Loading...
PUWW04222015Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 1 of 33 HARNETT COUNTY FINANCE/PURCHASING REQUEST FOR BIDS WATER TREATMENT CHEMICALS FOR HARNETT COUNTY DEPARTMENT OF PUBLIC UTILITIES FIRM BIDS FOR SUPPLIES AND DELIVERY FOR THE PERIOD OF JULY 1, 2015 THROUGH JUNE 30, 2016 DUE DATE: NO LATER THAN 2:00 PM April 22, 2015 OPENING DATE: April 22, 2015 TIME: 2:00 PM LOCATION: HARNETT COUNTY PUBLIC UTILITIES BUSINESS CENTER 700 McKINNEY PARKWAY LILLINGTON, NC 27546 MAINTENANCE CONFERENCE ROOM W133 QUESTIONS: ALLAN O’BRIANT, WATER PLANT SUPERVISOR AOBRIANT@HARNETT.ORG (910) 893-7575 x3238 FAXES OR E-MAILS 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 BIDS IN A SEALED ENVELOPE IDENTIFIED “QUOTE ENCLOSED – PUWW 04222015”, YOUR FIRM NAME AND THE OPENING DATE ON THE OUTSIDE OF THE ENVELOPE. PLEASE NOTE THAT PAGE (#31) “EXECUTION OF PROPOSAL PAGE” AND E-VERIFY AFFIDAVIT ON PAGE (#32) WITH NOTARIAL SEAL ON PAGE (#33) MUST BE INCLUDED IN YOUR QUOTE PROPOSAL. TO: Renea Warren-Ford Purchasing Agent 102 E. Front Street P.O. Box 760 Lillington, N.C. 27546 Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 2 of 33 Harnett County Department of Public Utilities Request for Bids Water Treatment Chemicals Harnett County (the “County”) is soliciting firm BIDS for the purchase and delivery of water treatment chemicals for the period from July 1, 2015 through June 30, 2016. Purchases will be in full tanker truck loads (TTL), less than full tanker truck loads (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 $5.50 per gallon for 60 consecutive days. GENERAL SPECIFICATIONS & INSTRUCTIONS TO BIDDERS Scope It is the intent of this request for bids 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. Harnett County Department of Public Utilities (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. Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 3 of 33 Use of Brand Names And References 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 responsive 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. The North Carolina Sales & Use Tax Technical Bulletin, dated December 1, 2008, Section 59-15 states that “Chemicals which are introduced in the water during the purification processes are exempt from tax” and Section 59-19 states that sewage treatment plants are not manufacturers under the Sales and Use Tax Law, and the purchases of chemicals are subject to the general rate of State tax and any applicable local sales or use tax.” 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 non- responsive and may be rejected by Harnett County. A. Contract Term/Conditions: This is a contract for one (1) year beginning July 1, 2015 and ending June 30, 2016. Although the contract is for one (1) year, said contract may be terminated at any time if funds are not appropriated and made available by the Harnett County Board of Commissioners. Bidder warrants that bid prices, terms, and conditions quoted in his/her bid will be firm for acceptance for a period of one (1) year. B. Contract Extension: Harnett County reserves the right to renew this contract after the initial contract term expires subject to the same terms and conditions upon agreement of both parties, provided that funds have been appropriated by the governing board and performance under this contract has been satisfactory. Price increase shall be considered at contract renewal time and may be cause for non-renewal. Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 4 of 33 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) or Safety Data Sheet (SDS) 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. 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 $1,000,000.00. 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 $2,000,000.00 per Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 5 of 33 occurrence and $3,000,000.00 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 § 60-1.4(a), 41 CFR 60-741.5(a), and 41 CFR 60-250.4 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. Harnett County Department of Public Utilities’ plants as directed at time order is placed. 3. Prices shall include loading, unloading, pumping, pallets and all charges related to delivery. 4. Unit prices calculated other than as requested on the bid proposal sheet will not be considered unless it is easy to convert to requested bid units. Questions Please direct all questions concerning the specifications, the RFQ, points of delivery, etc. for Water Treatment Chemicals to Allan O’Briant, Water Plant Superintendent, P.O. Box 1119, Lillington, NC 27546, (910) 893-7575 x3238 or aobriant@harnett.org. Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 6 of 33 BID PROPOSAL Item 1. 23% FLUOROSILICIC ACID Estimated Quantity 33,000 dry 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 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 4:00 p.m., Monday through Friday. Item 2. 8.3% LIQUID ALUMINUM SULFATE Estimated Quantity 1200 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 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 4:00 p.m., Monday through Friday. Item 3. SODIUM CHLORITE (25%) Estimated Quantity 315,000 lbs. Quote TTL Price per lb wet 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 (TTL) of sodium chlorite to be made 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 4:00 p.m., Monday through Friday. 