues associated with the ongoing construction of capital improvement projects at the RWQCP. Staff have observed a slight increase in both Biochemical Oxygen Demand (BOD) and ammonia in wastewater concentrations, which have required additional sodium hypochlorite dosing to maintain regulatory compliance for disinfection. Additionally, equipment calibration issues with the RWQCP’s chemical analyzers have resulted in inconsistences in accurately recording sodium hypochlorite dosing volumes, potentially leading to higher-than-expected chemical use. Staff is actively working to address these instrumentation concerns, but the combined effect has contributed to greater than anticipated chemical consumption in Year 2. For the Year 3 (Fiscal Year 2026) blanket purchase order, a similar increase in contract capacity is requested to account for anticipated increases in chemical usage and unit pricing. Procurement Process The RWQCP regularly conducts a competitive procurement process to secure contracts for purchase of bulk sodium hypochlorite, issuing a new Request for Quotation (RFQ) every three years. The most recent RFQ (No. 188055) for the purchase of bulk sodium hypochlorite and delivery was issued on PlanetBids on May 1, 2023 and was due May 30, 2023. The low bidder, Olin Corporation, quoted a unit price of $2.419 per gallon of sodium hypochlorite based on an estimated annual need of 120,000 gallons (Attachment A). The RFQ establishes a price increase based on CPI-U (Consumer Price Index for Urban Wage Earners and Clerical Works in the San Francisco-Oakland-San Jose, CA area) on a fiscal year basis. Table #1: Summary of Request for Proposal Proposed Length of Project Three years Total Days to Respond to Bid 30 days Pre-Bid Meeting None Scheduled Number of Responsive Bids Received 2 Range of Proposal Amounts (based on estimated annual quantities & unit prices)$290,280 to $371,400 per year FISCAL/RESOURCE IMPACT Funding for the recommended increase to the purchase order in this report is available in the Fiscal Year 2025 Adopted Wastewater Treatment Fund operating budget. Any unspent funds from the blanket purchase order will be returned to the Wastewater Treatment Fund. Funding in subsequent fiscal years is subject to Council’s approval of each fiscal year’s budget appropriation. STAKEHOLDER ENGAGEMENT Staff engaged with prospective vendors through a competitive RFQ process. Internal coordination also occurred between RWQCP Operations and Administrative Services to align on anticipated chemical usage with a strategic procurement and contractual approach. In addition, an interdepartmental team, including Administrative Services, Public Works, Utilities, City Attorney’s Office, and City Manager’s Office staff meets monthly to review and discuss the RWQCP, including the budget impacts and market trends. ENVIRONMENTAL REVIEW Council action on this item is not a project as defined by CEQA because the purchase of sodium hypochlorite for the RWQCP is a continuing administrative or maintenance activity. CEQA Guidelines section 15378(b)(2). ATTACHMENTS Attachment A: Request for Quotation Submitted Bid, Olin Finance Company LLC, Pioneer Americas LLC APPROVED BY: Brad Eggleston, Director Public Works/City Engineer CITY OF PALO ALTO RFQ 188055 PAGE 1 Rev. 12/02/10 May 1, 2023 The City of Palo Alto, Purchasing and Contract Administration, on behalf of the Public Works Department, Regional Water Quality Control Plant Division, requests a quotation for: PROJECT TITLE: 12.5% BULK SODIUM HYPOCHLORITE AND DELIVERY REQUEST FOR QUOTATION (RFQ) NUMBER 188055 RFQ DUE DATE: TUESDAY, MAY 30, 2023, 3:00 P.M. Documents will not be accepted after 3:00 P.M., Tuesday, May 30, 2023 Table of Contents: SECTION I Request for Quotation and Bidder Required Information (including submittal instructions) * SECTION II Purchase Order Terms and Conditions and Insurance Requirements SECTION III Specifications and Bidder’s Bid Pages* *Complete, sign and submit forms as instructed in the RFQ. Failure to complete and/or submit these forms may cause rejection of your Bid. FOR BID DOCUMENTS: CONTACT PURCHASING AND CONTRACT ADMINISTRATION: (650) 329-2271 CITY OF PALO ALTO CITY OF PALO ALTO RFQ 188055 PAGE 2 Rev. 12/02/10 SECTION I 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 without collusion with any other person, firm or corporation; that the Bidder has carefully examined the specifications 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 this RFQ, in the manner herein prescribed and at the