Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published May 28, 2025 at 8:00 PM
Updated June 13, 2025
This is a service / maintenance or supply contract in Juneau, Alaska. Contact the soliciting agency for additional information.
INTENT: The intent of Bid 26-006 is to establish a term contract with a responsive and responsible Supplier for the purchase and delivery Roadway Deicing Chemicals as specified for Juneau International Airport (JNU) and enterprise of the City and Borough of Juneau (CBJ). Suppliers who successfully register may submit a pricing schedule and be considered if they complete the following: 1. Access the solicitation on line at Public Purchase and complete pricing for the line item listed, Do not submit more than one pricing schedule. 2. Download, complete and upload ALL REQUIRED solicitation documents. (e.g. Bidders Signature page, Equivalent/Variance page,) 3. Complete the Online acknowledgement of the CBJ Terms & Conditions (ATTACHMENT A) NOTE: Use only the documents provided. Suppliers are provided the opportunity to acknowledge, acknowledge with exceptions, or not accept the required documents. Exceptions may not qualify for award. CONTACT, QUESTIONS & ADDENDA: CBJ Purchasing Division of Finance is the sole point of contact for all matters pertaining to this solicitation. Submit any questions to purchasing@juneau.gov . You can also utilize the "Ask Questions" link available on Public Purchase. No oral interpretations will be made. Submit all questions in writing, noting issuing buyer, solicitation number and title. Requests must be received a minimum of seven (7) business days prior to the solicitation deadline. Any changes to CBJ issued documents will be in the form of an addendum to the solicitation and will be issued as promptly as possible to all plan holders. All such addenda will become part of the solicitation. F.O.B. POINT: Final Destination /FOB Point is the Juneau International Airport (JNU), Field Maintenance Shed located at 1873 Shell Simmons Dr. Juneau, AK 99801. PAYMENTS & QUANTITIES: Payment will be initiated upon receipt and approval of product received. The City does not guarantee any maximum or minimum quantities. The City's estimated annual usage is provided on the Bid Schedule Page. PERMITS: The Supplier must comply with all applicable Federal, State, City laws which have bearing on this contract and must have all licenses and permits required by the State and/or City for performance of this contract. CONTRACT TERM: The contract term will be in effect from July 1, 2025 through June 30, 2026 with an automatic annual renewal period for four (4) additional years, expiring June 30, 2030. The Supplier may provide written notice to terminate the contract without penalty providing the notice is given sixty (60) days prior to the upcoming renewal period. CONTRACT PRICE & ADJUSTMENT(S): Bid prices will be final destination, as specified by the FOB Point and must include all Supplier costs required to fulfill the bid specifications. Contract prices are to remain firm for the duration of the contract period unless a timely price adjustment is requested and approved. See CBJ General Terms and Conditions (Attachment A) for information regarding price adjustments. CITY APPROVED EQUIVALENT When a specific product and the words "or Approved Equivalent" are specified, the intent is to indicate and guarantee a quality or performance level, but not to limit offers of other chemicals. Consideration will be given to an equivalent product, provided that the chemical proposed is of the same general composition and of equal substance, quality, functionality, and finish as the specified product(s). If a bidder offers an equivalent, the bidder must provide justification to the satisfaction of the City. Submit the Equivalent page with your bid. Bidder shall justify how the product offered meets or exceeds the quality or performance level of the brand specified. The City may request additional literature or information from the bidder. The information must be provided within twenty-four (24) hours upon request. Failure of the bidder to provide requested information within the specified time, or failure to justify the quality level of the chemicaloffered will be grounds to reject the bid as non-responsive. The City is the sole judge of the quality and suitability of any offered equivalent chemical or product. CONFORMS/VARIES: Bidders will offer item(s) which meet the Technical Specifications. If a bidder requests a variance to the specified item(s), it is the responsibility of the bidder to describe their proposed item/variance in detail on the attached Variance/Equivalent Page. Bidders will indicate the item and state what effect their variance will have. The Variance/Equivalent Page must be submitted with your bid. Failure to describe variances may be grounds to reject the bid as non-responsive. Note: the following words provide parameters for what