NARRAGANSETT BAY COMMISSION SPECIFICATIONS FOR SODIUM HYPOCHLORITE SOLUTION

Similar documents
RFB #18-01 Water & Wastewater Treatment. Unit Price Chemical Bid QUESTIONS AND CITY RESPONSES

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

Chemical Receiving Safety. Joel Anderson, Chief Operator Sebago Lake Water Treatment Facility Portland Water District

Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety.

SNOW REMOVAL - REQUEST FOR PROPOSAL. Snow Removal/Clearing and Sanding/Salting for Winter Fundy Ocean Research Center for Energy

Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety.

AED Design Requirements: Chlorinators

Ottumwa Schafer Stadium 8-Lane Track BIDS RECEIVED AT: OTTUMWA COMMUNITY SCHOOL DISTRICT OFFICE 1112 N. VAN BUREN OTTUMWA, IOWA 52501

REQUEST FOR QUOTATION (RFQ) FOR PROCUREMENT OF THERMO HYGROMETER -UNDP GLOBAL FUND

AM01 - System Offices. Purchase Order

Purchase of Two (2) Snow Plows and Two (2) Plow Sub-frames.

RHODE ISLAND EMPLOYER S INCOME TAX WITHHOLDING TABLES DRAFT 11/27/2018.

Sample Snow Services Proposal Alle Rorie 7157 E Kemper Rd Cincinnati, OH Phone: (800)

REQUEST FOR PROPOSALS CLOSING DATE:

AM20 - Texas A&M Veterinary Medical Purchase Order

SOUTHEAST PLANT POWER FEED AND PRIMARY SWITCHGEAR UPGRADES CIVIC DESIGN REVIEW - PHASE 1 - MAY 16, 2016

South Jersey Guppy Group. July 14-15, 2018

GUIDELINES FOR FILMING IN TOMBALL, TEXAS

Bid Specifications Release Date: October 18, 2017 DESCRIPTION: Snow Plow Services

SOUTHEAST PLANT POWER FEED AND PRIMARY SWITCHGEAR UPGRADES CIVIC DESIGN REVIEW - PHASE 1 - NOVEMBER 14, 2016

AM01 - System Offices. Purchase Order

SECTION DESCRIPTION PAGE I. BUDGET INTRODUCTION... 1 II. FISCAL YEAR 2017 BUDGET ANALYSIS... 2 III. PROPOSED OPERATING BUDGET... 4

AM02 - Texas A&M University. Purchase Order

EXHIBIT & SPONSORSHIP PROSPECTUS. 26th Annual Conference Rhode Island Convention Center

NLCIL RESERVES THE RIGHT TO CONDUCT REVERSE AUCTION ON ITEM WISE SITE COST BASIS AFTER PRICE BID OPENING SUBJECT TO

CITY OF NEW LONDON WINTER ROAD & SIDEWALK MAINTENANCE POLICY

Acknowledgment of Aramco Asia. Supplier Code of Conduct

Drexel Woods Homeowner s Association, Inc Baltimore National Pike, Box 158 Catonsville, MD 21228

Schedule C By-Law Snow and Ice Control Services - Project Specifications for Various Parking Lots

STATE OF COLORADO DESIGN CRITERIA FOR POTABLE WATER SYSTEMS WATER QUALITY CONTROL DIVISION. Price: $5.00. Revised March 31, 1997

City of Scottsbluff, Nebraska Monday, July 16, 2018 Regular Meeting

AM02 - Texas A&M University. Purchase Order

DEPARTMENT OF THE ARMY MILITARY SURFACE DEPLOYMENT AND DISTRIBUTION COMMAND (SDDC) 1 SOLDIER WAY SCOTT AFB, IL 62225

Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety.

AM04 - Tarleton State University Purchase Order

SECTION DESCRIPTION PAGE I. BUDGET INTRODUCTION... 1 II. FISCAL YEAR 2017 BUDGET ANALYSIS... 2 III. FINAL OPERATING BUDGET... 3

City of Brainerd, Minnesota Snowplowing Policy

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1060

ON SITE SYSTEMS Chemical Safety Assistant

AM02 - Texas A&M University. Purchase Order

Town of Barnstable. Department of Public Work. Snow and Ice Control Operations Plan

AM02 - Texas A&M University. Purchase Order

INVITATION TO BID. Martha L. Rehbein City Clerk. Publish: March 15 th, 2015 March 22 nd, 2015

TATA CHEMICALS MAGADI LIMITED (Mining Section) TRONA CRUSHING PLANT AND PREWASH TANK FACILITY PROJECT

AM23 - Texas A&M University Health Science Purchase Order

Sodium Chloride - Overview

City of Scottsbluff, Nebraska Monday, December 4, 2017 Regular Meeting

School Cancellation Procedures Due to Extreme Weather Conditions

Math 135 Intermediate Algebra. Homework 3 Solutions

Instructions for the use of mobile curving machine on site. Zambelli RIB-ROOF GmbH & Co. KG Zambelli Dach + Fassadentechnik GmbH