prices stated in the Bid. Project Title 12.5% Bulk Sodium Hypochlorite City of Palo Alto Request for Quotation (RFQ) number: 188055 Quotation Due Date Quotation acceptance period closes (your quotation must be received by Purchasing and Contract Administration not later than) 3:00 P.M., Tuesday, May 30, 2023. Online Q&A Due Date Should discrepancies or omissions be found in this RFQ or should there be a need to clarify this RFQ, questions or comments regarding this RFQ must be emailed and received by the City no later than 1:00 p.m., Monday, May 22, 2023. Senior Buyer/Contracts Administrator Saira Cardoza Telephone Number: (650) 329-2327 Saira.Cardoza@cityofpaloalto.org Specifications The specifications and/or scope of work included have been prepared to describe the standard quality, performance, and other characteristics needed to meet City requirements. The City will accept alternate proposals of a designed material, product, thing, service, “or equal”, and will determine if such alternate proposals are satisfactory in meeting a mandatory requirement or specification and if the proposed alternate meets the intent of the original mandatory requirement. Term of Agreement City intends to issue a Blanket Order to provide for the purchase and delivery of 12.5% Bulk Sodium Hypochlorite as required by the Public Works Department, Regional Water Quality Control Plant Division. A City of Palo Alto representative will issue release orders for goods on an as-requested and authorized basis. Quantities specified in the Bidder Bid Pages are approximate and total of the bid will be used for the purpose of selecting the lowest responsible bidder. The initial term of the pricing agreement shall be effective on July 1, 2023 and shall expire June 30, 2024 and may be extended by City for up to an additional two (2) 12-month periods for a maximum of 36 months, subject to: 1. Firm price for the initial term of the pricing agreement; 2. City of Palo Alto City Council’s annual approval of each current year’s budget and appropriation of funds; 3. The Vendor’s compliance with the terms and conditions as established by this RFQ; 4. The Vendor’s satisfactory performance, and timely compliance with the requirements of this RFQ; and 5. Firm pricing for the two optional twelve (12) month term extensions, as set forth herein. CITY OF PALO ALTO RFQ 188055 PAGE 3 Rev. 12/02/10 (Please check Bid Pages for price escalation clause for 2nd and 3rd year.) Note: If a price increase is to apply to the City’s optional contract extensions, specify such in the space provided on each bid schedule. Notwithstanding the foregoing, City may terminate the agreement, with or without cause, by providing ten (10) days written notice. Contract Award The contract, if awarded, shall be awarded to the lowest responsive and responsible bidder. The lowest bid shall be the lowest total of the bid prices quoted on the Bid Schedule. This total is being used for the purpose of determining the lowest bid. City will award a not-to-exceed amount based on the needs of and prices quoted. Pursuant to Palo Alto Municipal Code Section 2.30.440, a responsible bidder is a bidder determined by the awarding authority: 1. To have the ability, capacity, experience and skill to perform the work, or provide the goods and/or services in accordance with the bid specifications; 2. To have the ability to perform the contract within the time specified; 3. To have the equipment, facilities and resources of such capacity and location and location to enable the bidder to perform the contract; 4. To have the ability to provide, as required, future maintenance, repair, parts and service for the use of goods purchased; 5. To have a record of satisfactory or better performance under prior contracts with the city or others; and 6. To have complied with applicable laws, regulations, policies (including city council policies), guidelines and orders governing prior or existing contracts performed by the bidder. F.O.B. Point Prices shall be F.O.B. Palo Alto, Freight Prepaid. Price shall include all applicable transportation and delivery charges. See Bid Schedule for delivery point. Submittal of Documents In order to submit bids to the City of Palo Alto, the Bidder shall submit a bid through the City of Palo Alto’s electronic procurement system (PlanetBids), in PDF format. The submittal shall consist of this document, which includes the Bidder Bid Pages and the Bidder’s Questionnaire form. Bids must be received no later than 3:00 P.M. no later than the closing date outlined in this RFQ. No bids will be accepted after that time by the electronic procurement system. 