Annual Contract for Sulfur Dioxide

Agency: Mobile Water Service System(MAWSS)
State: Alabama
Level of Government: State & Local
Category:
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD16874888393329533
Posted Date: Dec 21, 2023
Due Date: Jan 10, 2024
Solicitation No: IFB 24-001
Source: Members Only

Annual Contract for Sulfur Dioxide

  • Contract or Solicitation Number IFB 24-001

  • Solicitation Description

    Contract Period: 3/1/24-2/28/25 with two 1-year ext. options

  • Opening Date January 10th 2024

  • Contact David Tillman (251) 378-3505 dtillman@mawss.com
    Barry Smith (251) 378-3503 basmith@mawss.com

  • Solicitation Document(s)

    ifb-24-001-sulfur-dioxide.pdf

Attachment Preview

Joyce Sawyer, Buyer II
(251) 694-3110 Office
jasawyer@mawss.com
INVITATION FOR BID
December 21, 2023
Mobile Area Water and
Sewer System
4725 Moffett Rd Suite A
Mobile, AL 36618-2236
PO Box 180249
Mobile, AL 36618-0249
INVITATION FOR BID NUMBER
24-001
NAME OF BID
BIDS WILL BE RECEIVED AT
BID OPENING DATE
Annual Contract for Sulfur Dioxide
MAWSS Bid Box
Donaghey Business Entrance
4725A Moffett Road
or
Mobile, AL 36618
PO Box 180249
January 10, 2024
BID CLOSING TIME
10:30 am Central Time
AWARD WILL BE MADE BY
Total Cost & Lead Time
CONTRACT PERIOD
MATERIAL DELIVERED TO
ADDITIONAL INFORMATION CONTACT
3/1/24 – 2/28/25 with two 1-year extension options
CC Williams WWTP
1600 Yeend St
Mobile, AL 36603
~ and ~
Wright Smith WWTP
1879 Conception St Rd
Mobile, AL 36610
David Tillman (251) 378-3505 dtillman@mawss.com or Barry Smith (251) 378-3503 basmith@mawss.com
APPLICABLE SDP POLICY
None
Sealed bids must be in the Purchasing Department no later than the time specified in order to be considered. Submissions
received after the deadline will not be considered. Envelopes must bear the name of the supplier, company address and the
words “IFB 24-001 Sulfur Dioxide” or “IFB 24-001 NO QUOTE.” Facsimile or email bids will not be accepted.
All bids must be submitted on the attached forms or your bid will be disqualified. Bidder shall furnish all the information
required by the solicitation. The bidder’s name must be typed or printed on the bid sheet, and signed by the bidder or
appropriate authorized executive officer of the bidder’s company. Bidders must initial any changes or erasures. Bidders should
retain a copy of bids for their records.
Bidders shall acknowledge receipt of all addenda to this solicitation by signing and returning each addendum or by identifying
the addendum number and the date on the bid form. Failure to acknowledge receipt of any addendum by a bidder will result
in rejection of the bid if MAWSS determines that the addendum contains information that materially changes the requirements.
All bids shall be quoted FOB Destination, freight prepaid with no additional charges. Unless otherwise specified in the bid, all
prices will be on a firm-fixed price basis and are not subject to adjustments based on costs incurred. MAWSS reserves the right
to reject any or all bids submitted, to waive any informality in any bid or in the bid process, or to terminate the bid process at
any time, if deemed by MAWSS to be in MAWSS’s best interest.
A Purchase Order and this “Invitation for Bid” with “Specifications,” “Conditions,” “Bid Form,” signed by the successful bidder’s
authorized representative, and all attached drawings and other documents furnished by MAWSS to the bidders with the
Invitation for Bid in order to illustrate the contract requirements, will constitute a contract for the goods and/or services to be
purchased.
IFB 24-001 Annual Contract – Sulfur Dioxide
Page 1 of 6
IFB 24-001 SULFUR DIOXIDE
CONDITIONS
The Board of Water and Sewer Commissioners of the City of Mobile will accept bids for Sulfur Dioxide in our Purchasing
Department Bid Box located at 4725A Moffett Road, Mobile, AL 36618 in the Business Entrance no later than 10:30 a.m. local
time on January 10, 2024. Award will be by Total Cost & Lead Time. The bidder offers and agrees, if this bid is accepted, to
furnish the items as defined in the specifications for the unit price set opposite each item. Pricing shall be FOB Mobile, Alabama.
All items shall be delivered to our CC Williams WWTP located at 1600 Yeend St. Mobile, AL 36603 or Wright Smith WWTP
located at 1879 Conception St Rd N, Mobile, AL 36610 or to the job site as needed. The bidder shall state the expected length
of delivery time on the Bid Form.
Bidder understands that his/her bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the
scheduled closing time for receiving bids.
