Each qualified offeror shall satisfy all of the following requirements:

Size: px
Start display at page:

Download "Each qualified offeror shall satisfy all of the following requirements:"

Transcription

1 ATTACHMENT A: SCOPE OF WORK 1. Contractor Qualifications and Submittals Sodium Hydroxide is an important chemical for the wastewater treatment process at Blue Plains WWTP. This chemical is primarily used in multiple odor control systems and a backup source to provide alkalinity and ph control to assist the BNR 1 process. The Contractor shall provide delivery of the sodium hydroxide via tank truck, plus all off-loading hoses and connections, etc. (Delivery by rail is not an option for the Blue Plains Plant.) DC Water provides the sodium hydroxide unloading pumps and the required grounding cable. Offloading is to DC Water's storage tanks. Each qualified offeror shall satisfy all of the following requirements: 1.1 Responders to this solicitation shall be the manufacturer or an authorized tier 1 distributor of Sodium Hydroxide. A tier 1 distributor purchases directly from a manufacturer. 1.2 Responders shall provide a brief description of the firm including ownership structure. Only vendors who have been in the sodium hydroxide supply and delivery business for at least five (5) years shall bid. For distributors proof of the relationship with the sodium hydroxide producer (certified letter signed by a company-authorized agent) must be provided on DC Water request. 1.3 Responders shall provide the list of sodium hydroxide processing plants that will provide reliable and uninterrupted sources of sodium hydroxide for the contract. This will include contingency plans in order to meet the requirements in this specification, in the event of a plant shutdown or disruption. 1.4 With the proposal and offer, offerors shall develop and submit a "Product Routing Chart" that tracks the product from its source to the Blue Plains Wastewater Treatment Plant. The chart should list the product's route through manufacture, initial and intermediate storage, and shipping to Blue Plains. The point at which samples are drawn for analysis should be clearly noted on the Product Routing Chart. During the course of the contract, this chart should be updated any time that there is a change. 1.5 Responders will be responsible for establishing and submitting their Contractor Safety Program as specified in Section 1B of Attachment D to this RFP. This Safety 1 BNR (Biological Nutrient Removal: it removes nitrogen and phosphorous from wastewater before it is discharged into surface or ground water) Page 1 of 10

2 Plan shall include a description of the vendor's hauling equipment and unloading procedures. The Safety Plan is to be submitted with the bid and must be approved by DC Water's Department of Occupational Health and Safety prior to the commencement of deliveries. 1.6 Responders shall supply information on the trucking firms that will deliver the product. This information includes a certification that they have at least three (3) years of experience with handling sodium hydroxide. 2. Product Specifications Sodium hydroxide supplied under this contract shall be tested and certified as meeting the following specifications: Grade: Commercial liquid, 50% solution Physical State: Liquid (Total/Bulk/Gross Chemical Unit Weight at 60 Farenheit:12.75 lbs./gal.) Solution Concentration % to 51% chemical by weight minimum Sodium Oxide to 39.5% Sodium carbonate wt % maximum Sodium Chloride 1.0 wt % maximum Sodium Chlorate 0.35% maximum Iron - < 5.0 ppm Free of priority pollutants Offerors shall include a copy of the appropriate Safety Data Sheet (SDS) with their proposals. 3. Estimated Usage: 3.1 DC Water estimated usage is 19,000 pounds per month and can increase up to 25,000 pounds per month under peak conditions. Usage is sporadic and based on process variations. The Contractor should expect to deliver up to six (6) 4,000 gallon trucks per year. Annual usage is up to approximately 300,000 pounds. 3.2 In the event that DC Water requires Sodium Hydroxide as a primary source of alkalinity adjustment in the nitrification / denitrification process the estimated usage may adjust approximately to 9,000 pounds per day and can increase up to 100,000 pounds per day under peak conditions. Usage would be sporadic and based on process variations. In this situation the Contractor should expect to delivery up to four (6) 4,000 gallons tank trucks per day during peak usage periods. Annual usage is approximately 3,300,000 pounds. Page 2 of 10

