HARNETT COUNTY FINANCE/PURCHASING

Size: px
Start display at page:

Download "HARNETT COUNTY FINANCE/PURCHASING"

Transcription

1 HARNETT COUNTY FINANCE/PURCHASING REQUEST FOR QUOTES WATER AND WASTEWATER TREATMENT CHEMICALS FOR HARNETT COUNTY DEPARTMENT OF PUBLIC UTILITIES FIRM QUOTES FOR SUPPLIES AND DELIVERY FOR THE PERIOD OF JULY 1, 2010 THROUGH JUNE 30, 2011 DUE DATE: NO LATER THAN 12:00 NOON JULY 15, 2010 OPENING DATE: JULY 15, 2010 TIME: 12:00 NOON LOCATION: HARNETT COUNTY PUBLIC UTILITIES BUSINESS CENTER 700 McKINNEY PARKWAY LILLINGTON, NC CONFERENCE ROOM 101A QUESTIONS: ALLAN O BRIANT, WATER PLANT SUPERVISOR P.O. BOX 1119, LILLINGTON, N.C (910) x3238 AOBRIANT@HARNETT.ORG FAXES OR S ARE NOT ACCEPTED FOR THIS QUOTE THE COUNTY OF HARNETT RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS RECEIVED, OR TO SELECT THE BID WHICH, IN OUR OPINION, IS THE BEST OVERALL INTEREST OF THE COUNTY. MAIL OR DELIVER QUOTES IN A SEALED ENVELOPE IDENTIFIED QUOTE ENCLOSED PUWW , YOUR FIRM NAME AND THE OPENING DATE ON THE OUTSIDE OF THE ENVELOPE TO: Kimberly Honeycutt Finance & Budget Analyst 102 E. Front Street P.O. Box 760 Lillington, N.C Page 1 of 40

2 Harnett County Department of Public Utilities Request for Quotes Water and Wastewater Treatment Chemicals Harnett County (the County ) is soliciting firm quotes for the purchase and delivery of water and wastewater chemicals for the period from July 1, 2010 through June 30, Purchases will be in full tanker truck loads (TTL), LTL, totes, pallet loads or as noted below. All pricing is delivered. No fuel surcharges will be considered unless spot diesel fuel prices for over the road vehicles rise above $3.50 per gallon for 60 consecutive days. GENERAL SPECIFICATIONS & INSTRUCTIONS TO BIDDERS Scope It is the intent of this request for quotes to obtain proposals for supplying the materials, supplies and/or equipment listed in the Bid Proposal Sheets, attached hereto and hereby incorporated herein. Compliance with Specifications Supplier s quote must be in strict compliance with the specifications and offer the same or equal materials. (HCDPU) reserves the right to allow or disallow minor deviations from the specifications in order to purchase what best meets the needs of the County from a standpoint of quality, price and service to be rendered. Warranty In submitting a quote, the bidder warrants that all goods furnished shall be free from all defects and shall conform in all respects to the technical specifications established herein. The bidder expressly warrants that all items bid are fit and sufficient for their intended purpose. Shipping All prices are to be quoted F.O.B. delivered, unless otherwise specified. Risk of loss and/or damage shall be upon the seller until such time as the goods have been physically delivered and accepted by the County. LTL deliveries shall be made by the supplier submitting the quote. No subcontracting of these deliveries is allowed. Unit Prices to Prevail Prices shall be submitted on per unit basis by line item. In the event of a disparity between the unit price and the extended price, the unit price shall prevail. Bid Price Corrections No corrections will be permitted after bid opening. Use of Brand Names And References Page 2 of 40

3 Unless otherwise stated, the use of manufacturer's names and product numbers are for descriptive purposes and establishing general quality levels only. Rejection of Bids The County reserves the right to reject any and all bids. Award Award shall be made to the lowest responsible bidder (also referred to as Supplier ) for each item taking into consideration quality, performance and time specified in the proposal for the performance of the contract. Time of delivery and prompt payment discounts will be considered in breaking tie bids. Harnett County reserves the right to award individual bids for each chemical requested or to combine any and all bids dependent upon meeting the best interests of the County. Bidders may provide pricing for one or more items and are not required to submit pricing or forms for those items not bid. Taxes Harnett County is exempt from and will not pay federal taxes. An exemption certificate will be furnished upon request. North Carolina and local sales tax shall be shown as a separate item. Sales tax will not be a consideration in the award. Payment Upon complete delivery and receipt of a correct invoice, payment will be made by County Net 30. Terms and Conditions Terms and Conditions included herein are an integral part of the bid document and shall prevail unless changes or attachments are agreed to and initialed by Harnett County prior to the bid opening. Terms and Conditions attached to the bid by the bidder and made a condition of purchase may render the bid nonresponsive and may be rejected by Harnett County. Default Failure to satisfactorily perform the services required by the contract for the project will be grounds for County to declare the successful bidder in default. Unless otherwise provided herein, the contract may be canceled or annulled with a 30-day notice by County in whole or in part by written notice of default to the bidder upon nonperformance or violation of contract terms. An award may be made to another bidder for services specified, or they may be purchased on the open market and the defaulting supplier shall be liable to County for costs to the County in excess of the defaulted contract prices. The bidder shall continue the performance of this contract to the extent that any part is not terminated under the provisions of this clause. Training/Safety When requested or required, a factory trained representative shall be made available to train County personnel in the use of and/or safety aspects of the equipment or chemical. The successful bidder shall provide a Material Safety Data Sheet (MSDS) for each product prior to the first delivery. The supplier/transporter shall be responsible for adhering to all federal, state and local safety rules and regulations. All supplier/transporter employees shall adhere to all safety practices and use of approved PPE during off loading chemicals. The supplier/transporter shall be responsible for any and all chemical spills during off loading of chemicals (containment, cleanup and abatement) in accordance with the facility s written SPCC plan. Page 3 of 40

4 Contractor s Representative for Business Purposes The name, mailing address, electronic mail address, facsimile number, and telephone number of the supplier's authorized agent with authority to bind the firm and answer official questions concerning the supplier s proposal must be clearly stated. Leaking Containers During Shipment All containers delivered will be inspected for leakage upon arrival and prior to unloading. Leaking containers will not be unloaded and accepted by the County. Response and remediation for any containers determined to be leaking shall remain the responsibility of the transporter. Dented or damaged chlorine cylinders will not be accepted and will be rejected at delivery. Removal of the rejected cylinders will be the supplier s responsibility. Tie Bids In the event of identical bids, the County will base its award recommendation on the following basis: (1) prior service records; and (2) type equipment utilized to service the County. Indemnity and Insurance Bidder will indemnify and hold harmless the County, its officers, agents, and employees from and against all loss, cost, damages, expense and liability caused by accident or other occurrence resulting in bodily injury, including death and disease to any person, or damage or destruction to property, real or personal, arising directly or indirectly from operations, products, or services rendered or purchased under the contract. Bidder, at its sole expense, will purchase and maintain the insurance listed below as A, B, & C. A. Automobile Automobile bodily injury and property damage liability insurance in an aggregate amount of at least $1,000, B. Commercial General Liability-Bodily injury and property damage liability as will protect bidder from claims of bodily injury or property damages which arise from operations of this contract. The amounts of such insurance coverage shall not be less than $2,000, per occurrence and $3,000, aggregate coverage. This insurance shall include coverage for products/completed operations, personal injury liability and contractual liability. C. Workers Compensation and employers liability meeting the statutory requirements of the State of North Carolina. The successful bidder shall provide the County with a certificate of such insurance which shall name County as an additional insured and contain the provision that the County will be given thirty (30) days written notice of any intent to amend or terminate by either the insured or the insuring company. However, a ten (10) day notice is sufficient for cancellation due to non-payment of premium. Equal Opportunity Employer Harnett County is an equal employment opportunity employer. The County is a federal contractor, and therefore the provisions and affirmative action obligations of 41 CFR (a), 41 CFR (a), and 41 CFR are incorporated herein by reference, where applicable. Other 1. Certified copy of chemical analysis shall accompany bid and each delivery. 2. Delivery shall be made F.O.B. plants as directed at time order is placed. 3. Prices shall include loading, unloading, pumping, pallet and all charges related to delivery. Page 4 of 40

5 4. Unit prices calculated other than as requested on the bid proposal sheet will not be considered. Questions Please direct all questions concerning the specifications, the RFQ, points of delivery, etc. to Allan O Briant, Water Plant Supervisor, PO Box 1119, Lillington, NC 27546, (910) x3238 or aobriant@harnett.org. Page 5 of 40

