Loading...
HomeMy WebLinkAbout05/21/1991, C-9 - WATER AND WASTEWATER TREATMENT CHEMICAL BIDS FOR 1991/93 Q�H��II►►►�NIIIIIIIII IIIPIII f san MEETING DATE: IDU�u►Ilu city o lues oB�spo � zl, 1991 COUNCIL AGENDA REPORT ITEM NU — FROM: William T. Hetland PREPARED BY: Ken Earing ` Utilities Director Water Plant Supervisor SUBJECT: Water and Wastewater Treatment Chemical Bids for 1991/93 CAO RECOMMENDATION: By motion, approve plans and specifications for 1991-1993 Water and Wastewater Treatment Chemicals; Authorize staff to solicit bids; and Authorize CAO to award the contract to lowest responsible bidder. DISCUSSION: Plans and specifications have been prepared for the soliciting of competitive bids for chemicals required over the next two years for the Water and Wastewater Treatment processes. The competitive chemical bidders list included with the package is the result of similar City requests for bids for treatment chemicals over the years. The chemicals, estimated at a combined annual cost of $145,600 in 1991/92 and $148,300 in 1992/93, are listed below: 1991-92 1992-93 Chemical Budget Line Item WATER TREATMENT PLANT liquid Chlorine 0.50-5062-012-213 526.500 $27,300 Liquid Alum 050-5062-012-211 $27,300 $28,100 Filter Aids 050.5062-012-216 $ 4,000 5 4,200 Powdered Activated Carbon 050.5062-012-210 S 2,500 5 2.700 Sodium Silicofluoride 050-5062-012-217 $ 6,300 $ 6,500 Potassium Permanganate 050-5062-012-220 $15,000 15 581,600 584,300 WASTEWATER TREATMENT PLANT Liquid Chlorine 050-5062-012-213 $35,000 535,000 Sulfur Diwdde 052-5071-012-214 $29.000 2$ 9.000 $64,000 $64,000 All chemical suppliers are required in the bid documents to supply chemicals in accordance with applicable American Water Works Association standards and the City specifications. As in past years, specification packages will be sent to all of the various chemical companies (19) that supply the required chemicals and the lowest responsible bidder will be selected to supply the City's treatment chemicals. Cil - � IIIIIOIRIIIIQIflI�IIIII jIIuIII "! 1" MEETING DATE: city���ulu0 o san tuts oBIspo COUNCIL AGENDA REPORT ITEM NUMBER: Treatment Chemical Bids Page 2 FISCAL IMPACT The estimated total cost of $145,600 in 1991/92 and $148,300 in 1992/93 has been included in the Water and Wastewater Treatment Budgets recommended in the 1991/93 Financial Plan. This procedure follows the Purchasing Control Guideline, Section 401-3 - Formal Contract Purchases (Greater than $10,000). Plans and Specifications are available in the Council Office for review. i i I I I I I � g �;z_ Gentlemen: The City of San Luis Obispo is inviting bids on the chemicals listed on the attached request for bids . All bids shall be F.O .B . , Stenner Creek Road, or 35 Prado Road, San Luis Obispo, California 93401 . All chemicals will be in accordance with applicable American Water Works Association standards and the attached specifications . All bids will be for period July 1, 1991 through June 30, 1993 . Minimum and maximum quantities for the period are listed on the attached request for bids . Bids must be submitted to the City Clerk 's Office, P .O. Box 8100, San Luis Obispo, CA 93403-8100 by 3 : 00 p.m. , Thursday, June 20, 1991, and must be on the special bid form available from the City Clerk 's Office . Each must be submitted in a sealed envelope, plainly marked with the project 's title and bid-opening time . Detailed instructions for bidding are available with the bid form. Specifications are available from the City Clerk 's Office in City Hall . The lowest responsible bidder will be notified of the bid award by telephone followed by a letter of confirmation . Upon notification (telephone ) , the bidder will be responsible for submitting to the City a certified laboratory report containing the specified information and a signed copy of the City's specifications for each of the chemicals awarded . Failure to provide the documents in the defined time period is cause for cancellation of the bid award . If any questions arise, please contact the undersigned at 805/549-7270 . Thank you for your cooperation in this matter and we look forward to your response . Very truly yours, Ken Earing Water Treatment Plant Supervisor i attachments chembids CITY OF SAN LUIS OBISPO REQUEST FOR CHEMICAL BIDS 1991 - 1993 Estimated quantities to be used : Liquid (Gas ) Chlorine - in one ton cylinders minimum 100 tons maximum 140 tons Liquid Alum minimum 150 tons maximum 240 tons Sodium Hypochlorite ( 12 . 5% Solution) ( 52 Gallon plastic drums ) minimum 90 drums maximum 180 drums Powdered Activated Carbon minimum 2 tons maximum 4 tons Sodium Silicofluoride minimum 5 tons maximum 8 tons Liquid (Gas ) Sulfur Dioxide minimum 30 tons maximum 60 tons Liquid Cationic Polymer minimum 3 tons maximum 6 tons Potassium Permanganate minimum 3 tons maximum 5 tons � q -y CITY OF SAN LUIS OBISPO BID FORM BID DATE: June 20, 1991, at 3 : 00 p.m. A. Liquid Chlorine Deposit charge per cylinder $ Demurrage charge per cylinder after 90 days $ Price per ton delivered $ B. Liquid Alum Price per ton delivered $ C. Sodium Hypochlorite (12 . 5% solution, 52 gallon plastic drums ) $ D. Powdered Activated Carbon Price per ton delivered $ E. Sodium Silicofluoride Price per ton delivered $ F. Liquid Sulfur Dioxide Deposit charge per cylinder $ Price per ton delivered $ G. Liquid Cationic Polymer Price per ton delivered $ H. Potassium Permanganate Price per ton delivered $ Award will be based on the lowest responsible unit bid for each Individual chemical . All bids shall be submitted to the City Clerk by June 20, 1991 at 3 : 00 p .m. Bid opening will be the same day at 3 : 00 p.m. e �,5� SPECIFICATION SODIUM SILICOFLUORIDE 1 . Requirement It is required that a contractor be established to furnish, in accordance with these specifications, all of the City's requirements for sodium silicofluoride during the period of July 11 1991 to June 30, 1993 . 2. General (a ) The sodium silicofluoride shall conform with the American Water Works Association 's Standard for sodium silicofluoride B702-74 or current revision; except as modified or supplemented herein. 3. Quality (a) The sodium silicofluoride shall contain no substances in quantities capable of producing deleterious or injurious effects upon the health of those consuming the water to which the sodium silicofluoride has been added, or causing water so treated to fail to meet the requirements of the California Domestic water Quality and Monitoring Regulations . (b) The sodium silicofluoride, delivered under this specification, shall conform to the following: 1. Free of stones, sticks, paper, or particles of other foreign matter . 2 . Not more than . 05 percent of the "heavy metals", such as mercury, lead, bismuth and copper (expressed as lead (Pb) , and no other soluble mineral or organic substance in quantities capable of producing deleterious or injurious effects . 3 . The material shall be a fine, dry powder containing no lumps and shall be free-flowing and suitable for storage in closed hopper bins and for feeding with a standard dry feeder . 4 . The material shall meet the following requirements at least 98 percent through US Standard Sieve No . 40, less than 25 percent through US Standard Sieve No. 325 . 5 . The sodium silicofluoride shall have a minimum of 98 percent (dry basis ) sodium silicofluoride (Na SiF ) , which corresponds to approximately 59 . 4 percent fluoride ions . 6 . Insoluble matter shall not exceed 0. 5 percent . 7 . Moisture shall not exceed 0 . 5 percent . 4 . Affidavit of Compliance (a ) The Contractor shall submit an affidavit of compliance with these specifications for each delivery of sodium silicofluoride as delivered to the City. (b) The affidavit of compliance shall contain the following: percent insoluble matter percent moisture percent (dry basis ) sodium silicofluoride 5 . Certified Laboratory Report (a ) A certified laboratory report shall be submitted prior to the first sodium silicofluoride delivery to the City, and when a significant change occurs in the Contractor 's process . This report shall contain the following: percent insoluble matter percent moisture content percent "heavy metals expressed as lead (Pb) percent (dry basis ) sodium silicofluoride sieve analysis (b) Charges for the certified laboratory reports shall be included in the bid price . 6 . Quantity (a ) The estimated requirements for sodium silicofluoride, as listed on the "Request for Hid", will vary with the actual demands of the City. (b) The estimated requirements are given for information purposes only and shall not be deemed to guarantee either a minimum amount or restrict the maximum amount to be furnished . (c) It is the intent of this specification to require the Contractor to furnish all the City's sodium silicofluoride requirements . (d ) Neither an underrun, regardless of extent, nor an overrun, regardless of extent, in the actual quantity delivered compared to . the estimated quantity shall entitle the Contractor to an adjustment in the unit price nor to any other compensation . 7 . Delivery The Contractor shall make deliveries of sodium silicofluoride upon request to the City of San Luis Obispo, Stenner Creek Road, San Luis Obispo, California 93401 . The Contractor shall make deliveries of sodium silicofluoride between the hours of 7 : 00 a .m.. to 4 :00 p.m. if the Contractor for any reason cannot make the delivery during the above stated hours, the Contractor shall notify the City and an alternate time will be scheduled . 8 . Containers Sodium silicofluoride shall be shipped in bulk in 50 lb. bags . The net weight of packages shall not deviate from the recorded weight by more than 2. 5 percent. 9 . Condition of Containers (a ) All packages shall be carefully examined by the Contractor, prior to shipment . All packages shall be free from physical damage which will cause leakage of material . (b) Packaged sodium silicofluoride shall be in multi-wall kraft bags, preferably constructed with a polyethylene moisture barrier for better protection during storage . 10 . Packing (a ) The Contractor shall pack sodium silicofluoride in containers which comply in every respect with current Hazardous Material Regulations of the Department of Transportation, Code of Federal Regulations . 11. Marking Each package shall carry a clear identification of the material and shall carry the current proper precautionary information as required . 12 . Placement of Orders The City shall notify the Contractor a minimum of four ( 4 ) days in advance of the requirements for each delivery. 13 . City Contacts In the event a problem and/or question arises regarding this specification, the Contractor shall contact one of the following individuals according to the nature of the problem and/or questions, at 805/549-7270 . (a) Deliveries : Ken Earing, Water Treatment Plant Supervisor Ken Weathers, Water Division Manager (b) Technical : Mike Powell, water Laboratory Technician 0- g -g SPECIFICATION POWDERED ACTIVATED CARBON 1 . Requirement It is required that a contractor be established to furnish, in accordance with these specifications, all of the City's requirements for powdered activated carbon during the period of July 1, 1991 to June 30, 1993 . 2 . General (a) The powdered activated carbon shall conform with the American Water Works Association's standard for powdered activated carbon, B600-78 or current revision; except as modified or supplemented herein. 3 . Quality (a) The powdered activated carbon shall contain no substances in quantities capable of producing deleterious or injurious effects upon the health of those consuming the water to which the powdered activated carbon has been added, or causing water so treated to fail to meet the requirements of the California Domestic Water Quality and Monitoring Requirements . (b) The powdered activated carbon, delivered under this specification, shall conform to the following : (1 ) Free of diluents, either soluble or insoluble, dirt, stones, twigs, or paper . The carbon shall not impart to the water at its rate of feed any contaminant that exceed the limits of drinking water standards . ( 2 ) Moisture content of powdered activated carbon shall not exceed 8 percent by weight . ( 3 ) The apparent density shall not be less than 0 . 2 g/ml nor greater than . 75 g/ml . ( 4 ) Particle size distribution not less than 99 percent 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. ( 5) Iodine number shall not be less than 500 . ( 6 ) Phenol value shall not be greater than 3 . 5 . 4 . Affidavit of Compliance (a) The Contractor shall submit an affidavit of compliance with these specifications for each delivery of powdered activated carbon as delivered to the City. (b) The affidavit of compliance shall contain: ( 1) Moisture content (�) ( 2 ) Iodine number ( 3) Phenol value 5 . Certified Laboratory Report (a ) A certified laboratory report shall be submitted prior to the first powdered activated carbon delivery to the City, and when a significant change occurs in the Contractor 's manufacturing process . This report shall contain the following: Percent moisture content Density (g/ml ) Particle size distribution Iodine number Phenol value (b) Charges for the certified laboratory report shall be included in the bid price . 6 . Quantity (a) The estimated requirements for powdered activated carbon, as listed on the "Request for Hid", will vary with the actual demands of the City. (b) The estimated requirements are given for information purposes only and shall not be deemed to guarantee either a minimum amount or restrict the maximum amount to be furnished. (c ) It is the intent of this specification to require the Contractor to furnish all the City's powdered activated carbon requirements . (d ) Neither an underrun, regardless of extent, nor an overrun, regardless of extent, in the actual quantity delivered compared to the estimated quantity shall entitle the Contractor to an adjustment in the unit price or to any other compensation . 7. Delivery The Contractor shall make deliveries of powdered activated carbon upon request to City of San Luis Obispo, Stenner Creek Road, San Luis Obispo, California 93401. e -10 The Contractor shall make deliveries of powdered activated carbon between the hours of 7 : 00 a .m. to 4 : 00 p.m. If the Contractor for any reason cannot make the delivery during the above stated hours, the Contractor shall notify the City and an alternate time will be scheduled . 8 . Containers Powdered activated carbon shall be shipped in bulk in 50 lb. packages . The net weight of the packages shall not deviate from the recorded weight by more than 5 percent . 9 . Condition of Containers (a) All packages shall be carefully examined by the Contractor, prior to shipment . All packages shall be free from physical damage which will cause leakage of material . (b) Packaged powdered activated carbon shall be in multi-wall kraft bag, preferably constructed with a polyethylene moisture barrier for protection during storage . 10 . Packing The Contractor shall pack powdered activated carbon in containers which comply in every respect with current Hazardous Material Regulations of the Department of Transportation, Code of Federal Regulations . 11. Marking Each package shall carry a clear identification of the material and shall carry the current proper precautionary information as required . 12 . Placement of Orders The City shall notify the Contractor a minimum of four ( 4 ) days in advance of the requirements for each delivery. 13. City Contacts In the event a problem and/or question arises regarding this specification, the Contractor shall contact one of the following Individuals according to the nature of the problem and/or question, at 805/549-7270 . (a ) Deliveries : Ken Earing, Water Treatment Plant Supervisor Ken weathers, water Division Manager (b) Technical : Mike Powell, Water Laboratory Technician SPECIFICATION LIQUID ALUM (Bulk ) 1 . Requirement It is required that a contractor be established to furnish, in accordance with these specifications, all of the City' s requirements for bulk liquid alum during the period of July 1, 1991 to June 30, 1993 . 2 . General (a) The liquid alum shall conform with the American Water works Association 's Standard for Liquid Alum, 8403-82 or current revision; except as modified or supplemented herein. ( b) Dry weight (wt ) shall be defined as : delivery wt (wet wt) X % Al 0 ( lab report ) 17 2 3 3 . Quality (a ) The liquid alum shall contain no substances in quantities capable of producing deleterious or injurious effects upon the health of those consuming the water to which the liquid alum has been added or causing water so treated to fail to meet the requirements of the California Domestic Water Quality and Monitoring Regulations . (b) The liquid alum delivered under this specification shall contain 7 . 3 + 1 . 2 percent as water soluble Al 0 . 2 3 4 . Affidavit of Compliance (a) The Contractor shall submit an affidavit of compliance with these specifications for each delivery of liquid alum as delivered to the City's storage tanks . (b) The affidavit of compliance shall contain : ( 1) percent by weight of Al 0 ( 2 ) pounds of dry alum per §a3lon 5. Certified Laboratory Report (a ) A certified laboratory report shall be submitted prior to the first liquid alum delivery to the City, and when a significant change occurs in the Contractor 's manufacturing process . This report shall contain the following: Percent by weight: Mass (mg) Al 0 ; Arsenic Fe203; Cadmium FoBeBgn sulfates; Chromium Excess water soluble Al 0 Lead Excess water soluble Al? 3 Mercury Suspended matter; and Selenium Pounds of dry alum per gallon Silver (b) Charges for the certified laboratory report shall be included in the bid price . 6 . Quantity (a) The estimated requirements for liquid alum, as listed on the "Request for Hid", will vary with the actual demands of the City. (b) The estimated requirements are given for information purposes only and shall not be deemed to guarantee either a minimum amount or restrict the maximum amount to be furnished . (c ) It is the intent of this specification to require the Contractor to furnish all the City' s liquid alum requirements . (d ) Neither an underrun, regardless of extent, nor an overrun, regardless of extent, in the actual quantity delivered compared to the estimated quantity shall entitle the Contractor to an adjustment in the unit price or to any other compensation . 7 . Delivery The Contractor shall make deliveries of liquid alum upon request in single-unit cargo trailers of 4000-gallon capacity (approximately 26 tons wet weight basis ) to the City of San Luis Obispo, Stenner Creek Road, San Luis Obispo, California 93401 . The Contractor shall make deliveries of liquid alum between the hours of 7 : 00 a .m. to 4 : 00 p.m. If the Contractor for any reason cannot make the delivery during the above stated hours, the Contractor shall notify the City and an alternate time will be scheduled . 8 . Condition of Cargo Trailers (a ) All cargo trailers and appurtenant valves used for the delivery of the liquid alum, under this specification, shall be in good mechanical order and shall be in full compliance with the applicable requirements of the Hazardous Materials Regulations of the Department of Transportation, Code of Federal Regulations, as currently issued . (b) All appurtenant valves, pumps, and discharge hoses used for the delivery of liquid alum shall be clean and free from contaminating material . If off-loading equipment is not properly cleaned, this will constitute a reason for rejection of the load . 9 . Safety Requirement Truck driver shall wear the appropriate protective face and body apparel, as required by the California Occupational Safety and Health Act, when unloading the liquid alum. 10 . Spillage (a) All discharge connections and hose ends shall be plugged, capped, blind flanged, or contained to prevent any spillage of liquid alum. (b) The Contractor shall be notified immediately of any spillage which is not cleaned up by the truck driver . (c) Any spillage not cleaned up within four ( 4 ) hours of notification will be cleaned up by the City forces at a minimum charge of $150 per hour and shall be billed to the Contractor . (d ) The Contractor shall pay for the repair of areas damaged by the spillage of liquid alum. 11 . Placement of Orders The City shall notify the Contractor a minimum of four ( 4 ) days in advance of the requirements for each delivery. 12. City Contacts In the event a problem and/or question arises regarding this specification, the Contractor shall contact one of the following Individuals according to the nature of the problem and/or question, at 805/549-7270 . (a) Deliveries : Ken Earing, Water Treatment Plant Supervisor Ken Weathers, Water Division Manager (b) Technical : Mike Powell, Water Laboratory Technician SPECIFICATION LIQUID CHLORINE (One-Ton Containers ) 1 . Requirement It is required that a contractor be established to furnish, in accordance with these specifications, all of the City's requirements for liquid chlorine in one-ton containers during the period of July 1, 1991 to June 30, 1993 . 2 . General The liquid chlorine shall conform with the American Water Works Association 's Standard for Liquid Chlorine, B301-81 or current revision; except as modified or supplemented herein . 3 . Quality (a) General - The liquid chlorine delivered under this specification shall contain no substance in quantities capable of producing deleterious or injurious effects upon the health of those consuming water to which the liquid chlorine has been added or causing water so treated to fail to meet the requirements of the California Domestic Water Quality and Monitoring Regulations . (b) Moisture - The liquid chlorine delivered shall be dry chlorine with a moisture no greater than 150 ppm ( 0 . 015 percent ) by weight . (c) Nonvolatile Residue - The total residue shall not exceed 150 ppm ( 0 . 015 percent) by weight in liquid chlorine as packaged in containers . 4 . Affidavit of Compliance The Contractor shall submit an affidavit of compliance with these specifications for each delivery of liquid chlorine . The percent of chlorine by volume shall be included . 5 . Certified Laboratory Report (a ) A certified laboratory report shall be submitted prior to the first liquid chlorine delivery to the City, and when a significant change occurs in the Contractor 's process . This report shall contain the following: Percent by volume : Chlorine Parts per Million: Moisture; Nonvolatile Residue; Carbon Tetrachloride (b) Charges for the certified laboratory report shall be included in the bid price . 6 . Quantity (a) The estimated requirements for liquid chlorine, as listed on the "Request for Bid", will vary with the actual demands of the City. (b) The estimated requirements are given for information purposes only and shall not be deemed to guarantee either a minimum amount or restrict the maximum amount to be furnished . (c) It is the intent of this specification to require the Contractor .to furnish all the City's liquid chlorine requirements . (d ) Neither an underrun, regardless of extent, nor an overrun, regardless of extent, in the actual quantity delivered compared to the estimated quantity shall entitle the Contractor to an adjustment in the unit price nor to any other compensation . 7 . Delivery (a ) The Contractor shall make deliveries of liquid chlorine upon request in single unit one-ton ( 2, 000 pounds ) capacity net weight containers to the City of San Luis Obispo Water Treatment Plant, Stenner Creek Road, San Luis Obispo, California 93401, 805/549-7270, or City of San Luis Obispo Wastewater Treatment Plant at 35 Prado Road, San Luis Obispo, CA 93401, 805/549-7240 . (b) The Contractor shall make deliveries of liquid chlorine between the hours of 7 : 00 a .m. to 4 : 00 p .m. If the Contractor for any reason cannot make the delivery during the above stated hours, the Contractor shall notify the City and an alternate time will be scheduled . 8 . Containers (a ) The one-ton containers shall be furnished to the City free of charge for a minimum of 90 days, beginning on the date of delivery and ending on the date of notification by the City to pick up the empty one-ton containers . (b) Deposit charges for the one-ton containers, replacement charges for one-ton containers lost or damaged beyond repair while in City's possession and demurrage charge for the time beyond the 90 days shall be as quoted on the "Request for Bid" sheet . e er_A� 9 . Return for Credit One-ton containers completely or partially filled, returned for credit with chlorine contained therein, shall carry no restocking charges . 10 . Condition of One-Ton Containers (a) All one-ton containers shall be carefully examined by the Contractor as specified in the Chlorine Institute Pamphlet No. 17, Cylinder and Ton Container Procedure for Chlorine Packaging, and in Compressed Gas Association Pamphlet C-6, Standards for Visual Inspection of Compressed Gas Cylinders; and any which show evidence of leakage, damage, or corrosion shall be rejected. One-ton containers, valves, valve threads, and valve packings shall be in good mechanical order and shall operate normally with a wrench no longer than six ( 6 ) inches . Should any one-ton containers and valves not conform to any recommended practice in the above pamphlets in all applicable respects, the Contractor shall be notified and he shall immediately remove the non-conforming one-ton containers(s ) from City property. (b) All one-ton containers delivered to the City during the contracted period shall be hydrostatically tested within the past five years . (c) Each one-ton container (s ) outlet valves, when aligned properly, shall conform to a standard manifold hook-up assembly. Alteration to the flex connector, or yolk assembly, will result in cylinder rejection. (d ) one-ton container (s ) returned shall be exchanged for a one-ton container (s ) in full compliance with the above-referenced conditions at no additional charge to the City. 11 . Packing (a ) The Contractor shall pack the liquid chlorine in one-ton containers which comply in every respect with the current Hazardous Materials Regulations of the Department of Transportation, Code of Federal Regulations, Title 49, Chapter 1, Sub-chapter C, for shipment of chlorine . The containers shall be inspected, reconditioned, cleaned, maintained and loaded in strict accordance with the latest edition of Pamphlet No. 17, "Cylinder and Ton Container Procedure for Chlorine Packaging" issued by the Chlorine Institute, Inc . (b) The Contractor receiving liquid chlorine from a manufacturer shall take great care in the packaging operation so that there is no addition of moisture or other contaminants which would increase the formation of ferric chloride, or any other deleterious material which can clog valves, evaporators or chlorinators . e9 -/ 7 c) The maximum permitted filling density is 125 percent . The filling density is defined as the percent ratio of the weight of water that the one-tun containers will hold at 60 F . 12 . Marking Each one-ton container shall carry a clear identification of the material, and shall carry the current proper precautionary information as required by the Department of Transportation and Other regulatory agencies concerning the hazardous nature of chlorine . 13 . Placement of Order The City shall notify the Contractor a minimum of four ( 4 ) days in advance of the requirements for each delivery. 14 . City Contacts In the event a problem and/or question arises regarding this specification, the Contractor shall contact one of the following individuals according to the nature of the problem and/or question, at 805/549-7270 . (a ) Deliveries : Ken Earing, Water Treatment Plant Supervisor Ken Weathers, Water Division Manager (b) Technical : Mike Powell, Laboratory Technician SPECIFICATION LIQUID SULFUR DIOXIDE (One-Ton Cylinders ) 1 . Requirement It is required that a contractor be established to furnish, in accordance with these specifications, all of the City's requirements for liquid sulfur dioxide in one-ton cylinders during the period of July 1, 1991 through June 30, 1993 . 2 . General The liquid sulfur dioxide shall be provided in accordance with these specifications . 3 . Quality (a ) General - The liquid sulfur dioxide delivered under this specification shall contain no substance in quantities capable of producing deleterious or injurious effects upon beneficial uses of downstream receiving waters or to cause the wastewater effluent to fail to meet California State Water Resources Control Board, State Department of Health Services or United States Environmental Protection Agency discharge regulations . (b) Moisture - The liquid sulfur dioxide delivered shall be dry sulfur dioxide with a moisture no greater than 150 ppm ( 0 . 015 percent ) by weight . (c ) Nonvolatile Residue - The total residue shall not exceed 150 ppm ( 0 . 015 percent ) by weight in liquid sulfur dioxide as packaged in cylinders . 4 . Affidavit of Compliance The contractor shall submit an affidavit of compliance with these specifications for each delivery of liquid sulfur dioxide . The percent of sulfur dioxide by volume shall be included . 5 . Certified Laboratory Report (a ) A certified laboratory report shall be submitted prior to the first liquid sulfur dioxide delivery to the City, and when a significant change occurs in the contractor ' s process . This report shall contain the following: Percent by volume : Sulfur Dioxide Parts per Million: Moisture; Nonvolatile Residue (b) Charges for the certified laboratory report shell be included in the bid price . 6 . Quantity (a) The estimated requirements for liquid sulfur dioxide, as listed on the "Request for Bid", will vary with the actual demands of the City. (b) The estimated requirements are given for information purposes only and shall not be deemed to guarantee either a minimum amount or restrict the maximum amount to be furnished . (c) It is the intent of this specification to require the contractor to furnish all the City' s liquid sulfur dioxide requirements . (d) Neither an underrun, regardless of extent, nor an overrun, regardless of extent, in the actual quantity delivered compared to the estimated quantity shall entitle the contractor to an adjustment in the unit price nor to any other compensation. 7 . Delivery (a ) The contractor shall make deliveries of liquid sulfur dioxide upon request in a single unit one-ton ( 2, 000 ) pounds ) capacity net weight cylinders to the City, at 35 Prado Road, San Luis Obispo, California 93406-8100, ( 805/549-7240 ) . (b) The contractor shall make deliveries of liquid sulfur dioxide between the hours of 8 : 00 a .m. to 5 : 00 p.m. If the contractor for any reason cannot make the delivery during the above stated hours, the contractor shall notify the City and an alternate time will be scheduled . S . Containers (a ) The one-ton cylinders shall be furnished to the City free of charge for a minimum of 90 days, beginning on the date of delivery and ending on the date of notification by the City to pick up the empty one-ton cylinders . (b) Deposit charges for the one-ton cylinders, replacement charges for one-ton cylinders lost or damaged beyond repair while In City' s possession and demurrage charge for the time beyond the 90 days shall be as quoted on the "Request for Bid" sheet . 9 . Return for Credit (a ) One-ton containers completely or partially filled, returned for with sulfur dioxide contained therein, shall carry no restocking charges . 10 . Condition of One-ton Cylinders (a ) All one-ton cylinders shall be carefully examined by the Contractor as specified in the Chlorine Institute Pamphlet No . 17, e- 49 -2.6 Cylinder and Ton Container Procedure for Chlorine Packaging, and in Compressed Gas Association Pamphlet C-6, Standards for Visual Inspection of Compressed Gas Cylinders; and any which show evidence of leakage, damage, or corrosion shall be rejected . One-ton cylinders, valves, valve threads, and valve packings shall be in good mechanical order and shall operate normally with a wrench no longer then 6 inches . Should any one-ton cylinder and valve nor conform to recommended practice in the above pamphlets in all applicable respects, the Contractor shall be notified and he shall immediately remove the non-conforming cylinder (s ) from City property. (b) All one-ton cylinders delivered to the City during the contracted period shall be hydrostatically tested within the past five years . (c ) Each one-ton cylinder outlet valve, when aligned properly, shall conform to a standard manifold hook-up assembly. Alteration to the flex connector, or yolk assembly, will result in cylinder rejection. (d ) One-ton cylinder (s ) returned shall be exchanged for a one-ton cylinder (s ) in full compliance with the above-referenced conditions at no additional charge to the City. 11 . Packing (a ) The Contractor shall pack the liquid sulfur dioxide in one-ton cylinders which comply in every respect with the current Hazardous Materials Regulations of the Department of Transportation, Code of Federal Regulations, Title 99, Chapter 1, Sub-chapter C, for shipment of sulfur dioxide . The cylinders shall be inspected, reconditioned, cleaned, maintained and loaded in strict accordance with the latest edition of Pamphlet No. 17, "Cylinder and Ton Container Procedure for Chlorine Packaging" issued by the Chlorine Institute, Inc. (b) the Contractor receiving liquid sulfur dioxide from a manufacturer shall take great care in the packaging operation so that there is no addition of moisture of other contaminants which would increase the formation of deleterious material which can clog valves, evaporators or sulfonators . 