HomeMy WebLinkAboutDocumentation_Regular_Tab 22_11/10/2022Agenda Item #22.
Regular Council
STAFF MEMO -D
Meeting: Regular Council -Nov 10 2022
Staff Contact: Marjorie Craig Department: Utilities
Approve Piggyback on Marion County Utilities' Contract with Odyssey Manufacturing Company for
Purchase of Bulk 12.5% Sodium Hypochlorite
The Utilities Department uses sodium hypochlorite, commonly know as bleach, in the disinfection
process during treatment of our potable water. We purchase this critical chemical in the treatment
process several times over the year.
To ensure the lowest possible price, staff is recommending that the Village piggyback Marion County
Utilities' (MCU) contract with Odyssey Manufacturing Company (OMC). MCU completed their
procurement through a competitive selection process, "Marion County Utilities, Bid No. #1913-265 Bulk
Chlorine."
OMC has agreed to provide the bleach at the price stated in the MCU agreement. If approved, the
Village would accept OMC's pricing by piggybacking the MCU's contract including all terms, conditions
and pricing therein. The term of the proposed contract is set to expire on September 30, 2023.
Note: Marion County Utilities' original contract with Odyssey Manufacturing Company expired on
September 30, 2022 and has been subsequently renewed until September 30, 2023.
In addition, a purchase requisition for $93,750 is requested for the purchase of sodium hypochlorite
during FY23. The proposed purchase requisition will allow for the purchase of the anticipated annual
sodium hypochlorite needs (approximately 75,000 gallons) as needed during FY23.
The Village has purchased chemicals from Odyssey Manufacturing Company for many years and has
received excellent service and a quality product.
This document and any attachments may be reproduced upon request in an alternative format by
completing our Accessibility Feedback Form, sending an e-mail to the Village Clerk or calling 561-768-
0443.
PROJECT NAME:
Proposed:
$937750.00
BUDGET: $308,000-00 ENCUMBERED: $0.00
Projected Remaining:
$214)250.00
Page 439 of 475
Agenda Item #22.
Recommend authorizing piggyback contract and associated purchase requisition with Odyssey
Manufacturing Company
ATTACHMENT97
FY23 Odyssey Piggyback Contract for Sodium Hypochlorite
Page 440 of 475
Agenda Item #22.
VILLAGE OF TEQUESTA
AGREEMENT FOR PURCHASE OF CHLORINE AS NEEDED BY THE
VILLAGE
THIS AGREEMENT FOR THE PURCHASE OF CHLORINE is entered into and
effective this 1 OTH day of November 2022, by and between the V I L L A G E O F T E Q U E S TA, a
Florida municipal corporation with offices located at 345 Tequesta Drive, Tequesta, Florida 33469,
organized and existing in accordance with the laws of the State of Florida, hereinafter "the
Village"; and ODYSSEY MANUFACTURING CO., a Florida corporation, with offices located at
1484 Massaro Blvd, Tampa, FL 33619, hereinafter "the Contractor", and collectively with the
Village, "the Parties".
WITNESSETH
The Village and the Contractor, in consideration of the mutual covenants contained herein
and for other good and valuable consideration, the receipt and sufficiency of which is hereby
acknowledged by both Parties, hereby agree as follows:
1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Agreement
whereby the Contractor shall provide chlorine as needed by the Village. The Parties agree to enter
into this Agreement and piggyback for chlorine at the unit prices described in the Marion County
bulk chlorine contract approved September 17th, 2019, through Bid/RFP No 19B-265. Said
contract, including its terms, conditions, specifications, and attached exhibits/amendments, are
hereby fully incorporated into this Agreement and attached hereto as Exhibit "A". Authorization
to piggyback on the contract and amendments is hereby fully incorporated into this Agreement and
attached hereto as Exhibit "B".
2. COMPENSATION: In consideration for the above Scope of Services, pricing
shall be pursuant to the unit prices provided in Exhibit "A". The Parties hereby agree to the
Village's purchase of supplies and/or services in greater or lesser amounts than estimated in the
Marion County Bulk Chlorine Contract # 19B-265, as referenced by the proposal/quote/estimate
in Exhibit "A". In consideration for the above Scope of Services and pursuant to any Exhibits, if
applicable, the Village shall pay the Contractor at the unit prices as described in Exhibit "A". The
goods or services shall be delivered on a per -order basis and in a manner and location acceptable
to the Village "Performance Date."
Page 1 of 8
Page 441 of 475
Agenda Item #22.
3. CHANGE ORDERS: Seller is aware that price and time are of the essence in this contract
and that prompt and timely performance of all such obligations is strictly required. If conditions
change that would require an increase in price, scope, or time for performance Seller must notify
the Village in writing detailing the conditions that have changed and requesting a change order to
the contract within 30 days prior to the performance date "Change Order Deadline". Change orders
submitted after the change order deadline will not be considered. Seller shall not proceed with any
change to its obligations under a change order request unless documented in a Change Order
executed by both Parties. If Seller requests a change order prior to the change order deadline
Village at its discretion may accept the change order as is or with modifications, deny the change
order, re -advertise, and re -solicit providers for the required goods or services or terminate this
contract. If the Village elects to re -advertise and re -solicit the need for goods or services, the
Village will have 30 day "Solicitation Period" in which to accept the contemplated change order
or terminate this contract. At any time after execution of this Agreement but prior to Seller's
delivery of the Goods, the Village reserves the right at its discretion to change, modify, revise add,
or remove any part of its order for the Goods as described by this Agreement and any Exhibits, if
applicable. If any such change to the Village's order causes an increase or decrease in the cost of
the Goods or causes a change in the time required for delivery of the Goods, the Village shall make
an equitable adjustment in the contract price, the delivery schedule, or both. Any change to the
Village's order for the Goods and any subsequent equitable adjustment to the terms of this
Agreement shall be effectuated through a written Amendment to this Agreement as executed by
both Parties pursuant to Section 15 of this Agreement.
4. TERM; TERMINATION; NOTICE: Pursuant to the Marion County Bulk Chlorine
Contract, the original contract term expired on September 3 0'h, 2022. Marion County renewed the
contract through its Modification # 1 to the Marion County Bulk Chlorine Contract, extending the
term until September 301h, 2023. This Agreement may be terminated by either party upon 30 days
written notice to the other party. Notice shall be considered sufficient when sent by certified mail
or hand -delivered to the Parties during regular business hours at the following addresses:
Village
Page 2 of 8
Contractor
Page 442 of 475
Agenda Item #22.
Village of Tequesta Odyssey Manufacturing Co.
345 Tequesta Drive 1484 Massaro Blvd., Tampa, FL 33619
Tequesta, FL 33469-0273 Attn: Patrick Allman
Attn: Water Utilities
pallman(oodysseymanufacturing.com
5. INSURANCE: The Contractor shall provide proof of workman's compensation
insurance and liability insurance in such amounts as are specified in Exhibit "A" and shall name
the Village as an "additional insured" on the liability portion of the insurance policy.
6. INDEMNIFICATION: The Contractor shall at all times indemnify, defend and
hold harmless the Village, its agents, servants, and employees, from and against any claim, demand
or cause of action of whatsoever kind or nature, arising out of error, omission, negligent act,
conduct, or misconduct of the Contractor, its agents, servants, or employees in the performance of
services under this Agreement. Nothing contained in this provision shall be construed or
interpreted as consent by the Village to be sued, nor as a waiver of sovereign immunity beyond
the waiver provided in Section 768.28, Florida Statutes.
7. PUBLIC ENTITIES CRIMES ACT: As provided in Sections 2 8 7.13 2-13 3,
Florida Statutes, by entering into this Agreement or performing any work in furtherance hereof,
the Contractor certifies that it, its affiliates, suppliers, sub and and consultants who will
perform hereunder, have not been placed on the convicted vendor list maintained by the State of
Florida Department of Management Services within thirty-six (36) months immediately preceding
the date hereof. This notice is required by Section 287.133(3)(a), Florida Statutes.
8. INDEPENDENT CONTRACTOR:
It is specifically understood that the
Contractor is an independent contractor and not an employee of the Village. Both the Village and
the Contractor agree that this Agreement is not a contract for employment and that no relationship
of employee -employer or principal -agent is or shall be created hereby, nor shall hereafter exist by
reason of the performance of the services herein provided.
9. INSPECTOR GENERAL: Pursuant to Sections 2-421 2-432 of the Palm Beach
County Code of Ordinances, the Office of the Inspector General has jurisdiction to investigate
municipal matters, review and audit municipal contracts, and other transactions, and make reports
and recommendations to municipal governing bodies based on such audits, reviews, or
investigations. All parties doing business with the Village shall fully cooperate with the inspector
general in the exercise of the inspector general's functions, authority, and power. The inspector
Page 3 of 8
Page 443 of 475
Agenda Item #22.
general has the power to take sworn statements, require the production of records, and to audit,
monitor, investigate and inspect the activities of the Village, as well as contractors and lobbyists
of the Village in order to detect, deter, prevent, and eradicate fraud, waste, mismanagement,
misconduct, and abuses.
10. E-VERIFY ELIGIBILITY: The Contractor warrants and represents that it is in
compliance with Section 448.095, Florida Statutes, as may be amended. No later than January 1,
2021, the Contractor shall: (1) register with and use the E-Verify System (E-Verify.gov) to
electronically verify the employment eligibility of all newly hired workers, and (2) verify that all
of the Contractor's subconsultants performing the duties and obligations of this Agreement are
registered with and use the E-Verify System to electronically verify the employment eligibility of
all newly hired workers. The Contractor shall obtain from each of its sub -consultants an affidavit
stating that the sub -consultant does not employ, contract with, or subcontract with an Unauthorized
Alien, as that term is defined in Section 448.095 (1)(k), Florida Statutes, as may be amended. The
Contractor shall maintain a copy of any such affidavit from a sub -consultant for, at a minimum,
the duration of the subcontract and any extension thereof. This provision shall not supersede any
provision of this Agreement which requires a longer retention period. The Village shall terminate
this Agreement if it has a good faith belief that the Contractor has knowingly violated Section
448.09(1), Florida Statutes, as may be amended. If the Contractor has a good faith belief that the
Contractor's subconsultant has knowingly violated Section 448.09(1), Florida Statutes, as may be
amended, the Village shall notify the Contractor to terminate its contract with the sub -consultant
and the Contractor shall immediately terminate its contract with the sub -consultant. In the event
of such contract termination, the Contractor shall be liable for any additional costs incurred by the
Village as a result of the termination.
11. SCRUTINIZED COMPANIES: For Contracts under $1 M, the Contractor
certifies that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to
Section 215.4725, Florida Statutes and that it is not engaged in a boycott of Israel. The Village
may terminate this Agreement at the Village's option if the Contractor is found to have submitted
a false certification as provided under Section 287.135(5), Florida Statutes, if the Contractor has
been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section
215.4725, Florida Statutes, or if Contractor is engaged in a boycott of Israel. For Contracts over
$1 M, the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan
Page 4 of 8
Page 444 of 475
Agenda Item #22.
List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the
Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida
Statutes. The Contractor further certifies that it is not engaged in a boycott of Israel and that it does
not have business operations in Cuba or Syria, as similarly provided in Section 287.135, Florida
Statutes. The Village may terminate this Agreement at the Village's option if the Contractor is
found to have submitted a false certification as provided under Section 287.135(5), Florida
Statutes or if the Contractor has been placed on one of the aforementioned lists created pursuant
to Section 215.4725, Florida Statutes. Additionally, the Village may terminate this Agreement at
the Village's option if the Contractor is engaged in a boycott of Israel or has been engaged in
business operations in Cuba or Syria, as defined in Section 287.135, Florida Statutes.
12. ATTORNEY'S FEES: In the event, a dispute arises concerning this Agreement,
the prevailing party shall be awarded attorney's fees, including fees on appeal.
13. FORCE MAJEURE: The Contractor shall not be considered in default by reason
of any failure in performance under this Agreement if such failure arises out of causes reasonably
beyond the control of the Contractor or its subcontractors and without their fault or negligence.
Such causes include, but are not limited to: acts of God; acts of war; natural or public health
emergencies; labor disputes; freight embargoes; and abnormally severe and unusual weather
conditions.
14. CHOICE OF LAW; VENUE: This Agreement shall be governed and construed
in accordance with the laws of the State of Florida, and venue shall be in Palm Beach County
should any dispute arise with regard to this Agreement.
15. AMENDMENTS & ASSIGNMENTS: This Agreement, all Exhibits attached
hereto, and required insurance certificates constitute the entire Agreement between both parties;
no modifications shall be made to this Agreement unless in writing, agreed to by both parties, and
attached hereto as an addendum to this Agreement. The Contractor shall not transfer or assign the
provision of services called for in this Agreement without prior written consent of the Village.
