16

Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for
Page 2: Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for

DARSWEIL L. ROGERS, COMMISSIONER WADE R. FOWLER, JR., COMMISSIONER MICHAEL G. LALLIER, COMMISSIONER EVELYN O. SHAW, COMMISSIONER DAVID W. TREGO, CEO/GENERAL MANAGER

PUBLIC WORKS COMMISSION OF THE CITY OF FAYETTEVILLE

ELECTRIC & WATER UTILITIES

955 OLD WILMINGTON RD P.O. BOX 1089

FAYETTEVILLE, NORTH CAROLINA 28302 1089 TELEPHONE (910) 483-1401

WWW.FAYPWC.COM

October 12, 2020 MEMO TO: Prospective Bidders FROM: Trent Ensley, Procurement Manager SUBJECT: Request for Proposals – November 3, 2020; 2:00 p.m.

Hydrogen Sulfide Control We will be pleased to receive your bid no later than 2:00 p.m., Tuesday, November 3, 2020 for the following:

HYDROGEN SULFIDE CONTROL Enclosed are our General Terms and Conditions, Specifications and Bid Proposal form. Please submit your proposal on the form provided herein, or an exact copy thereof, and return one copy of the entire bid packet along with the completed bid proposal form and any other information specified in the bid documents. Bids should be mailed or delivered to the PWC Procurement Department, Attn: Nikole Subject, Procurement Advisor, 955 Old Wilmington Road, Fayetteville, NC 28301, no later than the date and time specified above.

Trent Ensley Procurement Manager

BUILDING COMMUNITY CONNECTIONS SINCE 1905

AN EQUAL EMPLOYMENT OPPORTUNITY / AFFIRMATIVE ACTION EMPLOYER

Page 3: Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for

NOTICE Pursuant to N.C.G.S. 143-129 sealed proposals will be received by the Public Works Commission of the City of Fayetteville, North Carolina, in a joint effort with the County of Cumberland, North Carolina, until 2:00 p.m., Tuesday, November 3, 2020, outside of the PWC Administration Building, , 955 Old Wilmington Road, Fayetteville, North Carolina, at which time they will be publicly opened and read for the following: HYDROGEN SULFIDE CONTROL Specifications and bid documents may be obtained in the Procurement Office of the Public Works Commission, 1st floor, PWC Administration Building, 955 Old Wilmington Road, Fayetteville, North Carolina, between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday. The right is reserved to reject any or all bids and to waive all informalities concerning bid, or award bid to the lowest responsible bidder or bidders, taking into consideration quality, performance and the time specified in the proposals for the performance of the contract.