3. This specification includes a service clause for the existing feed equipment Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 7 of 33 Item 4. CHLORINE GAS – 150 lb Cylinders Estimated Quantity 40,000 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 weekly 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 4:00 p.m., Monday through Friday. 3. Item 5. CAUSTIC SODA (SODIUM HYDROXIDE, 50%) Estimated Quantity 275 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. 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 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 4:00 p.m., Monday through Friday. Item 6. SULFURIC ACID 93% Estimated Quantity 500,000 lbs. Quote TTL Price per lb. $____________ LTL 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) or (LTL) of 93% Liquid Sulfuric Acid to be made 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 4:00 p.m., Monday through Friday. May require multiple deliveries in the same week due to lack of bulk facilities. 3. The bulk tank for this chemical and facilities not yet installed and no guarantees will be ready this fiscal year. LTL loads ordered will be 24,544 lbs (1600 gals.) or greater Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 8 of 33 Item 7. AQUEOUS AMMONIA, 19% Estimated Quantity 50,000 dry lbs. Quote TTL Price per lb dry 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 (19.0 to 19.5%) to the water plant 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 4:00 p.m., Monday through Friday. Item 8 . COPPER SULFATE Estimated Quantity 4,000 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 Harnett County Department of Public Utilities. 2. Delivery shall be made within 120 hours of request between the hours of 8:00 a.m. and 4:00 p.m., Monday through Friday. 3. Item 9. POWDERED ACTIVATED CARBON SLURRY (2 lbs PAC per Gallon) Estimated Quantity 1,200,000 wet lbs. Quote TTL Price per wet lb. for: Iodine Number 900 or greater $____________________ Iodine Number 700 to less than 900 $____________________ Iodine # 900 or greater Manufacturer _________ Brand Iodine #700 to less than 900 Manufacturer______________________ Brand ____________________ Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) of a two lbs. /gallon powdered activated carbon slurry to be made 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 4:00 p.m., Monday through Friday. 3. PAC of Iodine number 900 or greater is the preferred product. . Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 9 of 33 Item 10.____ CAPTOR 30% (Calcium Thiosulfate Solution)_ Estimated Quantity 4,000 gals LTL Price per gallon $_____________________ 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 275 to 330 gallons (LTL) or one or more totes of Captor to be made to the Harnett County Water Plant 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 4:00 p.m., Monday through Friday. Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 10 of 33 Product Specifications ITEM NO. 1 HYDROFLUOROSILICIC ACID 1.1 Scope . Hydrofluorosilicic acid (H2SiF6) supplied under the contract shall conform to current provision of ANSI/AWWA B703 standard. This specification covers hydrofluorosilicic acid (HFS) for water supply service applications. The estimated annual usage is 33,000 dry pounds. Pricing is requested for full truck loads (TTL) of 23% HFS on a dry weight basis. 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 22 and 25 percent fluorosilicic acid by weight. 1.5 Impurities 1.5.1 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. 1.5.2 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 (hydrofluoric acid). 1.6 Sampling and Analysis 1.6.1 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. 1.6.2 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. Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 11 of 33 1.6.3. 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. 1.7 Rejection 1.7.1 Notice of Nonconformance. If the fluorosilicic acid delivered does not meet the requirements of ANSI/AWWA B703 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. 1.7.2 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 current ANSI/AWWA B703 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 B703 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. 1.8.1 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 1.9.1 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. 1.9.2 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 HCDPU personnel shall not be construed as a replacement for Chemical Spill Response. The Plant Supervisor 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). Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 12 of 33 ITEM NO. 2 LIQUID ALUMINUM SULFATE 1.1 Scope Liquid Aluminum Sulfate supplied under the contract shall conform to current provisions of ANSI/AWWA B403 Standard. This specification covers purified aluminum sulfate in liquid form for use in water treatment. The estimated annual usage is 1200 dry tons. Pricing is requested for full truck loads (TTL) on a dry ton 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 Al203. The water-soluble matter shall not exceed 0.2 percent in liquid alum. 1.5 Impurities 1.5.1 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. 