16. PUBLIC RECORDS: In accordance with Section 119.0701, Florida Statutes, the
Contractor must keep and maintain this Agreement and any other records associated therewith and
that are associated with the performance of the work described in the Scope of Services. Upon
request from the Village's custodian of public records, the Contractor must provide the Village
with copies of requested records, or allow such records to be inspected or copied, within a
Page 5 of 8
Page 445 of 475
Agenda Item #22.
reasonable time in accordance with access and cost requirements of Chapter 119, Florida Statutes.
A Contractor who fails to provide the public records to the Village or fails to make them available
for inspection or copying, within a reasonable time may be subject to attorneys fees and costs
pursuant to Section 119.0701, Florida Statutes, and other penalties under Section 119.10, Florida
Statutes. Further, the Contractor shall ensure that any exempt or confidential records associated
with this Agreement or associated with the performance of the work described in the Scope of
Services are not disclosed except as authorized by law for the duration of the Agreement term, and
following completion of the Agreement if the Contractor does not transfer the records to the
Village. Finally, upon completion of the Agreement, the Contractor shall transfer, at no cost to the
Village, all public records in possession of the Contractor, or keep and maintain public records
required by the Village. If the Contractor transfers all public records to the Village upon
completion of the Agreement, the Contractor shall destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure requirements. If the Contractor
keeps and maintains public records upon completion of the Agreement, the Contractor shall meet
all applicable requirements for retaining public records. Records that are stored electronically must
be provided to the Village, upon request from the Village's custodian of public records, in a format
that is compatible with the Village's information technology systems.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK,
RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-06859 OR AT
lmcwilliams(&,tequesta.OR AT 345 TEQUESTA DRIVE, TEQUESTA,
FLORIDA 33469.
17. HEADINGS: The headings contained in this Agreement are provided for
convenience only and shall not be considered in construing, interpreting or enforcing this
Agreement.
18. SEVERABILITY: The invalidity or unenforceability of any provision of this
Agreement shall not affect the validity or enforceability or any other provision of this
Agreement and this Agreement shall be construed and enforced in all respects as if the invalid
Page 6 of 8
Page 446 of 475
Agenda Item #22.
or unenforceable provision is not contained herein.
19. WAIVER: No waiver by the Village of any provision of this Agreement shall
be deemed to be a waiver of any other provisions hereof or of any subsequent breach by the
Contractor of the same, or any other provision or the enforcement hereof. The Village's
consent to or approval of any act requiring the Village's consent or approval of any act by the
Contractor shall not be deemed to render unnecessary the obtaining of the Village's consent to
or approval of any subsequent consent or approval of, whether or not similar to the act so
consented or approved.
20. ENTIRE AGREEMENT: This eight -page Agreement, including any Exhibits,
constitutes the entire agreement between the parties; no modification shall be made to this
Agreement unless such modification is in writing, agreed to by both parties, and attached hereto
as an addendum to this Agreement.
22. AUTHORITY TO OBLIGATE: Each person signing this agreement on behalf
of either Party individually warrants that he or she has the full legal power to execute this
agreement on behalf of the Party for whom he or she is signing and bind and obligate such party
with respect to all provisions contained in this agreement.
[REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK]
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the
date and year first above written.
Page 7 of 8
Page 447 of 475
Agenda Item #22.
WTTNESSES.-
'pus-hv�a i"�av� ltP
ATTEST:
Lon- McWilliams. IMC
Tillage C le rk
ODYSSEY MANUFACTURING CO.
By, Patrick AllmaW7'-C-ieneral Manager. Odyssey
mane facraririg Co -
(Corporate Seal)
VILLAGE OF TEQUESTA
By. Molly Young, Mavor
R.-
(Sea[)
Page 8 of 8
Page 448 of 475
Agenda Item #22,
CovNrr
o`' Fro
� 4
G'p� Ws
EXHIBIT A
Marion County
Board of County Commissioners
MODIFICATION OF AGREEMENT
WITH MARION COUNTY ("COUNTY")
AGREEMENT NUMBER/TITLE: 1913-265 Bulk Chlorine
MODIFICATION NUMBER: 1 MODIFICATION EFFECTIVE DATE: October 1. 2022
DESCRIPTION OF MODIFICATION:
1. This Agreement is renewed for one (1) year, valid through September 30, 2023.
2. This Modification deletes Exhibit B in its entirety and replaces it with Revised Exhibit B, hereto.
3. This Modification adds and/or changes language in the Agreement to conform with current Florida
Statutes as reflected on Exhibit C, hereto, and shall be deemed to amend and become part of the Agreement
in accordance with Project 19B-265 and shall remain in full force and effect until the completion of all
services required of SUPPLIER under the Agreement.
WMI All wyyWons of the t not spectficalIV modified Herein III remain in full farce and effect
ISSUED BY: Marion County Board of County Commissioners PCA/BUYER: SHARI CHINEVERE
4
Procurement Services E-MAIL: shari.chinevere@marionfl.org
2631 SE Third St.
Ocala, FL 34471 PHONE: 352-671-8648
CONTRACTOR NAME: Odyssey Manufacturing Company
ADDRESS: 1484 Massaro Blvd., Tarnpa, FL 33619
ATTN: Patrick Allman (pailman@odysse manufacturing.com)
INSTRUCTIONS: Please sign Signature Block showing acceptance of the above written modification and return
thisform to Procurement Services within five (5) days after receipt. once fully executed, a copy of this modification
will be returned to you to be attached to the original agreement.
MARION COUNTY, A POLITICAL SUBDIVISION OF THE
STATE OF FLORIDA ---�!
9/20 2022
CARE, I DATE, i
CHAIRMAN
ATTEST: "
r 9 2022
GREGORY A BELL DATE
MARION 0 N CLERK OF THE COURT
FOR USE AND RELIANCE OF MARION COUNTY ONLY,
APPROVE FORM AND LEGAL SUFFICIENCY
MAOTuE::� �. ": I :' T EQ
MARION COUNTY ATTORNEY
COMPANY NAME:
Odyssey Manufacturing Company
� ��j'U�_ q � ta• 202-2,,,-
BYk-?h'r l
PRINTED NAME
601CW
ITS:
19B-265-CA-01 CNT 11 of 5
Page 449 of 475
Agenda Item #22.
I
2 Site
3 Lease Tanks
19B-Z65 Bulk
Chlorine Fee Schedule
Revised Exhibit B
r
Description of Services Unit U n It Cost
Liquid, 12,5% Trade Percent Available Chlorine125
Deliveries for U ti I ity Sites Galion
HT H granular, powder, Deliveries for UtilitY 1b
Palls 400�00
r prOV 1ded
bite I at no cost
179B-2�:5--C-A'Or CNT 2
Page 450 of 475
Agenda Item #22.
i9s-z6s-cn-a1
-Bulk Chlorine
EXIHBIT C
1, DEFFN I T1 ON S.
jude Purchase Ord= in the definition of ConMcl
A- Section '2' of �he Agreement iI s modified to inc
ise 1�emreen e thContract Documents and the
Documents, to add that &houJd any conflict arl
Age,z�ment_ the term of the Agreement Sh;al]L gOVernj
2- INN .S117R.-IL.NCE.
A. Secdon 113" of tbc Agreement reqi.�jnng in part that,ffie company. is!3ulng the rcquired Certifv�,n�
in y to deletth
of laqurance have an A_M_ Best CompanY rating of at Jca!�i a B+ is modified lele e so
words "'at le aA a D+" and replace there with ",.at least
3, EMPLOYEE FILIGIBILITY VERIFICAT101N.
A- Section '19' o f the Agreenicial regarding E-Vcri �y I s deleted in I is entirety aji d replaced, with the
following:
Se�fian 19 — E-V-erity, pursuant to Section 448.0 95, F.S. y
Section 44& 09 5- F I orlda Statutes , requires SUPFLEE R to be rqp.,stered -and Li!�o_ the, E-Vermtemif
W Verify the work authorization statuq of all newly hired employees and pToh ibits SUPPLYER
frum entening into tb e Agreement Luihnss It is ill compliance therewith_ InfoT.Mation proividod by
I he
SUPPLIER is subject to review for the most curreDt version of the State. or Federal polic.Rps at t
time of the award of the Agreement,
I - COUNITY ht-m�,by affirnu it is duly registered, cases, and adhercs to the pracficc_� of the E-V'enfy
system, including those outlined in the claes below.
2. SUPPLIER has ad to perform iTi accordance with the requiTerritriLs of this Section and
agrees:
a. SLTWLMRcertifies and as-sures, COUNTY that SUPPLIER iq culrently in fW1 oompliance
with Sect] on 448.095, Fl(.)T'Ida Statutes and 11 N. regristered and uses the E-Venify y5tem to
Vev'fy work authornationstatus of all newly hired employees and will continue to do so
i w
throughout the Term- This ceTtificarion and aL>surance is a matey al ter-m on hich
COU-NTY TC11CS, in enterin CT into the Agreemcnt-
CUNY a gd
h- COU NTY shall 'Muntml
ediately a_ nate the Agveement L f OThas oofalth
belief that �UPPLLER has knowmigly violated Section 448.09(l)., Floidida Statates, th&t Is}
that SUPPLIER knowingly employod, hired, re-cTuacd, or rekrrcd eixber for itself or on
be -half of another, priLvate or public employment Alithin the to an alien who is not duly
authorized to work b-v the immigration laws or the Attorney General of the United States
c- When SLT1?Lj K R enters into a contracl with an c:MPIO, a cuTIlUctOr ora,,>UbcontractoT..
SUPPLLER �hall obtain fi-om that contracting party ( 1LCo]2jMCtjng Party") au afficla-6t
jn4T ith., or subi�ontract wi i h an
stating that the ContraCt Party does not employ, con w
unauthorized Mien.
d. SUPPLI EIS. shul I maintain a Copy o f quch affidavi t for the duratian of ibe Agreement -m il
provide it to COL. N-TY upon r�ques-t_ if SIPPLIER has 4a Q()�Jd
SUPPLIER shall ilmnediatcly terminate the (bntracag PaAy
faith belicf that the ContTaQrlrig Party has knowingly violated Section 448 -0 9(1) } F 1 orida
Statutes® as set forth above.
i9B-1 C\T 13 of 5
Page 451 of 475
Agenda Item #22.
jf COT,--NTY has a good faith belief that SUPPLIER's Contracting Party has kl'O�IY
�riolated Secton 448.09-(]),. Florida sta.tates., but that SUPPLIER has otberwise co ed,
COUNTY .5ball promptly order SUPPIL.TER tD terminate the Contracting Party.
SU-PPLIE- R agree-,;, Lhat upon such an crrder_ SU PPI _TFR shall irnirncdiately teTminate the
to
C a ntra Mug Party- SUPPLIER acre es that if it should fah I comply w' Ith such an order,
Ttp =1
COUNTYshall lnunediatuly term -mate SUPPLIER.
g- If COLTNTY terr the AgTemcnt wtth SUPPLEER, SUPPLIER may not be awarded
a public contract for a least one (I). year after the to of term-Mation.
h. SUPPLMR is liabt� for any additional costs incurred by COUNTY as a result of a
icrmination under this S ecfion.
i- Any, such term-Inat"Lon undt:r thlq Section is not a breach of the Agreem�nt and may -not be
consi&Ted as such-
nainLa- s of its reg'stration, use, and compliance with the
SLfPPL,rER shall maim recc,)rd L I
provisions of tbc F-Verify systzm, including the registration and use by its sub -
and to,make. s u� h records avwkble, to COUNTY- or, otherauffio =-d go-venimental �,ntity
L To comply with the terms of this Eimpl".ent Eligibility VerificatiOn Prot/ 1510D i� Inade
am 04 a
,;4 ailure to comply
conditicii-1. (if the Agreement and COUNTY may tv�it a f
material brear;b of the Agreemcni-
4. SCRUTINLUD COMP AN 19 S. Adds Se.0i o n '1770' to thz Ag=meut with the followlirl:90-
Section 27 - ScrlifiniZed COMP:1nieS, PtIrS L Halat to Spection 287.1351 S.
A Certification.
I If the AgrerTn ent is for One 'M -11 lion Dollars o, r more, L. P PLI ER �.atifies that at the time
Ting into ,TTC�C 01
Hut id or proposal for the Av
it submitted its b cement or bcfbre eme the AE Tileat
rem!win cr same, S UP PLIER was not th en and is not now:
=1
a- Oil the Scm6nized Con4es With A�Aivities in, Sudan List or the Scrutinized
CoEnpamic� with Activitiein the Ian Petroleum EncMv Sector List, created pmuant
to Section 215,473,F-S, or
b. Engagod in bu in operations in Cuba or 'Synia-
If Ybe kgreemcnt is for any,, amount:SUPPLIER certifies that at the time it, submitiedts
0 i
bid or propos a 1 for the A Vcetnent or bcfore euteriD into the A k,%rreenient or renewM9
LJ PPL IER was not then and is not now: anto Section
;u- On ilie Scmfinlizred Compunlons that Boycott Israel Lisa, crlafated rpurqa t
2154 4 2.5 , F _or
b. En p&Tcd in a boycott of Tqrael.