PUBLIC WORKS COMMISSION

Trent Ensley

Procurement Manager

Page 4: Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for

PUBLIC WORKS COMMISSION REQUEST FOR PROPOSALS

HYDROGEN SULFIDE CONTROL SCOPE: The purpose of this request is to solicit proposals from qualified contractors to provide all labor, equipment and materials required to control hydrogen sulfide odor and corrosion in wastewater collection systems in accordance with the enclosed specifications. This is a joint bid incorporating the requirements of the Public Works Commission (PWC) and the County of Cumberland (County), with PWC acting as the lead agency. The services and/or work to be included under this contract includes, but is not necessarily limited to, furnishing of the odor and corrosion control product, operation and maintenance of dosing systems, product dosing optimization, product inventory management, and monitoring. The successful Contractor will be awarded separate contracts by PWC and the County for the specific requirements of each entity. PWC and the County will establish a point of contact with the Contractor and will issue separate purchase orders and requests for services and/or work. PROPOSAL DUE DATE AND TIME: Proposals shall be received in the Procurement Office , 1st floor, PWC Administration Building, 955 Old Wilmington Road, Fayetteville, North Carolina, no later than 2:00 p.m., Tuesday, November 3, 2020. Late proposals will not be considered and will be returned to the bidder unopened. SUBMISSION OF BIDS: All bids shall be submitted in a sealed opaque envelope showing the bid title, due date and time on the front of the envelope. All proposals must be signed by an authorized official of the firm. Proposals may be mailed to Public Works Commission, Attn: Nikole Subject, Procurement Advisor, 955 Old Wilmington Rd, Fayetteville, NC 28301 or can be delivered in person or by express mail to the PWC Procurement Department, Attn: Nikole Subject, Procurement Advisor, 1st floor, PWC Administration Building, 955 Old Wilmington Road, Fayetteville, North Carolina 28301. The Procurement Department is not responsible for delays in the delivery of mail or packages by the U.S. Postal Service or private couriers. It is the sole responsibility of the bidder to ensure that their proposal is delivered to the Procurement Department by the designated day and time. Proposals shall be submitted on the forms provided herein, or an exact copy thereof. Proposals may be rejected if they show any omission, alteration of form, additions not called for, conditional proposals, or any irregularities of any kind. PRODUCT SAMPLES: Bidder shall provide a one (1) liter sample of the proposed products to be used. PWC and the County reserve the right to test and evaluate these products for specific gravity, nitrate oxygen and soluble ferrous iron concentrations per gallon, in order to verify compliance with the Bidder’s proposal. The product sample shall be delivered to Water/Wastewater Facilities Maintenance, 1099 Public Works Drive, Fayetteville, North Carolina 28301, Attention: Tracy Dowd, between the hours of 1:00 p.m. and 5:00 p.m., Thursday, October 22, 2020 in order for the bidder’s proposal to be considered. Please note that the product sample shall not be delivered to the site of the bid opening. PWC and the County reserve the right to disqualify bidder for failure to provide the sample in accordance with these requirements. PRODUCT R EQUIREMENTS: Chemical products provided for hydrogen sulfide control shall not be derived from the waste product of metal surface treatment (pickling), nor shall they exceed an elemental zinc concentration of greater than 75 parts per million (mg/l).

Page 5: Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for

MATERIAL SAFETY DATA SHEET (MSDS): Bidder shall include a copy of the current MSDS for the products to be used in the performance of this contract. Failure to include a current MSDS may constitute grounds for disqualification of the bid. ADDENDA: All changes and clarifications to the specifications will be issued in writing in the form of an addendum. Any addenda to the specifications issued during the time of bidding are to be considered covered in the proposal and in closing a contract they will become a part thereof. It shall be the Contractor’s responsibility to determine the existence of addenda prior to submitting a bid and to ensure that their bid includes any changes thereby required. Verbal clarifications shall not be binding on PWC or the County. QUESTIONS OR CLARIFICATIONS: All questions or requests for clarifications shall be submitted in writing to Nikole Subject, by e- mail to [email protected], no later than 5:00 p.m., Thursday, October 22, 2020.

Bidders are expressly prohibited from contacting any PWC or County official, employee or agent concerning this bid, other than in the manner directed above. Violation of this prohibition will constitute grounds for disqualification of the bidder. REQUIRED INFORMATION: Bidders are required to submit the following information with their proposal:

• Company Name • Address • Phone Number • Fax Number • Email Address • Federal I.D. Number • Company contacts/authorized representatives • Company’s status as a SDBE, minority, or woman owned business • An affidavit stating whether or not any OSHA violations have occurred within the past three (3)

years. • Copy of current Certificate of Insurance.

PWC and the County reserve the right to request additional information (such as financial statements, references, etc.) for purposes of evaluation. Failure or refusal to furnish any item of information requested by PWC or the County may constitute grounds for rejection of the proposal. ACCEPTANCE AND REJECTION: PWC and the County reserve the right to accept or reject any and all proposals; award contracts in the best interest of each respective unit; and waive all informalities concerning bid. Proposals may be rejected if they show any omission, alteration of form, additions not called for, conditional bid, or any irregularities of any kind. WITHDRAWAL OF PROPOSAL: Proposals will be examined promptly after opening and an award will be made at the earliest possible date. Proposals shall remain firm for acceptance by PWC and the County for a period of ninety (90) calendar days from the proposal due date. AWARD OF BID: PWC and the County reserve the right to award bid in the best interest of each respective unit. PWC and the County reserve the right to award bid to the proposal determined to be most responsive based

