2019 Treatment Chemical Specifications/Bid Sheet – Lawrence, Kansas
# |
Chemical Type |
Material Specifications |
Container |
Acceptable Shipment Max. |
Acceptable Shipment Min. |
Standard |
Facility(s) |
Estimated Usage |
Notes |
Price ($/unit) |
1 |
Ferrous Chloride |
Conc >28% by wt. |
Bulk |
5,000 gals |
400 gals |
n/a |
Lift Stations # 3, 9, 10, 46 |
13,000 gals |
1 – 6, 11, 14 |
/ gal |
2 |
Ferric Chloride |
Conc >36% by wt. |
Bulk |
22,000 gals |
4,500 gals |
n/a |
Clinton KRww WRww |
170,000 gals
|
1 – 6, 11, 17, 18 |
/gal
|
3 |
Sodium Hypochlorite |
Conc >12.5% by wt. |
Bulk |
6,500 gals |
4,500 gals |
AWWA B300,NSF |
Kaw Clinton KRww |
450,000 gals |
1 – 6, 11 |
/ gal |
4 |
Sodium Hypochlorite |
Conc>12.5% by wt. |
Tote |
13,000 gals |
1 Tote |
NS |
WRww |
5 totes |
1 – 4, 6, 18 |
/ gal |
5 |
Cal~Flo Liquid Lime |
30% Liquid Lime |
Bulk |
60,000 lbs |
20,000 lbs |
AWWA B202 |
Clinton |
380 tons |
1 – 6, 11 |
/ lb |
6 |
Quicklime |
5/8” pebble Min 96% avail. |
Bulk |
84,000 lbs |
50,000 lbs |
AWWA B202 |
Kaw KRww |
1,413 tons |
1 – 6, 11 |
/ lb |
7 |
Sodium Bisulfite |
Conc >36% by wt. |
305 gal Tote 3.8’ x 3.8’ x 5.8 |
10 totes |
1 Tote |
NSF
|
Kaw Clinton KRww |
61 Totes |
1 – 4, 6 |
/gal |
8 |
Carbon Dioxide |
Liquid/gas |
Bulk |
45,000 lbs |
15,000 lbs |
AWWA B510,NSF |
Kaw Clinton |
620 tons |
1 – 6, 11 |
/ lb |
9 |
Phosphate Solution |
Liquid |
Tote |
3 totes |
1 Tote |
NSF |
Kaw Clinton |
20 Totes |
1 – 4, 6, 9 |
/gal |
10 |
Polymer |
Liquid |
Bulk / Tote |
15,000 lbs |
6,000 lbs |
NSF |
Kaw |
30 tons |
1 – 6, 8 |
/ lb |
11 |
Polymer |
Liquid |
Bulk |
15,000 lbs |
6,000 lbs |
NSF |
Clinton |
45 tons |
1 – 6, 8, 11 |
/ lb |
12 |
Polymer (Actiflo) |
Liquid |
Tote |
2,500 / tote |
n/a |
n/a |
KRww |
10 totes |
1 – 4, 6, 15 |
/ lb |
13 |
Polymer (Press) |
Liquid |
Tote |
2,500 / tote |
n/a |
n/a |
KRww |
30 totes |
1 – 4, 6, 12 |
/ lb |
14 |
Powdered Activated Carbon |
Powder |
Bulk |
45,000 lbs |
40,000 lbs |
AWWA B600-10, NSF |
Kaw Clinton |
280 tons |
1 – 6, 10, 11 |
/ lb |
15 |
Sodium Silicofluoride |
Powder |
50 lb. bags |
200 bags |
50 Bags |
AWWA B702,NSF |
Kaw Clinton |
20 tons |
1 – 4, 6, 7 |
/ lb |
16 |
Aqua Ammonia |
Conc>19.0% |
Bulk |
2,400 gals |
1,600 gals |
NSF |
Kaw Clinton |
196 tons |
1 – 6, 11 |
/ gal |
17 |
Aluminum Sulfate |
Ground |
Bulk |
55,000 lbs |
45,000 lbs |
AWWA B403,NSF |
Kaw |
132 tons |
1 – 6, 11 |
/ lb |
18 |
Potassium Permanganate |
Dry only |
55 lb Pail |
4,000 lbs |
1,500 lbs |
AWWA B603-93 |
KRww |
8,000 lbs |
1 – 4, 6, 13 |
/ lb |
19 |
Anti-Foamer |
Liquid |
Tote |
2,500 / tote |
n/a |
n/a |
KRww |
3 totes |
1 – 4, 6, 16 |
/ lb |
Notes:
1. All bids shall comply with the price per unit, material specifications, containers, standards, notes, and meet the acceptable shipment quantity minimum & maximums.