STATE OF NORTH CAROLINA D DEPARTMENT OF ADMINISTRATION February 1, 2013 PURCHASE AND CONTRACT DIVISION C March 8, 1995

Monroe County: Key West and Lower Keys

AM02 - Texas A&M University. Purchase Order

2010/2011 Winter Weather Summary

SUBPART MULTIYEAR CONTRACTING (Revised December 19, 2006)

Module 20: Corrosion Control and Sequestering Answer Key (edited April 2017)

Iowa Department of Transportation

Case 2:13-cv JCM-CWH Document 508 Filed 03/08/19 Page 1 of 10

AM 500A 500 WATT AM 1A 1 KILOWATT AM BROADCAST TRANSMITTERS. October, 1999 IM No

AGENDA TREADWELL ARENA ADVISORY BOARD MEETING

Wastewater Treatment Plant Chemical Perspectives. Presented By: Brian Villacorta, P.E., BCEE Los Angeles County Sanitation Districts

MATERIAL AND EQUIPMENT STANDARD FOR. INHIBITOR FOR HYDROCHLORIC ACID AND HCl+HF DESCALING AND PICKLING SOLUTION FOR OIL AND GAS WELLS ORIGINAL EDITION

Sample Problems for the Final Exam

Materials in Snow and Ice Control MATERIALS. Winter Maintenance Materials 1/9/2015. OTA Winter Conference 2014

TOWNSHIP OF NUTLEY PURCHASE OF SURPLUS EQUIPMENTNEHICLES SPECIFICATIONS AND PROPOSALS FOR ESSEX COUNTY NEW JERSEY

Request for Tenders. Community Development, Parks & Recreation Facility Snow Removal

CITY OF PORTLAND, TEXAS SERVICE PLAN FOR ANNEXATION AREA

A Unique, Educational SELL-OUT EVENT. September 15, 2018 Convention Center 10am-3pm at the Empire State Plaza 2018 EXHIBITOR INFORMATION

MIFACE INVESTIGATION: #02MI060

RESOLUTION NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF SUPERVISORS OF THE CORKSCREW FARMS COMMUNITY DEVELOPMENT DISTRICT:

3. If a forecast is too high when compared to an actual outcome, will that forecast error be positive or negative?

Amended Specifications as per the Pre Bid meeting held on in Chapter 4

See Publication NYS-50-T.1 for the updated information.

COMPANY PROFILE Brakfontein Road Kosmosdal X30. Page 1 of 6

Office plants on rental or outright purchase, with or without maintenance.

CITY OF MINOT SNOW REMOVAL PLAN October 2018

CITY OF DWIGHT NEWSLETTER

Cold Weather Preparation

SECTION DESCRIPTION PAGE I. BUDGET INTRODUCTION... 1 II. FISCAL YEAR 2017 BUDGET ANALYSIS... 2 III. PROPOSED OPERATING BUDGET... 3

City of Scottsbluff FUND EQUITY IN CASH - YEAR TO DATE FOR THE NINE MONTHS ENDED JUNE 30, 2017 AND 2016

Annual Institute for Supply Management R. Gene Richter Scholarship Awards

Town of Southwest Ranches Statement of Revenues and Expenditures From 10/1/2010 Through 12/31/2010. Current Year Actual Prior Year Actual

PENNSYLVANIA DEPARTMENT OF EDUCATION CHILD AND ADULT CARE FOOD PROGRAM CHILD CARE CENTER MONITOR REPORT

The economic impact of the Liberty Oil Project A focus on employment and wages during the construction phase. Mouhcine Guettabi and Robert Loeffler

NORTH DAKOTA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TEMPORARY EROSION AND SEDIMENT BEST MANAGEMENT PRACTICES

TOWN OF THORNTON, NEW HAMPSHIRE WINTER AND INCLEMENT WEATHER POLICY AND PRIORITIES

John A. Carlson Snow and Ice Removal

The following procedures describe how application managers will review chemical additives during the permit application review phase.

POLICY AND PROCEDURES FOR USING CONTROLLED SUBSTANCES IN NON- CLINICAL EDUCATIONAL AND RESEARCH ACTIVITIES

CHANGE. Purchasing Agent: Name: John Jones Phone: Fax: Valid from/to: 09/01/ /31/2017. Please Deliver To:

RPUPlugged In. at the end of April. Larry Koshire retiring. Thanks for your dedication and service to the city of Rochester!