Page 6: Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for

on, but not limited to, overall cost, quality, performance, and the time specified in the proposal for the performance of the contract. CONTRACT PERIOD: The initial contract period is anticipated to begin on or before November 2020 and shall expire June 30, 2021. The contract may be extended for additional one-year periods, up to a maximum of five (5) additional years. PWC and the County reserve the right to make individual determinations as to renewal of contracts after the initial contract period. TERMINATION OF CONTRACT: This contract is subject to immediate termination by PWC and/or the County in the event of non-compliance, unsatisfactory performance or any other default by the Contractor. MODIFICATION OF CONTRACT: This Contract may be modified only by a written instrument duly executed by the parties or their respective successors, and the surety, if any. SEVERABILITY: Should any term, duty, obligation or provision of this Contract be found invalid or unenforceable, such findings shall in no way affect the validity of the other terms, duties, obligations, and provisions, which shall be and remain valid and enforceable and in full force and effect. QUANTITIES: Quantities specified herein are estimates only. Actual quantities required to maintain odor and corrosion may be more or less than the quantities stated. PWC nor the County will accept any price increase related to the use of a quantity that is less than the estimated amount.

CONTRACTOR’S RESPONSIBILITY: Contractor shall remain an independent Contractor and as such shall be responsible for all financial obligations incurred by it while providing the services described under this agreement, including, but not limited to, labor and insurance. Contractor is notified that all applicable State laws, municipal or county ordinances and the rules and regulations of all authorities having jurisdiction over this form of service/work shall apply to the contract throughout, and they are deemed to be included in the contract the same as though written herein. All services/work required by the specifications included herein, or as directed by PWC or the County in the field to satisfactorily perform the services/work is the Contractor’s responsibility The Contractor shall, unless otherwise specified, supply and pay for all labor, materials, equipment, tools and incidentals necessary for the performance of the services/work. All services/work under this contract shall be performed in a skillful and workmanlike manner. Workmanship shall at all times be of a grade accepted as the best practice of the particular trade involved, and as stipulated in written standards, laws, rules, codes or regulations or recognized organizations or institutes of the respective trades except as exceeded or qualified by these specifications. PWC or the County may require, at any time during the performance of work under this contract, the removal of any workman adjudged incompetent, careless or otherwise objectionable to PWC or the County. The Contractor shall immediately order such worker removed from the jobsite. JOB SITE SAFETY: Safety in, on, or about the site is the sole and exclusive responsibility of the Contractor. The Contractor’s method of work performance, superintendence of the Contractor’s employees, and sequencing of work are also the sole and exclusive responsibilities of the Contractor. ACCESSIBILITY TO THE JOB SITE: All jobsites should have adequate access for equipment and trucks. Any “unusual site conditions” that do not allow adequate access shall be handled on an individual basis between the Contractor and PWC or the County.

Page 7: Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for

COVID-19 As North Carolina and the nation continues to deal with the COVID 19 pandemic, we must all take necessary steps to ensure the health and safety of employees, coworkers, family, friends, associates and people that we come in contact with on a daily basis. At PWC we implemented measures including requiring our employees to conduct temperature and wellness checks, wear a face covering or mask, whenever possible, maintain proper social distancing (minimum or 6 feet) and take other actions such as washing their hands, using approved sanitizer and wiping down surfaces, especially commonly shared equipment or tools. This applies to employees working in our facilities, working in public or at field sites. For firms who are under contract with PWC or working under purchase orders, those firms are expected to comply with all OSHA/EPA guidelines, CDC recommendations including any applicable North Carolina Executive Orders regarding the performance of work under COVID 19 conditions. Examples of such guidance can be found at the following: OSHA COVID-19 Overview https://www.osha.gov/SLTC/covid-19/ OSHA COVID-19 – Control and Prevention / Construction Work https://www.osha.gov/SLTC/covid- 19/construction.html#:~:text=Keep%20in%2Dperson%20meetings%20(including,Fill%20hand%20sanitizer%20dis pensers%20regularly. https://www.osha.gov/Publications/OSHA4000.pdf North Carolina COVID-19 Executive Orders https://www.nc.gov/covid-19/covid-19-executive-orders Center for Disease Control https://www.cdc.gov/coronavirus/2019-ncov/index.html Implementing Safety Practices for Critical Infrastructure Workers https://www.cdc.gov/coronavirus/2019-ncov/community/critical-workers/implementing-safety-practices.html Essential Staff- Do's & Dont's https://www.cdc.gov/coronavirus/2019-ncov/downloads/Essential-Critical-Workers_Dos-and-Donts.pdf NC Licensing Board for General Contractors https://www.nclbgc.org/2020/07/02/board-buzz-summer/ NC Association of General Contractors https://www.cagc.org/CAGC/SafetyHR/CAGC/Safety/SafelyHomeInitiative.aspx?hkey=e3439388-0c36-4755- 91bd-4c8fc6d22a41 NC Department of Health and Human Services https://covid19.ncdhhs.gov/ Cumberland County Health Department https://www.co.cumberland.nc.us/departments/public-health-group/public-health Department of Homeland Security https://www.ready.gov/pandemic

