View
230
Download
2
Category
Preview:
Citation preview
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
MOBILE AREA WATER amp SEWER SYSTEM
The Board of Water amp Sewer Commissioners of the City of Mobile Alabama
Barbara Drummond Chair Sheri N Weber Walter A Bell Samuel L Jones Vice Chair Maynard V Odom Thomas Zoghby Kenneth Nichols Secretary-Treasurer
Director Charles Hyland
PREPARED FOR THE
MOBILE AREA WATER AND SEWER SYSTEM MOBILE ALABAMA
SPECIFICATIONS
For information regarding this project contact
SCOTT JERNIGAN PE 25 W Cedar Street Suite 350 Pensacola FL 32502 Office(850) 941-7282
CH2M HILL 690226 IFB No 18-029 August 201~
BID DOCUMENTS
MOBILE AREA V ATER AND SEWER SYSTEM
MOBILE ALABAMA
BIDDING REQU AND
CONTRACT DOCUMENTS
for
CHEMICALS FOR INTERNAL CORROSION CONTROL
2018 CONTRACT
CH2M
Pensacola
August 18
HILL2018 ThIS document and the ideas and incorporated herein as an instrument of serVIce IS the property of CH2M HILL and is not to be used In whole or part for any other prOject without the written authorization of CH2M HILL Any reuse modification or alteration document the ideas and designs herein is at the sole risk of the party(ies) reusing or altering it All references to CH2M HILL and Its employees and all profeSSIonal seals shall be removed modification or alteration of this document
No
TABLE OF CONTENTS
Table Contents Invitation Bids
Proposal
Contract Indemnity Agreement
TECHNICAL SPECIFICATIONS
DIVISION J-GENERAL
Section 10 Provisions
Specifications for Control and Related Activities
for I Corrosion
690226 OF JULY 2018
Sealed bids to the conditions contained herein will be received by the Board of Water and Sewer Commissioners of the of Mobile Purchasing Department at their 4725 Moffett Road Mobile Alabama offices until 1030 am Local Time September 6 2018 and then publicly opened and read for furnishing all labor and materials and performing all work for the following Invitation for Bid No Chemicals for Internal Corrosion Control 2018 Contact for the Mobile Area Water and Sewer (MAWSS)
may be obtained or inspected from the MAWSS website at wwwmawsscom No Specifications will be issued to Bidders no later than (48) hours to the time indicated above for bids
Guarantee will be required with each bid for at least 5 of the amount of the bid not to exceed $10000 filed in form of a certified check bid bond or irrevocable letter of Credit acceptable to Owner Checks will be payable to The Board of Water and Sewer Commissioners of the of Mobile Alabama Bid Bonds shall include certification that the bonding company is listed in Circular 570 of the US Treasury Department The name telephone number and contact person for the bonding company shall also be included
Bids must be submitted upon the standard forms furnished the Board of Water and Sewer Commissioners of the City of Mobile included in the
The right is as the interest the Owner may require to reject any and all bids and to waive any informality in bids received
Envelope containing bids must be sealed marked addressed as follows and delivered to the Director Board of Water and Sewer Commissioners of the City of Mobile Alabama 4725 Moffett Road Mobile Alabama 36618 Bid for Purchasing Invitation for Bid No 18-029 Chemicals for Internal Corrosion Control 2018 Contract to be
1030 am Local September 6 2018
THE BOARD OF WATER AND SEWER COMMISSIONERS OF THE CITY OF MOBI ALABAMA
INSTRUCTIONS TO B1DDERS
l QUALIFICATIONS BIDDERS
11 Bids only be considered id if Contractor fully the
requirements set forth in the technical specifications and bid documents for a complete
bid
12 A II shall both and of control
chemicals and shall have a minimum of 15 years providing corrosion
control chemicals for potable water industry The successful bidder shall
referred to as
2 EQUIPMENT
21 equipment is in place to be in dosing to provide internal
corrosion control Any modifications to the existing equipment that II be
shall the lity the
mod with
cooperation and of I AII special
products power controllers required be
supplied and instal at no cost to the Board Upon the completion of contract all
equipment I become property of the Board
Should special cleanup or out-of-the-ordinary effort required by Board
during Contract the wi II be to the
appropriate costs incurred
3 EXAMINATION OF
31 Bidders are encouraged to the water treatment lities to familiarize
with local conditions that their work
32 should examine Bid Documents thoroughly (b) familiarize
with Federal State and local laws ordinances and lations that
may in any manner atfect progress or performance (c) study and carefu lly
correlate observations Bid Documents
33 Submission a Bid will constitute representation by the Bidder that he has
complied with every of and that the Bid Documents are
sufficient in scope and to and convey understand of all terms and
cond performance of the
4 PROPOSALS
41 Bidders are duly notified that Bids after the due time will not
be
690226 INSTRUCTIONS BIDDERS J 2018 1
5 RELATED SUBMIssrON OF BID
5 1 Specification docs not commit the Board pay any cost preparation or submission of a or of
or the thereof
6 SOU PROCESS
61 to waive any irregularities or errors or to m best
Board concerning negotiations and award I be final
7 INQU
71 All inquiries concerning the Bid should addressed to
72 Bid made in to the Engineer no later than tcn (10) days to the
8 FORM
81 The Bid Form is and I copies may obtained the
must completed in or by 1PUIt or rU_HfP must be initialed
Bid shall contain an acknowledgement receipt of Addenda in the provided
per million Ions produced shall be determined by mUltiplying the cost per pound chemical by the pounds of chemical per million Ions of water produced needed to control
Annualized cost shall determined as described on the form
INSTRUCTIONS TO 690226 Page 2 2018
9 SUBMISSION BIDS
91 shall be submitted at the time and indicated in the Invitation for Bids and shall submitted in a sealed as indicated therein
10 MODIFICATION AND WITHDRAWAL OF BIDS
101 Bids withdrawn at any time to B Modifications to by withdrawal a previous bid and re-submittal a
new 111 with specification requirements
II lNG BIDS
111 Bids will be publicly
J 12 A tabulation amounts will made available the of
12 BIDS REMAn OPEN
ILl shall remain open the of the Bid but the Board 111 discretion any Bid
13 AWARD OF CONTRACT
131 The Board reserves the right to reject any and all to waive any and all informalities and to Contract terms with the Low and Responsible -OJVl
Bidder and the right to all Bids the
132 If a is awarded the II the a (60) days after day the Bid Opening
133 Board will a ifan is made
END OF SECTION
690226 18
SUBCONTRACTING PLAN
In order for your proposal to be considered you as Bidder must complete all blanks in this Subcontracting Plan and sign
with a handwritten signature where indicated below
Failure to fill in the blanks on this Subcontracting Plan andor to include a handwritten signature will be cause for rejection
of your bid
It is MAWSSs goal that in all contracts contractors shall make a demonstrated good faith effort to award 15 of the contract
amount to certified Disadvantages Business Entities [DBEs] Diverse Suppliers as subcontractors andor suppliers performing
commercially useful functions which are consistent with contract requirements
Copies of MAWSS DBE Policy 16-01 [for public works projects] DBESupplier Diversity Policy 17-01 [for contracts for other
goods and services] MAWSSs list of certified Disadvantaged Business Enterprises [DBEs] Diverse Suppliers and lists of
organizations that have information on DBEs Diverse Suppliers are available from MAWSSs Supplier Diversity Office (251shy
694-3194) or from the MAWSS website www mawsscom
PLEASE STATE WHAT PERCENTAGE OF THE WORK FOR THIS CONTRACT YOU PLAN TO AWARD TO DBEDIVERSE SUPPLIER SUBCONTRACTORS ANDOR (Total )
VENDOR S
ESTIMATED TOTAL DOLLAR AMOUNT TO BE AWARDED TO DBEDIVERSE SUPPLIER
(Total $)
AMOUNT BID FOR THI S CONTRACT (Total $)
If the above percentage is zero or is less than 15 be sure to include your Affidavit of Contractors Good Faith Efforts to
Meet Subcontractor Vendor Diversity Goals and all supporting documentation in your bid package
Please list below all subcontractors and suppliers which you plan to use for this contract Also indicate which of these are
DBEs Diverse Supplier by writing yes or no where indicated Also list for each the percentage of the total contract
amount to be performed by each and the certification group the DBE Diverse Supplier is certified with Attach additional
sheets if needed [If you are not using any subcontractors or vendors you wi need to write zero below and sign the
form]
SUBCONTRACTOR VENDOR NAME DBE Diverse Supplier OF CONTRACT AMT CERTIFICATION GROUP Yes or No (MAWSS ALDOT ADECA SRM SDC BClA)
CAUTON ACCURATELY COMPLETE ALL PARTS OF THIS FORM AND SIGN BELOW
WE WILL EXERCISE GOOD FAITH TO COMPLY WITH THIS PLAN AND MAWSSS DBE REQUIREMENTS
BIDDER
By ________________________ ___
PROPOSAL
TO BOARD OF WATER AND SEWER COMMISSIONERS OF THE CITY OF MOBILE ALABAMA
Submitted____ ______
(Date)
The undersigned as Bidder hereby declares that he has examined the site of the Work and informed himself fully in regard to all conditions pel1aining to the place where the Work is to be done that he has examined the Plans and Specifications for the Work and all Contract Documents relative thereto and has read the Boards Standard Specifications and all General Conditions and Special Provisions furnished and that he has satisfied himself relative to the Work to be performed
The Bidder proposes and agrees if this Proposal is accepted to contract with the Board of Water and Sewer Commissioners of the City of Mobile Alabama in the fonn of contract specified to furnish all materials equipment machinery tools apparatus means of transportation and labor necessary to complete the following Work
CHEMICALS FOR INTERNAL CORROSION CONTROL
2018 CONTRACT IFB 18-029
in full and complete accordance with the shown noted described and reasonably intended requirements of the Plans Specifications and all other Contract Documents to the full and entire satisfaction of the Board of Water and Sewer Commissioners of the City of Mobile Alabama with a definite understanding that no money will be allowed for extra work except as set forth in the attached General Conditions and other Contract Documents for the lump sum or unit prices listed opposite each item
It is agreed that the description under each item being briefly stated implies although it does not mention all incidentals and that the prices stated are intended to cover all such work materials and incidentals as constitute Bidders obligations as described in the Specifications and any details not specifically mentioned but evidently included in the Contract shall be compensated for the item in which it most logically is included
The quantities for bid items listed on the Proposal sheet are estimated quantities only for the purpose of comparing bids Any differences between these estimated quantities and actual quantities required for this Contract shall not be taken as a basis for claims by the Contractor for extra compensation Compensation will be based on the lump sum or unit prices and actual constlUction quantities
The Owner reserves the right to award a Contract to the lowest responsible and responsive Bidder The basis of award for this project shall be based on the Total Base Bid
PROPOSAL PAGE 2
BID FORM
PROPWETARY BLEND PRODUCTS CHEMICALS FOR INTERl~AL CORROSION CONTROL
2018 CONTRACT
INVIT A nON FOR BID IFB NO 18-029
Corrosion Control Chemicals
$ _ ____ ___ per pound (product name)
Estimated dosage Rate x _____ _ _ _ _ pounds per million gallons
Cost ______ __ per million gallons of water produced
x cclSeOO~O~__ million gallons of water produced per year
Annual Chemical Cost $ (I)
Start-Up Service (lump sum) $ (2)
Additional Services $ (per 8-hour day visit) (See Section IOI6 A3)
X 6 (visit days)
(3)
Annual Sampling Cost (4)
Total Annualized Bid $ _ _______ CSum 1+2+3+4)
PROPOSAL PAGE 3
The undersigned further agrees that in case of failure on his to execute bond within 10 consecutive written notice being the award
of the Contract the check or bid bond in the amount of 5 percent this bid accompanying this bid and the momes payable thereon shall into the funds of
the City Mobile Alabama as liquidated accompanying this shall
Board
or bid
Attached hereto is a certified
______~________ Bank
or a Bid Bond the sum
to Board of Water and Commissioners of the Mobile Alabama
(Printed N arne and
PROPOSAL PAGE 4
ADDRESS
CONTRACTORS LICENSE NO
BIDDER acknowledges receipt of the following ADDENDA
REFERENCES
The following is a list of customers where the bidder has done related work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
BID BOND PAGE 1
BID BOND
KNOW All MEN BY THESE PRESENTS
That
(Name of Contractor)
(Address)
and ____________________________________________________________-----------shy(Name of Surety)
of _________________________________________________________________ as Surety
(Address)
are held and firmly bound unto The Board of Water and Sewer Commissioners of the City of Mobile Alabama as Obligee in the full and just sum of
lawful money of the United States for the payment ofvvhich sum well and truly to be made we bind ourselves
our heirs executors administrators successors and assigns jointly and severally firmly by these presents
WHEREAS the said Principal is herewith submitting its Proposal for
CHEMICALS FOR INTERlJAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
The condition of this obligation is such that if the aforesaid Principal shall be awarded the Contract the said Principal will within the time required enter into a fonnal Contract and give good and sufficient bond to secure the perfonnance of the tenns of and conditions of the Contract then this obligation to be void otherwise the Principal and the Surety will pay unto the Obligee in the full amount of the proposal guarantee five percent (5) of the bid amount as liquidated damages for such default
--
BID BOND PAGEl
SIGNED SEALED AND DELIVERED _ ______~-----------
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _ ______ _ _____________
(Name of Surety)
By _________--------___________
Title ________________________
BIDS WILL NOT BE CONSIDERED UNLESS BID BOND IS SIGNED BY PRINCIPAL AND SURETY OR IN LIEU THEREOF A CERTIFIED CHECK MUST ACCOMPANY THE PROPOSAL
-----------------------------------------------------------
CONTRACT
THIS CONTRACT is made and entered into the _ __ day of 20__ by
and between (Contractor)
hereinafter Contractor and the Board of Water and Sewer Commissioners of the City of Mobile Alabama hereinafter Owner
WITNESSETH
The Contractor for the consideration hereinafter fully set out hereby agrees lith the Owner as follows
1 The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents Invitation for Bids and any Addenda thereto Proposal and all Documents submitted therewith Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile Alabama any Specifications of the Owner provided with the Invitation for Bids that are specific to this Contract General Conditions Special Provisions Detailed Specifications this Contract form Bonds Drawings and Addenda all of which are attached hereto and made a part of the parties Contract as if fully set forth herein
Chemicals for lnterna I Corrosion Control 2018 Contract PROJECT 0 690226
2 The Contractor shall commence performance of this Contract on a date to be specified in a written order of the Owner and shall fully complete all Work hereunder within sixty (60) consecutive calendar days from and after said date Work shall include all construction delivery of materials and items and other obligations of the Contractor under this Contract
3 The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract subject to additions and deductions as provided in the Specifications or Proposal in lawful money of the United States as follows Approximatel y ______________---__________________________________________
_______________ Dollars ($_______________)
in accordance with lump sum and unit prices set fOlih in the Proposal
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
MOBILE AREA V ATER AND SEWER SYSTEM
MOBILE ALABAMA
BIDDING REQU AND
CONTRACT DOCUMENTS
for
CHEMICALS FOR INTERNAL CORROSION CONTROL
2018 CONTRACT
CH2M
Pensacola
August 18
HILL2018 ThIS document and the ideas and incorporated herein as an instrument of serVIce IS the property of CH2M HILL and is not to be used In whole or part for any other prOject without the written authorization of CH2M HILL Any reuse modification or alteration document the ideas and designs herein is at the sole risk of the party(ies) reusing or altering it All references to CH2M HILL and Its employees and all profeSSIonal seals shall be removed modification or alteration of this document
No
TABLE OF CONTENTS
Table Contents Invitation Bids
Proposal
Contract Indemnity Agreement
TECHNICAL SPECIFICATIONS
DIVISION J-GENERAL
Section 10 Provisions
Specifications for Control and Related Activities
for I Corrosion
690226 OF JULY 2018
Sealed bids to the conditions contained herein will be received by the Board of Water and Sewer Commissioners of the of Mobile Purchasing Department at their 4725 Moffett Road Mobile Alabama offices until 1030 am Local Time September 6 2018 and then publicly opened and read for furnishing all labor and materials and performing all work for the following Invitation for Bid No Chemicals for Internal Corrosion Control 2018 Contact for the Mobile Area Water and Sewer (MAWSS)
may be obtained or inspected from the MAWSS website at wwwmawsscom No Specifications will be issued to Bidders no later than (48) hours to the time indicated above for bids
Guarantee will be required with each bid for at least 5 of the amount of the bid not to exceed $10000 filed in form of a certified check bid bond or irrevocable letter of Credit acceptable to Owner Checks will be payable to The Board of Water and Sewer Commissioners of the of Mobile Alabama Bid Bonds shall include certification that the bonding company is listed in Circular 570 of the US Treasury Department The name telephone number and contact person for the bonding company shall also be included
Bids must be submitted upon the standard forms furnished the Board of Water and Sewer Commissioners of the City of Mobile included in the
The right is as the interest the Owner may require to reject any and all bids and to waive any informality in bids received
Envelope containing bids must be sealed marked addressed as follows and delivered to the Director Board of Water and Sewer Commissioners of the City of Mobile Alabama 4725 Moffett Road Mobile Alabama 36618 Bid for Purchasing Invitation for Bid No 18-029 Chemicals for Internal Corrosion Control 2018 Contract to be
1030 am Local September 6 2018
THE BOARD OF WATER AND SEWER COMMISSIONERS OF THE CITY OF MOBI ALABAMA
INSTRUCTIONS TO B1DDERS
l QUALIFICATIONS BIDDERS
11 Bids only be considered id if Contractor fully the
requirements set forth in the technical specifications and bid documents for a complete
bid
12 A II shall both and of control
chemicals and shall have a minimum of 15 years providing corrosion
control chemicals for potable water industry The successful bidder shall
referred to as
2 EQUIPMENT
21 equipment is in place to be in dosing to provide internal
corrosion control Any modifications to the existing equipment that II be
shall the lity the
mod with
cooperation and of I AII special
products power controllers required be
supplied and instal at no cost to the Board Upon the completion of contract all
equipment I become property of the Board
Should special cleanup or out-of-the-ordinary effort required by Board
during Contract the wi II be to the
appropriate costs incurred
3 EXAMINATION OF
31 Bidders are encouraged to the water treatment lities to familiarize
with local conditions that their work
32 should examine Bid Documents thoroughly (b) familiarize
with Federal State and local laws ordinances and lations that
may in any manner atfect progress or performance (c) study and carefu lly
correlate observations Bid Documents
33 Submission a Bid will constitute representation by the Bidder that he has
complied with every of and that the Bid Documents are
sufficient in scope and to and convey understand of all terms and
cond performance of the
4 PROPOSALS
41 Bidders are duly notified that Bids after the due time will not
be
690226 INSTRUCTIONS BIDDERS J 2018 1
5 RELATED SUBMIssrON OF BID
5 1 Specification docs not commit the Board pay any cost preparation or submission of a or of
or the thereof
6 SOU PROCESS
61 to waive any irregularities or errors or to m best
Board concerning negotiations and award I be final
7 INQU
71 All inquiries concerning the Bid should addressed to
72 Bid made in to the Engineer no later than tcn (10) days to the
8 FORM