B Terminatiom Threshold Amount. COUNTY inay, entimly at its opt ion, tenni n Kt, he Agxeemml
if it i for On(� M iffion Dollars or more and FIRM meets any of the follo-wing enitena-
Was entered into or renewed. an or after July 1, 2011, through June 30. 20123 and
1 LS-UPPLIER iF. round to have;
a. Subrmitted a false certification as provided under &:Mion 287.135(5'), F.S., or
b. Been placed on the Scrutinized Companies with Activities i Su dan List or the
Scrutinized Companies vvith Activities in the Iran Petroleum Enk-a-gy Sector List_
-created pursuant to Section 213 _47 31 , F
OR
3, Was cntered into or ix;nc ",-ed on or after July 1. 2012, through Sc-ptember 3 0, 2016, and
4. SIJPPL.FER is found io have:
a- Met. either prohlbiltion W1 forlb in Section T` 7Y'above or
b. Bern =craged in bminess operations in Cuba or Syria-
()R
5. Wm entered into or renewed on or after Octokr 1, 2016, through June 30, 20 18, 3ad
6- SUPPLIF-1 . is fouad to have:
a. Met any prohibition w forth in Scction:"27(B)(4y'abovt; or
1 9-B.265-CA-0 I CHIT 14 ul' b
Page 452 of 475
Agenda Item #22.
b, B ecru placed on the Scrutinized Companies that Boycott Israel Lust, erect pw. uant
to -S act on '.::. 1 -5.4725, R S_ or is enMed in a yQott of Ism ei,
OR
7, Was entereid into or renewed on or after July 1, 2018, aaid
8, SUPPLIER is found to ha-vi; met any prohibition set forth InSection 62 7(B)(4) above-
C. Termination, Any Amount. COUNTY may, entirely at its optioD, teruninate the, Agreement if it
i� for any amount and meets ariy of the foRowing enteric.
1. has entered into or renewed on or after July 1, 20 18., and
-
SUPPLIER q found tic) have been place(i on the ScrutiTi1 ized Companiei,; that Boy(,,ort Israel
List', Q:rcated pursuari! Lo Section 215.471-3, F-S. or i!s engaged in a boycott of krael.
1omply.; Inoprfie. The PartcaTe to comp] y with Section27 � 135, FS.,aitTTI c h an r
C
duri�avr uaopQ_rati�,e
from time to time Lhe Term. The wntracting pry ibit ons in th's S ection bcc
on tfi� date that Fedc-ral law ceases to authon'ze thtk State of Florida to adopt and enfurc.� sued]
conLracung prohibitions.
5 - SOVE REIGN INMUN IT V. Adds Sectio a 1291 to the A go. e-ment wi th the following:
Section 28, — Sovereign Imin u niity. Nod-drig in the Agreemcril Shall be deemed to waivi� the sover(,-ign
i ing satcd to
inn rilunity pyoteclions prov id ed COUNTY puzsuant to Mori (La I a)A,,. Notwithsta ding an�rthi
If I I
Tm y SUPPLIER, is
the contrary in the Agrecm.Lmt� any ob4atian Of MINTY to indet
humted anti qhall not exci�cd the limits 5et forth in S c ction 768.28, Florida Statues, This Sixtion shall
survive the termination of the Ageem:ni_
6 r ON-G 01 NG CO M PLIANCE. Adds Sectio n 6 291 to the Agreement with the fb11owij19'_
ion
O,ng Compliancc+ The Parties act nn-�y I edge tha'L ffie Agreement may contain
.S ect29 n_c;o1
p re' r ibt�d by laws, statute�,, and rqg I Term of the
ro dons prescri pilazions that �;;in change during the
Agyeement. The Paii -Les. understand and qgrcc that the AgrwTnent is int�:D ded ia reficict. and requke the
pe a of
Parties" ccrmpl j ante with all I;awq at -all fim.L�,L,;_ The Fades cxpressly and ;s cific 11 y a, ee to perf orm
W
statitc�,, mid regulations. Zis Isanle MaV
the AgTcement in f-till comPliance with the governiqg laws,
che from time to time.
'9B,265-CA-01 ;CF 1:5 0'::-
Page 453 of 475
Agenda Item #22.
ODYSS Ey
MANUE-ACTURING CO.
Aug ust 5, 2022
Ms. Susan Olsen
Purchasing Director
Mario n County
2631 SE Third $t-
Ocala, FL 34471
fie; MARION COUNTY BULK CH LORI N E CONTRAXT {BID NO, 19 B-265}
EnG11 (1}Producer Nce Index — PG113N180325180S
Dear 108- Olsen,
As ya u kn ow I the eAsti ng bulk chlori ne mTitmct expires or, Se Pte-m her 20., 2022. The w ntraCt has threle one -
I I
ye ar re newalls past this date. The purpose cl th T- arts ad lettef I S to offeT to renew the existin g contract for an
add itiona I year through Septe mbar H, 20-22� with th e fo I lo'ela'ng price i ncreases:
5
Liquid 12.5 Trade Percent Available ChlQi1ne Sodium HypochbW ftGm $-89 Per 9a 11On to $1.2per
gallon '
HT H g ranul ar, power, 100# palls from $150 16.o S400 per pail
th�e to a
As part of the amend meat for waive the re newal. Odyssey would ag ree to the p rn v L,;l on A mi ., -ic increase
i no item corn poses
)cjc h lio ie I it 98%
maxim u m of 3% to r th is renewal. Based on our sal -es records, the sodium hy7
of the purchases for thisGontract-
As you afe aware, we have been i n a pe 11od of un pmedented h yper-Inflio-o n i n the c hem lczl busi n ass tie past
two years. The re i s no specific PredUcer Pfloe I ndex (PP1) Data Table fbT sWilurn h ypocl-ilote are d c alGi to
s
hypocHoll"Ite. b ut it is a secoM ary prod oot of the basic i no rgmic them ic:a I manicmanicu ring ndex si n ce 11 imade
from chlorine and caustic (hypxhlorite) ar-d chlorine and lime (HTt). In the past twenty-four irriDntIns,of the most
currently available data. tho index has gone up 107%- The phoe of HTH h,as gone up rriore drarmAcally
because of the nation al chlorine shortage coupled th the fact thall. the [argest calliclurn hypochlorilte storage
war the prioe of chernIcals had been relatively flat
. ehouse 1 n North Amenca bumed down I ast year. As you kww
for the past ten years. Thus: a 3% an n ual cap would make sense. In the past bMve months our annual
oper-ating czsts have increased as follows' (1) Elecbicilty msts have increased $1.9 million, (2) Wages have
e Sed by
00ne up �$1,6 million (we wouldn't have any truckdowersother*lse'i (3) C a ustii-, prL,%es fta-ve incr a (our
S5001000: (4) Hydrochloric acid costs have ,gGne up $250.1)130: (5) Fuel costs have gone up $2-4 miffic'n
tankers get 5-6 rnpg) and on and o n. All of th ese items are 1 rit&g ral to our fnanukMn-nig pimcess o r to delNery
of the prod uct. Ou r m ajar raw rnatenal is salt, and o u r It mst has increased c0naiderably, in the pit year as
W011. Our PTOPOSed pn-ce increase for the primary product, you purchaso is only 45% while the index has gone up
107%.
As you know., Marion Coon has over fifty-seven small plants. none of which take full tanker delliven-es of 5, 000
gallons. man y of the plants take on ly 100 — 300 gallons at a tim. &_ Th us, tere �s a hig h cost to pfovide chemical
deliven-es to Man -on County facilities since the delivery cost is spread among far fewer Last year,
Marion Cou nth pu rchased approxim ately 2 50. 000 galil.ori.s of W i um huh lorite an, d forty palls of H
T I�; .
ODYSSEY
ymanuf actur-thn gxwn
Page 454. of'475
Agenda Item #22.
Thank you for your consideration- The unprecedented inflation our country has been seeing since we bid this
s u p ply mn-tract th roe years ago could not have been reas- oriably fmseen- We have not seeTi #11S IMI Of
I
inflation in this oountfy since the early 70's and it -none of us in business weTe work"ing then . We value our
supplier rellabonsbip with Madon County 1:01h as a customer arid business partner. We to-ok foi-wat to the
opportunity to se rve you r sod itim hypochl-DrIte neks in the future - Please do not hesitate to oo ntact roe at (813)
OCR YSSEY,or cal I u lar (813) 335-3444 if I can be of f u rthe r assistance - �qe appreciate your u nderstanding a nd
c.ontlnued support.
Since rely,,
Patrick H. Allman
General Manager
Page 455 of 475
Agend& It, bFUHOR srArrsFics
Buru 4 of 1_aao r Sm-5biz � D a —!)ul--; > Data Retrieval rI oc ,5 ) MLld-�-rvcrti
Databases[Tables & Calculatorsby Subject
Chary outfit optiorim FruM: 21312 v -C_ 2022 v
D include graphs F.-i irIly0r o^ nual avemses
Data edra cted on m3V 30, M12 (4-44- 4 51KI
PPI Indristry DaU
Salhi Id, Pt La 325 160325sl 90S
Sere TiltLePPI indu5trt data Other I!� ic- inorgEbrilc chemicl manuFaduring-secondary produ , not 5'emanal.ly adjusted
IndwTtry, Other basic inorV9C dht-wi:pl rwfbaurkg
pradueL Sem ndary pro ducts
Base D2"= 203 D1�
'afar
J2m
eb
r
, r FIB { I Am I
Jul Aug.
-5ev
FJ®V'
a ec
.__•.Ie ..._
2012 !
�! 1
102-7
1G.2.7
1 ,7
IM-7� 1.02-7 I 114 ! 10213 !
-
3D
14
1� 1
_ =t .�
�r��
- 102.8
102A I
NIS
1YL2
10110 101.51
101-7 0 MIA ;
1CO-3 ,
102-3
1 3
? Y r -
1 2017
11D.!
3LL1
113. a . 1141 1
M.8 ILD41
Ln,4
IlLi�
121- I 12LB
zw •
123.3
] _R
1 19
1a16
y 1 -14 123_fi 1
]. 1. I 1,
la2z.
1ALS ;
i.az 1L1.1
'Ale •
20.9
132'n I
1-:L;.0 .
]. 33
113- 1L7-
117Y e 108.7
100-71
14R.7
:L07.1
202
1-39.4 :
109A
_ _
L^ _4 =
1.5A 11M_4
7 A
10@121 107-7
107.7 •
1"1
_a
_11 ..
2021
1 .1
154,
_ I.1. ,
H&3 17&
27 6.4 � 1611!!7 W_7G2 I 183.7 1i 1�k1.'�29_�
_,_
lt�s ._1-4
P' ,imi ary. AL indexes a9re subjw t4 moMhl� rnvizions up to kw r Manths ai#irr an inal. pubEmbon.
�GiY L1 iMRt'�`K
-7 t 0 w
7
211
4 f
t
U.S. BUREAU OF LABQR S AV-S1I Postalujr�- Buildirz 2 Masswhusett., A:ti1pnLe NE" �F� h'1�1P Ir DC 2IY:2 ]..2-COC
TeJ-rnmunica-jonz fie -ay Su.:f ze. "e I w v� blmgg, Gorract I,F
Page 456 of 475
Agenda Item #22.
AGREEMEPC!'BETWEEN GOUTY AND SUPPLIER.
Th 15 Agfeurncnt BetWe:erl County and S LiPPfier. (this "Agreeme nf ") flia& apid entered inio by and between
Nial-lon C-ourity, a political :subdivision of the -State of Florida, located at 601 SE 25d' Ave, Ocalk FL 34471
ocated 4:94
(hereinafter referred to as uCOUNTY��) and OdyssvY M31][ufftcttLrb09 comp;any, lat 1Massaroef SUPPLIER") ur sl
ndeea
Bivd.,, Tamp% F1, 33619, possesSiI ng MIN# �5&8463 (hereinafter r erred to w 11L
for the Bulk ChIotine} (herei nafter referred to as the"Pr0i arid COUN'TY and SUPPLIER bereby agrming
as fo I I ows:
WrMESS-ETIA:
In oonsideraton of the mutu_aJ covenant and promises cont-ained herein COLS -and SUFT'LlER
(s] ngul-arly referred to as 'Party"', collecfiv,61y "Parties") hereto -agree a5 fol lows,
Section I — The Contras The contract between COUNTY and SLippLJFR, of which this Agrearient is
L Coay mmssneon
parL, consists of the Contmct Docurnents. This Agreement approvEd by d%tt Board of urCoi iors
.5eptembet 17, 2019 shall be effecOve on the, last sigriature &te set forth below.
Sect -ion 2 — Tit CDntraa Docum-rats . The icontract Documents are definod as this Agremep% the
Specificatlicpns, the Dry wings,.al l Change Orders and Field Orders 'Issued hemafter, Euiy other ari-tendmena
hereto exec etod by the Parties hereafter, together with the following (if any)
Man' -on County Solic-itation #1265 - Bulk Marine, the Offer, SolicitatiOn .4;cOff �ad-crr
Sperificat Ions, FIgnq andi-or Drawingr4 anytaend ll A4da as 'Ll-9-sued irei: -o
SUPPorf fl-ils
U
Certfficatc of Insura nee and Notice 09 Proceed.