Page 8: Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for

Cape Fear Valley- What to do if you have COVID symptoms https://www.youtube.com/watch?time_continue=1&v=tD0D7Apa_vw&feature=emb_logo FAYPWC COVID Response https://www.faypwc.com/covid-19-update/ Small Business Administration https://www.sba.gov/page/coronavirus-covid-19-small-business-guidance-loan-resources

As an additional step to ensure the health and safety of contractor employees and PWC employees, should a contractor’s employee test positive for COVID 19 the contractor must immediately inform the PWC project manager/supervisor or their primary point of contact at PWC and the employee should be performing work at PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for our employees and take any measures necessary such as quarantining PWC employees who may have been in contact with the individual who tested positive. These actions are necessary to ensure the health and safety of all and to ensure that contract performance can be achieved under the conditions of this pandemic. Contractor must provide a plan with their proposal that describes their plan for working under COVID-19 conditions. The plan should address the Contractors approach to protect their employees, PWC employees, along with any other Contractor's working on PWC's locations. This may include the Contractor's approach towards employee use of PPE, such as face masks, sanitizing commonly shared tools or equipment, practicing social distancing as work conditions permit, and working within close proximity of others. The plan may also address any other actions that the Contractor will be taking, such as conducting daily temperature checks, conducting symptom checks and trackers, and any other actions the Contractor deems appropriate to protect the health and safety of their employees, PWC employees, and any other Contractor's working on PWC's locations. DISPOSAL OF WASTE MATERIAL: The Contractor is responsible for legally disposing of all waste material from the jobsite. INDEMNIFICATION: Contractor shall indemnify and hold harmless PWC and the County and their officials, agents and employees from and against all claims, fines, damages, losses and expenses, including reasonable attorney’s fees, arising out of or resulting from the performance of the work, caused by any act or omission of the Contractor, any subcontractor, and anyone for whose acts any of them may be liable. In cases of concurring fault, each party shall bear his share of the loss. In any and all claims against PWC, the County, or any of their agents or employees by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone of whose acts any of them may be liable, the indemnification obligation under the preceding paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any subcontractor under Worker’s Compensation Acts, disability benefit acts or other employee benefit acts. APPLICABLE LAW: This request for proposal and any resulting Contract or Agreement shall be governed by the laws of the State of North Carolina and the parties mutually agree that the courts of the State of North Carolina shall have exclusive jurisdiction of any claim arising under the terms of the Contract or Agreement. INSURANCE: The Contractor shall not commence work under this Contract until he/she has obtained all insurance required under this paragraph, and such insurance has been approved by PWC and the County, nor

Page 9: Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for

shall the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance has been so obtained and approved. See Other Provisions Section (2) (c) below titled "Subcontractors." The insurance required for this contract is as follows: (1) Commercial General Liability: The Contractor shall take out and maintain during the life of this contract

commercial general liability insurance with limits of $3,000,000 per occurrence and $5,000,000 in aggregate.