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. Delivery Requirements When delivery time is requested in the quote or bid documents, time shall be of the essence; therefore, the quote or bid shall include the delivery date. In some instances, the City may specify only a maximum number of days for delivery and will use this delivery date as part the criteria to determine the award. The purchase order to be awarded is for a specific quantity purchased at one time. Decision to Reject The City reserves the right to reject any or all quotations, to waive any informalities contained therein, and to select quotations on an item-by-item basis. The City reserves the right to award more than one contract from this solicitation. No quotation may be withdrawn for a period of sixty (60) days following the date of bid opening. The terms and conditions (the provisions) that shall govern any resulting agreement between City CITY OF PALO ALTO RFQ 188055 PAGE 4 Rev. 12/02/10 and the Lowest Responsible Bidder are contained in this RFQ. No charges of any kind will be allowed unless specifically made part of your quotation and are specified in your response. RIGHTS OF THE CITY OF PALO ALTO This RFQ does not commit the City to enter into a contract, nor does it obligate the City to pay for any costs incurred in preparation and submission of quotation or in anticipation of a contract. Exceptions To the specifications or requirements issued must be itemized and justified in writing and included with proposals or quotations submitted. Documentation Manuals, when applicable, shall be furnished by the Vendor with the shipment or under separate cover. Taxes Quotations shall include all applicable federal, state and local taxes, import duties, commissions or other charges. BIDDER REPRESENTATION: 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 all 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 acknowledgment and sign-off is required via the City's eProcurement system. Failure to acknowledge receipt of addendum/addenda may be considered an irregularity in the Quotation. 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, d1sab1hty, 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 . Signature must be the same signature as appears in Bidder Bid Pages: Or, Officer• Joy Burris~=~-a. "'' o-r.im,.•:••1-'-'Ur (Signature) Joy Bums (Printed name of signatory) Business Director (Title of signatory) 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 AL TO RFQ 188055 Rev. 12/02/10 PAGE 5 CITY OF PALO ALTO RFQ 188055 PAGE 6 Rev. 12/02/10 Bidder Information Provide the information requested below or indicate “not applicable”, if appropriate: A.Name and Address of Bidder (Company) _____________________________________ _____________________________________ _____________________________________ _____________________________________ REMIT TO (If Different from Above): _____________________________________ _____________________________________ _____________________________________ _____________________________________ Telephone Number: _____________________ Facsimile number: _______________________ E-Mail: ________________________________ Website: _______________________________ B.Bidder is a: □California Corporation □Corporation organized under the laws of the State of ________________________. with head offices located at __________________________________________, and offices in California at _____________________________________________. □Limited Liability Company List name of managing member(s): ___________________________________________________________________ □Sole Proprietorship _____________________________________________ □Partnership □Limited Liability Partnership List names of general partners; state which partner or partners are managing partner(s) ___________________________________________________________________ ___________________________________________________________________ □Other (attach Addendum with explanatory details) Pioneer Americas LLC is a wholly subsidiary of Olin Corporation490 Stuart Road, NECleveland, TN 37312 Pioneer Americas LLCLock Box 10728540 W. Madison St. 4th FloorChicago, IL 60661 (423) 336-4421 (423) 336-4682 OWCMarketing_BidTeam@olin.com www.olin.com x Virginia 490 Stuart Road, NE, Cleveland, TN 37312 11600 Pike Street, Santa Fe Springs, CA 90670 C Have you (or your firm) previously worked for the City of Palo Alto? 1K) Yes. or O No (1f "Yes·. 