81 The Bid Form is and I copies may obtained the
must completed in or by 1PUIt or rU_HfP must be initialed
Bid shall contain an acknowledgement receipt of Addenda in the provided
per million Ions produced shall be determined by mUltiplying the cost per pound chemical by the pounds of chemical per million Ions of water produced needed to control
Annualized cost shall determined as described on the form
INSTRUCTIONS TO 690226 Page 2 2018
9 SUBMISSION BIDS
91 shall be submitted at the time and indicated in the Invitation for Bids and shall submitted in a sealed as indicated therein
10 MODIFICATION AND WITHDRAWAL OF BIDS
101 Bids withdrawn at any time to B Modifications to by withdrawal a previous bid and re-submittal a
new 111 with specification requirements
II lNG BIDS
111 Bids will be publicly
J 12 A tabulation amounts will made available the of
12 BIDS REMAn OPEN
ILl shall remain open the of the Bid but the Board 111 discretion any Bid
13 AWARD OF CONTRACT
131 The Board reserves the right to reject any and all to waive any and all informalities and to Contract terms with the Low and Responsible -OJVl
Bidder and the right to all Bids the
132 If a is awarded the II the a (60) days after day the Bid Opening
133 Board will a ifan is made
END OF SECTION
690226 18
SUBCONTRACTING PLAN
In order for your proposal to be considered you as Bidder must complete all blanks in this Subcontracting Plan and sign
with a handwritten signature where indicated below
Failure to fill in the blanks on this Subcontracting Plan andor to include a handwritten signature will be cause for rejection
of your bid
It is MAWSSs goal that in all contracts contractors shall make a demonstrated good faith effort to award 15 of the contract
amount to certified Disadvantages Business Entities [DBEs] Diverse Suppliers as subcontractors andor suppliers performing
commercially useful functions which are consistent with contract requirements
Copies of MAWSS DBE Policy 16-01 [for public works projects] DBESupplier Diversity Policy 17-01 [for contracts for other
goods and services] MAWSSs list of certified Disadvantaged Business Enterprises [DBEs] Diverse Suppliers and lists of
organizations that have information on DBEs Diverse Suppliers are available from MAWSSs Supplier Diversity Office (251shy
694-3194) or from the MAWSS website www mawsscom
PLEASE STATE WHAT PERCENTAGE OF THE WORK FOR THIS CONTRACT YOU PLAN TO AWARD TO DBEDIVERSE SUPPLIER SUBCONTRACTORS ANDOR (Total )
VENDOR S
ESTIMATED TOTAL DOLLAR AMOUNT TO BE AWARDED TO DBEDIVERSE SUPPLIER
(Total $)
AMOUNT BID FOR THI S CONTRACT (Total $)
If the above percentage is zero or is less than 15 be sure to include your Affidavit of Contractors Good Faith Efforts to
Meet Subcontractor Vendor Diversity Goals and all supporting documentation in your bid package
Please list below all subcontractors and suppliers which you plan to use for this contract Also indicate which of these are
DBEs Diverse Supplier by writing yes or no where indicated Also list for each the percentage of the total contract
amount to be performed by each and the certification group the DBE Diverse Supplier is certified with Attach additional
sheets if needed [If you are not using any subcontractors or vendors you wi need to write zero below and sign the
form]
SUBCONTRACTOR VENDOR NAME DBE Diverse Supplier OF CONTRACT AMT CERTIFICATION GROUP Yes or No (MAWSS ALDOT ADECA SRM SDC BClA)
CAUTON ACCURATELY COMPLETE ALL PARTS OF THIS FORM AND SIGN BELOW
WE WILL EXERCISE GOOD FAITH TO COMPLY WITH THIS PLAN AND MAWSSS DBE REQUIREMENTS
BIDDER
By ________________________ ___
PROPOSAL
TO BOARD OF WATER AND SEWER COMMISSIONERS OF THE CITY OF MOBILE ALABAMA
Submitted____ ______
(Date)
The undersigned as Bidder hereby declares that he has examined the site of the Work and informed himself fully in regard to all conditions pel1aining to the place where the Work is to be done that he has examined the Plans and Specifications for the Work and all Contract Documents relative thereto and has read the Boards Standard Specifications and all General Conditions and Special Provisions furnished and that he has satisfied himself relative to the Work to be performed
The Bidder proposes and agrees if this Proposal is accepted to contract with the Board of Water and Sewer Commissioners of the City of Mobile Alabama in the fonn of contract specified to furnish all materials equipment machinery tools apparatus means of transportation and labor necessary to complete the following Work
CHEMICALS FOR INTERNAL CORROSION CONTROL
2018 CONTRACT IFB 18-029
in full and complete accordance with the shown noted described and reasonably intended requirements of the Plans Specifications and all other Contract Documents to the full and entire satisfaction of the Board of Water and Sewer Commissioners of the City of Mobile Alabama with a definite understanding that no money will be allowed for extra work except as set forth in the attached General Conditions and other Contract Documents for the lump sum or unit prices listed opposite each item
It is agreed that the description under each item being briefly stated implies although it does not mention all incidentals and that the prices stated are intended to cover all such work materials and incidentals as constitute Bidders obligations as described in the Specifications and any details not specifically mentioned but evidently included in the Contract shall be compensated for the item in which it most logically is included
The quantities for bid items listed on the Proposal sheet are estimated quantities only for the purpose of comparing bids Any differences between these estimated quantities and actual quantities required for this Contract shall not be taken as a basis for claims by the Contractor for extra compensation Compensation will be based on the lump sum or unit prices and actual constlUction quantities
The Owner reserves the right to award a Contract to the lowest responsible and responsive Bidder The basis of award for this project shall be based on the Total Base Bid
PROPOSAL PAGE 2
BID FORM
PROPWETARY BLEND PRODUCTS CHEMICALS FOR INTERl~AL CORROSION CONTROL
2018 CONTRACT
INVIT A nON FOR BID IFB NO 18-029
Corrosion Control Chemicals
$ _ ____ ___ per pound (product name)
Estimated dosage Rate x _____ _ _ _ _ pounds per million gallons
Cost ______ __ per million gallons of water produced
x cclSeOO~O~__ million gallons of water produced per year
Annual Chemical Cost $ (I)
Start-Up Service (lump sum) $ (2)
Additional Services $ (per 8-hour day visit) (See Section IOI6 A3)
X 6 (visit days)
(3)
Annual Sampling Cost (4)
Total Annualized Bid $ _ _______ CSum 1+2+3+4)
PROPOSAL PAGE 3
The undersigned further agrees that in case of failure on his to execute bond within 10 consecutive written notice being the award
of the Contract the check or bid bond in the amount of 5 percent this bid accompanying this bid and the momes payable thereon shall into the funds of
the City Mobile Alabama as liquidated accompanying this shall
Board
or bid
Attached hereto is a certified
______~________ Bank
or a Bid Bond the sum
to Board of Water and Commissioners of the Mobile Alabama
(Printed N arne and
PROPOSAL PAGE 4
ADDRESS
CONTRACTORS LICENSE NO
BIDDER acknowledges receipt of the following ADDENDA
REFERENCES
The following is a list of customers where the bidder has done related work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
BID BOND PAGE 1
BID BOND
KNOW All MEN BY THESE PRESENTS
That
(Name of Contractor)
(Address)
and ____________________________________________________________-----------shy(Name of Surety)
of _________________________________________________________________ as Surety
(Address)
are held and firmly bound unto The Board of Water and Sewer Commissioners of the City of Mobile Alabama as Obligee in the full and just sum of
lawful money of the United States for the payment ofvvhich sum well and truly to be made we bind ourselves
our heirs executors administrators successors and assigns jointly and severally firmly by these presents
WHEREAS the said Principal is herewith submitting its Proposal for
CHEMICALS FOR INTERlJAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
The condition of this obligation is such that if the aforesaid Principal shall be awarded the Contract the said Principal will within the time required enter into a fonnal Contract and give good and sufficient bond to secure the perfonnance of the tenns of and conditions of the Contract then this obligation to be void otherwise the Principal and the Surety will pay unto the Obligee in the full amount of the proposal guarantee five percent (5) of the bid amount as liquidated damages for such default
--
BID BOND PAGEl
SIGNED SEALED AND DELIVERED _ ______~-----------
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _ ______ _ _____________
(Name of Surety)
By _________--------___________
Title ________________________
BIDS WILL NOT BE CONSIDERED UNLESS BID BOND IS SIGNED BY PRINCIPAL AND SURETY OR IN LIEU THEREOF A CERTIFIED CHECK MUST ACCOMPANY THE PROPOSAL
-----------------------------------------------------------
CONTRACT
THIS CONTRACT is made and entered into the _ __ day of 20__ by
and between (Contractor)
hereinafter Contractor and the Board of Water and Sewer Commissioners of the City of Mobile Alabama hereinafter Owner
WITNESSETH
The Contractor for the consideration hereinafter fully set out hereby agrees lith the Owner as follows
1 The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents Invitation for Bids and any Addenda thereto Proposal and all Documents submitted therewith Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile Alabama any Specifications of the Owner provided with the Invitation for Bids that are specific to this Contract General Conditions Special Provisions Detailed Specifications this Contract form Bonds Drawings and Addenda all of which are attached hereto and made a part of the parties Contract as if fully set forth herein
Chemicals for lnterna I Corrosion Control 2018 Contract PROJECT 0 690226
2 The Contractor shall commence performance of this Contract on a date to be specified in a written order of the Owner and shall fully complete all Work hereunder within sixty (60) consecutive calendar days from and after said date Work shall include all construction delivery of materials and items and other obligations of the Contractor under this Contract
3 The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract subject to additions and deductions as provided in the Specifications or Proposal in lawful money of the United States as follows Approximatel y ______________---__________________________________________
_______________ Dollars ($_______________)
in accordance with lump sum and unit prices set fOlih in the Proposal
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
TABLE OF CONTENTS
Table Contents Invitation Bids
Proposal
Contract Indemnity Agreement
TECHNICAL SPECIFICATIONS
DIVISION J-GENERAL
Section 10 Provisions
Specifications for Control and Related Activities
for I Corrosion
690226 OF JULY 2018
Sealed bids to the conditions contained herein will be received by the Board of Water and Sewer Commissioners of the of Mobile Purchasing Department at their 4725 Moffett Road Mobile Alabama offices until 1030 am Local Time September 6 2018 and then publicly opened and read for furnishing all labor and materials and performing all work for the following Invitation for Bid No Chemicals for Internal Corrosion Control 2018 Contact for the Mobile Area Water and Sewer (MAWSS)
may be obtained or inspected from the MAWSS website at wwwmawsscom No Specifications will be issued to Bidders no later than (48) hours to the time indicated above for bids
Guarantee will be required with each bid for at least 5 of the amount of the bid not to exceed $10000 filed in form of a certified check bid bond or irrevocable letter of Credit acceptable to Owner Checks will be payable to The Board of Water and Sewer Commissioners of the of Mobile Alabama Bid Bonds shall include certification that the bonding company is listed in Circular 570 of the US Treasury Department The name telephone number and contact person for the bonding company shall also be included
Bids must be submitted upon the standard forms furnished the Board of Water and Sewer Commissioners of the City of Mobile included in the
The right is as the interest the Owner may require to reject any and all bids and to waive any informality in bids received
Envelope containing bids must be sealed marked addressed as follows and delivered to the Director Board of Water and Sewer Commissioners of the City of Mobile Alabama 4725 Moffett Road Mobile Alabama 36618 Bid for Purchasing Invitation for Bid No 18-029 Chemicals for Internal Corrosion Control 2018 Contract to be
1030 am Local September 6 2018
THE BOARD OF WATER AND SEWER COMMISSIONERS OF THE CITY OF MOBI ALABAMA
INSTRUCTIONS TO B1DDERS
l QUALIFICATIONS BIDDERS
11 Bids only be considered id if Contractor fully the
requirements set forth in the technical specifications and bid documents for a complete
bid
12 A II shall both and of control
chemicals and shall have a minimum of 15 years providing corrosion
control chemicals for potable water industry The successful bidder shall
referred to as
2 EQUIPMENT
21 equipment is in place to be in dosing to provide internal
corrosion control Any modifications to the existing equipment that II be
shall the lity the
mod with
cooperation and of I AII special
products power controllers required be
supplied and instal at no cost to the Board Upon the completion of contract all
equipment I become property of the Board
Should special cleanup or out-of-the-ordinary effort required by Board
during Contract the wi II be to the
appropriate costs incurred
3 EXAMINATION OF
31 Bidders are encouraged to the water treatment lities to familiarize
with local conditions that their work
32 should examine Bid Documents thoroughly (b) familiarize
with Federal State and local laws ordinances and lations that
may in any manner atfect progress or performance (c) study and carefu lly
correlate observations Bid Documents
33 Submission a Bid will constitute representation by the Bidder that he has
complied with every of and that the Bid Documents are
sufficient in scope and to and convey understand of all terms and
cond performance of the
4 PROPOSALS
41 Bidders are duly notified that Bids after the due time will not
be
690226 INSTRUCTIONS BIDDERS J 2018 1
5 RELATED SUBMIssrON OF BID
5 1 Specification docs not commit the Board pay any cost preparation or submission of a or of
or the thereof
6 SOU PROCESS
61 to waive any irregularities or errors or to m best
Board concerning negotiations and award I be final
7 INQU
71 All inquiries concerning the Bid should addressed to
72 Bid made in to the Engineer no later than tcn (10) days to the
8 FORM
81 The Bid Form is and I copies may obtained the
must completed in or by 1PUIt or rU_HfP must be initialed
Bid shall contain an acknowledgement receipt of Addenda in the provided
per million Ions produced shall be determined by mUltiplying the cost per pound chemical by the pounds of chemical per million Ions of water produced needed to control
Annualized cost shall determined as described on the form
INSTRUCTIONS TO 690226 Page 2 2018
9 SUBMISSION BIDS
91 shall be submitted at the time and indicated in the Invitation for Bids and shall submitted in a sealed as indicated therein
10 MODIFICATION AND WITHDRAWAL OF BIDS
101 Bids withdrawn at any time to B Modifications to by withdrawal a previous bid and re-submittal a
new 111 with specification requirements
II lNG BIDS
111 Bids will be publicly
J 12 A tabulation amounts will made available the of
12 BIDS REMAn OPEN
ILl shall remain open the of the Bid but the Board 111 discretion any Bid
13 AWARD OF CONTRACT
131 The Board reserves the right to reject any and all to waive any and all informalities and to Contract terms with the Low and Responsible -OJVl
Bidder and the right to all Bids the
132 If a is awarded the II the a (60) days after day the Bid Opening
133 Board will a ifan is made
END OF SECTION
690226 18
SUBCONTRACTING PLAN
In order for your proposal to be considered you as Bidder must complete all blanks in this Subcontracting Plan and sign
with a handwritten signature where indicated below
Failure to fill in the blanks on this Subcontracting Plan andor to include a handwritten signature will be cause for rejection
of your bid
It is MAWSSs goal that in all contracts contractors shall make a demonstrated good faith effort to award 15 of the contract
amount to certified Disadvantages Business Entities [DBEs] Diverse Suppliers as subcontractors andor suppliers performing
commercially useful functions which are consistent with contract requirements
Copies of MAWSS DBE Policy 16-01 [for public works projects] DBESupplier Diversity Policy 17-01 [for contracts for other
goods and services] MAWSSs list of certified Disadvantaged Business Enterprises [DBEs] Diverse Suppliers and lists of
organizations that have information on DBEs Diverse Suppliers are available from MAWSSs Supplier Diversity Office (251shy
694-3194) or from the MAWSS website www mawsscom
PLEASE STATE WHAT PERCENTAGE OF THE WORK FOR THIS CONTRACT YOU PLAN TO AWARD TO DBEDIVERSE SUPPLIER SUBCONTRACTORS ANDOR (Total )
VENDOR S
ESTIMATED TOTAL DOLLAR AMOUNT TO BE AWARDED TO DBEDIVERSE SUPPLIER
(Total $)
AMOUNT BID FOR THI S CONTRACT (Total $)
If the above percentage is zero or is less than 15 be sure to include your Affidavit of Contractors Good Faith Efforts to
Meet Subcontractor Vendor Diversity Goals and all supporting documentation in your bid package
Please list below all subcontractors and suppliers which you plan to use for this contract Also indicate which of these are
DBEs Diverse Supplier by writing yes or no where indicated Also list for each the percentage of the total contract
amount to be performed by each and the certification group the DBE Diverse Supplier is certified with Attach additional
sheets if needed [If you are not using any subcontractors or vendors you wi need to write zero below and sign the
form]
SUBCONTRACTOR VENDOR NAME DBE Diverse Supplier OF CONTRACT AMT CERTIFICATION GROUP Yes or No (MAWSS ALDOT ADECA SRM SDC BClA)
CAUTON ACCURATELY COMPLETE ALL PARTS OF THIS FORM AND SIGN BELOW
WE WILL EXERCISE GOOD FAITH TO COMPLY WITH THIS PLAN AND MAWSSS DBE REQUIREMENTS
BIDDER
By ________________________ ___
PROPOSAL
TO BOARD OF WATER AND SEWER COMMISSIONERS OF THE CITY OF MOBILE ALABAMA
Submitted____ ______
(Date)
The undersigned as Bidder hereby declares that he has examined the site of the Work and informed himself fully in regard to all conditions pel1aining to the place where the Work is to be done that he has examined the Plans and Specifications for the Work and all Contract Documents relative thereto and has read the Boards Standard Specifications and all General Conditions and Special Provisions furnished and that he has satisfied himself relative to the Work to be performed
The Bidder proposes and agrees if this Proposal is accepted to contract with the Board of Water and Sewer Commissioners of the City of Mobile Alabama in the fonn of contract specified to furnish all materials equipment machinery tools apparatus means of transportation and labor necessary to complete the following Work
CHEMICALS FOR INTERNAL CORROSION CONTROL
2018 CONTRACT IFB 18-029
in full and complete accordance with the shown noted described and reasonably intended requirements of the Plans Specifications and all other Contract Documents to the full and entire satisfaction of the Board of Water and Sewer Commissioners of the City of Mobile Alabama with a definite understanding that no money will be allowed for extra work except as set forth in the attached General Conditions and other Contract Documents for the lump sum or unit prices listed opposite each item
It is agreed that the description under each item being briefly stated implies although it does not mention all incidentals and that the prices stated are intended to cover all such work materials and incidentals as constitute Bidders obligations as described in the Specifications and any details not specifically mentioned but evidently included in the Contract shall be compensated for the item in which it most logically is included
The quantities for bid items listed on the Proposal sheet are estimated quantities only for the purpose of comparing bids Any differences between these estimated quantities and actual quantities required for this Contract shall not be taken as a basis for claims by the Contractor for extra compensation Compensation will be based on the lump sum or unit prices and actual constlUction quantities
The Owner reserves the right to award a Contract to the lowest responsible and responsive Bidder The basis of award for this project shall be based on the Total Base Bid