(2) Automobile Liability: The Contractor shall take out and maintain during the life of this contract

automobile liability insurance in an amount not less than $1,000,000 combined single limit. (3) Workers' Compensation and Employers' Liability Insurance: The Contractor shall take out and maintain

during the life of this contract workers' compensation insurance as required by the laws of the State of North Carolina.

Acceptability of Insurance

All insurance policies shall be written by insurers licensed to do business in North Carolina. PWC and the County reserve the right to reject any and all certificates or policies issued by insurers with a Best's rating less than A;VII. Indemnity Provision

Contractor assumes entire responsibility and liability for losses, expenses, demands and claims in connection with or arising out of any injury, or alleged injury (including death) to any person, or damage, or alleged damage, to property of the PWC or the County, or others sustained or alleged to have been sustained in connection with or to have arisen out of or resulting from the negligence of the Contractor, his subcontractors, agents, and employees, in the performance of the work/service set forth in these specifications and any changes, addenda, or modifications including losses, expenses or damages sustained by the PWC or the County, and agrees to indemnify and hold harmless the PWC and the County, their officials, employees or agents from any and all such losses, expenses, damages, demands and claims and agrees to defend any suit or action brought against them, or any of them, based on any such alleged injury or damage, and to pay all damages, cost and expenses in connection therewith or resulting therefrom. As an integral part of this agreement, Contractor agrees to purchase and maintain during the life of this contract contractual liability insurance in the amount required in the general liability insurance requirements and to furnish proper evidence thereof. Other Provisions:

(1) Any deductible or self-insured retention must be declared to and approved by the PWC and the County. (2) The policies are to contain, or be endorsed to contain, the following provisions:

(a) Commercial General Liability Coverage and Automobile Liability Coverage

1. The PWC and the County, their officials, employees and agents are to be covered as additional insured’s as respects: liability arising out of activities performed by or on behalf of

Page 10: Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for

the Contractor; products and completed operations of the Contractor; premises owned, leased or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to PWC and the County, their officials, employees or agents.

2. The Contractor's insurance coverage shall be primary insurance as respects PWC and the County, their officials, employees and agents. Any insurance or self-insurance maintained by PWC or the County, their officials, employees or agents shall be excess of Contractor's insurance and shall not contribute with it.

3. Coverage shall state that Contractor's insurance shall apply separately to each insured against

whom claim is made or suit is brought, except with respect to the limits of the insurer's liability.

(b) All Coverage’s

Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to: Public Works Commission Attention: Trent Ensley P.O. Box 1089 Fayetteville, NC 28302-1089 and

Cumberland County Attention: Thelma Matthews P.O. Box 1829 Fayetteville, NC 28301 Any failure to comply with reporting provisions of the policies shall not affect coverage provided to PWC and the County, their officials, employees, and agents. In the event PWC or the County is damaged by the failure of the Contractor to maintain such insurance and to so notify PWC or the County, the Contractor shall bear all reasonable costs properly attributable thereto.

(c) Subcontractors

Contractor shall include all subcontractors as insurers under its policies OR shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein.

(d) No Waiver of Immunity Any insurance coverage required by the terms of this contract shall not be deemed a contract of insurance purchased by PWC or the County nor a waiver of PWC or the County's immunity pursuant to NCGS 160A-485. WARRANTIES, REPRESENTATIONS AND ADDITIONAL COVENANTS OF THE CONTRACTOR: The Contractor shall: (1) Obtain all of the appropriate governmental licenses and permits necessary to perform the services

Page 11: Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for

described in the attached specifications and shall maintain such licenses and permits, at all times during the contract period. The Contractor shall provide the Commission and County, or their designee, with a copy of such licenses and permits.

(2) Comply with all applicable provisions of federal, state, local, EPA and OSHA laws, regulations and

environmental standards. The rules and regulations of all authorities having jurisdiction over this type of service/work shall apply to the contract throughout and are deemed to be included in the contract the same as though herein.

(3) Be responsible for the conduct and discipline of its employees and provide personnel to perform the

services described in the specifications with the proper and necessary skills, experience, knowledge and technical training.