11st below, or 1r necessary, provide 1nformat1on on additional sheets 1f needed) Current suooher of sodium hypochlonte D Contractors license, number/type (1f required): ---"N~/.i:.:A'-------------- E The Bidder represents that 1t 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 relent.ion of bona fide employee or bona fide established commeretal selling agencies for the purpose of securing business. F Dunng the Quotation process there may be changes to the Quolat1on documents, which would require an issuance of an addendum or addenda. City disclaims any and all liability for loss, or damage to any Bidder who does not receive any addendum issued by City m 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 1s required Failure to acknowledge receipt of addendum/addenda may be considered an 1rregulanty in the Bid Addendum number(s) received: 01 . 0 2; 0 3; 0 4; 0 S: 0 6, 0 7; 0 8, 0 9 Or, (ii( ._W1\.J _No Addendum/Addenda Were Received (check and fnlt~- G The firm and 1nd1V1duals hsted below, certify that lhey do not and In the performance or this contract they will not d1scnm1nale in employment of any person because of race skin color gender, age. rehg1on, d1sabIhty, nal1onal ong1n. ancestry, sexual onentahon. housing status marital status, fam1hal staJus, weight or he1ghl of such person. and further cer11fy that they are In compliance with all Federal, Stale and local d1recI1ves and executive orders regarding nond1scnmInat1on 1n employment Signature must be the same signature as appears In Btddor Biel Pogos Officer' Or, Joy Burris~~·..:-•• :: ·····- (Signature) Jo~ Rums (Prinled name of signatory) Business Director (Title of s1gnatory) CITY OF PALO ALTO RFO 188055 Re• 12/02110 PAGE 7 CITY OF PALO ALTO RFQ 188055 PAGE 8 Rev. 12/02/10 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 188055 PAGE 14 Rev. 12/02/10 SECTION III RFQ 188055 – 12.5% BULK SODIUM HYPOCHLORITE AND DELIVERY SPECIFICATIONS/SCOPE OF WORK The City of Palo Alto, Regional Water Quality Control Plant (RWQCP) is seeking quotations for the procurement and delivery of 12.5% Bulk Sodium Hypochlorite. 1.Packaging 1.1. This specifications/scope of work covers the procurement and deliveries of 12.5% Bulk Sodium Hypochlorite. 1.2. The quantity specified under this contract is approximate and may be increased or decreased in any amount to conform to the needs of the Palo Alto Regional Water Quality Control Plant (RWQCP). The plant estimates usage of sodium hypochlorite to be approximately 120,000 gallons per year. Consumption rates will be higher during wet- weather than during dry-weather. 1.3. There are two separate delivery points for sodium hypochlorite within the RWQCP. The DMF location includes one 6,000-gallon tank. The Chlorine Building location includes two 6,000-gallon tanks. The supplier shall assume all deliveries will be split between the two locations. The supplier shall budget the additional time to split the onsite delivery into their unit price. 2.Supply 2.1. The supply of sodium hypochlorite furnished under this contract shall be a 12.5% strength solution. The supplied sodium hypochlorite shall conform to American Water Works Association (AWWA) standard number B-300-18, or latest edition, entitled AWWA Standard for Hypochlorites. 2.2. The supplier shall provide a Safety Data Sheet (SDS) from the original manufacturer of the chemical two weeks prior to their first delivery and whenever the original manufacturer changes. 2.3. The supplier shall provide a weight scale certificate, bill of lading, and certificate of analysis with each shipment. The plant reserves the right to independently verify the percent available chlorine. 3.Deliveries 3.1. All deliveries will be made with vehicles safely equipped to handle sodium hypochlorite. Drivers shall be qualified and trained to safely handle, transport, load, and unload the chemical that they are delivering. Drivers shall be qualified and trained to respond to leaks of the chemical. 3.2. Delivery shall be made within 48 hours of any order placed by phone or email during the period of the contract. Delivery address and contact is: City of Palo Alto Water Quality Control Plant Attn: Operations Supervisor or Senior Operator 2501 Embarcadero Way Palo Alto, CA 94303 650-329-2598 CITY OF PALO ALTO RFQ 188055 PAGE 15 Rev. 12/02/10 3.3. Deliveries shall be according to the Regional Water Quality Control Plant’s 12.5% Sodium Hypochlorite (SH): Receiving / Off-Loading Authorization Form, which is attached to this specification as Exhibit 1. The supplier shall verify that the delivery driver is trained and prepared to follow the authorization form. 3.4. The supplier shall provide the phone number and contact name for scheduling deliveries. A 24-hour phone number shall also be provided. 