PROPOSAL PAGE 2
BID FORM
PROPWETARY BLEND PRODUCTS CHEMICALS FOR INTERl~AL CORROSION CONTROL
2018 CONTRACT
INVIT A nON FOR BID IFB NO 18-029
Corrosion Control Chemicals
$ _ ____ ___ per pound (product name)
Estimated dosage Rate x _____ _ _ _ _ pounds per million gallons
Cost ______ __ per million gallons of water produced
x cclSeOO~O~__ million gallons of water produced per year
Annual Chemical Cost $ (I)
Start-Up Service (lump sum) $ (2)
Additional Services $ (per 8-hour day visit) (See Section IOI6 A3)
X 6 (visit days)
(3)
Annual Sampling Cost (4)
Total Annualized Bid $ _ _______ CSum 1+2+3+4)
PROPOSAL PAGE 3
The undersigned further agrees that in case of failure on his to execute bond within 10 consecutive written notice being the award
of the Contract the check or bid bond in the amount of 5 percent this bid accompanying this bid and the momes payable thereon shall into the funds of
the City Mobile Alabama as liquidated accompanying this shall
Board
or bid
Attached hereto is a certified
______~________ Bank
or a Bid Bond the sum
to Board of Water and Commissioners of the Mobile Alabama
(Printed N arne and
PROPOSAL PAGE 4
ADDRESS
CONTRACTORS LICENSE NO
BIDDER acknowledges receipt of the following ADDENDA
REFERENCES
The following is a list of customers where the bidder has done related work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
BID BOND PAGE 1
BID BOND
KNOW All MEN BY THESE PRESENTS
That
(Name of Contractor)
(Address)
and ____________________________________________________________-----------shy(Name of Surety)
of _________________________________________________________________ as Surety
(Address)
are held and firmly bound unto The Board of Water and Sewer Commissioners of the City of Mobile Alabama as Obligee in the full and just sum of
lawful money of the United States for the payment ofvvhich sum well and truly to be made we bind ourselves
our heirs executors administrators successors and assigns jointly and severally firmly by these presents
WHEREAS the said Principal is herewith submitting its Proposal for
CHEMICALS FOR INTERlJAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
The condition of this obligation is such that if the aforesaid Principal shall be awarded the Contract the said Principal will within the time required enter into a fonnal Contract and give good and sufficient bond to secure the perfonnance of the tenns of and conditions of the Contract then this obligation to be void otherwise the Principal and the Surety will pay unto the Obligee in the full amount of the proposal guarantee five percent (5) of the bid amount as liquidated damages for such default
--
BID BOND PAGEl
SIGNED SEALED AND DELIVERED _ ______~-----------
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _ ______ _ _____________
(Name of Surety)
By _________--------___________
Title ________________________
BIDS WILL NOT BE CONSIDERED UNLESS BID BOND IS SIGNED BY PRINCIPAL AND SURETY OR IN LIEU THEREOF A CERTIFIED CHECK MUST ACCOMPANY THE PROPOSAL
-----------------------------------------------------------
CONTRACT
THIS CONTRACT is made and entered into the _ __ day of 20__ by
and between (Contractor)
hereinafter Contractor and the Board of Water and Sewer Commissioners of the City of Mobile Alabama hereinafter Owner
WITNESSETH
The Contractor for the consideration hereinafter fully set out hereby agrees lith the Owner as follows
1 The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents Invitation for Bids and any Addenda thereto Proposal and all Documents submitted therewith Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile Alabama any Specifications of the Owner provided with the Invitation for Bids that are specific to this Contract General Conditions Special Provisions Detailed Specifications this Contract form Bonds Drawings and Addenda all of which are attached hereto and made a part of the parties Contract as if fully set forth herein
Chemicals for lnterna I Corrosion Control 2018 Contract PROJECT 0 690226
2 The Contractor shall commence performance of this Contract on a date to be specified in a written order of the Owner and shall fully complete all Work hereunder within sixty (60) consecutive calendar days from and after said date Work shall include all construction delivery of materials and items and other obligations of the Contractor under this Contract
3 The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract subject to additions and deductions as provided in the Specifications or Proposal in lawful money of the United States as follows Approximatel y ______________---__________________________________________
_______________ Dollars ($_______________)
in accordance with lump sum and unit prices set fOlih in the Proposal
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
Sealed bids to the conditions contained herein will be received by the Board of Water and Sewer Commissioners of the of Mobile Purchasing Department at their 4725 Moffett Road Mobile Alabama offices until 1030 am Local Time September 6 2018 and then publicly opened and read for furnishing all labor and materials and performing all work for the following Invitation for Bid No Chemicals for Internal Corrosion Control 2018 Contact for the Mobile Area Water and Sewer (MAWSS)
may be obtained or inspected from the MAWSS website at wwwmawsscom No Specifications will be issued to Bidders no later than (48) hours to the time indicated above for bids
Guarantee will be required with each bid for at least 5 of the amount of the bid not to exceed $10000 filed in form of a certified check bid bond or irrevocable letter of Credit acceptable to Owner Checks will be payable to The Board of Water and Sewer Commissioners of the of Mobile Alabama Bid Bonds shall include certification that the bonding company is listed in Circular 570 of the US Treasury Department The name telephone number and contact person for the bonding company shall also be included
Bids must be submitted upon the standard forms furnished the Board of Water and Sewer Commissioners of the City of Mobile included in the
The right is as the interest the Owner may require to reject any and all bids and to waive any informality in bids received
Envelope containing bids must be sealed marked addressed as follows and delivered to the Director Board of Water and Sewer Commissioners of the City of Mobile Alabama 4725 Moffett Road Mobile Alabama 36618 Bid for Purchasing Invitation for Bid No 18-029 Chemicals for Internal Corrosion Control 2018 Contract to be
1030 am Local September 6 2018
THE BOARD OF WATER AND SEWER COMMISSIONERS OF THE CITY OF MOBI ALABAMA
INSTRUCTIONS TO B1DDERS
l QUALIFICATIONS BIDDERS
11 Bids only be considered id if Contractor fully the
requirements set forth in the technical specifications and bid documents for a complete
bid
12 A II shall both and of control
chemicals and shall have a minimum of 15 years providing corrosion
control chemicals for potable water industry The successful bidder shall
referred to as
2 EQUIPMENT
21 equipment is in place to be in dosing to provide internal
corrosion control Any modifications to the existing equipment that II be
shall the lity the
mod with
cooperation and of I AII special
products power controllers required be
supplied and instal at no cost to the Board Upon the completion of contract all
equipment I become property of the Board
Should special cleanup or out-of-the-ordinary effort required by Board
during Contract the wi II be to the
appropriate costs incurred
3 EXAMINATION OF
31 Bidders are encouraged to the water treatment lities to familiarize
with local conditions that their work
32 should examine Bid Documents thoroughly (b) familiarize
with Federal State and local laws ordinances and lations that
may in any manner atfect progress or performance (c) study and carefu lly
correlate observations Bid Documents
33 Submission a Bid will constitute representation by the Bidder that he has
complied with every of and that the Bid Documents are
sufficient in scope and to and convey understand of all terms and
cond performance of the
4 PROPOSALS
41 Bidders are duly notified that Bids after the due time will not
be
690226 INSTRUCTIONS BIDDERS J 2018 1
5 RELATED SUBMIssrON OF BID
5 1 Specification docs not commit the Board pay any cost preparation or submission of a or of
or the thereof
6 SOU PROCESS
61 to waive any irregularities or errors or to m best
Board concerning negotiations and award I be final
7 INQU
71 All inquiries concerning the Bid should addressed to
72 Bid made in to the Engineer no later than tcn (10) days to the
8 FORM
81 The Bid Form is and I copies may obtained the
must completed in or by 1PUIt or rU_HfP must be initialed
Bid shall contain an acknowledgement receipt of Addenda in the provided
per million Ions produced shall be determined by mUltiplying the cost per pound chemical by the pounds of chemical per million Ions of water produced needed to control
Annualized cost shall determined as described on the form
INSTRUCTIONS TO 690226 Page 2 2018
9 SUBMISSION BIDS
91 shall be submitted at the time and indicated in the Invitation for Bids and shall submitted in a sealed as indicated therein
10 MODIFICATION AND WITHDRAWAL OF BIDS
101 Bids withdrawn at any time to B Modifications to by withdrawal a previous bid and re-submittal a
new 111 with specification requirements
II lNG BIDS
111 Bids will be publicly
J 12 A tabulation amounts will made available the of
12 BIDS REMAn OPEN
ILl shall remain open the of the Bid but the Board 111 discretion any Bid
13 AWARD OF CONTRACT
131 The Board reserves the right to reject any and all to waive any and all informalities and to Contract terms with the Low and Responsible -OJVl
Bidder and the right to all Bids the
132 If a is awarded the II the a (60) days after day the Bid Opening
133 Board will a ifan is made
END OF SECTION
690226 18
SUBCONTRACTING PLAN
In order for your proposal to be considered you as Bidder must complete all blanks in this Subcontracting Plan and sign
with a handwritten signature where indicated below
Failure to fill in the blanks on this Subcontracting Plan andor to include a handwritten signature will be cause for rejection
of your bid
It is MAWSSs goal that in all contracts contractors shall make a demonstrated good faith effort to award 15 of the contract
amount to certified Disadvantages Business Entities [DBEs] Diverse Suppliers as subcontractors andor suppliers performing
commercially useful functions which are consistent with contract requirements
Copies of MAWSS DBE Policy 16-01 [for public works projects] DBESupplier Diversity Policy 17-01 [for contracts for other
goods and services] MAWSSs list of certified Disadvantaged Business Enterprises [DBEs] Diverse Suppliers and lists of
organizations that have information on DBEs Diverse Suppliers are available from MAWSSs Supplier Diversity Office (251shy
694-3194) or from the MAWSS website www mawsscom
PLEASE STATE WHAT PERCENTAGE OF THE WORK FOR THIS CONTRACT YOU PLAN TO AWARD TO DBEDIVERSE SUPPLIER SUBCONTRACTORS ANDOR (Total )
VENDOR S
ESTIMATED TOTAL DOLLAR AMOUNT TO BE AWARDED TO DBEDIVERSE SUPPLIER
(Total $)
AMOUNT BID FOR THI S CONTRACT (Total $)
If the above percentage is zero or is less than 15 be sure to include your Affidavit of Contractors Good Faith Efforts to
Meet Subcontractor Vendor Diversity Goals and all supporting documentation in your bid package
Please list below all subcontractors and suppliers which you plan to use for this contract Also indicate which of these are
DBEs Diverse Supplier by writing yes or no where indicated Also list for each the percentage of the total contract
amount to be performed by each and the certification group the DBE Diverse Supplier is certified with Attach additional
sheets if needed [If you are not using any subcontractors or vendors you wi need to write zero below and sign the
form]
SUBCONTRACTOR VENDOR NAME DBE Diverse Supplier OF CONTRACT AMT CERTIFICATION GROUP Yes or No (MAWSS ALDOT ADECA SRM SDC BClA)
CAUTON ACCURATELY COMPLETE ALL PARTS OF THIS FORM AND SIGN BELOW
WE WILL EXERCISE GOOD FAITH TO COMPLY WITH THIS PLAN AND MAWSSS DBE REQUIREMENTS
BIDDER
By ________________________ ___
PROPOSAL
TO BOARD OF WATER AND SEWER COMMISSIONERS OF THE CITY OF MOBILE ALABAMA
Submitted____ ______
(Date)
The undersigned as Bidder hereby declares that he has examined the site of the Work and informed himself fully in regard to all conditions pel1aining to the place where the Work is to be done that he has examined the Plans and Specifications for the Work and all Contract Documents relative thereto and has read the Boards Standard Specifications and all General Conditions and Special Provisions furnished and that he has satisfied himself relative to the Work to be performed
The Bidder proposes and agrees if this Proposal is accepted to contract with the Board of Water and Sewer Commissioners of the City of Mobile Alabama in the fonn of contract specified to furnish all materials equipment machinery tools apparatus means of transportation and labor necessary to complete the following Work
CHEMICALS FOR INTERNAL CORROSION CONTROL
2018 CONTRACT IFB 18-029
in full and complete accordance with the shown noted described and reasonably intended requirements of the Plans Specifications and all other Contract Documents to the full and entire satisfaction of the Board of Water and Sewer Commissioners of the City of Mobile Alabama with a definite understanding that no money will be allowed for extra work except as set forth in the attached General Conditions and other Contract Documents for the lump sum or unit prices listed opposite each item
It is agreed that the description under each item being briefly stated implies although it does not mention all incidentals and that the prices stated are intended to cover all such work materials and incidentals as constitute Bidders obligations as described in the Specifications and any details not specifically mentioned but evidently included in the Contract shall be compensated for the item in which it most logically is included
The quantities for bid items listed on the Proposal sheet are estimated quantities only for the purpose of comparing bids Any differences between these estimated quantities and actual quantities required for this Contract shall not be taken as a basis for claims by the Contractor for extra compensation Compensation will be based on the lump sum or unit prices and actual constlUction quantities
The Owner reserves the right to award a Contract to the lowest responsible and responsive Bidder The basis of award for this project shall be based on the Total Base Bid
PROPOSAL PAGE 2
BID FORM
PROPWETARY BLEND PRODUCTS CHEMICALS FOR INTERl~AL CORROSION CONTROL
2018 CONTRACT
INVIT A nON FOR BID IFB NO 18-029
Corrosion Control Chemicals
$ _ ____ ___ per pound (product name)
Estimated dosage Rate x _____ _ _ _ _ pounds per million gallons
Cost ______ __ per million gallons of water produced
x cclSeOO~O~__ million gallons of water produced per year
Annual Chemical Cost $ (I)
Start-Up Service (lump sum) $ (2)
Additional Services $ (per 8-hour day visit) (See Section IOI6 A3)
X 6 (visit days)
(3)
Annual Sampling Cost (4)
Total Annualized Bid $ _ _______ CSum 1+2+3+4)
PROPOSAL PAGE 3
The undersigned further agrees that in case of failure on his to execute bond within 10 consecutive written notice being the award
of the Contract the check or bid bond in the amount of 5 percent this bid accompanying this bid and the momes payable thereon shall into the funds of
the City Mobile Alabama as liquidated accompanying this shall
Board
or bid
Attached hereto is a certified
______~________ Bank
or a Bid Bond the sum
to Board of Water and Commissioners of the Mobile Alabama
(Printed N arne and
PROPOSAL PAGE 4
ADDRESS
CONTRACTORS LICENSE NO
BIDDER acknowledges receipt of the following ADDENDA
REFERENCES
The following is a list of customers where the bidder has done related work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
BID BOND PAGE 1
BID BOND
KNOW All MEN BY THESE PRESENTS
That
(Name of Contractor)
(Address)
and ____________________________________________________________-----------shy(Name of Surety)
of _________________________________________________________________ as Surety
(Address)
are held and firmly bound unto The Board of Water and Sewer Commissioners of the City of Mobile Alabama as Obligee in the full and just sum of
lawful money of the United States for the payment ofvvhich sum well and truly to be made we bind ourselves
our heirs executors administrators successors and assigns jointly and severally firmly by these presents
WHEREAS the said Principal is herewith submitting its Proposal for
CHEMICALS FOR INTERlJAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
The condition of this obligation is such that if the aforesaid Principal shall be awarded the Contract the said Principal will within the time required enter into a fonnal Contract and give good and sufficient bond to secure the perfonnance of the tenns of and conditions of the Contract then this obligation to be void otherwise the Principal and the Surety will pay unto the Obligee in the full amount of the proposal guarantee five percent (5) of the bid amount as liquidated damages for such default
--
BID BOND PAGEl
SIGNED SEALED AND DELIVERED _ ______~-----------
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _ ______ _ _____________
(Name of Surety)
By _________--------___________
Title ________________________
BIDS WILL NOT BE CONSIDERED UNLESS BID BOND IS SIGNED BY PRINCIPAL AND SURETY OR IN LIEU THEREOF A CERTIFIED CHECK MUST ACCOMPANY THE PROPOSAL
-----------------------------------------------------------
CONTRACT
THIS CONTRACT is made and entered into the _ __ day of 20__ by
and between (Contractor)
hereinafter Contractor and the Board of Water and Sewer Commissioners of the City of Mobile Alabama hereinafter Owner
WITNESSETH
The Contractor for the consideration hereinafter fully set out hereby agrees lith the Owner as follows
1 The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents Invitation for Bids and any Addenda thereto Proposal and all Documents submitted therewith Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile Alabama any Specifications of the Owner provided with the Invitation for Bids that are specific to this Contract General Conditions Special Provisions Detailed Specifications this Contract form Bonds Drawings and Addenda all of which are attached hereto and made a part of the parties Contract as if fully set forth herein
Chemicals for lnterna I Corrosion Control 2018 Contract PROJECT 0 690226
2 The Contractor shall commence performance of this Contract on a date to be specified in a written order of the Owner and shall fully complete all Work hereunder within sixty (60) consecutive calendar days from and after said date Work shall include all construction delivery of materials and items and other obligations of the Contractor under this Contract
3 The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract subject to additions and deductions as provided in the Specifications or Proposal in lawful money of the United States as follows Approximatel y ______________---__________________________________________
_______________ Dollars ($_______________)
in accordance with lump sum and unit prices set fOlih in the Proposal
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
INSTRUCTIONS TO B1DDERS
l QUALIFICATIONS BIDDERS
11 Bids only be considered id if Contractor fully the
requirements set forth in the technical specifications and bid documents for a complete
bid
12 A II shall both and of control
chemicals and shall have a minimum of 15 years providing corrosion
control chemicals for potable water industry The successful bidder shall
referred to as
2 EQUIPMENT
21 equipment is in place to be in dosing to provide internal
corrosion control Any modifications to the existing equipment that II be
shall the lity the
mod with
cooperation and of I AII special
products power controllers required be
supplied and instal at no cost to the Board Upon the completion of contract all
equipment I become property of the Board
Should special cleanup or out-of-the-ordinary effort required by Board
during Contract the wi II be to the
appropriate costs incurred
3 EXAMINATION OF
31 Bidders are encouraged to the water treatment lities to familiarize
with local conditions that their work
32 should examine Bid Documents thoroughly (b) familiarize
with Federal State and local laws ordinances and lations that
may in any manner atfect progress or performance (c) study and carefu lly
correlate observations Bid Documents
33 Submission a Bid will constitute representation by the Bidder that he has
complied with every of and that the Bid Documents are
sufficient in scope and to and convey understand of all terms and