ASSIGNMENT: The Contractor may not assign this agreement or any of its rights, duties or obligations hereunder, or subcontract any of the services to be performed hereunder, without the prior written consent of PWC or the County. PWC and the County reserve the right to accept or reject any proposed subcontractor. ADVERTISING: In signing his/her proposal, the Contractor agrees not to use the results for any commercial advertising. PAYMENT: Contractor shall invoice each unit (PWC and County) separately with payment being made approximately thirty days (30) from receipt of invoice and acceptance of the services/work provided. Contractor shall include a breakdown of material, labor and tax on each invoice. AGENCY AND AUTHORITY (COUNTY): The County hereby designates the County Manager as its exclusive agent with respect to any Contract or Agreement resulting from this Request for Proposals. The County Manager, or his designee, is authorized, on behalf of the County, to negotiate directly with the Contractor on all matters pertaining to the Contract or Agreement. The Contractor agrees that all of its dealings with the County in respect to the terms and conditions of this Contract or Agreement shall be exclusively with the Manager, or his designee. Further, the Contractor shall not modify any of the specifications for services and/or work subject to this Contract or Agreement except in the manner described in the paragraph entitled Modification of Contract.

Page 12: Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for

SPECIFICATIONS HYDROGEN SULFIDE CONTROL

SUMMARY OF THE WORK: The successful Contractor shall provide all labor, equipment and materials necessary to supply and manage the use of nitrate solution and iron salt solution required for control of hydrogen sulfide odor and corrosion in various wastewater collection systems owned by PWC and Cumberland County.

The services and/or work to be included under this contract includes, but is not necessarily limited to, furnishing the chemicals, operation and maintenance of dosing systems, product dosing optimization and product inventory management.

ESTIMATED QUANTITY: The estimated quantities for chemical feed are annual and based on historical usage. A total of fourteen (14) sites, thirteen (13) of which are existing wastewater lift stations owned and operated by PWC or Cumberland County are presently being utilized for the application of chemical. Eight (8) sites are for nitrate solution application and six (6) are for iron salt solution application. The annual quantity of nitrate oxygen (NO3) required under this contract is estimated at 501,700 pounds. The annual quantity of soluble ferrous iron (Fe) required under this contract is estimated at 161,800 pounds. These annual quantities are estimates only. The PWC nor Cumberland County guarantee these quantities.

The chemical feed sites to be included under this contract are as follows:

Chemical Feed Site Estimated Pounds of Nitrate Oxygen

Estimated Pounds of Soluble Ferrous Iron

Lift Station #9 - Deep Creek 101,600 Lift Station #11 - Neal Street 34,400 Lift Station #14 - Baywood 22,700 Lift Station #48 - North Fayetteville 63,900 Lift Station #65 - Locks Creek 16,600 Lift Station #71 - Calico 37,000 Golf View Drive 7,600 Lift Station #75 - Carol Street 87,300 Lift Station #83 - Colt Crossing 35,100 Lift Station #85 - Peartree Estates 33,500 Lift Station #88 - Eastover #2 34,300 Lift Station #95 - Camden Woods 85,100 *Lift Station #90 - Wade #2 87,700 *Lift Station #92 - Town of Falcon 16,700

Totals 501,700 161,800

* Cumberland County Site

Page 13: Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for

HYDROGEN SULFIDE MANAGEMENT AND PERFORMANCE STANDARDS: The successful Contractor shall be required to provide the appropriate product, personnel, equipment and materials to maintain the contract in accordance with the following:

1. Contractor shall provide tanks, pumps, installation and related equipment for application of the hydrogen sulfide control product. The PWC and Cumberland County shall provide a 120V, 15a duplex outlet at each site.

2. Storage tanks shall have a visible means of measuring the volume in the tank in order to

allow usage to be observed and verified if deemed appropriate by PWC and Cumberland County personnel.

3. Contractor shall perform sulfide testing in solution weekly. Sampling shall be at

appropriate points in the wastewater collection system downstream from each chemical feed site. Contractor shall provide, at a minimum, quarterly gas studies.

4. Contractor shall allow for ample storage of the chemical at the site of each station so that

the chemical will not be depleted at any time.