2. Any bid not meeting Notes # 1 will not be considered.
3. Emergency delivery within 24 hours of placement of order. Cannot be deviated from if emergency declared.
4. The contractor shall abide by the City of Lawrence Utilities Management System. Information on the management system is attached.
5. Driver must possess a minimum of 40 feet of hose for all locations. Exception: Minimum of 80 feet of hose at the Kaw plant.
6. Driver is responsible for clean-up of all spilled material and having proper personal protective equipment.
7. Bags shall be stacked on wooden pallets, compatible with manual pallet jack and positioned on the truck so they can be off loaded with the pallet jack onto loading dock. Pallets shall contain a maximum of fifty (50) bags weighing 50 pounds each (2500 pounds per pallet).
8. Acceptable polymer at Kaw Plant shall be: Nalco 8102 Plus, Polydyne Clarifloc C-308, GS Robin 120. Acceptable polymer at Clinton plant shall be: Nalco 8186. Totes will be off-loaded by carrier.
9. Acceptable Phosphate Solution at Kaw and Clinton Plants is AquaPure 3655. Documentation of % active phosphate required with bid.
10. Calgon WPH 800 or WaterCarb 800 are the only accepted carbons for Kaw Plant on this item. Calgon WPH 800 only acceptable carbon for Clinton Plant on this item. No substitutes or equivalents will be accepted. Carbon shall have a guaranteed delivery time of no more than 2 weeks from notification.
11. Chemical fill line purged with air supplied by vendor.
12. Acceptable polymer shall be: Polydyne Clarifoc CE-616 or 617, BASF Zetag 8819, Univar VanFloc 4135. Facility has no loading dock. Driver required to put material to the back of the truck. Require flat truck & pallet jack to be used.
13. Only Carus brand potassium permanganate will be accepted. Containers are required to be corrosion proof, nonreturnable drums with seal tight fully locking top closure.
14. Ferrous chloride will be ordered in full truckloads to be delivered to 4 locations by the vendor.
15. Acceptable polymer shall be ALComer 120L or BRENNFLOC AP2635. No other will be accepted. City to be informed in advance of a name change.
16. Acceptable anti-foamer shall be: Tramfloc 1110 or TRANS-10 K. No other will be accepted.
17. Prior to offloading delivery, a City of Lawrence Plant Operator will obtain a sample of the load and run a Ferrous Chloride (Fe2+) determination analysis on the Ferric chloride to be delivered. Results must prove to be ≤0.90 mg/L Fe2+. If ≥0.91 mg/L Fe2+, the City of Lawrence reserves the right to refuse the load and another delivery will be requested. If load is refused, the vendor is to cover the trip charge for the refused load.
18. Wakarusa River WWTP is newly constructed. We are unsure of the quantities of chemical needed.
Supplemental Specifications to Treatment Chemical Bids
§ All possible fees/deposits must be listed in the additional comments section of this document. Once a bid is awarded, the City will not be responsible to meet any new requirements/fees/deposits.
§ All invoices will be billed in the same unit as listed on this document.