3.5. The delivery and product transfer shall conform to the requirements of the Chlorine Institute Pamphlet 96, Sodium Hypochlorite Manual, Edition 5. 3.6. The supplier shall provide a qualified person per the United States Department of Transportation (USDOT) regulations to attend the unloading at all times. 3.7. If air padding is used to transfer the chemical, then the air must be clean and oil-free. The supplier must provide their own air compressor. 3.8. The supplier’s quotation must include their Standard Operating Procedures (SOP) for unloading and a general description of the method used to unload the truck. 3.9. The City will attempt to order 5,000 gallons per order, but the City will not guarantee that the maximum amount will be ordered each time. The unit price shall remain the same regardless of the amount ordered. 4.Miscellaneous 4.1. If in the event a “Force Majeure” action becomes effective during the term of the contract, the City shall have the option of purchasing sodium hypochlorite from another source until such time as the supplier again fulfills the City’s requirements. 4.2. Specific insurance requirements are listed in the Request for Quotation and must be kept current throughout the term of the contract. 4.3. The supplier shall provide four (4) half-hour training sessions prior to unloading their first deliveries. Two (2) of the training sessions shall be provided for the night shifts, those who work between 6:00 p.m. and 6:00 a.m. Two (2) of the training sessions shall be for the day shifts, those who work 6:00 a.m. to 6:00 p.m. The training sessions shall cover health and safety issues, delivery procedures, scheduling procedures, and chemical characteristics of the delivered chemical. Each training session will include approximately 5 to 10 operators. The cost of training shall be at no charge to the City and shall be inclusive to the prices quoted. 5.Safety 5.1. The supplier will abide by the RWQCP’s safety procedures for safe unloading at all times. The supplier’s safety performance may be evaluated for compliance. A safety review includes the right to review injury and illness logs and documentation of training and maintenance. 5.2. The supplier shall furnish all services which are required at each and every filling of the storage tank to comply with applicable regulations and normal good practice. 5.3. Any intended change to delivery and/or unloading should be brought to the attention of the Plant Manager (or Plant Manager’s designee) for consideration well in advance of the change. CITY OF PALO ALTO RFQ 188055 PAGE 16 Rev. 12/02/10 5.4. The chemical supplier shall follow the latest federal, state, and local laws and regulations. 6.Term and Bid Price 6.1. The term of the contract shall be for one year with the option to renew the contract annually up to a three-year term. The contractor’s unit prices included in their bid will be increased or decreased every twelve months based on the CPI-U (Consumer Price Index for Urban Wage Earners and Clerical Workers in the San Francisco-Oakland-San Jose, CA area). 6.2. The contractor shall include the following bid items in their quotation: 6.2.1. Quantity 120,000, unit price of $ / gallon 6.2.2. Manufacturing location of the chlorine used in production of sodium hypochlorite 6.2.3. Location where chlorine is converted into sodium hypochlorite Exhibit 1 12.5% Sodium Hypochlorite (SH) Date Receiving / Off-Loading Authorization Form Make copies of this form, weight scale certificate, signed bill of lading, and certificate of analysis WQCP A/P Admin Associate II’s Copies OPS Copies ORIGINAL Bill of Lading, Weight Certificate, Certificate of Analysis COPY Bill of Lading, Weight Certificate, Certificate of Analysis COPY Sodium Hypochlorite Receiving Form ORIGINAL Sodium Hypochlorite Receiving Form During Off-Loading Time Delivery Started 10.Check all connections for leaks. Are connections leak-free? •If no, stop immediately and safely secure the leaks before proceeding.□Yes □ No 11.Maintain vigilance while observing all lines, hoses, and valves for leaks. DOT regulations require an attendant to remain within 25’ during the unloading process □Yes □ No 12.Have you stopped the unloading between the FULL and SPILL labels?