Section 3 — Entire Agreement The Contract Doewnents form ffie agent bclwe�n P"Es for the
Project, and the SUPPLIER acknowledge:s receipt of a copy of each and every Contract Document. The
Contract Documents reprrmnt the entire arid iritcgraed -agreement between the Parties wr.dsapem5de prior
negotiations, representations or agTeenients, either written or oral- This Ag=ment may be ams.nded or
modified only 1-ri W.17-It-i rig- the Contract Documents s1hal I riot be cons Uizd to cry a contractml relati on Sh i ?
of a ny kin d bets, con any person or e rptLfi e5 utber 1han COUNTY and S UPPLIER-
Sect-Ion 4 — Term. Thts Work (defined herein) curnmence upon October 1, 2019 and will coDcludt
September 30, 2022 (the "Term "). Three (3) ani-wal ren ec-.wals a re avw_ I able, pending m utual wriven agreernent.
us t�e L9 InLi ry
Price increases shall ONLY be considered upon renewal notice. dates, 17 i t sup port ed ba y id Est
documcnt�d increase, sha I I not exceed thrm pr,:rceFA(3%), and must be Board approved- Al 1 WoTk, wil I proceed
M a timely manner withow delays-
secti-oc 5 — Scope of Services, SkJ?PLIER shall complete the Work, provide the necessary typ-ts and
deli veries of huh k ch! on ne, for 1 ject 19B-265-p ire fully set forth on EXHIBIT A hereto, as per the Cont et
Document.5 and sperj f lk;atio'rts flyrn 1 shed he by COjUNTY and according to tti me�amc -as noted loci n.
Sectic a 6 — Compensation. COL NJTY shal I make pkymcnt, (the "Agreement Price �'), to SUPPLIER under
COITNTY*s. established pmedure and per the fee whedule Exhibit B, b=i n-
Section 7 —sign meat SU PPLIF-R may Tint subrontract 0 or any part of this Agreeintnt without wTivim
approval by CQUNTY
Section 8 — Laws, Permits, and Regula tloas. Pr.:1 or to the perfomz= of any WorkbcmLmder, SUPPLIFA
s,hal I obtain md pay for all I icenses and perinit5, as required to perform the Work. SUPPLIER sbal I at all times
comply W nth al I appropriate laws, regal ations, anj Ord inane appli cab I e to the Work provilded undf r this
AgTcement_
1 9f:,-M � CNT I P a ge 1 04' 1 &
Page 457 of 475
Agenda Item #22.
Section 9 — Amendments. This Agreement rn-ay only be amer4ed by mutuat wninen agrccrrieni of buth
pwies_
Smdop 10 —Books a nd Records. SUPPLI ER shal t keep rceards 0 f all =sacv ons- COUNT Y shal I have -a
right to request word,.; from SUPPLIER., and for those records to be ffmKle avallabfe within a reasonable
wnefrme depending on rnethad of azq ulls LtIC11,
Sect$on I I — Pu blic Rewrds COMPIRRM
A. IF SUPPLIER HAS QUESTIONS REGARD ING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO ITS DUTY TO PROVEIM
PUBLIC, RECORDS RELATING TO THIS AiGREEMENT9 CONTACT
COUNTY'S CUSTODIAN OF PUBLIC RECORDS AT:
Public Relation s 1601 SE 25'h Ave, Ocala, FL 34471
Phone., 352-439-2300 1 Fax.- 352438-2309
Email: publ j C relat ions ]I) arlo I 1'-C oll il t 11-ore
B_ SUPPLIER shall comply with pudic rcoords laws, spa Ely
Ketp and rnzintaITP pubfic girds reqtnred by COUNTY to pefform the Work;
Upon reque5t frorn COUNTY's custodian of public recocds, provide COUNTY with a
IN of the requested records or allow the to be in!5pected. cyr copied within a
reasonable. tirnt,- at -a cost that does not exceed the cost prov-1ded in Chapter 119. Flonida
Statutes, or as otherwise provided by law-,
4 Ensare that public records that are exempt or confidential and exempt from public m�or&
disclosure requirements = -not disclosed except as aLiffiorized by law for the dw-ation of
the Term and following completion of this Agmeme-ni if SUPPLTER dnot Wansfer the
record-5 to COUNTY; =, d,
0 Upon gip] ettorl of this Agrmmutk tr=sfer, at no coto COUNTY, al I publiCr records,
in pours lion of SUPPLIER or kftp and maL=r[ pvbliu ri=rds required by COUNTY
to Perform the WoTkT If SLJ PPLI ER transfers all pubhi� records to COLTNTY tqp*n
compleion of this Agrmnent SUPPLIER shall destroy aay duplicate public rougds that
are exempt or con fidential and exempt from public records disclosure requirements. If
SUPPLIF11 kerprs and maintains public mcA>rds upon the completion of thip AgTecment,
SU PPLIER sKai I rn eet all applicab] e req uirements for retaming public am-rds. All records
stored electronically must be providud to COUNTY, upq:m v4uest. frm C0UVKW'.S
custodian of public: recur, in a format that its comp4blc with the informafioa tmttnalogy
systems of COUNTY -
I f SUPPLIER falls to provide the public recu;rd� to COLNTY withfin a reasonable time, SUPPLIER
r em
wi.y be subject to penalties under Section H 9, 10 F1,nda Statutes and may be s object to uni lat]
canceilation of this Agreement by COUNTY -
Sect in Ft 12 — lindemnificatiozi, SUPPLIER �halt indemnify and hold harmless CO UNTY, efts officcm
employees and agents ffixn all suits, clairn!�, or actions of every -narne and description bTOU-ght -against
COUNTY based on personal injury, bodity. injury (Inctud ink, deatb) or pmperty damn-esrec�lved or claimed
to be recel ved or sustained. by any person or persons arisi ng frorn or in connection w -pth any nog] igent act or
sir
omi sallo n -of SUPPLIER or its erne] ovew, officers, or agcnts in perforining th..a vices set fortb hereiin.
V
Section 13 — I m arince. As applicable, during zbt,. Work, its urance policies sW I be with a company or
L PC ICY 1,TnL
cmpanies aathannd to do busi mess Uri the Staft of Florida- COUNTY ahal I tpi� notified if any I I hw
OW Ln
aoded to of half its an n LLal aggregat& SU PPLI ER shall pravide, within the to mefrarne n I the Award
b LZed
Leuer, a Certificam of lnsurancrL issued y a C0MPanyaUtV]()T1 to do bminess In tym Swe of Flon'da and
L -Ust Show the 'M 'or] comty. a Political
With -an A.M. Best Company rating of -at least 9+, All policies M an
!zbdivisLian of the Store of Flon-da" a� im Additional Insured exoW for the workers compensadon and
p .SerV L
profes&ional liability poli6es_ Tht Marion County Tor UMMent ices Director should be shown as the
I 98.Z6!5 CNT I P&2e 2 of M
Page 458 of 475
Agenda Item #22.
Certificate Holder, and the Certificatc shoul d provide for 30-day cairicel In on notice to the. ProciirMe-nt
r
D
kh 're n3 W th PCIliCre for [h_e f()IlOWilraor's address., stt forth h L I I S ing
a Mggmm Auto I:Iabilg shall be provided by anSUPPLIER with comb nnow& 1191e I'M Its Of riot less �han
a peis i
sl,000,000 per occumnce d is to include bodi ily njury anJ property damage liablit
) 1 y an Ing out of
uvuflafioN maintenance or use of arLy auto, inclading owned, hind and non-ownd autornDbile&
UPPLlER I
wiffi Mtutery limits and
• Warker's Caffirpewatial-m- dial l be purchasad and maiI ntained by S
employers liability limits of at I $1,000,000 each aocident and $1,000,000 each employee, and
SI,000,GW pot -icy Limit for did eZISCL
Wil I
Lh limits Of DOI less
• Gene ral UabiljtE shal I bemalnW ned by SiJ PPL®I ER for the duration of the ProfProi =
than $ 1,0000w per occur rencearid S2,000,000 am" -a99PMRW- I f the POI Iq is w6fta on 4L cla-ll.5-made
basi SUPPLIER must m aintai ii the po 1-1 Cy a Mi nim ain of 5 y,tan following comple6on of the Project.
is:0
mr-ida" must be:shawrt as Additional Insuntid.
Marion Cotmty, a po I Itical su-bdi v-1-51 on of the St= of Flo
Section 14 — Ind epeadent Supplier. I rL the PeTfoximance of this Agreem, ent, SUPPLIER wil I be aaing in the
J - Sry
capacity of an "Independent SWpIler" and not as an agent, ernployce, partricr. jolrvt venture, or a miate of
tht
COLTNTY. SUPPLIER shall be solely respwsible for , meams methad% tec4a jqLjes, sequences., and
pmccdures utilized by SU PPLI ER in the full perfbrmance,of this AgirezmenL
Sectioin 15 — Lief u]VTermialdon- In the event SUPPLIER falls to comply with any Gf the Provision$ Of
i ng SUPPLIER in writing,
this Agretment, COUNTY may terminate this Agretment for cause by first nofif yi
SVPPLIER with a reasDriable rod of time In wh101 to
specl inn the nature of the default and Zvi I, pen
6fy such faulIn the everit the default is not cur within the time pefiod given, COUNTY thurcafter
,det
may term ITIzae this Ag=rrient for cause �pen written notirc to SUPl .] ER wiffwul prq ad Noe to CONY - Tn
the evont oft; mination of this Agreement for cause., MLYNTY will then be responsi l foT compensanon to
SUPPLIER only for, thwe services timely and satL5factiAy rerfprmed parsilant to this Ageement up to the,
date of teffnination. COUNTY ruy termin-ate, this Agreement wlihout u&w providing at kost thirty (30) days
ination of thi's Agnmmient without cause , COLTVry w i I I
Written notice to SIMPLIER. In the, event of term k
a11:SerViCeS trMe]y n to tbl!� Agreement trp to
compensate SUPPLIER for I -and satisfamo ily performed purSwmt and including the date of termination. Notwithstanding any odw provi.5-loyi of tWs Agrmnen% this Agreenwtit
may t)e termlinated if for any reason them are riot sufficieftt. appmpriiatod -and avfflffable monles for ft r1fpose
of maintaining COUNTY or other puMir, entity obligadons under phis Agrmcment_ COUNTY shAl I have -no
further obi 1 t-ton to SUPPLI E.R, other than to pay for servic4es Yendemd prior to tmvn1natLon.
Sinn 16 — Damage to Prop". SUPPLIER shall be responsible for 111 material, equipment andsupplies
ri
scM and deLivered to COUNTY under this Agreement and ,,, I finial inspmfl=or[ of the Work and aoutpwice
thereof by COUNTY. in the event any such maiellial, eq [prnent mid suppitu am lost, sitolm danuged or
destroyed, or COUNTY prup8ny3 bui Idings, or equipment is damaged during dell wry or unloading, or in dhe
course of the WORK pni or to final inspection and acceptawe. SUPPLIER shai I replace the same or be mmwd
to original state without additional cost to COUNTY, as applicable.
Sect'lon 17 — Termi P ation for Less of vanding/Ca-mceLlation for Uns pp ra pn'pLited Funds.r n e obligation
ated
of COUNTY for payment to SUPPLIER is liniilrA to the aval 0f f�nds appropriin a curmnt fiscal
pizi-iod, and continuation of this Agreement into a. subsequent fiscal period is subject to approp-r-lation of funds,
unless otfwmise authonized by law,
Seefion ig —Use of Otter CoatL COUNTY rtsm. es the r] ght to uti I [W any COUNTY contrac4 State
rs
of Florida ccontract,city or cothaty govemmelital agencies, whool hoard i�.ornmcity college/state ull1vcii1Y
e deto
system, or uwperative bild agreementr COLTW Ym�e ry c s it 1 c nght re separately bid any sli nglorr or
purchase any item on. this Agmer ncut I f it is irp the best interest o F COUNTY.
i -
mom 19 — Employee Elwhijjty Venification. For those projects fi-mded with State or Federal dol lam,
COUNTY will adhere to the practices set forth under the e-VerificaLion :symem, which is oufl irk in the clauses
below. Information, provided by SUPPLIER is subject to review for the most current %rerS ion of the State or
Federal policies at the time of the award of thl s AgreemenL By prev Lou5ly si gn ing. the [TB Acknow lcdgmerit
198-265 CNT I P"e 3 of 16
Page 459 of 475
Agenda Item #22.
and Addenda Cartificalion Form and thils Agreement, SUPPLIER has agrees to perform in acwrdance with
these requirements and agnx&
A. To en rel I and participawin the federal E-Ven-1 & Pragram for Ernploywnt Veri ficad on under the
rOVI 'ded in d�e "Mumoranduin of U-ndeur-undling"governing the program.
terms P
B. To provide to COUNTY, within thirt)- (30) days of the effective date of this Agy=mert�
docunrientati on of such enro I I meat 'I rL the form of a c-opy of the E-Verify ``Edit Company Profil el
rf
screen,, which contains proof of earollment in the E_Ve n Y. Program (this page can be accessed
from the LIE& Company Profile" link on the left naviLgaviors menu of the EVenify crnplloyer'5
homepage)_
C, To mquirt each sob cont-acfor that perfouns services under this Agreement to enroll and
i i - ti date 0 this Ag=ment
paoicipate in ihe. E-VeTify Program with in nl nety (90) days of the effiec five d t f
or wi "thin ni neq, (90) days of the effecfi ve -date f,r h, contmct between SUPPLIM and the
submntr=ar., whizhuvcr is later. SUPP1,1F.R shall cWi n from the subconvwftor(s) a copy of the
"Edit Company Profile" screen indicating enrollment in the, E-Verify Pmgnarn and make such
record(s) available to COLTNTY upon rqtjesL
D_ To mainvam rMords of its pzxti�lpation and compliance with the prov1slorts of the E-Venify
r
program, including participatio-n by its subcontractom �is hided above., wA to make such
records available to COUNTY or other authorized State entity consistent with the term of The
Memom-ndwn of Undentwding.