the city will allow on a variance: Minimum, No less than, At least, Maximum, No more than, Not to exceed, Must, Is required, Not acceptable, No substitute. REFERENCES: References may be a factor in determining the bidder's ability to provide a quality product for the City. If the City is considering an equivalent, the bidder may be asked to provide references from clients currently using the product being offered. Failure to produce acceptable references upon request may deem the brand of chemical offered unacceptable and the bid non-responsive. Additional product information or cut sheets may be submitted with the bid. In order to allow for a more detailed comparison the following information may be needed: manufacturers technical data sheet, descriptive literature, a product brochure, at least three references from other government agencies or firms that have used the product being offered, and a letter of clarification which indicates specifically what the bidder intends to supply and how specifications will be met in regard to the brand specified. Suppliers may be asked to provide a delivery schedule to ensure product will arrive timely. Failure to submit this any of this information may be cause for rejection of Supplier's bid. SHIPPING & DAMAGE: It is the Supplier's responsibility to make all final destination delivery arrangements and for filing any claims subsequent and relevant to all shipments. Any shortages, damages, loss or unacceptable product, etc. is to be replaced within forty (40) calendar days by the Supplier. Removal of the unacceptable product and replacement with approved product will be at the Supplier's expense. ACCEPTANCE & RETURNS: The City reserves the right to determine suitability of product offered and is subject to approval by the City. Any chemical rejected because of non-conformity of the terms and conditions or specifications of this contract, whether held by the City or returned, will be at the Supplier's risk and expense. ATTACHMENT REVIEW: Attachment A, contains the CBJ General Terms & Conditions. It is mandatory that Contractors have an understanding of and can comply with these requirements. CBJ expects that all bidding Contractors will carefully review all bid attachments and all 'bid' contract documents. The Awarded Contractor must comply with these terms, conditions and requirements. CONTRACTING DOCUMENTS: The contracting documents for these services consists of the CBJ's complete bid document, including all attachments, exhibits and any issued addenda, and the awarded Contractor's submitted signed bid. Combined these documents make up the complete contract for these services. AWARD: Award will be made by Total Bid to the lowest responsive, responsible bidder meeting all requirements. In the event the primary Contractor cannot meet their obligation, the City will contract with the next available Contractor and will hold the original Contractor responsible for any incidental and consequential damages incurred. TECHNICAL SPECIFICATIONS:The Approved Brand is CG 90 Surface Saver or with review and approval the City will agree to an Approved Equivalent. CG 90 SURFACE SAVER: The Supplier must guarantee that their product will be free flowing and will not cake or harden enough to hinder use in a spreader for a six-month period, provided it is stored under cover. By submitting a bid, the bidder acknowledges that any materials packaged or delivered in a manner that adversely affects its free-flowing properties will be returned and replaced with a free-flowing product at the Supplier's expense. PRODUCT: No product will contain the following in excess of these limits, measured in parts per million (ppm): Arsenic ------------------------ 5.00 (ppm) Barium --------------------- 100.00 (ppm) Cadmium --------------------- 0.20 (ppm) Chromium -------------------- 1.00 (ppm) Copper ------------------------ 1.00 (ppm) Lead --------------------------- 1.00 (ppm) Mercury----------------------- 0.05 (ppm) Selenium --------------------- 5.00 (ppm) Zinc -------------------------- 10.00 (ppm) Phosphorus------------- 2500.00 (ppm) Cyanide ----------------------- 0.20 (ppm) The following are the specifications for the de-icing chemicals required by City agencies. The product shall contain: Sodium Chloride 75-80% Magnesium Chloride Hexahydrate 20-25% Diammonium Phosphate (Corrosion Inhibitor) 1.5-2.5% It must be free flowing and of the following average composition: Physical Requirements: Sieve Size Percent Passing 1/2 " 100 3/8" 90-100 No. 4 50-75 No. 8 30-50 No. 30 5-10 BLADDER SPECIFICATIONS: All bladders shall be new and unused. The bladders Must have a 3-6 mil polyethylene liner that shall be adequately secured to the inside of the bladder to provide a waterproof closure. The liner must be secured to the body of the bladder so that liners do not separate from the body of the bag. The body of the bladder shall be made of 6-8 oz./sq. yd. uncoated woven polypropylene