6 Item 1. FLUOROSILICIC ACID BID PROPOSAL Estimated Quantity 40,000 lbs Quote TTL Price per lb dry weight The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds, liquid (TTL) of Fluorosilicic Acid to be made to the water plant from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item % LIQUID ALUMINUM SULFATE Estimated Quantity 900 Dry Tons Quote TTL Price per dry ton The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) of 8.3% Liquid Aluminum Sulfate to be made from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item 3. SODIUM HYPOCHLORITE, 15% Estimated Quantity 220,000 lbs Quote TTL Price per lb available chlorine Estimated Quantity 9,200 gals Quote LTL Price per lb available chlorine The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) of Sodium hypochlorite to the water plant and wastewater plants or 500-1,000 gallons (LTL) to be made to the Erwin WWTPS, South 20 th St, Erwin, NC from time to time as required by. Page 6 of 40

7 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item 4. Sodium Chlorite (25%) Estimated Quantity 225,000 lbs Quote TTL Price per lb The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) of sodium chlorite to be made from time to time as required by. 2. Delivery shall be made within 240 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. 3. This specification includes a service clause for the existing feed equipment Item 5. Chlorine Gas 150 lb Cylinders Estimated Quantity 30,000 lbs in 150 lb cylinders Quote Price per lb Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 3-6 cylinders to the water plant from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item 6a. CAUSTIC SODA (SODIUM HYDROXIDE, 50%) Estimated Quantity 150 Dry Tons Quote TTL Price per dry ton Estimated Quantity 15,000 gallons Quote LTL Price per dry ton Item 6b. CAUSTIC SODA (SODIUM HYDROXIDE, 25%) Estimated Quantity 11,000 gallons Quote LTL Price per dry ton The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) of Caustic Soda (50%) to the water plant and 500-1,000 gallons (LTL, 50%/25%) to be made to the Erwin WWTP, 411 South 20 th St, Erwin, NC from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Page 7 of 40

8 Item 7. 93% Sulfuric Acid Estimated Quantity 245,000 lbs Quote TTL Price per lb $ LTL $ The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) or (LTL) of 93% Liquid Sulfuric Acid to be made from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. 3. The bulk tank for this chemical should be installed by November Item 8. SODIUM BISULFITE, 38% Estimated Quantity 11,000 gals LTL Price per lb $ The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 500-1,000 gallons (LTL) or one or more totes of sodium bisulfite to be made to the Erwin WWTPS, South 20 th St, Erwin, NC from time to time as required by Harnett County Department of Public Utilities. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item 9. AQUEOUS AMMONIA Estimated Quantity 25 tons Quote TTL Price per lb The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 lbs (19.2%) to the water plant from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Page 8 of 40

9 Item10. Copper Sulfate Estimated Quantity 10,000 lbs Quote Price per lb. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 1,250-2,000 pounds (in 50 lb bags or pails) of copper sulfate to be made from time to time as required by. 2. Delivery shall be made within 120 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item 11. POWDERED ACTIVATED CARBON SLURRY (2 lbs PAC per Gallon) Estimated Quantity 90,000 gals Quote TTL Price per lb Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) of a two lb/gallon powdered activated carbon slurry to be made from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item 12. Aqua Mag Estimated Quantity 18,000 gals Quote TTL Price per lb wet weight. Manufacturer: Carus Brand: Aqua Mag Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) to the water plant from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. 3. No substitutes. Item13. Odor Klean Estimated Quantity 110,000 gals Quote LTL Price per lb wet weight. Does the cost of this chemical vary due to strength? Yes No If so, please provide the formula for calculating the cost Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 2,000 gallons split between multiple sites of Odor Klean or one or more totes to be made from time to time as required by Harnett County Department of Public Utilities. Page 9 of 40

10 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item14. Lime Slurry Estimated Quantity 700,000 lbs Quote TTL Price per lb wet weight. Estimated Quantity 110,000 gals Quote Partial Deliveries Price per lb wet weight. Does the cost of this chemical vary due to strength? Yes No If so, please provide the formula for calculating the cost. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) of Lime Slurry to the water plant and North Harnett Regional WWTP, partial load deliveries to the, Erwin WWTPs, South Central WWTP and other locations from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. 3. This bid contains an equipment supply and service specification. Page 10 of 40

11 Product Specifications 1.1 Scope ITEM NO. 1 HYDROFLUOROSILICIC ACID Hydrofluorosilicic acid (H 2 SiF 6 ) supplied under the contract shall conform to all provisions of ANSI/AWWA B Standard or the latest revision. This specification covers hydrofluorosilicic acid (HFS) for water supply service applications. The estimated annual usage is 17,000 gallons. The bid price and billing price on this product will be on a wet weight basis for 23% HFS. 1.2 Purpose The purpose of this specification is to provide manufacturers and suppliers with the minimum requirements for hydrofluorosilicic acid, including physical, chemical, packaging, shipping, and testing requirements. 1.3 Physical Requirements The fluorosilicic acid supplied under these specifications shall be clean and free of visible suspended matter. The fluorosilicic acid supplied under this specification shall be water white to straw yellow. Straw yellow shall be determined as material with a maximum of 100 units in accordance with Standard Methods 2120B, Visual Comparison Method. 1.4 Chemical Requirements The fluorosilicic acid shall contain between 20 and 30 percent fluorosilicic acid by weight. 1.5 Impurities General. Fluorosilicic acid that meets the requirements of this specification shall contain no mineral or organic substances in quantities capable of producing deleterious or injurious effects on the health of those consuming water that has been properly treated with fluorosilicic acid Specific Impurity Limits. The fluorosilicic acid supplied under this specification shall contain a maximum of 1 percent free acids (other than fluorosilicic acid), expressed as HF (hyfrofluoric acid). 1.6 Sampling and Analysis Sampling. Samples requested by a Harnett County employee shall be taken by the driver at the point of delivery and in the presence of a Harnett County employee. The sample shall be placed in a container that will be provided by the County, which shall include a label to be completed by the driver collecting the sample. The sample shall be given to the Harnett County employee for processing Tank Samples. The sample taken by the driver should be a representative sample of the product delivered. Samples shall be held by County for 30 days before disposal Analysis. No independent analysis of the provided samples will be performed by an outside laboratory unless it is deemed necessary for product verification. A Harnett County employee supervising chemical delivery may perform simple tests such as specific gravity, ph or strength of product on the product before it is Page 11 of 40

12 accepted for offloading into the County s storage vessels. 1.7 Rejection Notice of Nonconformance. If the fluorosilicic acid delivered does not meet the requirements of ANSI/AWWA B standard, a notice of nonconformance shall be given to the supplier by County within ten days of County s discovery of nonconformance. County shall have the right to reject all nonconforming product Material Originating Outside of North America. No material shall be supplied under this contract that was manufactured outside of North America without written approval of the County. The supplier shall inform the County, in writing, that the material was manufactured outside of North America, the origin of the material, and certification of conformance with ANSI/AWWA B Standard. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the fluorosilicic acid furnished under these specifications complies with all applicable requirements of ANSI/AWWA B Standard. (2) A certified analysis of the fluorosilicic acid and a certified weight certificate shall be furnished by the supplier with each shipment. The analysis shall include product content Product Certifications. Fluorosilicic acid is a direct additive used in the treatment of potable water. This material should be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with ANSI/NSF Standard 60, Drinking Water Treatment Chemicals - Health Effects. Evaluation shall be accomplished in accordance with requirements that are no less restrictive than those listed in ANSI/NSF Standard 60. Certification shall be accomplished by a certification organization accredited by the American National Standards Institute. 1.9 CHEMICAL SPILL RESPONSE REQUIREMENTS Hazmat Response Team. Each chemical supplier shall furnish the name, address and telephone number of a qualified Hazmat Response Team. This team shall be supplied by the supplier to clean-up and mitigate a chemical spill caused by the supplier or its designee. The Hazmat Response Team must meet OSHA requirements and be available twenty-four (24) hours per day, seven (7) days per week Spill Response. Response to a hazardous material clean-up shall occur within eight (8) hours of notification by the treatment plant or the authorized representative, Spill mitigation actions taken by PWD personnel shall not be construed as a replacement for Chemical Spill Response. The Water Resources Manager or authorized designee shall make the determination of need for Hazmat Response Team assistance. Supplier must supply information on response team prior to first shipment. 2.0 PACKAGING & SHIPPING Packaging and shipping of all fluorosilicic acid solutions shall conform to all applicable local, state and federal regulations (including USDOT regulations and applicable interstate regulations). Page 12 of 40

