INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE VALDOSTA, GEORGIA GREG BROWN, CPPB, CPPO PURCHASING AGENT

Size: px
Start display at page:

Download "INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE VALDOSTA, GEORGIA GREG BROWN, CPPB, CPPO PURCHASING AGENT"

Transcription

1 INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE VALDOSTA, GEORGIA BID # FOR: Water Plant Chemicals OPENING DATE: November 29, 2016 TIME: 11:15 AM EST GREG BROWN, CPPB, CPPO PURCHASING AGENT (229) Fax (229)

2 NOTICE TO DEALERS/VENDORS 1. Any prices bid by dealer/vendor on any items offered to the City of Valdosta shall be the price effective at the date of delivery. 2. No delivery date of ASAP (As Soon As Possible) shall be considered acceptable on items that have a maximum delivery date listed in the specifications. 3. The City of Valdosta reserves the right to accept alternate bids on any or all items where maximum delivery date, as listed in the specifications is not met by dealer/vendor. 4. Signature below of authorized agent for dealer/vendor shall constitute recognition and acceptance of all conditions of the sale as listed above. 5. All shipping is to be FOB Valdosta, GA and included in total price unless otherwise stated in the bid document. Dealer/Vendor Authorized Agent

3 GENERAL SPECIFICATIONS It is the intent of these specifications to furnish the City of Valdosta with the following requisitioned equipment, according to the attached. It is clearly understood that the following are minimum specifications and are made in order to show the exact quality through specifications of the equipment proposed. The City of Valdosta reserves the right to accept any or all bids or to choose the bid considered to be in their best interest and to waive any technicalities. The final decision of purchase will be made upon the award of the City of Valdosta Mayor and Council if the item or items total are greater than $25,000. NO BID WILL BE CONSIDERED IF RECEIVED AFTER THE DATE AND TIME SPECIFIED. Be sure to put the Bid Number on the outside of your return envelope.

4 INSTRUCTIONS TO BIDDERS 1. Proposals must be made upon the form of the proposal attached hereto. They must be enclosed in a sealed plain envelope, with the bid number written on the outside and endorsed with the title of the proposal, and must be filed with the Purchasing Agent of the City of Valdosta, located at 216 E. Central Ave. 3 rd Floor. In the event you choose to mail your proposal, it should be mailed to Greg Brown, P.A., P.O. Box 1125, Valdosta, Ga No bidder will be allowed to withdraw his proposal for any reason whatsoever after the bids have been opened. 3. The specifications following represent the minimum general size, weight, capacity and performance characteristics desired in the equipment to be purchased. These requirements are not intended to prevent obtaining fair prices or to eliminate competition, but to insure, if possible, that all bids submitted shall not be subject to correction or alteration after the bid has been filed, opened, and publicly read. In view of an unusual wide disparity in details of design and manufacture, complete descriptive literature and manufacturer s specifications must be submitted on each type of equipment offered. The City of Valdosta reserves the right to evaluate any or all bids, particularly where there is a range in specifications. Special consideration will be given to the ready availability of repair parts and service. 4. Federal or State taxes are not applicable to Georgia Municipalities under the United States Code Title 26 and Georgia Exemption Certificate Number It is expressly understood by the bidder that written notice of the award or purchase order by the City of Valdosta will constitute an agreement and consummate the transaction and will serve together with the proposal, the advertisement, these instructions and the detailed specifications, as the entire form of contract between the parties. 6. The bidder agrees that the City of Valdosta reserves the right to reject any or all proposals, or to accept the part of the bid considered to be in the best interest of the City. 7. Specifications referred to are minimum, therefore unless otherwise indicated by the bidder, the City will assume proposals meet or exceed all specifications. 8. The names of a certain brand, make or definite specifications are to demote quality standard of the article desired, but do not restrict bidders to be specific brand, make or manufacturer named; it is to set forth and convey to prospective bidders the general style, type, character and quality of the article desired. 9. The award of the contract will be made to the lowest responsible bidder taking into consideration quality performance and the time specified in the proposals for the performance of the contract. The City of Valdosta reserves the right to reject all bids as appears in its own best interest and to waive technicalities. In cases of a tie, the bid which is in the best interest of the City will be awarded.