cond performance of the
4 PROPOSALS
41 Bidders are duly notified that Bids after the due time will not
be
690226 INSTRUCTIONS BIDDERS J 2018 1
5 RELATED SUBMIssrON OF BID
5 1 Specification docs not commit the Board pay any cost preparation or submission of a or of
or the thereof
6 SOU PROCESS
61 to waive any irregularities or errors or to m best
Board concerning negotiations and award I be final
7 INQU
71 All inquiries concerning the Bid should addressed to
72 Bid made in to the Engineer no later than tcn (10) days to the
8 FORM
81 The Bid Form is and I copies may obtained the
must completed in or by 1PUIt or rU_HfP must be initialed
Bid shall contain an acknowledgement receipt of Addenda in the provided
per million Ions produced shall be determined by mUltiplying the cost per pound chemical by the pounds of chemical per million Ions of water produced needed to control
Annualized cost shall determined as described on the form
INSTRUCTIONS TO 690226 Page 2 2018
9 SUBMISSION BIDS
91 shall be submitted at the time and indicated in the Invitation for Bids and shall submitted in a sealed as indicated therein
10 MODIFICATION AND WITHDRAWAL OF BIDS
101 Bids withdrawn at any time to B Modifications to by withdrawal a previous bid and re-submittal a
new 111 with specification requirements
II lNG BIDS
111 Bids will be publicly
J 12 A tabulation amounts will made available the of
12 BIDS REMAn OPEN
ILl shall remain open the of the Bid but the Board 111 discretion any Bid
13 AWARD OF CONTRACT
131 The Board reserves the right to reject any and all to waive any and all informalities and to Contract terms with the Low and Responsible -OJVl
Bidder and the right to all Bids the
132 If a is awarded the II the a (60) days after day the Bid Opening
133 Board will a ifan is made
END OF SECTION
690226 18
SUBCONTRACTING PLAN
In order for your proposal to be considered you as Bidder must complete all blanks in this Subcontracting Plan and sign
with a handwritten signature where indicated below
Failure to fill in the blanks on this Subcontracting Plan andor to include a handwritten signature will be cause for rejection
of your bid
It is MAWSSs goal that in all contracts contractors shall make a demonstrated good faith effort to award 15 of the contract
amount to certified Disadvantages Business Entities [DBEs] Diverse Suppliers as subcontractors andor suppliers performing
commercially useful functions which are consistent with contract requirements
Copies of MAWSS DBE Policy 16-01 [for public works projects] DBESupplier Diversity Policy 17-01 [for contracts for other
goods and services] MAWSSs list of certified Disadvantaged Business Enterprises [DBEs] Diverse Suppliers and lists of
organizations that have information on DBEs Diverse Suppliers are available from MAWSSs Supplier Diversity Office (251shy
694-3194) or from the MAWSS website www mawsscom
PLEASE STATE WHAT PERCENTAGE OF THE WORK FOR THIS CONTRACT YOU PLAN TO AWARD TO DBEDIVERSE SUPPLIER SUBCONTRACTORS ANDOR (Total )
VENDOR S
ESTIMATED TOTAL DOLLAR AMOUNT TO BE AWARDED TO DBEDIVERSE SUPPLIER
(Total $)
AMOUNT BID FOR THI S CONTRACT (Total $)
If the above percentage is zero or is less than 15 be sure to include your Affidavit of Contractors Good Faith Efforts to
Meet Subcontractor Vendor Diversity Goals and all supporting documentation in your bid package
Please list below all subcontractors and suppliers which you plan to use for this contract Also indicate which of these are
DBEs Diverse Supplier by writing yes or no where indicated Also list for each the percentage of the total contract
amount to be performed by each and the certification group the DBE Diverse Supplier is certified with Attach additional
sheets if needed [If you are not using any subcontractors or vendors you wi need to write zero below and sign the
form]
SUBCONTRACTOR VENDOR NAME DBE Diverse Supplier OF CONTRACT AMT CERTIFICATION GROUP Yes or No (MAWSS ALDOT ADECA SRM SDC BClA)
CAUTON ACCURATELY COMPLETE ALL PARTS OF THIS FORM AND SIGN BELOW
WE WILL EXERCISE GOOD FAITH TO COMPLY WITH THIS PLAN AND MAWSSS DBE REQUIREMENTS
BIDDER
By ________________________ ___
PROPOSAL
TO BOARD OF WATER AND SEWER COMMISSIONERS OF THE CITY OF MOBILE ALABAMA
Submitted____ ______
(Date)
The undersigned as Bidder hereby declares that he has examined the site of the Work and informed himself fully in regard to all conditions pel1aining to the place where the Work is to be done that he has examined the Plans and Specifications for the Work and all Contract Documents relative thereto and has read the Boards Standard Specifications and all General Conditions and Special Provisions furnished and that he has satisfied himself relative to the Work to be performed
The Bidder proposes and agrees if this Proposal is accepted to contract with the Board of Water and Sewer Commissioners of the City of Mobile Alabama in the fonn of contract specified to furnish all materials equipment machinery tools apparatus means of transportation and labor necessary to complete the following Work
CHEMICALS FOR INTERNAL CORROSION CONTROL
2018 CONTRACT IFB 18-029
in full and complete accordance with the shown noted described and reasonably intended requirements of the Plans Specifications and all other Contract Documents to the full and entire satisfaction of the Board of Water and Sewer Commissioners of the City of Mobile Alabama with a definite understanding that no money will be allowed for extra work except as set forth in the attached General Conditions and other Contract Documents for the lump sum or unit prices listed opposite each item
It is agreed that the description under each item being briefly stated implies although it does not mention all incidentals and that the prices stated are intended to cover all such work materials and incidentals as constitute Bidders obligations as described in the Specifications and any details not specifically mentioned but evidently included in the Contract shall be compensated for the item in which it most logically is included
The quantities for bid items listed on the Proposal sheet are estimated quantities only for the purpose of comparing bids Any differences between these estimated quantities and actual quantities required for this Contract shall not be taken as a basis for claims by the Contractor for extra compensation Compensation will be based on the lump sum or unit prices and actual constlUction quantities
The Owner reserves the right to award a Contract to the lowest responsible and responsive Bidder The basis of award for this project shall be based on the Total Base Bid
PROPOSAL PAGE 2
BID FORM
PROPWETARY BLEND PRODUCTS CHEMICALS FOR INTERl~AL CORROSION CONTROL
2018 CONTRACT
INVIT A nON FOR BID IFB NO 18-029
Corrosion Control Chemicals
$ _ ____ ___ per pound (product name)
Estimated dosage Rate x _____ _ _ _ _ pounds per million gallons
Cost ______ __ per million gallons of water produced
x cclSeOO~O~__ million gallons of water produced per year
Annual Chemical Cost $ (I)
Start-Up Service (lump sum) $ (2)
Additional Services $ (per 8-hour day visit) (See Section IOI6 A3)
X 6 (visit days)
(3)
Annual Sampling Cost (4)
Total Annualized Bid $ _ _______ CSum 1+2+3+4)
PROPOSAL PAGE 3
The undersigned further agrees that in case of failure on his to execute bond within 10 consecutive written notice being the award
of the Contract the check or bid bond in the amount of 5 percent this bid accompanying this bid and the momes payable thereon shall into the funds of
the City Mobile Alabama as liquidated accompanying this shall
Board
or bid
Attached hereto is a certified
______~________ Bank
or a Bid Bond the sum
to Board of Water and Commissioners of the Mobile Alabama
(Printed N arne and
PROPOSAL PAGE 4
ADDRESS
CONTRACTORS LICENSE NO
BIDDER acknowledges receipt of the following ADDENDA
REFERENCES
The following is a list of customers where the bidder has done related work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
BID BOND PAGE 1
BID BOND
KNOW All MEN BY THESE PRESENTS
That
(Name of Contractor)
(Address)
and ____________________________________________________________-----------shy(Name of Surety)
of _________________________________________________________________ as Surety
(Address)
are held and firmly bound unto The Board of Water and Sewer Commissioners of the City of Mobile Alabama as Obligee in the full and just sum of
lawful money of the United States for the payment ofvvhich sum well and truly to be made we bind ourselves
our heirs executors administrators successors and assigns jointly and severally firmly by these presents
WHEREAS the said Principal is herewith submitting its Proposal for
CHEMICALS FOR INTERlJAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
The condition of this obligation is such that if the aforesaid Principal shall be awarded the Contract the said Principal will within the time required enter into a fonnal Contract and give good and sufficient bond to secure the perfonnance of the tenns of and conditions of the Contract then this obligation to be void otherwise the Principal and the Surety will pay unto the Obligee in the full amount of the proposal guarantee five percent (5) of the bid amount as liquidated damages for such default
--
BID BOND PAGEl
SIGNED SEALED AND DELIVERED _ ______~-----------
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _ ______ _ _____________
(Name of Surety)
By _________--------___________
Title ________________________
BIDS WILL NOT BE CONSIDERED UNLESS BID BOND IS SIGNED BY PRINCIPAL AND SURETY OR IN LIEU THEREOF A CERTIFIED CHECK MUST ACCOMPANY THE PROPOSAL
-----------------------------------------------------------
CONTRACT
THIS CONTRACT is made and entered into the _ __ day of 20__ by
and between (Contractor)
hereinafter Contractor and the Board of Water and Sewer Commissioners of the City of Mobile Alabama hereinafter Owner
WITNESSETH
The Contractor for the consideration hereinafter fully set out hereby agrees lith the Owner as follows
1 The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents Invitation for Bids and any Addenda thereto Proposal and all Documents submitted therewith Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile Alabama any Specifications of the Owner provided with the Invitation for Bids that are specific to this Contract General Conditions Special Provisions Detailed Specifications this Contract form Bonds Drawings and Addenda all of which are attached hereto and made a part of the parties Contract as if fully set forth herein
Chemicals for lnterna I Corrosion Control 2018 Contract PROJECT 0 690226
2 The Contractor shall commence performance of this Contract on a date to be specified in a written order of the Owner and shall fully complete all Work hereunder within sixty (60) consecutive calendar days from and after said date Work shall include all construction delivery of materials and items and other obligations of the Contractor under this Contract
3 The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract subject to additions and deductions as provided in the Specifications or Proposal in lawful money of the United States as follows Approximatel y ______________---__________________________________________
_______________ Dollars ($_______________)
in accordance with lump sum and unit prices set fOlih in the Proposal
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
5 RELATED SUBMIssrON OF BID
5 1 Specification docs not commit the Board pay any cost preparation or submission of a or of
or the thereof
6 SOU PROCESS
61 to waive any irregularities or errors or to m best
Board concerning negotiations and award I be final
7 INQU
71 All inquiries concerning the Bid should addressed to
72 Bid made in to the Engineer no later than tcn (10) days to the
8 FORM
81 The Bid Form is and I copies may obtained the
must completed in or by 1PUIt or rU_HfP must be initialed
Bid shall contain an acknowledgement receipt of Addenda in the provided
per million Ions produced shall be determined by mUltiplying the cost per pound chemical by the pounds of chemical per million Ions of water produced needed to control
Annualized cost shall determined as described on the form
INSTRUCTIONS TO 690226 Page 2 2018
9 SUBMISSION BIDS
91 shall be submitted at the time and indicated in the Invitation for Bids and shall submitted in a sealed as indicated therein
10 MODIFICATION AND WITHDRAWAL OF BIDS
101 Bids withdrawn at any time to B Modifications to by withdrawal a previous bid and re-submittal a
new 111 with specification requirements
II lNG BIDS
111 Bids will be publicly
J 12 A tabulation amounts will made available the of
12 BIDS REMAn OPEN
ILl shall remain open the of the Bid but the Board 111 discretion any Bid
13 AWARD OF CONTRACT
131 The Board reserves the right to reject any and all to waive any and all informalities and to Contract terms with the Low and Responsible -OJVl
Bidder and the right to all Bids the
132 If a is awarded the II the a (60) days after day the Bid Opening
133 Board will a ifan is made
END OF SECTION
690226 18
SUBCONTRACTING PLAN
In order for your proposal to be considered you as Bidder must complete all blanks in this Subcontracting Plan and sign
with a handwritten signature where indicated below
Failure to fill in the blanks on this Subcontracting Plan andor to include a handwritten signature will be cause for rejection
of your bid
It is MAWSSs goal that in all contracts contractors shall make a demonstrated good faith effort to award 15 of the contract
amount to certified Disadvantages Business Entities [DBEs] Diverse Suppliers as subcontractors andor suppliers performing
commercially useful functions which are consistent with contract requirements
Copies of MAWSS DBE Policy 16-01 [for public works projects] DBESupplier Diversity Policy 17-01 [for contracts for other
goods and services] MAWSSs list of certified Disadvantaged Business Enterprises [DBEs] Diverse Suppliers and lists of
organizations that have information on DBEs Diverse Suppliers are available from MAWSSs Supplier Diversity Office (251shy
694-3194) or from the MAWSS website www mawsscom
PLEASE STATE WHAT PERCENTAGE OF THE WORK FOR THIS CONTRACT YOU PLAN TO AWARD TO DBEDIVERSE SUPPLIER SUBCONTRACTORS ANDOR (Total )
VENDOR S
ESTIMATED TOTAL DOLLAR AMOUNT TO BE AWARDED TO DBEDIVERSE SUPPLIER
(Total $)
AMOUNT BID FOR THI S CONTRACT (Total $)
If the above percentage is zero or is less than 15 be sure to include your Affidavit of Contractors Good Faith Efforts to
Meet Subcontractor Vendor Diversity Goals and all supporting documentation in your bid package
Please list below all subcontractors and suppliers which you plan to use for this contract Also indicate which of these are
DBEs Diverse Supplier by writing yes or no where indicated Also list for each the percentage of the total contract
amount to be performed by each and the certification group the DBE Diverse Supplier is certified with Attach additional
sheets if needed [If you are not using any subcontractors or vendors you wi need to write zero below and sign the
form]
SUBCONTRACTOR VENDOR NAME DBE Diverse Supplier OF CONTRACT AMT CERTIFICATION GROUP Yes or No (MAWSS ALDOT ADECA SRM SDC BClA)
CAUTON ACCURATELY COMPLETE ALL PARTS OF THIS FORM AND SIGN BELOW
WE WILL EXERCISE GOOD FAITH TO COMPLY WITH THIS PLAN AND MAWSSS DBE REQUIREMENTS
BIDDER
By ________________________ ___
PROPOSAL
TO BOARD OF WATER AND SEWER COMMISSIONERS OF THE CITY OF MOBILE ALABAMA
Submitted____ ______
(Date)
The undersigned as Bidder hereby declares that he has examined the site of the Work and informed himself fully in regard to all conditions pel1aining to the place where the Work is to be done that he has examined the Plans and Specifications for the Work and all Contract Documents relative thereto and has read the Boards Standard Specifications and all General Conditions and Special Provisions furnished and that he has satisfied himself relative to the Work to be performed
The Bidder proposes and agrees if this Proposal is accepted to contract with the Board of Water and Sewer Commissioners of the City of Mobile Alabama in the fonn of contract specified to furnish all materials equipment machinery tools apparatus means of transportation and labor necessary to complete the following Work
CHEMICALS FOR INTERNAL CORROSION CONTROL
2018 CONTRACT IFB 18-029
in full and complete accordance with the shown noted described and reasonably intended requirements of the Plans Specifications and all other Contract Documents to the full and entire satisfaction of the Board of Water and Sewer Commissioners of the City of Mobile Alabama with a definite understanding that no money will be allowed for extra work except as set forth in the attached General Conditions and other Contract Documents for the lump sum or unit prices listed opposite each item
It is agreed that the description under each item being briefly stated implies although it does not mention all incidentals and that the prices stated are intended to cover all such work materials and incidentals as constitute Bidders obligations as described in the Specifications and any details not specifically mentioned but evidently included in the Contract shall be compensated for the item in which it most logically is included
The quantities for bid items listed on the Proposal sheet are estimated quantities only for the purpose of comparing bids Any differences between these estimated quantities and actual quantities required for this Contract shall not be taken as a basis for claims by the Contractor for extra compensation Compensation will be based on the lump sum or unit prices and actual constlUction quantities
The Owner reserves the right to award a Contract to the lowest responsible and responsive Bidder The basis of award for this project shall be based on the Total Base Bid
PROPOSAL PAGE 2
BID FORM
PROPWETARY BLEND PRODUCTS CHEMICALS FOR INTERl~AL CORROSION CONTROL
2018 CONTRACT
INVIT A nON FOR BID IFB NO 18-029
Corrosion Control Chemicals
$ _ ____ ___ per pound (product name)
Estimated dosage Rate x _____ _ _ _ _ pounds per million gallons
Cost ______ __ per million gallons of water produced
x cclSeOO~O~__ million gallons of water produced per year
Annual Chemical Cost $ (I)
Start-Up Service (lump sum) $ (2)
Additional Services $ (per 8-hour day visit) (See Section IOI6 A3)
X 6 (visit days)
(3)
Annual Sampling Cost (4)
Total Annualized Bid $ _ _______ CSum 1+2+3+4)
PROPOSAL PAGE 3
The undersigned further agrees that in case of failure on his to execute bond within 10 consecutive written notice being the award
of the Contract the check or bid bond in the amount of 5 percent this bid accompanying this bid and the momes payable thereon shall into the funds of
the City Mobile Alabama as liquidated accompanying this shall
Board
or bid
Attached hereto is a certified
______~________ Bank
or a Bid Bond the sum
to Board of Water and Commissioners of the Mobile Alabama
(Printed N arne and
PROPOSAL PAGE 4
ADDRESS
CONTRACTORS LICENSE NO
BIDDER acknowledges receipt of the following ADDENDA
REFERENCES
The following is a list of customers where the bidder has done related work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
BID BOND PAGE 1
BID BOND
KNOW All MEN BY THESE PRESENTS
That
(Name of Contractor)
(Address)
and ____________________________________________________________-----------shy(Name of Surety)
of _________________________________________________________________ as Surety
(Address)
are held and firmly bound unto The Board of Water and Sewer Commissioners of the City of Mobile Alabama as Obligee in the full and just sum of
lawful money of the United States for the payment ofvvhich sum well and truly to be made we bind ourselves
our heirs executors administrators successors and assigns jointly and severally firmly by these presents
WHEREAS the said Principal is herewith submitting its Proposal for
CHEMICALS FOR INTERlJAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
The condition of this obligation is such that if the aforesaid Principal shall be awarded the Contract the said Principal will within the time required enter into a fonnal Contract and give good and sufficient bond to secure the perfonnance of the tenns of and conditions of the Contract then this obligation to be void otherwise the Principal and the Surety will pay unto the Obligee in the full amount of the proposal guarantee five percent (5) of the bid amount as liquidated damages for such default
--
BID BOND PAGEl
SIGNED SEALED AND DELIVERED _ ______~-----------
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _ ______ _ _____________
(Name of Surety)
By _________--------___________
Title ________________________
BIDS WILL NOT BE CONSIDERED UNLESS BID BOND IS SIGNED BY PRINCIPAL AND SURETY OR IN LIEU THEREOF A CERTIFIED CHECK MUST ACCOMPANY THE PROPOSAL
-----------------------------------------------------------
CONTRACT
