CITY OF ALLIANCE, OHIO 2016 CHEMICAL SUPPLIES SPECIFICATIONS FOR

Similar documents
Invitation for Quote (IFQ) For the Supply and Delivery of Sodium Bisulfite IFQ

NOTICE TO SUPPLIERS CITY OF KALAMA 2018 CHEMICAL PROCUREMENT

INDEP 70 INDEP Water & Pollution Control CARBOYS LB each 70 $ $ 4, NO BID

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)

INVITATION TO BID. January 10, 2018

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

Destin Beach Safety ATVs, UTV, and Waverunner

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

KENDALL COUNTY HIGHWAY DEPARTMENT

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

St. Clair County Road Commission Specifications Diesel Fuels

General Specifications

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED)

PRESSURE WASHER SYSTEM AND TRAILER, COMMERCIAL DUTY

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

INVITATION TO BID Fort Morgan Golf Course Golf Carts

RE: ADDENDUM NO. 1 FOR Treatment Chino Basin VOC Plant, Project No

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

Invitation for Bid # Tandem Axle Dump Truck

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

TENDER HALF TON PICKUP TRUCK, 4x4

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

REQUEST FOR QUOTES. 5. Consideration will be given to a locally owned business if costs and other considerations are relatively equal.

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

REQUEST FOR QUOTATION

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

CHAPTER 403. HAZARDOUS MATERIAL TRANSPORTATION

REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges. DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID # RETURN TO:

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

REQUEST FOR QUOTATION

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

Request for Quote # Armored Vehicle for Hammond Police Swat Team

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

CITY OF NIAGARA FALLS, NEW YORK

2018 Golf Cart Lease Sunset Valley Golf Club

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

#2018-RFP-06. Utility Work Carts

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

INVITATION TO BID (ITB)

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

TOWN OF GRAND FALLS-WINDSOR

U. S. Census Bureau Production and Stocks of Inorganic Chemicals Summary MQ325A(10)-05 Issued July 2011

MUNICIPALITY OF MONROEVILLE

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

COUNTY OF ROCKLAND Department of General Services Purchasing Division

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

INVITATION TO BID (ITB)

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

INDUSTRIAL HAUL AGREEMENT

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS)

SAN ANTONIO WATER SYSTEM SPECIFICATIONS FOR RUBBER-SEATED BUTTERFLY VALVES 3 INCHES THROUGH 72 INCHES ANSI/AWWA C504 Class 150/250 December 2012

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:

CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: PM

Hydraulic Fittings. Design, Manufacture, Distribution

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

City of Storm Lake Fire Department Heavy Rescue Specifications

ÚÄÄÄÄÄÄÄÄÄÄ ÚÄÄÄÄÄÄÄÄÄÄ ³ METRIC ³ ÀÄÄÄÄÄÄÄÄÄÄÙ TT-T-306E May 28, 1993 SUPERSEDING TT-T-306D December 31, 1992 FEDERAL SPECIFICATION

NOTICE OF REQUEST FOR QUOTATIONS FOR A NEW 10,000 LB GVW REGULAR CAB SINGLE REAR WHEEL TRUCK WITH CTEC 9 LONG GENERAL PURPOSE DUMP STAKE BODY

1.1 Unless otherwise stated, the specification references and test methods are from the latest version in effect at the time of this contract.

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

U. S. Census Bureau Production and Stocks of Inorganic Chemicals Summary MQ325A(09)-05 Issued July 2010

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

PURCHASING DEPARTMENT

BID SPECIFICATIONS 2018 TERMINAL BUILDING STANDBY GENERATOR PROJECT

INVITATION TO BID FUEL PRODUCTS

A. Three-phase, oil filled self-cooled, padmounted transformers are installed outdoors on pads in the EWEB distribution system.

Rockwood School District Diesel Fuel Bid. BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L

UNIFIED FACILITIES GUIDE SPECIFICATIONS

CONTRACT TERM: APRIL 28, 2018 THROUGH APRIL 27, 2020 RES. NO

CITY OF CHARLEVOIX REQUEST FOR BIDS WESTENBROEK SUBSTATION 48VDC BATTERY BANK

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels

ANNE ARUNDEL COUNTY, MARYLAND Annapolis, Maryland ADDENDUM NO. 4 June 8, 2017

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

Transcription:

CITY OF ALLIANCE, OHIO 2016 CHEMICAL SUPPLIES SPECIFICATIONS FOR ALUMINUM SULFATE, LIQUID CAUSTIC SODA, LIQUID CHLORINE ACTIVATED CARBON, POWDERED Minimum 800 Iodine Number ACTIVATED CARBON, POWDERED Minimum 1100 Iodine Number AMMONIUM SULFATE, CRYSTAL HYDROFLUOSILICIC ACID SODIUM CHLORITE SODIUM BISULFITE FERRIC CHLORIDE PHOSPHORIC ACID HYDROGEN PEROXIDE ALAN ANDREANI, Ed. D. Mayor of Alliance Mike Dreger, Director Public Safety & Service *Delivery Location of Water Treatment and Wastewater Treatment Plants: 12251 Rockhill Avenue N.E. Alliance, OH 44601

