Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 27_11/9/2023 Agenda Item #27. Regular Council STAFF MEMO Meeting: Regular Council - Nov 09 2023 Staff Contact: Marjorie Craig, Utilities Director Department: Utilities Consider Approval of Odyssey Manufacturing Company Piggyback on Marion County for Purchase of Bulk 12.5% Sodium Hypochlorite (Bleach) The Utilities Department uses sodium hypochlorite, commonly known as bleach, in the disinfection process during treatment of our potable water. We purchase this critical chemical for the treatment process several times over the year. To ensure the best possible price, the Utilities Department is recommending that the Village continue to 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." The original contract expired on September 30, 2022, and Marion County opted in for the one year renewal last year, which expired on September 30, 2023, and has now renewed the contract for another one-year term, which expires on September 30, 2024. The renewal is attached to the agenda item. OMC has agreed to provide the bleach at the price stated in the MCU agreement, which will be $1.65 per gallon. There are no fuel surcharges, delivery fees, or other hidden charges. Odyssey also provides technical assistance to our water plant as required. If approved, the Village would accept OMC's pricing by piggybacking the MCU's contract including all terms, conditions, and pricing therein. Approximately 75,000 gallons of chlorine will be needed during the fiscal year for the water treatment plant. The Village has purchased chemicals from Odyssey Manufacturing Company for many years and has received excellent service, exceptional technical assistance, and a quality product. Funds will come from the Water Fund, Production Division Account #401-242-552.342 Water Chemicals. FY24 BUDGETED CHEMICALS FY24 BUDGET FY24 ENCUMBERED sodium hypochlorite (bleach) $123,750 $0 hydrogen peroxide $68,600 $0 sodium hydroxide (caustic soda) $103,530 $0 anti-scalant $17,458 $0 sulfuric acid $47,118 $0 anhydrous ammonia $6,715 $0 miscellaneous treatment chemicals $2,000 $0 FY24 TOTAL CHEMICAL BUDGET $369,171 $0 Page 621 of 702 Agenda Item #27. Attached is the new agreement between the Village and Odyssey for sodium hypochlorite, and Exhibit A, which is the one-year renewal by Marion County and their agreement with Odyssey to provide sodium hypochlorite. 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. BUDGET • • BUDGET AMOUNT $123,750 AMOUNT AVAILABLE EXPENDITURE AMOUNT: $369,171 $123,750 FUNDING SOURCES: 401-242-552.342 IS THIS A PIGGYBACK: 0 Yes ❑ N/A DID YOU OBTAIN 3 QUOTES? M Yes ❑ N/A QUOTE 1 - BUSINESS NAME N/A QUOTE AMOUNT N/A QUOTE 2 - BUSINESS NAME N/A QUOTE AMOUNT N/A QUOTE 3 - BUSINESS NAME N/A QUOTE AMOUNT N/A COMMENTS/EXPLANATION ON SELECTIONContract piggyback on Marion County for bleach from Odyssey POTENTIAL MOTION - • • Ad The Utilities Department recommends approval of this contract renewal. ATTACHMENT . 01) 1 st Addendum to the Odyssey Sodium Hypochlorite Agreement date fixed chemical 1 st page only 02) Exhibit 1 - Pricing Sheet 03) Exhibit 2 - Marion County Contract (Sodium Hypochorite) 04) Authority to Sign Ltr Page 622 of 702 Agenda Item #27. FIRST ADDENDUM TO THE AGREEMENT FOR THE PURCHASE OF SODIUM HYPOCHLORITE BY AND BETWEEN THE VILLAGE OF TEQUESTA AND ODYSSEY MANUFACTURING COMPANY CO. THIS FIRST ADDENDUM,made and entered into this 9th day of November, 2023, effective immediately,by and between the Village of Tequesta, Florida, a municipal corporation organized and existing in accordance with the laws of the State of Florida with offices located at 345 Tequesta Drive, Tequesta, Florida 33469, hereinafter referred to as the "Village", and Odyssey Manufacturing Company CO., a Florida corporation with offices located at 1484 Massaro Blvd., Tampa, Florida 33619, hereinafter referred to as the "Contractor" (and collectively the 'Parties"), both of whom agree that the current Agreement for Purchase of Sodium Hypochlorite, pursuant to RFQ No. UTIL 04-19, (hereinafter the "Agreement"), made and entered into by the Village and the Contractor on the 1 Oth day of November 2022, is hereby amended in the following manner: Section 1: The above-referenced Agreement shall be amended by updating the pricing upon mutual agreement of the Parties to the new unit pricing expressed in"Exhibit 1" of this amendment. Section 2: The above-referenced Agreement shall further be extended by exercising extension no. 2, for an additional year, and shall now expire on September 30"', 2024. Section 3: All other Sections and recitals of the above-referenced Agreement and amendments thereto shall remain in full force and effect. Section 4: This First Addendum shall be attached to the current Agreement and shall become a part thereof. IN WITNESS WHEREOF, the Contractor and the Village have signed and executed this Fifth Addendum on the second page of this Fifth Addendum, with an effective date as noted above. ODYSSEY MANUFACTURING CO. Page 1 of 2 Page 623 of 702 Agenda Item #27. By: Patrick H. Allman General Manager (Corporate Seal) ATTEST: iLI , jt J 4 rr C ip rate Secretary VILLAGE OF TEQUESTA By: Molly Young, Mayor ATTEST: Lori McWilliams, Viliage Clerk Page 2 of 2 Page 624 of 702 Agenda Item #27. EXHIBIT 1 ODYSSEY MANUFACTURING CO. September 9, 2023 Mr.Nate Litteral Water Treatment Plant Superintendent Village of Tequesta 901 North Dixie Highway Tequesta, Florida 33469 Re: BULK SODIUM HYPOCHLORITE SUPPLY FOR FY 2024 Encl: (1)Marion County Sodium Hypochlorite Piggyback Package Dear Nate, As you know, Odyssey Manufacturing Co. has been supplying sodium hypochlorite to the Village of Tequesta's water plant under a piggyback arrangement with Marion County for the past year at$1.25 per gallon which expires on September 30,2023. Marion County recently renewed their sodium hypochlorite at a new unit price of$1.65 per gallon. As such,Odyssey offers to continue to sell its Ultrachlor 12.5 Trade Percent sodium hypochlorite to the Village of Tequesta for the upcoming fiscal year at a unit price of$1.65 per gallon from a"piggyback"arrangement with Marion County through September 30,2024. This price is fixed to your water treatment plant and there are no fuel surcharges, delivery fees or other hidden charges. The contract has one one-year renewal remaining. I have attached a copy of the solicitation package, Odyssey's proposal,the award notice,the contract and the renewal amendment documentation. Shari Chinevere is the point of contact for Marion County @352-671-8648. Also,as part of the chemical supply,Odyssey will continue to provide technical assistance to your facilities as required as we have done in the past at your Water Treatment facilities. As you know,we continue to be in a period of unprecedented hyper-inflation in this country and in particular the chemical business for the past two plus years. Unfortunately,we have not raised prices fast enough to keep up with our actual cost inflation for the past two years and are suffering financially. Additionally, in the past twelve months,we have had the following cost increases: (1) Large traffic increases in Florida have caused us to hire more drivers to deliver the same number of gallons(our average#of tanker deliveries in a 12-hour day has gone down from 1.33 to 1.20 in the past twelve months; (2) Driver wages have increased about 20%because of the national driver shortage;(3)Odyssey's cost of medical benefits increased by$1.1 million this past January because we have to have good insurance to be able to hire and keep drivers; (4)The cost of leased tractors from Ryder has gone up 18% in the past twelve months; and(5)The cost of new FRP tankers has increased from $78,000 to$128,000 over the past twelve months. Overall, our delivery costs are up 40%and about$.25 per gallon is the amount of the total price we allocate to delivery. Secondly,we are becoming more dependent on ECU's(i.e., chlorine and caustic railcars)to make our bleach. ECU prices continue to hover between$1.20 to$1.30 per gallon(add$.10 to make it and$.25 to deliver it you can see we are upside down on many of our deliveries). Third,we have a lot of"soft costs"that have gone up significantly and we tend not to focus on things such as liability insurance which is up $150,000 per year. Our property insurance went up$150,000 last year and went up another $350,000 on our renewal in June. Earlier this Spring,we were informed by our raw material MANUFACTURERS OF CHLDR (800) ODYSSEY • www.odysseymanufacturing.com 6 • Agenda Item #27. suppliers that they will be implementing significant increases in rail freight in the next few months largely spurred by the recent mishap in Ohio(on order of magnitude of$.05 - $.10 per gallon). Besides our cost increases, a second barometer is hypochlorite bids in the marketplace. The below table represents all of the bids in the State of Florida for sodium hypochlorite in the past twelve months. As you can see,the proposed increase is very reasonable in light of the recent bids. Annual Allied or Odyssey or Bid Date utility Gallons Brenntag Hawkins 9/6/2022 Bay County 232,500 $1.89 $1.35 9/8/2022 City of Marco Island 404,405 $1.34 $1.55 9/9/2022 Seacoast Utility Authority 250,000 $1.29 $1.55 10/7/2022 City of Plantation 262,000 $1.328 $1.67 10/26/2022 City of Lakeland 90,000 $1.57 $1.58 10/27/2022 Pinellas County 1,481,223 $1.45 $1.15 11/18/2022 City of Wildwood 115,000 $1.57 $2.56(H) 11/22/2023 City of Winter Haven 714,777 1.55 No Bid 12/8/2022 ity of Clearwater 957,000 $1.67 $1.28 1/10/2023 City of Tallahassee 625,000 $1.69 $1.59 1/25/2023 City of Edgewater 240,000 $1.73 $1.49 3/6/2023 Peace River Manasota 750,000 $1.43 $1.69 6/2/2023 City of New Port Richey 320,000 $1.44 $1.85 6/15/2023 Okeechobee County 30,000 No Bid $1.80 6/27/2023 Town of Jupiter-Full Tankers 314,000 $1.44 $1.85 6/27/2023 Town of Jupiter-Small Tankers 4,000 $1.54 $3.50 7/6/2023 City of Fort Lauderdale Full Tankers 9,214,000 $1.47 $2.25 7/6/2023 City of Fort Lauderdale Partial Tanker 356,000 $1.57 $2.45 7/10/2023 City of Ocala 325,000 $11.90 $1.75 7/26/2023 The Villages 700,000 $2.37(B) $1.85 (H) 7/31/2023 City of Ormond Beach 320,000 $1.95 $1.69 Thank you for your consideration. We look forward to the opportunity to serve your sodium hypochlorite needs in the future. Please do not hesitate to contact me at(813)ODYSSEY or cellular (813)335-3444 if I can be of further assistance. Sincer , Patrick H. Allman General Manager Page 626 of 702 Agenda Item #27. EXHIBIT 2 COUNTY o� Flo Marion County b Board of County Commissioners MODIFICATION OF AGREEMENT WITH MARION COUNTY ("COUNTY") AGREEMENT NUMBERITITLE: 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 196-265 and shall remain in full force and effect until the completion of all services required of SUPPLIER under the Agreement. WWI NI Prwilsilons of the Ausement not speciftally modl8ed herein shall remain in full force and effect ISSUED BY:Marion County Board of County Commissioners PCA/BUYER: SHARI CHINEVERE 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.,Tampa,FL 33619 ATTN: Patrick Allman (pallman@odysseymanufacturing.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 FOR USE AND RELIANCE OF MARION COUNTY ONLY, STATE OF FLORIDA r J APPROVED ASID FORM 9iVD LEGAL SUFFICIENCY CAR , I DATE q MATTHEW G. MINTER CHAIRMAN MARION COUNTY ATTORNEY ATTEST: COMPANY NAME: 9 20 22 Odyssey Manufacturing Company GREGORY A RELL DATE n,, M�ARION O N CLERK OF THE COURT q lot-202-Z BY ll�h L D `I. A Ntipt�� ATE PRINTED NAME �enornci r ITS: 19B-265-CA-01 CNT I 1 of 5 Page 627 of 702 Agenda Item #27. 1B-25 Bulk Chlorine Fee Schedule Revised Exhibit B Itern7 No- Description of Services Unit Unit Cost LGqu d, 12. Trade Percent Available chlorine, 1 Deliveries for Utility sites 1.25 HTH granular, powder, Deliveries for Utility 100 ib 2 bites Pails 400M Proviled Lease Tanks Site at no cost 19B. SC"I r.MT!2-Of 5 Page 628 of 702 Agenda Item #27. 1 B- 6 - "A-01 Bulk Chlorine. EXHIBIT 1. DEFINITIONS. A._ Section `Z' of the Agreement is ruodified to include Purchase Orders in the def li ii on of Contraeb Documents; to acid that should any conflict arise between the Contract Documents and the Agreement,the terns of the Agreement shal l crovern. 2. INSURANCE. A. Section `13' of tht Agreement requiring in part that the company issuing the required Certificate` of Insurance have an A-M_ Best Cony rating of at legit a B+ is modified solely to delete the words"at least ar$+"and replace therm with"at least an -_" 3, EMPLOYEE CLIOIR LITY VERIFICATION. A. Section `19' of the: Agreement regarding E-Verify is deleted in its entirety and replaced unth the following- Section 19—E-Verify,pursuant to Section 44&095,F.S. Section 44&095,Florida Statutes,requires SUPPLIER to be registered and use the E-'verify system to verify the work authorization status of all newly hired employees and prohibits SUPPLTER frurn entering into the Agreement unless it is in compliance therewith- Information provided by SUPPLIER is subject to review for the most current version of the State or Federal policies at the time of the award of the Agreement. 1_ COUNTY hereby affirms it is duly registered,uses,and adhere;to the practices of the 1-Verrify system,including those outlined in the clauses below. 2. SUPPLIER has agreed to perform in accordance with the requirements of this Section and agrees: a_ SUPFLIERcertifies and assures COUNTY that SUPPLIER is currently in full compliance with Section 448.095, Florida Statutes and it is registered and uses the E-Verify Systean to verify work autheariaaGtiom status of all newly hired employees and will continue to dG so throughout the Term_ This certification and assurance is a material term on whieh COUNTY relies in entering into the Agreement_ b_ COUNTY shall immediately terminate the Agreement if COUNTY has a goon faith belief that SUPPLIER has knowingly violated Section 44 _09(1), Florida Statutes, that is, that SUPPLIER knowingly employed, hired, recruited, or referred either for itself or on behalf of another, private or public employment within the State an alien who is not duly authorized to work by the iuru gration laves or the.Attorney General.of the United States_ c- When SUPPLI 1, enters into a contract with an employee,a comtractos or a subcontractor, SUPPLIER shall obtain from that contracting pasty ("CDuhucti.ng Panty"} an affidavit stating that the Contracting Party does not employ, contract with, or subcontract v+2th an unaeutborized alien. d. SUPPLIER shall mxaintain a copy of such affidavit for the duration of the Agreement and provide it to COUNTY upon request_ et_ SUPPLIER shall immediately terminate the Oontracting Party if SUPLIER has a gaud faith belief that the Contracting Party has knowingly violated Section 448_09(1), Florida Statutes,as set forth above. t'dB A l CNT 13 tad 5 Page 629 of 702 Agenda Item #27. f. If COUNTY has a good faith belief that S 'PLEER's Contracting Party has knowingly violated Section 448.09(l), Florida Statutes, but that SUPPLIER has otherwise complied, COUNTY Y shall promptly order SUPPLIER to teminate the Contracting Party. SUPPLIER agrees that upon such an order, SUPPLIER shall immediately terminate the Contracting Party_ SUPPLIER agrees that if it should fail to comply with such an order, COUNTY skull immediately terrinate SUPPLIER. g. If COUNTY terminates the Agreement with SUPPLEEI?, SUPPLIER may not be awarded a public contract for a least one(I)year after the date of tuminatinn. h. SUPPLIER is liable for any additioDal costs incurred by COUNTY as a result of a termination under this Section, L Any such termination under this Section is not a breach of the Agreement and may not be considered as such. j. SUPPLIER shall maintain records of its registration, use, and compliance with the provisions of the F-Verify system, including the registration and use by its subcontractors, and to make such records available to COUNTY or other authorized gorvernrnental entity. k_ To comply with the terms of'this Employment Eligibility "Verification provision is made an express condition of the Agreement and COU "FY may treat a failure to comply as a material breai;b of the Agreement- 4- SCRUTIN1ZED C0.11PANIES. Adds Section `27' to the,Agreement with the following. Section 27- Scrutinized Companies,pursuant to Section 287.135,F.S. A- Certification. 1_ If the Agreement is for One Million Dollars or,more, SUPPLIER certifies that at the time it submitted its bid or proposal for the Agreement or before entering into the Agreement or rencvri g same, SUPPLIER was not then and is not now: a_ On the Scrutinized Con4wies with Activities in Sudan List or the Scrutinized Companies with Activitie5 in the Iran Petroleum Energy Sector List,created pursuant to Section 215.473,F.S.,or b. Engaged in business operatiow,in Cuba or Syria. 1 If the Agreement is for any awount, SUPPLIER certifies that at the time it submitted its bid or proposal for the Agreement or before entering into the Agreement or renewing same, SUPPLIER was not then and is not now: a, On the Scrutinized Companies that Roycon Israel List, created pursuant to Section 215.4725, F_S_ or b, Engaged in a boycott of Israel. B. Termination,Threshold Amount. COUNTY may,entirely at its option,terminate the Agreement if it is for One Million Dollars or more and FIRl4'f meets any of the fbU0wj ng criteria_ 1. Was entered into or renewed on or after July 1, 2011,through June 30, 2012, and 1 SUPPLIER is found to have. a. Submitted a false ceati flcation as provi&d under Section 297.135(5),F.S., or b. Been placed on the Scrutinized Companies With Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215_473,F.& OR 3. Was entered into or renewed on or aver July 1,2012, through September 30, 2016,and 4. SUPPLIER is found to have: a. Met either prohibition set forth in Section"27(F X2y' above or b. 13em engaged in business operations in Cuba or Syria- OR 5. Was entered into or renewed on or after October 1,2016,through June 30,2018,and 6. SUPPLIER is Rnmd to have: a, let any prohibition set forth in Section�27(I3)(4)" above or 1-98-265-CA"9 GNT 14 Page 630 of 702 Agenda Item #27. b. Been placed on the Scrutis� Companies that Boycott Israel List, created p uant to Sean 215,4725,F_S. or is engaged in a boycott of del. R 7, Was entered intro or renewed on or after July 1,2018, and 8. SUPPLIER is found to have met any prohibition set forth in Section"27(B)(4)" above- . Termination,Any Amount COUNTY may, entirely at its option, teru77nate the Agreement if it. is for any amount and meets any of the following criteria. 