E, To comply with the ftm� of this Employment EI L
igibillity Verification provision is ma -de an
express condition of this Agreement and COLTNTY may treat a failure to cornply as a Material
h reaCh 0fr this Agr=met.
Section 20 — Forjeo re, Ne-Ithep- SUPPLI ER nor COLS shall be considered to be in default in the
performance of its obligations under th Is Agreement except obl I gafions to make payments with respect to
amounLs almady &ocrued, to the extent that perfanuance of any such obligations is prevented or de. lay ed by
i ' atilt or riegligence
any caLse, existing or futum. which is beyond the reasormble corttroll and not a result of the f
of, the affected Pa* (a "Force Maje= Event"), If a Party is prevented or delayed in the perfoTmance of any
sash obim by aL Force Majeurre Even� such Party shall imracdiately provide notice to the other RuW of
I
Pr r r-fc?nmf= and the expected duration thereof- Such notice shal I be
eyerlt n?
the circumatances I , or, &1;Ry ink pe
confirmed in writing as swn as masonably possible. ThE� Party so affected by a Force Maje= Event -stal I
endeavor, to the extent reasonable, to remove the obstacles which prevent perkwmaricc and -shall mume
Wormer of its obligations as soon as reasonably practicable- A Force Majeure Event shall include, but not
be I I m ited to acts of civil or rni lit re authority (I nd udi rig courts or regr I
ujatory agcimes), acts war, riot.,
or insun-ection, in I Ity to obtain red uIred pwmits or licenses, hum Tics and severe floods,
S.., r r] &3 F�CeiVed Via &,, r He or other ellecaun
lou 21 — Couoterpart& 0 Inal sig=tures trammitted -and M
twI sm ss [on -of ascanned docume4 (c-g, PDF or sinullar format) are, troy and vallid r for all purpmes
,
hereunder and shall bind the Partim to the mme went as tha of an onginalsignaure- Any such ficsimlle or
r
electronic mail transmission shall wnstitate the final agreement of the Parties and Coric, IUS ive proof of such
agreement. Any such eiecfto-nic oDunterpart shall ber luf udYidWit quality to be, legible either ellecUonilcally or
when printed as hardwpy- COLNTY shall dine legibility and a=pt&W1hy for pubil'Q =ord of or rounter
purposes -
If, moe cpar, eat
wfidch &WI for all e purposs be deemed
This AgTeernent may be executed one
rr
to be an uniilgml andall of WhI b aball wm-tituter the isame irwft=ent_
Sectiom 22 — SUPPLIER Cond uct. The Cruidel J n es govem SU PPLIER doing work on
COINTY property, as wc1l as SUPPLTER" s mployces. agents, tmsultants, and othen on COUNTY
ss
prepem in cuTinecdon with the SUPPLIEWs work or at the SUPPLIER's rxpre or umplied invitaflon.
Cou rtesy and Respect.- COUNTY is a diverse gov_ernrnent ins t't ut-on ad 't is crit-cal that
I 1 1 1 L
SUPPLIER and its em;Aoyws conduct themsialvz� in a manneirthaL is lawful, court us
1 I
businesslike, and rmpectful of allistaff, star, or V'S'tors-
0 Language and Behavior: SUPPLIER and its employees cannot engage in behavior Lhat Is rude,
threatening, or off' five_ rUSC of pcofane or kn-sultNng laqpage- i s prohl b1ted - Harassm ent of any
i - -
type-, Including sexual b;�Lmsmentis strictly prohibited - bus Eve, derogatory, obscene o r Lrnproptr
language, gem ram, remarks, whistlln& cat calls or other d-LSrC$PeCtfU1 behavilor cannot be
1 -9B_r05 CNT- I Page 4 of 16
Page 460 of 475
Agenda Item #22.
t,Q]Crajod. RoUghl-L.OUSincr firhTT-Fig, flial-ir-liffiz, phml threpts- r dotOrLIC-tion 0f,,n,.MPen-y_ vardalikTn,
4=0 ONyd0
linering, or physil r,,al abuse of anyone on COUNTY properry is not permitted uroder any
circumstance.
No Weapons, Alwhol;.. or Drvgs- The use; possession, diistibutL011, Or le Of UY WeaPon,
alcohoL i Ilegal drug, -or control led dangerous substance by SUPPLI ER cw iLs emplffct 15
pmbibited. Offi�ndm wl I[ be removed from COLNTY property and1or mported lo law
-5rn-ake i
its empi oyets am r in or near any
Smoking: SUPPLIER and -jot permhted to
COUNTY building&
F jai 12 e Of slac I TY staff-
ta I S U PPLT EP. and Its employees mky n of fraterni alize with COUN
0 44Lppea Ira ace: S U PPL IER and -3L,; eTnp] off, ees are rcq i;,'Lrrd to wear appropriate work- wear, hard- hats
fOOEWear-F as dwse case may be, whid e on the -doh- Articles of clothing must bp. neat and T'i (�y
and s-a_fety
in apppearancQ, and cannot display offeflsive or Inappropri;ate lane, symbols or graph IC15-
COUNTY hthe right to decide if such clothing is imppropniate-
Sectiort 23 - Authority to Obligate, EaCh Person signing this Agreement on bOW of ekher Pal-tv
W
s Aeembt-of Party
Individually wits the he or she bas fall I egij pthigrent on Mf dle for
aw,,er to execute.
whorn he or she is signing, " bind and obligate such Ram- with respect to a[I pmv,,:5ions contained 'in this
rA
Agreement-
Swfison 24 - Exbi bits/Attachments. The fol lowing at=lunents = hereby incorporated into thIS
Agmement as part hereof as though fully =1 forth herein: MHIBIT A -Scope of Work and EXEIBIT B
- Fct Schedule
25 - Low, Venue, Waiver of Jury Triz], ttorn 's FM. This Agm�meni and ill tirle Contras
r L
jTjgr %.a fhe da and 5hal I not be con., strued more =ICtly agasn!�t
Documents shot] I be constm, ed accord laws of F10171
one party than w?alnst the other becausr. It may have been dra-fted by one of the parties- In the event of any
VC]JU0 f le
or St ,ate or f ed PrUC
legal prioccrdi-T12 an'Sing frorn or related to this Agreenicnt_-, (1) ings
r
Shall be in Ma,n on County, Florida, (2) for ci VILT promedlings, the parties wi-ismit to trial by the cgurt and Waive
right to -f
ri t[ af, (3) t Its cost_� V
I he pn�vaili tig party sball be entitled to recover a] I of i incl od ink attorney ces
Swunion 26 - Nofiem Except m othurwise provided herein. all wniftn ccffimunlcao-on between the PjAcsl
L
I nr I 'or del t In PCT5011-
jUd Lng
I all notices, shal I be by electronic rnail,, U�S, M a cotnier delive y service® vered,
-1 box with
NotLeeS dopo$ L
I shall be deemed e4zztilve if mailed, when te3d 'Irt &'Unit ed Sutes PosW Service cowl
L
postage prepaid and if hand dCIIvered, up -on per sovial ly handing same to the puV to whom the noticzY of other
commug tion is addressed with s-pof del i very If the deII
veed, totesha[Josidmd
del -Dleired when reflectnu reflected by an e I ectron is ip I read reelpt, a courier servlte del Nery receiM otheF mail service
delivery rectipt, or whm receipt is no lcdged by recipient All paffleSL certify that eacb has softwary
c"biz of sending eJectronic mall read receipts to the other, Any part)j sending notice by electronl1c mail
i
acknowledges and -accepts the inherent risks that come with same- If notice Is del livered its multipTe way:5.
1-10(icc shall be considered del Ivtred -at the earl lesot del ivery tim r,- SURPLIER's and COUNT-Ys representatives
and addresses for notice purposes are.:
SUPPLIER: Odyssey Manufactuning Company
14S4 Massaro Blvd-, Tampa, FL 33619
CONTACT PE1R SON: pat ick A] I man [ Phone: 813 -63 5-0339
COUNTY: manion County Utilities
c/o Marion County,, a politicai subdivislon of the State o'.!"Florida
601 SE 25"' Ave:, Mali FL 3 44 71
A copy of it 11 notices to COUXff h oren rider sha U a Iso be yen t to;
PrUCLLrernent Services Director
N1 u ii o n C a unty Pr ulre in e nt Se rv'L m De pa rtm v pt
2631 SE 3rd St . OGala, FL 34471
19�-ZSS, CRT I Page 5 � 11 5
Page 461 of 475
Agenda Item #22.
Aftnuifively, the panjes may elect to r=iye said no by e-mail- COUNTY hereby tkcls to receive Ad I
notices solely by,email aTid dess gnates i is emai I address as vr&cufeal flx[g_ If SU PIPLI ER
agrees to accept, all nWces w1ely by e,-rnal I and ack howledges and accepts the =t irisks that come with
arc ephIng notices sotely by e-mal 1, SUPP Ll ER may des i gnale up to two (2) e-mal I addzes=_
-
PAljMMe24y:ssomanuf�cturin,g.c�Q -Designation siI gnIr 'fiUPPL1 E Fs elian to azoW notices solely by
e
,-'I.
mal
; N W ITN ESS WHEREOF the. Pantes haytc.,- tmtexcd into this Agreement,, as approved by the Man -on County
Board of County Commissioners, on the date of the last signatur-e below.
ATTEST.
< %L
M601np
wo -.,, / 13
DAV fD R_ FLISPMM-ANK, DA19TE
CLERK OF COURT
APPROVED AS T)D FORM AN 1r) LEGAL
7S�u I E I S I �cy
�74 1.
tl�-
INT.ER, DATE
MARION COLTN7Y ATTORNEY
WITiNESS:
SICiNATU
PRINTED NAME
WJIFNESSJ-
10 ATU RE
PRNTED NAME
lAtION Y, Afi L ITICAL SU 131,
is 4 Sips F E S FLORMA
111 9/17/0
V
13�,LESTONV DATE
C A] A N
BCC A PIP ROVED: September (7,2019
1 9B-22651 Bulk Chl trine
ODYSSEY MANUFACTURING COMPANY
Cl Al 49
BY -
DATE
,ocs,
A en sri. {
ITS® (TITLE)
1 -265 CNT I Page 6 04 16
Page 462 of 475
Agenda Item #22.
:I I
EXHIBIT A
19B-2fi5 Bulk Chlorine
SCOPE OF WORK
LIQUID SODIUM HYPOCHLORITE SPECIFICATIONS
UTILITIES REQUIREMENTS
11 DELIWRY RI-QUIREMENTS
Genuali: The intent and pt j rpose of th is specification dccument (the "'SpecifiCaWn"is for the Contrador to fum I sh and
deliver liquid sodium hy�.xxrhllorlte (12.5 Trade Pe -merit Available Chlorine) FOB destinanon in acGorda with the
Ame6ca n Water Wo rks AssWatiionpS �AWWA's) Standard B300- tO for hypochlojite, except as modified or suppl emented
DePa
herein, for the Ma rion County UtilityUtilityrtri`Ent Admost al I of the sites. lid erflified i n th Is BID as deb ned 1 n Pa ragr;�l ph
5) ate for a "Lnon-tanker" or fttbad truck delkvery and requires up t-0 100' DIF h Ose on the 5idder5-3 tn.K*. The Bidder
m ust ud on all I of th e dPJ fiver sites. Addffionall�y, the suc-c-essfull Bidder 5hall supply bulk storage ranks and mntainTT�ent
for thosesites indicated In Paragraph 5 at no -additional charge as part of their �,Gdiurn hypicchlorite supply. At Marion
Cou nty's option, the sticcessfull Bidder shal [ a Iso provide -any needed 6Wrje ch Pmical feed equ 1 prnent. Manm C=nty
reserves the night to pu rcha se sal d eq u ipm ent from other sources.