5 GENERAL: It is the intent of these specifications to furnish the City of Valdosta with water treatment chemicals for a period of one year starting as soon after January 1, 2017 and once Mayor and Council approval is granted until December 31, It is expressly agreed that the Purchaser reserves the right to receive or reject any or all bids or to accept that bid or any part thereof that is considered to be in their best interest. Bid prices for each chemical shall be considered separately and it the intent to award a contract for furnishing each chemical based on the lowest unit price bid for each chemical. If you cannot supply a particular chemical that is called for, type or write in a N/A on the proposal sheet. This will not affect your chances on the other chemicals. Note: The City is no longer using liquid chlorine or sulfur dioxide. QUANTITY: The City makes no guarantee as to the quantities required but are provided to give the bidder an estimate. Purchase could be for more or less than estimates shown. Normal orders shall be for common truck loads for discharge to bulk storage tanks owned by the City of Valdosta except that hydrofluosilicic acid shall be in quantities of approximately 1000 gallons per order. The City expects to place orders for individual shipments approximately two weeks prior to expected delivery but not guaranteed. The City desires to use a City Purchasing Card to pay for orders. DELIVERIES: The location for the majority of the deliveries will be the City of Valdosta Water Treatment Plant, 3863 Guest Road, Valdosta, GA for most of the products. There are two waste water treatment plants that will purchase the last two products on the list but could occasionally purchase others. These plants are located on the outskirts of Valdosta but are easily accessible. The plants shall be notified one day in advance of the delivery date and time. The phone number for the Water Plant is (229) , Mud Creek WWTP is and the Withlacoochee WWTP is Deliveries must be made between 7:00 A.M. and 2:00 P.M. Failure to meet delivery requirements can be cause for termination of the contract. All packaging and shipping of materials shall conform to applicable local, state, and federal (including U.S. Dept. Of Transportation) regulations and applicable interstate regulations and shall be in clean trucks properly equipped and marked for such delivery. The seller shall provide air or pumps as required to move the chemicals from the unloading station into the appropriate bulk storage tank. At no time will City staff be required to off load any chemical into our storage unit. The driver of each delivery truck shall stop at the plant entrance and notify plant personnel before moving to the appropriate delivery station. Each delivery vehicle and driver shall be equipped by the seller or trucking company with the appropriate equipment for handling hazardous materials and shall comply with Plant Safety Procedures and all OSHA or other appropriate safety requirements for the chemicals being delivered. TERMS: This bid and any resulting agreement shall be for a one year period beginning as soon after January 1, 2017 as possible and ending December 31, 2017 with provisions for a one year

6 renewal provision, providing that the price does not increase. Is shall be the sellers responsibility to inform the City if you desire not to renew this contract at least two months prior to the scheduled ending date. This contract may be terminated immediately because of: non-delivery or delayed deliveries, nonconformance with detailed product specifications, uncorrected problems or any other reason deemed appropriate by the City. The City also reserves the right to cancel this contract with 15 days written notice for reasons other than listed. PRODUCT AVAILABILITY: By signing this agreement, seller is assuring the City that they have the ability to serve the account, should they receive the award. This includes when shortages of products occur which could be deemed a reasonable cause for termination. QUALITY: All products shall conform to the detailed specifications and shall be for use in the treatment of drinking water in accordance with the appropriate American Water Works Association requirements. The bidder shall provide if awarded, a complete chemical analysis and description of the proposed product and an affidavit from the manufacturer that any product to be furnished shall comply with all applicable standards and shall also provide information with each delivery in order that the City may ascertain the quality of the material before it is accepted and pumped into the City s Storage tanks. Also, current Material Safety Data Sheets shall be provided with each delivery. PRICING: All prices shall remain firm unless there is a decrease in the industry which shall be passed onto the City of Valdosta. Delivery cost should be figured in with your individual per gallon price, CF, or ton. Delivery shall be FOB Valdosta, GA, The City will not pay any delivery or fuel charges. In the event that a supplier cannot supply the awarded product for the term of the contract, the supplier agrees to pay any price differential for the term of the contract.