13 ITEM NO. 2 LIQUID ALUMINUM SULFATE 1.1 Scope Liquid Aluminum Sulfate supplied under the contract shall conform to all provisions of ANSI/AWWA B Standard or the latest revision. This specification covers purified aluminum sulfate in liquid form for use in water treatment. The estimated annual usage is 900 dry tons. Pricing is requested for full truck loads (TTL) on a dry weight basis. 1.2 Purpose The purpose of this specification is to provide manufacturers and suppliers with the minimum requirements for aluminum sulfate, including physical, chemical, packaging, shipping, and testing requirements. 1.3 Physical Requirements Liquid alum shall be of such clarity as to permit the reading of flow-measuring devices without difficulty. 1.4 Chemical Requirements Liquid alum shall contain water-soluble aluminum of not less than 4.23 percent as AL or 8.0 percent as Al 0. The 2 3 water-soluble matter shall not exceed 0.2 percent in liquid alum. 1.5 Impurities General. Aluminum sulfate that meets the requirements of this standard shall contain no soluble material or organic substances in quantities capable of producing deleterious or injurious effects on the health of those consuming water that has been treated properly with the aluminum sulfate Specific Impurity Limits. The total water-soluble iron (expressed as Fe2O3) content of aluminum sulfate shall be no more than 0.75 percent, on a basis of 17 percent Al2O3 (9 percent as Al), in dry aluminum sulfate; or 0.35 percent, on a basis of 8.0 percent Al2O3 (4.23 percent as Al), in liquid aluminum sulfate. 1.6 Sampling and Analysis 1.6 Sampling and Analysis Sampling. Samples requested by a Harnett County employee shall be taken by the driver at the point of delivery and in the presence of a Harnett County employee. The sample shall be placed in a container that will be provided by the County, which shall include a label to be completed by the driver collecting the sample. The sample shall be given to the Harnett County employee for processing Tank Samples. The sample taken by the driver should be a representative sample of the product delivered. Samples shall be held by County for 30 days before disposal. Page 13 of 40

14 1.7 Rejection Analysis. No independent analysis of the provided samples will be performed by an outside laboratory unless it is deemed necessary for product verification. A Harnett County employee supervising chemical delivery may perform simple tests such as specific gravity, ph or strength of product on the product before it is accepted for offloading into the County s storage vessels Notice of Nonconformance. If the aluminum sulfate delivered does not meet the requirements of ANSI/AWWA B standard, a notice of nonconformance shall be given to the supplier by County within ten days of County s discovery of nonconformance. County shall have the right to reject all nonconforming product Material Originating Outside of North America. No material shall be supplied under this contract that was manufactured outside of North America without written approval of the County. The supplier shall inform the County, in writing, that the material was manufactured outside of North America, the origin of the material, and certification of conformance with ANSI/AWWA B Standard. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the fluorosilicic acid furnished under these specifications complies with all applicable requirements of ANSI/AWWA B Standard. (2) A certified analysis of the aluminum sulfate and a certified weight certificate shall be furnished by the supplier with each shipment. The analysis shall include product content Product Certifications. Aluminum sulfate is a direct additive used in the treatment of potable water. This material should be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with ANSI/NSF Standard 60, Drinking Water Treatment Chemicals - Health Effects. Evaluation shall be accomplished in accordance with requirements that are no less restrictive than those listed in ANSI/NSF Standard 60. Certification shall be accomplished by a certification organization accredited by the American National Standards Institute. 1.9 CHEMICAL SPILL RESPONSE REQUIREMENTS Hazmat Response Team. Each chemical supplier shall furnish the name, address and telephone number of a qualified Hazmat Response Team. This team shall be supplied by the supplier to clean-up and mitigate a chemical spill caused by the supplier or its designee. The Hazmat Response Team must meet OSHA requirements and be available twenty-four (24) hours per day, seven (7) days per week Spill Response. Response to a hazardous material clean-up shall occur within eight (8) hours of notification by the treatment plant or the authorized representative, Spill mitigation actions taken by PWD personnel shall not be construed as a replacement for Chemical Spill Response. The Water Resources Manager or authorized designee shall make the determination of need for Hazmat Response Team assistance. Supplier must supply information on response team prior to first shipment. 2.0 PACKAGING & SHIPPING Packaging and shipping of liquid aluminum sulfate shall conform to all applicable local, state and federal regulations (including USDOT regulations and applicable interstate regulations). Page 14 of 40

15 ITEM NO. 3 SODIUM HYPOCHLORITE 1.1 Scope Sodium hypochlorite supplied under this specification shall conform to all provisions of AWWA B Standard. This specification covers sodium hypochlorite for use in water treatment. The estimated annual usage is 220,000 gallons for full truck loads (TTL) and 9,200 gallons for less than truck loads (LTL). Pricing will be on the basis of pounds available chlorine by weight. 1.2 Purpose The purpose of this specification is to provide manufacturers and suppliers with the minimum requirements for sodium hypochlorite, including physical, chemical, packaging, shipping, and testing requirements. 1.3 Physical Requirements Sodium Hypochlorite solution shall be a clear light-yellow liquid containing up to 200 g/l available chlorine (20 percent). Sodium hypochlorite shall not contain more than 0.15 percent insoluble matter by weight. 1.4 Chemical Requirements Sodium hypochlorite delivered under this contract shall have a minimum of 120 grams per liter available chlorine equivalent to 12 percent sodium hypochlorite by weight. 1.5 Impurities General. The sodium hypochlorite supplied according to this specification shall contain no soluble material or organic substances in quantities capable of producing deleterious effects on the health of those consuming water that has been treated properly with the sodium hypochlorite Specific Impurity Limits. The total free alkali (expressed as NaOH) in sodium hypochlorites shall not exceed 1.5 percent by weight. Sodium hypochlorite delivered under this contract shall meet the following containment concentration limits: Iron < 0.3 mg/l Copper < 0.03 mg/l Nickel < 0.03 mg/l Chlorate < 2,500 mg/l Bromate 20 mg/l 1.6 Sampling and Analysis Sampling. Samples requested by a Harnett County employee shall be taken by the driver at the point of delivery and in the presence of a Harnett County employee. The sample shall be placed in a container that will be provided by the County, which shall include a label to be completed by the driver collecting the sample. The sample shall be given to the Harnett County employee for processing Tank Samples. The sample taken by the driver should be a representative sample of the product delivered. Samples shall be held by County for 30 days before disposal Analysis. No independent analysis of the provided samples will be performed by an outside laboratory unless it is deemed necessary for product verification. A Harnett County employee supervising chemical delivery may perform simple tests such as specific gravity, ph or strength of product on the Page 15 of 40

16 product before it is accepted for offloading into the County s storage vessels. 1.7 Rejection Notice of Nonconformance. If the sodium hypochlorite delivered does not meet the requirements of ANSI/AWWA B standard, a notice of nonconformance shall be given to the supplier by County within ten days of County s discovery of nonconformance. County shall have the right to reject all nonconforming product Material Originating Outside of North America. No material shall be supplied under this contract that was manufactured outside of North America without written approval of the County. The supplier shall inform the County, in writing, that the material was manufactured outside of North America, the origin of the material, and certification of conformance with ANSI/AWWA B Standard. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the sodium hypochlorite furnished under these specifications complies with all applicable requirements of ANSI/AWWA B Standard. (2) A certified analysis of the sodium hypochlorite and a certified weight certificate shall be furnished by the supplier with each shipment. The analysis shall include product content Product Certifications. Sodium hypochlorite is a direct additive used in the treatment of potable water. This material should be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with ANSI/NSF Standard 60, Drinking Water Treatment Chemicals - Health Effects. Evaluation shall be accomplished in accordance with requirements that are no less restrictive than those listed in ANSI/NSF Standard 60. Certification shall be accomplished by a certification organization accredited by the American National Standards Institute. Sodium hypochlorite is required to be registered with USEPA under FIFRA. 1.9 CHEMICAL SPILL RESPONSE REQUIREMENTS Hazmat Response Team. Each chemical supplier shall furnish the name, address and telephone number of a qualified Hazmat Response Team. This team shall be supplied by the supplier to clean-up and mitigate a chemical spill caused by the supplier or its designee. The Hazmat Response Team must meet OSHA requirements and be available twenty-four (24) hours per day, seven (7) days per week Spill Response. Response to a hazardous material clean-up shall occur within eight (8) hours of notification by the treatment plant or the authorized representative, Spill mitigation actions taken by PWD personnel shall not be construed as a replacement for Chemical Spill Response. The Water Resources Manager or authorized designee shall make the determination of need for Hazmat Response Team assistance. Supplier must supply information on response team prior to first shipment. 2.0 PACKAGING & SHIPPING Packaging and shipping of all sodium hypochlorite solutions shall conform to all applicable local, state and federal regulations (including USDOT regulations and applicable interstate regulations). Page 16 of 40

17 ITEM NO. 4 SODIUM CHLORITE 1.1 Scope Sodium chlorite supplied under this specification shall conform to all provisions of AWWA B Standard. This specification covers sodium chlorite for use in the generation of chlorine dioxide for use in water treatment. The estimated annual usage is 225,000 pounds. Pricing is requested for full truck loads (TTL). This product specification includes a service requirement listed as Item No. 15, below. 1.2 Purpose The purpose of this specification is to provide manufacturers and suppliers with the minimum requirements for sodium chlorite, including physical, chemical, packaging, shipping, and testing requirements. 1.3 Physical Requirements Sodium chlorite solution shall be clear, or a light-tan to straw brown color. Sodium chlorite shall have a clarity that permits the reading of flow-measuring devices. 1.4 Chemical Requirements Sodium chlorite delivered under this contract shall have a minimum of 77.5 percent by weight NaClO 2 (25%). 1.5 Impurities General. The sodium chlorite supplied according to this specification shall contain no soluble material or organic substances in quantities capable of producing deleterious effects on the health of those consuming water that has been treated properly with the sodium chlorite Specific Impurity Limits. Sodium chlorite based on 80 percent sodium chlorite content shall contain no more than the following percentages of specific impurities by weight: 1.6 Sampling and Analysis Sodium Chloride, 17% Sodium Hydroxide, 3 % Arsenic, % Sodium Carbonate, 2% Sodium Sulfate, 3% Sodium Nitrate, 0.1% Sodium Chlorate, 4 % Sampling. Samples requested by a Harnett County employee shall be taken by the driver at the point of delivery and in the presence of a Harnett County employee. The sample shall be placed in a container that will be provided by the County, which shall include a label to be completed by the driver collecting the sample. The sample shall be given to the Harnett County employee for processing Tank Samples. The sample taken by the driver should be a representative sample of the product delivered. Samples shall be held by County for 30 days before disposal Analysis. No independent analysis of the provided samples will be performed by an outside laboratory unless it is deemed necessary for product verification. A Harnett County employee supervising chemical delivery may perform simple tests such as specific gravity, ph or strength of product on the Page 17 of 40

18 product before it is accepted for offloading into the County s storage vessels. 1.7 Rejection Notice of Nonconformance. If the sodium chlorite delivered does not meet the requirements of ANSI/AWWA B standard, a notice of nonconformance shall be given to the supplier by County within ten days of County s discovery of nonconformance. County shall have the right to reject all nonconforming product Material Originating Outside of North America. No material shall be supplied under this contract that was manufactured outside of North America without written approval of the County. The supplier shall inform the County, in writing, that the material was manufactured outside of North America, the origin of the material, and certification of conformance with ANSI/AWWA B Standard. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the sodium chlorite furnished under these specifications complies with all applicable requirements of ANSI/AWWA B Standard. (2) A certified analysis of the sodium chlorite and a certified weight certificate shall be furnished by the supplier with each shipment. The analysis shall include product content Product Certifications. Sodium chlorite is a direct additive used in the treatment of potable water. This material should be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with ANSI/NSF Standard 60, Drinking Water Treatment Chemicals - Health Effects. Evaluation shall be accomplished in accordance with requirements that are no less restrictive than those listed in ANSI/NSF Standard 60. Certification shall be accomplished by a certification organization accredited by the American National Standards Institute. 1.9 CHEMICAL SPILL RESPONSE REQUIREMENTS Hazmat Response Team. Each chemical supplier shall furnish the name, address and telephone number of a qualified Hazmat Response Team. This team shall be supplied by the supplier to clean-up and mitigate a chemical spill caused by the supplier or its designee. The Hazmat Response Team must meet OSHA requirements and be available twenty-four (24) hours per day, seven (7) days per week Spill Response. Response to a hazardous material clean-up shall occur within eight (8) hours of notification by the treatment plant or the authorized representative, Spill mitigation actions taken by PWD personnel shall not be construed as a replacement for Chemical Spill Response. The Water Resources Manager or authorized designee shall make the determination of need for Hazmat Response Team assistance. Supplier must supply information on response team prior to first shipment. 2.0 PACKAGING & SHIPPING Packaging and shipping of all sodium chlorite solutions shall conform to all applicable local, state and federal regulations (including USDOT regulations and applicable interstate regulations). Item No. 4 Sodium Chlorite continued on next page 2.1 Service & Maintenance Requirements Maintenance and Repair. The supplier shall provide all scheduled maintenance and repair of supplier-owned equipment as well as the County s chlorine dioxide generators. A service representative shall be on call and shall Page 18 of 40

19 respond within twenty four (24) hours after notification of an emergency situation (i.e., breakdown, repair or required service). The supplier shall ensure that the generator(s) and equipment is not out of service more than eight (8) hours at any one time during the period from April 1st thru October 31st of each year, or out of service more than fortyeight (48) hours at any other time Site Visits. The supplier shall conduct quarterly site visits (minimum) to provide the following (minimum): Check the operational modes of the generator(s) Check chlorine dioxide residuals Check the operational efficiency of the generator(s) Review plant operational records Provide a written service report to the Water Plant Supervisor Provide technical assistance, maintenance and calibration of component rotameters, pumps, solenoids, valves, vacuum system, etc Provide maintenance parts and components for the generator as required up to $ per site visit. The customer will be required to pay the total cost of the replacement parts that exceed $ Annual Efficiency Testing. The supplier will perform an annual on site efficiency test of the generators via a laboratory ampherometric instrument and provide a written report of the results, areas of deficiencies and the required steps to improve the generators operating efficiencies. Page 19 of 40

20 1.1 Scope ITEM NO. 5 LIQUID CHLORINE Liquid Chlorine supplied under this specification shall conform to all provisions of AWWA B Standard. This specification covers liquid chlorine for use in water treatment. The estimated annual usage is 30,000 pounds. Delivery will be in 150 pound cylinders and pricing is per pound chlorine. There will be no cylinder deposits or fees paid under this specification. 1.2 Purpose The purpose of this specification is to provide manufacturers and suppliers with the minimum requirements for liquid chlorine, including physical, chemical, packaging, shipping, and testing requirements. 1.3 Physical Requirements Liquid chlorine shall be amber colored and vaporize to a greenish-yellow gas. 1.4 Chemical Requirements The liquid chlorine supplied according to this standard shall be 99.5 percent pure by volume. 1.5 Impurities General. The liquid chlorine supplied according to this specification shall contain no soluble mineral or organic substances in quantities capable of producing deleterious effects on the health of those consuming water that has been treated properly with the sodium hypochlorite Specific Impurity Limits. Liquid chlorine shall contain no more than the following percentages of specific impurities by weight: Moisture, 0.015% Heavy Metals, % Lead, 0.001% Mercury, % Arsenic, % Total Residue, 0.015% Carbon Tetrachloride, 0.01 % Trihalomethanes, 0.03 % 1.6 Sampling and Analysis Sampling. If required by the County, samples will be taken at the point of shipment according to ASTM E410, ASTM E412and ASTM E806. Also see Chlorine Institute Pamphlet 77 on sampling chlorine Inspection. All containers shall be carefully examined by the supplier as discussed in Chlorine Institute Pamphlet 17 and in Compressed Gas Association Pamphlet C6, including proper holding of filled containers to check for leaks before filling. Any containers that show evidence of leakage, damage, or corrosion shall be rejected. Chlorine cylinders, valves, valve threads, and valve packings shall be in good mechanical order and shall operate normally with a wrench that is no longer than 8 in. (0.2 m). If the condition of the container and valves does not conform to any recommended practice in the above pamphlets in all applicable respects, the manufacturer or packager supplying the chlorine shall be notified immediately and shall take immediate action to ensure compliance. Routine inspection and cleaning of the interiors of chlorine cylinders shall be Page 20 of 40