2, ICE REQUIREMENTS
2.1 Conti-dmr shall make normal deli-VeHes within three (3) calendar (not woddnq days) days after receipt
of order (AR O) -and Must m-ake -ernergency deliveries Within 24 hours of request. An ernergency dL4WrY
is defined as a delivery whi dh is necessary In order to prevent Marion County from run ning Out of sodium
hypx,hlonite in than 24 hours . Ma no r U u nth shall endeavor to minimize the nu tuber of verriergencym'
deliveries.
2,2 All del Iveries of liquid sodium by lorit� shall be ftVlg ht pr_epa-xjt F.O. B. to each Maroon County faci 11ty.
All equipment Miveriers shall be freight prepaidr F.03, to the requested man -on County facillity-
23 Delivery Urne of day shall be arranged upon placement of order. l`rveries made to unmanned facilitimeS
must be coordinated With Marion County so the driver can gain mess to the facility.
2.4 Al I del iveiries of liq uld sodw rn hypcx,,-h1or ite 5ha I I be made by properly .dea nedContairirers on I)e del-Nery
trucks to ffie et as spec-'rfied in paragraph 5 below.
" blow tht I
All I delive ry trucks must Sa rry at least 11.00" of h ot&!p rkd have a MeansIck -in e dgar.
upgn mrnipllietlowd the ftl'lv_e 1
2.5 Packaging and shipi-nent of liquid sodiurn hypochilorltehall ionform to all current regulations of the State
of Florida, the U nited States 0"rbrnent of Trd ri repo rtation and all other a ppl icab le -regu Into ry age,rries
2.6 All delivery personnel must have campariy ceill phories to facilitate dellivenes to unmanned and manned
r
facilities. Experience has shown this to be criticall to effecVrve coordi-nabon of del yen V US enes to the ario
Marion County fadlities.
2_�7 Marion County r rvE!s the right to rha nge q uantru� and slivery -dam at iit� dilscyet-jon with a 24-hour
notice, Notice W I be given to the Cc ntractor in wring by a n authjyjrjee of, th e UtI I ities
Department. Written notice will be provided by the ()perations Manager or te operatons Supem6sar.
I 9&.26s C N T i Page 7 of r C
Page 463 of 475
Agenda Item #22.
-: FX WRIDIM-h
i i
IS The Contractor shal I be reg)on!;i bk� for "LUowl ng'ff or pumpi r�g liq uid sodlurn hypoch lon'te i nto the -storage
tanks at the deflvE!rysiband shall prcMde all necezary hoses, fFWng!5, air -padding, pump, etc. required
to safely a nd efficiently 'offload' the liqu Id sod i um hypochloirite into designated storage to riles- Contrattor
sh all tresponsible for ascerWin ing the ff ect storage tank!5 aM fill point iocatio n s to prevent aoddevital
discharge of the product into the wroirtg sWrage tank(s).
2-9 The Contracor shall. be re-5pGnsible for aray spills resin ltrig from the failure of its or it; subconttador's
delivery equipment or from ftfllure of attendant delivery personnel in the proper rfbrmae of their
duties , Proper Worma rice shall req ui,re attendant del fiery personnelescon5tant 1 nspection a nd
ob:5ervabon of u ri I oad i ng operaUion� and knowledgeable respond tr) problrems or em ergenoies, whiCi
wou Id m ost C-o m m o ri ly be exceed to Dccu r. M a rion Cou nty reserves the N-9 ht to (ef Lise a ny and a 11
deliveries made voth -equipment that is poorly maintained and/or leakirig s%lium Icy pochlorite.
210 71e tan trafler,5 shal I be clean a nd free of res id ue that may coats mirage onb-acter'S prod Uct or
impede the uNo-ad frig process. It is the Contr-actor's responsibility to verify the cleanliness of the
transporting equipment Wore loading. All. appurtenant vallve�,, pumps, and dirge hoses used for
3 -� be su led by thGotraMa nd shall tm� -blea n ard f ree frorn
the delivery of sodiurn huh sh I I ppl e nr
contaminating matefial. Marion County may reject a load if tKe equipment 15 not pro cleaned.
Contractor 51hal I furnish Marion Cou nty an a pprovedr lealk-f ries connecdon device betwe@ n the trawl er ard
its intake receptacle. The Contractor sha I I observe the entire fill li ng operabon at eac-h. dehv�ry Site and
shal I i mrned iately f-eport any spill Is ca used d uri ng the fill I ng operations. The Contracb. r shall to ke
immediate and appropniate aeons to cleari up any spilled I Ptild sodium hypochlodte. In the event of a,
s0i 11, the mntracWr A 11 notify Ma rio n Con my Liti I ities 1 m rnediately. If the contractor does not 1 rnmed fat*
clean up any spill, Marion County Uti.liti es wi I I i rnrned lately take clean up adions . The cont-aMr will be
respon5itiiile for the cost of materials and labor fbr so& deanup efforts. Ill: spWresubinthe requirement
s6l mitigation a nd/or removal, Ma don County will Hre a certified ha za rdous material ha nd1i rvg com pang
to clean up th-e spi 11, -a rid the cost of such service will be chi a rge- to th E! Contracto r and deducted from th iR
arnount due � the Contractor. If Maid County"s unloading ekLluipment such as pipe, vatyes or level
irm1cation and alarms should fall and the spillage is not the fault of the Contractor or its Subcontractor,
the Contractor shall be of cleanup ct fl-iie spill.
2 L 1 1 Because of si�ufty and safety coromms, all deNvery veKkk drivers shaJI be U-S- C'itis and have -a
proper commercial driver!5 license vft a KazardouF, I erodorsentent. Gontrador's drivers shall
display its dds license and whenever challenged by Kanion County duHrog tie 6elivery. In addition,
Contractor shall supply Man'on County a 'CD' with digital phuWgraphs of all of its delivery drivers Wth
names imposed and shall send out an used CD Within 24 hours of any chance to its drl`VEers. M-arion
County shall use tle CE) to verify whether dtiver is actually an employee of the ctar. Faifiure to
shoo vv proper liven or failure of dniver to be lid r on the CD provided to Marimm County shall result In
rejecton of delivery and subsequent possible term inabon of the Contractor's supply agreemwL-
2-12 Del ivery Shipment,5 sha I I be rejedtied whi�h fa i I to meet any of the rein ullremerks of the SpecftmWn - In
the event a delivery sh ipment iis rejecWd, upon n0fication to the Contractor that the s1hi pment is
rejected, Contractor shall be �wired to sft p a replacement de I lvery to th e aff8cted option withM fbur
(4) hou rs from time of n c0Rmtion. Fa it ure to prcP46e pep lacement product that meets the Speclifkzftn
with-1 n the sW if I A t--me pert od WRI constitute failure to corn ply i.-ith the del ivery rul rement� set forth
in this document.
31 DEUVERY LOCATIONS
3,1 Delivery sites and locations are provided as estimates and will be 15vbject to demons or addibons as
necessary to meet the 'ater production demi-ids of Marion County, 1'he cont-actor will receive wtittefl
notice of any addition or deletion at least 72 houTs pror to scheduled actionL
3.2 Uquid Sodium Hypochlorite cDnsumpbc[n at each Ikon is an es6mate onbyand Marion oar my shall
not be bound by the a rnoLft In its contr-aft with Contractor, Marion Cou nty prate gallons of sod 11,] IT!
hypoichkwite del ly-ari each year.
11 15 CNT f Page 6 of 16
Page 464 of 475
Agenda Item #22.
EXHIBST A
33 Ma-rion County owns same of its bulk storage tanks and others must be supplied by fly Gontra=r. The
Contractor Oall install b!ulk Ito rage tanks and any required eta inrneFit as sified in the lb&w 16r-t�
table of delivery Iccations.
4.0 PPLO DUCT MATERLAL NEQUIREMENTS
4.1 Hypochlo rite su ppl ied urmJer this contract sha I I be tested and catfied as meefing be Spedfradon, the
A Standard B300-10 and those of dhe Arica n Nationa[ Standards InstMe,/Nawrial. Sanitation
Foondation Standard 60 (AN SUNSF Standard 60), Cori nking Myer Treatment Ch micais Hea-ft Effects.
41 It is the responsi b1lity,of the Contractor to inform Marion County that fts NSF or UL cerffication has n
revoked or lapsed within, 24 hours of the time the supplr receives verbal or wriften wtiftabon. Loss
of oertification �hafll constitute sufficient grounds for immediate terra riabon of the con betwee-in
Marion Cowit y and Con tr-dctor.
413 Liquid sc>dlqjm hypochloci Hvered tinder this Spedficatic)n E;hall have a mini' mom of 120 Grams per
biter (GPL) avallable chlorine equivalent (a.k.a.j, 12.0 Trade Percent Availlabkl lorine) a shall be
consistent aLs deermined by dhemical analysis.
4A Product shall be a dear straw colored liqOd wfth no visible cloudiness, impurAies., or sediment. It shall
contain no soluble matefialls or organic suhis Wnoes in qwndties capat4e of producing deleterious or
injurious effects on the hea Ith of those oDnsu rn i nq wa:Mr trued with the I iqu ki :5odium hi lDrite.
4,5 Liquid scdurn hyp(xhlorite delivered under this Specification shali have a minimum of 0.20 percent by
weight sodiu rn hy-d roxide -and a maxi m um of 0.40 weight percent Diu rn hydro)(ide.
4.6 Li,qW sodium hypoch lorite del iv under this contract shall meet &e following containment
Oxx-entration limits;
Iron
< 0.3 mg/L
Copper
< 0.03 rmjVL
Nlickel
< 0,03 rng/L
Chlorate
< 2,500 mg/L
Bromate
� 2 OTrpg/L
Perch lorate
< 20 mgVL
A '7
The divory time of the shipment shall not exceed 7 2 demurs fi-om the time of m in are of the I Iq aid
sWiu m hypochlorite.
510 DELIVERY TIONS
5. t Contractor shall make del Nor to tfolloWing locaticas as shown.
512 Contractor shall fern iphi and -install tanks, cwtairrnents, and assodated piping that is irkdicated as
Jeased try supplier in In the fbi loci ng table. All work perfo rmed must be �rmed by a I icensed
pl um bi-ncontracbar a nd contrafto r shal [ be nnsi ble fo r provid i ng 59ned and sea led draMrvs by a
Florida rag [5Wred profess6nal Engineer as reelijired.
5-3 Con=Cor shall ma i ntaintarp ks, containmentsr and as5odated pipiTq leased.
113&263 CNIA Pap 9 ul 'I E
Page 465 of 475
Agenda Item #22.
EXH I BIT A
Utilibes Delivery Locatl ons
C 121
Annual uUge
F-ard lqy Name
Add M-S&
-an xjC0n0,a'f1ment
Ash k-wy, A"P
417V NW 44t-1 Awe.
SOO DW
2,&33
!Farrhq
Ocala, FL 3447 A
Marion
t�eerpath W17P
'1331 651b Cir.
1.
65
0,:aia, rL 34472
Di. nrlellGp Aire i3r1.'WTP'
14,570 Sw I 0th St
35 OW
elf-fil.
S
Dunrneillonr FL 3 4A32,
M;) ron
niaLden 00[p W7 DI
ir
41SO NW 8401 4�t-
55
C),,- a I & FL 3 "92
rV. a rion
L
Cold -en OLa.a WITP, 2
22SCj NW 70-..h Aive-we
3DW3�ao
2.�Acc
CiN.aip FL 34474
3�pp aer
Golden C-Cala WWW
2515DNW Mh we. U.
3CY)/3.5D
DC41a.. FL 1&0-74
K02fion
I r'Lh Acres WTP
83" N j $ HVJY 4
3655
or:aJ2. F'_ 3"75
5--jpp, ier
K. P. H01 E WTP
9.435 SW 1W Ave. Rd
N/A
Dun,q-pilorl, F:L 34412
Kunal 11, LLC'`7
799a NW 47t h Aw.
442
FL 374
Majestic OGlu WTP
'i' Oak' V7p
:SR" SW 02 rkd St.
3"
alaFL 34-478
supopReir
a ip Oa k-s V67 P 4d
ma�iaip Oa U VVTP 4
SS53 Stiff' 160 fit_
165
or_aI2, F 34473
SWpber
Marion O;NkS WTPS
:L4_170 SW _1a -err. Rd.,
99S
Ocala, FL 34473
$Upplleir
Mar lor Oaks VVTp 6
pn
5 950 SW 15-0 Un -
�m ow
Oizala, IPL �447.1
Vlarioft
k wl-o n W T P
VeJ149 N.W. 17th Ave.
30,
ac.� ia, rt. 24475
Marion
Oak Rj r, WT P 2
7 2 3 --, 5 W 111 S L. Rd
02 k R,,,.n VLrW-rr
o sw 99CU-, Ter-
3210C
1,5 Z)
64,350
Orrza I a, Ft 721
'Palm Ce6y "I TP
107�'12 Tiw 90 AVE.