THIS CONTRACT is made and entered into the _ __ day of 20__ by
and between (Contractor)
hereinafter Contractor and the Board of Water and Sewer Commissioners of the City of Mobile Alabama hereinafter Owner
WITNESSETH
The Contractor for the consideration hereinafter fully set out hereby agrees lith the Owner as follows
1 The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents Invitation for Bids and any Addenda thereto Proposal and all Documents submitted therewith Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile Alabama any Specifications of the Owner provided with the Invitation for Bids that are specific to this Contract General Conditions Special Provisions Detailed Specifications this Contract form Bonds Drawings and Addenda all of which are attached hereto and made a part of the parties Contract as if fully set forth herein
Chemicals for lnterna I Corrosion Control 2018 Contract PROJECT 0 690226
2 The Contractor shall commence performance of this Contract on a date to be specified in a written order of the Owner and shall fully complete all Work hereunder within sixty (60) consecutive calendar days from and after said date Work shall include all construction delivery of materials and items and other obligations of the Contractor under this Contract
3 The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract subject to additions and deductions as provided in the Specifications or Proposal in lawful money of the United States as follows Approximatel y ______________---__________________________________________
_______________ Dollars ($_______________)
in accordance with lump sum and unit prices set fOlih in the Proposal
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
9 SUBMISSION BIDS
91 shall be submitted at the time and indicated in the Invitation for Bids and shall submitted in a sealed as indicated therein
10 MODIFICATION AND WITHDRAWAL OF BIDS
101 Bids withdrawn at any time to B Modifications to by withdrawal a previous bid and re-submittal a
new 111 with specification requirements
II lNG BIDS
111 Bids will be publicly
J 12 A tabulation amounts will made available the of
12 BIDS REMAn OPEN
ILl shall remain open the of the Bid but the Board 111 discretion any Bid
13 AWARD OF CONTRACT
131 The Board reserves the right to reject any and all to waive any and all informalities and to Contract terms with the Low and Responsible -OJVl
Bidder and the right to all Bids the
132 If a is awarded the II the a (60) days after day the Bid Opening
133 Board will a ifan is made
END OF SECTION
690226 18
SUBCONTRACTING PLAN
In order for your proposal to be considered you as Bidder must complete all blanks in this Subcontracting Plan and sign
with a handwritten signature where indicated below
Failure to fill in the blanks on this Subcontracting Plan andor to include a handwritten signature will be cause for rejection
of your bid
It is MAWSSs goal that in all contracts contractors shall make a demonstrated good faith effort to award 15 of the contract
amount to certified Disadvantages Business Entities [DBEs] Diverse Suppliers as subcontractors andor suppliers performing
commercially useful functions which are consistent with contract requirements
Copies of MAWSS DBE Policy 16-01 [for public works projects] DBESupplier Diversity Policy 17-01 [for contracts for other
goods and services] MAWSSs list of certified Disadvantaged Business Enterprises [DBEs] Diverse Suppliers and lists of
organizations that have information on DBEs Diverse Suppliers are available from MAWSSs Supplier Diversity Office (251shy
694-3194) or from the MAWSS website www mawsscom
PLEASE STATE WHAT PERCENTAGE OF THE WORK FOR THIS CONTRACT YOU PLAN TO AWARD TO DBEDIVERSE SUPPLIER SUBCONTRACTORS ANDOR (Total )
VENDOR S
ESTIMATED TOTAL DOLLAR AMOUNT TO BE AWARDED TO DBEDIVERSE SUPPLIER
(Total $)
AMOUNT BID FOR THI S CONTRACT (Total $)
If the above percentage is zero or is less than 15 be sure to include your Affidavit of Contractors Good Faith Efforts to
Meet Subcontractor Vendor Diversity Goals and all supporting documentation in your bid package
Please list below all subcontractors and suppliers which you plan to use for this contract Also indicate which of these are
DBEs Diverse Supplier by writing yes or no where indicated Also list for each the percentage of the total contract
amount to be performed by each and the certification group the DBE Diverse Supplier is certified with Attach additional
sheets if needed [If you are not using any subcontractors or vendors you wi need to write zero below and sign the
form]
SUBCONTRACTOR VENDOR NAME DBE Diverse Supplier OF CONTRACT AMT CERTIFICATION GROUP Yes or No (MAWSS ALDOT ADECA SRM SDC BClA)
CAUTON ACCURATELY COMPLETE ALL PARTS OF THIS FORM AND SIGN BELOW
WE WILL EXERCISE GOOD FAITH TO COMPLY WITH THIS PLAN AND MAWSSS DBE REQUIREMENTS
BIDDER
By ________________________ ___
PROPOSAL
TO BOARD OF WATER AND SEWER COMMISSIONERS OF THE CITY OF MOBILE ALABAMA
Submitted____ ______
(Date)
The undersigned as Bidder hereby declares that he has examined the site of the Work and informed himself fully in regard to all conditions pel1aining to the place where the Work is to be done that he has examined the Plans and Specifications for the Work and all Contract Documents relative thereto and has read the Boards Standard Specifications and all General Conditions and Special Provisions furnished and that he has satisfied himself relative to the Work to be performed
The Bidder proposes and agrees if this Proposal is accepted to contract with the Board of Water and Sewer Commissioners of the City of Mobile Alabama in the fonn of contract specified to furnish all materials equipment machinery tools apparatus means of transportation and labor necessary to complete the following Work
CHEMICALS FOR INTERNAL CORROSION CONTROL
2018 CONTRACT IFB 18-029
in full and complete accordance with the shown noted described and reasonably intended requirements of the Plans Specifications and all other Contract Documents to the full and entire satisfaction of the Board of Water and Sewer Commissioners of the City of Mobile Alabama with a definite understanding that no money will be allowed for extra work except as set forth in the attached General Conditions and other Contract Documents for the lump sum or unit prices listed opposite each item
It is agreed that the description under each item being briefly stated implies although it does not mention all incidentals and that the prices stated are intended to cover all such work materials and incidentals as constitute Bidders obligations as described in the Specifications and any details not specifically mentioned but evidently included in the Contract shall be compensated for the item in which it most logically is included
The quantities for bid items listed on the Proposal sheet are estimated quantities only for the purpose of comparing bids Any differences between these estimated quantities and actual quantities required for this Contract shall not be taken as a basis for claims by the Contractor for extra compensation Compensation will be based on the lump sum or unit prices and actual constlUction quantities
The Owner reserves the right to award a Contract to the lowest responsible and responsive Bidder The basis of award for this project shall be based on the Total Base Bid
PROPOSAL PAGE 2
BID FORM
PROPWETARY BLEND PRODUCTS CHEMICALS FOR INTERl~AL CORROSION CONTROL
2018 CONTRACT
INVIT A nON FOR BID IFB NO 18-029
Corrosion Control Chemicals
$ _ ____ ___ per pound (product name)
Estimated dosage Rate x _____ _ _ _ _ pounds per million gallons
Cost ______ __ per million gallons of water produced
x cclSeOO~O~__ million gallons of water produced per year
Annual Chemical Cost $ (I)
Start-Up Service (lump sum) $ (2)
Additional Services $ (per 8-hour day visit) (See Section IOI6 A3)
X 6 (visit days)
(3)
Annual Sampling Cost (4)
Total Annualized Bid $ _ _______ CSum 1+2+3+4)
PROPOSAL PAGE 3
The undersigned further agrees that in case of failure on his to execute bond within 10 consecutive written notice being the award
of the Contract the check or bid bond in the amount of 5 percent this bid accompanying this bid and the momes payable thereon shall into the funds of
the City Mobile Alabama as liquidated accompanying this shall
Board
or bid
Attached hereto is a certified
______~________ Bank
or a Bid Bond the sum
to Board of Water and Commissioners of the Mobile Alabama
(Printed N arne and
PROPOSAL PAGE 4
ADDRESS
CONTRACTORS LICENSE NO
BIDDER acknowledges receipt of the following ADDENDA
REFERENCES
The following is a list of customers where the bidder has done related work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
BID BOND PAGE 1
BID BOND
KNOW All MEN BY THESE PRESENTS
That
(Name of Contractor)
(Address)
and ____________________________________________________________-----------shy(Name of Surety)
of _________________________________________________________________ as Surety
(Address)
are held and firmly bound unto The Board of Water and Sewer Commissioners of the City of Mobile Alabama as Obligee in the full and just sum of
lawful money of the United States for the payment ofvvhich sum well and truly to be made we bind ourselves
our heirs executors administrators successors and assigns jointly and severally firmly by these presents
WHEREAS the said Principal is herewith submitting its Proposal for
CHEMICALS FOR INTERlJAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
The condition of this obligation is such that if the aforesaid Principal shall be awarded the Contract the said Principal will within the time required enter into a fonnal Contract and give good and sufficient bond to secure the perfonnance of the tenns of and conditions of the Contract then this obligation to be void otherwise the Principal and the Surety will pay unto the Obligee in the full amount of the proposal guarantee five percent (5) of the bid amount as liquidated damages for such default
--
BID BOND PAGEl
SIGNED SEALED AND DELIVERED _ ______~-----------
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _ ______ _ _____________
(Name of Surety)
By _________--------___________
Title ________________________
BIDS WILL NOT BE CONSIDERED UNLESS BID BOND IS SIGNED BY PRINCIPAL AND SURETY OR IN LIEU THEREOF A CERTIFIED CHECK MUST ACCOMPANY THE PROPOSAL
-----------------------------------------------------------
CONTRACT
THIS CONTRACT is made and entered into the _ __ day of 20__ by
and between (Contractor)
hereinafter Contractor and the Board of Water and Sewer Commissioners of the City of Mobile Alabama hereinafter Owner
WITNESSETH
The Contractor for the consideration hereinafter fully set out hereby agrees lith the Owner as follows
1 The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents Invitation for Bids and any Addenda thereto Proposal and all Documents submitted therewith Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile Alabama any Specifications of the Owner provided with the Invitation for Bids that are specific to this Contract General Conditions Special Provisions Detailed Specifications this Contract form Bonds Drawings and Addenda all of which are attached hereto and made a part of the parties Contract as if fully set forth herein
Chemicals for lnterna I Corrosion Control 2018 Contract PROJECT 0 690226
2 The Contractor shall commence performance of this Contract on a date to be specified in a written order of the Owner and shall fully complete all Work hereunder within sixty (60) consecutive calendar days from and after said date Work shall include all construction delivery of materials and items and other obligations of the Contractor under this Contract
3 The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract subject to additions and deductions as provided in the Specifications or Proposal in lawful money of the United States as follows Approximatel y ______________---__________________________________________
_______________ Dollars ($_______________)
in accordance with lump sum and unit prices set fOlih in the Proposal
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
SUBCONTRACTING PLAN
In order for your proposal to be considered you as Bidder must complete all blanks in this Subcontracting Plan and sign
with a handwritten signature where indicated below
Failure to fill in the blanks on this Subcontracting Plan andor to include a handwritten signature will be cause for rejection
of your bid
It is MAWSSs goal that in all contracts contractors shall make a demonstrated good faith effort to award 15 of the contract
amount to certified Disadvantages Business Entities [DBEs] Diverse Suppliers as subcontractors andor suppliers performing
commercially useful functions which are consistent with contract requirements
Copies of MAWSS DBE Policy 16-01 [for public works projects] DBESupplier Diversity Policy 17-01 [for contracts for other
goods and services] MAWSSs list of certified Disadvantaged Business Enterprises [DBEs] Diverse Suppliers and lists of
organizations that have information on DBEs Diverse Suppliers are available from MAWSSs Supplier Diversity Office (251shy
694-3194) or from the MAWSS website www mawsscom
PLEASE STATE WHAT PERCENTAGE OF THE WORK FOR THIS CONTRACT YOU PLAN TO AWARD TO DBEDIVERSE SUPPLIER SUBCONTRACTORS ANDOR (Total )
VENDOR S
ESTIMATED TOTAL DOLLAR AMOUNT TO BE AWARDED TO DBEDIVERSE SUPPLIER
(Total $)
AMOUNT BID FOR THI S CONTRACT (Total $)
If the above percentage is zero or is less than 15 be sure to include your Affidavit of Contractors Good Faith Efforts to
Meet Subcontractor Vendor Diversity Goals and all supporting documentation in your bid package
Please list below all subcontractors and suppliers which you plan to use for this contract Also indicate which of these are
DBEs Diverse Supplier by writing yes or no where indicated Also list for each the percentage of the total contract
amount to be performed by each and the certification group the DBE Diverse Supplier is certified with Attach additional
sheets if needed [If you are not using any subcontractors or vendors you wi need to write zero below and sign the
form]
SUBCONTRACTOR VENDOR NAME DBE Diverse Supplier OF CONTRACT AMT CERTIFICATION GROUP Yes or No (MAWSS ALDOT ADECA SRM SDC BClA)
CAUTON ACCURATELY COMPLETE ALL PARTS OF THIS FORM AND SIGN BELOW
WE WILL EXERCISE GOOD FAITH TO COMPLY WITH THIS PLAN AND MAWSSS DBE REQUIREMENTS
BIDDER
By ________________________ ___
PROPOSAL
TO BOARD OF WATER AND SEWER COMMISSIONERS OF THE CITY OF MOBILE ALABAMA
Submitted____ ______
(Date)
The undersigned as Bidder hereby declares that he has examined the site of the Work and informed himself fully in regard to all conditions pel1aining to the place where the Work is to be done that he has examined the Plans and Specifications for the Work and all Contract Documents relative thereto and has read the Boards Standard Specifications and all General Conditions and Special Provisions furnished and that he has satisfied himself relative to the Work to be performed
The Bidder proposes and agrees if this Proposal is accepted to contract with the Board of Water and Sewer Commissioners of the City of Mobile Alabama in the fonn of contract specified to furnish all materials equipment machinery tools apparatus means of transportation and labor necessary to complete the following Work
CHEMICALS FOR INTERNAL CORROSION CONTROL
2018 CONTRACT IFB 18-029
in full and complete accordance with the shown noted described and reasonably intended requirements of the Plans Specifications and all other Contract Documents to the full and entire satisfaction of the Board of Water and Sewer Commissioners of the City of Mobile Alabama with a definite understanding that no money will be allowed for extra work except as set forth in the attached General Conditions and other Contract Documents for the lump sum or unit prices listed opposite each item
It is agreed that the description under each item being briefly stated implies although it does not mention all incidentals and that the prices stated are intended to cover all such work materials and incidentals as constitute Bidders obligations as described in the Specifications and any details not specifically mentioned but evidently included in the Contract shall be compensated for the item in which it most logically is included
The quantities for bid items listed on the Proposal sheet are estimated quantities only for the purpose of comparing bids Any differences between these estimated quantities and actual quantities required for this Contract shall not be taken as a basis for claims by the Contractor for extra compensation Compensation will be based on the lump sum or unit prices and actual constlUction quantities
The Owner reserves the right to award a Contract to the lowest responsible and responsive Bidder The basis of award for this project shall be based on the Total Base Bid
PROPOSAL PAGE 2
BID FORM
PROPWETARY BLEND PRODUCTS CHEMICALS FOR INTERl~AL CORROSION CONTROL
2018 CONTRACT
INVIT A nON FOR BID IFB NO 18-029
Corrosion Control Chemicals
$ _ ____ ___ per pound (product name)
Estimated dosage Rate x _____ _ _ _ _ pounds per million gallons
Cost ______ __ per million gallons of water produced
x cclSeOO~O~__ million gallons of water produced per year
Annual Chemical Cost $ (I)
Start-Up Service (lump sum) $ (2)
Additional Services $ (per 8-hour day visit) (See Section IOI6 A3)
X 6 (visit days)
(3)
Annual Sampling Cost (4)
Total Annualized Bid $ _ _______ CSum 1+2+3+4)
PROPOSAL PAGE 3
The undersigned further agrees that in case of failure on his to execute bond within 10 consecutive written notice being the award
of the Contract the check or bid bond in the amount of 5 percent this bid accompanying this bid and the momes payable thereon shall into the funds of
the City Mobile Alabama as liquidated accompanying this shall
Board
or bid
Attached hereto is a certified
______~________ Bank
or a Bid Bond the sum
to Board of Water and Commissioners of the Mobile Alabama
(Printed N arne and
PROPOSAL PAGE 4
ADDRESS
CONTRACTORS LICENSE NO
BIDDER acknowledges receipt of the following ADDENDA
REFERENCES
The following is a list of customers where the bidder has done related work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
BID BOND PAGE 1
BID BOND
KNOW All MEN BY THESE PRESENTS
That
(Name of Contractor)
(Address)
and ____________________________________________________________-----------shy(Name of Surety)
of _________________________________________________________________ as Surety
(Address)
are held and firmly bound unto The Board of Water and Sewer Commissioners of the City of Mobile Alabama as Obligee in the full and just sum of
lawful money of the United States for the payment ofvvhich sum well and truly to be made we bind ourselves
our heirs executors administrators successors and assigns jointly and severally firmly by these presents
WHEREAS the said Principal is herewith submitting its Proposal for
CHEMICALS FOR INTERlJAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
The condition of this obligation is such that if the aforesaid Principal shall be awarded the Contract the said Principal will within the time required enter into a fonnal Contract and give good and sufficient bond to secure the perfonnance of the tenns of and conditions of the Contract then this obligation to be void otherwise the Principal and the Surety will pay unto the Obligee in the full amount of the proposal guarantee five percent (5) of the bid amount as liquidated damages for such default
--
BID BOND PAGEl
SIGNED SEALED AND DELIVERED _ ______~-----------
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _ ______ _ _____________
(Name of Surety)
By _________--------___________
Title ________________________
BIDS WILL NOT BE CONSIDERED UNLESS BID BOND IS SIGNED BY PRINCIPAL AND SURETY OR IN LIEU THEREOF A CERTIFIED CHECK MUST ACCOMPANY THE PROPOSAL
-----------------------------------------------------------
CONTRACT
THIS CONTRACT is made and entered into the _ __ day of 20__ by
and between (Contractor)
hereinafter Contractor and the Board of Water and Sewer Commissioners of the City of Mobile Alabama hereinafter Owner
WITNESSETH
The Contractor for the consideration hereinafter fully set out hereby agrees lith the Owner as follows
1 The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents Invitation for Bids and any Addenda thereto Proposal and all Documents submitted therewith Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile Alabama any Specifications of the Owner provided with the Invitation for Bids that are specific to this Contract General Conditions Special Provisions Detailed Specifications this Contract form Bonds Drawings and Addenda all of which are attached hereto and made a part of the parties Contract as if fully set forth herein
Chemicals for lnterna I Corrosion Control 2018 Contract PROJECT 0 690226
2 The Contractor shall commence performance of this Contract on a date to be specified in a written order of the Owner and shall fully complete all Work hereunder within sixty (60) consecutive calendar days from and after said date Work shall include all construction delivery of materials and items and other obligations of the Contractor under this Contract
3 The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract subject to additions and deductions as provided in the Specifications or Proposal in lawful money of the United States as follows Approximatel y ______________---__________________________________________
_______________ Dollars ($_______________)
in accordance with lump sum and unit prices set fOlih in the Proposal
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
PROPOSAL
TO BOARD OF WATER AND SEWER COMMISSIONERS OF THE CITY OF MOBILE ALABAMA
Submitted____ ______
(Date)
The undersigned as Bidder hereby declares that he has examined the site of the Work and informed himself fully in regard to all conditions pel1aining to the place where the Work is to be done that he has examined the Plans and Specifications for the Work and all Contract Documents relative thereto and has read the Boards Standard Specifications and all General Conditions and Special Provisions furnished and that he has satisfied himself relative to the Work to be performed
The Bidder proposes and agrees if this Proposal is accepted to contract with the Board of Water and Sewer Commissioners of the City of Mobile Alabama in the fonn of contract specified to furnish all materials equipment machinery tools apparatus means of transportation and labor necessary to complete the following Work
CHEMICALS FOR INTERNAL CORROSION CONTROL
2018 CONTRACT IFB 18-029
in full and complete accordance with the shown noted described and reasonably intended requirements of the Plans Specifications and all other Contract Documents to the full and entire satisfaction of the Board of Water and Sewer Commissioners of the City of Mobile Alabama with a definite understanding that no money will be allowed for extra work except as set forth in the attached General Conditions and other Contract Documents for the lump sum or unit prices listed opposite each item
It is agreed that the description under each item being briefly stated implies although it does not mention all incidentals and that the prices stated are intended to cover all such work materials and incidentals as constitute Bidders obligations as described in the Specifications and any details not specifically mentioned but evidently included in the Contract shall be compensated for the item in which it most logically is included
The quantities for bid items listed on the Proposal sheet are estimated quantities only for the purpose of comparing bids Any differences between these estimated quantities and actual quantities required for this Contract shall not be taken as a basis for claims by the Contractor for extra compensation Compensation will be based on the lump sum or unit prices and actual constlUction quantities
The Owner reserves the right to award a Contract to the lowest responsible and responsive Bidder The basis of award for this project shall be based on the Total Base Bid
PROPOSAL PAGE 2
BID FORM
PROPWETARY BLEND PRODUCTS CHEMICALS FOR INTERl~AL CORROSION CONTROL
2018 CONTRACT
INVIT A nON FOR BID IFB NO 18-029
Corrosion Control Chemicals
$ _ ____ ___ per pound (product name)
Estimated dosage Rate x _____ _ _ _ _ pounds per million gallons
Cost ______ __ per million gallons of water produced
x cclSeOO~O~__ million gallons of water produced per year
Annual Chemical Cost $ (I)
Start-Up Service (lump sum) $ (2)
Additional Services $ (per 8-hour day visit) (See Section IOI6 A3)
X 6 (visit days)
(3)
Annual Sampling Cost (4)
Total Annualized Bid $ _ _______ CSum 1+2+3+4)
PROPOSAL PAGE 3
The undersigned further agrees that in case of failure on his to execute bond within 10 consecutive written notice being the award
of the Contract the check or bid bond in the amount of 5 percent this bid accompanying this bid and the momes payable thereon shall into the funds of
the City Mobile Alabama as liquidated accompanying this shall
Board
or bid
Attached hereto is a certified
______~________ Bank
or a Bid Bond the sum
to Board of Water and Commissioners of the Mobile Alabama
(Printed N arne and
PROPOSAL PAGE 4
ADDRESS
CONTRACTORS LICENSE NO
BIDDER acknowledges receipt of the following ADDENDA
REFERENCES
The following is a list of customers where the bidder has done related work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
BID BOND PAGE 1
BID BOND
KNOW All MEN BY THESE PRESENTS
That
(Name of Contractor)
(Address)
and ____________________________________________________________-----------shy(Name of Surety)
of _________________________________________________________________ as Surety
(Address)
are held and firmly bound unto The Board of Water and Sewer Commissioners of the City of Mobile Alabama as Obligee in the full and just sum of
lawful money of the United States for the payment ofvvhich sum well and truly to be made we bind ourselves
our heirs executors administrators successors and assigns jointly and severally firmly by these presents
WHEREAS the said Principal is herewith submitting its Proposal for
CHEMICALS FOR INTERlJAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
The condition of this obligation is such that if the aforesaid Principal shall be awarded the Contract the said Principal will within the time required enter into a fonnal Contract and give good and sufficient bond to secure the perfonnance of the tenns of and conditions of the Contract then this obligation to be void otherwise the Principal and the Surety will pay unto the Obligee in the full amount of the proposal guarantee five percent (5) of the bid amount as liquidated damages for such default
--
BID BOND PAGEl
SIGNED SEALED AND DELIVERED _ ______~-----------
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _ ______ _ _____________
(Name of Surety)
By _________--------___________
Title ________________________
BIDS WILL NOT BE CONSIDERED UNLESS BID BOND IS SIGNED BY PRINCIPAL AND SURETY OR IN LIEU THEREOF A CERTIFIED CHECK MUST ACCOMPANY THE PROPOSAL
-----------------------------------------------------------
CONTRACT
THIS CONTRACT is made and entered into the _ __ day of 20__ by
and between (Contractor)
hereinafter Contractor and the Board of Water and Sewer Commissioners of the City of Mobile Alabama hereinafter Owner
WITNESSETH
The Contractor for the consideration hereinafter fully set out hereby agrees lith the Owner as follows
1 The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents Invitation for Bids and any Addenda thereto Proposal and all Documents submitted therewith Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile Alabama any Specifications of the Owner provided with the Invitation for Bids that are specific to this Contract General Conditions Special Provisions Detailed Specifications this Contract form Bonds Drawings and Addenda all of which are attached hereto and made a part of the parties Contract as if fully set forth herein
Chemicals for lnterna I Corrosion Control 2018 Contract PROJECT 0 690226
2 The Contractor shall commence performance of this Contract on a date to be specified in a written order of the Owner and shall fully complete all Work hereunder within sixty (60) consecutive calendar days from and after said date Work shall include all construction delivery of materials and items and other obligations of the Contractor under this Contract
3 The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract subject to additions and deductions as provided in the Specifications or Proposal in lawful money of the United States as follows Approximatel y ______________---__________________________________________
_______________ Dollars ($_______________)
in accordance with lump sum and unit prices set fOlih in the Proposal
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
PROPOSAL PAGE 2
BID FORM
PROPWETARY BLEND PRODUCTS CHEMICALS FOR INTERl~AL CORROSION CONTROL
2018 CONTRACT
INVIT A nON FOR BID IFB NO 18-029
Corrosion Control Chemicals
$ _ ____ ___ per pound (product name)
Estimated dosage Rate x _____ _ _ _ _ pounds per million gallons
Cost ______ __ per million gallons of water produced
x cclSeOO~O~__ million gallons of water produced per year
Annual Chemical Cost $ (I)
Start-Up Service (lump sum) $ (2)
Additional Services $ (per 8-hour day visit) (See Section IOI6 A3)
X 6 (visit days)
(3)
Annual Sampling Cost (4)
Total Annualized Bid $ _ _______ CSum 1+2+3+4)
PROPOSAL PAGE 3
The undersigned further agrees that in case of failure on his to execute bond within 10 consecutive written notice being the award
of the Contract the check or bid bond in the amount of 5 percent this bid accompanying this bid and the momes payable thereon shall into the funds of
the City Mobile Alabama as liquidated accompanying this shall
Board
or bid
Attached hereto is a certified
______~________ Bank
or a Bid Bond the sum
to Board of Water and Commissioners of the Mobile Alabama
(Printed N arne and
PROPOSAL PAGE 4
ADDRESS
CONTRACTORS LICENSE NO
BIDDER acknowledges receipt of the following ADDENDA
REFERENCES
The following is a list of customers where the bidder has done related work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
BID BOND PAGE 1
BID BOND
KNOW All MEN BY THESE PRESENTS
That
(Name of Contractor)
(Address)
and ____________________________________________________________-----------shy(Name of Surety)
of _________________________________________________________________ as Surety
(Address)
are held and firmly bound unto The Board of Water and Sewer Commissioners of the City of Mobile Alabama as Obligee in the full and just sum of
lawful money of the United States for the payment ofvvhich sum well and truly to be made we bind ourselves
our heirs executors administrators successors and assigns jointly and severally firmly by these presents
WHEREAS the said Principal is herewith submitting its Proposal for
CHEMICALS FOR INTERlJAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
The condition of this obligation is such that if the aforesaid Principal shall be awarded the Contract the said Principal will within the time required enter into a fonnal Contract and give good and sufficient bond to secure the perfonnance of the tenns of and conditions of the Contract then this obligation to be void otherwise the Principal and the Surety will pay unto the Obligee in the full amount of the proposal guarantee five percent (5) of the bid amount as liquidated damages for such default
--
BID BOND PAGEl
SIGNED SEALED AND DELIVERED _ ______~-----------
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _ ______ _ _____________
(Name of Surety)
By _________--------___________
Title ________________________
BIDS WILL NOT BE CONSIDERED UNLESS BID BOND IS SIGNED BY PRINCIPAL AND SURETY OR IN LIEU THEREOF A CERTIFIED CHECK MUST ACCOMPANY THE PROPOSAL
-----------------------------------------------------------
CONTRACT
THIS CONTRACT is made and entered into the _ __ day of 20__ by
and between (Contractor)
hereinafter Contractor and the Board of Water and Sewer Commissioners of the City of Mobile Alabama hereinafter Owner
WITNESSETH
The Contractor for the consideration hereinafter fully set out hereby agrees lith the Owner as follows
1 The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents Invitation for Bids and any Addenda thereto Proposal and all Documents submitted therewith Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile Alabama any Specifications of the Owner provided with the Invitation for Bids that are specific to this Contract General Conditions Special Provisions Detailed Specifications this Contract form Bonds Drawings and Addenda all of which are attached hereto and made a part of the parties Contract as if fully set forth herein
Chemicals for lnterna I Corrosion Control 2018 Contract PROJECT 0 690226
2 The Contractor shall commence performance of this Contract on a date to be specified in a written order of the Owner and shall fully complete all Work hereunder within sixty (60) consecutive calendar days from and after said date Work shall include all construction delivery of materials and items and other obligations of the Contractor under this Contract
3 The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract subject to additions and deductions as provided in the Specifications or Proposal in lawful money of the United States as follows Approximatel y ______________---__________________________________________
_______________ Dollars ($_______________)
in accordance with lump sum and unit prices set fOlih in the Proposal
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
PROPOSAL PAGE 3
The undersigned further agrees that in case of failure on his to execute bond within 10 consecutive written notice being the award
of the Contract the check or bid bond in the amount of 5 percent this bid accompanying this bid and the momes payable thereon shall into the funds of
the City Mobile Alabama as liquidated accompanying this shall
Board
or bid
Attached hereto is a certified
______~________ Bank
or a Bid Bond the sum
to Board of Water and Commissioners of the Mobile Alabama
(Printed N arne and
PROPOSAL PAGE 4
ADDRESS
CONTRACTORS LICENSE NO
BIDDER acknowledges receipt of the following ADDENDA
REFERENCES
The following is a list of customers where the bidder has done related work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
BID BOND PAGE 1
BID BOND
KNOW All MEN BY THESE PRESENTS
That
(Name of Contractor)
(Address)
and ____________________________________________________________-----------shy(Name of Surety)
of _________________________________________________________________ as Surety
(Address)
are held and firmly bound unto The Board of Water and Sewer Commissioners of the City of Mobile Alabama as Obligee in the full and just sum of
lawful money of the United States for the payment ofvvhich sum well and truly to be made we bind ourselves
our heirs executors administrators successors and assigns jointly and severally firmly by these presents
WHEREAS the said Principal is herewith submitting its Proposal for
CHEMICALS FOR INTERlJAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
The condition of this obligation is such that if the aforesaid Principal shall be awarded the Contract the said Principal will within the time required enter into a fonnal Contract and give good and sufficient bond to secure the perfonnance of the tenns of and conditions of the Contract then this obligation to be void otherwise the Principal and the Surety will pay unto the Obligee in the full amount of the proposal guarantee five percent (5) of the bid amount as liquidated damages for such default
--
BID BOND PAGEl
SIGNED SEALED AND DELIVERED _ ______~-----------
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _ ______ _ _____________
(Name of Surety)
By _________--------___________
Title ________________________
BIDS WILL NOT BE CONSIDERED UNLESS BID BOND IS SIGNED BY PRINCIPAL AND SURETY OR IN LIEU THEREOF A CERTIFIED CHECK MUST ACCOMPANY THE PROPOSAL
-----------------------------------------------------------
CONTRACT
THIS CONTRACT is made and entered into the _ __ day of 20__ by
and between (Contractor)
hereinafter Contractor and the Board of Water and Sewer Commissioners of the City of Mobile Alabama hereinafter Owner
WITNESSETH
The Contractor for the consideration hereinafter fully set out hereby agrees lith the Owner as follows
1 The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents Invitation for Bids and any Addenda thereto Proposal and all Documents submitted therewith Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile Alabama any Specifications of the Owner provided with the Invitation for Bids that are specific to this Contract General Conditions Special Provisions Detailed Specifications this Contract form Bonds Drawings and Addenda all of which are attached hereto and made a part of the parties Contract as if fully set forth herein
Chemicals for lnterna I Corrosion Control 2018 Contract PROJECT 0 690226
2 The Contractor shall commence performance of this Contract on a date to be specified in a written order of the Owner and shall fully complete all Work hereunder within sixty (60) consecutive calendar days from and after said date Work shall include all construction delivery of materials and items and other obligations of the Contractor under this Contract
3 The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract subject to additions and deductions as provided in the Specifications or Proposal in lawful money of the United States as follows Approximatel y ______________---__________________________________________
_______________ Dollars ($_______________)
in accordance with lump sum and unit prices set fOlih in the Proposal
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
PROPOSAL PAGE 4
ADDRESS
CONTRACTORS LICENSE NO
BIDDER acknowledges receipt of the following ADDENDA
REFERENCES
The following is a list of customers where the bidder has done related work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
BID BOND PAGE 1
BID BOND
KNOW All MEN BY THESE PRESENTS
That
(Name of Contractor)
(Address)
and ____________________________________________________________-----------shy(Name of Surety)
of _________________________________________________________________ as Surety
(Address)
are held and firmly bound unto The Board of Water and Sewer Commissioners of the City of Mobile Alabama as Obligee in the full and just sum of
lawful money of the United States for the payment ofvvhich sum well and truly to be made we bind ourselves
our heirs executors administrators successors and assigns jointly and severally firmly by these presents
WHEREAS the said Principal is herewith submitting its Proposal for
CHEMICALS FOR INTERlJAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
The condition of this obligation is such that if the aforesaid Principal shall be awarded the Contract the said Principal will within the time required enter into a fonnal Contract and give good and sufficient bond to secure the perfonnance of the tenns of and conditions of the Contract then this obligation to be void otherwise the Principal and the Surety will pay unto the Obligee in the full amount of the proposal guarantee five percent (5) of the bid amount as liquidated damages for such default
--
BID BOND PAGEl
SIGNED SEALED AND DELIVERED _ ______~-----------
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _ ______ _ _____________
(Name of Surety)
By _________--------___________
Title ________________________
BIDS WILL NOT BE CONSIDERED UNLESS BID BOND IS SIGNED BY PRINCIPAL AND SURETY OR IN LIEU THEREOF A CERTIFIED CHECK MUST ACCOMPANY THE PROPOSAL
-----------------------------------------------------------
CONTRACT
THIS CONTRACT is made and entered into the _ __ day of 20__ by
and between (Contractor)
hereinafter Contractor and the Board of Water and Sewer Commissioners of the City of Mobile Alabama hereinafter Owner
WITNESSETH
The Contractor for the consideration hereinafter fully set out hereby agrees lith the Owner as follows
1 The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents Invitation for Bids and any Addenda thereto Proposal and all Documents submitted therewith Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile Alabama any Specifications of the Owner provided with the Invitation for Bids that are specific to this Contract General Conditions Special Provisions Detailed Specifications this Contract form Bonds Drawings and Addenda all of which are attached hereto and made a part of the parties Contract as if fully set forth herein
Chemicals for lnterna I Corrosion Control 2018 Contract PROJECT 0 690226
2 The Contractor shall commence performance of this Contract on a date to be specified in a written order of the Owner and shall fully complete all Work hereunder within sixty (60) consecutive calendar days from and after said date Work shall include all construction delivery of materials and items and other obligations of the Contractor under this Contract
3 The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract subject to additions and deductions as provided in the Specifications or Proposal in lawful money of the United States as follows Approximatel y ______________---__________________________________________
_______________ Dollars ($_______________)
in accordance with lump sum and unit prices set fOlih in the Proposal
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
REFERENCES
The following is a list of customers where the bidder has done related work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
Name of Customer Address
Contact Person Phone Fax
Type of Work
BID BOND PAGE 1
BID BOND