CITY OF MINOT SNOW REMOVAL PLAN November 2017

Town of Southwest Ranches Statement of Revenues and Expenditures From 10/1/2011 Through 12/31/2011. Current Period Actual

September 13, 2018 MEDIA RELEASE. Waynesboro Department of Emergency Management Waynesboro Police Department Waynesboro Fire Department

AIR FORCE RESEARCH LABORATORY MATERIALS AND MANUFACTURING

Department of Transportation. National Highway Traffic Safety Administration. [Docket No. NHTSA ; Notice 2]

Town of Georgetown Founded Incorporated 1912

North Baldwin Chamber of Commerce ATTN: Christmas Fest Tree Decorating Contest P.O. Box 310, Bay Minette, AL 36507

ZONING. 195 Attachment 1

Transcription:

The Narragansett Bay Commission Vincent J. Mesolella Corporate Office Building Chairman One Service Road Providence, RI 02905 Raymond J. Marshall 401 461 8848 Executive Director 401 461 6540 FAX http://www.narrabay.com Bid # 1221 April 22, 2016 NARRAGANSETT BAY COMMISSION SPECIFICATIONS FOR SODIUM HYPOCHLORITE SOLUTION Bid specifications for the purchase and delivery of sodium hypochlorite solution (NaOCl). Chemical Abstract Service No. 7681-52-9 I. General Requirements: Under this contract, the successful bidder (hereinafter referred to as the Supplier ) shall furnish and deliver, by tank-truck, liquid sodium hypochlorite solution (NaOCl) for use at the Narragansett Bay Commissions (NBC) Field s Point Wastewater Treatment Facility, 2 Ernest Street Providence, RI 02905 and Bucklin Point Wastewater Treatment Facility, 102 Campbell Ave., E. Providence, RI 02916. Sodium hypochlorite solution must be delivered to the following locations at the Field s Point Wastewater Treatment Facility and Bucklin Point Facility: A. Field s Point Wastewater Treatment Facility: 1.) Disinfection Facility ( Tank Farm) 2.) Wet Weather Facility and Chlorine Contact Tank Back-up Storage Tank 3.) Chlorine Contact Tank or Wet Weather Area Emergencies. 4.) Miscellaneous (odor control and filament control). B. Bucklin Point Wastewater Treatment Facility: 1.) Sodium Hypo Tank Farm II. Specifications: 1

Chemical Formula: Sodium Hypochlorite solution (NaOCl) Chemical Abstract Service No. 7681-52-9 Concentration When Loaded: Available Chlorine: 150-160 grams per liter 15.0-16.0 % by volume 12.5-13.0 % by weight Sodium Hypochlorite: 157-168 grams per liter 15.7-16.8 % by volume 13.0-13.8 % by weight Excess Alkalinity: 6-10 grams per liter As NaOH: 0.6-1.0 % by volume 0.5-0.8 % by weight Iron: (Fe): no greater than 1.0 mg/liter Copper (Cu): no greater than 0.5 mg/liter ph: not to exceed 11.2 Specific Gravity @ 60 degrees Fahrenheit: 1.20-1.22 Other requirements: Delivery: The material shall be free of sediment and suspended solids. via Tank-truck III. Quantities: A. Field s Point 1.) Disinfection Facility: Total estimated usage (but not firm) for the period of July 1, 2016 to June 30, 2017 is 500,000 gallons. This includes the quantities listed below for all FPWWTF areas. Full tank-truck deliveries of liquid sodium hypochlorite solution shall be approximately 5,000-9,000 gallons. During the term of the contract the NBC estimates that between one (1) and three (3) full tank-truck deliveries will be required per week. The actual quantity may increase or decrease in accordance with plant operating needs. 2.) Wet Weather Facility and Chlorine Contact Tank Back-up Storage Tank: Estimated usage (but not firm) is 10,000 gallons for the period of July 1, 2016 to June 30, 2017. Delivery of liquid sodium hypochlorite solution shall be approximately 1,000 gallons. During the term of the contract the NBC estimates that approximately 10 deliveries will be needed during the year. 2

