Water and Wastewater Treatment Chemicals

expired opportunity(Expired)
From: Raleigh(City)
274-2023-09R-DN

Basic Details

started - 21 Nov, 2022 (17 months ago)

Start Date

21 Nov, 2022 (17 months ago)
due - 25 Jan, 2023 (15 months ago)

Due Date

25 Jan, 2023 (15 months ago)
Bid Notification

Type

Bid Notification
274-2023-09R-DN

Identifier

274-2023-09R-DN
City of Raleigh

Customer / Agency

City of Raleigh
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Invitation to Bid (ITB) #274-2023-09R-DN Bid Title: Water and Wastewater Treatment Chemicals Notice is hereby given that the City of Raleigh, North Carolina is seeking sealed bids for water and wastewater treatment plant chemicals. A contract will be awarded for a term of one year with renewal options for up to four (4) additional twelve (12) month terms, subject to contract performance and an annual appropriation by the Raleigh City Council. The responsibility for submitting a response to this ITB at the City of Raleigh, Procurement Division on or before the stipulated time and date will be solely and strictly the responsibility of the bidder. Any proposals received after stipulated time and date will not be accepted, nor opened, and will be returned. The time stamp located in the Procurement Division shall be the official time of receipt. BIDS WILL BE ACCEPTED UNITL 1:00 PM (EDT), January 11, 2023 Bids should be addressed to: City of Raleigh – Procurement Division Attn: Dean
Nunnally – Procurement Analyst Hand-Deliver to: 222 W. Hargett Street, 5th Floor, Ste. 502, Raleigh, NC 27601 or Mail to: PO Box 590, Raleigh, NC 27602-0590 or Electronic responses will be accepted for this solicitation (see page 9 for instructions) Bid No: 274-2023-09R-DN Water and Wastewater Chemicals 2 The purpose of this bid is to solicit pricing for the following water treatment chemicals: Aqueous Ammonium Hydroxide 19% Aqueous Ammonium Hydroxide Liquid Sodium Hydroxide 50% (Caustic) Liquid Sodium Hydroxide 25% (Caustic) Liquid Ferrous Sulfate Hydrofluorosilicic Acid Solution (Fluoride) Sodium Hypochlorite Solution (Bleach) Liquid Aluminum Sulfate Polymer, Polydyne, Clarifloc SE-1768 Polymer, Polydyne, Clarifloc SE-1178 Polymer, Polydyne, Clarifloc SE-1720 Sodium Silicate Corrosion Inhibitor, Dabco DC-22L Calcium Thiosulfate Sodium Hypochlorite 15% Solution (Bleach) Bid No: 274-2023-09R-DN Water and Wastewater Chemicals 3 TABLE OF CONTENTS Bid Response Form Page 4 City of Non-Disrimination Assurances Page 5 City of Raleigh Resource Recover Division’s Environmental Policy Statement Page 6 City of Raleigh Instructions to Bidders Page 7 City of Raleigh Purchase Orders Terms and Conditions Page 22 City of Raleigh Requirements Page 15 City of Raleigh Bid Form / Pricing Sheet Page 19 City of Raleigh Product Specifications Page 20 City of Raleigh References Page 34 City of Raleigh Bid Document Checklist Page 35 Bid No: 274-2023-09R-DN Water and Wastewater Chemicals 4 BID RESPONSE FORM Bid No.: 274-2023-09R-DN Bid Title: Water and Wastewater Treatment Chemicals Pursuant to General Statutes of North Carolina, Section 143-129, as amended, sealed bids are invited and, subject to the conditions herein, will be received by the City of Raleigh Procurement Division. The sealed bids will be publicly opened for furnishing the apparatus, supplies, materials equipment and/or repair work and services as described herein. In compliance with this Invitation for Bids, and subject to all the conditions thereof, the undersigned Supplier offers and agrees, if this bid be accepted, to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this bid, the undersigned Supplier certifies that this bid is submitted competitively and without collusion. Furthermore, by executing this bid, the undersigned certifies to the best of Supplier’s knowledge and belief, that it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal or State department or agency. Failure to execute/sign bid prior to submittal shall render the bid invalid, and it WILL BE DEEMED NON- RESPONSIVE and WILL BE REJECTED. Late bids cannot be accepted. SUPPLIER NAME: STREET ADDRESS: CITY & STATE: STATE: ZIP CODE: PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF SUPPLIER: SUPPLIER’S AUTHORIZED SIGNATURE: DATE: CONTACT NAME (if different from above): EMAIL ADDRESS TELEPHONE NUMBER: OFFER VALID FOR AT LEAST 90 DAYS FROM DATE OF BID OPENING ACCEPTANCE OF BID If any or all parts of this bid are accepted by the City of Raleigh, this document and all provisions of this Invitation for Bid along with the Supplier’s bid response shall then constitute the written agreement between the parties. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals 5 CITY OF RALEIGH NON-DISCRIMINATION ASSURANCES To the extent permitted by North Carolina law, the parties hereto for themselves, their agents, officials, employees and servants agree not to discriminate in any manner on the basis of race, color, creed, national origin, sex, age, handicap, or sexual orientation with reference to the subject matter of this Contract. The parties further agree, to the extent permitted by law, to conform with the provisions and intent of City of Raleigh Ordinance 1969-889, as amended. This provision is hereby incorporated into this Contract for the benefit of the City of Raleigh and its residents, and may be enforced by action for specific performance, injunctive relief, or other remedy as provided by law. This provision shall be binding on the successors and assigns of the parties with reference to the subject matter of this Contract. SIGNATURE: (President/Authorized Officer) TITLE: DATE: Bid No: 274-2023-09R-DN Water and Wastewater Chemicals 6 CITY OF RALEIGH Resource Recovery Division’s Environmental Policy Statement The Resource Recovery Division recognizes the responsibility to protect the environment and public health focusing on products for beneficial reuse by:  Meeting or exceeding compliance obligations  Seeking continual improvement  Promoting positive relations with interested parties  Protecting the environment, including prevention of pollution The NRRRF highly values the participation of its chemical suppliers in the Responsible Care/Responsible Distribution Program. Please confirm whether or not your company is a member of the National Association of Chemical Distributors (NACD) and utilizes the NACD’s Responsible Distribution Process: YES, we are member of the National Association of Chemical Distributors (NACD) Our NACD Membership ID Number is:______________________ NO, we are not members of the National Association of Chemical Distributors (NACD) Bid No: 274-2023-09R-DN Water and Wastewater Chemicals 7 CITY OF RALEIGH INSTRUCTIONS TO BIDDERS Carefully review all provisions and attachments of this document prior to completion. Each bid constitutes an offer and may not be withdrawn except as provided herein. 1. PURPOSE: The purpose of this document is to provide general and specific information for the use by suppliers in submitting a bid to supply the City of Raleigh with apparatus, supplies, material and equipment, and /or services listed above. All bids and contracts are governed by City policy, and /or by Section 143-129 of the North Carolina General Statutes. 2. BID CONTACT: Any and all questions, concerns, or request for additional information shall be directed to the City of Raleigh, Procurement Division to the attention of the Bid Agent as indicated below: Bid Agent: Dean Nunnally Procurement Analyst Email: Dean.Nunnally@Raleighnc.gov 3. BID SCHEDULE: Listed below are the dates and times by which stated actions must be taken or completed. The City may determine, in its sole discretion, that it is necessary to change any of these dates and times. All listed times are Eastern standard times. Action Time Date Bid issued NA November 21, 2022 Deadline for Questions 12:00p.m. December 16, 2022 Bids Due 2:00p.m. January 11, 2023 Anticipated Award January 2023 4. PRE-BID CONFERENCE: There will not be a pre-bid conference. 5. BIDDER QUESTIONS: The City is not liable for interpretations/misinterpretations or other errors or omissions made by the Bidder in responding to this bid. The Bidder shall examine this bid to determine if the City’s requirements and terms and conditions are clearly stated. If, after examination of the various requirements and terms and conditions of this bid, the Bidder believes there are any requirements or terms and conditions which remain unclear or which restrict competition, the Bidder may request, in writing, that the City clarify the requirement(s) and terms(s) and condition(s) specified by the Bidder. The Bidder must provide the Section(s), Subsection(s), Paragraph(s), and page number(s) that identify the requirements or conditions questioned by the Bidder. Requests for clarification and technical questions to this bid must be received by the City not later than the date shown above in Section 3, entitled “Bid Schedule”, for the submittal of written inquires. The Bidders’ failure to request clarification and submit questions by the date in the bid schedule above shall be considered to constitute the Bidders’ acceptance of all City’s requirements and terms and conditions. The City shall issue addenda reflecting questions and answers to this bid, if any, and shall be posted to the IPS website at North Carolina Interactive Purchasing System. 6. ADDENDUM: Bidders are solely responsible for making sure that any and all addenda have been received prior to submission of their bid. The All addenda to this bid issued by the City shall be posted to the IPS website at North Carolina Interactive Purchasing System. All such addenda shall become part of the bid. Bidder is to sign any and all addenda issued for the bid and submit it with the bid. Failure to do so risks rejection of the bid. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals 8 7. HOW TO PREPARE BID: Bidders are encouraged to review carefully all provisions and attachments of this document prior to completion. Each bid constitutes an offer and may not be withdrawn except as provided herein. Also, prices are to remain firm for the period stated herein. a) BID FORM: Submit all prices and offers on the BID FORM(s) provided herein. All bid must be submitted and signed by the supplier or his authorized representative with all erasures or corrections initialed and dated by the authorized representative of the proposal. b) SIGNATURE: All bids must be signed by an authorized official of the company on the Bidders Signature Page. A bid may be rejected if it shows omissions, alterations of form, additions not called for, conditional bid, or any irregularities. c) TAXES: Do not include taxes in your bid prices. Taxes must be itemized and added to invoices separately when invoicing the City. The City is required to pay sales tax. The City is exempt from Federal Excise Tax and has a Federal Tax number. d) NON-DISCRIMINATION: The NON-DISCRIMINATION ASSURANCES form included in the bid package is a condition of the bid and must be completed and signed by the bidder. e) MWBE POLICY: The City of Raleigh prohibits discrimination in any manner on the basis of race, color, creed, national origin, sex, age or handicap or sexual orientation and will pursue an affirmative policy of fostering, promoting and conducting business with women and minority owned business enterprises. The City of Raleigh encourages participation by certified minority and women-owned businesses. If there are any questions, Contact the MWBE Program Manager, PO BOX 590 Raleigh, NC 27602, mwbe@raleighnc.gov, or 919-996-4330. f) SUSTAINABILITY: In accordance with the City of Raleigh 2007-2009 City Council Mission Statement, the City recognizes its responsibility to minimize negative impacts on human health and the environment while supporting a diverse, equitable, and vibrant community and economy. The City recognizes that the types of products and services the City buys have inherent social, human health, environmental and economic impacts, and asks that all Suppliers and bidders providing and proposing products and services to the City, be mindful of the City’s Sustainability Policy and provide and propose products and services that embody the City’s commitment to sustainability whenever possible. g) IRAN DIVESTMENT: Bidder certifies that it is not on the Final Divestment List as created by the State Treasurer pursuant to N.C.G.S. § 147-86.55, et seq. In compliance with the requirements of the Iran Divestment Act and N.C.G.S. § 147-86.59, CONTRACTOR shall not utilize in the performance of the contract any subcontractor that is identified on the Final Divestment List. h) COMPANIES THAT BOYCOTT ISRAEL: The bidder certifies that it has not been designated by the North Carolina State Treasurer as a company engaged in the boycott of Israel pursuant to N.C.G.S. 147-86.81. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals 9 8. HOW TO SUBMIT BID: a) SUBMIT SEALED BIDS ON THE BID FORM PROVIDED HEREIN. b) Provide (3) complete set of your bid on the BID FORM PROVIDED HEREIN in hard copy paper format (on 8-1/2” x 11” size paper, only bound with a single staple in the upper left corner or with a single removable clip—no 3-ring binders) and must be SEALED in an envelope. c) All bids must be mailed or delivered as follows in sufficient time to ensure receipt by the Procurement Manager or Bid Agent on or before the time and the date specified on the Bid Form. Bids not received by the time and date specified on the Bid Form will not be opened or considered, unless the delay is a result of the negligence of the City of Raleigh, its agents, or assigns. Mailing Address: Delivery Address: City of Raleigh City of Raleigh Bid# 274-2023-09R-DN Bid# 274-2023-09R-DN Procurement Division Procurement Division PO Box 590 222 W. Hargett St., Room 502 Raleigh, NC 27602-0590 Raleigh, NC 27601 d) Electronic responses will be accepted for this solicitation. You must register to submit a bid. Register as soon as possible! It may take 3 to 5 days for your account to become active. : Those bid responses submitted electronically via the North Carolina Business Invitation Delivery System (NC BIDS). You must be registered with NC’s eVP to submit a bid. Register as soon as possible! It may take 3 to 5 days for your account to become active. Please go to this page to register https://eprocurement.nc.gov/training/vendor- training. For additional information, please view the following link: NC BIDS FAQs for Vendors https://ncadmin.nc.gov/nc-bids-faqs-vendors or email vendor@nc.gov. Once you have registered and have your login and password set up, go to https://www.ips.state.nc.us/ips/BidNumberSearch.aspx, key in 274- 2023-09R-DN, click Search, click eBid, key in your login and password. Follow the instructions in the site to upload your bid. 9. BID OPENING: a) A public bid opening will be held at 222 W. Hargett Street, 3rd Floor, Ste. 305, Raleigh, NC 27601. No official award will be made at the Bid Opening. All bidders are welcome to attend the bid opening. LATE BIDS WILL NOT BE OPENED OR ACCEPTED. b) Bidders may not review or request copies of bids at the Bid Opening. A time must be scheduled to meet with the Procurement Manager and/or Bid Agent for this purpose. c) Bids will be examined by the Procurement Manager and/or Bid Agent and the using department officials promptly after the opening and an award made at the earliest possible date. No bids may be withdrawn after bid opening. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals 10 10. AWARD OF BID: d) Standard of Bid Award Acceptance: The City reserves the right to reject any or all bids and to waive any irregularities or technicalities in bids received whenever such rejection or waiver is in the best interest of the City of Raleigh. The award shall be made to the lowest, responsive, responsible bidder, or bidders, taking into consideration quality, performance and the time specified in the bid for the performance of the contract. e) Bid Prices: All items and products proposed in response to this Bid are to be new, in un-used condition unless otherwise noted in the Minimum Specifications. All prices proposed in response to this Bid are to include all transport, freight and fuel surcharges, and be delivered FOB destination, freight prepaid and allowed to the location provided on the City Purchase Order. All items are to be packaged, and shipped or delivered safely in a protective carton, fully assembled and serviced, ready for use and operation. Bidders must submit product literature and manufacturer’s specifications with their bid proposal. All supplies, equipment, and apparatus must meet all Federal, State, and Local safety regulations, requirements, and guidelines, such as OSHA, EPA, US DOT, NC-DOT, NFPA, UL, etc., if so regulated. f) Order of Precedence: In cases of conflict between sections and provisions within the Bid document, the Order of Precedence will be 1) the Special Conditions section specific to the Bid; 2) the Minimum Specifications section specific to the Bid, 3) the City of Raleigh Terms and Conditions; and 4) the Instructions to Bidders section of the Bid document. g) Payment Terms: Payment terms of Net 30 days from the date of receipt of invoice, or upon acceptance of goods whichever is later, will apply to all invoices. Payment term discounts will be allowed for prompt payments but will not be a consideration for award. All invoices are to be emailed to accountspayable@raleighnc.gov , or delivered to City of Raleigh, Accounts Payable Division, PO Box 590, Raleigh, NC 27602-0590. h) Bid Award Approval: The City Manager has delegated authority from the City Council to award bids for supplies, equipment, and apparatus greater than $90,000. Bids will be approved and awarded by the City Manager upon the recommendation by the Procurement Manager. 11. OBJECTION TO THE SPECIFICATIONS: It is not the intent of the bid specifications to exclude or limit competition or favor any particular supplier or product. If there is an objection to any of the specifications or requirements listed herein, the bidder must notify the City of Raleigh Procurement Manager, in writing, stating and listing the specifications and objections, no later than five (5) working days prior to the bid opening date. If a pre-bid meeting has been scheduled, any objections must be presented in writing at that time. The objections stated must pertain both to form and substance of the bid document. Failure to object in accordance with the above procedure shall constitute a waiver on the part of the bidder to protest the solicitation. All concerns, questions, clarifications, or other correspondence must be directed only to the City of Raleigh Procurement Manager. Information obtained from other sources will not be considered in the evaluation and award of this bid. 19. SUBMITTING A PROTEST TO THE BID AWARD: A Bidder wishing to express a concern or complaint, and file a protest to a Bid Award, must submit in writing the reasons, information, and documentation for the protest, to the Procurement Manager within 48 hours (two business days) from the date of the Notice of Intent to Award. In the event of a protest, the Procurement Manager will notify the Chief Financial Officer and the City Manager of the protest and provide the information for both the recommended award and the protest. The City Manager will make a final decision for the bid award. The protesting bidder may appeal the decision to the City Council. 20. FAILURE TO BID: If the bid is not submitted, bidder should return the attached “NO BID RESPONSE” sheet, stating the reasons therefore, and indicate whether the business should be retained or removed from the City’s Bidder’s list. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals 11 21. ERRORS IN BIDS: Bidders or their authorized representatives are expected to understand the conditions, requirements and specifications before submitting bids. Failure to do so will be at the bidders owns risk. In case of an error in the extension of prices on the bid, the unit price shall govern. 22. ALTERNATE BIDS: DO NOT submit alternate bids unless called for on the bid proposal form. Alternate bids are those that are not identical by manufacturer and model to what is specified or has substantially different specifications. When alternate bids are requested, the bidder must submit documentation as a part of the bid to show that the product is comparable to the item(s) referred to in the specifications. Bidders may submit multiple bids on various manufacturers’ brands/models meeting specifications if no specific manufacturer/model has been specified. 23. BID OPTIONS: The City reserves the right to request pricing on optional equipment or additional items along with the pricing for the main or primary product or items. At the discretion of the City, some or all of the options requested may or may not be added and purchased based upon necessity and the availability of budgeted funds. The Bid Award will be made to the lowest responsible bidder for the main or primary product or items listed on the Bid Proposal Form. Pricing for any additional options will be requested in a separate section of the bid and will not be included in the determination of the Bid Award. 24. QUANTITIES: The City of Raleigh reserves the right to adjust quantities as needed, and to add additional items and/or products as needed, as determined to be in the best interest of the City. The quantities stated herein, for term or multi-year contracts are estimated, and may change to be more or less over the term of the contract. 25. PRICE ADJUSTMENTS: For Bids with fixed price contract periods, it is the City’s intent to contract at a fixed price for a period of one (1) year, with an option to extend the contract for four (4) additional one (1) year periods. The price proposed by the Bidder is to remain fixed for the first 1-year (12-month) period of the contract. Any price increase or decrease will be adjusted to the latest yearly percentage increase in the All Urban Consumers Price Index (CPI-U) (National) as published by the Bureau of Labor Statistics, U.S. Dept. of Labor, or other appropriate agreed upon price index. The amount of the increase or decrease will be determined by the difference between the latest price index available ninety (90) days prior to the end of the current contract year in effect, and the price index for the same month one year prior. Any requested price increase must be fully documented and submitted to the Bid Agent or the Procurement Manager at least sixty (60) days prior to the bid contract expiration date. Any approved price adjustment (increase or decrease) will then become effective beginning the next term period. The City reserves the right to accept or to refuse any documented price adjustment submitted by the Supplier/contractor for any reason as determined to be in the best interest of the City. In the event the City does not accept the proposed price adjustment for the extended term, the Bid contract will not be renewed, and the City will rebid the product or item(s). Any Bid contract extension is subject to the continuation of need and usage by the City and the appropriation of funds. 