2016 WATER/WASTEWATER TREATMENT SPECIFICATIONS Aluminum Sulfate, Liquid (50% Alum) The material shall be in liquid form, completely soluble in water and meet or exceed the current effective American Water Works Association Standard B403. Liquid alum shall be shipped by tank truck for delivery into a 10,000 gallon storage tank through a 3 delivery line/connection at the plant unloading site. NOTE: The bidder will supply an Arsenic analysis for a representative sample of their aluminum sulfate product. Caustic Soda, Liquid Liquid caustic soda shall contain approximately 50% sodium hydroxide (NaOH) and meet or exceed the current effective American Water Works Association Standard B501. Liquid caustic soda shall be shipped by tank truck into a 10,000 gallon storage tank through a 3 delivery line/connection at the Water Treatment Plant unloading site or into a 6,500 gallon storage tank through a 2 delivery line/connection at the Wastewater Treatment Plant. Chlorine Liquid Chlorine shall be delivered in one (1) ton cylinders and one-hundred fifty (150) pound containers and shall meet or exceed the current effective American Water Works Association Standard B301. Supplier shall be able to deliver the exact quantity ordered up to a maximum of 8 cylinders of each type. The bid price shall include the removal of empty tanks from the facility sites. Activated Carbon, Powdered Minimum 800 Iodine Number Activated carbon shall be shipped in 50-pound bags on a standard 3.5 x 3.5 wood pallet. Pallets shall contain not less than 20 bags (1,000 lbs.) and not more than 40 bags (2,000 lbs.). The bags shall be dry and in good condition and protected from the weather in transit. Normal shipment shall be for a minimum of two tons. A representative PAC sample volume of 1,000 cc shall be provided so PAC products may be tested and compared. Powdered activated carbon shall meet the following minimum specifications: Suitable for purification of potable water and industrial water applications Meets AWWA standards Certified by ANSI-NSF, standard 61 Type Bituminous Coal or mixture with wood Iodine Number -- %min. = 800 by ASTM D4607 Moisture -- %max. = 8 by ASTM D2867 Mesh Size 99% min. 100 Mesh US, 95% min. 200 Mesh US, 90% min. 325 Mesh US, by ASTM D5158 Bulk Density 0.42 0.48 g cm-3 by ASTM D2854 Ash 10% max, by ASTM D2866 Abrasion Number 90% min. by ASTM D3802

Activated Carbon, Powdered Minimum 1100 Iodine Number Activated carbon shall be shipped in 50-pound bags on a standard 3.5 x 3.5 wood pallet. Pallets shall contain not less than 20 bags (1,000 lbs.) and not more than 40 bags (2,000 lbs.). The bags shall be dry and in good condition and protected from the weather in transit. Normal shipment shall be for a minimum of three tons. A representative PAC sample volume of 1,000 cc shall be provided so PAC products may be tested and compared. Powdered activated carbon shall meet the following minimum specifications: Suitable for purification of potable water and industrial water applications Meets AWWA standards Certified by ANSI-NSF, standard 61 Type -- Wood Iodine Number -- %min. = 1100 by ASTM D4607 Moisture -- %max. = 8 by ASTM D2867 Mesh Size 99% min. 100 Mesh US, 95% min. 200 Mesh US, 90% min. 325 Mesh US, by ASTM D5158 Bulk Density 0.42 0.48 g cm-3 by ASTM D2854 Ash 10% max, by ASTM D2866 Abrasion Number 90% min. by ASTM D3802 Hydrofluosilicic Acid The Hydrofluosilicic acid shall contain approximately 23% Hydrofluosilicic acid by weight. The material shall meet or exceed the current effective American Water Works Association Standard B703. The material shall be delivered in 55- gallon drums for unloading at the plant site. Normal shipment is for a maximum of fifteen (15) drums per delivery. The bid price shall include the removal of empty drums from the plant site. Sodium Chlorite Sodium chlorite shall be an aqueous solution, 25 percent by weight. The material shall meet or exceed the current effective American Water Works Association Standard B303. The material shall be delivered in 55-gallon drums for unloading at the plant site. Drums shall be made of stainless steel or any other suitable material that will not be attacked by the strongly oxidizing solution. Normal shipment is for a maximum of ten (10) to twenty (20) drums per delivery. The bid price shall include the removal of empty drums from the plant site. Sodium Bisulfite (NaHSO 3): The material shall be in liquid form with a concentration of between 38 42% NaHSO3. Delivery will be bulk with a maximum of 400 gallons/delivery. Approximate use: 3000 gallons. Ferric Chloride (FeC13): The material shall be in liquid form. It must be able to pass through a 300 micron filter. Delivery will be by bulk tank truck into a 6500 gallon tank. The supplier must provide a Certificate of Analysis form for Ferric Chloride Solution with each delivery. Bid price to be in cost per dry ton. Approximate use: 60 dry tons. Phosphoric Acid The material shall be Technical Grade in liquid form. Delivery will be by tote and may be pumped off. Approximate use: 7000 gallons, 92,000 pounds. Hydrogen Peroxide Hydrogen peroxide shall be an aqueous solution of 50% by weight. The material shall meet or exceed all standards set by NSF/ANSI 60 for potable water. The material shall be delivered in bulk quantities of between 1,000 and 2,000 gallons into a 2,500 gallon bulk tank through a 2 quick disconnect connection/ delivery line at the Water Treatment Plant unloading site.

