CHEMICAL BIDS CITY OF MARTINSVILLE, VIRGINIA REQUEST FOR SEALED BID

Size: px
Start display at page:

Download "CHEMICAL BIDS CITY OF MARTINSVILLE, VIRGINIA REQUEST FOR SEALED BID"

Transcription

1 CHEMICAL BIDS CITY OF MARTINSVILLE, VIRGINIA REQUEST FOR SEALED BID Sealed bids will be received by the City of Martinsville, Virginia at the office of the Purchasing Agent, located at the Central Warehouse, 300 Fishel Street, until Monday, June 9, 2014 at 2:00 p.m. for the following: Wastewater Plant: Quote Delivered Delivered Price 1) 60 one (1) ton cylinders of Liquid Chlorine per ton 2) 52,000 pounds Sodium Bisulfite (dry wt. NaHSO 3 ) 38% per dry pound 3) 150_ tons of Hydrated Lime (Bulk) per tons 4) 4,000 lbs ( lb drums) Calcium Hypochlorite per lb. (granular) Water Plant: 6) 23 tons of Fluorosilicic Acid per ton 7) 125 tons of Liquid Alum (dry wt alum) per dry ton 8) 70 tons of Liquid Caustic Soda (dry wt NaOH 50%) per dry ton 9) 5 tons of Sodium Hexametaphosphate (50 lb bags) per CWT 10) 23 tons of Hydrated Lime (50 lb bags) per tons 11) 32,000 lbs Available Chlorine (NaOCL 15% per gallon 12) 4600 gallons of Sodium Permanganate (Carusol 20) per gallon Liquid Permanganate to meet AWWA Standard B603-03, Item These chemicals are for use at the City of Martinsville's Water Purification Plant and Water Pollution Control Plant. There will not be a formal opening for chemicals. The Purchasing Department will send a bid tabulation within 72 hours of the bid date. Specifications and other documents are attached. Inquiries should be directed to Karen Mays, Purchasing Agent, by to kmays@ci.martinsville.va.us. The City reserves the right to have any and every shipment of chemicals tested by a competent laboratory. Failure of the chemicals to meet the standards of the appropriate AWWA or City specifications will be sufficient reason for rejection of shipment. Should a shipment be rejected, it will be the suppliers responsibility to remove the chemicals from the City location and furnish another shipment immediately, which will comply in all respects with the specifications. The City reserves the right to secure chemicals from another supplier in the event the successful bidder does not meet the specifications on shipped chemicals and also reserves the right to remove that chemical supplier from the future bidders list for the City of Martinsville. All bidders are requested to consider the required delivery schedule in submitting Page 1 of 14

2 their bid. The City reserves the right to procure the chemicals elsewhere in the event the specified delivery schedule cannot be met. Bidders are cautioned to check their bids for possible error. Errors discovered after the bid opening cannot be corrected, and the bidder will be required to accept the award if offered. The quantities specified in the invitation are estimated from previous requirements, are given as information for the bidders and for the purpose of bid evaluation. They do not indicate actual quantities that will be ordered by the City, since such volumes of chemicals will depend on fluctuating requirements. The quantity shown should not be construed to represent minimum amounts which the City of Martinsville shall be obligated to purchase and shall not relieve the bidder of his obligation to fill all orders placed by the City resulting from this bid. The period for the contract resulting from this invitation shall be the period beginning July 1, 2014 through June 30, The successful bidders for this contract are subject to 2 additional (12) month extensions upon written authority from the City of Martinsville and acceptance by the successful bidder to permit ordering of additional chemicals at contracted prices and in accordance with these specifications. All bidders will be allowed to bid on one, several, or all of the chemicals in the invitation. Each chemical will be evaluated individually without regard to "package" or otherwise related bids. The City reserves the right to reject any and all bids or to waive any and all informalities therein. The award, if made, will be to the lowest responsible bidder, taking into consideration the quality of materials, supplying company and other factors deemed appropriate by the City. A Blanket Purchase Order will be issued to the low bidder for a twelve (12) month period beginning July 1, 2014 and ending June 30, Quote all items F.O.B. Destination. Bids may be hand delivered or sent by UPS or FedEx to the City of Martinsville Central Warehouse, 300 Fishel Street, Martinsville, Va Do not send your bid by the post office (postal service) to the Fishel Street address. You may send your bid by postal mail to the City of Martinsville, Purchasing Department, P.O. Box 1112, Martinsville, Va Place Chemicals in the lower left hand corner of the envelope and the bid opening date of 6/09/14 2:00 p.m. Bids will not be publicly opened and read on the date and time specified. A bid tabulation will be sent to the address below within 72 hours of bid opening. PIGGYBACK CLAUSE: According to the State of Va. Public Procurement Act, any other State, Local or Governmental Agency may use this bid as a basis for procuring such items. The undersigned has carefully examined the Specifications and hereby declares to furnish the chemicals listed in the manner prescribed in the specifications, at the delivered prices listed above: COMPANY NAME AUTHORIZED SIGNATURE ADDRESS FAX NUMBER DATE PHONE # TO PLACE ORDERS Page 2 of 14