1. Was entered into or renewed =or after July 1,2018,and 2. S' PPLIER is found to have been placed on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725,T.S.or is engaged in a boycott of Israel. Zl_ Comply; Inoperative. The Parties agree to comply with Section 287.135, F_S., as it may change from time to time during the Term. The contracting prohibitions in this Section t ome inoperative on the. date that Fedcral law ceases to authorize the State of Florida to adapt and enforce such contracting prohibitions. S_ SOVEREIGN P& UNITY. Adds Section `28' to the Agreement with the following' Section 2.8—Sovereign Immunity.Nothing in the Agreement shall be deemed to waive the sovemi immunity protections provided.COVNTY pursuant to Florida law. Notwithstanding anything stated to the contrary in the Agreement, any obligation of COINTY to indemnify SUPPLIER, if provided, is limited and"I not exceed the limits set forth in Section 768.28, Florida Statutes_ This Section shall survive the termination of the Agreement_ . ON-GOM COMPLDME. Adds Sectiou `29' to the Agreement with the following, Section 29 — On-Going Compliance, The Parties acknowledge that the Agreement may contain provisions prescribed by laws, statutes, and regulations that cw change daring the Term of thy: Agreement.. The Patties understand and agree that the Agmement is intended to ref mt and require the Parties' compliance with all lays at all times_ The Parties expressly and specifically agree to perform the Agreement in full compliance with the governing laws, statutes, and regulations, as same may change from time to time_ 19B-2f6-CA-01 C4r 13 c' Page 631 of 702 Agenda Item #27. ODYSSEY MANIJ-ACTU�J �, CO. August 5,2022 Ms. Susan Olsen Purchasing Director Marion County 2631 SSE Third St- Ocala, FL 34471 Re.. MARION COUNTY BULK CHLORINE CONTRA T(BID NO, 19B-265) Encl: (1)Producer Price Index—PC U325180325180 Dear Ms_ Olsen, As you know,the o isting bulk chlorine contract expires on September 20, 2022- The contract has three one- year renewals past this dote. The purpose of this rei4sed letter is to offer to renew the existing contract for an additional year through September30,2022,with the following price increases° Liquid 1 .5 Trade Percent Available Chlorine Sodium Hyrpachlorita from$.89 per gallon to$1.25 per gallon HTH granular, power, 1 0#pails from $150 to S400 per pail As part of the amendment for the renewal, odyssey would agree to waive the provision limiting the increase to a maximum of 3% for this renewal. Based on our sales records, the sodium hypochlorite line item composes 98% of the purchases for this contract. As you are aware, vie have been in a period of unprecedented hyper-inflation in the chemical business the past two years. There is no specific Producer Price Index(PPI) Bata Table for sodium hypochlorite and calciurn hypochlodte. but it is a secondary product of the basic inorganic chemical manufacturing index since it is made from chlorine and caustic(hypochlodte) and chlorine and lime(HTH). in the past twenty-four months of the most currently available data, tho index has gone up 107%- The price of HTH has gone up more dramatically because of the nation al chlorine shortage coupled with the fact that the lamest calcium hypochlorite storage warehouse in North America burned down last year, As you know,the price of chemicals had been relatively flat for the past ten years. Thus, a % annual cap would mare sense. In the past twelve months our annual operating costs have increased as follows: 0) Electricity gists have increased$1.9 million;(2)Wages have gone up$1,6 million (eve wouldn't have any truck drivers otherwise); (3)Caustic prLes have increased by S500,000; (4) 'Hydrochloric acid costs have gone up$250,O170; (5)1=uel costs have gone up$2.4 million (our tankers get 5-6 mpg); and on and on. All of these items are integral to our mariufacturing process or to delivery of the product, Our major taw material is salt, and our salt cost has increased considerably in the past year as wiell. Our proposed price increase for the primary product you purchase is only 45%while the index has gone up 107%. As you know; Marion County has over fifty-seven small plants none of which take full tanker deliveries of 5,000 gallons. Many of the plants take only 100^300 gallons at a time_ Thus,there is a high cost to provide chemical deliveries to Mahon County#acilities since the delivery cost is spread among far fewrer gallons. Last year, Mahon County purchased approximately 250:000 gallons of sodium hypochlorite and forty pails of HTH. MA14UPACTURERS0FQ�q[L4 a Li pCAH& (SiDo) ODYSSEY www.ad seyrnanufacturing.com Page 632.of 7t2= Agenda Item #27. Thank you for your consideration_ The unprecedented inflation our country has been seeing since we bid this supply contract three years ago could not have been reasonably foreseen_ We have not seen this Level of inflation in this country since the early 70's and it none of us in business were working then. We value our supplier relationship with Marion County both as a customer and business partner. Vve look forward to the opportunity to serve your sodium hypochlorite needs in the future. Please do not hesitate to contact mat(813) ODYSSEY or cellular(813) 5-3444 if I can be of further assistance. We appreciate your understanding and continued support. Sincerely, . Patrick H. Allman General Manager Page 2 �f Page 633 of 702 Agenda_ It L �bF LkES0R STATLST�IGS 5uree,.of Labo:atak6tics) Data-»Is 9 DM2 RetrievaL Tools>MvKE Screen Databases, Tables & Calculators by Subject Chan L,t-Oulp"Deli Di is: FrOM; 2012 TOe 2MN* DindudegraphsUinCludeamualoweraps Morearmetainyilr�ti.ties�► Date Edmcted o1r.May 30,2422 64.4&R4 PKI PP8 Industry Data Series id, KUE251EA32 MS 5eriesTleLe: PPL industry daU fur Other ksaSitinarganic chemical rnanuPatku rng-secondaryproduM,notscesonaLlyadjusurd IndusFly, Offier basic inoerprirchcc„rrekrnpnufactur`ng Product_ $econdary products Ba';R pate: 201012 Download,0]xi" -year .....Jan Feb Mar Apr I May I Jun ! JtA I Avg Sep Emc '7At2 99.6 102.7 102-7 10Z7 1L 7 I N2-71 10-41 102.3 102-3E 1013 1014 102-4 �2013 142.E 1023 102.E 14Q.2 1A2.4 141:5 1V1-71 141.5 142.3` 302.3 :LM 102.4, �20i5. 1 I ID93 11Y3.TI . '200 110.9 I 1LL1 J.U.0- JI L,e 1:L3.7 1141 1 113:6 11" 119-41 7]1 A 121.s t- -� . 2018 -. 123.3 123,E 12.3:9 123:i'i 1Z7-6127_fi� 131.5� 1315 1.315 13L5� L39.3a 1283 Z01$ 13019 L34.0 133:5:117.3 1173j 117.3 10B.7 100-71 1481 107.1 107.1! {L f} 2oxa 109.4 109.4 199-4$ 109-41109-4 109A I 10021, 1A7.7 107.71 144.4 Iwo 155oG @ 2021 L54-11 1S41 I 154.E 1 1589 j 1T6.4 17SA 16L:197.193.743 1P3.71T.`•1$S.T29 18bA69 199.374 12421 i 1B7.4&4df j'193:115[P)120b.4BL�P)1227_r>0.1W I 7 P O.imi nsry_ail'indexes are subjes.t to monthky revisions up to faaT muntht Ifter 06+"nak pubG®don. U.S. BUREAU OF LABOR STATT-MLS FicstAl 54uar+t BLdIdkmg 2 Ma,;n tu;L ft Aw9nue NE 4' rk7ttafl.DC 24212-DDG1 Te[ephQr-e_1-2Q2-591.5Lh ] Ttle=rnunlcab3m Relay SerRn=7-1-1_A%vexbLr 9m+ Crif"O i5 Page 634 of 702 Agenda Item #27. AGREIRMNTBETWEEN COUNTY AND SUPPLIER This Agrecrrient Betweerl County and Supplier, (this `Agreement") triode and entered ir.ao by and between Marion.County,a political subdivision of the ;;ate of Florida, Ideated at 601 SE 251' Ave,Ocala,.FL 34471 (hereinafter ruferreri to as -COUNTY"} and Odyssey M211uf1ctt1A99 Cosop21Ly, located at 1484 Massaro Blvd,, 7arttp$, Fl, 33619, pcassessin9 5� 6345(hereinafter referred to as"SUPPLIER") under seal for the Bulk Chlorine,(hereinafter referred to as the`'ProjeW),and COI:rN7Y and SUPPLIER hereby agreeing as follows; WrM SL?TH: In consideration of the rnutual covenants and pro]ni5e5 contained herein Co NTY and SUPPLIER (singularly referred to as"Part}", collectively "Parties")hereto agree as follows.. Section 1 —The Can tract. The contract between COUNTY and SUPPLIER, of which fts Agreement is part,consists of the Contract Documents.This Agmernent approved by the Board of County Cornmimioner;OR Septernber 17, 2019 shall be effective on the last signature date set forth below. Section 2 — Tht Contract Documents. The Contract Documents are defined a5 this Agreement, the Specifications, the Drawings, all Change Orders and Field Orders issued hereafter, any oilier amendments hereto executed by the Parties hereafter,together with the fallowing(if any): Kariba Count} Solicitation i 19B-2b5 - Bulk Chlorine, the 017er, Solicifition Scope and/Or Specifications, Mans and/or Drawings., auylall ,A.ddenda as issued in support of this Solicitation, Certificate of lnsurance and Notice to Proceed. Section 3— Entire Agreement. The Contract D*cuments form the agreemm between Parties for the Project, and the SUPPLIER acknowledges roceipt of a copy of each and every Contract Document. The Contract Documents represent the entire and integrated agreement between the Parties and supersede prior negotiations, repTesentatiQns or agreements, either written or oral. This Agreement may be amended or modified only in w iting_The Contract DwumentS shall not be construed to create a contractual relationship of any kind between any person or eRtitie5 other than COUNTY and SUPPLIES._ Sections 4—Term. This Work (defined herein) shall commence upon October 1, 2019 and will conclude September 30,2022(the"Term"), Three(3)annual renewals are available,,pending maudl written agreernent. Price increases shall ONLY be considered upon mnewral notice dates, rntust be supported by an industry docurnented iacre se,shall not exceed three percent(3%),and must be Board approved.Ali Work well proud in a timely manner without delays_ Section 5 — Scope of services. SUPPLIER shall complete the Work, provide the necessary types and deliveries of balk chlorine,for Project 19B-265,mare fully set forth on EXHIBIT A hereto,as per the Contract Llacuments and specifications furnished by COUNTY and a+rcording to the timeftaene as noted herein, Sectica 6—Coatpeaseiev.COUNTY shall make payment,(the"Agreement.Price'),to$UPPLIER under COLNTY's established procedure and per the fee schedule Exhibit B., herein_ Section 7—Assignment Sl'PPLtER may not subcontract all or any,part of this Agreement without written approval by COUNTY, Section 8—Laws,lPerinits,and RegulatioDs.Prior to the performance of any Work hereunder, S PPLIER shall obtain and pay for.all licenses and perrnits,as required to perform the Work. SUPPLIER shall at all times comply with all appropriate laws, regulations, and ordinances applicable to the Work provided under this Agreement. 