60
Self -fig
Oczla, FL 3&1$1
mar ran
Not W wTP
4121) W riWV 325
$5
OCa la, F L 34474
marlcm
7- ine Run WTP 2
9271� �w 102 P1.
.55
FL allMI
Marian
Ping Rur. WTP 3
� 5 IS SW TLO 2 P 1.
55
0 ca la, FL 3 44.5 1
Marion
Quark meadcw� WTP
2535 1 NW 47(h Awe.
E55
Dcala, FL 34474
Resideno.41 jter
8 7 C SjE 41 rye Ale E.
55
31,51
Sym,i�rns virTP
0Ca la, FL 344 76
Supplier
Salt SpriMS5 ff P
13041 N. HWY 19
55
4"
salt Spqnj;S, FL 3213•4
PA$ri.Dn
pal Sprinp WTPI well 2
L
Et 7sp E, I
13841 N-tlWy 19
MIA
Saft Spriinp,$, F L 31134
1
5� lt'�prLngs WWw'!-
HM A & WYVY 3 I(S
3251350
IT, Spelngs, FL 32134
supeplite
SC soutt. v%r7p 03
175M02 Ave.
1651203
1.121
5w rn me -field.. F1 34491
5aipplier
-;C Saijth 4%j7P:M-A'
:L7!538 SE 10 1 Aw E!.
1X165
-5urnmerFie4d, F-L 3-"91
supplie-f
1,09
1 qE3__2r35 C,.N T I Pigge 10 ul ' E
Page 466 of 475
Agenda Item #22.
EH I BIT A
Skier Springs Regmana'
5815 East SS avd-
5uppker
%Arm
F
&lver-'*prirng5, rL 34472
r I Fsilvef: I Spf inp Shores
Y
A92 Oa k R040
S00J650
A,.s needcd
Wrp B
0i�. rL 34472
Suppl6er
Oak Run WTP 1
81399 SW losth st
20A '-D*W
15,33D
Ocala, FL 3-44a I
M a r I io) n
5 ilver Swings 51ftcwes
41 Hegn'ack Circle
1100 DW
'DTPG
FL 34471
4
n.
Sihrcr,r 50rings Shores
45G Errkeral�rs R-Dad
3.100
WVVTF:
0121lar R 34477-
M:3r,ion
Silver $prinp WOWS
17,915 5E 2Crth R.
55
500
V4TP
Silver Springs, F-
Van pri
South Lbkt Weir Vff P
13751 SE I jr-3 St
1elf-fill
WeiTA;31t., R �21955
Mario n
South Oak WTPI
4!R2-3 SE 30PL-h D
SEC
Dcaka.. FL 24474
M airion
Se- (;eeG&
prucrk D!f
13613 DBE Webb 11hird.
30Gj3Z5
),217
Co wntEj Club -WTP 9 1
Sum nwTfie3d, FFL34493
supp!ier
Wuce Oreek Golf &
iL2255 DC4 webb iBlyd.
7.300
C-6 u ntry Cl U ti, - WTP.# 2
Su mi-rieffidd, R ',A 441H
.5,upplie!
S pr u oe Cfee k P resefve
2151350
3r21.Z
wrp
136 Pi.
Dunrelik^ Fl- 34432
SUPP-Jer
Stonecrest WTP J-
1L7 7:L55 SE 11,Sth Caurt
500 DW
5U m mer-Field, FL 34491
MaTjon
Stmec-esk W'Y%-TF
SE -2151h Ter. R0.
AWD DW
rmmerfielai, FL 34A-91
Map' [in
Surnmr-r&n AFT
1SSD5 SW 13 iZ--ir.
3,04Z
OCala, F L 34A72
&.Ppp4iE!r
Sun Cmmt-ry iffrp j
6738 Sw;asth it.
S5
Padikick iDown4- WTIJ
ocan, FL 3-4478
manon
I L rn b E! III Arr P
E3599 SW 133 Lft- R�-
—�USupplier
Ocala, F1 34A73
— —p -P I —ie
Track & C2 rd ':tea
IL7970 S. US HWY 302
12)-55
Self-f-111
Surpmediwid.. FL 3 4491
Maricm
J-Trj
0,3k Trace WIP
@390 sw:L04th P1.
IISS/200
A j
01:* La.. FL 3 448 2
L suopli-ef
61 QUA UTY ASSURAN CT, SAMTY AAW TRMNMG
6.1 Sarn piing and Testng
6.1.1 Ali Sarnpill rig and Testi ng s h all he in accordarce witb EPA a ind AWWA B300 -1 sta ndards and I n
accordance with the documents titled, L
",ne weight Percent Deltrermination of SWIUM
1
HypochlohW, Sodium hydroxide, Arod SiDdium Worate in Liquid B1iea&"' and "Suspended Sdids
jr 1 ll Fabn-catfon and
QQuaffTest for Bleadh Using Vac um Filtration, dibated e
sbiliby Pow-
Ma-nuNicw n- ng, Inc. and available at hittp -filwww. Mwel lf�b-com.
6.1.2 The approved bbiwdes a re listed below for al I sarn pling and te!;ti ng whether during the biddi N
period or after award- No other Laboia ry shall be used unless expres* arized as an
Addend Lirn to the bid issued by Madw Cbunth aTending the Specification or an amendment to
the contract bebNeen Marion County and a rtractor.
NovaChem La ran'
(513) 523-350 5
51-72 Cnillege Carner Pike, Po Box 608, Oxfo rd r Oh i o 45056
1913-255 CNT I Page `.1 of 16
Page 467 of 475
Agenda Item #22.
EXIT [BIT A
ThoTnton ILaboration es
(813) 223-9702
1145 East Cass Street, Tam pa r Fl orlda 33602
Aqua P u re
(352) 355-2383
-3855 East Silver Springs Boulevard, Suite 107,, Ocala, Florida 34479
6.1.3 Sampling an0_Te_M-na Prior to Unioading,r 71he Contractor's delivery n1ler shall have a samp In
port to proviide a sample for analysis. At the sole discretion of Marion Counityr the Contradiarr!5
del ivery piarsonnel (dries) may be a:§ked to provide a sample of I ip uid sod m, hypoch lcdte before
the sh i pmc;nt iS UnlOad&l r Manion County it I supply al La sn m p1le cont
LW_ ainer and th-e driver shall
col lect the sarn pie from the to nk truck a nd to rn it vver to Ma r-lort Coti nty. The sample shall be
considered repfesentative of the lot. Marion County reseroes the right to 50ject sarnpkEs of ffie
liquid lium hypochlorite W quick analys w ensure that ft meets basic condlilions of the
specificatbin w[th respect to specific graVity., might percent of sodium hypochlorite, sodium
hydroxide, and suspended solids, Any lot tested by Mark)n County that f4115; to comply with the
SpL:;dficafion shall constime grounds fbr rejection of that kA. No payment shall be made for
hypochlorite tfia.t is re*cb2d. The Contractor or its subcontractom Ali allow 60 minutes for this
testing to be cmpleted. If testnig cannot be completed within the 60-minute pehod,, Marion
County shall allow the Cont or to unload the shipment. In. the event that the load is rejected,
the Contractor shall have fur (4) hours to supply another shipment- In the event that the
Contractor is unable or unwill I i r)q to suppl!y -a nother sh ipment wWri this time period, Manion County
has the nig ht to procure a shipment from anther soume and this Wl I faillu re to -del Wr shall
a r
constitute a second region. ;.I on. FV@ry tested and fiaito meet the chImine content
req Uirements, the delivery ill # rejected and the contractor will be responsible for paid lrig
replacement product Within 4 hours. In the event any product load fails laboraticry Wbring and
must be rejected after delivery, the contractor vVi[l be responsNe for removing the filed product
and proviiding replacement product within 6 Murs. In the event that the CoRtractor is unable or
unwilling to supply anoter shipment within this trne period, Man -on County has the right to
procure another shipment fmrn another source. Failure to delivery reply rnent produd Will
constihA)e a seco n d prod uct r'action. Th ree rejecto n 5 of a lot or !sh i pment during any period of
el
this contract shall constrtute automatic termination of the Contractor's, supply contract with Mar"10n
Cbunty.
6.1.4 -Sampling and I[est of Shigment After Unloading. Man -on County reserves the right to subject
samples of the liquid sod urn by lion W complete anaty5es to ensure that it meets EPA
tions., AWWA B300-10 spedfications, and the Specificafion.
6,1.5 CerUfled Ana Corytractw shall supply an affidavk slqned by a corporate designated officialf
certifying that the lip sodiurn hypoichfor ite furnished by the Contractor, complies with all
applicable requiren ents of this Specificatk)in. and AA Standard B300-04, labest revision in
addition to a third party analysis of its sadlurn hypochlorite in accordance with Section 6.1.
6.2 Sodium nte Tank Cleanings
61.1 At any time do In ng the perf6rima nce of this Agreement, ff Ka don County has any sort of sl udge
or other 1 rnpurity buildup in any of R5 sodiurn hypochiorire tan ks, the ContacWr ill cleamut
the tank at no charge to Ma rion Cou my Frith i n seven (7) dlays,, ran le-ss; such timeframe is extended
by Man -on Courrty. The cleanout should be done in su:h a manner so that it is done sated with
no loss of disinfectvW to the affected plant ard the contents disposed of i n accordance Wth
current regu lations on d1sposal of hazardous wastes - The Contractor shal I sum it a procedure to
Marion County for approval or to this work betng completed. The determiration of whether
there is any such sludge or impurity buildup in th8 tanks Milk tie5 at the sole d1saL:F1ion of Marion
I 95-Z65, GMT 1. Page 12 uf 16
Page 468 of 475
Agenda Item #22.
WYOW IF, OPIWO
County. When the ta n k ha s been property cl eaned, the Contractor sh all' refill the tan k with dean,
fresh sodi-um hypachlorite at no cow to Man -an County.
7, OCCUPA 770AW L NE4 L 1W AND SA FM
71 Cont or Safaty Requirements
7.1.1 Contractor must ensure delivery perwnnel'rs compliance wiffi al"I OSHA require mentsr lrxJuding
persona I protecdve eq u ipmeryt for Cbi ktr ctx de"HYM personnel, induct ing Without I i mitation
chemical gogg lesir franc parent face shield and hard hate rubber gkwes, ru bber bwts., and
rubber or plasbic-oDated fabHc apron or slicker suit. Conti -actor delivery personned must wear
at m i n im um,, chem I cal gogg s a rnd ru bber g fives when handl Ing how and vat.
7.1.2 Contractor delivery personnel most remain within a safe proximity While the tran5fer is in progress
and contInuously monitor for leaking ho5es, CDflnectioris, or other problems. It is Ithe
respons i bility of Contracwr delivery per -son nel to conta in I e8ks and to report a ny and all soils.
T2 MatWa I Safety Data Sheets. In cornpl ianca? with Ch:j Ater 44 2 Florida Statut es, -:3 ny Chi ernica I delivered
ftom a Contra or m u5t be accom pan ied by a Materi a I SafData Sheet (MSDS). The MSDS rn uA be
r1r0lintained. by the user agency and must indude the foilowing information:
The Cbemica I Name and the corn.mon name of the toxic subAance
IF The hazards and other risks in the use of the toxic indWing
Tbe pot�:nda I f6r fire, exploslanr corro5iv* aM reacbvity;
r
71he known acute and chronic health Orects of n-As from exposure, indud'ffsediicall
cond itions wh ich are general ly recogin ized as bei rig aggravatod by ere to thre toxic
subAance; and
The prin ory routes of entry, and syrn ptorns of overexposure.
The proW precautionsr handling praiftkesr nsaTy personal "ectfve equipment, ard other
safety precatkons in the use ofr or exposure to., the toxic sub=nces, iln&ding appropriate
emergency treatment in the case of overexposure.
The emergency proved ure for spit Is, fire, d i sposa I a nd rest a 0
A descriptk)n, i n lay terms, of the known speci5c poten Va I hca Ith ri$k5 por.,ed by t�te Wkic subsUme
intended to allett any -person reading is iriformatm.
The year and m, onth, if avafliabler that the information was compiled and the narne, aWress, and
emergency telephone Pumber cif the manufacturer responsible f6r prt%paTing the informabon.