3.) Chlorine Contact Tank or Wet Weather Area Emergencies: In the event of emergency, vendor must supply to the chlorine contact tank or to the wet weather facility, within eight (8) hours of order placed, regardless of day of week or time of day, one tank trailer containing 5,000 gallons of sodium hypochlorite solution and deliver additional 5,000 gallon volumes as may be required. 4.) Miscellaneous (odor control and filament control) Estimated usage (but not firm) is 50,000 gallons for the period of July 1, 2016 to June 30, 2017. B. Bucklin Point: 1.) Sodium Hypo Tank Farm Total estimated usage (but not firm) for the period of July 1, 2016 to June 30, 2017 is 39,000 gallons. Full tank-truck deliveries of liquid sodium hypochlorite solution shall be approximately 6,000 gallons. During the term of the contract the NBC estimates that between six (6) and seven (7) 6,000 gallon tank-truck deliveries will be required The actual quantity may increase or decrease in accordance with plant operating needs. C. Emergency: Vendor must cite price for per day rental of trailer, to be used at either Field s Point or Bucklin Point Facilities for use in emergencies. This price is for informational purposes and should not be included in bid price. IV. Quality Assurance: A) A sample will be obtained, from the top of the truck, for each delivery at Field s Point and Bucklin Point sites and will be checked by NBC laboratory personnel in accordance with established analytical procedures to verify the strength of the sodium hypochlorite solution. B) The NBC reserves the right to reject any sodium hypochlorite solution not in compliance with these specifications. By submission of a bid, vendor/supplier agrees to pick-up and dispose of any delivery, which has been determined by NBC not to be in compliance with product specifications, within forty-eight hours of noncompliance notification and at vendor/supplier expense and at no expense to NBC. V. Delivery Conditions: 3

A) Timely delivery of any/all releases against the blanket purchase order placed as a result of this bid is critical. Failure to meet required delivery times shall be grounds for cancellation of this agreement. B) Delivery shall be made during the normal NBC business hours from 7:00 A.M. to 3:00 P.M., Monday through Friday. However, special alternate arrangements are possible, contingent on prearranged mutual agreement, due to the fact that operating personnel are available twenty-four (24) hours per day, seven (7) days per week. C) Delivery shall be made to the Field s Point Wastewater Treatment Facility and Bucklin Point Facility within 48 hours after a release order has been placed. All release orders will be placed by email or telephone and by an authorized NBC representative. If a toll free number is not available for the placement of orders, the Supplier must accept collect calls for this purpose. In the event of emergency, delivery must be made within 8 hours. VI. Field s Point WWTF Disinfection Facility: A) The treatment facility has available for the receipt of the sodium hypochlorite solution five (5) 12,500-gallon fiberglass reinforced plastic chemical storage tanks. The chemical storage tanks are 12 feet in diameter, 18.8 feet in overall height. The tank-truck will connect to a two (2) inch diameter cam-locking female quick coupling. The supplier shall provide all hose (s) required for offloading the sodium hypochlorite solution. The chemical storage tank is easily accessible to a tank-truck. B) The tank-truck must have its own means for off-loading the sodium hypochlorite solution using its own pump or air compressor. The NBC treatment facility has neither a pump nor an air compressor available at the chemical storage tank area where the sodium hypochlorite solution will be received. VII. Field s Point WWTF Chlorine Contact Tank Back-up Storage Tanks and Wet Weather Facility: A) The treatment facility has available for the receipt of the sodium hypochlorite solution two (2) 450-gallon fiberglass reinforced plastic chemical storage tanks. B) The tank-truck must have its own means for off-loading the sodium Hypochlorite solution using its own pump or air compressor. The treatment facility has neither a pump nor an air compressor available at the chemical storage tank area where the sodium hypochlorite solution will be received. VIII. Bucklin Point WWTF Sodium Hypochlorite Tank Farm: 4

A) The treatment facility has available for the receipt of the sodium hypochlorite solution two (2) 7,700-gallon fiberglass reinforced plastic chemical storage tanks. Maximum fill is 7,400 gallons for each tank. The tank-truck will connect to a two (2) inch diameter cam-locking female quick coupling. The supplier shall provide all hose (s) required for off-loading the sodium hypochlorite solution. The chemical storage tank is easily accessible to a tank-truck. B) The tank-truck must have its own means for off-loading the sodium hypochlorite solution using its own pump or air compressor. The NBC treatment facilities have neither a pump nor an air compressor available at the chemical storage tank area where the sodium hypochlorite solution will be received. NOTES: NBC IS A RHODE ISLAND PUBLIC CORPORATION AND IS EXEMPT FROM RHODE ISLAND STATE SALES TAX. NBC WILL ISSUE TWO SEPARATE PURCHASE ORDERS TO BID AWARD WINNER. ONE PO FOR FPWWTF AND ONE PO FOR BPWWTF. SUPPLIER MUST INVOICE MONTHLY WITH BID AWARD PRICING AND BASED ON SIGNED DELIVERY SLIPS. VENDORS ARE REQUIRED TO OBTAIN RI TRANSPORTATION WORKER IDENTIFICATION CREDENTIAL (TWIC) FOR THEIR DRIVERS. PLEASE CONTACT TWIC ENROLLMENT CENTER, 660 ROOSEVELT AVENUE, PAWTUCKET, RI 02860 OR VISIT TWIC WEBSITE: WWW.TSA.GOV/TWIC. QUESTIONS REGARDING THESE SPECIFICATIONS SHOULD BE DIRECTED TO JAROD DOYLE EMAIL JDOYLE@NARRABAY.COM BY NO LATER THAN MAY 9, 2016 5