19B-2135 CNN I Page 1 of i c: Page 635 of 702 Agenda Item #27. Section 9 Amendments. This Agreement may only be amended by mutual written agreement of bath Parties_ Section A—Books and Records, 51JPPLIER shall keep records ofall transactiuns_ COUNTY shall have a right to request records. from SUPPLIER, and for those records to be made available within a reasonable 6 meframe depending on method ofacquisition, Section I I —Public Reftrds Cornpl"ce A. IF SUPPLIER RAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER. 119, FLORIDA STATUTES, TO ITS DUTY TO PROVEDE P 3LI[, RECORDS RELATING TO THIS AGREEMENT, CONTACT COUNTY'S CUSTODIAN OF PUBLIC RECORDS AT.- Public Relations 1601 SE 25,h Ave, Ocala,FL 34471 Phone; 3 -438-2300 1 Fax. 3 2-438-2309 Email: publicrelationsfc�:n ariodY untv#1_on B, SUPPLIER shalt comply with public records laws,specifically: Keep and maintain public re eds required by COUNTY to perform the Work; • Upon request from COUNT``l's custodian of public records, provide COUNTY with a copy of the requested records or allow the =ords to be inspect,cd car copied within a reasonable time at a cost that foes not exceed the cost provided in Chapter 119, Florida Statutes,or as otherwise provided by law; • Ensure that public regards that are exempt oT confidential and exempt from public records disclosure requirements are not disclosed except ass authorized by[aw for the duration of the Term and following completion of this Agreement if SL;PPLTER does not transfer the records to COUNTY;and, + Upon oompletion ofthis Agrectnent,.transfer,at no cost, to COUNTY,all public records in possession of SUPPLIER or keep and maintain publiu records required by COU74TY to perfonnz the Work, If SUPPLIER transfers all public records to COUNTY upon completion of this Agreement, SUPPLIER shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements_ If SUPPLIER keeps and maintains public records upon the completion of this Agreement, UPPt_.LER shall meet all applicable requirements for retaining public records.All records stored electronically must be provided to COUNTY, upon request from COUNT Y's custodian of public records,in a format that is cornpatibk with the i nforrration technology systems of COUNTY- C. If UPPLIER fails to provide the public reciaM5 to COLNTY Within areasonable time, SUPPLIER may be subject to penalties under Section 119,10 Florida Statutes and may be subject to unilateral cancellation of this Agreement by COUNTY_ S:ectiun 12 — Indemnification. SUPPLIER shall indemnify and hold harmless COUNTY, its officers, employees and agents from all suits, claims, or actions of every name and description brought against COUNTY based on persona[ injury, bodily injury (including death)or property damages received or claimed to be received or sustained by any person or persons arising from or in connection with any negligent act or omission of SUPPLIER or its emp]ovees, officers, or agents in perforining the services set forth herein_ Section 1E3 — Iasarince. As applicable, during the Work, insurance policies Shalt be with s company or companies authoriwd to do business in the State of Florida_COUNTY shall be notified if any policy limit has erected to one half its annual aggregate. S0PPL;IER shall provide, witHn the tirneframe noted in the ,Award Letter, a Certificate of Insurance, issued by a company authorized to do business in the State of Florida and with an A.M. Best Company rating of at least 8+. All policies must show the: *Marion County, a political subdivision of the State of Florida" as an Additional Insured except for the workers compensation and professional liability policies_ The Marian County Procurement Services Director should be shown, as the 196.255 CW I Pa?e 2 yr 1E Page 636 of 702 Agenda Item #27. Certificate Holder, and the Certificate should provide for Z-day cancellation notice to the Procurement Director's address,set forth herein, with policies for the following: Business Auto I..iabili!X shall be provided by SUPPLIER with combined single limits of riot less than 51,000,000 per occurrence and is to include bodily injury and property damage liability arising out of operation, maintenance or use of any aLtrto, including owned, hired and non-owned automobiles. Worker's Cootnensatinn shall be purchased and maintained by SUPPLIER with statutory limits grid employers liability limits of at lust $1,000,000 each accident and $1,000,000 each employee and $1,000,000 policy limit for disease. General ability.shall be maintained by SUPPLIER for the duration of the Project with limits ofnrat less Li than$1,000,000 M occurrence and S2,000,000 annual aggregate_ Ifthe policy is written on a claim-made basis, SUPPLIER must:maintain the policy a rninimurn of 5 years following complM. on of the Project. "Marion County,a political subdivisicm of the State of Florida" must be shown as Additional Insured. Section I4—Iadependent Supplier,I the purformaoce of this Agreement,SUPPLIER will be acting in the capacity of an "Independent Supplier" and not as an agent, employee, partner,joint venture, or associate of COUNT'. SUPPLIER shall be solely responsible for the means, methods, techniques, sequences, and procedures utilized by SUPPLIER in the full performance of this Agreement. Smtjoxi 15--DefsuW)Perrnination. In ncc event SUPPLIER falls to cotttply with any of the provisions of this Agreement,COLJNTY may terminate this .Agreement for cause by first notifying SUPPLIER in writing, specifying the nature of the default and providing SUPPLIER with a reasonable period of time in which to rectify such default- In the event the default is not cured within the time perriad given, COUNTY thereafter may terminate this Agreement for cause upon written notice to SIJPKJFR without prejudice to COUNTY. In the event of termi nation of this Agreement for cause,COUNTY will then be responsi ble for compemazion to SUPPLIER only for these services timely and sattisfactoiily performed pursuant to this Agrwment up to the date of termination,COUNTY may terminate this Agreement without cause providing at}east thirty (30)days written notice to SUPPLIER. Iz3 the event of termination of this Agreement without cause, COUNTY will compensate SUPPLIER for all services timely and satisfactorily performed pursuant to this Agreement up to and i nel tiding the date of termination.Notwithstanding any ether provi lion of this Agreement,this Agreement may be terminated if for any reason there are not sufficient appropriated and available monies forth",puTose of maintaining COUNTY or other public entity obligations under this Agreement- COUNTY shall have no further obi i gation to SUPPLI ER,other than to pay for service,rendered prior to trm-dnation_ ectia a 16—Damage to Property.SUPPLIER shall be responsi ble for&I I material,equipment and.suppl ies sold and delivered to Ct=iLNTY under this Agreement and until final inspm ion of the Fork and arxcptance thereof by COUNTY. In the event any such material, equipment and supplies are last, stolen damaged or destroyed,or COUNTY property, buildings,or equipment is idarnaged during deli w,ery or unloading,or in the course of the.WORK pd or to final inspection and acceptance.SUPPLIER shal l replace the same or be returned to origiryal state without additional cost to COUNTY,as applicable. Section 17-Termination for Boss of Funding/Cancellation for Unappropriated Fonds, The obligallon of COUNTY for payment to SUPPLIER is limited to the availability of funds appropriated in a current fiscal period,and continuation of this Agreement into a subsequent fiscal period is subject to appropriation of funds, unless otherwise authorized by law. Section 18-Use of Other Contracts.COUNTY reserves the right to utiIiz+e any COUNTY contract,State of Florida contract; city or county governmental agencies, 001 board, camm icy college tate university system, or cooperative bid agrminent. COUNTY reserves the right le separately bid any single order or to purchase any item an this Agreement if it is in the best interest ofCOL'NT - Section 19 Employee Eligibility Versification. For those projects funded with State or Federal dollars, COUNTY will adhere flu the practices set forth under the e-verification system,which is outlined in the clauses below. information provided by SUPPLIER is subject to review for the moo current version of the State or Federal policies at the time of the award of this Agreement- By previously signing the ITB Acknowledgment 198-265 CNN I N-ge 3 of)B Page 637 of 702 Agenda Item #27. and Addenda Certification Form and this Agreement, SUPPLIER has agreed to perform in accordance with these requirements and agrees A. To enroll'and participate in the federal E-Verif�- Program for Employment Verification under the terms provided in the"Memorandum of Understanding"governing the program, B. To provide to COUNT`, within thirty (30) days of the effective date of this Agreement, documentation of such enrol Iment in the form of a copy of the E-'verify "Edit Company Profile" screen, which contains proof of enrollment in the E-Verify- Program (this page can be accessed from the 'F-dit Company Profile" link on the Iclr navigation menu of the EtVeri;fy employer's homepage)- C. To require each subc�intzactor that performs services under this Agreement to enroll and participate in the E-Verify Program within ninety(90)days of the effective date of this Agre went or within ninety (90) days of the effiective date of the cont=t between SUPPLIER and the subcontractor,whichever is rater. SUPPLIER shall obtain from the subconuwlor(s)a copy Dfthe "Edit Company Profile" screen indicating enrollment in the. E-Verify Program and make such record(s)available to COUNTY upon request. D- To maintain records of its participation and compliance with the provisions of the 'E-Verify program, including participation by its subcontractors as provided above, and to make such records available to COUNTY or other authorized state entitY consiStern with the terms of the Memorandurn of Understandhtg. To comply with the terms of this Employment Eligibility Verification provision is made an express condition of this Agreement and COUNTY may treat a failure to comply as a material breach of this Agreement. Section 20—Force Majeu re- Neither SUPPLIER nor COL NTY shall be considered to be in default in the performance of it-s obligations under this Agreement, except obligations to make payments with respect to amounts already accrued, to the extent that performance of any such obligations is prevented or delayed by any cause,existing or future,which is beyond thb reasonable control and not a result ofthe fault or negligence of the affected Party (a "Ford Majeure Event"). if Party is prevented or delayed in the performance of aray such obligations by a force Majeure Event, such Party shall immediately provide notice to the other Part}•of the circumstances preventing or delaying performance and the expected duration thereof. Such notice shal l be confirmed in writing as soon as reasonably possible- Tile Party so affected by a Force Maje= ]Event shall endeavor, to the extent reasonable, to remove the obstacles which prevent performance and .shall resume performance of its obligations as soon as reasonably practicable.A Force Majeure Event dealt include;but not be limited to acts of civil or military authority(including courts or regulatory agencies),acts of0o4j,war,riot, or insurrection,inability to obtain required pernnits or licenses, hurricanes and severe floods, Section 21 —Couaterpart& Original signatures itratssmitted and mc6ved via facsimile or other electronic transmission.of s scanned document,(e-g,PDF or similar format)are true and valid signatures for all purpases hereunder and shall bind the Partier to the same extent as that of an original signature- Any such facsimile or electronicc mail transmission shalI constitute the final agrmncnt of the Parties and conclusive proof of such agreement. Any such electronic wunterpart shall be of sufficient quality to be legible either electronicahy or when printed) as hardc*py- COUNTY shall Jaurnine legibility and acceptability for public record purposes- This Agreement may be executed i n one or more counterparts,each of which shal I for all purposes be deemed to to an original and all' of which shall coffithute the same instrument Section 22 -- SUPPLIER Condu-cL These Guidelines govem SUPPLIER doing work on COUNTY property, as well as SCTPPMER's crrtpioyees,agents, consultants, and others on COUNTY property in connection with the SUPPLIER's work or at the SUPIPLIER's express or implied invitation, • Courtesy and Respect; COUNTY is a diverse government institution and it is critical that SUPPLIER and its ernployees conduct themselves, in a rnannertlw is lawful, courteous, businesslike,and respectful of all staff,guests,or visitors- . Language and Behavior: SUPPLIER and its employees cannot engage in behavior that is rude, threatening, or offensive- Usc of profane or insulting language is prohibited- Harassment of any type,including sexual harassment is strictly prohibited. Abusive,derogatory, obscene or improper language, gestures, re narks, whistling, cat calls or other disrespectful behavior cannot be 49&ZM CNT I Fla4e'di d 4 E. Page 638 of 702 Agenda Item #27. talerated, Roughhousing, fgt,Tinu foiricf}a, pfiy6ral tbreat;;, deorurtian ofnrnperty, vandalkm_. littering, or ph -5ical abuse of` anyone on COUNTY property is not permitted under any circums=ce. # No Weapons, Alcohot, or Drdgs. The use, possession, distribution, o: sale of any weapon, alcohol, illegal drug, or controlled dangerous substance by SUPPLIER or its employee is prohibited. Ofrenders will be removed from COUNTY property andlor reported to law cnforcernent Smoking: SUPPLIER and its employees are not permitted to smoke in or near any COUNTY buildings. Fraternization, SUPPI.IEI.and its employees may not fraternize of socialize with COUNTY staff, + Appearance: SUPPL1F_R and its employees are required to wear appropriate work wear, hard hats and safety footwear,as the case may be,whiJe on the job_ Articles of clothing must be neat and tidy in appearance, and cannot display offensive or inappropriate, language, symbols or grapbics_ COUNT'has the right to decide if such clothing is inappropriate_ Section, 23 — ALLthority to obligates Each person signing thts ,Agreement on behalf of either Party individually wan—ants that be or she has 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_ Section 24—]ExhibitslAttachments.The following anachments,are hereby i ncorporated into this Agreement as part hereof as though fully set forth hmin: EXHIBIT A—Scope of Work and EXHIBIT B —Fee Schedule Section 25—Law, Venue, Waiver of Jury Trial, Att+orney's lE m. This Agme;ernent and ail the Contract Documents sh al I he construed according tea the laws of Flori da and 5bal I not be construed mare strictly against one party than against the other because it may have been drafted by one of the parties_ In the event of any legal procceding arising from or related to this Agreement; (1) venue for state or federal legal proceedings shall be in Marion County, Florida,(2)for civil procccdings,the parties consent to trial by the court and waive right to jury trial, (3)the prevailing party shall be entitled to recover a]I of its costs,including attorney fees. Section 26—]notices. Except as otherwise provided herein, all written communication between the parties, including all notices,shall be by electronic mail,U.S. Mail, a courier delivery service,or delivered in pemon_ No ices shalt be deemed effective if mailed, when deposited in a United States Portal Service mailbox with postage prepaid and if hand delivered, upon personally handing same to the Party to wl�m the notice of other communication is addressed with signed proof of delivery. If otherwiw delivered,notices sha[J be considered delivered when reflected by an e I ectron is mail read receipt a courier service delivery receipt,other mail service delivery receip4 or when receipt is acknowledged by recipient_ All parties certify that each has software earpabic of sending electronic mail read receipts to the other. Any party sending nofice by electronic mail acknowledges and accepts the inherent risks that come with same_ if notice is delivered in multiple ways, notice shall be considered delivered at the earliest delivery time. SUPPLIER's and COUNTY's reprewntatives and addresses for notice'purposes are: SUPPLIED: odyssey Manufacturing Company 14S4 Massaro Blvd_,7ainpa,FL 33619 CONTACT PERSON: Patricia A]Iman I Phone: 813-635-0339 COUNTY: Marion County Utilities c/o Marion County,a political subdivision of the State of Florida 601 SE 25"Ave,Ocala,FL 34471 A copy of all notices to COUNTY hereunder shall also be sent tu- Procurement Services Director Marion County Procurement Services Department 2631 SE 3rd St_,Ocala.>~L 34471 198466(7,4T I F`age 5 V;5 Page 639 of 702 Agenda Item #27. Alternatively, the parties may elect to receive said notices by e-rnai€- COUNTY herby elects to receive all notices solely by email and designates its entail address as If SUPPLIER ag� to acceptall notices solely by e-mail and acknowledges and accepts the inherent risks that aorne with accepting notices solely by e-m,ai1, SUPPLIER may des ignale up to two(2)e-maiI addresses: PAlrm:i-nC.odyssevrnanufacwring.cgrn- Des gnatlon signifies SUPPLIER's electron to accept notices solely by IN W 17N ESS WHEREOF the Parties have entered into this Agretment,as approved by the Marion County Board of County Commissioners, on the data~of the last signature below. S A TON D LITTCAL I;� ATTEST: Sip. F E F1,0RID4 19 9 T7 k9 DAVID R_ ELLSPMMANN, DATE E :LE STON DATE CLERK OF COURT CHAIMMAN APPROVED AS TO FORM AND LEGAL BCC APPROVED: September 17,2019 STI IE. Y I9B-2651 Bulk Chlodne N MAT IH INTCi DATE MARION COUNTY ATTORNEY W1 NESS: ODYSSEY MAN1:FACTt,RI G COMPANY SICiNATURK� � BY. . DATE PRINTlxDNAME PRINTED- yy r 1 ITS, (TITLE) Wjj'NESS- P' $rG MATURE PI.1 TED NAME 1$S-A!S CNT I Page 6 of 16 Page 640 of 702 Agenda Item #27. FJCHIBIT EXHIBIT Ak 15- Bulk. Chlorine SCOPE OF WORT LIQUID SODIUM HYPO CHLORITE SPECIFICATIONS UTILITIES REQUIREMENTS 1. DELIVERY REQUIREMENTS Ge hl; The intent and purpose of this spedficabon document(the" peciflratio'n") is for the Contractor to furnish and deliver liquid sodium hypochlorite (12.5 Trade Percent. Available Chlorine) FOB destination in accordatnce with the American Water Works Association's(AV A's)Standard B300-10 for hypochlGrite, accept as modified or supplemented herein, for the Marion County Utilities Department. Almost all of the sites identified in this BID (as defined in Paragraph 5) are for a "non-tanker" or flatbed truck delivery and requires up to 100' cf hose on the Bidder's truck. The Bidder must bid on all of the delivery sites. Additionally, the successful Bidder shall supply bulk sbarage tanks and containrrrent for those sites indicated in Paragraph 5 at no additional charge as part of their sodium hypochlorite supply. At Marion County's option, the successful Bidder shall also provide any needed chlorine diemical feed equipment. Marion County reserves the right to purchase said equipment from other sources. 