Any que!Oons regarding this req u irement shall be d i reaW to
Depaqment of Labor and Employment Security
Bureau of Industrial Safety and Heallfti
Toxic Was Informeffion Center
2551 Execubve Center., Circle West
Tallahassee.r Floilda 32,Xlil-14
Phone,r, &001367-4378
7.3 Emergency Plan of Action and Safety Training
6- 11 Within 30 days of award and acceVanoe of the contract for the supply of liquid swiUrn
hypochlorite, the Contractor shal[ proyde in writingr an emergency confingency plan, with
appropriate telephone contacts,, for Ma ran Cou nty to fcol low in case an eimergency so ppiy of liq uid
soodium hypo&IoOte is rimed. The Contra shall supply in v'it ing, an emergency spill
respanse plan with appropriate emergency resMrise personnel names (to mclude at least t�yo
degreed engineers vyho live vvfthin one hundred fifty milies of Man -on, Cowity) and telephone
contact numbers (24-hour contact numbers) within 30 days of award ar� acceptance of the
contract to supply liqtjId 5odiurn hypochlic�fite_ In addirtion , the proper spill response notificatior)
procedluire, along with any forms requ fired by a I I k)cal, sWte or sera I regulatory ag-encies, sh a It
be supplied by the Contra . This secti on i n no way relieves th e Contracto:r Of h i 5 rESPIDTIS1 bl!'Ity
I q8-265 CN T I Page T 4 of 115
Page 469 of 475
Agenda Item #22.
-WACWK11M*M-b
to rvotify the proper rec V n the event of a spi I I or
gilatory agen Je5in the event of a spill iinCkki)t. i
leak 1; r)
.r the Contractor shall supply the necessary personnel (induding or te degreed enginee to
immediately re5pon d to sudi an event,, to work wO the lomll Hazardbus trials RTearn
and to ma niage and oversee 'After EveW cl eanup efforts., Shou Id a 0111 or lea k occur, caosed by
Coriwactorr5-, person net, eq u ipment or method crf del ivery, Contractor shall im mediatel y comply
vvith a I I applicable terms a �d conditions of the cu rreTit version of Title Illo So per fuad Arne ridments
and Reauthofizati on Act cf 1986., 42 U.S.C.S. 11001 0 et seq - (SARA) and the F]Grk% Hazardixis
Materia[5 Emergency Response and Community Right to Io%ev Act of 1988, Chapter 252, Part 11,
Flonid-a Statutes. The responsi billity fty o3nViiance with Fedor I a rod State ru lies a rid regulat ions
regarding Conttactor caused s 11:5 or reli�ases shall be the sale re5pon:§ibilllty of Contr clor. The
pi
Contractor shall I inderrin iN and Mid Ma nion Cou rity harmless f6r any failure to properfy repart and
,for comply with this provision, in addIftion, Gantractor s-hziI bear all eypensies of spell unLess
caused by the sole riegligence of Marion Courity.
7,3.1 Safe Handling rairung. Thy Contractor shall pride an appro"te safe handling training
co u rse for liquid sodium hypo&lorlte within the first month of the cone to all clurrent
Marion County operation:s persoonnel and shall be available to r,,anduct 'reftesher' courses of
navy �rnployee train i ng at six (6) month i ntervalls d urinig the contract period. The Contractor
shall provide this assistance at no charge to Marion ODI-11171tyL
7.3,2 Technical k5sistance. The Contractor shall provide engir.eering arm technical ass' sUinee, as
needed, regarding the applicadon of its product and d1!3W!>-al and handling of reskkers and
sludge's prodtic ed by thEapp I "tion of I lquid sod i urn hhl o rite i n the water ard we eweer
treatment process, 7hi5 expWise shall end to the applicatior) of all offier chemicals used
by Marion County In its water treatm-ent and waater bvatment plants. The ConiftaOx
shall provide th is assipsta nce at no cha rge to Marion Cou rity.
81, EQUZWEN7-5UFPL Y
From time to time as tiaquired by MatiGn County, Marion County may dired Contrador to supply chernicall feed
r ,
eqUipment indudiW pub and associated part:. Manori Cbunty may require -any of this equilpment from the
Contractor d ud rKj the term of the sW i um hypcchicrite 15upply agreement, w ith no min iMUM5g uaranMed.
Contractor agrees to supply tD Ma rion Cou nty within ftee (3) vvoq*i ng day:s of a n order - Co ntractor shall
inn ude a price I Est with his submittal for the f6l krMN items and pridng Shia I I be helld firm fbr th e length of the
contract. CP1 adjtj!5tment5 shall apply. Shipping shall irduded FOB, Ocalia, FL, wfth no Min irnurn order.
0 3/8 ,r Teflon Tubing
0 1/4" Teflon TubirIg
0 3/8" Jamr Fittings
0 1,4" Jacor Fittings
0 1/2' to 3/8 "r Sched u le :130 PIVC reducer bu sh Ing
IF 1/7-" to 'A "' S&ed ule 80 PVC red ucer bushii ng
Pullsatron Series A+ Ll304SA-VVC9-XXX 24 GPD/100 psi
Pullsatron Sedes A+ LB64SA-VVC:9-XXX 30 GPID/100 psi
Pulisiatron des E+ LPE4SA-VVC9-XXX 44 GPD/100 psi
Pulsatron Series E+ L1131116MANTO - XXX 120 GM 100 psi
Pull satron Series E+ LPHSSA-VVC3-520 76 GPD1150 psi
PrUllsatron Series E+ LEGS SA-VVC3-520 76 GPD/150 psi
Plull5atrQn Series E+ LPG5.SA-VVC3-520 96 GPD/100 psi
Pullsatron Sri es MP LME4TA-VTCJ-500 44 GPID/100 psi
K4VVC9 KOPKIT (24/30144 GPD)
LG301100-THY (1) Diaphragm 24/30144
SPKDIA4 (5 pk) Diaphragm 24/30144
Suction Via Ive D 10 1TCI-PVC 24/30/44
'Discharge Valve L3201VCD-PVC 24/30/44
CNT I Fla" 14 of t 6
Page 470 of 475
Agenda Item #22.
EXHIBIT A
• Degassing Valve 13200DV1-PVC 24/30/44
• Injedikyn Valve Assembly J612-37 2-4130144
• I njection Valve Assembly J41873
• K6VTC3 KOPKrT (120 GPD)
• Bleed e r Va Ive (120 G P D) L33 DOT03 -PVC
Is Sion Va Ive 1.3 10 ITC3 -PVC (120 GPD) 120 GPD/ 1.00 psi
A Discharge Valve L3201TC3-PVC (12.0 GPD) 12-0 GPD/100 psi
X250EV1TC1 C.3 1/3 HP motor 21,91 GPM
Calcium Hypochloribe (i--fl-H) 68% Minimum Avalilable Chlorine 65% (100 lb. pails)
HIGH TEST CA UM HYPOCKLORITE (111TH) GRMULAR SPECIFICATIONS
1. G ran War CIS lori ne Cald urn Hy po& for (HT11) 68% minim um available chlori n e 65%.
2. Granular Ch lori ne Calci urn Hypo & lofte (HTH) ccst per each 100 Pound Pa i 1.
3. Del ivery sha I I be FOB, Oca la FL at the five (5) below Marion aunty Water Fri I kies
Golden Ocala Wa Tfeatment Facility
2550 NW 701h Avenue
Ocala, Florida 34482
Oak Run WaAewateir Treatment Fablity
11400 SW q0th TerTaw
Ocala, Florin 34481
it Spnings Wastewater Treatment Fad I ity
SR 19 & SR 316
Salt Spnings, Florida 32134,
Silver Springs Shores Wastexater Treatment Facility
4.50 Emerald Road
Ocalia, nchda 34472
Ston ecrest Wa Treatment Facility
17200 SE 115� Avenue
Sum merfield, Florida 34491
HIGH TEST CALCIUM H1fPOC14LORITE (HTH) GRANULAR SPECIFICATIONS
1. High Test Chlorine Caltium Hypochlorte granule are used for disinfe:tion and ordered in 100 pound pail.5 of
68% mini mum avail -able chlonirke 65%.
2. live' y shall be FOB, Ocala Fl. at the ftve (5) below Manion County Wastewater Facilities:
Golden Ocala apt titer Treatment Faaffity
2550 NW 70thAvenue
Ocala, Hc�rida, 34482
Oak Run WaAevvater Treatment Facility
11400 SW 901�1 TerTace
Ocala, Florida 34481
It Springs Wastewater Treatment Fad I ity
SR 19 & SR 316
Salt Springs, Flon-da 32134
Sitver Spring� Shores Wast5-water Treatment Fri lity
450 brald Road
Ccallair Florida 34472
Stoneaest WasWvaWr Treatment Facfilit`
y
17200 SE 11Avenue
Sumrnerfield, Florida 34491
1 9B-2&5 CIS T I Pne IS of 16
Page 471 of 475
Agenda Item #22.
EXHIBIT B 1913-2-65
Bulk Chlorine Fee Schedule
Odyssey Manufacturing
BID# 198-265 Bulk Chlorine
Company.__
Itern
Description of -Services
qlEstimated
Unit
UNIT
Quantity
COST
TOTAL COST
Licuid, 1-21.5% Trade Pi�rce.nt AvaijabIc rid hlon- ne.,
260a is
Gal
Delive-n-es for Utility 91tes
$0.89
L $ 231,594.02
2
RTH gmular, powder, Deliveries for Utility
90
100 lb
Sites
bail
1W.00
S 12.DOO-DO
3
Lease T
is
Sites
$
Provided at no cost
TOTAL BASE BID
243,594,02
I 9S- Z�5 CNT I Rag =% 16 or 16'
Page 472 of 475
Agenda Item #22.
EXHIBIT B
0 DYS S EY
MANUFAC]URING CO.
September 20. 2022
Mr, Nate Litteral
Water *Treatment Plant Supenintendent
Villag, , of Tequesta
901 North Dixie Highway
Tequesta, Florida 33469
Re-, SODIUM InTOCffLORITE SUPPLY TO VILLAGE OF TEQUESTA
Eij(,1- (1) Marion County Sod larn I 1�-pochlorlte [�iggyback, Package
Dear Nate,
L
Village
you kno %v, Odvs-seer Maio _ has bc&n !�tj
ufactUrinff Cpplying the I , of Tecluesta Lsod I UM
t; I ue is bet-ng served ande r ci
hN.- past eight years- Currenfiv, the V'llage of Teq _--,�ta
pochlo-rite for thcL 010TI that ey L
plg&yback arrangement using Bay County"s conti-aa at a rate -of S.835 LpIrc S 051
Septern her 3 0, 202 2 - Bay Court y e laded to n rat renew t he contrac.i aad recerii I N [)'Ld �l nd Odyssey was
I q-,� 'I'd -
th e I ow bid.der at S 133 5 pcLr gal Ion. Unfortunately,, the contrao, approval w - I I not o -_ ar url ('11. M
0QtobL2r_ As such, (Myssey MaTlufacturi n ry Co- agrees i o perm it tho V I Rage of Tequesta to pig&back
ol 15 $pThis
Mar -ion County's sodium hvpochlorite effectivcL Octobey 1, 2022 at a pril, of 1.25 per lion.
cont-Tact was approv ed this m ors 1 ng by Marion County at their Boy rd Nltet I n p, at S 1.25 per gal [on
throe J'h i S WIOTItract has two more one --year renewals remaining.
gh ScptcmbeT30,.2023_
A s such, offective October 1, 202 2, Odyssey pr(-Pposes t o sell the V -11 [age of Teq nests 1 ts TJ ltmchlor
12-5 Trade Per Eodium liypochlonte for the fiT-m lump sum prLce of $1 -25 per gallon using a
piggyback from Marion Cou-ntr-%.. UtIlitie'SL This price is fixkl and (bore are. no fuel surcharges or
biL me ewals. I have
delivery fees. T ls cotitmct expires September 30, 202-3 and has two mcire one-year ren
L
attac-hed a copy of thcL, oriFinal bid. package, ow bid. The r,,-ontraa. and the renewal dooumentation (see
I WLIJ -1 soon as I
Enclosure (1))- 1 forward you an executed copy of the Marion Cminty am as
1 _8643. rrb
r an -67
s the point of contact with N1 'on CountY 352
L r
get It back.- Shan' Cbmevere i W I v tide rstand 1 n g that Odyssey Man kifactUrino would w. ntinue to
pr�)posal to pig&yback is made th the
Utr w'11
supply' your I Ii ty � s bulk soli um hypoch lorile needs. A -� part of th e the �C-al suPPlY, OdYss Y
1�..OntL V ide techn- oal as s i stance to yo ur race I it es as rl!�qu ired as we hav e do rye in the past.
inue to pravL I
you
Pre ricng for that matic�) has been o o i ng up at a rapi d -rate
As know, chemk!-alL- I i ng (and all othcr p 1 0
th is p&st year. Ti c renewal I cLger to Mai -ion C ounly contains the. j- 0:56 fication for the proposed
Thanks for your conside-ration. Pltase do not heFitate tfj contact meat (813) ODYSSEY or ciellular
-1 1 islance. now if this
(8 13) 3 3 5-3 ZI 4 4 - f 1 can be of farther Ei s s' Please let us k 1 you are agrecable to is
piggyback_ We appreciate you r b LIS L tie SS im d Suppoft.
Sincerely,
Pmnck H. Allman
(-Peneral Manaper
HANUFACTURIERS GFROET71% CHLOR (:800) ODYSSEY
www.adysscymanufracturing-com
FLO e! ge 4 73 of 475