KNOW All MEN BY THESE PRESENTS
That
(Name of Contractor)
(Address)
and ____________________________________________________________-----------shy(Name of Surety)
of _________________________________________________________________ as Surety
(Address)
are held and firmly bound unto The Board of Water and Sewer Commissioners of the City of Mobile Alabama as Obligee in the full and just sum of
lawful money of the United States for the payment ofvvhich sum well and truly to be made we bind ourselves
our heirs executors administrators successors and assigns jointly and severally firmly by these presents
WHEREAS the said Principal is herewith submitting its Proposal for
CHEMICALS FOR INTERlJAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
The condition of this obligation is such that if the aforesaid Principal shall be awarded the Contract the said Principal will within the time required enter into a fonnal Contract and give good and sufficient bond to secure the perfonnance of the tenns of and conditions of the Contract then this obligation to be void otherwise the Principal and the Surety will pay unto the Obligee in the full amount of the proposal guarantee five percent (5) of the bid amount as liquidated damages for such default
--
BID BOND PAGEl
SIGNED SEALED AND DELIVERED _ ______~-----------
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _ ______ _ _____________
(Name of Surety)
By _________--------___________
Title ________________________
BIDS WILL NOT BE CONSIDERED UNLESS BID BOND IS SIGNED BY PRINCIPAL AND SURETY OR IN LIEU THEREOF A CERTIFIED CHECK MUST ACCOMPANY THE PROPOSAL
-----------------------------------------------------------
CONTRACT
THIS CONTRACT is made and entered into the _ __ day of 20__ by
and between (Contractor)
hereinafter Contractor and the Board of Water and Sewer Commissioners of the City of Mobile Alabama hereinafter Owner
WITNESSETH
The Contractor for the consideration hereinafter fully set out hereby agrees lith the Owner as follows
1 The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents Invitation for Bids and any Addenda thereto Proposal and all Documents submitted therewith Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile Alabama any Specifications of the Owner provided with the Invitation for Bids that are specific to this Contract General Conditions Special Provisions Detailed Specifications this Contract form Bonds Drawings and Addenda all of which are attached hereto and made a part of the parties Contract as if fully set forth herein
Chemicals for lnterna I Corrosion Control 2018 Contract PROJECT 0 690226
2 The Contractor shall commence performance of this Contract on a date to be specified in a written order of the Owner and shall fully complete all Work hereunder within sixty (60) consecutive calendar days from and after said date Work shall include all construction delivery of materials and items and other obligations of the Contractor under this Contract
3 The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract subject to additions and deductions as provided in the Specifications or Proposal in lawful money of the United States as follows Approximatel y ______________---__________________________________________
_______________ Dollars ($_______________)
in accordance with lump sum and unit prices set fOlih in the Proposal
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
BID BOND PAGE 1
BID BOND
KNOW All MEN BY THESE PRESENTS
That
(Name of Contractor)
(Address)
and ____________________________________________________________-----------shy(Name of Surety)
of _________________________________________________________________ as Surety
(Address)
are held and firmly bound unto The Board of Water and Sewer Commissioners of the City of Mobile Alabama as Obligee in the full and just sum of
lawful money of the United States for the payment ofvvhich sum well and truly to be made we bind ourselves
our heirs executors administrators successors and assigns jointly and severally firmly by these presents
WHEREAS the said Principal is herewith submitting its Proposal for
CHEMICALS FOR INTERlJAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
The condition of this obligation is such that if the aforesaid Principal shall be awarded the Contract the said Principal will within the time required enter into a fonnal Contract and give good and sufficient bond to secure the perfonnance of the tenns of and conditions of the Contract then this obligation to be void otherwise the Principal and the Surety will pay unto the Obligee in the full amount of the proposal guarantee five percent (5) of the bid amount as liquidated damages for such default
--
BID BOND PAGEl
SIGNED SEALED AND DELIVERED _ ______~-----------
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _ ______ _ _____________
(Name of Surety)
By _________--------___________
Title ________________________
BIDS WILL NOT BE CONSIDERED UNLESS BID BOND IS SIGNED BY PRINCIPAL AND SURETY OR IN LIEU THEREOF A CERTIFIED CHECK MUST ACCOMPANY THE PROPOSAL
-----------------------------------------------------------
CONTRACT
THIS CONTRACT is made and entered into the _ __ day of 20__ by
and between (Contractor)
hereinafter Contractor and the Board of Water and Sewer Commissioners of the City of Mobile Alabama hereinafter Owner
WITNESSETH
The Contractor for the consideration hereinafter fully set out hereby agrees lith the Owner as follows
1 The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents Invitation for Bids and any Addenda thereto Proposal and all Documents submitted therewith Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile Alabama any Specifications of the Owner provided with the Invitation for Bids that are specific to this Contract General Conditions Special Provisions Detailed Specifications this Contract form Bonds Drawings and Addenda all of which are attached hereto and made a part of the parties Contract as if fully set forth herein
Chemicals for lnterna I Corrosion Control 2018 Contract PROJECT 0 690226
2 The Contractor shall commence performance of this Contract on a date to be specified in a written order of the Owner and shall fully complete all Work hereunder within sixty (60) consecutive calendar days from and after said date Work shall include all construction delivery of materials and items and other obligations of the Contractor under this Contract
3 The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract subject to additions and deductions as provided in the Specifications or Proposal in lawful money of the United States as follows Approximatel y ______________---__________________________________________
_______________ Dollars ($_______________)
in accordance with lump sum and unit prices set fOlih in the Proposal
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
--
BID BOND PAGEl
SIGNED SEALED AND DELIVERED _ ______~-----------
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _ ______ _ _____________
(Name of Surety)
By _________--------___________
Title ________________________
BIDS WILL NOT BE CONSIDERED UNLESS BID BOND IS SIGNED BY PRINCIPAL AND SURETY OR IN LIEU THEREOF A CERTIFIED CHECK MUST ACCOMPANY THE PROPOSAL
-----------------------------------------------------------
CONTRACT
THIS CONTRACT is made and entered into the _ __ day of 20__ by
and between (Contractor)
hereinafter Contractor and the Board of Water and Sewer Commissioners of the City of Mobile Alabama hereinafter Owner
WITNESSETH
The Contractor for the consideration hereinafter fully set out hereby agrees lith the Owner as follows
1 The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents Invitation for Bids and any Addenda thereto Proposal and all Documents submitted therewith Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile Alabama any Specifications of the Owner provided with the Invitation for Bids that are specific to this Contract General Conditions Special Provisions Detailed Specifications this Contract form Bonds Drawings and Addenda all of which are attached hereto and made a part of the parties Contract as if fully set forth herein
Chemicals for lnterna I Corrosion Control 2018 Contract PROJECT 0 690226
2 The Contractor shall commence performance of this Contract on a date to be specified in a written order of the Owner and shall fully complete all Work hereunder within sixty (60) consecutive calendar days from and after said date Work shall include all construction delivery of materials and items and other obligations of the Contractor under this Contract
3 The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract subject to additions and deductions as provided in the Specifications or Proposal in lawful money of the United States as follows Approximatel y ______________---__________________________________________
_______________ Dollars ($_______________)
in accordance with lump sum and unit prices set fOlih in the Proposal
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
-----------------------------------------------------------
CONTRACT
THIS CONTRACT is made and entered into the _ __ day of 20__ by
and between (Contractor)
hereinafter Contractor and the Board of Water and Sewer Commissioners of the City of Mobile Alabama hereinafter Owner
WITNESSETH
The Contractor for the consideration hereinafter fully set out hereby agrees lith the Owner as follows
1 The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents Invitation for Bids and any Addenda thereto Proposal and all Documents submitted therewith Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile Alabama any Specifications of the Owner provided with the Invitation for Bids that are specific to this Contract General Conditions Special Provisions Detailed Specifications this Contract form Bonds Drawings and Addenda all of which are attached hereto and made a part of the parties Contract as if fully set forth herein
Chemicals for lnterna I Corrosion Control 2018 Contract PROJECT 0 690226
2 The Contractor shall commence performance of this Contract on a date to be specified in a written order of the Owner and shall fully complete all Work hereunder within sixty (60) consecutive calendar days from and after said date Work shall include all construction delivery of materials and items and other obligations of the Contractor under this Contract
3 The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract subject to additions and deductions as provided in the Specifications or Proposal in lawful money of the United States as follows Approximatel y ______________---__________________________________________
_______________ Dollars ($_______________)
in accordance with lump sum and unit prices set fOlih in the Proposal
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
CONTR4CT PAGE 2
4 The Owner shall make payments following chemical shipments based on actual volume of shipment
5 Upon submission by the Contractor of evidence satis faetOlY to the Owner that all payrolls material bills and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full and upon satisfaction by the Contractor of all other obligations under this Contract linal payment on account of this Contract shall be made within thilty (30) days after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Ovner
6 The palties hereto acknowledge and agree that time is of the essence for perfom1ance of this Contract
7 Sanitary Sewer Overtlows (SSOs) and unpermitted discharges are not applicable to this Contract
8 The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance the Oner shall deem the surety or sureties upon suc h bond to be unsatisfactory or if for any reason such bond ceases to be adequate to cover the performance of the Work the Contractor shall at its expense vithin five (5) days after the receipt of notice from the Owner to do so furnish an additional bond or bonds in such form and amount and vith such surety or sureties as shall be satisfactory to the Owner In such ve nt no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful perCormance or the Work shall be furnished in manner and form satisfactory to the Owner
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
CONTRACT PAGE 3
IN WITNESS WHEREOF the representatives of the palties hereto have executed this Contract by signing below with full authority as the act of each patty to be effective as of the day and date first above written in two (2) counterpmts each of which shall without proof or accounting for the other counterpatt be deemed an original Contract
BOARD OF WATER AND SEWER COMMISSION ERS OF THE CITY OF MOBILE ALABAMA
ATTEST
By___________________________ By______________________________
(Legal Signature) (Legal Signature)
(Printed Name and Title) (Printed Name and Title)
COTRA TOR ___________________
By___________________________
(Legal Signature) (Leo-a lSio-nature) )
By_____________________________
(Printed Name and Title) (Printed Name and Title)
(SEAL)
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
----------------------------------------------------
INDEMNITY AGREEMENT
CHEMICALS FOR INTERNAL CORROSION CONTROL 2018 CONTRACT
INVITATION FOR BID NO 18-029
(Bidder hereby agrees to defend indemnify and hold harmless the Board of Water and Sewer Commi ss ioners of the City of Mobile its Commissioners officers employees agents successors and assi gns from all claims suits losses injuries damages fines and penalties of any nature whatsoever including but not limited to those brought or asserted by third parties caused in whole or in part by the chemicals or other products provided pursuant to this contract including but not limited to claims suits etc ari sing or resulting from inhalation or other contact with the chemicals or other products and spills motor vehicle accidents or other mishaps occurring during transport or transfer of the chemicals or products and fines or penalties assessed by governmental entities unless such claim suit etc resulted solely from acts or omissions of an indemnitee in which event these duties to defend indemnify and hold harmless would extend only to those other indemnitees whose conduct was not the sole use of the loss injury damage etc
SIGNED SEALED AND DELIVERED ___________________
(Date)
Witness as to Principal
(Name of Contracting Firm)
By
TItle _________------------- shy
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
TECHNICAL SPECIFICATION
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
SECTION 10
SPECIAL PROVISIONS
PART 1 GENERAL
11 Standard Specifications for Sanitary Sewers Water Mains and Sewage Pumping Stations
A All work under this Invitation for Bid shall be done in accordance with the Board of Water and Sewer Commissioners of the City of Mobile Alabama Standard Specifications for Water Mains Sanitary Sewers and Sewage Pumping Stations (referred to as the Boards Standard Specifications) latest revision and as amended herein
B Copies of the Standard Specifications are available at the office of the Mobile Area Water and Sewer Syste~ (4725 Moffett Road Mobile AL 36618) and online at www mawsscom
12 Description
A The work consists of furnishing all labor material equipment and incidentals necessary for the contract for supplying Chemicals for Internal Corrosion Control 2018 Contract in accordance with the Specifications
B Scope of Work I The Contractor (successful bidder) shall supply chemicals and service to the Mobile Area
Water and Sewer System for the period of one (1) year with two potential one-year extensions including an initial transition from existing chemical service if necessary for the purpose of controlling internal corrosion and lead copper iron and manganese contents in the entire water distribution system MA WSS does not intend to execute an extension if the vendor cannot maintain the bid price for the corrosion control chemicals
2 Bidders shall submit a bid on the Bid Form 3 NOTE Award of this contract will not be made to the low bidder alone Past experience and
references will be reviewed before the determination is made The Owner also will evaluate the economic impact on future treatment before selecting a new chemical blend
13 Vendor Application
A The Bidder is required to have a vendor application on file with the Board of Water and Sewer Commissioners of the City of Mobile Alabama prior to receiving a contract The Contractor may submit the application with their bids but has to be on file or submitted before award of the project Vendor applications can be obtained by contacting the Purchasing Department of the Board of Water and Sewer Commissioners of the City of Mobile Alabama
690226 JULY2018 Section 10 - 1
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
14 Insurance
A Each Vendor Contractor their Subcontractors will maintain such insurance as will protect him Mobile Area Water and Sewer System (MA WSS) and other applicable at limits and coverages The limits and coverages specified are not intended to
the correct insurance needed to fully and the Vendor andor Subcontractor
B All will be Insurers authorized to Alabama Each insurer have a minimum AM Best andor group funds not an AM Best must be submitted to approval
C No work is to be perfonned until a copy of Insurance complying with these specifications has been and accepted by MA WSS
D Workers Compensation l Workers
a 2 Employers
a Liability Injury by Accident b Bodily Injury $500000 Each c Bodily Injury $500000 Policy
3 General Liability a Each Occurrence $1000000 b Personal and Inj ury $1000000 c Operation $1000000 d $1000000
4 a Limits Per middotrormiddotmiddot
b Coverage to Include 1) Premises and operations 2) Personal and advertising injury 3) Productscompleted operations 4) contractors 5) Conrractualliability 6) XCU 7)
5 to remain in twenty-four months beyond completion and owner
6 Vendor Contractor andor Subcontractor shall name MA WSS as Additional Insured ISO Form CG 20 10 11 85 or that is no more the
Additional Insured form must include AND Products Operations coverage The naming of the Additional Insured does not Additional Insured to pay any premiums due
690226 JULY 2018 Section 1 - 2
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
E Automobile Liability
1 Covering all Owned Non-Owned and Hired auto tmcks and trailers 2 Combined Single Limit (Each Accident) $1000000
F Commercial Umbrella 1 Umbrella liability over and above the limits of liability required in the Workers
Compensation General Liability and Automobile Liability policies Umbrella coverage form will be at least as broad as the underlying policies
2 Additional Insured requirements of underlying policies will be included in Umbrella 3 Each Occurrence Limit $5000000 4 Annual Aggregate $5000000 5 Self-insured retention shall not exceed $0000 6 Requirements applicable to ALL Policies
a All policies except the Workers Compensation shall be primary and noncontributory with any other coverage available to the Additional Insured These policies shall contain a severability of interest clause with respect to each insured
b Vendor Contractor andor their Subcontractors shall waive all subrogation rights against MAWSS and their respective employees agents and subcontractors for any claims arising out of the products services or work performed at this project This applies to the Workers Compensation Automobile General Liability and any and all property policies covering tools equipment materials and supplies to become a part of the project
G Certificate of Insurance I Vendor Contractor andor Subcontractor are required to maintain acceptable coverage and
provide a Certificate of Insurance and copy of any and all applicable policies The certificate shall show a thirty (30)-day prior written notice of cancellation or material change the words endeavor to shall be deleted
2 The Description Section of the Certificate will contain reference to a Project name b Additional Insured c Waiver of Subrogation
3 Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide a review by the Boards staff andor consul ting engineers copies of both the certificate of Insurance and the comprehensive general liability insurance policy itself The Board reserves the right to withhold Award of this contract if the Bidder fails to provide the cenificate and policy in a timely manner
H Property Insurance 1 Project
a Vendor Contractor andor Subcontractor is responsible for insuring materials stored delivered transported and installed in the Project until project is fully completed and accepted by MAWSS
2 Tools Equipment Property a Vendor Contractor andor Subcontractors are responsible for insuring all of their
owned non-owned rented or borrowed propeny used at the project
JULY 2018 Section 10 - 3 690226
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
I Owners Protective Liability
I The Contractor shall furnish a carrier acceptable to the a policy commonly called Owners Liability in the name the