21 1.7 Rejection performed by the supplier because of the potential buildup of contaminants when chlorine is removed as a gas Notice of Nonconformance. If the liquid chlorine delivered does not meet the requirements of ANSI/AWWA B standard, a notice of nonconformance shall be given to the supplier by County within ten days of County s discovery of nonconformance. County shall have the right to reject all nonconforming product Material Originating Outside of North America. No material shall be supplied under this contract that was manufactured outside of North America without written approval of the County. The supplier shall inform the County, in writing, that the material was manufactured outside of North America, the origin of the material, and certification of conformance with ANSI/AWWA B Standard. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the liquid chlorine furnished under these specifications complies with all applicable requirements of ANSI/AWWA B Standard. (2) A certified analysis of the liquid chlorine and a certified weight certificate shall be furnished by the supplier with each shipment. The analysis shall include product content Product Certifications. Liquid chlorine is a direct additive used in the treatment of potable water. This material should be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with ANSI/NSF Standard 60, Drinking Water Treatment Chemicals - Health Effects. Evaluation shall be accomplished in accordance with requirements that are no less restrictive than those listed in ANSI/NSF Standard 60. Certification shall be accomplished by a certification organization accredited by the American National Standards Institute. 1.9 CHEMICAL SPILL RESPONSE REQUIREMENTS Hazmat Response Team. Each chemical supplier shall furnish the name, address and telephone number of a qualified Hazmat Response Team. This team shall be supplied by the supplier to clean-up and mitigate a chemical spill caused by the supplier or its designee. The Hazmat Response Team must meet OSHA requirements and be available twenty-four (24) hours per day, seven (7) days per week Spill Response. Response to a hazardous material clean-up shall occur within eight (8) hours of notification by the treatment plant or the authorized representative, Spill mitigation actions taken by PWD personnel shall not be construed as a replacement for Chemical Spill Response. The Water Resources Manager or authorized designee shall make the determination of need for Hazmat Response Team assistance. Supplier must supply information on response team prior to first shipment. 2.0 PACKAGING & SHIPPING Packaging and shipping of all liquid chlorine solutions shall conform to all applicable local, state and federal regulations (including USDOT regulations and applicable interstate regulations). Page 21 of 40

22 1.1 Scope ITEM NO. 6 a. SODIUM HYDROXIDE(50%) b. SODIUM HYDROXIDE (25%) Sodium hydroxide supplied for water plant use under this specification shall conform to all provisions of AWWA B Standard. This specification covers sodium hydroxide for use in water and wastewater treatment. The estimated annual usage is a.)150 dry tons (water plant) for full truck loads (TTL) and, b.) 26,000 gallons (wastewater plants) for less than truck loads (LTL). Sodium Hydroxide for the water plant shall be membrane grade. Sodium Hydroxide for the wastewater plants can be diaphragm grade. Pricing will be per dry ton. 1.2 Purpose The purpose of this specification is to provide manufacturers and suppliers with the minimum requirements for sodium hydroxide, including physical, chemical, packaging, shipping, and testing requirements. 1.3 Physical Requirements Liquid sodium hydroxide is a solution of anhydrous sodium hydroxide and water. 1.4 Chemical Requirements Sodium hydroxide delivered under this contract for the water plant shall contain approximately 50 percent sodium hydroxide (NaOH), sodium hydroxide for the wastewater plants may be either approximately 50 percent or approximately 25 percent as required by the County. 1.5 Impurities General. The sodium hydroxide supplied according to this specification shall contain no soluble material or organic substances in quantities capable of producing deleterious effects on the health of those consuming water that has been treated properly with the sodium hydroxide Specific Impurity Limits. Sodium hydroxide supplied to the water plant shall contain no more than the following percentages of specific impurities: Mercury 0.5 ppm Arsenic 1.5 ppm Lead 5 ppm Heavy Metals(as lead) 15 ppm Iron, % dry weight basis Sodium Chloride, 2.2% dry weight basis 1.6 Sampling and Analysis Sampling. Samples requested by a Harnett County employee shall be taken by the driver at the point of delivery and in the presence of a Harnett County employee. The sample shall be placed in a container that will be provided by the County, which shall include a label to be completed by the driver collecting the sample. The sample shall be given to the Harnett County employee for processing Tank Samples. The sample taken by the driver should be a representative sample of the product delivered. Samples shall be held by County for 30 days before disposal Analysis. No independent analysis of the provided samples will be performed by an outside laboratory unless it is deemed necessary for product verification. A Harnett County employee supervising chemical delivery may perform simple tests such as specific gravity, ph or strength of product on the Page 22 of 40

HARNETT COUNTY FINANCE/PURCHASING

HARNETT COUNTY FINANCE/PURCHASING HARNETT COUNTY FINANCE/PURCHASING REQUEST FOR BIDS WATER AND WASTEWATER TREATMENT CHEMICALS FOR HARNETT COUNTY DEPARTMENT OF PUBLIC UTILITIES FIRM BIDS FOR SUPPLIES AND DELIVERY FOR THE PERIOD OF JULY

More information

DRINKING WATER DIVISION

DRINKING WATER DIVISION DRINKING WATER DIVISION MEMORANDUM DATE: November 9, 2015 TO: FROM: SUBJECT: Chemical Vendors Wausau Water Works - Drinking Water Division Eric Lindman Sealed Bids for Hydrated Lime, Sodium Hypochlorite

More information

DRINKING WATER DIVISION. Sealed Bids for Hydrated Lime, Sodium Hypochlorite 12.5%, Sodium Silicate 40% Bulk

DRINKING WATER DIVISION. Sealed Bids for Hydrated Lime, Sodium Hypochlorite 12.5%, Sodium Silicate 40% Bulk DRINKING WATER DIVISION MEMORANDUM DATE: November 20, 2014 TO: FROM: SUBJECT: Chemical Vendors Wausau Water Works - Drinking Water Division Sealed Bids for Hydrated Lime, Sodium Hypochlorite 12.5%, Sodium

More information

CHEMICAL BIDS CITY OF MARTINSVILLE, VIRGINIA REQUEST FOR SEALED BID

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

More information

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

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE VALDOSTA, GEORGIA GREG BROWN, CPPB, CPPO PURCHASING AGENT INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE VALDOSTA, GEORGIA 31606 BID #09-16-17 FOR: Water Plant Chemicals OPENING DATE: November 29, 2016 TIME: 11:15 AM EST GREG BROWN,

More information

THOMAS S. MACKEY WATER TREATMENT PLANT GULF COAST WATER AUTHORITY TECHNICAL SPECIFICATIONS FOR POWDERED ACTIVATED CARBON (BULK)

THOMAS S. MACKEY WATER TREATMENT PLANT GULF COAST WATER AUTHORITY TECHNICAL SPECIFICATIONS FOR POWDERED ACTIVATED CARBON (BULK) THOMAS S. MACKEY WATER TREATMENT PLANT GULF COAST WATER AUTHORITY TECHNICAL SPECIFICATIONS FOR POWDERED ACTIVATED CARBON (BULK) BID QUANTITIES: POWDERED ACTIVATED CARBON ~150,000-200,000 POUNDS Gulf Coast

More information

HAMPSHIRE COUNCIL OF GOVERNMENTS (HCG) HCG PURCHASING CO-OP INVITATION TO BID #1189 WATER TREATMENT CHEMICALS

HAMPSHIRE COUNCIL OF GOVERNMENTS (HCG) HCG PURCHASING CO-OP INVITATION TO BID #1189 WATER TREATMENT CHEMICALS HAMPSHIRE COUNCIL OF GOVERNMENTS (HCG) HCG PURCHASING CO-OP INVITATION TO BID #1189 WATER TREATMENT CHEMICALS Sealed bids for the supply and delivery of Water Treatment Chemicals for participating HCG

More information

Village of Archbold Water Department P.O Box North St. archbold.com Archbold, Ohio 43502

Village of Archbold Water Department P.O Box North St. archbold.com Archbold, Ohio 43502 Village of Archbold Water Department P.O Box 406 700 North St. archbold.com Archbold, Ohio 43502 Phone 419-445-2506 Scott L. Schultz Superintendent sschultz@archbold.com LEGAL NOTICE SEALED BIDS will be

More information

WATER TREATMENT CHEMICALS 2012

WATER TREATMENT CHEMICALS 2012 REQUEST FOR BIDS WATER TREATMENT CHEMICALS 2012 BID OPENING: DATE: Tuesday, April 10, 2012 TIME: 11:00 a.m., Local Time PLACE: Medford Water Commission Office Medford Water Commission 200 South Ivy Street