§ The City of Lawrence will consider price increases/decreases on a quarterly basis, based on evidence presented by the supplier/manufacturer to verify raw material price increases/decreases that are over 5% of the bid price.
§ The City of Lawrence expects its chemical providers to make an earnest effort to incorporate fluctuating fuel prices into their bids. To this end, the City will not accept fuel surcharges until fuel prices have increased by 20% from the price on bid opening date. Fuel price will be determined by the City’s Garage Manager. Additionally, the City may request relief, if the price of fuel falls an equivalent amount!
§ The City reserves the right to refuse a subcarrier.
§ Carrier must inform us of the driver’s name to the respective plant a minimum of 24 hours prior to delivery or the order may by refused. Bulk deliveries are required to have seals in place to insure against tampering.
§ Reference to a specific standard shall mean the most current revision. Substitution for a different standard shall not be accepted. Failure to maintain a standard certification shall be deemed as non-compliance to the contract requirements. Product certification shall be provided to the owner at the time of award.
§ The Certificate of Analysis must accompany the shipment or be faxed to the facility prior to arrival of the delivery. Delivery will be denied without a Certificate of Analysis.
§ Owner reserves the right to complete testing for verification of chemical compliance with stated specifications. Non-compliance shall constitute rejection of the Bid. Deliveries of chemicals that do not adhere to the specifications may be rejected as deemed necessary by the owner. A sample of each chemical delivery will be conveyed to the Plant Manager when requested for possible verification testing.
§ Delivery of the material shall be delivered on the agreed upon date.
§ Each supplier shall provide Safety Data Sheets (SDS) concerning the product application after award of the bid, and as any updates become available.
§ All suppliers will conduct a safety seminar for appropriate employees within a reasonable and mutually convenient time following award of the contract if requested. The seminar shall be conducted at the owner’s facility and shall include a review of updated SDS sheets, specific chemical hazards, proper handling, storage, etc.
§ Materials must arrive at the plant between 8 AM and 3:00 PM M – F unless specifically authorized in advance of delivery.
§ Facility & Lift Station Addresses:
(Kaw) Kaw Water Treatment Plant (Clinton) Clinton Water Treatment Plant (KRww) Kansas River WWTP
720 West 3rd Street 2101 Wakarusa Drive 1400 E. 8th St.
Lawrence, KS 66044 Lawrence, KS 66045 Lawrence, KS 66044
38.584, - 95.143 38.564, -95.182 38.589, -95.131
(WRww) Wakarusa River WWTP (# 3) Lift Station # 3 (# 9) Lift Station # 9
2300 E. 41st St. 720 Grant 3613 Brush Creek
Lawrence, KS 66046 Lawrence, KS Lawrence, KS
38.91, -95.20 38.584, -95.132 38.555, -95.173
(# 10) Lift Station # 10 (# 46) Lift Station # 46
3055 Louisiana 1025 N. Minnesota
Lawrence, KS Lawrence, KS
38.930, -95.243 38.595, -95.151
Chemical bids shall be effective between January 1, 2019 and December 31, 2019. Bids shall include all necessary freight/delivery charges. Material shall be delivered in the appropriate bulk storage tank. Chemical quantities listed are estimates only. The City of Lawrence shall elect to purchase more, less or none of the stated amounts. Each chemical shall meet or exceed all of the standards specified above. It is understood by the bidder that the City of Lawrence is exempt from Federal excise tax and therefore, the net amount of the bid does not reflect this item. The bidder agrees that acceptance of any bid by the City within a reasonable amount of time constitutes a contract.
Company Name |
|
|
Additional Comments: |
Phone Number |
|
|
|
Fax Number |
|
|
|
Contact Number |
|
|
|
Contact Name (printed) |
|
|
|
Signature/Date |
|
|
|
Company email for future bid notice |
|
|
|
Payment methods accepted: ACH □ Visa □ Check □ THE ORIGINAL AND TWO COPIES OF THE BID SPECIFICATIONS ARE REQUIRED