2. DELIVERY REQUIREMENTS 2.1 Contractor shall make Normal deliveries within three (3) calendar (not working days) days after receipt of order (ARC])and must make emergency deliveries within 24 hours of request. An emergency delivery is defined as a delivery which is necessary in order to prevent Marion County from running out of Munn hypochladte in less than 24 hour5. Mallort County shall endeavor to minimize the number off"emergency' deliveries. 2,2 All deliveries of liquid sodium hypochlorite shall be freight prepaid, F.D.B. to each Maroon County facility. All equipment deliveries shall be freight prepaid, F.Q.B, to the.requested Marion County facility- 2-3 Delivery time of day shall be arranged upon placement of order. Deliveries made to unmanri facilities must be coordinated with Marion County so the driver can gain access to the facility. 2.4 All deliveries of liquid sodium hypochlorite Shall be rnade by properly cleaned containers on the delivery trucks to the locations specified in paragraph 5 'below. A I I de1iiXg pf trkirks mudrof at least 1 'of h ogg a nd have a rnean s to�bl w the dgar- upgn gymnlgtd h 2.5 Packaging and shipment of liquid sodium hypochlorite shall conform to all current regulations of the State of Florida, the United States Department of Transportation and all outer applicable regulatory agencies, 2,6 All delivery personnel rust have cornpany cdl phones to facilitate deliveries to unmanned and manned facilities. Experience has shown this to be critical to effective coordination of deliveries to the various Marion County facilities, 17 Marion County reserves the right to change quantities avid delivery dates at its disaetOn with a 24-hour notice. Notice will be given to the Contractor in writing by an authcxiaed designee of the utilities Department. Written notice will he provided by the Operations Manager or bhe Operations Supervisor. T913 265 CNN i Page 7 Gf`E Page 641 of 702 Agenda Item #27. EXHIBIT A 2.$ The Contractor shall be responsible for"blowing"or purnpirig liquid sodium hypoehlodte into the 5torage tams at the delivery sites and shall provide a€I necessary hoses,fittings, air-padding, pumps, etc. required to safely and efficiently;,offload"the liquid sodium hypochlofite into designated storage tanks_ Contractor shall be responsible for a5certain i rig the correct storage tanks and ill point locations to prevent accidental discharge of the product into the wrong storage tanks). 2.9 The Contractor shall be responsible for any spills resulting from the failure of its or its subcontractor's delivery equipment or from failure of attendant delivery personnel in the proper performance of their duties. Proper performance shall require attendant delivery personnel's constant inspection and observation of unloading operations and knowledgeable response to problems or emergence, which would most commonly be expected to occur. Marion County reserves the right to refuse any and all deliveries made with equipment that is poorly maintained ar►d/or leaking sodium hypochlorite. 2AO The tanks or trailers shall be clean and free of residue that may contarninate the Contractor's product or impede the unloading process, It is the Contractor's responsibility to verify the cleanliness of the transporting equipment before loading. All appurtenant valves, pumps, and discharge hoses used for the delivery of sodium hypochlorite shall be supplied by the Contractor and :shall be clean artd Free from contaminating material. Marion County may reject a load if the equipment is not properly deaned, Contractor shall furnish Marion County an approved, leak-free connection device between the trailer and its intake receptacle. The Contractor shall observe the entire filling operation at each delivery site and shall immediately feport any spills caused during the filling operations. The Crontracbx shall take immediate and appropriate actions to clean up any spilled liquid sodium hypochlorite. In the event of a spill,the contractor twill notify Marion County Utilities immediately, if the contractor does not immediate clean +up any spill, Marion County Utilities will immediately take dean up actions, The contractor will be responsible for the oast of materials and labor for such cdeanup efforts. if spill results in the requirement sail mitigation and/or removal, Marion County will hire a certified hazardous material handling company to dean up the spill, and the cost of such service will be charge to the Contractor and deducted from the arnount due to the Contractor. If Marion County's unloading equipment such as pipe, valves or level indication and alarms should fail and the spillage is not the fault of the Contractor or its subcontractor, the Contractor shall be relieved of cleanup of the spill. 2.11 Because of security and safety concerns, all delivery vehicle drivers shall be US_ citizens and have a proper commercial driver`s license with a Hazardous Material endorserttent. Contractors drivers shall display its driver's license and whenever challenged by Marion County during the delivery. In addition, Contractor shall supply Marion County a "CD"with digital photographs of all of its delivery drivers +with names imposed and shall send out an updated CD within 24 hours of any changes to its drivers. Marion County shall use the CD to verify whether driver is actually an employee of the Contractor. Failure to show proper lioense or Failure of duvet to be listed on the CD provided to Marion County shall result in rejection of delivery and subsequent possible termination of the Contractor's supply agreement. 2_12 Delivery Shipments shall be rejected which fail to meet any of the requirements of the Speciflcati-on_ in the event a delivery shipment is rejected, upon notification to the Contrador that the shipment is rejected, Contractor shall be required to ship a replacement delivery to the affected location within four (4) hours from time of notification. Failure to provide replacement product that meets the Specification within the specified time period will constitute failure to comply with the delivery requirements set forth in this document. 3. DE EVERY LOCATIONS 3A Delivery sites and locations are provide as estimates and will be 5object to deletions or additions as nssary to meet the water production demands of Marion County. The contractor will receive written notice of any addition or deletion at least 72 hours prior to scheduled action. 3.2 Liquid Sodium Hypochlorite consumption at each kx-ation is an esbrnate only and Marion County shall not be bound b1'these amounts in its contract with Contractor_ Marion County projects gallons of sodium hypochkx to delivered each year. }t 2E5 CNT t Page E%#19 Page 642 of 702 Agenda Item #27. EXHIBIT A 33 Marlon County awns same of its bulk storage tanks and others must t supplied by the Contractor. The Contractor shall install balk Storage tanks and any required containment as specified in the below lined table of delivery locations. 4.0 PRODUCT MATERIAL REQUIREMENTS 4.1 HypothioNte supplied under this contract shall be tested and s fA as meeting d-Pe Specification, the AWWA Standard B300-10 and than of the American National Standards InZlUe National Sanitation Foundation Standard 60 (ANSI/NSF Standard 60), Drinking Water Treatment Chemicals Healthi Effects. 4.2 It is the responsibility of the Contractor to inform Marion County that its NSF or U'L certification has been revoked or lapsed within 24 hours of the time the supplier receives verbal or written notification. Loss of certification shall constitute sufficient grounds for immediate termination of the contract between Marion County and Contractor. 4.3 Liquid sodium hypo&lorite delivered under this Specification shall have a minimum of 120 gams per Liter (GPI_) available chlorine equivalent (a.k.a., 12.0 Trade Percent Available Chlorine) and shall be consistent as determined by dhemical analysis. 4A Product shall be a dear straw colored liquid with no visible cioudiness, impurities, or sediment. It shall contain no soluble materials or organic substances in quantities capable of producing deleterious or injurious effect on the health of those consuming water treated with the liquid sodium hypochlorite. 4,5 Liquid sodium hypochlorite delivered under this Specification shall Have a minimum of 0.20 percent by weight sodium hydroxide and a maximum of 0.40 weight percent sodium hydroxide. 4.6 Liquid sodium hypochlorite delivered under this contract shall meet the following containment cork--entration limits; Iron < 0.3 mg/L Copper < 0.03 mg{L Nickel < 0.03 mg/L Chlorate < 2,500 rr4L Bromate = 20 n1g/L Perchlorate < 20 mgJL 4,7 The delivery time of the shipment shall not exceed 72 hours from the time of manufacture of the liquid sodium hypochlorite. 5.0 DELIVERY LOCATIONS 5.1 Contractor shall make deliveries to the following Iocaborts as shown. 5,2 Contractor shall furnish and install tanks, containments, and as5odated piping that is indicated as leased by supplier in in the fallowing table. All work performed must be performed by a Iicensed plumbing contFactar and contractor shall be responsible for providing signed and sealed drayongs by a Florida registered professional Engineer as required. 5_3 Contractor shall maintain tanks, containments, and associated piping leased. 