More information

Hopkinsville Water Environment Authority

Hopkinsville Water Environment Authority Hopkinsville Water Environment Authority Bid Packet: FY 2018-2019 Sealed Bid # 0059 Treatment Chemicals Bid Opening: Thursday, June 7, 2018 @ 1:00 P.M. CST 401 East 9 th Street, Hopkinsville, KY 42240

More information

BID PACKET City of Monroe Water Resources Department Treatment Chemicals Annual Bid EFFECTIVE 07/01/2010 THROUGH 06/30/2011

BID PACKET City of Monroe Water Resources Department Treatment Chemicals Annual Bid EFFECTIVE 07/01/2010 THROUGH 06/30/2011 BID PACKET City of Monroe Water Resources Department Treatment Chemicals Annual Bid EFFECTIVE 07/01/2010 THROUGH 06/30/2011 City of Monroe Operations Center 2401 Walkup Avenue Monroe, North Carolina 28110

More information

CITY OF WEYBURN WATER TREATMENT PLANT CHEMICAL SUPPLY TENDER (2019)

CITY OF WEYBURN WATER TREATMENT PLANT CHEMICAL SUPPLY TENDER (2019) CITY OF WEYBURN CITY OF WEYBURN WATER TREATMENT PLANT CHEMICAL SUPPLY TENDER (2019) COW2019-001 2018 Table of Contents 1. INSTRUCTIONS TO TENDERERS... 1 1.1 INTRODUCTION... 1 2. GENERAL TERMS... 1 1.1

More information

Southwest Water Authority Mary Massad Manager/CEO

Southwest Water Authority Mary Massad Manager/CEO SOUTHWEST WATER AUTHORITY Our Vision: People and Business Succeeding with Quality Water Our Mission: Quality Water for Southwest North Dakota REQUESTS FOR PROPOSALS SOUTHWEST WATER AUTHORITY 2014 WATER

More information

EXHIBIT A. NORTH TEXAS MUNICIPAL WATER DISTRICT ( NTMWD or District ) SPECIFICATIONS FOR LIQUID FERRIC SULFATE

EXHIBIT A. NORTH TEXAS MUNICIPAL WATER DISTRICT ( NTMWD or District ) SPECIFICATIONS FOR LIQUID FERRIC SULFATE EXHIBIT A NORTH TEXAS MUNICIPAL WATER DISTRICT ( NTMWD or District ) SPECIFICATIONS FOR LIQUID FERRIC SULFATE QUALITY The material shall be commonly known as liquid ferric sulfate, a solution generally

More information

Hardin County Water District No. 2 Invitation to Bid

Hardin County Water District No. 2 Invitation to Bid Hardin County Water District No. 2 Invitation to Bid Hardin County Water District No. 2 (the District ) will receive sealed bids on Water Treatment Plant Chemicals, Bid Number 2016-001 at the District

More information

Hardin County Water District No. 2 Invitation to Bid for Treatment Chemicals

Hardin County Water District No. 2 Invitation to Bid for Treatment Chemicals Hardin County Water District No. 2 Invitation to Bid for Treatment Chemicals Hardin County Water District No. 2 (the District ) will receive sealed bids on Water Treatment Plant Chemicals, Bid Number 2019-002

More information

REQUEST FOR QUOTATION AND STATEMENT OF QUALIFICATIONS. RFQ No C

REQUEST FOR QUOTATION AND STATEMENT OF QUALIFICATIONS. RFQ No C REQUEST FOR QUOTATION AND STATEMENT OF QUALIFICATIONS RFQ No. 10-419-024-1C RFQ FOR: SUPPLY AND DELIVERY OF VARIOUS WATER AND WASTEWATER TREATMENT CHEMICALS RFQ S CLOSE: 12:00 NOON, Monday, August 16th,

More information

Town of Hanover Department of Public Works 40 Pond Street Hanover, Massachusetts Telephone Fax

Town of Hanover Department of Public Works 40 Pond Street Hanover, Massachusetts Telephone Fax Town of Hanover Department of Public Works 40 Pond Street Hanover, Massachusetts 02339-1693 Telephone 781-826-3189 Fax 781-826-8915 www.hanoverdpw.org Victor J. Diniak Director of Public Works INVITATION

More information

GALLATIN PUBLIC UTILITIES

GALLATIN PUBLIC UTILITIES GALLATIN PUBLIC UTILITIES Bid Proposal Item: Chemicals Water and Wastewater Treatment Plants and Systems Bid Date: Company Address: Phone Number: Manufacturer: Bid Information (1) Prices F.O.B., the Gallatin

More information

2018 WATER TREATMENT PLANT CHEMICALS AND SALT

2018 WATER TREATMENT PLANT CHEMICALS AND SALT SPECIFICATIONS AND BIDDING DOCUMENTS (this page and following pages 1 through 5) 2018 WATER TREATMENT PLANT CHEMICALS AND SALT Bids at 2 p.m. on Friday, December 8, 2017 SOUTHWEST REGIONAL WATER DISTRICT

More information

CHEMICAL BID LIST 2018

CHEMICAL BID LIST 2018 BID APPLICATION FOR WATER AND WASTEWATER TREATMENT CHEMICALS Hardin County Water District No. 1 will be accepting bids for chemicals to be used in drinking water and waste water treatment. Chemicals shall

More information

2019 WATER TREATMENT PLANT CHEMICALS AND SALT

2019 WATER TREATMENT PLANT CHEMICALS AND SALT SPECIFICATIONS AND BIDDING DOCUMENTS (this page and following pages 1 through 5) 2019 WATER TREATMENT PLANT CHEMICALS AND SALT Bids at 2 p.m. on Friday, December 7, 2018 SOUTHWEST REGIONAL WATER DISTRICT

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS THE City of Craig, Colorado will receive sealed bids for CHEMICALS until 2:00 p.m., January 19, 2016, at the office of the City Clerk, 300 West Fourth Street, Craig, Colorado 81625,

More information

TECHNICAL SPECIFICATIONS FOR LIQUID AMMONIUM SULFATE

TECHNICAL SPECIFICATIONS FOR LIQUID AMMONIUM SULFATE TECHNICAL SPECIFICATIONS FOR LIQUID AMMONIUM SULFATE 1. GENERAL The intent and purpose of this specification document is to provide for the delivery of liquid ammonium sulfate to TAMPA BAY WATER, a Regional

More information

Each qualified offeror shall satisfy all of the following requirements:

Each qualified offeror shall satisfy all of the following requirements: 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

More information

Town of Hanover Department of Public Works 40 Pond Street Hanover, Massachusetts Telephone Fax

Town of Hanover Department of Public Works 40 Pond Street Hanover, Massachusetts Telephone Fax Town of Hanover Department of Public Works 40 Pond Street Hanover, Massachusetts 02339-1693 Telephone 781-826-3189 Fax 781-826-8915 www.hanoverdpw.org Victor J. Diniak Director of Public Works INVITATION

More information

2016 WATER TREATMENT PLANT CHEMICALS BID

2016 WATER TREATMENT PLANT CHEMICALS BID CONTRACT DOCUMENTS For 2016 WATER TREATMENT PLANT CHEMICALS BID JIM HOLTON Mayor NANCY RIDLEY City Manager Prepared By: Division of Public Works JOHN ZANG DPW Director NOVEMBER 2015 T A B L E O F C O N

More information

TAMPA BAY WATER Supplying Water To The Region

TAMPA BAY WATER Supplying Water To The Region TAMPA BAY WATER Supplying Water To The Region REQUEST FOR QUOTATION TAMPA BAY WATER, A Regional Water Supply Authority (TAMPA BAY WATER), is requesting written quotations from vendors who are able to provide

More information

Instructions. Specifications. For. Water Treatment Plant Chemical Bid

Instructions. Specifications. For. Water Treatment Plant Chemical Bid Instructions & Specifications For Water Treatment Plant Chemical Bid Bid Number 2014-002 Hardin County Water District No. 2 Elizabethtown, Kentucky January 24, 2014 Shaun Youravich, Operations Manager

More information

REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819

REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819 REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819 Objective: Pleasant Hill Recreation & Park District (District) is seeking competitive sealed bids for the supply and delivery of

More information

INVITATION TO BID November 17, 2006

INVITATION TO BID November 17, 2006 INVITATION TO BID November 17, 2006 The City of Hays, Kansas, is inviting sealed bids for the purchase and delivery of the following chemicals for the 2007 calendar year. Soda Ash Lime Carbon Dioxide Chlorine:

More information

2018 Water Treatment Chemicals Bid Tabulation October 31, Bid opening Awarded items/vendors are in yellow. SUPPLIER COST PER UNIT TOTAL