1.5.2 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 1.6.1 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. 1.6.2 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. Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 13 of 33 1.6.3. 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. 1.7 Rejection 1.7.1 Notice of Nonconformance. If the aluminum sulfate delivered does not meet the requirements of the current ANSI/AWWA B403 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. 1.7.2 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 current ANSI/AWWA B403 Standard. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the aluminum sulfate furnished under these specifications complies with all applicable requirements of ANSI/AWWA B403 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. 1.8.1 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 1.9.1 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. 1.9.2 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 HCDPU personnel shall not be construed as a replacement for Chemical Spill Response. The Plant Supervisor 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). Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 14 of 33 ITEM NO. 3 SODIUM CHLORITE 1.1 Scope Sodium Chlorite supplied under this specification shall conform to all provisions of current AWWA B-303 Standard. This specification covers sodium chlorite for use in the generation of chlorine dioxide for use in water treatment. The estimated annual usage is 315,000 pounds. Pricing is requested for full truck loads (TTL) on a wet weight basis. This product specification includes a service requirement listed as 2.1 Service & Maintenance Requirements 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 NaClO2 (25%). 1.5 Impurities 1.5.1 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. 1.5.2 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: • Sodium Chloride, 17% • Sodium Hydroxide, 3 % • Arsenic, 0.0003% • Sodium Carbonate, 2% • Sodium Sulfate, 3% • Sodium Nitrate, 0.1% • Sodium Chlorate, 4 % 1.6 Sampling and Analysis 1.6.1 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. 1.6.2 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. Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 15 of 33 1.6.3. 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. 1.7 Rejection 1.7.1 Notice of Nonconformance. If the sodium chlorite delivered does not meet the requirements of current ANSI/AWWA B303 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. 1.7.2 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 current ANSI/AWWA B303 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 current ANSI/AWWA B-303 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. 1.8.1 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 1.9.1 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. 1.9.2 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 HCDPU personnel shall not be construed as a replacement for Chemical Spill Response. The Plant Supervisor 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). Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 16 of 33 2.1 Service & Maintenance Requirements 2.1.1 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 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 forty- eight (48) hours at any other time. 2.1.2 Site Visits. The supplier shall conduct quarterly site visits (minimum) to provide the following (minimum): 2.1.2.1 Check the operational modes of the generator(s) 2.1.2.2 Check chlorine dioxide residuals 2.1.2.3 Check the operational efficiency of the generator(s) 2.1.2.4 Review plant operational records 2.1.2.5 Provide a written service report to the Water Plant Superintendent 2.1.2.6 Provide technical assistance, maintenance and calibration of component rotameters, pumps, solenoids, valves, vacuum system, etc. 2.1.2.7 Provide maintenance parts and components for the generator as required up to $100.00 per site visit. The customer will be required to pay the total cost of the replacement parts that exceed $100.00. 2.1.3 Annual Efficiency Testing. The supplier will perform an annual on site efficiency test of the generators via a laboratory amperometric instrument and provide a written report of the results, areas of deficiencies and the required steps to improve the generators operating efficiencies. Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 17 of 33 ITEM NO. 4 LIQUID CHLORINE 1.1 Scope Liquid Chlorine supplied under this specification shall conform to all current provisions of AWWA B-301 Standard. This specification covers liquid chlorine for use in water treatment. The estimated annual usage is 40,000 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 1.5.1 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. 1.5.2 Specific Impurity Limits. Liquid chlorine shall contain no more than the following percentages of specific impurities by weight: • Moisture, 0.015% • Heavy Metals, 0.003 % • Lead, 0.001% • Mercury, 0.0001% • Arsenic, 0.0003% • Total Residue, 0.015% • Carbon Tetrachloride, 0.01 % • Trihalomethanes, 0.03 % 1.6 Sampling and Analysis 1.6.1 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. 1.6.2 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 performed by the supplier because of the potential buildup of contaminants when chlorine is removed as a gas. Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 18 of 33 1.7 Rejection 1.7.1 Notice of Nonconformance. If the liquid chlorine delivered does not meet the requirements of current ANSI/AWWA B301 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 products. 1.7.2 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 current ANSI/AWWA B301 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 current ANSI/AWWA B301 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. 1.8.1 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 1.9.1 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. 1.9.2 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 HCDPU personnel shall not be construed as a replacement for Chemical Spill Response. The Plant Supervisor 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). Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 19 of 33 ITEM NO. 5 SODIUM HYDROXIDE (50%) 1.1 Scope Sodium hydroxide supplied for water plant use under this specification shall conform to current provisions of AWWA B-501 Standard This specification covers sodium hydroxide for use in water treatment. The estimated annual usage is 275 dry tons for full truck loads (TTL). Pricing will be per dry ton TTL. 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). 1.5 Impurities 1.5.1 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. 1.5.2 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, 0.0008% dry weight basis • Sodium Chloride, 2.2% dry weight basis 1.6 Sampling and Analysis 1.6.1 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. 1.6.2 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. 1.6.3. 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. Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 20 of 33 1.7 Rejection 1.7.1 Notice of Nonconformance. If the sodium hydroxide delivered does not meet the requirements of current ANSI/AWWA B501 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. 1.7.2 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 current ANSI/AWWA B501 Standard. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the sodium hydroxide furnished under these specifications complies with all applicable requirements of current ANSI/AWWA B501 Standard. (2) A certified analysis of the sodium hydroxide and a certified weight certificate shall be furnished by the supplier with each shipment. The analysis shall include product content. 1.8.1 Product Certifications. Sodium hydroxide is a direct additive used in the treatment of potable water. The material for the water plant 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 1.9.1 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. 1.9.2 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 HCDPU personnel shall not be construed as a replacement for Chemical Spill Response. The Plant Supervisor 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 hydroxide solutions shall conform to all applicable local, state and federal regulations (including USDOT regulations and applicable interstate regulations). Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 21 of 33 ITEM NO. 6 SULFURIC ACID (93%) 1.1 Scope Sulfuric acid supplied for the water plant use under this specification shall conform to all provisions of applicable AWWA Standards. This specification covers sulfuric acid (93%) for use in water treatment. The estimated annual usage is 500,000 pounds. Pricing is requested for full (TTL) and (LTL) on wet weight basis. 1.2 Purpose The purpose of this specification is to provide manufacturers and suppliers with the minimum requirements for sulfuric acid (93%), including physical, chemical, packaging, shipping, and testing requirements. 1.3 Physical Requirements Sulfuric acid is a strong acidic, colorless, corrosive, oily liquid. 1.4 Chemical Requirements Sulfuric acid delivered under this contract for the water plant shall be a minimum of 93% and a maximum of 94.5% sulfuric acid and have a minimum specific gravity of 1.83 1.5 Impurities 1.5.1 General. The sulfuric acid 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. 1.5.2 Specific Impurity Limits. Sulfuric acid supplied to the water plant shall contain no more than the following percentages of specific impurities: • Iron < 50 ppm by wt. • SO2 < 50 ppm by wt. 1.6 Sampling and Analysis 1.6.1 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. 1.6.2 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. 1.6.3. 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. Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 22 of 33 1.7 Rejection 1.7.1 Notice of Nonconformance. If the sulfuric acid delivered does not meet the requirements of the applicable ANSI/AWWA standard or these specifications, 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. 1.7.2 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 the applicable ANSI/AWWA Standard and these specifications. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the sulfuric acid furnished under these specifications complies with all the applicable requirements of ANSI/AWWA Standards and these specifications. (2) A certified analysis of the sulfuric acid and a certified weight certificate shall be furnished by the supplier with TTL shipment. The analysis shall include product content. 