3 3.3 DC Water requires Sodium Hydroxide as a primary source of alkalinity adjustment in the Tunnel Dewatering Pumping Station (TDPS) 2. The estimated usage may adjust approximately to 1,000,000 pounds per year. 3.4 At the Blue Plains facility, sodium hydroxide is only used on as needed basis. Blue Plains WWTP is currently using Lime Slurry as the primary source of alkalinity and ph control to assist the BNR process. 4. Delivery Requirements The Contractor shall deliver sodium hydroxide to the Sodium Hydroxide Tank Truck Unloading Station at the Nitrification Facility. The Contractor shall use the site access haul route from the Wastewater Treatment Plant (WWTP) entrance unless otherwise directed by the Contracting Officer s Technical Representative or his/her designee (COTR). The Contractor shall pump the sodium hydroxide from its bulk delivery truck into one of six (6) sodium hydroxide storage tanks (25,000 gallons each) through a 2- inch stainless steel dry, quick disconnect adapter and piping. There are also four (4) other sodium hydroxide storage tanks on the plant site, all for odor control. At times, deliveries may be required to these locations. They are as follows: Dewatered Sludge Loading Facility (DSLF) Odor Control System 1500 gallon capacity East Preliminary Treatment Odor Control 2000 gallon capacity West Preliminary Treatment Odor Control 1400 gallon capacity Interim Sodium Hydroxide Facility 3 (six tanks) 25,000 per tank, total of 150,000 gallon capacity. 5. Quality Assurance 6.1 DC Water may conduct quality assurance and control test trials on batches of sodium hydroxide delivered under the contract to provide an independent evaluation of the chemical quality. 6.2 All costs associated with removing and returning any sub-standard sodium hydroxide product delivered to Blue Plains under this contract shall be paid by the supplying contractor. 6.3 DC Water reserves the right to test and use other sources of chemical products (that provide the same or similar wastewater treatment results) and that may be manufactured by others during the period of this contract. 2 TDPS is created as a new wastewater treatment process for heavy rainstorms 3 The Interim Sodium Hydroxide Facility is only a standby facility. Page 3 of 10

4 6.4 Sampling and Testing: At the sole discretion of DC Water, the Contractor's delivery personnel (driver) may be asked to provide a sample of liquid sodium hydroxide before transferring the load to a DC Water storage tank Sampling and Testing Prior to Unloading: The Contractor's transportation equipment shall have a sample port to provide a sample for analysis prior to hooking up and transferring the load to DC Water storage tank. DC Water will supply the sample container and the driver shall collect the sample from the transportation equipment and turn it over to a DC Water representative. The Contractor or its subcontractors shall allow 60 minutes for this testing to be completed. If testing cannot be completed within the 60 minute period, DC Water shall allow the Contractor to transfer the load. In the event that the load is rejected, the Contractor shall have twenty-four (24) hours to supply another shipment. In the event that the Contractor is unable or unwilling to supply another shipment within this time period, DC Water reserves the unilateral right to procure a shipment from another source and charge any additional or increased costs to the Contractor. 7 Manufacturer's Manifest (Bill of Lading) Certified Analysis. For each delivery, the contractor shall supply an affidavit, signed by a corporate designated official, certifying that the sodium hydroxide product furnished by the contractor complies with all applicable requirements. The report shall contain the following data: Date and location of manufacture; Percent by Weight Sodium Hydroxide; Percent by Weight Sodium Oxide; Percent by Weight Sodium Carbonate; Percent by Weight Sodium Chloride; Percent by Weight Sodium Chlorate; Iron Concentration (ppm); and Specific Gravity (Referenced to a temperature). Manifest number, driver name and number; 7.1 Analyses from a certified laboratory for purity (% weight on a dry basis), specific gravity, appearance, and water (% weight). The sample is to be taken from a point in the process that is most representative of the actual product delivered. Page 4 of 10