3 SPECIFICATION FOR LIQUID CHLORINE Liquid chlorine to be furnished shall meet all requirements of AWWA. B301-92, or as revised, shall be suitable for use in the treatment of water to be used for human consumption, shall meet all requirements of the Commonwealth of Virginia Health Department, and shall be filtered for maximum moisture removal. Delivery of one-ton cylinders shall be by flat-bed trailer only, with deliveries to be made at the Water Pollution Control Plant located approximately fives miles south of the City off Route 976 (Wind Dancer Lane). Price shall be based on FOB delivery to the plant with a guaranteed minimum of 7-ton cylinders. The bidder further agrees that he can place at the disposal of the city 7 tons of chlorine within 10 days of the effective date of this contract, and that all future orders can be delivered in full within five (5) working days of date of order. The bidder agrees that the deliveries will be made between 8:00 a.m. and 3:00 p.m., Monday through Friday, excluding holidays, unless specifically directed by the City. The bidder shall also agree to conduct at least one on-site review and conduct at least one safety instruction program at the plant during this contract at a date mutually agreed to. The safety instruction will include the recommended safety program and shall be conducted by an instructor, approved and certified, respectively, by the Chlorine Institute. The bidder shall also provide the names of two company maintenance personnel, along with business and home telephone numbers, who would be available for emergency situations. The bidder shall include documentation that the emergency personnel have been certified by the Chlorine institute for packaging, handling, and transporting chlorine. The bidder will have capability to send photo identification along with truck and trailer numbers. This should be sent 24 hrs. prior to delivery. Deposits on one-ton chlorine cylinders will not be considered by the city. cover the City's requirement for the period of July 1, 2014 through June 30, One-ton cylinders Page 3 of 14

4 SPECIFICATIONS FOR SODIUM BISULFITE Sodium Bisulfite shall be shipped as called for in tank trucks, minimum 45,000 pounds per shipment. Delivery tickets shall show the actual number of pounds delivered, per cent NaHSO 3, and specific gravity. Deliveries will be made to the Water Pollution Control Plant located approximately five miles south of the city off Route 976. Price will be based on FOB delivered to this location. The bidder agrees that he can place at the disposal of the City 45,000 pounds of Sodium Bisulfite within ten (10) days of the effective date of this contract, and that future orders can be delivered within five (5) working days of date of order. The bidder agrees that the deliveries will be made between 8:00 a.m. and 3:00 p.m., Monday thru Friday, excluding holidays, unless specifically directed otherwise by the City. The bidder shall agree to provide the services of a field representative as deemed necessary by the City. The bidder shall also provide the names of two company maintenance personnel, along with business and home telephone numbers who would be available for emergency situations. The bidder shall provide the City with all available product safety information and MSDS sheets. The bidder will have capability to send photo identification along with truck and trailer numbers. This should be sent 24 hrs. prior to delivery. The City has available two 3,000 gallon chemical tanks located beside the electrical building. The tank connection is located within the spill containment wall and is a two inch (2") male quick connector. The connector is approximately 35' from the paved access area. All unloading hoses are to be supplied by the successful bidder. The supplier will be required to protect City property from spills, and drain-backs from his hose or City connection. The following estimated quantities and the bids are intended to cover the City's requirements from July 1, 2014 thru June 30, ,000 pounds dry weight Sodium Bisulfite to be delivered as 38% NaHSO 3 by weight. 4 to 5 truckloads per year. Page 4 of 14