Bidder understands and agrees that quantities will be purchased by MAWSS on an “as needed” basis to replenish inventory.
MAWSS shall not be committed to the purchase of a pre-established minimum quantity for any one item.
A bidder may not modify its bid after bid opening. Errors in the extension of unit prices stated in a bid or in multiplication,
division, addition or subtraction in a bid may be corrected by the MAWSS Purchasing Buyer prior to award. In such cases, unit
prices shall not be changed.
It is the responsibility of the bidder to determine prior to the bid opening whether any amendment, additions, deletions or
changes of any type have been made to this Invitation for Bid, Conditions, Specifications, Bid Form or any of the or bid
documents. Bid documents and any amendments made to this bid will be posted on our website at www.mawss.com.
END OF CONDITIONS
IFB 24-001 Annual Contract – Sulfur Dioxide
Page 2 of 6
IFB 24-001 SULFUR DIOXIDE
SPECIFICATIONS
Contract shall be for one year beginning 3/1/24 through 2/28/25 with the option of two (2) one-year extensions, at the
same pricing, with prior written approval of both Supplier and Board.
Sulfur Dioxide packed in One-Ton Containers.
Approximately 90 One-Ton Cylinders are required for the contract period.
We specify approximately 10 cylinders from the first two shipments will be retained by us until the end of the contract
period. At the end of the contract, the empty cylinders will be returned at the expense of the supplier. All deliveries
must be made within 4 days after order is placed.
State your minimum tolerance of moisture; quotations to meet current AWWA Standard of B512.
Supplier shall test all valves to assure proper operation prior to delivery and upon delivery shall assure the
workability of such valves, and that the cylinders do not contain rust or other debris that will interfere with the
operation of the liquid, the operation of the cylinders, valves, the chlorinators, or vaporizers at the plants.
Supplier must provide 24-hour emergency response and support.
Supplier must provide product safety training.
Supplier must provide all equipment necessary to safely unload containers, including a hydraulic
boom trailer.
Supplier must provide written certification of safety training for their company.
Supplier must provide in writing that they provide training for customer.
Supplier must submit in writing Emergency Contact Information.
Supplier must provide a Product Specification Data Sheet.
Supplier must provide the most recent SAFETY DATA SHEET.
Supplier shall take the following security measures:
1. Fax/email a copy of the bill of lading before each delivery. Bill of lading to include truck or trailer number,
number of cylinders being delivered, and identification/tracking numbers of each cylinder.
2. Provide the name of the driver (photo ID preferred).
3. State if delivery will be by company owned trucks or independent carriers.
Successful bidder shall provide the following:
1. Documentation of safety performance, training, and proof of maintenance procedures.
2. All containers are to be secure with chocks.
3. Supplier to certify containers and bonnets are in good working condition.
Each bidder shall guarantee, in writing, that they will remove any cylinder from any of the MAWSS facilities
within three hours after given verbal notice to do so. This requirement is made with the understanding that
the cylinder can be made safe for traveling in accordance with Department of Transportation requirements.
END OF SPECIFICATIONS
IFB 24-001 Annual Contract – Sulfur Dioxide
Page 3 of 6
IFB 24-001 SULFUR DIOXIDE
INSURANCE REQUIREMENTS
A. General: The Supplier shall provide insurance in accordance with the required specifications. A current
certificate of insurance must be provided with your bid. MAWSS does not need to be named as an additional
insured on this certificate.
B. Supplier Coverage: The Supplier shall not commence work under this Contract until he has obtained all
insurance required under the following paragraphs and until such insurance has been approved by the Owner,
nor shall the Supplier allow any subcontractor to commence work on his subcontract until all similar insurance
required of the subcontractor has been obtained and approved. If the subcontractor does not take out
insurance in his own name, the Supplier shall provide such insurance protection for the subcontractor and such
subcontractor's employees.
C. Casualty Insurance: The following insurance coverages (with limits not less than specified herein) shall be
maintained by the Supplier for the duration of the Contract, affording coverage for any claim arising out of