7 DETAILED CHEMICAL SPECIFICATION CAUSTIC SODA The material shall be liquid caustic soda, a solution of anhydrous caustic soda and water and shall be liquid caustic soda on 50% sodium hydroxide. Physical Requirements: Liquid material shall be clean and in free flowing conditions when containers are opened on receipt of delivery. Chemical Requirements: Liquid caustic soda supplied under this standard shall contain approximately 50% sodium hydroxide (NOAH) unless the purchasers supplementary specifications requires the liquid caustic soda contain approximately 73% NOAH Impurities: The caustic soda shall contain no soluble material or organic substances in quantities capable of producing deleterious or injurious effects upon the health of those consuming the water to which the caustic soda has been added. The material furnished shall comply with the directives of the Water Chemicals Codex for determination of the acceptability of additives for use in treatment of drinking water. Quantity: Present usage of caustic at the plant is approximately 1,000 gallons per month. The water plant has two, 7,000 gallon storage tanks. The caustic soda will be purchased by gallons. SULFURIC ACID The chemical supplied shall be food grade sulfuric acid for the treatment of drinking water supplies. Physical Requirements: The material shall be a clean, clear yellowish liquid and shall weigh approximately pounds per gallon. Chemical Requirements: The sulfuric acid supplied under this contract shall be 66 degrees or 93.2% acid of the composition H SO. 2 4 Impurities: The sulfuric acid shall contain no soluble material or substances in quantities capable of producing deleterious or injurious effects upon the health of those consuming the water to which the sulfuric acid has been added. The material supplied shall comply with the directives of the Water Chemicals Codex. Quantity: Usage of sulfuric acid at the water plant is approximately 25 tons per month. The plant has a single storage tank with a capacity of 7,500 gallons. This chemical will be purchased by tons.

8 HYDROFLUOSILICIC ACID The material supplied under this standard shall be liquid hydrofluosilicic acid for use in treatment of drinking water supplies (H SiF ). 2 6 Physical Requirements: The hydrofluosilicic acid under this standard shall be clean and free of visible suspended matter. Chemical Requirements: The hydrofluosilicic acid shall contain between 20% to 30% hydrofluosilicic acid by weight. Impurities: The hydrofluosilicic acid supplied under this standard shall contain no mineral or organic substances in quantities capable of producing deleterious effects on the health of those consuming the water that has been treated with the hydrofluosilicic acid at a maximum dosage of 1.2 mg/1 as considered by the Water Codex Committee. Quantity: The usage currently runs at about 700 gallons per month. The plant has one storage tank that has a capacity of 2000 gallons. This chemical will be purchased by gallons. LIQUID OXYGEN The material supplied under this standard shall meet the American Water Works guidelines for liquid oxygen for the treatment of potable water supplies. Physical Requirements: The volume shall be approximately cubic feet per gallon. Impurities: The oxygen shall have a minimum quality level of at least 95% pure with a maximum normal dew point of -100 degrees F. Oxygen gas impurity shall not exceed 5 percent by volume of inert gases and the total hydrocarbon concentration shall not exceed 20 parts per million. Quantity: The plant has two bulk storage tanks with a capacity of approximately 6,000 gallons each. The oxygen is to be converted to ozone for treatment of potable water. The two tanks should contain approximately a one month supply of oxygen. The City currently uses 1,000,000 CF per month. BULK INDUSTRIAL CRUDE SOLAR SALT The material supplied under this standard shall be bulk industrial crude solar salt comparable to the product distributed by Morton and approved for use in drinking water supplies. Description: Industrial solar salt is crude, un-dried and is produced from the Atlantic Ocean water impounded in open shallow ponds where the brine is concentrated and ultimately crystallized through slow evaporation by solar heat and wind. Fractional

9 crystallization and washing voids much of the inorganic impurities present in ocean water. Chemical Requirements: Industrial solar salt is not considered as food grade sodium chloride due to a high moisture content, heavy metals, the presence of biological residues, and exposure to cross contamination in ocean shipment. Chemical Analysis: Typical Range Sodium Chloride % Wet Dry Basis Calcium Sulfate % Magnesium Chloride % Calcium Chloride % Magnesium Sulfate % Insolubles % Moisture % Heavy Metal as Leas ppm Copper ppm Iron ppm Sieve analysis to meet Morton Industrial Chemical standard as published on 2/95. Storage tank has an 80 ton capacity. Quantity is approximately 150 tons a year. F-35 BLENDED PHOSPHATE The material supplied under this standard shall be F-35 Blended Phosphate which is a sequestering agent and corrosion inhibitor for use in potable and industrial water systems. The product is a liquid concentrate of exceptional purity, clarity, and stability utilizing a broad spectrum of phosphate for better sequestration and corrosion control. It shall be approved for use in drinking water supplies. Requirements: The chemical shall be a clear liquid with a viscosity of <2 cps at 70 F. It shall be totally soluble and freeze/thaw stable. The NSF maximum feed rate is 24 mg/l with a freezing point of < 20 F. Specific gravity of / with total phosphate of 36% +/- 1%. ph (1%) > 5.3. Ratio ortho/complex is polyphosphate 50/50. Bulk density to be / lbs. per gallon and ANSI/NSF Standard 60. Storage tank has a capacity of 750 gallons. Quantity used is approximately 400 gallons per month SODIUM HYPERCHORITE SOLUTION The material supplied under this standard shall meet the standards for potable drinking water.

10 INGREDIENTS: Sodium Hypoclorite (NaOCI) Salt (NaOCI) Sodium Hydroxide (NaOH) Water (H2O) % wt % wt % wt % wt Storage tank is 500 gallons and current use is approximately 900 gallons per year. 38% SODIUM BISULFITE The product name is Sodium Bisulfite 38% with a control number of which is a bisulfite sale solution. The product will be used in the treatment of waste water and supplied in approximately 220 gallon totes. Physical and Chemical Properties: Flash Point: No available Data Flammability Limits: No available data Autoignition Temperature: No available data Specific Gravity: Boiling Point: F Volatile%: 57 Melting Point/Freezing Point: 43 F Evaporation Rate (Water=1): No data Vapor Pressure: 76 mmhg ph: 3 5 Vapor Density (Air-1): <0.1 Solubility in water: Complete Odor Appearance: yellow liquid with Sulphur like odor Product will be ordered and delivered in approximate 220 gallon totes. Estimated usage is between 6 8 totes per month.

11 PROPOSAL We/I have examined the specifications and agree to furnish the City of Valdosta with the said chemical. Please convert your price to the unit of measured listed. CAUSTIC SODA $ per gallon SULFURIC ACID $ per ton HYDROLFLUOSILICIC ACID $ per gallon LIQUID OXYGEN $0. per hundred cubic feet BULK INDUSTRIAL CRUDE SOLAR SALT $ per ton F-35 BLENDED PHOSPHATE $ per gallon 12.5 SODIUM HYPERCHORITE SOLUTION $ per gallon SODIUM BISUULFITE 38% $ per tote Number of gallons in tote: gallons

12 VENDOR INFORMATION SHEET Date Vendor Name Address Phone Number Fax Number Signature and Title Ordering Phone Number: Contact: Will you take a credit card for payment Yes No Are you currently on any Federal or State debarred list? Are you currently on any Federal or State debarred list? Yes No Please provide your E-Verify number: If not paid with a purchasing card payment generally 30 days after invoice date.