5 SPECIFICATION FOR HYDRATED LIME, BULK Hydrated Lime shall meet or exceed AWWA Specifications B or later revisions, be approved for treating drinking water, and be approved by the Commonwealth of Virginia Health Department. The bidder is to state in the proposal if the proposed product complies with all requirements of the National Sanitation Foundation Standard 60. Bulk Lime shall be shipped as called for in tank trucks, minimum 40,000 pounds per shipment. Delivery tickets shall show the actual number of pounds delivered. Deliveries are to be at the Water Pollution Control plant located approximately five miles south of the City off Route 976 (Wind Dancer Lane). Price shall be based on FOB delivered to these locations. The bidder further agrees that he can place at the disposal of the City 23 tons of hydrated lime within ten (10) working days from the effective date of this contract, and that future orders can be delivered within five (5) working days from date of order. The bidder agrees that the deliveries will be made between 8:00 a.m. and 3:00 p.m., Monday through Friday, excluding holidays, unless specifically directed otherwise by authorized City personnel. The City shall receive notice of shipment at least twenty four (24) hours prior to receipt of shipment. Chemical hydrated lime shall contain not less than 90% water soluble calcium hydroxide by weight. Insolubles shall not exceed 10% by weight, and the lime shall contain no magnesia in excess of an amount equivalent to 1.5% of magnesium oxide (MgO). Certification of laboratory analysis shall accompany each shipment. The bidder will have capability to send photo identification along with truck and trailer numbers. cover the City's requirements for the period of July 1, 2014 through June 30, tons hydrated lime to the Wastewater Plant. Page 5 of 14

6 SPECIFICATIONS FOR CALCIUM HYPOCHLORITE (HTH) Calcium Hypochlorite to be furnished shall meet all requirements of AWWA specifications B300-92, or later revisions shall be suitable for use in the treatment of drinking water and shall meet all requirements of the Commonwealth of Virginia Health Department. Calcium Hypochlorite shall be shipped as called for in 100 lb. drums. Delivery tickets shall show the actual number of drums delivered, per cent NaOCL. with deliveries to be made at the Water Pollution Control Plant located approximately fives miles south of the City off Route 976 (Wind Dancer Lane). Price will be based on FOB delivered to this location. The bidder agrees that he can place at the disposal of the City 10 drums of Calcium Hypochlorite within ten (10) days of the effective date of this contract, and that future orders can be delivered within five (5) working days of date of order. The bidder agrees that the deliveries will be made between 8:00 a.m. and 3:00 p.m., Monday thru Friday, excluding holidays, unless specifically directed otherwise by the City. The bidder shall also provide the names of two company maintenance personnel, along with business and home telephone numbers who would be available for emergency situations. The bidder shall provide the City with all available product safety information and MSDS sheets. The bidder will have capability to send photo identification along with truck and trailer numbers. This should be sent 24 hrs. prior to delivery. The supplier will be required to protect City property from all spills. The following estimated quantities and the bids are intended to cover the City's requirements from July 1, 2014 thru June 30, ,000 pounds available Chlorine to be delivered. Page 6 of 14