Ammonium Sulfate Crystal Ammonium Sulfate shall be shipped in 50-pound bags on a standard 3.5 x 3.5 wood pallet. bs.) and not more than 40 bags (2,000 lbs.). The bags shall be dry and in good condition and protected from the weather in transit. Normal shipment shall be for a minimum of 500 lbs. The ammonium sulfate shall meet the following minimum specifications: Suitable for use in potable water applications Meet or exceed the AWWA Standard B302-10 Certified by ANSI-NSF, standard 61

PROPOSAL FORM FOR 2016 CHEMICALS Quantity Unit Unit Bid for 1 yr. Ammonium Sulfate, Crystal 2,000 Lbs. Aluminum Sulfate, Liquid 200,000 gallon Caustic Soda, Liquid 150,000 gallon Chlorine 60 one (l) ton cylinders Chlorine 4 150# cylinders Powdered Activated Carbon Minimum 800 Iodine # 25 tons Minimum 1100 Iodine # 25 tons Hydrofluosilicic Acid 100 55 gal. drums Sodium Chlorite, Liquid 370 55 gal. drums Sodium Bisulfite 3,000 gallon Ferric Chloride 60 dry ton Phosphoric Acid 7,000 gallon Hydrogen Peroxide 6,000 gallon Ammonium Sulfate, crystal 4,000 pounds --------------------------------------------------------------------------------------------------------------------------------------------------- BIDDER: ADDRESS: PHONE: FAX: E-mail Address: PRINTED SIGNATURE: AUTHORIZED SIGNATURE: TITLE:

GENERAL TERMS AND CONDITIONS 1. Special Conditions: Special conditions included in the Bid Document shall take precedence over any general provisions hereinafter set forth. 2. Specifications: Unless otherwise stated by the bidder the proposal will be considered as being in strict accordance with the specifications outlined in the Bid Document. References to a particular trade name, manufacturer s catalog or model number are made for descriptive purposes to guide the bidder in interpreting the requirements of the City only. They should not be construed as excluding proposals on other types of materials, equipment and supplies as equal to that specified. However, the bidder, if awarded a contract, will be required to furnish a particular item referred to in the specifications or description unless a departure or substitution is clearly noted and described in the proposal and approved by the Safety Service Director s Office. 3. All exceptions to the specifications must be clearly defined in supplemental information Submitted with the bid. Any additional information the prospective Bidder believes is relevant to awarding a contract may be included. Descriptive literature may be included where applicable. 4. The materials needed are to be purchased between January 1, 2016 and December 31, 2016. The quantities shown are estimated quantities and are not intended to be the actual amount purchased. The estimated quantities are shown only to serve as a guide in helping the bidder know the approximate quantity involved. 5. Prices bid for each item shall include delivery to Alliance Street Department, Water Sewer Department, Wastewater Department, Parks Department, Fire Department, City Hall Safety Building, Freedom Center and City Administration Building & Annexes unless otherwise specified herein. 6. Quotations to include all charges for delivery, F.O.B. Destination-Freight Prepaid and inside delivery, unless otherwise stated by the bidder in Bid Document. THE CITY IS EXEMPT FROM ALL FEDERAL AND STATE TAXES. 7. Payments for materials will be made monthly upon receipt of invoices for materials delivered during previous months. 8. BE SURE TO INSERT UNIT PRICES AND CARRY OUT EXTENSIONS. Errors or omissions could result in your bid being declared invalid. In case of an error in extension of prices, the unit price will govern. All quoted bid prices must be firm, as no price adjustment will be allowed on the purchase order. 9. Sealed bids will be received by the Director of Public Safety and Service as indicated on the attached legal notice. Bidders may submit a proposal for any of the various items for which bids are requested. Proposals must be made on the form attached. 10. Verbal instructions given by any of the Officers, Agents, or Employees of the City shall not be binding upon the City. Instructions in writing only, from the Safety Service Department of the City of Alliance, shall be binding. 11. The Bidder agrees, if awarded the contract, to deliver the quantity awarded, as instructed, and that all articles shall be subject to the inspection and approval of the City. In the event that any of the said articles should be rejected as unsuitable or not in conformity with these specifications, such articles shall at once be removed and other articles of proper quality as set forth in these specifications shall be furnished in place thereof, all at the expense of the successful bidder. 12. In the case of non-compliance by the successful bidder, the City retains the right to cancel the awarded contract at anytime during the contract period. Prices quoted are for all of 2016, ending on December 31, 2016.