26. CONTRACT EXTENSIONS: The City reserves the right to extend all bid contracts for up to four (4) additional one (1) year periods from the date of the award of the original bid, if agreed upon in writing by the contracted Supplier. The contract extension(s) may be for additional quantities or for an additional time period as agreed. 27. TRADE SECRETS: This Bid document and all Bidders’ responses and proposals received are considered public information, except for trade secrets specifically identified in writing by the Bidder, which will be handled according to State Statute or other laws. Any section of the bidder’s response package that is deemed to be a trade secret by the bidder shall be submitted in an envelope clearly marked “TRADE SECRET INFORMATION- DO NOT DISCLOSE.” The City shall make Bid No: 274-2023-09R-DN Water and Wastewater Chemicals 12 a good faith effort to protect such confidential information. 28. BID TABULATIONS: Bidders wishing to obtain a bid tabulation prior to the award of the bid may view and download tabulations from the North Carolina Interactive Purchasing System (IPS) website at IPS. From the City’s homepage, select the following in order to view bid tabulations: Business and Development, Bids and RFP’s / RFQ’s, select the link to the North Carolina Interactive Purchasing System, Search Bid Number, enter the desired bid number, and select Search. Bid tabulations only reflect the bids as read at the time of the bid opening and should not be considered an award. 29. TERMS AND CONDITIONS: Acceptance of the City’s Purchase Order includes acceptance of all applicable Terms and Conditions. The City’s Purchase Order Terms & Conditions are provided below for your information. CITY OF RALEIGH PURCHASE ORDER TERMS & CONDITIONS Supplier quotes or proposals are referenced for scope only. City of Raleigh Purchase Order Terms & Conditions exclusively governs this purchase. 1. All invoices are to be sent by email to: accountspayable@raleighnc.gov . Or, mail or deliver all invoices to the City of Raleigh, Accounts Payable, PO Box 590, Raleigh NC 27602-0590. 2. Important: All invoices must include a unique invoice number and this Purchase Order number. Invoices submitted without the unique invoice number or without the correct purchase order number will result in delayed payment. 3. Invoices for partial deliveries must be indicated as such. 4. The Supplier must provide separate invoices for each Purchase Order number. 5. The City of Raleigh is not exempt from North Carolina State Sales Tax, Wake County Sales Tax, and Wake County Prepared Meals and Hotel Room Taxes. These taxes must be correctly invoiced to the City for payment. Taxes shown on the purchase order are approximate. 6. The City of Raleigh is exempt from Federal Excise Tax. If any form of such tax is billed on the invoice, it must be shown as a separate item. Tax Exemption Certificates will be furnished upon request. 7. Payment term discounts will be deducted as provided for on the front of this Purchase Order or in accordance with the terms of your official quotation or bid. Net purchases will be paid 30 days from the date of your invoice, or upon acceptance of goods whichever is later. 8. Important: All packages must bear the correct Purchase Order number on the outside of each package or shipping container. 9. The City of Raleigh will not be responsible for any goods delivered without a Purchase Order having been issued. 10. The conditions of this order cannot be modified except by written amendment in the form of a “Corrected Purchase Order” which has been approved by the City of Raleigh’s Purchasing Manager. 11. Any rejected materials will be returned to the Supplier at the Supplier’s risk and expense. 12. In the event of a Supplier’s failure to deliver or perform as specified, the City reserves the right to cancel the order or any part thereof, without prejudice to its other rights. The Supplier agrees that the City may return part or all of any shipment and may charge the Supplier with all reasonable losses or expenses sustained as a result of such failure to deliver or perform. 13. In case of default of the contractor, the City may procure the articles or services from other sources and charge the Supplier damages for any excess costs or other damages caused by the default. 14. It is agreed that the goods, materials, equipment or services provided shall comply with all Federal, State or local laws, and that the Supplier shall defend actions or claims brought, and save harmless the City, and/or its officials or employees, from loss, cost or damage by reason of actual or alleged failure to comply with such laws. 15. All prices must be F.O.B. Destination and delivered to the destination indicated on the front of the purchase order. Where specific purchase is quoted or negotiated F.O.B. Shipping Point, the Supplier is to prepay the shipping charges and add them to the invoice. 16. The risk of loss and damage to the goods which are the subject of this order shall be the Supplier’s until the goods are delivered to the destination set out in the order and accepted by the purchaser or its representative. 17. The Supplier acknowledges that it is the policy of the City of Raleigh to avoid commercial promotion of products used by the City or the Suppliers of such products. The Supplier accordingly agrees not to solicit, use, or disseminate commercial advertisement founded upon the City’s purchase and/or use of the goods which are the subject of this order, and specifically agrees not to seek or use for advertising purposes the endorsement of goods or products by City officers or employees. 18. The City may, at any time, insist upon strict compliance with these terms and conditions, notwithstanding any previous customer, practice or course of dealing to the contrary. Acceptance of the order includes acceptance of all terms, conditions, prices, delivery instructions and specifications as shown on this order or attached to and made a part of this order. 19. All matters relating to this Purchase Order shall be governed by the laws of the State of North Carolina, without regard to its choice of law provisions, and venue for any action relating to this Contract shall be Wake County Civil Superior Court or the United States District Court for the Eastern District of North Carolina, Western Division. 20. Notwithstanding any other provisions of this Purchase Order, this Purchase Order and all materials submitted to the City by the Supplier are subject to the public records laws of the State of North Carolina and it is the responsibility of the Supplier to properly designate materials that may be protected from disclosure as trade secrets under North Carolina law as such and in the form required by law prior to the submission of such materials to the City. Supplier understands and agrees that the City may take any and all actions Bid No: 274-2023-09R-DN Water and Wastewater Chemicals 13 necessary to comply with federal, state, and local laws and/or judicial orders and such actions will not constitute a breach of the terms of this Purchase Order. To the extent that any other provisions of this Purchase Order conflict with this paragraph, the provisions of this section shall control. 21. Non-discrimination - To the extent permitted by North Carolina law, the parties hereto for themselves, their agents, officials, employees and servants agree not to discriminate in any manner on the basis of race, color, creed, national origin, sex, age, handicap, or sexual orientation with reference to the subject matter of this Contract. The parties further agree, to the extent permitted by law, to conform with the provisions and intent of City of Raleigh Ordinance 1969-889, as amended. This provision is hereby incorporated into this Contract for the benefit of the City of Raleigh and its residents, and may be enforced by action for specific performance, injunctive relief, or other remedy as provided by law. This provision shall be binding on the successors and assigns of the parties with reference to the subject matter of this Contract. 22. Insurance – If performing services under this Purchase Order the Supplier agrees to maintain, on a primary basis and at is sole expense, at all times during the life of this Purchase Order the following coverages and limits. The requirements contained herein, as well as City’s review or acceptance of insurance maintained by Supplier is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Supplier under this Purchase Order: a. Workers’ Compensation Insurance - Supplier agrees to maintain Worker’s Compensation Insurance in accordance with North Carolina General Statute Chapter 97 and with limits of no less than $1,000,000 each accident, each employee and policy limit. b. Commercial General Liability - Combined single limit of no less than $1,000,000 each occurrence and $2,000,000 aggregate. Coverage shall not contain any endorsement(s) excluding nor limiting Product/Completed Operations, Contractual Liability or Cross Liability. c. Commercial Automobile Liability - Limits of no less than $1,000,000 Combined Single Limit. Coverage shall include liability for Owned, Non-Owned and Hired automobiles. In the event Supplier does not own automobiles, Supplier agrees to maintain coverage for Hired and Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Auto Liability policy. Automobile coverage is only necessary if vehicles are used in the provision of services under this Purchase Order and/or are brought on a COR site. d. Additional Insured - Supplier agrees to endorse the City as an Additional Insured on the Commercial General Liability. The Additional Insured shall read ‘City of Raleigh as its interest may appear’. e. Umbrella or Excess Liability - Supplier may satisfy the minimum liability limits required above under an Umbrella or Excess Liability policy. There is no minimum Per Occurrence limit of liability under the Umbrella or Excess Liability, however, the Annual Aggregate limits shall not be less than the highest ‘Each Occurrence’ limit for required policies. Supplier agrees to endorse City of Raleigh as an ‘Additional Insured’ on the Umbrella or Excess Liability, unless the Certificate of Insurance states the Umbrella or Excess Liability provides coverage on a ‘Follow-Form’ basis. f. Professional Liability - Limits of no less than $1,000,000 each claim. This coverage is only necessary for professional services such as engineering, architecture or when otherwise required by the City. The City reserves the right to require a Certificate of Insurance meeting the minimum coverage and requirements of this section. Certificates of Insurance shall provide a minimum thirty (30) day endeavor to notify, when available, by Supplier’s insurer. If Supplier receives a non-renewal or cancellation notice from an insurance carrier affording coverage required herein, or receives notice that coverage no longer complies with the insurance requirements herein, Supplier agrees to notify the City within five (5) business days with a copy of the non-renewal or cancellation notice, or written specifics as to which coverage is no longer in compliance. The certificate holder address should read: City of Raleigh Post Office Box 590 Raleigh, NC 27602 All insurance companies must be authorized to do business in North Carolina and be acceptable to the City of Raleigh’s Risk Manager. 23. Indemnity – To the fullest extent permitted by law, except to the extent caused by the sole negligence or willful misconduct of the City, the Supplier shall indemnify and hold and save the City, its officers, agents and employees, harmless from liability of any kind, including all claims, costs (including defense) and losses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of this Purchase Order, and from any and all claims, costs (including defense) and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the Supplier in the performance of this Purchase Order. This representation and warranty shall survive the termination or expiration of this Purchase Order. The Supplier shall indemnify and hold and save the City, its officers, agents and employees, harmless from liability of any kind, including claims, costs (including defense) and expenses, on account of any copyrighted material, patented or unpatented invention, articles, device or appliance manufactured or used in the performance of this Purchase Order. 24. Intellectual Property - All intellectual property, including, but not limited to, patentable inventions, patentable plans, copyrightable works, mask works, trademarks, service marks and trade secrets invented, developed, created or discovered in performance of services under this Purchase Order shall be the property of the City. Copyright in and to any copyrightable work, including, but not limited to, copy, art, negatives, photographs, designs, text, software, or documentation created as part of the Supplier’s performance of services under this Purchase Order shall vest in the City. Works of authorship and contributions to works of authorship created by the Supplier’s performance of services under this Purchase Order are hereby agreed to be ‘works made for hire’ within the meaning of 17 U.S.C. 201. 25. Force Majeure - Neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations by an act of war, hostile foreign actions, nuclear explosion, earthquake, hurricane, tornado, or other Bid No: 274-2023-09R-DN Water and Wastewater Chemicals 14 catastrophic natural event or act of God. Except at otherwise provided in any environmental laws, rules, regulations or ordinances applicable to the parties and the services performed under this Purchase Order, neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations by an act of war, hostile foreign actions, nuclear explosion, earthquake, hurricane, tornado, or other catastrophic natural event or act of God. Either party to the Purchase Order must take reasonable measures and implement reasonable protections when a weather event otherwise defined as a force majeure event is forecast to be eligible to be excused from the performance otherwise required under this Purchase Order by this provision. 26. Cancellation - The City may terminate this Purchase Order at any time by providing written notice to the Supplier. Supplier shall cease performance immediately upon receipt of such notice. In the event of early termination, Supplier shall be entitled to receive just and equitable compensation for costs incurred prior to receipt of notice of termination and for the satisfactory work completed as of the date of termination and delivered to the City. Notwithstanding the foregoing, in no event will the total amount due to Supplier under this section exceed the total amount due Supplier under this Purchase Order. 27. Miscellaneous - The Supplier shall be responsible for the proper custody and care of any property furnished or purchased by the City for use in connection with the performance of this Purchase Order, and will reimburse the City for the replacement value of its loss or damage. The Supplier shall be considered to be an Independent Contractor and as such shall be wholly responsible for the work to be performed and for the supervision of its employees. Nothing herein is intended or will be construed to establish any agency, partnership, or joint venture. Supplier represents that it has, or will secure at its own expense, all personnel required in performing the services under this Purchase Order. Such employees shall not be employees of or have any individual contractual relationship with the City. 28. E-Verify - I understand that E-Verify is the federal E-Verify program operated by the United States Department of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees pursuant to federal law in accordance with NCGS §64-25 et seq. I am aware of and in compliance with the requirements of E-Verify and Article 2 of Chapter 64 of the North Carolina General Statutes. To the best of my knowledge, any subcontractors employed by me as a part of this contract are in compliance with the requirements of E-Verify and Article 2 of Chapter 64 of the North Carolina General Statutes. 29. Iran Divestment Act Certification – Contractor certifies that, as of the date listed below, it is not on the Final Divestment List as created by the State Treasurer pursuant to N.C.G.S. § 147-86.55, et seq. In compliance with the requirements of the Iran Divestment Act and N.C.G.S. § 147-86.59, Contractor shall not utilize in the performance of the contract any subcontractor that is identified on the Final Divestment List. 30. Companies Boycotting Israel Divestment Act Certification - Contractor certifies that it has not been designated by the North Carolina State Treasurer as a company engaged in the boycott of Israel pursuant to N.C.G.S. 147-86.81. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals Requirements 1. GENERAL: The information and specifications herein are written to provide the City with its estimated annual requirements for the stated Water and Wastewater Treatment Chemicals. Bidders must submit all manufacturer’s literature, specifications, warranty information, etc. with their bid proposal. All vendors and contractors, the bids submitted, and the items and equipment proposed, must meet the minimum requirements and specifications herein. 2. BID SPECIFICATION COMPLETION INSTRUCTIONS: All text fields or blanks must be responded to in the returned bid specifications. Failure to complete this information will indicate a non-responsive bid. 3. MEETS OR EXCEEDS SPECIFICATIONS: Please check the appropriate “YES” or “NO” box in the right column, or where requested, indicating that the items being bid does meet or does not meet the specification as written. Checking the “NO” field indicates that the bidder does not meet the specification as requested and is taking an exception. All exceptions must be explained in detail as per below. 4. EXCEPTIONS TAKEN TO SPECIFICATIONS: Bidders must note clearly any, and all exceptions taken to the specifications as an attachment. The specifications were not written to intentionally eliminate any one bidder, but to be used as a guide for the size and quality of the equipment requested. In some instances, a particular manufacturer and model may be specified with or without an approved equal. It is noted that different manufacturers will have differences in engineering and design of equipment. Bidders must note these differences as an “Exception” and attach detail information explaining how the exception is “equal to” or “exceeds” the intent of the specification. All exceptions and items submitted as an equal will be evaluated. The City reserves the right to reject any and all bids and to waive any irregularities or technicalities in bids received whenever such rejection or waiver is in the best interest of the City of Raleigh. All Exceptions taken to the specifications by checking the “NO” field must be explained in detail on an attached sheet and submitted with your bid. 5. BID SPECIFICATION COMPLETION INSTRUCTIONS: If requested, please complete and fill-in any text fields (or blanks) such as________, as indicated within the specifications below. These text fields have been inserted in to the specifications for bidders to respond to specific requests for information. All text fields or blanks must be responded to in the returned bid specifications. Failure to complete this information will indicate a non-responsive bid. 6. ALTERNATES OR EXCEPTIONS TO SPECIFICATIONS: Any alternates or exceptions to the specifications herein must be clearly noted within the submitted bid or attached on a separate sheet to the bid. These specifications were not written to intentionally eliminate any one bidder, but to be used as a guide for the quality of the product requested. In some instances, a manufacturer and may be specified with or without an approved equal. Bidders must note any differences as an “Exception” and attach detail information explaining how the exception is “equal to” or “exceeds” the intent of the specification. All exceptions and items submitted as an equal will be evaluated. 7. BID AWARD AND CONTRACT TERM OPTIONS: The City intends to contract for these items as a fixed price term contract for a 12-month/one (1) year period, with the option to extend the contract for four (4) additional 12-month/one (1) year terms. Expected bid contract start date is February 1st, 2023. All prices provided in response to this bid request are to be fixed for the first term of March 1st, 2023 through February 29st 2024. The City intends to award this Bid by Item, to the lowest responsive responsible bidder for each Item listed on the Bid No: 274-2023-09R-DN Water and Wastewater Chemicals Bid Proposal Form. The City reserves the right to award some or all the Items within the Bid, or any combination of the Items, as determined to be in the best interest of the City. Bidders are not required to submit pricing for all the Items listed on the Bid Proposal Form. 8. QUANTITY: a. The quantities stated herein are estimated and based on the City’s previous annual usage for the products requested. The needed quantities of this chemical may increase or decrease during the contract period due to State or Federal regulations for treatment; increased volumes of water and wastewater to be treated; change in usage to avoid violations; construction delays or other operational changes. b. The City reserves the right to the quantity stated herein; ordering the quantity of product as required for the operations of the City. 9. SAMPLE REQUIREMENTS: a. If requested, Bidders are required to provide product/item samples for testing and verification, for each item quoted within the Bidder’s bid proposal. The City reserves the right to require the Bidder or the manufacturer’s representative performs an on-site jar test and/or run a real process test to verify the chemical to be supplied meets the City’s specifications and requirements. b. If requested, samples and testing must be delivered and performed in a timely manner, 7-10 days from the date of the request, in order to minimize the delay of the bid award. c. If requested, bid items waiting for samples and testing will not be awarded and approved until the requested samples have been provided, tested, and reviewed. 10. REGULATORY REQUIREMENTS: a. All products/items, supplies, equipment, and apparatus must meet all Federal, State, and Local safety regulations, specifications and requirements, and guidelines, from the North Carolina Office of Water and Air Resources, AWWA, OSHA, US DOT, NC-DOT, NFPA, UL, FCC, etc., if so regulated. b. Certificates of Compliance must be submitted by all bidders with their bid proposal. 11. MANUFACTURER REQUIREMENTS: a. Bidders must fill-in and provide on their Bid Proposal Form the Manufacturer of the chemical(s) being proposed/quoted. b. All Water and Wastewater Treatment Chemicals must not contain any soluble material or any organic substances in quantities capable of producing deleterious of injuries effects on the health of those consuming water that has been properly treated with the chemical. c. The City of Raleigh reserves the right to add or delete specific impurity listings as is required to meet all USEPA, SDWA, and FDEP water quality standards, and any newly regulated maximum contaminant level (MCL) that may be passed into law during the span of the contract. The vendor will comply with any such changes that are required, by whatever process change that is required, at no additional cost to the City. d. All impurities must be with values listed in the Water Chemical Codex. e. All Water and Wastewater Treatment Chemicals must be suitable for feeding by means of metering pumps and other metering devices constructed of corrosion – resistant materials. f. All Water and Wastewater Treatment Chemicals must be free from extraneous and objectionable materials and shall be transported and delivered at such concentration and temperature that no freezing occurs. 12. MANUFACTURING SECURITY REQUIREMENTS: a. The awarded Bidder/Supplier is responsible for providing and ensuring that necessary safeguards are in place (physical measures, policies and procedures, site security protocols, etc.) to protect the Water and Wastewater Treatment Chemicals from natural and environmental hazards and unauthorized contamination during the manufacturing process and transport to the City. b. The City reserves the right to request proof and documentation that safeguards, and security measures are in place, and/or visit and conduct an in-person review and inspection at the manufacturer’s facility prior to the Bid Award and start of the contract. c. The City reserves the right to not award a bid, or cancel and terminate an existing bid contract, if adequate safeguards and security measures are not in place and enforced by the vendor providing the chemical(s). Bid No: 274-2023-09R-DN Water and Wastewater Chemicals 13. SAFETY DATA SHEETS (SDS/MSDS): a. All Bidders must include a Safety Data Sheet (SDS) and/or a Material Safety Data Sheet (MSDS) for each chemical quoted in their bid proposal. 14. AFFIDAVIT OF COMPLIANCE AND CERTIFIED LABORATORY REPORT: a. All Bidders must submit an Affidavit of Compliance from the chemical manufacturer stating compliance with all applicable requirements of these specifications, and a Certified Independent Laboratory Report. b. The Affidavit of Compliance must specify by percentage (%) the Specific Gravity, and other impurities as specified and listed in the Chemical Specifications listed herein. c. All Bidders must submit a certified independent laboratory report with their bid proposal. d. An Affidavit of Compliance much be provided at the time of delivery for the chemicals being delivered. e. The City reserves the right to require a new certified independent laboratory report be provided at any time during the term of the contract and if a significant change occurs in the vendor’s manufacturing process. 15. PACKAGING AND SHIPPING REQUIREMENTS: a. All Water and Wastewater Treatment Chemicals solution must be shipped in clean, suitable tanker trucks. The tanks must be rubber-lined or made of stainless steel or any other suitable material that will not be attacked by the acidity of the liquid. b. Tanker trucks must be in suitable condition for hauling Water and Wastewater Treatment Chemicals and must not contain any substances that might affect the use or usefulness of the chemicals in treating the City’s municipal water supply. c. Bulk tanker deliveries must be accompanied by Certified Weight Certificates. 16. DELIVERY PROCEDURES AND REQUIREMENTS: a. All items are to be delivered FOB Raleigh, NC or Durham, NC to the City location as provided on the City Purchase Order. b. All items are to be delivered safely. c. All chemicals must be shipped in clean, suitable tanker trucks or cycle bin/totes. All tanks and bins must be made of stainless steel or any other suitable material that will not interact or react to the chemical contain within. d. All deliveries will be made during daylight hours, between 7:00 a.m. and 2:00 p.m. Tanker trucks will not be allowed on site before 7:00 am. Any exception to this requirement must be approved by the Plant Operations Supervisor or his/her designated representative. The Plant Operations Supervisor will place an order for the following week. The Bidder/Vendor must be able to deliver product 7-10 days after the order is placed. All deliveries must be delivered as scheduled. Any consistent deviations from the delivery schedule may result in cancellations of contract. e. The Bidder/Vendor shall assign a specific Customer Service Representative (CSR) to the City of Raleigh. The Plant Operations Supervisor at each plant needs a point of contact that is familiar with our policies and procedure to ensure all deliveries are successful and good communication is maintained. f. Vendors must send the names and photos (for identification purposes) of all drivers making deliveries to any City water facility prior to the scheduled delivery of the chemical. g. All deliveries must be scheduled in advance with the City water facility receiving the order. h. All delivery trucks must be sealed with security tags after being loaded at terminal. The manifest or shipping ticket must be correct. Any discrepancies on the ticket regarding driver identification and any discrepancies regarding the “security tags/seals” will result in the load being refused. i. The City water facility must be notified of the name of the driver, the truck and trailer number, the seal tag numbers, and the Certificate of Analysis (C of A) before leaving the terminal via an email distribution list that includes the Plant Operations Supervisor and Plant Operators. The City water facility must be notified of the delivery driver’s name before the truck leaves the terminal to allow the City to match up the driver’s name & photo with his ID upon arrival at the City facility. j. City water facility will give a “passcode” to the vendor when placing orders for the next week for each individual delivery truck. It is the responsibility of the vendor to make sure the transportation/carrier writes the passcode on the driver’s paperwork. The delivery driver must provide the same passcode to City staff to gain entry into the City facility. No delivery truck will be permitted to enter a City facility without the correct passcode. k. The Raleigh Police Department and the Federal Bureau of Investigation may be contacted if the delivery protocol and procedures are not followed. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals l. City water facility personnel will check all delivery information. All delivery documents must be correct and contain the specific information as related to the delivery. All delivery documents must include the City’s purchase order number and provide the correct product, quantity, unit of measure, and price as per the City’s purchase order. The City’s purchase order number must be printed and referenced on all documents and invoices. Any discrepancies will delay the delivery and off-loading process, and/or the delivery may be refused. m. Upon arrival at a City of Raleigh facility, the truck driver must present the following items: i. Photo ID prior to receipt of shipment; otherwise, shipment will not be accepted. ii. Vendor’s Shipping Invoices. iii. Affidavit of Compliance. iv. Machine Stamped Weighmaster’s Certificate of Weight and Measure. n. The unloading or transfer of chemicals from the tanker truck shall be considered the responsibility of the contractor and the tanker truck operator. All drivers shall report to the offloading operator in charge on every delivery, and obtain their approval prior to starting the unloading process. Plant personnel must be present during the entire offloading process. Delivery drivers are not permitted to deliver and unload any chemicals without City personnel being present. o. All tanker and appurtenant valves used for the delivery of all chemicals under this agreement must be in good mechanical order and shall be in full compliance with the applicable requirements of all current Hazardous Material Regulations. p. Any tanker truck found leaking chemicals will not be permitted to enter or depart a City of Raleigh facility until appropriate repairs are made by the vendor or transport company. Any tanker truck found leaking chemicals will be considered an emergency situation and will require immediate attention by the vendor. q. The vendor and truck operator will be responsible for the cleanup of all spills, contaminated matter, and the removal of all contaminated cleanup material. The vendor will be notified immediately of any spills that are not cleaned up by the truck driver. Any spills not cleaned within 2 hours of notification will be cleaned by the City and billed to the contractor. r. The delivery truck driver must wear the appropriate protective face and body apparel during the unloading and handling of the water treatment chemicals, as required by North Carolina Occupational and Health Standard. s. Unloading time will be free of charge to the City for a minimum of 2.5 hours, beginning upon the arrival of the tanker on City property and ending upon its departure from City property. Any additional delivery charge for exceeding the 2.5 hour unloading time must be documented on the delivery docket prior to leaving the City facility by the delivery driver, and must be billed at the rate quoted on the Bidder’s proposal (see Bid Proposal Form Item #2). Any additional charge will be investigated and approved by the City prior to payment. The City shall not be charged a demurrage fee if two trucks show up at the same time and the 2nd truck is waiting to offload for more than 2.5 hours. It is the responsibility of the vendor/shipping company to ensure the driver making the delivery does not exceed their Hours of Service while on the plant site. Trucks are not allowed to stay on site over night under any circumstances. t. The vendor will deliver all chemicals in clean, dedicated containers/tankers that are free of contaminants. Any contamination of the chemicals during transport or during the unloading process will render the vendor liable for the expense of the disposal and replacement of any contaminated material, as well as the clean-up of City storage facilities and the replacement of existing inventory prior to the delivery 17. INSURANCE REQUIREMENTS: a. Bidder must provide a Certificate of Insurance with their bid submittal as evidence of a minimum of $5,000,000 Liability coverage; for General and Environmental liability. b. Bidder must include (3) customer/client references that have used the bidder’s product for a minimum of (5) years. The references must include the name of the customer/client, facility name and location, and the Contact person’s phone number and Email address. 