7 SPECIFICATION FOR FLUOROSILICIC ACID Fluorosilicic acid shall meet or exceed AWWA Specifications B703-89, or later revisions, be approved for treating drinking water and approved by the Commonwealth of Virginia Health Department. Fluorosilicic acid shall be free of insolubles which might interfere with liquid feed equipment. Fluorosilicic acid shall be shipped as called for in tank trucks, minimum 40,000 pounds per shipment. Delivery tickets shall show the actual number of pounds delivered, per cent H 2 SiF 6 and specific gravity. Deliveries to be made at the Water Purification Plant located on Clearview Drive within the northern portion of the City. Price shall be based on FOB delivered to this location. The bidder further agrees that he can place at the disposal of the City 45,000 pounds Fluorosilicic Acid within ten (10) days of the effective date of this contract, and that all future orders can be delivered in full within five (5) working days of date of order. The bidder agrees that the deliveries will be made between 8:00 a.m. and 3:00 p.m., Monday thru Friday, excluding holidays, unless specifically directed by the City. The supplier shall provide a certified analysis of the Fluorosilicic Acid and chemical components shall be determined by Hydrogen Titration Method for the per cent Fluorosilicic Acid. The bidder shall also agree to conduct at least one on-site review and conduct at least one safety instruction program during this contract at a date mutually agreed to. The bidder shall also provide the names of two company maintenance personnel, along with business and home telephone numbers, who would be available for emergency situations. The bidder will have capability to send photo identification along with truck and trailer numbers. This should be sent 24 hrs. prior to delivery. The City has available one 6,000 gallon fiberglass tank located approximately 40 feet outside the chemical-feed building. The tank connection is located on an exterior wall and is a two inch (2") male quick connection. A parking area is adjacent to the chemical feed building. A 20' section of discharge hose will be more than ample for unloading and shall be supplied by the successful bidder. The supplier will be required to protect the property from spills, and drain-back from his hose or City connection. (Gate and check valves on outside wall on two inch tank connection.) cover the City's requirement for the period of July 1, 2014 thru June 30, tons Fluorosilicic Acid, to be delivered as 23% H 2 SiF 6 by weight Page 7 of 14

8 SPECIFICATION FOR LIQUID ALUM Liquid Alum shall meet or exceed AWWA Specifications B403-93, or later revisions, be approved for treating drinking water and approved by the Commonwealth of Virginia Health Department. Liquid Alum shall be free of insolubles which might interfere with liquid feed equipment. Liquid Alum shall be shipped as called for in tank trucks, minimum 40,000 pounds per shipment. Delivery tickets shall show the actual number of pounds delivered, the dry weight of the chemical delivered per cent active ingredients in the chemical. Deliveries to be made at the Water Purification Plant located on Clearview Drive within the northern portion of the City. Price shall be based on FOB delivered to this location. The bidder further agrees that he can place at the disposal of the City 40,000 pounds Liquid Alum within ten (10) days of the effective date of this contract, and that all future orders can be delivered in full within five (5) working days of date of order. The bidder agrees that the deliveries will be made between 8:00 a.m. and 3:00 p.m., Monday through Friday, excluding holidays, unless specifically directed by the City. The bidder shall also agree to conduct at least one on-site review and conduct at least one safety instruction program during this contract at a date mutually agreed to. The bidder shall also provide the names of two company maintenance personnel, along with business and home telephone numbers, who would be available for emergency situations. The bidder will have capability to send photo identification along with truck and trailer numbers. This should be sent 24 hrs. prior to delivery. The City has available two 6,000 gallon fiberglass tanks located inside the chemical-feed building. The tank connection is located on an exterior wall and is a two inch (2") male quick connection. A parking area is adjacent to the chemical feed building. A 20' section of discharge hose will be more than ample for unloading and shall be supplied by the successful bidder. The supplier will be required to protect the property from spills, and drain-back from his hose or City connection. (Gate and check valves on outside wall on two inch tank connection.) cover the City's requirement for the period of July 1, 2014 through June 30, tons dry weight Alum Page 8 of 14