providing Contractors the by this Contract with limits of $1 000000 property
2 An attempt should be made to include Owners Protective under the Umbrella for the Contractor In the absence this the Contractor shall the limits of
on the Owners Protective by
15
A Indemnity Agreement I In to all provisions or elsewhere
in the Contract Documents the executed by the Bidder
16 Basis of Payment
A BASIS OF PAYMENT in the Board of Water and Sewer Standard is amended to include the following
I Corrosion Control Chemical The unit
and other miscellaneous items not listed elsewhere deliveries shall be FOB and shall include delivery and handling in the and
Water Treatment Facilities All and final shall be based on the actual amount of delivered to the site in accordance with the Boards orders and terms the Contract
2 Startup Service The lump sum bid all products handling
and other miscellaneous to completely corrosion control to the testing technical and
reporting required this service shall be in full accordance with this Should no transition necessary a pnce zero (0) should be
entered for this item 3 Contracted Service The unit bid for this item shall be full compensation for
for the time period of one 8-hour excluding travel time The time required to work in accordance with the contract
is included in Bid Items I and 2 Additional services by the Board if necessary and in addition to those will be paid on a unit bid for each man-
required in excess of specified amount time in the Contract
690226 JULY 2018 SectionlO 4
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
PART 2
PART 3 (NOT USED)
END OF SECTION
690226 JULY 2018 10 - 5
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
SECTION 22
SPECIFICATIONS FOR FOR INTERl1AL CONTROL AND RELATED SERVICES
P ART I GENERAL
1 General Infonnation
A The Board a raw and potable water distribution the the water is the domestic demand from residents in the
service area demand to the system for both and raw waters from industrial and commercial users
B Water is drawn from two sources (I) Big Creek (Converse) Lake located to the northwest Mobile and (2) Mobile The water is taken from Big Creek treated at two plants and distributed into the The domestic water as it leaves the two is the water that will be treated with internal corrosion control chemicals The Plant treats an average of 2965 million Ions per day (MGD) and the Myers Plant treats an average of 105 MGD
c control in the system by treating the water both Carus 8500 Phosphate Carus 8500
50
tested in the as tested the current as total phosphate for the
and has varied The treatment program performed marginally at these
lead copper and manganese content in the water at a reasonably low level but the COlTosion rates have been above the rate The treatment process will be required to maintain or improve upon each of these as well as coupon testing that have been The program was revised in 20 II of 10 mgiL as total phosphate at both
D The Contractors overall should be to assist the Board in consistently producing the quality water
E Bulk storage and exist at both facilities The Stickney Plant has one polypropylene bulk and one 300-gallon polypropylene day tank available control chemicals The Plant has two 7OOO-gallon fiberglass bulk tanks and two 280-gallon tanks
F also are in at both locations At the Model pumps are (I 3 a shelved spare) At the
Tiernan Series 44 pumps are used chemicaL
690226 JULY2018 Section 22 1
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
G treatment option will need to be with existing treatment chemistry As water is drawn from the approximately 66 lbsweek sulfate is added to algae growth at the pump intake Water is then drawn to two raw water reservoirs at each treatment Before the flocculation and basins chemicals are added At this chlorine is added at 075 to 10 per million
lime is added to the pH to a level between 63 and and alum is added at a rate between 30 and 45 ppm Powdered activated carbon (PAC) is added to the raw water Some orthophosphate residual may result from the PAC but the residual amount is expected to be The corrosion control phosphate Contractor shall confinn the phosphate residuals will not the corrosion control treatment The water is
flows through flocculation and then settling basins After leaving the lime is added to bring the water to a pH between 57 and 68 to counteract
chemical reactions where pH is between 72 and 80 The water then passes through filters and chemicals are added those chemicals consist of f1uoride at 10 ppm chlorine at 25 to 30 ppm total or 15 to 24 ppm free chlorine and phosphate
12 Tenns of Contract
A The Board reserves the right to terminate the Contract if the Contractor fails to meet delivery or technical schedules as here n or if change to use of the
The Board also reserves the to will be defined as a
increase in compared to the rate included in the Document which the Contractor is unable to correct within 30 At the Contractors option and with the written approval of the an dosing level above the 10 variance may be allowed for longer periods time However the of the would be at that time to limit total cost to 110 of the total bid based on f10w rates
B Increases in consumption or corrosion control chemical usage due to circumstances the Contractors control will not be the lity of the Contractor
c which makes the
D associated with the use of or of shall be considered a lack
E performance shall be based on the and satisfactory of the services described herein
13 and
A The Contractor shall provide with the bid package a minimum of ten (I where the has treated with the product bid ptprpp infonnation shall include at a minimum
JULY 2018 Section 22 - 2 690226
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
1 Name of utility 2 Name of contact person 3 Telephone number where contact person can be reached 4 Average daily production of the utility listed by plant if more than one 5 Brief history of the lItilitys previous con-osion control treatment program 6 Discussion of chernical(s) lIsed by the Bidder including dosing rates per million gallons of
water produced
14 Submittal Requirements
A Bid Submittal Requirements 1 The following items will be required with the bid submittal
a Experience and reference information as described in paragraph 13 b Certification that product meets Federal (EPA) State (ADEM) and National Sanitation
Foundation (NSF) criteria where appropriate in accordance with paragraph 18C
B Pre-Execution Contract Requirements I Upon notice to a Bidder that it is the apparent low bidder that Bidder shall provide the
following items prior to execution of the contract a Certificate of Insurance and Insurance Policy as described in paragraph 14 b Emergency Response Plan as described in paragraph 32
15 Technical Assistance
A The Contractor shall have qualified staff that is capable of responding within 24 hours to provide assistance to the Boards staff or Engineers to resolve problems related to water con-os ion or difficulties with the systems of chemicals provided by the Contractor I The Contractor shall provide a local or toll free 24-hour access phone number where the
Board may contact knowledgeable personnel and obtain instnIction of appropriate actions to be taken should spills or other emergencies occur with equipment or chemicals supplied by the Contractor This availability shall be considered as part of the chemical supply and shall not be counted toward service time as requested by the Board listed in Bid Item 3
2 The Contractor shall provide a qualified service representative to visit both the Myers and Stickney Water Treatment Facilities on not less than a monthly basis during the first 6 months of the Contract to assure the proper use of the product During the remainder of the Contract and any applicable extens ions the Contractor shall visit both sites at least quarterly to ensure continued proper use of the product This regular attendance at the plants will be considered part of the chemical supply and shall not be counted toward additional service time as requested by MAWSS and listed in Bid Item 3
16 Safety and Training
A The Contractor shall provide a minimum of two chemical handling and safety training classes for each of the facilities operations staff 1 hour each (minimum) These classes shall be held within I week prior to the start of supp ly of chemicals and once each year thereafter for the duration of this Contract and appropriate extensions The cost of the safety training classes shall
690226 JULY 2018 Section 22 - 3
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
be at no additional cost to the but included in the Contractors total bid for chemical supplies
B with the of Labor and for construction under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Standards Act 91
C When required the Contractor shall as kits) to successful y equipment supplied by the Board for the normal and will continue to be supplied by the Board
D Contractor shall the Board with of the Data Sheets (SDS) to the to be used for control
E chemical calculation sheets plant to use to chemical feed rates to
consumed
PART 2 PRODUCTS
21 Chemicals
A to control internal corrosion within the service The shall control the corrosion to an extent where annual lead and copper samples are
The also shall control red water and black water reducing the available iron and manganese in the water
B The be in minimum chemical characteristics and perfonnance 1 used for treatment shall be a and as it
leaves the treatment facility The Contractor shall provide a Blend or Blended I-lhcnlh
1) a phosphate product that will iron and manganese while internal corrosion The Contractor
shall supply on the bid form the Trade Designation the as listed in NSF Standard No 60 The infonnation must be a) The what
and grade fillers such as carbonate sodium silicate lime sodium hydroxide
690226 JULY2018 Section 22 - 4
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
b) The optimum pH range at the Boards Plant for optimum performance of your product
c) The optimum Treatment Rate for the Boards system This should be listed as follows () In ppm or mglL how many gallons of your product will be needed per MGD and (2) based upon your experience with your product and the knowledge of our water quality you MUST GUARANTEE in writing that your product will perform at the dosage rate you recommend If your product does not perform as promised you must provide free of charge any additional product needed including all shipping costs If the systems water quality should change which would affect your Dosage Rate at any time during the year then the vendor can revise their Dosage Rate without penalty Last year tbe estimated Dosage Rate was 100 mgL (ppm) as total phosphate
d) Weight and Cost of phosphate per gallon e) Usage and Cost of phosphate per MGD f) Usage and Cost of phosphate to use per year g) A list of all the countries of origin where the raw material phosphates are
mined (Not where the raw materials are put together in the United States) h) The phosphate product must remain stable and perform over the pH range of
57 through 11 without the need ofa pH adjustment product (eg lime or caustic) with at least one system reference for each a high and low pH level This pH range does not have to be the optimum range of your products performance (as stated above) The phosphate product must sequester iron manganese and calcium and perform and remain stable witb no more than a 5 reversion rate in a temperature range up to approximately 230 to 250 degrees Fahrenheit This must be documented by at least one independent reference
i) The phosphate product must be able to clean out home water heaters of scale buildup
j) The phosphate product must provide system-wide cleallout of corrosion k) The phosphate product l1lust stop color water from appearing in a chronic area
of a distribution sys tem J) The liquid phosphate product cannot contain any ammonium chlorides
sulfates and zinc in excess of 0 ppm other than trace amounts of naturally occurring minerals Supporting docllment must be included
m) Product mllst be NSF certified A current Certification Document must be included
n) Provide SDSs with this Bid 0) Bids without required references will not be considered under any
circumstances All vendors must guarantee the treatment rate in writing as stated herein The City has the right to reject any bid for any reason and will consider awarding a contract based upon all specifications in this Bid including issues relevant to the CityS needs which include but are not exclusive to price quality proven results and documentation
690226 JULY 2018 Section 22 - 5
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
2 Average corrosion rate as indicated by quarterly (90-day) mild steel corrosion coupons shall not be more than 15 mils per year with a system goal of 10 mils per year The corrosion of anyone coupon shall not vary by more than 25 percent from the indicated standard If the corrosion rate is above 15 mils per year then the chemical vendor is required to evaluate the phosphate program meet with the Board and recommend changes to improve the results
3 Introduction of corrosion control chemicals to the filtered water shall not cause the total dissolved solids (TDS) of the finished water to deviate by more than 5 percent after a 6O-minute period on the distribution system nor 10 percent after 5 minutes in the clearwell
4 Corrosion control chemicals shall not destabilize the pH of the filtered water Lime dosing rates may be adjusted to ensure the pH remains stable The pH of finished water typically is within the range of7 to 8 standard units The target range is 73 to 7 6 standard units The pH of finished water shall not vary as a result of distribution system corrosion resulting from loss of product deterioration of product or reduced effectiveness of product while in the distribution system The pH shall be measured at points designated by the Board
5 The chemical(s) added to the water system for corrosion control shall resu lt in a detectable amount of residual orthophosphate at all points in the distribution system
6 The corrosion control chemical(s) must be stable (ie remain in solution and effective) throughout a temperature range of 0 to 55 degrees Celcius
7 The chemical(s) must be able to maintain or reduce the existing lead and copper levels found throughout the distribution system
C Listed in Table I are the flow characteristics for each MAWSS WTP and the total chemical cost by year for 20152016 and 2017 Table 2 lists the water quality data for MAWSS raw water source
Table 1 MAWSS WTP Flow Characteristics and Chemical Costs Facility Gallons Pumped Average Flow (MGD) Total Chemical Cost
2015 Myers 4481753940 1228
Stickney 9264412000 2538 Total $ 13498691
2016 Myers 4498256960 1229
Stickney 9277925800 2535 Total $ 13200803
2017 Myers 4235359650 116
Stickney 8557898000 23 45 Total $ 12177800
Table 2 MAWSS WTP Water Quality Data
Date Calcium (mgl
as CaC03) Manganese
(mgl) Iron (mgl)
Manganese (mgl)
pH
3212017 1594 171 011 0019 777
6242017 1457 186 015 0026 753 9192017 1504 104 009 0014 746
12132017 1601 163 013 002 781
690226 JULY 2018 Section 22 - 6
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
D Certifications Contractor must supply certifications with their bid package that their chemicals meet Federal (EPA) State (ADEM) and National Sanitation Foundation (NSF) Standard No 60 criteria where appropriate and will not adversely affect the ability of the Board to dispose of water and wastewater sludges as desired All chemicals must be certified to meet all Federal State and other appropriate requirements for human consumption when used in the production of potable water
E Any product proposed to be supplied by the Contractor must be manufactured within the Continental United States of America
22 Delivery and Equipment
A Delivery shall be made by truck to the Myers Water Treatment Facility at 1475 Hubert Pierce Road Mobile Alabama 36608 and the Stickney Water Treatment Plant at 4800 Moffett Road Mobile Alabama 36628 The delivery vehicle and containers shall be compatible with the Boards existing equipment and personnel Any special handling equipment shall be supplied by the Contractor at no additional cost to the Board The Board shall write purchase orders as needed and in quantities as required during the term of the Contract It shall be the responsibility of the Contractor to assure that delivery is made within 14 working days after an order is placed by the Board Delivery shall be made Monday through Friday 730 AM to 330 PM and shall be performed in a safe and efficient manner Any equipment necessary to assure safe and efficient delivery shall be the responsibility of the Contractor Contractor assumes all risks responsibilities and costs that may arise and are incident to handling transportation delivery and unloading of the chemicals as specified herein until proper unloading of the chemicals has been completed at the delivery point All carriers must abide by all applicable Federal and State regulations concerning the transportation of such materials
690226 JULY 2018 Section 22 - 7
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
B Products shall be delivered at designated times split between the two plant locations Stickney and Myers Plants Tankers should be owned and operated by the supplier and dedicated to this product Supplier must be the manufacturer of the product not a toll runner
C Any equipment necessary to ensure proper operation such as pumps piping electronics electrical systems and tank modifications shall be supplied an installed by the Contractor Any equipment removed shall remain the property of the Board and shall be delivered to a location identified by the Owner All equipment or systems required to implement the Contractors systems shall be fully compatible with the Boards systems and ability to operate and maintain said system All equipment andor modifications made to facilitate the implementation of the contract shall become the property of the Board upon conclusion of the Contract period
PART 3 EXECUTION
31 Sampling and Performance Monitoring
A The Contractor shall conduct all sampling and perfonnance monitoring as described in this section outside as part of the Contract MAWSS reserves the right to modify this sampling and performance monitoring plan during the course of this Contract as needed to ensure performance and maintain regulatory compliance MAWSS may perfOlm independent sampling concurrent with any sampling performed by the Contractor at its discretion
B Quarterly Sampling I The contractor shall inspect and test the water monthly for the following
a Alkalinity (mgIL as CaC03) b pH c Hardness (mgL as CaC03) d Temperature e Total Dissolved Solids f Langelier or Aggressive Index g Iron h Poly and Ortho Phosphates I Manganese J Lead k Copper
2 These analyses are required at a minimum often (10) locations in the distribution system each time at locations selected by the Board
3 All laboratory testing work will be performed by the Contractor The Contractor shall utilize a certified local laboratory (within a 70-mile radius of Mobile) for all analysis The laboratory shall be an independent third party entity
4 Coupon Testing a The Contractor will be responsible for monitoring a minimum often (10) con-os ion
control coupons during the full length of the contract b The Board will select and provide the Contractor access to sampling locations in the
distribution system c The coupons are to be tested quarterly (90 days)
690226 JULY 2018 Section 22 - 8
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
5 Perfonnance Monitoring a The Board may provide a nPrTnMrY1 monitoring program consistent with the
treatment program proposed b Criteria for the Monitoring are as follows
I) Sampling of at least ten (I sites in the distribution system must be done by the contractor every month After 8 months the Board can detennine if the chemical vendor is meeting the criteria of perfom1ance
2) MAWSS analysis of lead-in water shall be monitored to show the corrosion control program results in downward toward the lead action limit of 0015 and with a goal of the 90 less than 0005
3) Discolored water complaints shall not exceed the calendar year 2016 average 20 per month
measured shall show clear correlation to effectiveness of the treatment program
5) Chemical be clearly correlated to results of the perfonnance done in the field
6) Perfom1ance monitoring shall be with and related to other and listed in this
32 Emergency -nJu Plan
A The Contractor shall and submit to the Board for approval within 30 days after an
Plan to be used in the event of natural power and loss of treatment chemical feed rate or supply This any by the the Boards staff or consultants the Board and shall be in the fonn of a wTitten plan
END OF SECTION
690226 JULY 2018 Section 22 9
Recommended