5 7.2 Weight of an empty truck and trailer (tare weight), weight of the full truck and trailer (gross weight), and net weight (and/or volume) of product as measured at the point of loading. No deliveries will be accepted by DC Water unless accompanied by said certified laboratory report for the specific batch of sodium hydroxide delivered showing the above data and that it conforms to the Specification. Failure to comply with this provision may be grounds for rejection of the delivery. Safety Data Sheets (SDS) shall be provided with the first delivery and with the first delivery after each time there is a change in the SDS. They shall state the most predominant substances that comprise the product and shall include any hazardous substances currently listed as hazardous by the EPA. 8 Contractor Responsibilities 8.1 The contractor shall accept all DC Water purchase orders that are issued with the agreed prices and terms. The contractor shall be responsible for supplying 100% of DC Water s requirements regardless of the status of their supply chain. In addition, agree to never place DC Water on allocation with respect to the sodium hydroxide supply. 8.2 The contractor shall deliver the product based on receipt of a "Chemical Delivery Order Confirmation Form" from DC Water. Orders will be placed with 48 hours notice, under normal circumstances. However, the contractor must be able to respond to "emergency" deliveries with a 24 hour notice. The contractor shall be capable of delivering up to 24,000 gallons of sodium hydroxide within a 24-hour period. 8.3 The contractor shall be responsible for pumping the sodium hydroxide into the storage tanks at the delivery site and shall provide all necessary equipment including hoses, connections, etc. required to safely and efficiently offload the sodium hydroxide into the designated storage tank. DC Water will supply the pumps and grounding cable for the purpose of unloading the tanker truck. The trucking company will need to provide a safe method of maintaining the vapor space in the trailer as it is unloaded. 8.4 The contractor and a representative of the trucking firm shall inspect the chemical unloading station prior to the first delivery in order to verify compatibility of all unloading equipment. 8.5 DC Water shall be responsible for ascertaining the correct storage tank and fill point locations to prevent accidental discharge of the product into the wrong storage tank. 8.6 Personal Protective Equipment (PPE): Suppliers and their contractors will adhere to the policies described in Section 8 of Attachment D to the RFP. Page 5 of 10

6 8.7 The Contractor shall take full responsibility for any damage to DC Water equipment and process units as a result of contaminated deliveries of sodium hydroxide. 8.8 DC Water reserves the right to recover the costs associated with the replacement of equipment and restoration of treatment processes caused by contaminated deliveries of sodium hydroxide. 8.9 The contractor is required to have their delivery personnel constantly inspect and observe the unloading operation and to provide a knowledgeable response to any problems and/or emergencies. The contractor shall observe the entire filling operation at the delivery site and shall immediately report any spills caused during the filling operations. The contractor shall be responsible for any spills resulting from their failure or the failure of their subcontractor's, delivery equipment, or from failure of attendant delivery personnel in the proper performance of their duties The contractor shall take immediate and appropriate action(s) to work with the Hazmat response team to clean up any chemical spills. If the spill is not properly cleaned up, DC Water will hire a certified hazardous material handling company to clean up the spill, and the cost of such service will be charged to the contractor and deducted from the amount due to the contractor Truck Safety: Suppliers shall adhere to the Truck Safety policies described in Section 5.C of Attachment D to this RFP Emergency Plan of Action: Suppliers shall adhere to the Emergency Response Plan policies described in Section 3 of Attachment D The contractor, and their subcontractor(s), shall review prior to delivery, all DC Water Standard Operating Procedures for Chemical Delivery, and in accordance with the American Society for Testing and Materials (ASTM) Standard Test Method E for the chemical analysis of Caustic Soda and Caustic Potash, latest revision. The contents of these documents will be discussed at the site visit, and the documents will be provided at the time of award Training: The contractor, or its subcontractor(s)'s, drivers and critical personnel shall attend a 2-hour class on DC Water procedures regarding chemical unloading and safety, and also sodium hydroxide unloading and storage, prior to commencement of deliveries under this contract. At this class, a DC Water representative will review all details of the unloading procedures. Page 6 of 10

