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