5. It is the sole responsibility of the Contractor to monitor each site at appropriate intervals in order to measure and adjust the product feed rate and to ensure that an adequate supply of the chemical is onsite at all times.

6. Contractor shall maintain a written record of all site visits, pump status/changes and

observations. The PWC and / or Cumberland County shall be notified within 24 hours of any observations deemed to be out of the ordinary.

7. Contractor shall provide a monthly written report to PWC and Cumberland County of all

activity for each of their respective chemical feet sites. This report shall be submitted no later than the tenth (10th) of the following month and shall include the following:

a. Monitoring/trend data for three twenty-four (24) hour periods each week. b. Monthly averages shall be >1 ppm and <10 ppm H2S.

8. Contractor shall provide twenty-four (24) hour response to equipment failures.

9. Contractor shall respond within two (2) hours (on a 24 hour, 7 day per week basis) to

evaluate complaints of odors or other problems from PWC and / or Cumberland County.

10. Vendor shall provide PWC and Cumberland County with the name and contact information, to include phone number and e-mail address, for at least two (2) persons.

11. Contractor shall make recommendations to PWC and Cumberland County regarding optimization of treatment and control.

12. Upon request, Contractor shall be required to furnish a sample of the product to a

laboratory designated by PWC and / or Cumberland County for a certified chemical analysis. The findings of the designated laboratory shall be final and binding on all

Page 14: Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for

persons. No samples are to be submitted unless requested. PWC and Cumberland County reserve the right to randomly test products for appropriate Nitrate Oxygen or Ferrous Iron content. The product strength shall be, at a minimum, the strength listed on the Contractor’s bid. In the event that the product is found to be non-compliant with the strength listed by the Contractor, the Contractor shall have five (5) working days to correct the deficiency and submit a follow-up sample for testing. If the follow-up sample is found to be deficient, PWC and / or Cumberland County reserves the right to terminate their respective contract immediately.

13. PWC and Cumberland County reserve the right to terminate their respective contract should the Contractor fail to comply with the specifications prescribed herein and/or promptly correct any deficiency of which they have been notified.

Page 15: Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for

PUBLIC WORKS COMMISSION November 3, 2020 AND THE COUNTY OF CUMBERLAND 2:00 P.M.

BID PROPOSAL

Chemical #1

Item 1: Name/Description of Proposed Product

Item 2: Specific Gravity Item 3: Freezing Point

Item 4: Pounds of Nitrate Oxygen (NO3) per gallon

Item 5: Number of Gallons required to provide 501,700 lbs. of Nitrate Oxygen (NO3)

Item 6: Price per gallon of Hydrogen Sulfide Product

(Note: Price shall include all labor, materials and equipment necessary to provide the services requested to include, but not be limited to, furnishing of product, operation and maintenance of dosing systems, product inventory management, and monitoring.)

Gallons X $ per gallon = $

Item 5 Item 6 Chemical #1 Bid Price

Chemical #2

Item 7: Name/Description of Proposed Product

Item 8: Specific Gravity Item 9: Freezing Point

Item 10: Pounds of Soluble Ferrous Iron per gallon

Item 11: Number of Gallons required to provide 161,800 lbs. of Soluble Ferrous Iron (Fe)

Item 12: Price per gallon of Hydrogen Sulfide Product

(Note: Price shall include all labor, materials and equipment necessary to provide the services requested to include, but not be limited to, furnishing of product, operation and maintenance of dosing systems, product inventory management, and monitoring.)

Gallons X $ per gallon = $

Item 11 Item 12 Chemical #2 Bid Price

TOTAL BID (Chemical #1 Bid Price + Chemical #2 Bid Price) : $

Page 16: Works Commission, 1€¦ · PWC facilities or field sites until medically cleared. This is necessary so PWC can inform our employees, conduct or own method of contact tracing for

BIDDER INFORMATION Name of Company

Address

Phone No. Fax No.

E-Mail Address

Federal I.D. No.

SDBE, Minority or Woman Owned Business Enterprise Yes No

Bid Submitted By: (Name Printed Out)

(Signature) Title: Date: