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