7 9 Truck Load Weight 9.1 Each truck load will be weighed on DC Water's scales before and after delivery. Deliveries will be paid according to the DC Water scale weight. DC Water pays vendors through Electronic Receipt Settlement (ERS). Therefore, the weight is transmitted from scales to DC Water s financial system of record. Vendors do not submit invoices. Alternatively, the vendor should submit a statement of deliveries made within the month to help verify the accuracy of deliveries. It is imperative that the bill of lading number for each delivery is unique, as ERS uses this number as the deliveries' invoice number. Each delivery is processed through procurement and accounts payable, afterwards payment is made into the vendor's bank account upon the maturity of payment terms. 9.2 The contractor shall use a DC Water issued commodity card to obtain access to the official DC Water truck scale system and record the inbound and outbound weights for each delivery. Failure of the driver to scale in or out causes problems with DC Water's scale information and will most likely affect the proper payment for delivery. A penalty of up to 5% of the value of a delivered load can be assessed for each incidence of failure to properly scale in or out. This is to cover the costs of correction. 9.3 Failure to bring and use the correct commodity card with each delivery shall result in a penalty of up to 5% of the value of a delivered load for each incident. 9.4 The contractor should have at its facility a truck scale or volumetric loading system. This system should provide the gross and net weights (or volume) for the truck for delivery purposes. This data may be needed for times when DC Water scales are out of service. The contractor may be asked to furnish DC Water with all results of scale or meter certification tests which are conducted routinely. 10 Delivery Record Reports Every month, vendor shall send to DC Water s COTR and Procurement by a spreadsheet report of product deliveries. The report contents will be negotiated and agreed by the vendor and DC Water, but is expected to include at a minimum: a number unique to each delivery; the date and time of each delivery; the quantity of each delivery; and the price of each delivery. The reports shall be sent on the 30 th day of each month, or if this date is not a business day, the next business day. address for COTR and Procurement are: COTR: antron.sutton@dcwater.com Procurement: scott.kang@dcwater.com Page 7 of 10

8 11 Invoices Invoices can be adjusted by DC Water if there is a discrepancy between the contractor's certificate of analysis and DC Water's laboratory results from any samples taken at delivery 12 Contractor Security Provisions 12.1 Suppliers and their contractors shall adhere to the policies described in Section 5.D of Attachment D (Traffic and Vehicles, Other Requirements) to this RFP All delivery personnel must have a valid photo ID and appropriate company identification Driver's License: All delivery vehicle drivers shall have a proper commercial driver's license issued through a state with a hazardous material endorsement. Note: On each delivery to DC Water, all carrier CDL drivers are required to present their CDL permit to DC Water Security personnel. Only current, valid and properly endorsed CDL drivers will be permitted onto DC Water property. If a delivery is rejected because of non-compliance with CDL requirements, all costs associated with the rejected delivery become the sole expense of the contractor and are not billable to DC Water All contractor personnel and all delivery personnel must sign in and out of DC Water facilities. The purpose of their visit will be verified and validated by DC Water security personnel All chemical deliveries will strictly follow DC Water's bulk off-loading policy and procedures where applicable No unscheduled deliveries will be accepted without written permission from DC Water. Deliveries can be made at any time of the day or night, with the exception of times of shift change (from 6 to 8 am and 6 to 8 pm). Only the Plant General Foreman can make changes to this delivery schedule. 13 Termination 13.1 Contractor's failure to comply with the Specification three (3) times over the duration of any performance period of the contract shall constitute sufficient grounds for termination of the contract by DC Water These failures include, but are not limited to: failure to deliver in a timely manner; failure to deliver with proper equipment; Page 8 of 10

9 failure of the liquid sodium hydroxide to meet the specification at anytime; failure to provide a certificate of analysis; failure to comply with the safety and OSHA requirements of the Specification; failure to follow DC Water Standard Operating Procedures or to provide drivers with company cell phones; and failure to provide training and failure to respond in a timely manner to any DC Water emergency Page 9 of 10

10 ATTACHMENT A-1: PRIORITY POLLUTANTS OF CONCERN Arsenic Cadmium Copper Lead Mercury Molybdenum Nickel Silver Zinc Cyanide Page 10 of 10