9 SPECIFICATION FOR LIQUID CAUSTIC SODA Liquid Caustic Soda shall meet or exceed AWWA Specifications B501-88, or later revisions, be approved for treating drinking water and approved by the Commonwealth of Virginia Health Department. Liquid Caustic Soda shall be shipped as called for in tank trucks, minimum 4,000 gallons per shipment. Delivery tickets shall show the actual number of gallons delivered, the dry weight of the chemical and per cent active ingredients in the chemical. Deliveries to be made at the Water Purification Plant located on Clearview Drive within the northern portion of the City. Price shall be based on FOB delivered to this location. The bidder further agrees that he can place at the disposal of the City 4,000 gallons Liquid Caustic Soda within (10) days of the effective date of this contract, and that all future orders can be delivered in full within five (5) working days of the order. The bidder agrees that the deliveries will be made between 8:00 a.m. and 3:00 p.m., Monday thru Friday, excluding holidays, unless specifically directed by the City. The bidder shall also agree to conduct at least one on-site review and conduct at least one safety instruction program during this contract at a date mutually agreed to. The bidder shall also provide the names of two company maintenance personnel, along with business and home telephone numbers, who would be available for emergency situations. The bidder shall have capability to send photo identification along with truck and trailer numbers. This should be sent 24 hrs. prior to delivery. The City has available one 6,000 gallon fiberglass tank located inside the chemical-feed building. The tank connection is located on an exterior wall and is a two inch (2 ) male quick connection. A parking area is adjacent to the chemical feed building. A 20 section of discharge hose will be more than ample for unloading and shall be supplied by the successful bidder. The supplier will be required to protect the property from spills, and drain-back from his hose or City connection. (Gate and check valves on outside wall on two inch tank connection.) cover the City s requirements for the period of July 1, 2014 through June 30, tons Sodium Hydroxide to be delivered as 50% liquid Sodium Hydroxide. Page 9 of 14

10 SPECIFICATION FOR SODIUM HEXAMETAPHOSPHATE Sodium Hexametaphosphate shall meet or exceed AWWA Specifications B or later revisions, be approved for treating drinking water, and be approved by the Commonwealth of Virginia Health Department. The bidder is to state in the proposal if the proposed product complies with all requirements of the National Sanitation Foundation Standard 60. It is the intent of the City to purchase the lowest priced product meeting this standard. Deliveries will be for 50, 50lb. bags as needed to be made to the Water Purification Plant located on Clearview Drive within the northern portion of the City. Price shall be based on FOB delivered to this location with a minimum (50) bag shipment. The bidder further agrees that he can place at the disposal of the City 50 bags of Sodium Hexametaphosphate within ten (10) working days from the effective date of this contract, and that future orders can be delivered complete within five (5) working days from date of order. The bidder agrees that the deliveries will be made between 8:00 a.m. and 3:00 p.m., Monday through Friday, excluding holidays, unless specifically directed otherwise by authorized City personnel. The City shall receive notice of shipment at least twenty four (24) hours prior to receipt of shipment. The bidder will have capability to send photo identification along with truck and trailer numbers. This should be sent 24 hrs. prior to delivery. The Sodium Hexametaphosphate shall be packaged in 50 lb. bags. These bags must be durable, dust-tight, and must not be easily broken in handling and storage. cover the City's requirements for the period of July 1, 2014 through June 30, tons Sodium Hexametaphosphate Page 10 of 14

11 SPECIFICATIONS FOR SODIUM HYPOCHLORITE-BULK Liquid Sodium Hypochlorite 15% to be furnished shall meet all requirements of AWWA specifications B300-92, or later revisions shall be suitable for use in the treatment of drinking water and shall meet all requirements of the Commonwealth of Virginia Health Department. Sodium Hypochlorite 15% shall be shipped as called for in tank trucks, minimum 4,000 gallons per shipment. Delivery tickets shall show the actual number of gallons delivered, per cent NaOCL, and specific gravity. Deliveries will be made to the Water Purification Plant located on Clearview Drive within the northern portion of the City. Price will be based on FOB delivered to this location. The bidder agrees that he can place at the disposal of the City 4,000 gallons of Sodium Hypochlorite 15% within ten (10) days of the effective date of this contract, and that future orders can be delivered within five (5) working days of date of order. The bidder agrees that the deliveries will be made between 8:00 a.m. and 3:00 p.m., Monday thru Friday, excluding holidays, unless specifically directed otherwise by the City. The bidder shall agree to conduct at least one on-site review and conduct at least one safety instruction program at the Water Purification Plant. The safety instruction will include the recommended safety program and shall be conducted by an instructor approved and certified the Chlorine Institute. The bidder shall also provide the names of two company maintenance personnel, along with business and home telephone numbers who would be available for emergency situations. The bidder shall provide the City with all available product safety information and MSDS sheets. The bidder will have capability to send photo identification along with truck and trailer numbers. This should be sent 24 hrs. prior to delivery. The City has available two 3,000 gallon chemical tanks located inside the building. The tank connection is located on the outside wall and is a two inch (2") male quick connector. It is located beside of a paved access area. All unloading hoses are to be supplied by the successful bidder. The supplier will be required to protect City property from spills, and drainbacks from his hose or City connection. The following estimated quantities and the bids are intended to cover the City's requirements from July 1, 2014 thru June 30, ,000 pounds available Chlorine to be delivered as 15% NaOCL by weight. Page 11 of 14