2018 Water Treatment Chemicals Bid Tabulation October 31, Bid opening Awarded items/vendors are in yellow. SUPPLIER COST PER UNIT TOTAL 2018 Water Treatment Chemicals Bid Tabulation October 31, 2017 - Bid opening Awarded items/vendors are in yellow. SUPPLIER COST PER UNIT TOTAL 1. Aluminum Sulfate (Alum) - Bulk tank truck USALCO Michigan

More information

GALLATIN PUBLIC UTILITIES

GALLATIN PUBLIC UTILITIES GALLATIN PUBLIC UTILITIES Bid Proposal Item: Chemicals Water and Wastewater Treatment Plants Bid Date: Company Address: Phone Number: Manufacturer: Bid Information (1) Prices F.O.B., the Gallatin Water

More information

Specification and Contract Documents for. SUA Bid No /18. Bids Open: April 25, 2018

Specification and Contract Documents for. SUA Bid No /18. Bids Open: April 25, 2018 Specification and Contract Documents for The Supply and Delivery of Chemicals to the Stillwater Water Treatment Plant SUA Bid No. 08-17/18 Bids Open: April 25, 2018 City of Stillwater / Stillwater Utilities

More information

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8 Page 1 of 8 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 3:00 PM, EDT, FRIDAY, FEBRUARY 23, 2018 Board of County Road Commissioners of the County of Manistee, 8946 Chippewa Highway, Bear Lake, Michigan

More information

INVITATION FOR BID Medical Supplies 2016

INVITATION FOR BID Medical Supplies 2016 INVITATION FOR BID Medical Supplies 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Medical Supplies 2016 FOR

More information

INVITATION FOR BIDS SODIUM HYPOCHLORITE WLSSD BID #1389

INVITATION FOR BIDS SODIUM HYPOCHLORITE WLSSD BID #1389 -1894 phone 218.722.3336,fax 218.727.7471, www.wlssd.com INVITATION FOR BIDS SODIUM HYPOCHLORITE WLSSD BID #1389 Sealed bids for Sodium Hypochlorite will be received by Western Lake Superior Sanitary District

More information

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION BOARD 2018 ANNUAL PAVEMENT MARKINGS BID

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION BOARD 2018 ANNUAL PAVEMENT MARKINGS BID CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION BOARD 2018 ANNUAL PAVEMENT MARKINGS BID NOTICE TO BIDDERS The Charlevoix County Road Commission invites qualified contractors to bid on the annual requirement

More information

TAMPA BAY WATER Supplying Water To The Region

TAMPA BAY WATER Supplying Water To The Region TAMPA BAY WATER Supplying Water To The Region REQUEST FOR QUOTATION TAMPA BAY WATER, A Regional Water Supply Authority (TAMPA BAY WATER), is requesting written quotations from vendors who are able to provide

More information

National Transportation Specialists, LLC 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA

National Transportation Specialists, LLC 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA 19067-0299 Dear Carrier: Thank you for your interest in, a nationwide Logistics provider. To become a qualified carrier for, we require the following

More information

Colour Plotter / Scanner

Colour Plotter / Scanner Colour Plotter / Scanner Request for Quotes 2018-COMP-01 A project for The Corporation of The City of Thorold SUBMISSION DUE DATE: 2:00 pm Tuesday March 27, 2018 ALL INQUIRIES TO BE DIRECTED TO: Matt Watson

More information

TAMPA BAY WATER Supplying Water To The Region

TAMPA BAY WATER Supplying Water To The Region TAMPA BAY WATER Supplying Water To The Region REQUEST FOR QUOTATION TAMPA BAY WATER, A Regional Water Supply Authority (TAMPA BAY WATER), is requesting written quotations from vendors who are able to provide

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits REQUEST FOR QUOTE (RFQ) 19-011 Track and Field Jump Pits 11/6/18 To all Proposers: The Hall County School District (hereinafter alternately "HCSD") Purchasing Department would like for you to supply us

More information

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum

More information

INVITATION FOR BID December 11, 2018

INVITATION FOR BID December 11, 2018 mawsj Lisa Russell, Buyer II Office (251) 694-3162 lrussell@mawss.com Mobile Area Water and Sewer System 4725 Moffett Road Suite A Mobile, AL 36618-2236 PO Box 180249 Mobile, AL 36618-0249 INVITATION FOR

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

BID NO ONE YEAR CONTRACT TO SUPPLY VARIOUS CHEMICALS FOR THE JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS WATER.

BID NO ONE YEAR CONTRACT TO SUPPLY VARIOUS CHEMICALS FOR THE JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS WATER. Page: 8 BID NO. 50-104439 - ONE YEAR CONTRACT TO SUPPLY VARIOUS CHEMICALS FOR THE JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS WATER. BID SPECIFICATIONS FOR CHEMICALS LIQUID AMMONIA, ZINC SODIUM HEXAMETAPHOSPHATE,

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CIP NO.: 280-12 PROJECT: Administration Building LED Lighting Retrofit DATE: October 2017 CIP No.: 280-12 ADVERTISEMENT FOR BIDS Project: Owner: Administration Building LED Lighting Retrofit ORANGE WATER

More information

C. This contract can be canceled for unsatisfactory performance with a thirty (30) day written notice.

C. This contract can be canceled for unsatisfactory performance with a thirty (30) day written notice. FRANKLIN COUNTY SOLID WASTE MANAGEMENT DEPARTMENT LOUISBURG, NORTH CAROLINA REQUEST FOR PROPOSAL HAULING CONTRACT FOR THE FRANKLIN COUNTY SOLID WASTE CONVENIENCE CENTERS I. INTRODUCTION The Franklin County

More information

NORTHERN WESTCHESTER JOINT WATER WORKS. Amawalk and Catskill Water Treatment Plant Bid# Water Treatment Plant Chemicals And Residual Removal

NORTHERN WESTCHESTER JOINT WATER WORKS. Amawalk and Catskill Water Treatment Plant Bid# Water Treatment Plant Chemicals And Residual Removal NORTHERN WESTCHESTER JOINT WATER WORKS Amawalk and Catskill Water Treatment Plant Bid# 2014.8 Water Treatment Plant Chemicals And Residual Removal Sealed proposals will be received by the Northern Westchester

More information

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

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE VALDOSTA, GEORGIA GREG BROWN, CPPB, CPPO PURCHASING AGENT INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE VALDOSTA, GEORGIA 31601 BID #26-15-16 FOR: Gasoline and Diesel Fuel Contract OPENING DATE: May 10, 2016 TIME: 11:15 A.M. EST

More information

Town of New Gloucester INVITATION TO BID Timber For Sale by Bid. Project Details

Town of New Gloucester INVITATION TO BID Timber For Sale by Bid. Project Details Town of New Gloucester INVITATION TO BID Timber For Sale by Bid To: Stumpage Buyers From: Town of New Gloucester The Town of New Gloucester is requesting bids for timber to be harvested using whole tree

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

NARRAGANSETT BAY COMMISSION SPECIFICATIONS FOR SODIUM HYPOCHLORITE SOLUTION

NARRAGANSETT BAY COMMISSION SPECIFICATIONS FOR SODIUM HYPOCHLORITE SOLUTION The Narragansett Bay Commission Vincent J. Mesolella Corporate Office Building Chairman One Service Road Providence, RI 02905 Raymond J. Marshall 401 461 8848 Executive Director 401 461 6540 FAX http://www.narrabay.com

More information

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS Finance Chapter 355-4-1 STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER 355-4-1 DIVISION OF PURCHASING TABLE OF CONTENTS 355-4-1-.01 Repeal Of Previous Rules 355-4-1-.02 Definitions

More information

CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS

CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS The City of Three Rivers is committed to the concept of performance bids. All vendors are encouraged to submit bids which

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director DATE: May 12, 2010 TO: RE: ALL PROSPECTIVE BIDDERS BID

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-58 Issue Date: July 24, 2018 Project Name: Diesel Tank Mold Removal

More information

TERMS AND CONDITIONS. No charges are allowed for boxing, packing, crating, and insurance unless specifically provided for in the Purchase Order.