19R-265 CN71 Pale 9 cf 1 E Page 643 of 702 Agenda Item #27. - E)CFiIBIT A Utijit�--s Delivery Locations, C12 Arnu3l uUfle Faol- Name Addm%s TanklConta'mment Ashk-v Farms W-P 417p NW 44th Ave. SIDD 2,�33 [ala,FL.34474 IJ1ir*4n beerpath WTP ;331 SE 651h Cir. 55 355 &taip,rL24472 Suppier D�snnellvn Airport WTP 14C, S_W 110Ur 5t- _ 35 Vw Self-fire Dunne147n,F.3,"3a Manon Gokdeni)caIgWT31 41S0NWMt., 55 Se'-fall Ocala,FL 34462 Mar"n Golden Ocala W'P 2 2250 NW 70;h Avenue 30012SO FtGed Oea.8,FL 3447d Supplier Goldein p.Cala W9VTP 2554 NW 70th Avg.Rd- 3W351) 9 6811 a74aa,FL9d+7d M'9r6nn Ir'sh Acres ytrTP Ell" N U5 HWY 4d1 325�SG 365 OCAL,FL34475 5W r K.P.Ho'e w"P 9435 Sw 190Ave.Rd. NIA $eltfiill Ounnelkyn,FC 34412 Ku Mal16,LLC W P 79M NW47th Ave. 55 44i ieala,FL 34474 Marion Maiestic Oaks VJTP 53"SW&and St. 165 34e Luala,FL3Ld78 Supplter Marion Oal6.VirrP 4 3550 Sty 1613 St- 165 2.2�: Ocala,FL 3"73 Suppaer A[arion Oak'wTP 5 14170 SW 34 7err.Pod. 36 995 Ocala,FL 34473 Supplier Marion LFaks WTP 6 5990 M 1W Lin. I Ow 7,667 ocau,FL 3"73 Mari Newton WTI) 1049 N.WA 17th Aare- 30 j Self-fill Ocala,FL 34475 Marion Oak Run VCM 2 7235 Sew 11S St.Rd, 155 664 Ocala,FL 36431 Supplie+ 33RC 64,35C Oak Run Sr�rWTF 114OD Sw 99{3th Ter. Ocala,FT 34472 Marion Palm CRY WTP 10722 sw all AYE. 6C Self-fill Ocala,FL 34481 Marron Pilo#Ohl wV 4120 w FrWY 326 55 Se3f-F,I Ocala,FL 34474 Marion Pine Run W1>p 2 927$SW 102 Pl. � Self-fill Ocala,FL 34491 Mar-Dn Pile Run WTP 3 9756 SW 102 PI. 55 Se.f-F II Ocala,FL 344$1 Marion Ctualt Meaduws WTP 2951 NW 47th Ave. 55 Self-fill [cala,FL34474 M1uwn Residential Water 5871)SE 42ru�Ave. 55 319 5 m5 vJTP Ocala,FL 34479 Supplier Salt Springs WTP 13841 N.HWY 19 55 498 Salt SpQir1g3,FL 32LU Marion Salt Springs WTP Weil 2 13814 1 N.+iAfy 19 �A SeiF-l41 Salt Springs,F L 32134 50.1tSprings WWTF 1^1WX 19&'HWY 316 32S,r35G 3,004 5*nSpring�rF1. 32134 Supplier SCSDulh WTP'#1i 17583 SE 102 Ave. 16 2CO f M 1,129 5ummerd.FL 341'9? 5"plier S[Sauth WTP 42 17S30 SE L01 Ave. 16.5J2w 1,465 Sum hel merd,FL 34191 SaaPi7li r 10;1 36.5 19�—b Cl+FT l Page 10 of 16 Page 644 of 702 Agenda Item #27. 511ver Springs Renal 5815 East 9S 5FuS1. Su;i'Per WTV Silver Springs,FL244'i Sher SpAnpShort$ 49S 03kR040 5=650 As needed WrP 13 0,:*Aa,FL 34472 Supyprrer f3ak flue WPP 1 W$19 SW 100th 5k. 21w o IYW 15,33C Otib14,FL }44A1 Marlon SilverSpai�gSShares 41HemkxkCircle 1200oud 11,556 WTP G Oct1a,FL 34472 MiriiGn Sihre Spri+tiES Shores &54 Ernerald Road 3,004 E4,35C WWTF Ocala,FL 34472 Manion Silver Springs WOWS 17815$E 20th St. 55 500 WTP ;liverSprinp,F"- Mark+n South We Weir WTP 23751$*270 St. 55 50-fill Weirsdblt,FL 52195 Marian South Oak WTP 4923 SE 30th Q. 55 SDOb OCaft,FL 34474 Mprbn Spruce Creek Goff& 13613 V&Webb Uyd. 3001325 2,217 Cown=Club-VkrW Ar 1 I Summerfie$d,FL 34 M SVpkr spruce Creek Golf& 12255 W Webb Blvd, 50 3X50 7,300 Country Dub-WTF#2 $urnmtrfidd,FL 34491 Supplier Spruce Creek Preserve .1251350 3.212 WTP 11"??UoSW 136 Fl. F3unrrdkN),1`134431 Supper Stanecre4t WTP 17iS5 SE 115th Court 500 bW 7,M)D 5untmerfield,Ft 34491 Marion Stanecre5tWVv7F SE i1Sth Ter.Flo- S.00D DW i1<735 S;rrrmerfreki.Ft 34491 Marion Sammervren WTr 15505 SW 13 Cir. 30U{35iJ 3,042 C)Cala,F L 34473 SWp4ier Sun Cowtlry WTP r 6738 5W 95th St. S5 5eff-fill Paddock Dcswns WTP Ch aA-L FL 34478 Masion Yimber walk WTP 9599 SW 133 LA.Rd- 1G.5 702 aeala,Fi 344173 Supplser Track&Card WTP 17970 S.US HWY 3131 (2)—55 SelFC1I Summerfield,FL84'491 trlarian Oak Trace WTP 039V sw 204th Ff, 165/20D LOW Cuja,FL 34482 Supplier 6.1 Sampling and Testing 6.1.1 Ali Sampling and Testing sMll be in accordance with EPA and AW'WA B300-10 startidards and in accordance with the documents titled; "The Weight Percent Determination of Sodium Hypochlorite, Sodium Hydroxide, And Sodium Chlorate in Liquid Bleach'and "Suspended Solids Quality Test f€f Bleach Usil)g Vacuum Filtration", distributed by Powell Fabrication and Manufacturing, irlc. and avaflaNe 3t hula ;'w 'tiw'4 o4vel cab-";dill_ 6.1.2 The approved laboratories are listed below for all sampling and testing whether during the bidding periled or after award. No outer Laborat�Ty shall be used unless exptesdy authorized as all Addendl.m to the bid issued by Marilyn County amending the Spedffcabon or an amendment to the contract beMeen Marion County and Contractor, NovaChem Laboratories (513) 523-3605 5172 Co-llege Garner Piked PO Box 608, Oxford, Ohio 45056 1913-255 CNT I Rage 11 01 fi Page 645 of 702 Agenda Item #27. EHIBIT►4 Thornton Laboratories (813) 22 -9702 11,45 East Cass Street, Tampa, Florida 33602 Aqua Pure (352) 355-2383 3855 East Silver Springs Boulevard, Suite 107, Cicala, Florida 34479 6.1.3 Sampling and-Testing prior to Unloading The Contractor's delivery trailer shall have a sample port to provide a sample for analysis. At the sole discretion of Marion County, the Contras delivery personnel (driver-) may be asked to pmviidea sample of liquid sodium hypochlorite before the shipment is unloaded. Marion County will supply the sample container and the driver shah collet the sample from the tank truck and turn it over to Marion County. The sample shall be considered representative of the lot, Marion County reserves the right to sub- L samples of the liquid sodium hypochlorite to quick analyses to ensure that it meets basic conditions of the specification with respect to specific gratirity, weight percent of sodium hypochlorite, socium hydroxide, and suspended solids. Any lot tested by Marion County that fails to comply with the Specification shall constitute grounds for rejection of that lot. No payment shall be made for hypochlorite that is rejected. The Contractor or its subcontractors shall allow 64 minutes for this testing to be completed. If testing Cannot be completed within the 60-minute period, Marion County shall allow the Contractor to unload the shipment. In the event that the load is rejected, the Contractor shall have four (4) hours to supply another shipment- In the event that the Contractor is unable or unwilling to supply another shipment within this time period, Marion County has the right to procure a shipment from another source and this will failure to deliver shall constitute a second rejection. If a delivery tested and fails to meet the chlorine content requirements, the delivery will be rejected and the contractor will be responsible for providing replacement product within 4 hours. In the event any product load fails laboratory testing and must be rejected after delivery, the contractor will be responsible for removing the failed product and providing replacement product within 5 hours. In the event that the Contractor is unable or unwilling to supply another shipment within this time period, Marion County has the right to procure another shipment from another source. Failure to delivery replacement product will constitute a second product rejection. Three rejections of a lot or shipment during any period of this contract shall constitute automatic termination of the Contractor's,supply contract with Malrion County. 6.1.4 Sampling arxd T!Qst of 21ment After Unloadj% Marian County reserves the right to subject samples of the liqu:KJ sodium hypochlorite W complete analy5e5 to ensure that it meets EPA spedriications, AWWA B300-10 specifications, and the Specification. 6.1.5 mortified Analysis_ Contractor shall supply an affidavit, signed by a corporate: designated official, certifying that the liquid sodium hypochlorite furnished by the Conti tor, complies with all applicable requirements of this Specifcation and AVAVA Standard B300-04, latest revision in addition to a third parry analysis of its sodium hypochlorite in accordance with Section 6.1. 6.2 Sodium Hypochlorite flank Cleanings 6,2.1 At any time during the performance of this Agreement, if Marion County has any sort of sludge or other impurity buildup in any of 'its sodium hypochlWte tanks, the Contractor shall cleanout the tank at no charge to Marion County within semen(7)clays, unless suc#r timeframe is extended by Ma Non County. The cleanout should be done in such a manner so that it is done safely with no fps of disinfection to the affected plant and the contents disposed of in accordance with current regulations on disposal of hazardous wastes_ The Contractor shall submit a procedure to Marion County for approval prior to this work being completed_ The determination of whether there is any such sludge or irpurity buildup in the tanks will be at the sole discreton of Marion 19B-265 CANT M Page 12 of 16 Page 646 of 702 Agenda Item #27. EXHIBIT County. When the tank has been properly cleaned, the Contractor shall refill#�e tank with clean, fresh sodium hypochlorite at no cost to Marion County. 7 OC`CUPA721ONAL ME4 L 7M A NV SA FE7Y 7_1 Contractor Safety Requiremerits 7.1.1 Contractor rnust ensure delivery personnel's compliance with all OSHA requirements,irxiuding personal prot +ve equipment For Contractor delivery personnel, including without Limitation chemical goggles, transparent face shield and hard hat, rubber gloves, rubber boot, and rubber or plastic-coated Fabric apron or slicker suit. +Conbactor delivery personnel must wear at minimum, chemical goggles and rubber gloves when handling hoses and valves. 7.1.2 Contractor delivery personnel must remain within a safe proximity while the transfer is in progress and continuously monitor for leaking hoses, mnneeeons, or other problems. It is the responsibility of Contractor delivery personnel to contain leaks and to report any and all spills. 7.2 Material Safety Data Sheets. In compliance with Chapter 447 Florida Statutes, any chemical delivered from a Contractor must be accompanied by a Material Safety Data Sheet(MSDS). The MSDS must be maintained by the user agency and most include the following information: The Chemical Name and the common name of the toxic substance • The hazards and other risks in the use of the toxic substance, incuding; The poVt ndaI for fire, explosion, corrosively and re ivit'y; The known acute and chronic health eft of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and - The primary routes of entry and symptoms of overexposure. • The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of, or exposure to, the toxic substances, includiN appropriate emergency treatment in the case of overexposure. • The emergency procedure For spills, fire, disposal and first aid. • A description, in lay terms, of the known specific potential health risks posed) by the toxic substance intended to alert any person reading this information, • The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. • Any que5ions regarding this requirement.shall be directed to; Department of tabor and Employment Security Bureau of Industrial Safety and Health Toxic Wasw Information Center 2551 Executive Center, Circle West Tallahassee, Florida 32301-5014 Phone, 800/367-4378 7.3 Emergency Plan of Action and Safety Training 6.3,I within 30 days of award and: ac+aeptanoe of the contract for the supply of liquid sodium hypcchlorite, the Contractor shall provide in writing, an emergency contingency plan, with appropriate telephone contacts, for Mann County to follow in case an emergency suppiy of liquid sodium hypochlorite is needed. The Contractor shall supply in writing, an emergency spill response plan with appropriate emergency response personnel names (to include at lust two degreed engineers who live within one hundred fifty miles of Marion County) and telephone contact numbers (24-hour contact numbers) within 30 days of award ,and acceptanoe of the contract W supply liquid sodium hypochlorite. In addition, the proper spill response notification procedure, along with any forms required by all local, state or federal regulatory agencies, shall be supplied by the Contractor_ This section in no way relieves the Contractor of his responsibility 198-265 CN'r 1 Pagel a e 15 Page 647 of 702 Agenda Item #27. EXHIBIT A to notify the proper regulatory agencies in the event of a spill inddent. In the event of a spill or leak, the Contractor shall supply the necessary personnel 'including one degreed engineer) to immediately respond to such an went,to work wit11 the local Hazardous Materials ResWnse Team and to manage and oversee'After Event"cleanup efforts. Should a spill or leak occur,caused by Contractors personnel, equipment or method of delivery, Contractor shail immediately comply with all applicable terms and conditions of the current version of Title III, Superfurid Amendrnents and Reauthorization Act of 1986, 42 U.S.C.S. 11001, et seq. (SARA) and the EiGrida Hazardlms Materials Emergency Response and Community Right to Know Act of 1388, Chapter 252, Part 11, Florida Statutes. The responsibility for complianoe +with Federal and State rules and regulations regarding Contractor caused spills or releases shall be the sale responsibility of Contractor. The Contractor shall indemnify and hold Marion County harmless for any failure to property report and /or comply with this provision. In addition, Contractor shall bear all expenses of spills, unless caused by the sole negligence of Marion County. 7.3.1 Safe Handling Training. The Contractor shall provide an appropriate safe handling training course for liquid sodium hypochlorite within the first month of the contract, to all current Marion County operations personnel and shall be available to conduct"refresher"courses or new employee training at six (6) month intervals during the contract period. The Contractor shall provide this assistance at no charge to Marion County. 7.3.2 Technical Assistance. The Contractor shall provide engineering and technical assistance, as needed, regarding the application of its product and disposal and handling of residues and sludge's produced by the application of liquid sod iurn hypochlorite in the water and wastewater treatment process. This expertise shall extend to the application of all cattier chemicals used by Marion County in its water treatment and wastewater treatment plants. The Contractor shall provide this assistance at no charge to Marion County, S. EQUIPAfENT,S PPLY From time to time as wired by Marion County, Marion County may direct Contractor to supply chemical feed equipment including pumps and associated parts. Marion County may require any of this equipment from the Contractor during the term of the sodium hypochlorite supply agreement, with no minimums guaranteed. Contractor agrees to supply to Marion County within three (3) working days of an order. Contractor shall include a price list with his submittal for the following iterns and pricing shall be held firm ifor the length of the contract_ CPI adjustments shall apply. Shipping shall be included FOB, Ocala, FL, with no minimurn order_ • 318 r Teflon Tubing 1144 Teflon Tubing 3/8"Jacor Fittings + 1/4"Jacor Fittings + 1/7" to 3/8"Schedule 80 PVC reducer bushing 117' to 'A" Schedule 80 PVC reducer bushing Pulsatron Series A+ LB04SA-VVC9- XX 24 GPD/100 psi Pulsatron Series A+ LB 4SA-VVC9-X)O( 30 GPDJ100 psi Pulsatron Series E+ LPE4SA-VVC9-XXX 44 GPDf 100 psi Pulsatron Series E+ LPH6MAk-VTC3-XKX 120 C PD/100 psi Pulsatron Series E+ LPHSSA-VVCr3-520 76 GPDJ150 psi Pulsatron Series E+ LPG5SA-'JVC3-520 76 GiPD/150 psi Pulsatron Series E+ LPG55A-VVC3-520 96 GPDJ100 psi Pulsatron Series MP LME4TA-VTC:1-500 44 GPD/100 psi • K4V'VC9 KOPKIT (24/30/44 GPD) LG301100-THY (1) Diaphragm 24/30144 • 5PKDIA4 (5 pk) Diaphragm 24/30144 • Suction Valve L3101TC I-PVC 24/30/44 Discharge Valve L3201VCD-PVC 24/30/44 198-2$5 CNT I Page 14 of`:E Page 648 of 702 Agenda Item #27. EXHIBIT f • Degassing Value L3200DV1-PVC 24f 30/44 • Injection Valve Assembly 361237 24/30144 • Injection Valve Assembly J41873 • 16VTC3 KOPKIT (120 GPD) • Bleeder halve (120 GPD) L33G0T03-PVC 5udion Valve L3101TC3-PVC (120 GPD) 120 GPDJ100 psi • Discharge Value L3201TC -PVC (120 GPD) 120 GPD/100 psi 250EV1TCRAC.3 1/3 HP motior 29 GPM Calborn Hypochlorite (HTH) 68% Minimurn Available Chlorine 65% (100 lb. pails) HlGH TEST CALCIUM IH'YPOCHLORITE (FiTH)GKANULAR SPECIFICATIONS 1, Granular Chlorine Calcium Hypochlorke(HTH) 68c% minimum available chlorine 65%, 2, Granular Chlorine Calcium Hypoch (HTH) cost per each 100 pound pail. 3, Delivery shall be FOB, Ocala FL at the five (5) below Marion County Wastewater Facilities: Golden Ocala Wastewater Treatment Facility 2550 NW 701 Avenue Ocala, Florida 34482 Oak Run Wastewater Treatment Facility 11400 SW 900, Terrace Ocala, Florida 34481 • 'Salt Springs Wastewater Treatment Facility SR19 & SR316 Salt 'Springs, Florida 32134 Silver Springs Shores Wastewater Treatment Facility 450 Emerald Poad Ocala, Florida 34472 Stonecrest Wastewater Treatment Facility 17200 SE 115k"Avenue SummerF4eld, Florida 34491 HIGH TEST CALCIUM HYP HLORIf'E (HTH) GRANULAR SPECIFICATIONS 1. High Test Chlorine Calcium HypochllorRe granules are used for disinfection and ordered in 100 pound paik5 of 68% minirnurn available chlorine 65%. 2. Delivery shall be FOB, Ocala FL at the five (5) below Marion County Wastewater Facilities: Golden Ocala Wastewater Treatment Facility 2550 NW 70t' Avenue Ocala, Florida 34482 • Oak Run n Wastewater Treatment Facility 11400 SW 901' Terrace Ocala, Florida 34481 Salt Springs Wastewater Treatment Facility SR19 &SR316 Salt Springs, Florida 32134 • Sliver Springs.Shares Wastewater Treatment Facility 450 Emerald Road Ocala, Florida 34472 Stoneerest Wastewater Treatment Facility 17200 SE 1151h Avenue Summerfield, Florida 34491 19E-2W CNT I Bags 15 of 16 Page 649 of 702 Agenda Item #27. EXHIBIT B 19I -265 Bulks Chlorine Fee Schedule Odyssey Manudaetuhng RID#198.265 Bulk Chlorine Gom an Item •Estimated UNIT No. Descriptiono1< �enrlc� Quantity ��It I COST TOTAL COST � Liquid, 12.5°r°a Trade Percent Available Chlorine, �6U, 18 Gal Deliveries for Utility Sites $0.89 231.594,02 FiTH granular, powder,Deliveries for Utility I041b Spites $0 Fails(s) $150.00 $ 12.WO-00 Lease Tanks 18 sites - Provided at no cod TOTAL BASE BID 243,594.02 4.02 Page 650 of 702 Agenda Item #27. ODYSSEY MANUFACTURING CO. April 14, 2021 Re: CORPORATE RESOLUTION FOR AUTHORITY TO SIGN BIDS, BID FORMS, CONTRACTS, BONDS & PERMITS ON BEHALF OF ODYSSEY MANUFACTURING CO. To Whom It May Concern, WHEREAS, the Board of Directors of Odyssey Manufacturing Co. has determined it to be in the best interest of the Corporation to establish a Corporate Resolution. Be it: RESOLVED, The undersigned hereby certifies that Patrick H. Allman, its General Manager, is authorized to sign bids and all bid forms; to execute agreements and any documents associated with these agreements; to sign bonds of any type; and to sign any permit documents on behalf of Odyssey Manufacturing Co. Additionally, the undersigned is the duly elected and qualified Secretary and the custodian of the books and records and seal of Odyssey Manufacturing Co., a corporation duly formed pursuant to the laws of the state of Delaware and that the foregoing is a true record of a resolution duly adopted at a meeting of the Board of Directors and that said meeting was held in accordance with state law and the Bylaws of the above-named Corporation on April 14, 2021, and that said resolution is now in full force and effect without modification or rescission. IN WITNESS WHEREOF, I have executed my name as Secretary and have hereunto affixed the corporate seal of the above-named Corporation this 14t" day of April, 2021. ----------C CORPORATE SEAL Stephen Sidelko, Secretary Marvin T. Ra es, resident MANUFACTURERS OFUJ'T 0 CHLOR (sOO) ODYSSEY o .. www.Odysseymanufacturing.cam