1.8.1 Product Certifications. Sulfuric acid is a direct additive used in the treatment of potable water. The material for the water plant 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 1.9.1 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. 1.9.2 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 HCDPU personnel shall not be construed as a replacement for Chemical Spill Response. The Plant Supervisor 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 sulfuric acid solutions shall conform to all applicable local, state and federal regulations (including USDOT regulations and applicable interstate regulations). Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 23 of 33 ITEM NO. 7 AQUEOUS AMMONIA 1.1 Scope Aqueous ammonia (ammonium hydroxide) supplied for the water plant use under this specification shall conform to all provisions of applicable AWWA Standards and ANSI/CGA G-2.1. This specification covers aqueous ammonia for use in water treatment. The estimated annual usage is 50,000 dry lbs. Pricing is requested for full truck loads (TTL) of 19% on a per dry weight basis. 1.2 Purpose The purpose of this specification is to provide manufacturers and suppliers with the minimum requirements for aqueous ammonia, including physical, chemical, packaging, shipping, and testing requirements. 1.3 Physical Requirements Aqueous ammonia solutions are clear and colorless, but very pungent. It is a strong alkali. 1.4 Chemical Requirements Aqueous ammonia solutions delivered under this contract for the water plant shall be >99 percent pure and contain approximately 19 percent anhydrous hydroxide. 1.5 Impurities 1.5.1 General. The aqueous ammonia solutions 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 aqueous ammonia solutions. 1.6 Sampling and Analysis 1.6.1 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. 1.6.2 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. 1.6.3. 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. Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 24 of 33 1.7 Rejection 1.7.1 Notice of Nonconformance. If the aqueous ammonia solutions delivered does not meet the requirements of these specifications, 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. 1.7.2 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 these specifications. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the aqueous ammonia solutions furnished under these specifications complies with all applicable requirements of ANSI/AWWA Standards and these specifications. (2) A certified analysis of the aqueous ammonia solutions and a certified weight certificate shall be furnished by the supplier with each shipment. The analysis shall include product content. 1.8.1 Product Certifications. Aqueous ammonia solutions are a direct additive used in the treatment of potable water. The material for the water plant 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 1.9.1 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. 1.9.2 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 Plant Supervisor 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 aqueous ammonia solutions shall conform to all applicable local, state and federal regulations (including USDOT regulations and applicable interstate regulations). Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 25 of 33 ITEM NO. 8 COPPER SULFATE 1.1 Scope Copper Sulfate supplied under the contract shall conform to current provisions of ANSI/AWWA B602 Standard. This specification covers copper sulfate for use in the treatment of water supplies. The estimated annual usage is 4,000 lbs. Purchase is by pallet lots containing ~50 lb bags or pails of copper sulfate. Other containers may be used upon approval by County. 1.2 Purpose The purpose of this specification is to provide manufacturers and suppliers with the minimum requirements for copper sulfate, including physical, chemical, packaging, shipping, and testing requirements. 1.3 Physical Requirements Common Industrial grades preferred are Fine-20 or Fine-30 1.4 Chemical Requirements The copper sulfate supplied under this specification means the blue triclinic cupric sulfate pentahydrate crystal form with the formula CuSO4 • 5H2O and shall not contain less than 25 percent metallic-copper equivalent. It is a commercial grade product containing at least 99 percent CuSO4 • 5H2O. 1.5 Impurities 1.5.1 General. Copper sulfate that meets the requirements of this specification shall contain no substances in quantities capable of producing deleterious or injurious effects on the health of those consuming water that has been properly treated with copper sulfate. 1.5.2 Specific Impurity Limits. The copper sulfate supplied to the Harnett County Water Plant shall contain no more than 0.5 percent water insoluble matter . 1.6 Sampling and Analysis 1.6.1 Sampling . A sample will be taken of each container when opened by a County employee and placed in a labeled container. 1.7 Rejection 1.7.1 Notice of Nonconformance. If the copper sulfate delivered does not meet current requirements of ANSI/AWWA B602 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. Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 26 of 33 1.7.2 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 current ANSI/AWWA B602 Standard. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the copper sulfate furnished under these specifications complies with all current requirements of ANSI/AWWA B602 Standard. (2) A certified analysis of the copper sulfate and a certified weight certificate shall be furnished by the supplier with each shipment. The analysis shall include product content. 1.8.1 Product Certifications. Copper 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. Copper Sulfate is required to be registered with USEPA under FIFRA. 1.9 CHEMICAL SPILL RESPONSE REQUIREMENTS 1.9.1 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. 1.9.2 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 HCDPU personnel shall not be construed as a replacement for Chemical Spill Response. The Plant Supervisor 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 copper sulfate shall conform to all applicable local, state and federal regulations (including USDOT regulations and applicable interstate regulations). Because copper sulfate is generally used by water utilities to control algae growth, it is a pesticide as defined by current federal regulations. Each package must bear a label reviewed and accepted by USEPA. This label must list, among other items, the brand name (if any), the manufacturer or supplier, the active ingredient and content, the net weight of the contents, and it must bear a USEPA registration number as well as the USEPA establishment number indicating where the product was manufactured or last repackaged. Failure to provide this label is subject to punishment under federal law. Packages shall also bear markings required by the Department of Transportation (DOT). The price per pound of Copper Sulfate will include the cost of materials to ship product to its destination such as pallets. Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 27 of 33 ITEM NO. 9 POWDERED ACTIVATED CARBON SLURRY 1.1 Scope Powdered Activated Carbon slurry (PAC) supplied under the contract shall conform to all current provisions of ANSI/AWWA B600 Standard. This specification covers powdered activated carbon in slurry form for use in water treatment. The estimated annual usage is 1,200,000 wet lbs. containing 2 lbs per gallon PAC. Pricing is requested for full truck loads (TTL) on a per wet pound basis. 1.2 Purpose The purpose of this specification is to provide manufacturers and suppliers with the minimum requirements for powdered activated carbon, including physical, chemical, packaging, shipping, and testing requirements. 1.3 Physical Requirements The powdered activated carbon supplied under this specification shall have an apparent density of not less than 0.2 g/cc nor greater than 0.75 g/cc, and a particle-size distribution of: Not less than 99 percent of the activated carbon shall pass a No. 100 sieve, not less than 95 percent shall pass a No. 200 sieve, and not less than 90 percent shall pass a No. 325 sieve. For wood-based activated carbons, not less than 95 percent of the activated carbon shall pass a No. 100 sieve, not less than 85 percent shall pass a No. 200 sieve, and not less than 60 percent shall pass a No. 325 sieve. 1.4 Chemical Requirements Powdered activated carbon used to make the slurry under this specification shall have a moisture content of not more than 8 percent at the time of slurry. The iodine number of the PAC preferred shall not be less than 900 mg/g. If due to limited availability then 700 to less than 900 mg/g will be accepted if there are no 900 or greater mg/g bids. The slurry shall contain 2 pounds powdered activated carbon per gallon of water. The water used to make the slurry shall meet all state and EPA drinking water standards. 1.5 Impurities 1.5.1 General. Powdered activated carbon slurry 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 powdered activated carbon slurry. 1.6 Sampling and Analysis 1.6.1 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. 1.6.2 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. Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 28 of 33 1.6.3. 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. 1.7 Rejection 1.7.1 Notice of Nonconformance. If the powdered activated carbon slurry delivered does not meet the current requirements of ANSI/AWWA B600 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. 1.7.2 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 current ANSI/AWWA B600 Standard. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the powdered activated carbon slurry furnished under these specifications complies with all current requirements of ANSI/AWWA B600 Standard. (2) A certified analysis of the powdered activated carbon slurry and a certified weight certificate shall be furnished by the supplier with each shipment. The analysis shall include product content. 1.8.1 Product Certifications. Powdered activated carbon slurry 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 1.9.1 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. 1.9.2 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 HCDPU personnel shall not be construed as a replacement for Chemical Spill Response. The Plant Supervisor 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 Powder Activated Carbon (PAC) shall conform to all applicable local, state and federal regulations (including USDOT regulations and applicable interstate regulations). Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 29 of 33 ITEM NO. 10 CAPTOR 1.1 Scope This specification covers Captor (CaS2O3) used for dechlorination in water and wastewater treatment. The estimated annual usage is 4,000 gallons. Delivery will be in totes or less than truck loads (LTL). Pricing is per gallon. 1.2 Purpose The purpose of this specification is to provide manufacturers and suppliers with the minimum requirements for Captor, including physical, chemical, packaging, shipping, and testing requirements. 1.3 Physical Requirements Liquid calcium thiosulfate solution is a neutral pH range 6.5 to 7.5, clear in appearance with little odor. 1.4 Chemical Requirements Captor delivered under this contract shall contain approximately 30 percent calcium thiosulfate by volume. 1.5 Impurities 1.5.1 General. The calcium thiosulfate solution supplied according to this specification shall contain no soluble material or organic substances in quantities capable of producing deleterious effects to the receiving waters or violating water quality standards when used properly. 1.6 Sampling and Analysis 1.6.1 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. 1.6.2 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. 1.6.3. 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. Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 30 of 33 1.7 Rejection 1.7.1 Notice of Nonconformance. If the calcium thiosulfate delivered does not meet the requirements of this specification, a discovery of nonconformance shall be given to the supplier by County within ten days of County’s notice of nonconformance. County shall have the right to reject all nonconforming product. 1.7.2 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 these specifications. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the Captor furnished under these specifications complies with all applicable requirements of these specifications. (2) A certified analysis of the Captor and shall include product content. 1.9 CHEMICAL SPILL RESPONSE REQUIREMENTS 1.9.1 Spill Response. Response to spilled material clean-up shall occur within eight (8) hours of notification by the treatment plant or the authorized representative, Spill mitigation actions taken by HCDPU personnel shall not be construed as a replacement for Chemical Spill Response. The Plant Supervisor 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 Captor solutions shall conform to all applicable local, state and federal regulations (including USDOT regulations and applicable interstate regulations). Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 31 of 33 EXECUTION OF PROPOSAL PAGE Water Treatment Chemicals Date: By submitting this proposal, Supplier certifies the following: An authorized representative of the firm has signed this proposal. It can obtain insurance certificates as required within 10 calendar days after notice of award. The Supplier has determined the cost and availability of all equipment, materials and supplies associated with performing the services outlined herein. All labor costs, direct and indirect, have been determined and included in the proposed cost. The Supplier is aware of the prevailing conditions associated with performing this contract. The Supplier agrees to complete the scope of work for this project with no exceptions. Therefore, in compliance with the foregoing Request for Proposal, and subject to all terms and conditions thereof, the undersigned offers and agrees, if this proposal is accepted within (60) days from the date of the opening, to furnish the services for the prices quoted. Supplier: Mailing Address: City, State, Zip Code: Telephone Number: Principal Place of Business if different from above: By Title: (Type or Print Name) (Signature) Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 32 of 33 STATE OF NORTH CAROLINA AFFIDAVIT COUNTY OF HARNETT ************************** I, ___________________(the individual attesting below), being duly authorized by and on behalf of ________________________________ ("Employer") after first being duly sworn hereby swears or affirms as follows: 1. Employer understands that E-Verify is the federal E-Verify program operated by the United States Department of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees pursuant to federal law in accordance with NCGS §64-25(5). 2. Employer is a person, business entity, or other organization that transacts business in this State and that employs 25 or more employees in this State. (mark Yes or No) a. YES _____, or b. NO _____ 3. Employer understands that Employers Must Use E-Verify. Each employer, after hiring an employee to work in the United States, shall verify the work authorization of the employee through E- Verify in accordance with NCGS§64-26(a). 4. Employer's subcontractors comply with E-Verify pursuant to federal law, and Employer will ensure compliance with E-Verify by any subcontractors subsequently hired by Employer. This ____ day of _______________, 201__. Signature of Affiant Print or Type Name: _________________________ Harnett County Department of Public Utilities Water and Wastewater Treatment Chemicals Request for Bids Page 33 of 33 State of North Carolina County of ____________________ Signed and sworn to (or affirmed) before me, this the _____ day of ________________, 201__. My Commission Expires: Notary Public (A f f i x O f f i c i a l / N o t a r i a l S e a l ) LS14-369