TERMS AND CONDITIONS. No charges are allowed for boxing, packing, crating, and insurance unless specifically provided for in the Purchase Order. By acceptance of this attached Order, the Seller agrees to the following: 1. PAYMENT Unless otherwise specified in the purchase order, Buyer will make payments in U.S. Dollars within 30 days after receipt

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT RFP # 1710005 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

BROKERAGE DIVISION 101 East Town Place, Suite 120 St. Augustine, FL PH: FAX: TERMINAL PHONE #:

BROKERAGE DIVISION 101 East Town Place, Suite 120 St. Augustine, FL PH: FAX: TERMINAL PHONE #: US 1 LOGISTICS, LLC AMERICA 1 LOGISTICS, LLC, FREEDOM 1, LLC WHITE RIVER TRANSPORTATION, LLC TRANSPORT LEASING SYSTEMS, LLC LONGBOW TRANSPORTATION & LOGISTICS, LLC LIONHART TRANSPORTATION, LLC HOMELAND

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

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

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Typed by: DATE 04/25/2016 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 nm Buyer: CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Water Slides Renovation/Restoration The Mundelein Park and Recreation District hereby requests bids for cleaning, waxing, and polishing the interior of three (3) water slides. Cleaning,

More information

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile: Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer

More information

APPENDIX A TECHNICAL SPECIFICATIONS FORM ITN FACILITIES REPAIR AND MAINTENANCE OF GENERATORS

APPENDIX A TECHNICAL SPECIFICATIONS FORM ITN FACILITIES REPAIR AND MAINTENANCE OF GENERATORS SCOPE OF WORK It is intent of JEA to to obtain a qualified Contractor to perform the scheduled and emergency repair and maintenance of over 506 generators throughout the JEA service territory in the following

More information

RUSH REQUEST FOR QUOTATION (RFQ) THIS IS NOT AN ORDER!

RUSH REQUEST FOR QUOTATION (RFQ) THIS IS NOT AN ORDER! Page 1 of 6 RFQ #3079239 RUSH REQUEST FOR QUOTE (RFQ) 3079239 DUE DATE: ON OR BEFORE 11:00 A.M. PST ON Wednesday (6/08/2016) RUSH REQUEST FOR QUOTATION (RFQ) 3079239 THIS IS NOT AN ORDER! DATE: Monday

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division COUNTY OF ROCKLAND Department of General Services Purchasing Division Title: Foods-Milk and Milk Products Contract Period: October 3, 2016 through October 2, 2017 Original Date of Issue: October 3, 2016

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

Bid: Seventy-First High School Gym Floor Refinishing

Bid: Seventy-First High School Gym Floor Refinishing REQUEST FOR QUOTATION CUMBERLAND COUNTY SCHOOLS PLANT OPERATIONS FACILITY 810 GILLESPIE STREET FAYETTEVILLE, NC 28306 May 31, 2013 Kathy Miller, Director Operations (910) 678-2645 fax - (910) 678-2642

More information

Training Requirements for this product

Training Requirements for this product BOROUGH OF SOMERSET SPECIFICATIONS Lime The purpose of these specifications is to obtain for the Borough of Somerset, Hydrate Lime, for use at the Water Filtration Plant. All material will be in conformity

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

PAVING BIDS. Week of June 05th, 2017 Escanaba Daily Press. Bacco Construction Company, Inc. P.O. Box 458 Iron Mountain, MI 49801

PAVING BIDS. Week of June 05th, 2017 Escanaba Daily Press. Bacco Construction Company, Inc. P.O. Box 458 Iron Mountain, MI 49801 PAVING BIDS TO BIDDERS: Thursday May 31st, 2017 ADVERTISED: Week of June 05th, 2017 Escanaba Daily Press BID OPENING: Tuesday June 20th, 2017 Bacco Construction Company, Inc. P.O. Box 458 Iron Mountain,

More information

Invitation for Bid No Package Contents

Invitation for Bid No Package Contents Invitation for Bid No. 17-31 Package Contents Huntsville Utilities Invitation for Bid No. 17-31 contains various tools and tool accessories for annual bid. The bid package should include the following

More information

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT Notice is hereby given that the Central Valley Opportunity Center (CVOC) calls for bids to furnish (1) new Forklift. 1. The bid specifications

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

Intro Corporation Purchase Order General Terms and Conditions

Intro Corporation Purchase Order General Terms and Conditions 1 General Quality Requirements Intro Corporation Purchase Order General Terms and Conditions 1.1 The Seller shall: a) Meet the requirements of the latest revision of the Supplier Quality Requirements (Including

More information

City of Jonesboro Invitation to Bid - Not an Order P.O. Box South Church St. Room 421 (72401) Purchasing Office Jonesboro, Arkansas 72403

City of Jonesboro Invitation to Bid - Not an Order P.O. Box South Church St. Room 421 (72401) Purchasing Office Jonesboro, Arkansas 72403 City of Jonesboro Invitation to Bid - Not an Order P.O. Box 845 300 South Church St. Room 42 (7240) Purchasing Office Jonesboro, Arkansas 72403 Bid No. 209:07 Date January 7, 209 Sealed bids, subject to

More information

Invitation to Bid Duplin County Refrigeration Project for Villari Brothers Foods 1012 US Hwy 117 South Warsaw NC 28398

Invitation to Bid Duplin County Refrigeration Project for Villari Brothers Foods 1012 US Hwy 117 South Warsaw NC 28398 Invitation to Bid Duplin County Refrigeration Project for Villari Brothers Foods 1012 US Hwy 117 South Warsaw NC 28398 Duplin County is seeking bids from qualified contractors for providing materials and

More information

DESCRIPTION. BID Gasoline and Diesel Fuels

DESCRIPTION. BID Gasoline and Diesel Fuels REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Company: Address: Date:

More information

SUPPLIER QUALITY REQUIREMENTS

SUPPLIER QUALITY REQUIREMENTS SUPPLIER QUALITY REQUIREMENTS Revision B January 2017 This document establishes general and special product assurance requirements clauses for use on the Purchase Order and is part of the Terms and Conditions

More information

ABERDEEN SCHOOL DISTRICT NO South Third Street Aberdeen, SD 57401

ABERDEEN SCHOOL DISTRICT NO South Third Street Aberdeen, SD 57401 ABERDEEN SCHOOL DISTRICT NO. 6-1 1224 South Third Street Aberdeen, SD 57401 BID TITLE: TIME AND DATE DUE: LOCATION OF BID OPENING: Printer Toner and Ink 2:00 p.m. Central Daylight Time Tuesday, May 19,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM

REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Inventory Management

More information

LEWIS DRUG. Corporate Office S Minnesota Ave. Suite 1, Sioux Falls, SD SUPPLIER GUIDE TABLE OF CONTENTS INTRODUCTION...

LEWIS DRUG. Corporate Office S Minnesota Ave. Suite 1, Sioux Falls, SD SUPPLIER GUIDE TABLE OF CONTENTS INTRODUCTION... LEWIS DRUG Corporate Office - 2701 S Minnesota Ave. Suite 1, Sioux Falls, SD 57105 SUPPLIER GUIDE TABLE OF CONTENTS INTRODUCTION... 2 SUPPLIER "SHIP TO" LOCATION... 2 SUPPLIER "BILL TO" LOCATION... 2 PURCHASE

More information

Terms & Conditions Case Study:

Terms & Conditions Case Study: EDUCATION & RESEARCH FOUNDATION Terms & Conditions Case Study: The Tale of TED Electric Supply This research study has been generously sponsored by the NAED Education & Research Foundation s Channel Advantage

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division COUNTY OF ROCKLAND Department of General Services Purchasing Division Title: Contract Period: Foods Halal Frozen Food Meals for the Rockland County Correctional Center May 1, 2018 through October 31, 2018

More information

TEXAS DEPARTMENT OF TRANSPORTATION

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. PREVENTIVE MAINTENANCE AND REPAIR SERVICES FOR APOGEE BUILDING AUTOMATION MANAGEMENT SYSTEM PUBLICATION This specification is a product of the Texas

More information

Request for Bids Capital Region Airport Authority

Request for Bids Capital Region Airport Authority Request for Bids Capital Region Airport Authority Bid Number 18-02 RFB Title Runway De-Icing Fluid Issue Date September 24, 2018 Purpose Deadline for Bid Submissions Submit Bid to This Address Required

More information

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

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Typed by: DATE Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 run Buyer: CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

October 25, 2018 RFP # REQUEST FOR PROPOSAL

October 25, 2018 RFP # REQUEST FOR PROPOSAL JEFFERSON COUNTY DEPARTMENT OF HEALTH 401 14 th Street South, Birmingham, AL 35233 (205) 930-1961/Fax (205) 930-1060 Hazel Collins Purchasing Agent October 25, 2018 RFP #19-10-03 REQUEST FOR PROPOSAL Sealed

More information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information