containing a U.V. inhibitor, and the top of bladder, as well as top filling inlet, shall be made of 6 1/4 oz./sq. yd. uncoated woven polypropylene containing U.V. inhibitor. The top filling of the bladder shall be 14" to 22" diameter x 16"- 21", tall with nylon or similar type and strength synthetic tie cord sewn on at mid-height. There shall be a 12" to 30" discharge chute on the bottom with a #6 nylon tie cord or 40" to 48" web tie. Exterior tie string on the bottom must be tied with a secure knot that is also easy to release under pressure (to minimize the number of tie strings that must be cut to open). The Bladders are to have four (4) lifting loops (minimum 6,000 lb. tensile strength nylon webbing). Loops must provide a minimum of 6,000lb tensile strength with a synthetic product similar in strength, durability and UV and water resistance such as polypropylene or nylon strap webbing. The length of each loop shall be no less than ten inches. With the bladders filled, the straps are not to exceed 11 inches from the top of the bladders to the top of the loop. All loops to easily slide over forklift tines measuring 3-1/2" X 7-1/2". Loaded bladders must not exceed the weight limit by more than 10%. Each filled bladder is to be placed on its own pallet of suitable size to provide full coverage and bottom deck. All bladders must be marked by the Supplier as to the type of chemical they contain. Deliveries must be protected and covered during the shipment. Uncovered or unprotected deliveries exposed to the elements will be rejected. All material must be loaded into the shipping containers in a manner to facilitate off-loading at a site that has no loading dock. All bladders shall be shipped on individual pallets in containers such that they may be easily unloaded with the use of a forklift truck. No stacking of bladders is allowed. DELIVERY: Delivery at final destination should be no later than September 15th of each calendar year. Vans will be used for delivery of 2,000lb bladders. Bladders will be unloaded by City personnel at final destination for storage. Indicate on the Bid Schedule page the number of calendar days required for delivery After Receipt of Order (ARO). BILLING, INVOICING & PAYMENT: It is the responsibility of the Supplier to ensure that all shipping and billing weights match; CBJ will not pay for chemicals that weren't ordered. The Supplier must complete and submit accurate invoices prior to payment. Payment will be initiated upon receipt and acceptance of invoices by the City. Submit invoices to the User Department's Contract Administrator as identified below and to the CBJ Accounts Payable Office at Accounts.Payable@juneau.org CONTRACT ADMINISTRATOR: The Contract Administrator for this contract will be Juneau International Airport Business Manager, Angelica Lopez-Campos or upon notification, an alternative assigned designee, will be identified. The following is contact information: Phone 907-586-0960 or Email: Angelica.Lopez-Campos@jnuairport.com Conformation by the Supplier to the Bid Specifications and all contract requirements is very important to the CBJ. The City reserves the right to verify and approve evidence of compliance prior to award of bid and throughout the term of the contract. The bidder's failure to submit the evidence listed below in a timely manner may be sufficient cause to cancel the award or the entire contract. Upon request from the CBJ, the Supplier must submit the following: Complete and Current Material Safety Data Sheets, The most recent certified independent laboratory test results that demonstrate clearly that the offered chemical conforms to each specification as required by contract, Acceptance test from your most recent lot produced, Evidence bladders meet specifications, Evidence must identify the manufacturer, the brand and model number of the bladders(s) and a contact name, phone number and email address for all bladders provided under this contract.
Post-Bid
Transportation Terminals
Public - City
Service, Maintenance and Supply
We’ve obtained documents for this project and are currently processing them.
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
June 12, 2025
July 1, 2025
1873 Shell Simmons Dr, Juneau, AK
Related To This Project
Juneau, AK
Bid Date: Jun 11 2025
Juneau, AK
Bid Date: Nov 05 2025
Juneau, AK
Bid Date: Jul 02 2025
Juneau, AK
Bid Date: Jul 09 2025
Juneau, AK
Bid Date: Jul 10 2025
Juneau, AK
Bid Date: Jun 19 2025
Juneau, AK
Bid Date: Jul 11 2025
Juneau, AK
Bid Date: Jun 17 2025
Juneau, AK
Bid Date: Jun 16 2025
Juneau, AK
Bid Date: Jun 04 2025
Juneau, AK
Bid Date: Jun 11 2025
Juneau, AK
Bid Date: Jun 05 2025
Juneau, AK
Bid Date: May 26 2025
Recently Viewed
--
--
--
--
--
--
--
--
--
--
Bid Smarter, Not Harder
Spend more time doing the job than looking for it. ConstructConnect has the industry's most complete project data to help you find, bid, and win. Now.
Sign up to get free access, instantly.