12 . Marking (a ) Each one-ton cylinder shall carry clear identification of the material, and shall carry the proper precautionary information as required by the Department of Transportation and other regulatory agencies concerning the hazardous nature of sulfur dioxide . 13 . Placement of Order (a )The City shall notify the Contractor a minimum of 9 days in advance of the requirements for each delivery. Coq -2� 14 . City Contacts (a) In the event a problem and/or question arises regarding this specification, the Contractor shall contact one of the following individuals at 805/549-7240 or 7242: Doug Marks, WWTP Supervisor John Moss, Wastewater Division Manager chembids SPECIFICATION SODIUM HYPOCHLORITE SOLUTION ( 52 Gallon Plastic Drums ) 1 . Requirement It is required that a contractor be established to furnish, in accordance with these specifications, all of the City's requirements for 12 . 5 % sodium hypochlorite solution, during the period of July 1, 1991 through June 30, 1993 . 2 . General The sodium hypochlorite solution shall conform with the American Water Works Association 's Standard for hypochlorites, B300-87 or current revision; except as modified or supplemented herein. 3 . Quality (a ) General - The hypochlorites delivered under this specification shall contain no substance in quantities capable of producing deleterious or injurious effects on the health of those consuming a water that has been treated properly with the hypochlorites . (b) Sodium hypochlorite shall contain not less than 100 g/L available chlorine ( 10 trade percent ) . (c) The total free alkali (as NaOH) in sodium hypochlorite shall not exceed 1 . 5 percent by weight . 4 . Affidavit of Compliance The contractor shall submit an affidavit of compliance with these specifications for each delivery of sodium hypochlorite . 5. Certified Laboratory Report (a) A certified laboratory report shall be submitted prior to the first hypochlorite delivery to the City, and when a significant change occurs in the contractor ' s process . (b) Charges for the certified laboratory report shall be included in the bid price . 6 . Quantity (a ) The estimated requirements for sodium hypochlorite, as listed on the "Request for Bid", will vary with the actual demands of the City. C � - z3 (b) The estimated requirements are given for information purposes only and shall not be deemed to guarantee either a minimum amount or restrict the maximum amount to be furnished. (c) It is the intent of this specification to require the contractor to furnish all the City's sodium hypochlorite requirements . (d ) Neither an underrun, regardless of extent, nor an overrun, regardless of extent, in the actual quantity delivered compared to the estimated quantity shall entitle the contractor to an adjustment in the unit price nor to any other compensation . 7 . Delivery (a) The contractor shall make deliveries of sodium hypochlorite upon request to the City of San Luis Obispo, Stenner Creek Road, San Luis Obispo, California 93401 . (b) The contractor shall make deliveries of sodium hypochlorite between the hours of 7 : 00 a .m. to 4 :00 p.m. If the contractor for any reason cannot make the delivery during the above stated hours, the contractor shall notify the City and an alternate time will be scheduled . 8 . Condition of Containers The sodium hypochlorite shall be of 12 . 5% available chlorine by weight, and shipped in plastics containers of 52 gallons each . 9 . Marking Each container shall carry a clear identification of the material, and shall carry the current proper precautionary information as required by the Department of Transportation and other regulatory agencies . 10 . Placement of Order The City shall notify the Contractor a minimum of four ( 4 ) days in advance of the requirements for each delivery. 11 . City Contacts In the event a problem and/or question arises regarding this specification, the Contractor shall contact one of the following individuals according to the nature of the problem and/or question, at 805/549-7270 . cg -dy (a ) Deliveries : Ken Earing, Water Treatment Plant Supervisor Ken Weathers, Water Division Manaqer (b) Technical : Mike Powell, Laboratory Technician Ct