12 SPECIFICATION FOR HYDRATED LIME (BAG) Hydrated Lime shall meet or exceed AWWA Specifications B or later revisions, be approved for treating drinking water, and be approved by the Commonwealth of Virginia Health Department. The bidder is to state in the proposal if the proposed product complies with all requirements of the National Sanitation Foundation Standard 60. Deliveries of 50 lb. bags are to be made at the Water Purification Plant located on Clearview Drive within the northern portion of the City. Price shall be based on FOB delivered to this location with a minimum (600) bag shipment. The bidder further agrees that he can place at the disposal of the City 15 tons of hydrated lime within ten (10) working days from the effective date of this contract, and that future orders can be delivered within five (5) working days from date of order. The bidder agrees that the deliveries will be made between 8:00 a.m. and 3:00 p.m., Monday through Friday, excluding holidays, unless specifically directed otherwise by authorized City personnel. The City shall receive notice of shipment at least twenty four (24) hours prior to receipt of shipment. Chemical hydrated lime shall contain not less than 90% water soluble calcium hydroxide by weight. Insolubles shall not exceed 10% by weight, and the lime shall contain no magnesia in excess of an amount equivalent to 1.5% of magnesium oxide (MgO). Certification of laboratory analysis shall accompany each shipment. The lime shall be packaged in 50 lb. bags. These bags must be durable, dust-tight, and must not be easily broken in handling and storage. The bidder will have capability to send photo identification along with truck and trailer numbers. cover the City's requirements for the period of July 1, 2014 through June 30, tons hydrated lime. Page 12 of 14

13 SPECIFICATION FOR SODIUM PERMANGANATE Sodium Permanganate shall meet or exceed AWWA Specifications B or later revisions, be approved for treating drinking water, and be approved by the Commonwealth of Virginia Health Department. The bidder is to state in the proposal if the proposed product complies with all requirements of the National Sanitation Foundation Standard 60. It is the intent of the City to purchase the lowest priced product meeting this standard. Deliveries will be for 12, 55 gal drums as needed to be made to the Water Purification Plant located on Clearview Drive within the northern portion of the City. Price shall be based on FOB delivered to this location with a minimum (12) drum shipment. The bidder further agrees that he can place at the disposal of the City 12 drums of Sodium Permanganate within ten (10) working days from the effective date of this contract, and that future orders can be delivered complete within five (5) working days from date of order. The bidder agrees that the deliveries will be made between 8:00 a.m. and 3:00 p.m., Monday through Friday, excluding holidays, unless specifically directed otherwise by authorized City personnel. The City shall receive notice of shipment at least twenty four (24) hours prior to receipt of shipment. The bidder will have capability to send photo identification along with truck and trailer numbers. This should be sent 24 hrs. prior to delivery. The Sodium Permanganate shall be packaged in 55 gal. drums. These drums must be durable, and must not be easily broken in handling and storage. cover the City's requirements for the period of July 1, 2014 through June 30, gallons Sodium Permanganate Page 13 of 14

14 NEGOTIATION In the event the bid from the lowest responsible bidder exceeds available funds, the City may negotiate with the apparent low bidder to obtain a contract price within available funds. The procedures for such negotiations shall be as follows: a. City, and apparent low bidder together will review the project and attempt to find mutually agreeable proposed changes that will effectively reduce the cost of the project. b. Apparent low bidder will present reasonably documented and substantiated proposed deductions in project cost for each potential project change, which will allow City to evaluate each proposed deduction. c. The parties will attempt to negotiate and sign a reasonable contract for the entire project, the price of which does not exceed available funds. Please Karen Mays at kmays@ci.martinsville.va.us if you have exceptions to the specifications described in this bid request. The City will determine it exceptions are acceptable. Return pages 1 and 2 to the Purchasing Department. Page 14 of 14