□Yes □ No After Off Loading Time Delivery Stopped 13.Are there any noticeable spills? •If yes, review and follow WQCP procedures to begin spill cleanup □Yes □ No 14.Inspect off-loading area. Secure receiving port using proper lockout/tagout device.□Yes □ No 15.Collect all safety gear. and return it, clean and serviceable to storage cabinet. Lock Cabinet.□Yes □ No Printed Name Signature WQCP Senior/Supervisor/Operator TPOII Printed Name Signature Delivery Driver This form must be completed in full by both a qualified City of Palo Alto employee and the Sodium Hypochlorite delivery person prior to unloading. Failure to follow the precautions provided in the form will result in disciplinary action up to and including termination and/or the suspension of the business relationship with the supplier. More importantly, failure to follow these precautions may result in personal injury to yourself or others in the work area. Authorization to proceed is not possible if any questions are answered as “NO”. However, if “NO” is an appropriate answer because other safeguards have been put in place, the Supervisor in charge or their designee must make a hand-written note to that affect and attach it to this form. If the Material Safety Data Sheets (MSDS) are not available, approval to proceed will not be given under any circumstances. Prior to Off-Loading 1.Delivery being split requiring driver to make multiple connections If Yes, Start with Tank 3. Finish with Tanks 1 & 2. Tractor Trailer turnaround at DMF is best with empty tank. □Yes □ No 2.Barricades placed around chemical receiving area and delivery truck □Yes □ No 3.Driver shown location of 1) Safety Shower 2) Eyewash Station 3) Chemical Spill Response Cabinet □Yes □ No 4.Driver familiarized WQCP personnel with delivery tank Emergency Shutoff □Yes □ No 5.Driver provided the Bill of Lading, Certificate of Analysis and Weight Certificate □Yes □ No 6.WQCP personnel verified that chemical being received is Sodium Hypochlorite,12.5%□Yes □ No 7.PPE donned by driver. Splash proof goggles or face shield, boots, gloves, hard hat □Yes □ No 8.PPE donned by WQCP personnel Chemical Face Shield w/chin guard, boots, neoprene gloves, hard hat □Yes □ No 9.Receiving tank (s) can accommodate the amount of chemical being delivered SAFETY: Maintain 10% tank volume. MAX Tank Volume = 5,000gals □Yes □ No BE F O R E gal s 1 3 4 Ft AF T E R gal s Ft I I CITY OF PALO ALTO RFQ 188055 PAGE 18 Rev. 12/02/10 BIDDER BID PAGES Bidder’s Response and Acceptance In response to this Request for Quotations (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 without collusion with any other person, firm or corporation; that the Bidder has carefully examined the specifications 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 this RFQ, in the manner herein prescribed and at the prices stated. The quantities specified are based upon the best estimates available and are subject to increase or decrease. Project Title: 12.5% Bulk Sodium Hypochlorite Request for Quotations (RFQ) number 188055 Quotation Due Date: 3:00 P.M., TUESDAY, MAY 30, 2023 Please furnish us with a price and availability on the items listed below. No charges of any kind will be allowed unless specified on this sheet. The City reserves the right to reject any or all quotations. ITEM ESTIMATED QTY. UNIT DESCRIPTION UNIT PRICE TOTAL PRICE 01 120,000 GAL 12.5% Bulk Sodium Hypochlorite (Per the attached specifications/scope of work) $ $ Total, item 01, including 9.13% sales tax (if applicable): (Total in words _____________________________________________________________) $ 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 initial contract period will not be allowed. Quantities: Material quantities as specified are approximate based on previous year’s usage, and no guarantee is implied that the exact amount will be purchased. Delivery: Delivery terms shall be F.O.B. Destination, Freight Prepaid in accordance with the attached terms and conditions. PAYMENT TERMS: City of Palo Alto’s Payment terms for this contract will be: N30 Note: If any price increase or decrease is anticipated during the second and third year of this contract, the increase or decrease every twelve months shall be based on the CPI-U (Consumer Price Index for Urban Wage Earners and Clerical Workers in the San Francisco-Oakland-San Jose, CA area). 2.419 290,280.00 290,280.00Two hundred ninety thousand, two hundred eighty dollars and zero cents **Pricing is subject to a US environmental excise tax of $0.004/gal **