18. PRESENTATION AND FACILITY VISITS: a. Within 45 days of the bid award, the awarded bidder/supplier will provide a technical presentation at each water treatment plant detailing the proper safe handling and application of the awarded product. b. The awarded bidder/supplier will be required to physically visit each facility at least every 45 days to review product inventory, use, and performance and resolve any issues that may arise. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals PRICING SHEET ITB # 274-2023-09R-DN WATER/WASTERWATER TREATMENT CHEMICALS **ALL FREIGHT INCLUDED** Bidders may submit pricing on one or more of the chemicals listed below. ITEM DESCRIPTION QUANTITY UNIT OF MEASURE UNIT PRICE EXTENDED PRICE 1 Aqueous Ammonium Hydroxide 19% 175,000 Wet Pounds $ $ 2 Anhydrous Ammonia 265,000 Pounds $ $ 3 Liquid Sodium Hydroxide 50% (Caustic) 2,600 Dry Tons $ $ 4 Liquid Sodium Hydroxide 25% (Caustic) 130,000 Gallons $ $ 5 Liquid Ferrous Sulfate 300,000 Gallons $ $ 6 Hydrofluorosilicic Acid Solution (Fluoride) 240,000 Wet Pounds $ $ 7 Sodium Hypochlorite Solution (Bleach) 1,000,000 Gallons $ $ 8 Liquid Aluminum Sulfate 800,000 Gallons $ $ 9 Polymer, Polydyne, Clarifloc SE-1768 150 Totes $ $ 10 Polymer, Polydyne, Clarifloc SE-1178 450,000 Pounds $ $ 11 Polymer, Polydyne, Clarifloc SE-1720 210,000 Pounds $ $ 12 Sodium Silicate Corrosion Inhibitor, Dabco DC-22L 800,000 Wet Pounds $ $ 13 Calcium Thiosulfate 10,000 Pounds $ $ 14 Sodium Hypochlorite 15% Solution (Bleach) 468,000 Pounds $ $ NOTICE TO BIDDERS: Do not include taxes in your bid pricing. Any and all tax imposed upon any article on which you are bidding are only to be shown as separate line items on invoices, and in no case are taxes to be included with your bid price. Failure to comply with these conditions will be considered grounds for rejection. EMAIL AND FAX COPIES OF BIDS ARE NOT ACCEPTABLE POSITIVELY NO BIDS CONSIDERED UNLESS SUBMITTED ON THIS FORM COMPANY: DATE: AUTHORIZED SIGNATURE: TITLE: Bid No: 274-2023-09R-DN Water and Wastewater Chemicals PRODUCT SPECIFICATIONS BIDDER MUST FILL IN BLANKS (Left Margin) TO INDICATE COMPLIANCE. ALL EXCEPTIONS SHOULD BE ON A SEPARATE SINGLE PAGE FOR OUR ACCEPTANCE. FAILURE TO COMPLY WITH THIS REQUIREMENT SHALL RENDER YOUR BID UNRESPONSIVE. Comply Y/N ITEM 1 AQUEOUS AMMONIUM HYDROXIDE 19%: ________ The Aqueous Ammonium Hydroxide 19% supplied under this specification must not contain any soluble material or any organic substances in quantities capable of producing deleterious of injuries effects on the health of those consuming water that has been properly treated with the chemical. All impurities must be with values listed in the Water Chemical Codex. ________ Affidavit of Compliance i. An affidavit from the manufacturer or vendor must be furnished showing compliance with all applicable requirements of these specifications. ii. The person(s) authorized to certifying the Affidavit of Compliance for the Contractor must be as stated in the Request for Bid. iii. The affidavit of compliance tender documents must accompany each delivery. The Aqueous Ammonia Hydroxide MUST MEET AWWA B306 and ANSI/NSF STANDARD 60. The vendor must provide technical assistance as deemed necessary by the City of Raleigh on the application of their product. ________ Quality i. Aqueous Ammonium Hydroxide must comply with the following parameters: Chemical Analysis: a. NH4OH 19.4 % Physical Properties: a. Description: Colorless, but very pungent b. Molecular Weight: 35.05 c. pH: 11.6 @ 19.4 % ii. Bulk Density: 7.74 pounds per gallon @ 19.4 % ________ A certified independent laboratory report must be included with the bidder’s proposal. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals Comply Y/N ITEM 2 ANYHDROUS AMMONIA: ________ The Anhydrous Ammonia supplied under this specification must not contain any soluble material or any organic substances in quantities capable of producing deleterious of injuries effects on the health of those consuming water that has been properly treated with the chemical. All impurities must be with values listed in the Water Chemical Codex ________ Affidavit of Compliance i. An affidavit from the manufacturer or vendor must be furnished showing compliance with all applicable requirements of these specifications. ii. The person(s) authorized to certifying the Affidavit of Compliance for the Contractor must be as stated in the Request for Bid. iii. The affidavit of compliance tender documents must accompany each delivery. The Aqueous Ammonia Hydroxide MUST MEET AWWA B305-15 and ANSI/NSF STANDARD 60. The vendor must provide technical assistance as deemed necessary by the City of Raleigh on the application of their product. ________ Quality Ammonium Hydroxide must comply with the following parameters: Chemical Analysis: a. NH3 99.9 % premium grade b. Appearance Clear, Colorless, but very pungent c. Water Content 33 ppm maximum d. Oil Content 2 ppm maximum e. Molecular Weight: 17.031 g/mol ________ A certified independent laboratory report must be included with the bidder’s proposal. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals Comply Y/N ITEM 3 LIQUID SODIUM HYDROXIDE 50% (CAUSTIC): ________ Liquid Sodium Hydroxide (Caustic) must be approved for potable water treatment and must be free from extraneous and objectionable materials and must be transported and delivered at such concentration and temperature that no freezing occurs. The Liquid Sodium Hydroxide 50% solution will be delivered in bulk tanker trucks. The Liquid Sodium Hydroxide must be suitable for feeding by means of metering pumps and other metering devices constructed of corrosion – resistant materials ________ Affidavit of Compliance i. An affidavit from the manufacturer or vendor must be furnished showing compliance with all applicable requirements of these specifications. ii. The person(s) authorized to certify the Affidavit of Compliance for the Bidder must be as stated in the Bidder’s Proposal. iii. The affidavit of compliance tender documents shall accompany each delivery. The Liquid Sodium Hydroxide MUST MEET ANSI/NSF STANDARD 60. The vendor must provide technical assistance as deemed necessary by the City of Raleigh on the application of their product. ________ Quality i. The Liquid Sodium Hydroxide 50% solution must comply with the following parameters: Chemical Properties a. Sodium Oxide Na2O 38.0 - 39.5 % b. Sodium Hydroxide NaOH 49.0 - 51.5 % c. Sodium Chloride NACl 0.01% Max d. Sodium Carbonate Na2CO3 0.05% Max e. Sodium Sulfate Na2SO4 0.005% Max f. Sodium Chlorate NaClO3 0.0005% Max g. Iron Fe 3.0ppm Max ________ A certified independent laboratory report must be included with the bidder’s proposal. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals Comply Y/N ITEM 4 LIQUID SODIUM HYDROXIDE 25% (CAUSTIC): ________ Liquid Sodium Hydroxide (Caustic) must be approved for potable water treatment and must be free from extraneous and objectionable materials and must be transported and delivered at such concentration and temperature that no freezing occurs. The Liquid Sodium Hydroxide must be suitable for feeding by means of metering pumps and other metering devices constructed of corrosion – resistant materials. The Liquid Sodium Hydroxide 25% solution will be delivered in bulk tanker trucks or in cycle-bin/totes depending upon the location ordering and receiving the material ________ Affidavit of Compliance i. An affidavit from the manufacturer or vendor must be furnished showing compliance with all applicable requirements of these specifications. ii. The person(s) authorized to certify the Affidavit of Compliance for the Bidder must be as stated in the Bidder’s Proposal. iii. The affidavit of compliance tender documents shall accompany each delivery. The Liquid Sodium Hydroxide MUST MEET ANSI/NSF STANDARD 60. The vendor must provide technical assistance as deemed necessary by the City of Raleigh on the application of their product. ________ Quality The Liquid Sodium Hydroxide 25% solution must comply with the following parameters: Chemical Properties a. Sodium Oxide Na2O 18.60 - 20.15% b. Sodium Hydroxide NaOH 24.0 - 26.0% c. Sodium Chloride NaCl 0.55% Max d. Sodium Carbonate Na2CO3 0.1% Max e. Sodium Sulfate Na2SO4 0.0375% Max f. Sodium Chlorate NaClO3 0.15% Max g. Iron Fe 5.0ppm Max ________ A certified independent laboratory report must be included with the bidder’s proposal. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals Comply Y/N ITEM 5 LIQUID FERROUS SULFATE: ________ Liquid Ferrous Sulfate must be free from extraneous and objectionable materials and will be transported and delivered at such concentration and temperature that no freezing occurs. The Liquid Ferrous Sulfate must be suitable for feeding by means of metering pumps and other metering devices constructed of corrosion – resistant materials. The solution must not contain materials or substances in quantities capable of producing toxic effects in the treatment process, wastewater plant effluent, as evidenced by permit compliance and bio-monitoring testing. ________ Affidavit of Compliance i. An affidavit from the manufacturer or vendor must be furnished showing compliance with all applicable requirements of these specifications. ii. The person(s) authorized to certify the Affidavit of Compliance for the Bidder must be as stated in the Bidder’s proposal. iii. The affidavit of compliance tender documents shall accompany each delivery. The Liquid Ferrous Sulfate MUST MEET AWWA B402-06. The vendor must provide technical assistance as deemed necessary by the City of Raleigh on the application of their product. ________ Quality Liquid Ferrous Sulfate must comply with the following parameters: 1. Soluble Ferrous Iron 5.1% or more 2. Density of solution 9.4lbs/gal or more 3. Elemental Sulfur 1000 mg/l or less 4. Total Solids 0.1 % or less 5. pH 1.9 – 4.0 6. Freezing point Below 0 degree Celsius 7. Trace Elements 0.02% or less 8. Ferric Iron 40 ppm or more Liquid Ferrous Sulfate supplied to the City must not contain specific trace elements with a maximum concentration in excess of the following limits: 9. Arsenic 0.05mg/l 10. Chromium 5.0mg/l 11. Cadmium 0.50mg/l 12. Nickel 30.0mg/l 13. Lead 5.0mg/l 14. Zinc 30.0mg/l 15. Silver 5.0mg/l 16. Mercury 0.05mg/l 17. Selenium 0.05mg/l 18. Copper 5.0mg/l 19. Molybdenum 2.5mg/l ________ A certified independent laboratory report must be included with the bidder’s proposal. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals Comply Y/N ITEM 6 HYDROFUOROSILICIC ACID (FLORIDE): ________ The Hydrofluorosilicic Acid (Fluoride) supplied under this specification must be approved for potable water treatment and must not contain any soluble material or any organic substances in quantities capable of producing deleterious of injuries effects on the health of those consuming water that has been properly treated with the chemical. All impurities must be with values listed in the Water Chemical Codex. ________ Affidavit of Compliance i. An affidavit from the manufacturer or vendor must be furnished showing compliance with all applicable requirements of these specifications. ii. The person(s) authorized to certifying the Affidavit of Compliance for the Contractor shall be as stated in the Request for Bid. iii. The affidavit of compliance tender documents shall accompany each delivery. Hydrofluorosilicic Acid MUST MEET AWWA B703-08a and ANSI/NSF STANDARD 60. The vendor must provide technical assistance as deemed necessary by the City of Raleigh on the application of their product. ________ Quality Hydrofluorosilicic Acid must comply with the following parameters: Chemical Analysis i. Assay (H2SiF6): 23.00 % min ii. Free Acid (expressed as HF): 1.00 % Physical Properties 1. Description: Colorless to straw yellow liquid 2. Molecular Weight: 144.08 3. Specific Gravity: 1.23 (H2O = 1) @ 25% 4. Bulk Density: 10.25 pounds per gallon @ 25 % ________ A certified independent laboratory report must be included with the bidder’s proposal. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals Comply Y/N ITEM 7 SODIUM HYPOCHLORITE SOLUTION (BLEACH): ________ The Sodium Hypochlorite Solution must be approved for potable water treatment and must be of such clarity as to permit the reading of flow measuring devices without difficulty. The solution must be suitable for feeding by means of metering pumps and other metering devices constructed of corrosion – resistant materials. The product must have a USEPA registration number and be approved by the Food and Drug Administration. The Sodium Hypochlorite Solution supplied under this specification shall not contain any soluble material or any organic substances in quantities capable of producing deleterious of injuries effects on the health of those consuming water that has been properly treated with the chemical. All impurities must be with values listed in the Water Chemical Codex. . ________ Affidavit of Compliance i. An affidavit from the manufacturer or vendor must be furnished showing compliance with all applicable requirements of these specifications. ii. The person(s) authorized to certifying the Affidavit of Compliance for the Contractor shall be as stated in the Request for Bid. iii. The affidavit of compliance tender documents shall accompany each delivery. The Sodium Hypochlorite Solution MUST MEET AWWA B300-04 and ANSI/NSF STANDARD 60. Sodium Hypochlorite Solution must be a clear light-yellow liquid and have a USEPA registration number and be approved by the Food and Drug Administration. iv. The vendor must provide technical assistance as deemed necessary by the City of Raleigh on the application of their product. ________ Quality i. Sodium Hypochlorite Solution must comply with the following parameters: Chemical Properties 1. Formula: NaOCL (% by weight) 12.5% min - 15.6% max 2. Available Chlorine: h. Weight percent 11.9% min - 14.8% max i. Trade percent 14.2% min - 16.0% max 3. Inert Ingredients: j. Sodium Carbonate (Na2CO3) 0.5% k. Sodium Chloride (NaCl) 12.5% 4. Inorganic Salts: l. Copper (Cu) 0.1 m. Iron (Fe) 0.1 n. Silicon (Si) 100 ppm o. Nickel (Ni) 0.1 p. Manganese (Mn) 0.1 5. Physical Properties q. Specific Gravity @ 68oF (20oC) 1.196 min - 1.249 max r. Weight of Solution @ 68oF (20oC) 10.0 min - 10.4 max s. Insoluble Matter by Weight % 0.15 ________ A certified independent laboratory report must be included with the bidder’s proposal. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals Comply Y/N ITEM 8 LIQUID ALUMINUM SULFATE: ________ The Liquid Aluminum Sulfate must be free from extraneous and objectionable materials and must be transported and delivered at such concentration and temperature that no freezing occurs. The liquid must be of such clarity as to permit the reading of flow measuring devices without difficulty and must also be suitable for feeding by means of metering pumps and other metering devices constructed of corrosion – resistant materials. The Liquid Aluminum Sulfate must be 48.5% (standard) aluminum sulfate and will contain no soluble or organic substances in qualities capable of producing deleterious of injuries effects on the health of those consuming water that has been properly treated with aluminum sulfate. All impurities must be with values listed in the Water Chemical Codex. . ________ Affidavit of Compliance 1. An affidavit from the manufacturer or vendor must be furnished showing compliance with all applicable requirements of these specifications. 2. The person(s) authorized to certifying the Affidavit of Compliance for the Contractor shall be as stated in the Request for Bid. 3. The affidavit of compliance tender documents shall accompany each delivery. The Liquid Aluminum Sulfate MUST MEET ANSI/AWWA B403-03 and NSF STANDARD 60. The vendor must provide technical assistance as deemed necessary by the City of Raleigh on the application of their product. ________ Quality The Liquid Aluminum Sulfate will not contain specific impurities in excess of the following limits (by weight) for an expected maximum dosage exceeding 150mg/l, calculated based on Al2(SO4)3*14H2O. The Liquid Aluminum Sulfate must comply with the following parameters: Chemical Properties: a. Formula Al2(SO4)3*14H2O b. Molecular Weight (approximate) 594 c. pH of 1 percent solution (approximate) 3.5 d. Al2O3 (aluminum oxide) total percent (%) 8.30 e. Acidity Percentage (%) 0.5 f. Iron as Fe2O3 (ferrous oxide) PPM 3000 max g. Arsenic (As) mg/kg 30 h. Cadmium (Cd) mg/kg 7 i. Chromium (Cr) mg/kg 30 j. Lead (Pb) mg/kg 30 k. Mercury (Hg) mg/kg 1 l. Selenium (Se) mg/kg 7 m. Silver (Ag) mg/kg 30 Physical Properties: n. Baume at 60° F 36.5 o. Weight/gallons, lb. 11.13 p. Specific Gravity 1.31 – 1.34 q. Crystallization point °F 4 r. Turbidity, NTU ________ A certified independent laboratory report must be included with the bidder’s proposal. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals Comply Y/N ITEM 9, ITEM 10, AND ITEM 11 POLYMER: ________ Cationic polymer is used for thickening during the sludge dewatering process. The polymer must be free from extraneous and objectionable materials and must be transported and delivered at such concentration and temperature that no freezing occurs. The polymer must be suitable for feeding by means of metering pumps and other metering devices constructed of corrosion – resistant materials. Liquid Polymer will be delivered in bulk tanker trucks or 2,300 lbs. totes.. ________ Affidavit of Compliance i. An affidavit from the manufacturer or vendor must be furnished showing compliance with all applicable requirements of these specifications. ii. The person(s) authorized to certify the Affidavit of Compliance for the Bidder must be as stated in the Bidder’s Proposal. ________ Delivery Lead – Time i. All orders for polymer must be delivered within 10 – 14 days from the receipt of the City’s Purchase Order. ii. Orders not delivered within the 10 – 14-day timeframe will lead to and be cause for the termination of the contract with the awarded bidder. ________ Approved Manufacturer Brands of Polymer i. All Polymers proposed and supplied under this bid contract must be sourced from the following approved manufactured brands: a. Polydyne, Clarifloc SE-1720 (liquid) b. Polydyne, Clarifloc SE-1178 (liquid) c. Polydyne, Clarifloc SE-1768 (liquid in 2,300 lb totes) ________ A certified independent laboratory report must be included with the bidder’s proposal. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals Comply Y/N ITEM 12 SODIUM SILICATE DC 22L CORRISION INHIBITOR: ________ The Sodium Silicate Corrosion Inhibitor, Dabco DC-22L supplied under this specification shall not contain any soluble material or any organic substances in quantities capable of producing deleterious effects or injuries on the health of those consuming water that has been properly treated with the chemical. All impurities must be measured with reporting units as listed in the Water Chemical Codex. ________ Affidavit of Compliance i. An affidavit from the manufacturer or vendor must be furnished showing compliance with all applicable requirements of these specifications. ii. The person(s) authorized to certifying the affidavit of compliance for the Contractor shall be as stated in the Request for Bid. iii. The affidavit of compliance tender documents shall accompany each delivery. The corrosion inhibitor MUST meet ANSI/NSF STANDARD 60. The vendor must provide technical assistance as deemed necessary by the City of Raleigh on the application of their product. ________ Quality i. The Sodium Silicate Corrosion Inhibitor, Dabco DC-22L must comply with the following parameters: 1. The product bid and proposed must be the Dabco DC-22L, or an NC Public Water Supply approved equivalent product. 2. Bidders offering any product other than the Dabco DC-22L must provide data to satisfy both the City of Raleigh and NC Public Water Supply of the following: 3. Corrosion Inhibitor chemicals are substantially the same as the Dabco DC-22L product. 4. Public Water Supply acknowledges that the alternate chemical does not affect the current lead and copper sampling plan for the City. 5. Specific Gravity of the proposed chemical. 6. % silicate of proposed chemical. 7. % polyphosphate of proposed chemical. 8. % equivalency of the proposed chemical to the Dabco DC-22L (ex.1.1 pounds of proposed chemical = 1.0 pounds of DC-22L). 9. If necessary, to determine the bid award, the bidder will be required to submit a one (1) quart sample for analysis. Any substitute product must be exactly chemically the same as the Dabco DC-22L. 10. The bidder must be the producer of the product to be supplied to the City and have produced the product for a minimum of ten (10) years. 11. The product must be produced at a facility under operational control of the bidder. 12. Bidder must identify a primary qualified technical consultant, and a backup if the primary is unavailable, for troubleshooting and servicing the product, that reside within a 200 mile radius of Raleigh, North Carolina. Bidder must provide a resume, for both the primary and backup technical consultants that also identify their location/city of residence, with their bid. The City of Raleigh will be the sole decision maker relative to the technician’s qualifications. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals ________ Domestic Supply Requirement i. Product must be produced from raw materials produced and sourced from the USA. This is a quality assurance and availability issue. Producer will provide raw material invoices for produced product at the request of the City. ii. ISO 9001 Certification Requirement iii. The product manufacturer/producer and/or the parent company must have ISO 9001 certification. iv. NSF STD 60 addresses product ethnicity for drinking water. ISO 9001 assures product quality, consistency and reliability. Bidder must include a valid copy of their ISO 9001certification with their bid submittal. ________ Affidavit of Compliance i. An affidavit from the manufacturer or vendor must be furnished showing compliance with all applicable requirements of these specifications. ii. The person(s) authorized to certifying the affidavit of compliance for the Contractor shall be as stated in the Request for Bid. iii. The affidavit of compliance tender documents shall accompany each delivery. The corrosion inhibitor MUST meet ANSI/NSF STANDARD 60. The vendor must provide technical assistance as deemed necessary by the City of Raleigh on the application of their product. ________ Certified Laboratory Report i. An independent certified laboratory report must accompany the bid with the following parameters included in the analysis: 1. Specific gravity 2. pH 3. Silicon Dioxide 4. Total Phosphate 5. Ortho Phosphate 6. Sodium 7. Potassium 8. Zinc 9. Heavy metal scan Bid No: 274-2023-09R-DN Water and Wastewater Chemicals Comply Y/N ITEM 13 CALCIUM THIOSULFATE: ________ Calcium thiosulfate is a non-hazardous liquid with a typical pH of 6.5 to 8.0. The liquid solution is water- white to pale yellow in color. Solutions are typically 30% by weight. Liquid calcium thiosulfate is a reducing agent and used to instantly dechlorinate water. The Calcium Thiosulfate must be free from extraneous and objectionable materials and must be transported and delivered at such concentration and temperature that no freezing occurs. The Calcium Thiosulfate must be suitable for feeding by means of metering pumps and other metering devices constructed of corrosion – resistant materials. The bidder shall warrant that all deliveries made under this contract are of good quality. The Calcium Thiosulfate shall conform to ANSI/NSF Standard 60: Drinking Water Chemicals. NSF 60 certification shall be supplied with each chemical delivery. Liquid calcium thiosulfate shall be shipped in totes or in bulk tanker trucks. ________ Affidavit of Compliance i. An affidavit from the manufacturer or vendor must be furnished showing compliance with all applicable requirements of these specifications. ii. The person(s) authorized to certifying the affidavit of compliance for the Contractor shall be as stated in the Request for Bid. iii. The affidavit of compliance tender documents shall accompany each delivery. The Calcium Thiosulfate MUST meet ANSI/NSF STANDARD 60. The vendor must provide technical assistance as deemed necessary by the City of Raleigh on the application of their product. ________ Delivery Lead – Time i. All orders for calcium Thiosulfate must be delivered within 10 – 14 days from the receipt of the City’s Purchase Order. ii. Orders not delivered within the 10 – 14-day timeframe will lead to and be cause for the termination of the contract with the awarded bidder. ________ Quality i. Calcium thiosulfate shall be 30% w/v ii. pH 6.5-8.0 iii. specific gravity 1.240 per gallon and 10.34 pounds/gallon ________ A certified independent laboratory report must be included with the bidder’s proposal. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals Comply Y/N ITEM 14 SODIUM HYPOCHLORITE 15% SOLUTION (BLEACH):: ________ Specifications for this treatment chemical are as set forth in ANSI/AWWA Standard, except as may be modified by the specific requirements herein. Supplementary Specifications used in conjunction with the AWWA Standard. The affidavit of compliance tender document shall accompany each delivery. The Sodium hypochlorite Solution MUST MEET ANSI/AWWA B300-18 and ANSI/NSF STANDARD 60 (latest revisions of both). Sodium Hypochlorite Solution must be clear light yellow liquid, and have USEPA registration number and be approved by the Food and Drug Administration. ________ The type required is sodium hypochlorite bid as 15% available chlorine. The Sodium Hypochlorite Solution must be approved for potable water treatment and must be of such clarity as to permit the reading of flow measuring devices without difficulty. The solution must be suitable for feeding by means of metering pumps and other metering devices constructed of corrosion resistant materials. ________ The quantity per year is estimated 293 tons as available chlorine. This is equivalent to 468,000 gallons of sodium hypochlorite at 15% available chlorine. The Sodium Hypochlorite Solution supplied under this specification shall not contain any soluble material or any organic substances in quantities capable of producing deleterious of injuries effects on health of those consuming water that has been properly treated with the chemical. All impurities must be with values listed in the Water Chemical Codex. ________ Form of shipment shall be by tank truck of approximately 4,000 – 5,000 gallons. Tank trucks making deliveries shall be equipped with suitable unloading devices, pump, and sufficient length of discharge hose to transfer the chemical from the truck to the City’s storage tanks. Discharge hose should have a 2-inch male polypropylene cam-lock to attach to the city facilities. No metal fittings should be utilized. It is strongly suggested that potential suppliers visit plant sites to be sure they can accommodate deliveries to City facilities before offering a bid. All chemical shipments will leave the chemical vendor’s facility with a seal. The seal will only be broken or removed in the presence of plant staff at City facilities before unloading. If the seal is broken or tampered with before delivery, or without plant staff present, the chemical shipment will be refused. These delivery practices are required for security reasons. Failure to follow these practices could result in the police being summoned to City facilities or forfeiture of vendor’s contract to supply the City with chemicals. ________ Deliveries will be made to the Williams WTP and the Brown WTP. Deliveries shall be between the hours of 7:00 a.m. and 4:00 p.m., Monday through Friday. City of Durham City of Durham Williams WTP Brown WTP 1405 Hillandale Road 1615 Infinity Road Durham, North Carolina 27705 Durham, North Carolina 27712 Telephone: 919-560-4348 Telephone: 919-560-4362 Attn: Daryll Kennedy Attn: Tom Lucas Drivers shall not make connections nor initiate off-loading procedures until authorized to do so by an employee of the City. Drivers will be required to wear protective clothing and equipment in accordance with OSHA rules during unloading of the product. The supplier shall be responsible for cleanup of any spills resulting from the delivery or occurring during unloading of Bid No: 274-2023-09R-DN Water and Wastewater Chemicals the product. ________ Affidavit of Compliance: In addition the affidavit of compliance which is included at the end of the bid form and is applicable to all chemical products included in any supplier’s bid, the supplier shall provide with each shipment a certified analysis to prove that the shipment falls with the following parameters: Minimum Maximum Available Chlorine by weight 12.5% 16% Available Chlorine by (grams per liter) 125 g/1 160 g/l or by (lb. Per gallon) 1.04 lb/gal 1.30 lb/gal Excess NaOH (Alkali) by weight none 1.0% Specific Gravity 1.218 1.266 Insoluble matter by weight none 0.15% Sodium Carbonate none 0.5% Sodium Chloride none 12.5% Copper 0.1 Iron 0.1 Silicon 100ppm Nickel 0.1 Manganese 0.1 Modifications to the AWWA Standard B300-18 (or latest revision): Sampling: Every shipment shall be sampled before unloading is authorized. The sample size will vary between 100 ml and 1 liter. Inspection: Every shipment shall be sampled and inspected for specific gravity and clarity by field expedient methods prior to unloading. The City reserves the right to conduct more complete analysis in accordance with the standard on samples selected at their choice. Rejected shipments shall be either returned to the supplier at their expense or a price adjustment maybe made for the quantity delivered on any shipment which does not meet the specification or pass the initial inspection. ________ A certified independent laboratory report must be included with the bidder’s proposal. Bid No: 274-2023-09R-DN Water and Wastewater Chemicals REFERENCES Provide at least three (3) references, other than the City of Raleigh, for which your company has provided goods and services of substantially the same features and quantity to those solicited herein. References shall be checked during the evaluation period to determine that the goods provided are substantially similar to those bid herein and that the supplier’s performance has been satisfactory. Information obtained will be considered in evaluation of the bids. Bidders are cautioned to provide accurate information. Misleading information presented in the references may result in a rejection of the proposal. 1. Agency or Company Name:___________________________________________________ Business Address: _________________________________________________________ Contact Person: ___________________________________________________________ Contact Telephone Number: __________________________________________________ Email Address: ____________________________________________________________ 2. Agency or Company Name:___________________________________________________ Business Address: _________________________________________________________ Contact Person: ___________________________________________________________ Contact Telephone Number: __________________________________________________ Email Address: ____________________________________________________________ 3. Agency or Company Name:___________________________________________________ Business Address: _________________________________________________________ Contact Person: ___________________________________________________________ Contact Telephone Number: __________________________________________________ Email Address: ____________________________________________________________ Bid No: 274-2023-09R-DN Water and Wastewater Chemicals BIDDER’S CHECKLIST A complete bid will include the following: Bid Response Form City of Raleigh Non-Discrimination Assurances. Wastewater Environmental Management System Policy Statement Bid Pricing Sheet Specifications’ checklist References Safety Data Sheets (SDS) and/or a Material Safety Data Sheets (MSDS) Description of Guaranteed Supply Sealed Bid Packed Submitted to the City no later than 1pm January 11th, 2023.

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

Industrial Wastewater Secondary Treatment

Due: 25 Apr, 2024 (in 5 days)Agency: Port of Morrow

Furnish & Deliver Water and Wastewater Treatment Chemicals

Due: 10 May, 2024 (in 20 days)Agency: City of Fall River

WATER SAMPLING SERVICES FOR NMNC FACILITY MANAGEMENT

Due: 31 Dec, 2026 (in about 2 years)Agency: BUREAU OF INDIAN AFFAIRS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.