Supplier's operations herein, whether by the Supplier or by any subcontractor or by any Employee or Agent of
either:
1. Claims of employees under Worker's Compensation and other similar employee benefit acts, including
claims because of bodily injury, occupational sickness or disease, or death.
2. Claims arising out of bodily injury, sickness, disease, or death of any person other than employee.
3. Claims for damages arising out of libel, slander, false arrest, detention or imprisonment, malicious
prosecution, defamation or violation of right of privacy, wrongful entry or eviction or other right of private
occupancy, including claims as a result of an offense related to the employment of a claimant by Contractor
(so-called "Personal Injury").
4. Claims arising out of damage to or destruction of tangible property, including loss of use.
5. The Supplier shall furnish certification of insurance and policies verifying that the above coverages are in
effect before commencing any work, and that each policy is endorsed to give the Owner 30 days notice in
writing in the event of cancellation or material change therein.
Policies of Insurance shall state that the Owner and the Owner’s employees be named as additional insureds
on the Supplier's Automobile Liability and Commercial General Liability policies. In respect to Worker's
Compensation, a Waiver of Subrogation shall be issued in favor of the Owner. Where applicable, the U.S.
Longshore and Harborworkers Compensation Act Endorsement shall be attached to the policy. Where
applicable, the Maritime Coverage Endorsement (to include coverage under Jones Act) shall be attached to
the policy. Both the U. S. Longshore and Harborworkers and the Maritime Coverage shall have limits equal
to or greater than the employer’s liability coverage.
6. Rated by AM Best – A- or better. For nonadmitted companies, a rating of A or better by AM Best.
a. At the discretion of the Board, worker’s compensation insurance may be placed through a qualified
worker’s compensation self-insurance fund.
IFB 24-001 Annual Contract – Sulfur Dioxide
Page 4 of 6
b. Limits of Liability:
Worker's Compensation
Statutory
Employers' Liability
$500,000 Each Accident
$500,000 by Disease, Policy Limit
$500,000 by Disease, Each Employee
Commercial Automobile
$1,000,000 Each Accident
Bodily Injury and Property Damage Combined
Business Auto Includes All Owned, Leased, Hired and
Non-Owned Automobiles
Commercial General Liability
$1,000,000 per Occurrence
$1,000,000 Personal &Advertising Injury
$2,000,000 General Aggregate per Project
$2,000,000 Products &Completed Operations Aggregate
$100,000 Fire Damage Liability
Umbrella Liability: In addition to the basic limits previously set out for Commercial General Liability,
Products and Completed Operations, Automobile Liability and Worker's Compensation. Coverage shall
be issued with a "pay on behalf of" wording, including Personal Injury and other extensions, and provide
coverage at least as broad as that afforded by the primary insurance policies.
Extensions (only if applicable):
Blanket Contractual Liability
Personal Injury
Host Liquor Liability
Non-owned Watercraft Liability
Worldwide Products
Fire Legal Liability
Newly Acquired Organizations
Blanket Collapse and Underground Coverage
Broad Form Property (including Completed
Operations)
Employees as Additional Insureds
Incidental Medical Malpractice
Extended Bodily Injury (Assault and Battery)
When and if the use of explosives for blasting purposes appears necessary or desirable, such methods
shall not be undertaken without written authorization of the Owner, and then only provided that
acceptable extensions of liability coverage have been obtained specifically to include the explosion ("X")
hazard and the collapse ("C") hazard. The policy of general liability shall include the special
underground property damage coverage (providing the so-called "U" hazard) on a blanket basis.
D. Owner's Protective Liability: The Supplier shall furnish from a carrier acceptable to the Owner, a policy of
liability insurance, commonly called "Owner's Protective Liability" in the name of the Board of Water and Sewer
Commissioners of the City of Mobile, d/b/a MAWSS, providing "Independent Contractor's Coverage" for the
operations embraced by this Contract with limits of $1,000,000 bodily injury and $1,000,000 property damage.
Policy shall be endorsed that the premium is to be paid by the named Supplier.
END OF INSURANCE
IFB 24-001 Annual Contract – Sulfur Dioxide
Page 5 of 6
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >