HomeMy WebLinkAboutDocumentation_Regular_Tab 18_10/17/2024 Agenda Item #18.
Regular Council
STAFF MEMO
Meeting: Regular Council - Oct 10 2024
Staff Contact: Marjorie Craig, Utilities Director Department: Utilities
immr
Consider Approval of Odyssey Manufacturing Company Piggyback on Marion County Renewal for
Purchase of Bulk 12.5% Sodium Hypochlorite (Bleach) Budgeted for $128,700
The Village of Tequesta (Village) Utilities Department (UD) recommends approval of a contract renewal with
Odyssey Manufacturing Company (OMC), piggybacking Marion County Utilities' (MCU) contract for 12.5%
sodium hypochlorite (bleach or NaCIO), budgeted by the UD for$128,700 for fiscal year 2025.
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 for the last two years, the second of which expired on September 30, 2024. MCU has
now renewed the contract for another one-year term, which expires on September 30, 2025. The renewal is
attached to the agenda item.
Last year, OMC was able to hold the price of the bleach at the original price stated in the original MCU
agreement, which was $1.65 per gallon. This year the price has increased to $1.70 per gallon, however, 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.
The Utilities Department uses bulk 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. Approximately 75,000 gallons of chlorine will be used during this fiscal year for
water disinfection, and the UD has budgeted $128,700 for this purchase.
The Village has purchased chemicals from Odyssey Manufacturing Company for many years and has received
excellent service, exceptional technical assistance, and a quality product. Attached is the new agreement
between the Village UD and OMC for sodium hypochlorite, and Exhibit A, which is the one-year
renewal by Marion County and their agreement with Odyssey to provide sodium hypochlorite.
Funds will come from the Water Fund, Production Division Account#401-242-552.342 Water Chemicals.
Please see the following budget breakdown for production treatment chemicals from the water fund account
401-242-552.342:
FY25 BUDGETED CHEMICALS FY25 BUDGET FY25 ENCUMBERED
sodium hypochlorite (bleach) $1287700 $0
hydrogen peroxide $68)800 $0
sodium hydroxide (caustic
$107)680 $0
soda)
anti-scalant $185200 $0
Page 391 of 512
Agenda Item #18.
FY25 BUDGETED CHEMICALS FY25 BUDGET FY25 ENCUMBERED
sulfuric acid $50)000 $0
anhydrous ammonia $7)000 $0
conditioner salt $500.00 $0
FY25 TOTAL CHEMICAL $3803880 $0
BUDGET
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 INFORMATION:Ormj
BUDGET AMOUNT $128,700 AMOUNT AVAILABLE EXPENDITURE AMOUNT:
$3801880 $1281700
FUNDING SOURCES: 401-242-552.342 IS THIS A PIGGYBACK:
❑x Yes ❑ N/A
DID YOU OBTAIN 3 QUOTES?
0 Yes ❑ N/A
COMMENTS/EXPLANATION ON SELECTION Contract piggyback on Marion County for bleach
from Odyssey - 2nd Addendum
1 2nd Addendum to the Odyssey Sodium Hypochlorite Agreement
2 Exhibit 1 - Pricing Sheet
3 Exhibit 2 - Marion County Renwal (Sodium Hvpochlorite)
4 Authority to Sign Ltr-Odyssey-Pat Allman
Page 392 of 512
Agenda Item #18.
SECOND ADDENDUM TO THE AGREEMENT
FOR THE PURCHASE OF SODIUM HYPOCHLORITE
BY AND BETWEEN
THE VILLAGE OF TEQUESTA
AND
ODYSSEY MANUFACTURING COMPANY CO.
THIS SECOND ADDENDUM, made and entered into this th day of , 20241
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 loth day of November 2022, is
hereby amended in the following manner:
Section 1: The above-referenced Agreement shall further be extended by exercising
available extension No. 3, for an additional year, and shall now expire on September 30th, 2025.
The contract is renewed at the updated rate described in Exhibit A to this Addendum.
Section 2: All other Sections and recitals of the above-referenced Agreement and
amendments thereto shall remain in full force and effect.
Section 3: This Second 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 Second Addendum with an effective date as noted above.
[THIS SPACE LEFT INTENTIONALLY BLANK]
Page 1 of 2
Page 393 of 512
Agenda Item #18.
ODYSSEY MANUFACTURING CO.
By: Patrick H. Allman
General Manager
(Corporate Seal)
ATTEST:
Corporate Secretary
VILLAGE OF TEQUESTA
By: Molly Young, Mayor
ATTEST:
Lori McWilliams,
Village Clerk
Page 2 of 2
Page 394 of 512
Agenda Item #18.
0 DYS S EY
MANUFACTURING CO.
August 20, 2024
Mr.Nate Litteral
Water Treatment Plant Superintendent
Village of Tequesta
901 North Dixie Highway
Tequesta, Florida 33469
Re: BULK SODIUM HYPOCHLORITE SUPPLY FOR FY 2025
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 two years at
$1.65 per gallon which expires on September 30, 2024. Marion County recently renewed their
sodium hypochlorite at a new unit price of$1.70 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$1.70 per gallon from a"piggyback"arrangement with Marion
County through September 30, 2025. 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.
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.
Sincere]'0
Patric H. Allman
General Manager
MANUFACTURERS OF(D I 'TPa� CHLUFt (800) ODYSSEY 1
www.odysseymanufacturing.com
A A Page 395 of 512
Agenda Item #18.
1 y- j
41
,k.}
Marion County
Board of County Comm'ss'
`4 1 ioners
MODIFICATION OF AGREEMENT
�'4co
WITH MARI.ON COUNTY UNTY
0.. , `
AGREEMENT ' M ITITL : 19B-265 Bulk Chlorine
MODIFICATION NUMBER, MODIFICATION EFFECTIVE DATE. October 1,20
24
DESCRIPTION of MODIFICATION:
*`this Agre eme nt is renewed for one - year,valid through September 3 ,, 2025.
2.This modification to the Agree me nt increases the rate for"Liquid 12# %Trade Percent Available Chlorine.,
De I e erie for Utjli t es Sites"from a unit cost of$1,55 per gallon to$1.70 per ga On
"am!Aft 4r�anS of�, �.eem-.M n=U4<4cag%,;n ift't'd €remairr is+
ISSUED Y: Marion County Board of County Commissioners CA/BUYER; CALEY CONARD
Procurement Services cafe .c r io fLor
} E-MAIL:
2631 h i r S .
Ocala,FL 34471 PHONE: 2- 1 t
SUPPLIER NAME: odyssey Manufacturing Company
ADDRESS: 1494 Massaro Blvd,Tampa,FL 335619
AT : Patrick AlIm (pall m @ odysseymanufactu rin . or
5NSTRUCT1ONS: Please sign Signature Block showing acceptance of the above written modification and return 1
iform roremtz Services � i five after recelpt. once gl executed, copy of ' modification
o e attached the original agreement.
� � e returned � �
M JTN COUbITTY,,A AL SUBDIVISION of THE FOR . N LI MARS COUNTY ONLY;,
ST JOF A A. T ICY
14
14
8.Z-2DI 2 0 2 4
o A� M HEW G. INTER
AIR M RION CO. Ty ATTORNEY
CH
ATTEST.: COMPANY NAME:
44,0—
Odyssey Manufacturing Company
8/20Z..2024
-------------
.�
GG
DAB - w_r-....
"(.6ZL
MARION TY CLERK of THE COURT
x DATE
x
.5 r J f
PRIG 1 NAME
�ry
ITS.
Page 396 of 512
...........................
..................
Agenda Item #18. .......................
................. .
....................
.......... .. ......
_
. ........................
......................
....... ........
.............
............
.................
..... .....
..... ......
............
:v-.
0 IN V S
F Raw W
MANUFACTURING CO.
July 9, 2024
Ms. Shari Chlnevere
Procurement& Contract Analyst Coordinator
Procurement Services
Ma 'on County Board of County Commissioners
2631 SE Third St.
Ocala, FL 34471
Re: M .RION COUNTY BULK CHLORINE CONTRACT (BID NO. . - 5
ncl: I Consumer Price Index South Atlantic Urban(Series CLUR03 0SAo
Dear Ms. Chinevere,
This letter revises my letter dated July 9, 2024. As you know, the subject contract expires on
September 30, 2024. The contract has one more one-year renewal remaining on it. The
purpose of this letter is to notify Marion County that odyssey is willing to renew this
agreement for another year from October 1, 2024, through September 30, 2025,with a
change in pricing from $1.65 per gallon,to $1.70 per gallon. This represents an increase o
3_I%,which is consistent with the increase 'in the Con umer Price Index(CPI) over the past
twelve-month period, which was 3.I% (see Enclosure (1)). This offer is contingent upon
Marion County Board approval in August 2024. In the evert that Marion County 1s unable to
approve this item at an August 2024 Board meeting and lets 't slip to September 20 or
beyond, odyssey hereby offers to renew the subject agreement for $1.85 per gallon.
Over the past year, our production costs have continued to go up,most of which are
consistent with the CPI. our salt contract escalates at e per year. Our electricity casts
went up over I 0%. Our wages have increased 4. %, which ire this tight labor market, is
necessary to keep employees. Unfortunately, our insurance premiums for liability insurance
and for property insurance each increased over $5 00,000 with the recent renewals. This
alone represents the equivalent of just over a$.015 per gallon cost increase. Because of the
tight national chlorine market, our purchased sodium hypochlorlte pricing (about 2 %of our
total sales �o going up y 25 on October I st. Chlorine is mixed with sodium hydroxide to
make sodium hypochlorite and every supplier in Florida is dependent upon importing
chlorine ranging r m 2 5% - 100% of their total production. As you may he aware, 3 5% o
the chlorine production in North America cones from diaphragm cell chlor-alkali plants.
These plants are no longer permitted to import replacement diaphragms because they are
made with asbestos and there is now an asbestos importation lean in this country. Most o
these plants are being mothballed as their diaphragms wear out(they last a year or so) further
putting upward pressure on pricing!
..... .....:..:.....::...
......................... ........:....... .............
.................. ...... . ...... ...::.:.:.:.:.:....
....:.::..::...:............::.....:::........:..
. . ...... . ........ ........... .... . .. ......... . . .. ......
... .:.:.:.....::..:.:.:.:::....
................
::: .. . . .:............ ::..
. . ........... .... .. . . . ..... .............. . ....
. .. .. .......... ..... .......... . .
.............. .................
...... ...... . ... . .. .:.
... ... ........ . .... ... ... .... . . ......... ... ..
. ... . ........ .. ..... . .... ..... ..... .............. ... . .. .. ..
.............:.:..:.....
. .... ..... .. ................. ..... ....
.... .... . ... ... . .... .......... .................... ......
........ . ... ... .. ..... ..... .. ........ .. ....... ....
:
.................
{
....... ...... .. ..................... ........ ..... ...........<.........
1
`�.�.:<}L�'����<}'��,E2 ��t;�,�{�::�}�t�-•<��:.�# .��tk'���x���sl�{:'�.E-=`c� *��{k�.a=:'��\. .z z �'= � s�- �'"b -$'•'.:_=�3�;- rw_� 'i��'>;' � f
4
Agenda Item #18.
Lastly.,the cost to serge Marion County is sign ficantl r higher than any of our other Florida
customers because there are fifty-three plants only 253,000 gallons per year o
consumption. Thus, delivery costs are extremely sior ificant and spread among far fever
gallons than most other utilities. As result, our delivery cost for Marion County is between
$0.45 to $0.50 per gallon compared to less than $0.25 per gallon for our other customers.
suspect that these large number of plats also make it very difficult to manage as well!
In addition to the cost increases we have experienced, a second barometer to look at is
h poc .lorite bids in the marketplace.e. The below table represents all of the bids in the State
of Florida for sodium hpochlorxte for this year. As you can sec, the proposed increase is
very reasonable in light of these recent bids, factoring in Marion County' annual usage of
240,000 gallons per year and an additional $0.25 per gallon delivery charges for these bids
due to higher transportation costs for Mario. County.
Bid Date utility Annual Gallons Allied odyssey
5I1512 23 Okeechobee County 303000 o Bid $1.80
685/27/2023 Town of Jupiter II TP 314)000 $1.
6/27/2023 Town of Jupiter Booster Station 4�000 .50
7/6/2023 City of Fort Lauderdale-Full Tankers 2214$000 $2.25
7/6/2023 Cityof Fort Lauderdale-Partial Tankers 3567000 � :* ::`:. $2.45
71 �i Ica
120 � �25, 0 1. 0
2 � Regional o Bid .:.::: :::.
712 I South Martin eo
7/26/2023 The Villages
98
727120 Pais Beach County Tanker 4375,00 : � :: :::::.: .
10
7/27/202 Palm Beach Coon —Parflal Tanker 5350 ::`:.:':� ��.
1. 513 I�0 � Cif of Ormond 320,000 .:
112 Martin oynt 0030 :"::: t :.::":: :::.::: 2. 5
I'11223 charlotte on Bid
� � 523 Bid
125 C of Port St.Joe
9/11/2023 C of Lake Wales
I I2 23 D of Lakeland 105, :::.� ::::: ::: ,75
1
Seminole County_.... ,7 4,0 :. $1.950/4/2023
111 12 23 Central Flo da Tourism ex i st. 641.648 �,'
dent
7.7
$1.89
1 1 /2 2 l� oro ion 1 3724JO4
$1.49
2/18/2 2 C of Tampa
3
/12/2024 Peace River l ana ota 7503000 : .:+:� : .:: :.::::.: $1.65
oun ,445,
72 24 .� $1.76
Lee
24/2024 fi 1 i ho (FPUA) 425,000 ::..:::.:. $1.70
1 F Pierce
Page 2 of
Page 398 of 512
Agenda Item #18.
Thanks for your consideration. Please do not hesitate to contact me at 13) ODYSSEY or
cellular 1 - 444 if I can be of further assistance.
Sincerely,
kk
, > �x4?
H. Allman
General Manager
Page 3 of
Page 399 of 512
Agepp Item #18.
U.SAURE U OF LAB 0 R.STATIS�TI CS
1W �
T
Bureau of Labor Statistics>Data Tools>Bata Rletr!evat Tools> M ulti-Screen
Databases, Tables & Calculators by Subject
r pgcia4 NotLces 412512024
Change Output Options;
Fro : 17 € To:t204
Mw Formallin Optionslo
i n c I u d e graphs include annual avera ges
Data extracted on:,duly 9,2024(5: 9,44 PCB)
Consumer Price Index for Ail Urban Consiumers(CPI-U)
series 1d: CUUR0350SAO
Not Seasonally Adjusted
Series Title: All items in South Atlantic,all urban consumers,not seasonally adjusted
Area; South Atlantic
Item: All itern
Base Period: DECE BE 2017--100
t*,
Download: j . xl:sx
: v i .......
-. Of
LF un i ;Fb f
t =
1.
100.652; 01. ]1 .575',].0�..7 5 142.105 2.244 1.02.288 102. 63 102.348.',.102.542 102.391 ,101.974:101.9 4:101.60 1 102.301
- �
I
0 102.180 . 2.79'104;104.134 E}4.}4 '1.03.886 1
04. 3 104.E 52' 04.108 104.365 104.419 104.478 103.861. 10 .430 1 Q4. 93
i...,..,,.. .�:.,,..�,.,...,...:.:_.�-.:. ................... I,.�,.�,..,,.,.,,.......,..-n--„-_„,,.,,.,. .,,-.. �„�,.�,.�,. �,.�, �.-.. �,.,,. •.,_--�-�,- �,.�,i
0 0`104.811 105.060;10 .902 104.313 104.0711 104.�94!105.1.30'105.691`1.05.945'106.162 106.085 106.154 105.�2 104.642 10 ,861
0 106.7� !107.243 47.943 108.722 1 109.507.;11 ,508 11L061 11 L4 9 11.906;113.054 113.54 11 ;0 6 11 .47 108'44 ''112.5 7
;,,
- t
20 115.189 1116.4 8;117.9001 11 .271:11 . 25;121.339;121_.57 `12 1.43 1 121.768 122.08±-122�79 ,i,,.� wkyv „-
1..2 4�9�+�. 0 099+1118,127 I�22 071,
;, , 4 1123.943 24.513 i5. 2$'125.845 1125.94 Y12 .136 125.873 17.251V 17.150'1.26.9791�. 6;9a1=125.� 124^754 16;8�0
'2024 127.550 1 .774 129.338!129,446?19.520, „-„-,,,,,,,,„,, „-,,.,,,,,.,..'--"-,„.....
U.S.BUREAU OF LABOR STATISTICS Postal Square Building 2 Massachusetts Avenue NE Washington,DC 20 12-0001
Telephone 1-2 2-6 1-5 0Qy Tele ommunications Relay Servic ; -1.-1-+%vm.his.g2 Contact Us
+ � T�
o
Page 400 of 512
..............
.....................
Agenda Item #18.
Marion County
Board of County Commissioners
3
4}}Vr MCNOF AGREEMENT
WITH MARION COUNTY ("COUNTT"
AGREEEMENT MEN : ; 65 Bulk Chlorine
MO I I AMO NUMBER: 2 MODIFICATION EFPE TIV DATE: October
DESCRIPTION OF D19CATIO *
I. This Agreement is rered for one year,valid through September 30,2024.
* This Modification deletes Exhibit B in its entirety and replaces it with Reamed Exhibit B,hereto;
3. This Modification adds one delivery location with four existing tanks for M T .
cmtio :590 Silver Rd.,Ocala, FL 34472 Tank Sizes: gal.
(1)250 pl.
ISSUED :Marlon Court Board f GDnty Commissioners P�I�FR: IEEE
Procurement Services rx. i e re adanf , r
2631 E Third St
Ala,FL 34471 PHONE: 352671-8
- M
CONTRACrOR NAME. Cklyssey ManufacturingCompany
ADDRESS: 1484 Massaro Blvd,Tampa,FL 33619
A ' : Patrick Allman pailma @odysse anu a turtn .co
INSTRUCTIONS: Please sign Signature Block showing acceptance of the above women modification and return
thisform to Procurement Services win five days after receipt*Once fully executed., a copy of this modiffication
Ali be re u ed to you to be attached to the original agreement*
MARION COUNIX A POLIM AL SUBDIVISION OF THE FOR USE AND RELIANCE OF MARION COUNTY ONLY,
STATE OF FLORIDA APPROVED AS TO FORM AND LEGAL SUFFICIENCY
8/1/2023
AEG CURRY �,, DATE *HEW G.MINER
CHAIRMAN MARION COUNTY ATr R EY
ATTEST: ComPANY NAME:
-�„ 8/1/2023 Odyssey a ufacturi Company
R A ELL DATE �
l0 O u CLERKOF THE COURT
Y DATE
PRINTED NAME
j65�CA4MCNT I I of
Page 401 of 512
. ...........................
Agenda Item #18,
19B-265-CA-02
Bulk Chlorine Fee Schedule
Revised. Exhibit
Item
N . Description of Services unit Unit Cast
Liquid, 2. %Trade Percent Available Chlorine r
i �r� s for Utility Sites G l yn � � �..65
H 'H granular, powder, Deliveries for Utility 100 1
2 sits Pails 400.00
C
Provided
3 Lease Tanks Site at no cast
# 3- -0 NT 12 of
�_...���.._�..� .� .�r.._.,.. M_. ��.....�.... .�.�...� �...�_.�� �........ �......._._.._._.__._..................................................... ........................._._.._..... __........ . -._..-._..... . F� g age 0
Agenda Item #18. ..__
...................
... . . ...... ...
.........
........................
.....................
.....................
............
............
............. .........
. ............
.........................
...... .. ..... ......
. ..................
.................
..... .. ...
...... ....................
............
0 D S S E No
MANUFACTURING .
May 29, 2023
Ms. Shari Chineere
Procurement & Contract Analyst Coordinator
Procurement Services
Marion County Board of County Commissioners
2631 SE Third St.
Ocala, FL 34471
Re: MARION COUNTY BULK CHLORINE CC TI AXT BID NO. 1913-265)
Encl: 1 Listing of Marion County Utility Sites
Dear Ms. Chinevere,
As you know,the sodium hypochlorite contract between Odyssey Manufacturing Co.and Marion County expires
on September 30, 2023. The contract has two more one-year renewals remaining. As such, Odyssey
Manufacturing Co.agrees to renew the subject contract for another year effective October 1, 2023,through
September 30, 2024,with a price increase from$1.25 per gallon to$1.65 per gallon. This price is fixed to the
water and wastewater treatment facilities for the upcoming fiscal year and there are no fuel surcharges,delivery
fees or other hidden charges. 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 various treatment facilities as well as
leased tanks at numerous sites.
As you know, we continue to be in a period of unprecedented hyper-inflations in this country and in particular the
chemical business for the past two plus years. Unfortunately,we have not raised prices fast enough to Deep 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 sane 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; 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; The cost of leased tractors
from Ryder has gone up 18%in the past:twelve months;and The cost of new F P tankers has increased
from$78,000 to$128,000 over the past twelve months. Overall,our delivery costs are up 0%and about .2
per gallon is the amount of the total price we allocate to delivery. Secondly,we are becoming more dependent
on C '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 $-10 to make it and$.18 to deliver it you can see we are upside doom on many of our
deliveries). Third,we have a lot of it soft costs"that have gone up significantly and we tend not to focus on such
as property insurance which is up$400,000 per year and liability insurance which is up$150,000 per year.
Earlier this Spring,we were informed by our raw material suppliers that they will be implementing enting significant
increases in rail freight in the next few months largely spurred by the recent mishap in Ohio(ors order of
magnitude of$.05,$.10 per gallon).
As you are probably aware,the cost to serve Marion County is significantly higher than any of our other Florida
customers because there are fifty-three plants and only 253,000 gallons per year of consumption(see attached
spreadsheet). Thus,delivery costs are extremely significant and spread among far fewer gallons than most
other utilities. As a result,our delivery cost for Marion County is between$0.45 to$0.50 per gallon compared'-to
:.::.:.:.:.
.... ...:....................:.::':::.
.......:.:::.:
:.........
:..:.......:.......:.
:.::::.:...
.:........::::. .
..::......::..
........::. ..:.:..
..................................................................................................... ..: : ::.. ..
......... .... .....
.: ....:: . ...:.::. ::....:::.::..
........:..:.....
..... .. ... :..
................................................ ........ .
...................................................
:...:.:::..
.... .......... .... ................... ........ ...
.... ......... .... .............. ......... .. .
....... . .... . ..... ............... .... .......
....... ........ ...... ............... ..... ..........
............... ...... ................. ..... ............ ......
uu
}.......... ... FA
}. },: ..v .... ..
............. ...... r.>....k.�..k.c �. ....k. �. �>..�........... ��. > �k... •�z.v �.� � �::? >�. ,may r
............. .. ....k.. .� r.k...k�_k.r ..k. <�...\ ....... �..k... z \,._.. ,kt k�..:;><;::;s:r::x�z. �. k 1 '�t^ >)- � :'\.
�....<.........>...k�.. �................1.. ..k..........��..k.... .k_.w �#. ,....k..k.. . > .'4 � .� �_. �.� .� ..r.k�:.'.v._ .•1 k� {>x �
........._._,......... >..<..k..,. .k._.v... ...._•k r..v....._ ._.k�,.k.k>.....z .1 k�.-� �_._'�.. x �._ r�. >� 1 \ ,5 }
kt..>z ._ .t<\'ks--t .\ x c_. r'*� '{' kx 'y`,'t .i {C•" 3'<'
v.r.x. kk.-v..,.• K>.\kk v.r > #S. _Z , >...v "t' ;�.\.`z - Cs= ' ._a `d } - .S.. xsS `` .e :> +tv `Y- i
..� Y".>: \ k#`>J. �� - •.�v z.+7-t�.?�=��i ti.>k i Z.:.s�z. �,, rs>�':a.,#�v }x .�' _ `���`�_x�.�: S' x
��. `•� ;�;.._�z.,>�4.��.k-;�..Y�>�c}'''✓k��• � :�� -.. 'i=:_�.3�. -•.. <z x t�.. �. .� -:� � w v.x.w *� ��' 3 ;3k� .z ��-�..�� z � �
k'� 'w._-1 kk -a -_ �>��"E`• �zz <�#_� k
F
Agenda Item #18.
less than$0.25 er g allon for our other customers. l suspect that these large n umber of plants also makes if very
difficult to manage as well.
In addition to the cost increases we have experienced along ref , a second barometer to look of is hypoc lohfe
bids in the marketplace. The below fable represents all of the bids in the State of Florida for sodium hypochloNte
for this fiscal year. As you can see,the proposed increase is very reasonable in light of these recent bids and
Marion County's County' annual usage of 240,000 gallons per year if you factor in are additional$0.25 per gallon delivery
charges for these bids.
e Annual Gallons Allied odyssey
Bid Dat $1,42
/1'1/2 22 cif of West Pala Beach Water 500,000
/1 /2022 City of West Palm Beach ECG 785,000 $1.42 :.:.
el Year - .
/ I2 2 �� of Sanibel77
4,00 'i : :. :.:' .25
/11/2022 C1� of SanibelYear :......... :.......
/ /20 City of Sanibel—Year 3 94,0 ':�::::�::�.���:�� �..::ti� :'��.��:�::�.. $1.30
$1.892L2;500
612022 Bay Moir ........
/ I2o22 cif of Marco Island
40440 : :::::± .55
$1 55
/ I2o22 Seacoast utility Authorjj_ 250,000
$1.67
O City of Plantation 2623000
$1.58
1012 /2 C of Lai eland _
/2 /22 Pinellas County
11/1 12 22 Cif of Wild�rwr od1152
00 $2.56(H)4, No Bid
1/22/202 Ci of Winter Haven :...:.......:.........
$1.6
1 /2022 Cit. of Clearwater 9572000
$1.60
1/1 o/ o23 City of Tallahassee 625,000
$1.73
0
1/2 /2023 Ci!y of Ed evuat r ...---240X0
6-9
3/6/2023 Peace River Manasota750,000
Thank o for your consideration. We value our supplier relationship with Marion County both as a customer
We loot forward to the opportunity to serve your sodium hypochlorite reeds in-the future,
and business partner.
Please do not hesitate to contact me at 3 ODYSSEY or cellular -3444 if I cane of further
assistance. Because of the extremely tight chlorine market supply conditions,this offer will expire on August 1,
2023, unless we get a written response you intend to present it to your governing body for approval.
Slncerely,�
tt, of,°rr lei
a e+sWrf kkk<rr-.,kxx:c<>r.cetxxx.*c.,*-,xo.*z-�,.kr,.w=x-<t4k<
..........
"Ratft R, H,Allman
General Manager
C; 1 J. Kramer, Mahon County Operabons Manager
Page 404 of 512
.....................................
.....................
...............................e..............................
ffid PURCHASE ORDER
tem #18.
Fiscal Year 2023 Page 1 of'I
0 20
.4 t Purchase Order N um be r 02300398-003
Bill To PROW Ship To UTL00 _...............................................
2
PROCUREMENT SERVICES S MC BCC-UTILITIES Purchase order Dade '��!"1TJ202
Marion County Bork of County ......................_................_........_.._...._.._......_........_.._............................._......_......_._...............................__.......
8 SE S W 441 Department Ufffifies Management
CommissionersE�.L,EVI1{, FL 442 �455
� �E Third��.t al , � 344��
P: 5 -671- 444 1 F: 52- 71 451
EMAIL: Procurementinvoiqes rn rior��l. r
Vendor 102134
ODYSSEY MANUFACTURING COMPANY
1484 MASSARO BLVD
TA flPA, FL 33619
1 - 35-03 9 13-630-2 59 102134 427 Peters,Gabriela
BULK CHLORINE
The Above Purchase Order Number Must Appear On All Correspondence-Packing Sheets And Bills Of Lading
PLEASE EMAIL ALL INVOICES TO PRQCUREMENTINYqLqE �f }N�l={
CONTRACT T#--198-2 5(10/201 J-912023)
CONTACT:JEFF LA IP EPE(352)30 -4 2
AMENDMENT SCC APPROVED 120122
l �#1 ADDING$4,000-00� 2500.001LI E ITEM ONE AND 1 0#.001LINE ITEM TWO DLiE T INCREASED NEW CONNECTIONS E T[O REQUIRE Ii E MORE E CHLORINE 1lVE PURCHASES.
.._.. >.."..s....+fir:`>.:�:x.�,<<..............>.z\:.�1�......•.. .r.,::�>;:...:'s'�)"J x!,
''2:� ,# —
.... "�[+.:k k�\:k....f;..f:k:..r.:�. -r .�. K.�..•��,.
." k"z.
k
>.�. ,,$ <..._ �_._.s._,. <...�--� ,........>.. ..�. .�-�_ -� -�-z k'c: •.<.:.�k.� �x...",:.w�_z�,
... ...... .. > ._.. c. �......k k z...... ..r k � k. .. .... ..k_k.> r \..... � x<`_7 � .t121
`c� � •.fr
.> _ 1.S \ ...k. .>.._ *�. -'z> z--. i<> ..3.. _ k.:>t,t. .*c:' .k. :•IN,
.
#k_" .... z._k>k_ < is v' _ .\. }:\ t"#.'.L•.•.3. .
..... �. _ •, ��. <��.� < '�.\ 'k�� � .a:
_.._.>. <\. .7 z. k zs •x.. } Ei". 3 3 z J'S` -k'k`k'k ".i_ '#E:ec•:�' >' '-`'•
•. ., .,......_ .� .. .... .._._ ....k. \.�-.� .c. z. ���
... .a. � .. .. .... z ..E�:�\t". .z f.. <=•_..z.-k.�f C. ter` vk tr=- .n .t � ..
� .__k. �. � X" .... ._��.>_._. � { k?st k'r: "3 ''zfit. .�r {k:., t x <:i-''.:'�,- `•t>.. •f\ .�.:�'^'?>y.•k":::;.:.
..� .�. � ^c. ,b J \ �fi•: <.s :' .�:�'?\•.�_ �='.= _ `.t c.�:"�:r..�. >9 t `G4k'��."... `� ,r ..z::v:..�:s::t,S<>k`:�.�...<. .. _.�...x C� ,.- ... ...._. .._.._ � �s � �.�. ..x z_ �J• vk` .'x�•z. �.' e € �. -�.{w.� � � .#�� .S�:rx: _.�'�->..k fl•�:?_ z-� .i
......f ... r ..f. ". .. ... _.>.. _ ...>..> ., ":_ ak �SL`ifr<". k..S ..z_> _ c ,-�.
k... ��s.. t. f_. ._"k ,#.*oJ.�Yw>_< ."}..-�,?.�_.�.���•��c z< '32•• �_c .!._ !. >..�.. >.�.��� ::1C. :.\, z Y... •7:k�.,�.:..k..>::
....>.. " {.��'_ � }<� :i{:. # -'L..-> .�$>::�.Y_� �.} -{��\*��:�' \k \:-kkk
......,z ':.[:.. .. 1_• <.}.:.. _' ':.`:;,'.:;r',:::
�k k. a�w •.>..�'t::•_k:.*��">*�t-�•` ��
e .. �' �.._.� ��. >...t .�.f3�?,k ..�. 't., r.. :\t�,�...._��?E-q5,z. .<� •:�>?%
k.c c).>_ z 1...< .w ._k z i_ 2_. k.."< .... .k>.. :.•t'..c:.• ...7... k..k `\ ..<..
k.._ , s.w > x #' ..:.,y.:.k....... :•l.�i. �._ .�_.<>..>. ..s: :s�:i�k
.. > —,.._.. .... ... ... ._�.� .�. ..> >f �".._. � ��'z.„z ., _\.. " 5\_..> � .\_ �`��. �v.• �•, �_�'.�>F>�...:.�:�'•:. s Uzi•,=:;•.`.'•�L':;�<�>.x
,. ......_ k.f. c t,x z _Z ,z_k..k_. ._ _ ..". .1 ..# .. z .� .c..:..�. .\ z>.•i�::� :\i:.::k,":.k.:E. :::�.r�c�k,�S-zay==5:5.s
....... .. ....k _. ..s. �....2>.... ._k..._.. >_.k..c � ..�..y.� "..��kt -.z: ..7.•c k
.... .k...{.....�. ._ ....... ��� .. .>kc��1.� f�� � ....k .." k ..� `.� '.Srk r.x�.,-�.cvk���.:•::
.. k. #.....#k J.. k>z ..__�_k..�.� <.....>_." .r�: ��•r.v ��:��;�_1;a,#.k,=�;�
.1 r. \....... .k.�>.........c. .. k� ..
..,..>...{{<............ ...> .>..z.........�.\k{..>k......Y k k k."..k>.\...>....\.�.....<_ � >�.r. �..., e�... ..�.�...... .�..>I�>. ;�}.'f`}'#` `f�. »,::3l.�o`isxivn��:i}i•'7�v53'.�'..wr-f�S•],„o-
...................r.k....k.�f.......k>...,k...........kk.>�...>"...�.�k..ik..,.\.�<...�r._�.>..7.r..�.... a.v.. z-.\...__r,t.��...>�•�tc s:t„c;4';t`itti.,..,k.;�:�l::S$13.8SS:.L#�lN7Jr3;[�:.
:...::.:..."..,.....�7.k•..k......3::yy:::�::��t#rar..:..k......,....•..F.rv. 7 _•_.r,�•kvt��tr c:12r.:����:.a: �•.,._.kwr� !-w�i:rz..�:ssa.s:zy;au'�v='�'�3��,.�Y..w
'l WTP JI.. L N E 1-0€}00 EA $1 , 0 .0000 128,70 .00
L#;ZF442533-552108 $12 , 0 .00
2 WWTP"BULK HL I E 1.0000 EA $249,716-0000 $249,716.00
L#- 'F44 53 -552108 $24 , 16.00
!Approver Name: Olsen,Susan Approval Date: 10/17/2022
Total ExL Price 378,422-00
DIRECTOR,PROCUREMENT SERVICES
Page 405 of 512
A tem #18. PURCHASE AS ORDER
} Fiscal Year 04
'age 1 of 1
,.
0240010644,
� � r
%
� � Puri Order Number02400106
BillTo PROWShip To MSS-04 '.......................................................................---.--...._..............._.._......_......,.v....,......... ..,..
PROCUREMENT SERVICE. SILVER SPRING SHORES R C CTR. Purchase Order Date 1010312023
Marion County hoard of County ER .............................................................................................................................................................................................
ROAD
5 SILVER CommissionersDepartment T -S ECRATION CENTER 1 SE Third St.,Ocala,FL. �41 CL.A, FL 3442
P: 2- 1-8444 1 F:352-671-8451
EMAIL. Pr ourem ntin oic @a mariorttl.or
Vendor 102134
ODYSSEY MANUFACTURING COMPANY
1434 MASSARO BLVD
TAMPA, FL 3361
ill=!1!i smil ll;!!ff lqllg��Mlalalf
13-03 -0339 813-630-2589 102134 325 Smith,Danny
g1l;NIXON
BULK CHLORINE
The Above Purchase Order plumber Dust Appear Cn A]I Corre pondence-P cki ng S heets And Bills Of Lacking
PLEASE EMAIL ALL INVOICES TO P O UREME ITINV I MARIO L. F
CONTRACT :191 - 5(EXP 9130f 4)
CONTACT:JOSH KRAMER(352)438-2383 y
_ v �.--.-��,—.........,..�,-t-�.......'.r"-T'�-zs-v.T..�.y��,,....�-�,y--���.....��.:.:>�t k�k � -.a' .�:'•`.r.:.�w va_�.� �.t.;F:`1
,... -...r {, t._..k..k s-•.k .,.......:': i~.k .. >k..z. w�k'#- ki". �Cr K? •.
— ����,.,, �. x�--x �-.. ._.... ,c ..... .. .... ....5• k.> t >_.......f._.."k �. s.. \ k. 7_. \�.. .x�: ct_?.. z >.zr. _. ���: \
�t
t#
�_ .. ._......_ c_. .. :r'tc� .. ,_.> � zv .k� ._ ..s .,... � >�_ ,.'�_ .. �.. .�. � `v.:- �<._t �•. _5< .�... •.�-.. .�_..
K � �•. r... g_'1.''0)`_?':%;1
.. s7. __k ._ z_ T� .._ _ _ t,_z >_ x .w?f .*:. k _ S v .3.k.. k.....Y.. .��. z .� ..5:�.�'. y}t zDt � > �.. v�`�.. Y�.. fit•-.vst... :.�..
F?:k _k. k t � �t t .. ._ z t x �> .. � 3 �v_ _�.� � v..w.. �k.. .:t s.'�. \� {'C x:� �=.. .� c•�..�,
.�c r ,. !_ .t._ r kv.. e x_ 3 _\.. � x .#_ _ z.k`# J >. ... 3.._. � .� _k.,k•-}'��� =:. ..#.-,z.'•.r�s.�x � C _.�>� ky k;�"'-�_stkk.. .�.,.>,o-a
...k � � � c � .. .> > .> �� r. � � t .>. .z'cv........k} t - t t k._.k.. .t#.a fY_#.� •<.. � \ �?L ..ts:.w ..�x .�S-•t{.
,,.
�.� �_.� � �# r� # x��k 3` � � # �k 3 k� �.�:' 3_�\, v_ ^c_. � viz •:� _ -- "n'E
•- ..3 k },� ._'4 *: .> z' ��_ - ^� k. ( } ..>� w �. ._ � �>...�.k ? ,k. v t r�s.»_.. .. S. _\.t.. � 'i;: k# �:3.s`.
# _� 3� � � _fit .� � y k'{� .� 'S � t. { .r. #__ k. z._.> •'� �v _ 'i�»:`..\ `}ti%." .-#'S '���':r�,
v �:I �5�. ._� a- � .�• S� � � 3 r�F \t .J. �.... ^ct t-k v#x 'r!x �: .��_. 'E�. .�-3�k 4�t :'i'> or'• a r-�,
� } lc.71�Y �._r�o-�$f a? f� � � '�_ .L >`�5 .� [ ��t ���.E� .�. ct .'l{ .z.k :#.. s`.�,• ._�•..
..�it � > Y{.'�.-._. .♦� .1 .. k> k l i_. k'� � �> }�_ �: �w }. � t�_t f >:....tv� �.-\ �'_ .}# �'..7=.. ::� K�:':i }..�M1� 'C t t}.;+�. >�_ti_.. �� > r .,�E r_k s� Y ���'S.�3�-a� � � �_t £ =�__ vz.^c_� .E F_�..� ?'isE � ""��'°: `:�':..<'s#.. x:;:'-=' _
\ `l:.':l.�:..'.... k�,t v�c..r� �>.,= -:>o-•,r... � �5 `y. �-. # t-{-_ � x: :.z ::�_\_'v1r � �'�}w *c v�#_ r.#` .. -�. �r _ K .:�- 3 ,�� z�'>�z :t r .��... t � -��.�. txt<-r.svi.. ..?? t'' -`z�� ���. fCti� .�r i:� ? z..... .�.3 'x z .�.�..^->�v:k�#'.�. 'k`�".`:2.�!_ t�.>. ..*:-.. •.i.
=>� � >� .S "� v4?-v��#. v<?'r �. .� •#�> .3. z ��x kc 4:�,r- : �.>K>:k � .'*�=<� ..� �<�: r,t••:`• �...�::�. rcat:M. - .k=> a.-�., t�: .�. � ���..�tt,x3x' > ,k k �� < �.. •:� `�� � { ^�. - a's=�` -��,' � v.�: 5... ..�_..t .3 t�:k `:r....
.t.. .. s > _y z .__>,a.. .� � f �_. � ,k � .'�l o> w s. L � �vt�4_.�>t._xti k...}._ .*:. �� k_k. �._ •#� l. v�-.�._. �•.�..�:\Y': br. £.�,x
.�.......�..y...>..{
.k._ _ ,�� .. �.. ..�, z t�. �_ ._.w.> � \>_ k x t .k_ \s. _.w��,k _. v x� z. �3 �' `��: •i'Y. ar:k# `st':r`:'kk:•sY_. ._.iM12'`\.�::�:{w31. _ .�#�:t>:'k
r:...>.
.>. _ ._.._ S.,5- v � _..�. a S _ .� � v t t .�z ..... 9 ..._\. v ... �. � :3 }3 "'�:,;.�vk,t:�Y"f:•4:kk..k._• �. .r.-,,:...:k..rk.>:>:�'>�::.:?:'��[.>:,:':.'!;>.?<�j'>
�-�•,..#� w '� f.,.= x x'�> .z •....3 .#,,. �,.- ..w ,3 � z' � �.3.z>s r.�. <. >x to .� r:.<>, ,.s:��t ,_—...<.�Y,�. ,>r�.�.� � "��Y ?�^2's 2 � .�_7 �k:J.�.�-, t�._ � �tt .�S �5• >1 �>. 2 ._c��..;�...•.�:v; fr :•��'� �.��: ..x= :.v>Y' -'a�i:E:�a;i:.o�.-�3;��
.. _v�.•�.t._ �k r.t �.._ ._ - -.` .�.-v �^c •� G_-.k }}>_ :. _ .�.,r,-f�.`. .. r t.. v K.'t \ w>.�•k �k..�k_v�::.:... 'i. .::'ev�s;_t7ii�rsr>.;;.�`.'v,
>S.�t,x .._�._.. �_k\,� s k..1.�r.y!c�.. (� .1.�.t�\.�..k�_c.__ 5^�k,v.v_,#xL. L2.s�}. �d .,.k..4,#��S >t �..:)� �v�.:3: �k � .�...?.t..d�'�:�. � '•t`ff:}'. r�.�..u.s�,S.�z`Tal.
�.4.x:•`-!)ws=k_.\�_.t.�,..zf z.��....�� vex�.C_rr��"#., t.z�.�-.:��>�..._'#c,>?•r S{.}.z:��>?#?1 t�.9 ���.r• t..k t����2's >��_:.t k 2.�k..x�3�.>yf.,)` ..t...: �\,r'� -a G:�k:�� iok`,:£8„x^m�;,::t3;:_•..�.-.s..w.,<Cr3:�.37��.�:�a�o:'t-turd��s. rss.-3-s#x�a:`,`u'�`t.k== ;
BULK LIQUID CHLORINE FOR PO LSI PAS AT SSS COMMUNITY CTR 1.0000 EA $10,000.0000 $10,000.00
GL H L 0 -546121 ►10,000.00
Approver Name: Olsen,Susan Approval Date; 10103/ 0
23
Total Ext.Price $10,000.00
................ Reffegamwoom
DIRECTOR,PROCUREMENT 1T EF VICE RMINOMENMEM
Page 406 of 512
.............................
Agenda Item #18.
0 Marion County
Board of County Commissloners
MODIFICATION OF AGREEMENT
NCO
-4) � COUNTY
0 0
AGREEMENT UMBER/TITLE: 19B-265 Bulk Chlorine
MODIFICATION NUMBER: 1 MODIFICATIONEFFECTIVE DATE:_ t er --
E 1 IPTI F MODIFICATION:
I. This Agreement is renewed for one year,valid through September 30,2023.
. This Modification deletes Exhibit B in its entirety and replaces it with Revised Exhibit B, hereto.
. This Mod'Ification adds and/or changes language in the Agreement to conform mfth 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 -25 and shall remain in full force and effect until the completion of all
services required of SUPPLIER under the Agreement.
�S 1j Ci ract a ms�hoein s&WI man h fO fWC&and Ole=
ISSUED BY:Marion County Board of County Commissioners PCA U EI : S A I C I E EI E
Procurement Services ices shari.ch'inevere@marionfl.org
2631 E Third St.
Ocala,FIL344 1 PHONE. 71-88
48
CONTRACTOR NAI IE: Odyssey Manufactuning Company
Dom: 1 r d.,Tampa,FL 29
ATr : Patrick Allman(pail n@odyssey f cturin . o
INSTRUCTIONS: Please sign Signature Block showing acceptance of the above written modification and return
t is or to Procurement Services within fire days after receipt. Once fully executed, copy of this odl tlor
will be returned to you to be attached to the original agreement.
II A IO I C U T o A POLMCAL SUBDIVISION OF THE FOR USE AND RELIANCE OF MARION COUNTY ON L p
STATE OF FLORIDA ..� APPROVED FORM-AND LEGAL SUFFICIENCY
9/20/2022
CAS ATE M ATT EW G.MINTER
tt t
�AR �A MAII �� AIE
ATTEST: r .4 COMPANY All E:
2 �0 Odyssey Manufacturing Company
EO DELL l` DATE tat'202.2.."
MARI eO- NTY CLERK OF THE COURT
ATEh
PRINTED NAME
Page 407 of 512
. ................
.................
...................
. ...................
Agenda Item #18.
19B-265 Bulk
Chlorine Fee Schedule
Revised Exhibit B
Item
No. Description of Services Unit Unit cost
Liquid, 12.5%Trade Percent Available Chlorine.,
1 Deliveries for utility Sites Gallon $ 1.25
HTH granular, powder, Deliveries for Utility 100 1b
2 Sites Pails $ 400.00
Provided
-3 Lease Tanks Site at no cost
198-265-CA-01 CNT 12 of 5
Page 408 of 512
.............. .............1-1--..............-1-11-1............"I..........................................................I................ ....................................... ..........................I......................................... ...... ................................................................
Agenda Item #18.
19B-,265-CA-01
Bulk Chlorine
EXHIBIT C
I DEFINITIONS.
A. Section ` ' of the Agreement is modified to include Purchase Orders in the definition of Contract
r. oc me ts; to add that should any conflict arise between the Contract Documents and the
Agreement,the terns of the Agreement shall govern.
. INSURANCE.
A. Section '1 ' of the Agreement requiring in part that the company issuing the required Certificate
of Insurance have an.A.M.Best Company rating of at least a +is modified solely to delete the
words"at least a +"and replace them with "at least an A-."
. EMPLOYEE ELIGIBILITY VERIFICATION.
A. Sermon 11 ' of the Agreement regarding E-Verify is deleted in its entirety and replaced with the
following.-
Section 1 — Verify,pursuant to Section 448.095,F.S.
Section.4-49.095,Florida.Statutes,reclWres SUPPLIER to be registered and use the -Verify system
to verify the work authorization stags of all newly hired employees and prohibits SUPPLIER
from entering into the Agreement unless it is in compliance therewith. Infonnation provided by
SUPPLIER is subject to review for the most current version of the Mate or Federal policies at the
time of the award of the Agreement.
I. COUNTY hereby a nm it is duly registered,uses,and adheres to the practices of the E-Verify
system,including hose outlined in the clauses below.
. SUPPLIER bas agreed to perform in accordance with the requirements of this Section and
agrees:
a. SUPPLIEERcertifies and assures COUNTY that SUPPLIER is currently in full compliance
with Section 448.095,Florida Statutes and it is registered and uses the E--Verif y System to
verify work authorization stags of all newly hired employees and will continue to do so
throughout the Term. 'his certification and assurance is a material term on which
COUNTY relies in entening into the Agreement.
b. COUNTY shall immediately terminate the Agreement if COUNTY has a good faith
belief that SUPPLIER PL has knowingly violated Section 44 . l , 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 Mate an alien who -is not duly
authorized to work by the immigration laws or the Attorney General of the United Stag,
c. When SUPPLIER enters into a contract with an employee,a contractor or a subcontractor,
SUPPLIER shall obtain from that contracting per' ("Contracting Parry") an affidavit
stating that the Contracting Warty does not employ, contract with, or subcontract with an
unauthorized ahem_
d. SUPPLIER shall maintain a copy of such affidavit for the duration of the Agreement and
provide it to COUNTY upon request.
e. SUPPLIER shall immediately terminate the Contracting Party if SIPPLIER has a good
faith belief that the Contracting Party has knowingly violated. Section 441.0 l , Flofida
Statutes,as set forth above.
1 B- 5 -01 CNT 13 of
Page 409 of 512
Agenda Item #18.
If COUNTY has a good faith belief that S PPLI R"s Contracting Party has knowingly
violated Section 4 . 1), `lorida Statutes, but that SUPPLIER has otherwise complied,
COUNTY shall promptly order SUPPLIER to terminate the ContractingParty-
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,
C LTNTY shall immediately terminate SUPPLIER.
g. if COUNTY terminates the Agreement with SUPPLIER, SU?PLIER may not be awarded
a public contract for a least one(1)year after the date of termination.
h. SUPPLIER is liable for any additional costs incurred by C LNTY as a result of a
termination under this Section.
i. 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 E-Verify system,including the registration and use by its subcontractors,
and to make such records available to CONY or other authorized gover=ental entity.
. To comply with the terns of this Employment Eligibility Verification provision is made
an express condition of the Agreement and COUNTY may treat a failure to comply as a
matezial breach of the Agreement.
4. SCRUTINIZ COMPANEES. Adds Section 1271 to the Agreement with the following:
Section 27-Scrutinized Comperes,prsnnt to Section 287.135,F.S.
A. Cerfificadon.
I. If the Agreement is for One billion 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
renewing sane,SUPPLIER ►ras not then and is not now:
a. On the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Ira petroleum Energy Sector List,created pursuant
to Section.215.473,F.S.,or
. Engaged in business operations in Cuba or Syria.
2. If the Agreement is for any amount, SUPPLIER certifies that at the time it submitted its
bid or proposal for the ,Agreement or before entering into the Agreement or renewing
sane,SUPPLIER was not then and is not no r:
a. On the Scrutinized Companies that Boycott Israel List, created pursuant to Section
21 .4 2 ,F.S.or
b. Engaged in a boycott of Israel.
B. Termination,Threshold Amount. C ITT 'may,entirely at its option,terminate the Agreement
if it is for One Million Dollars or more and FIRM meets any of the f'ollo ing criteria.
1. Was entered into or renewed on or after July 1,2011,through.dune 3 ,2012,and
2. SUPPLIER is found to have:
a. Submitted a false certification as provided under Section 27.13 ,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.S.
OR
3. was entered into or renewed on or after July 1.,2012,through September 30,2016,and.
4. SUPPLIER is found to have:
. Met either prohibition set forth in Section"'2.7 #'above or
b. Been engaged in business operations in Cuba or Sy .a-
R
. was entered into or renewed on or after October I,2016,through.Tune 30,2018,and
. SUPPLIER is found to have:
a. Met any prohibition set forth in Section"2 4 "above or
198-265-CA-01 CNT 14 of
Page 410 of 512
Agenda Item #18.
b. Been placed on the Scrutinized Companies that Boycott Israel List,created pursuant
to Section 215.4725,F.S.or is engaged in a boycott of Israel.
OR
7. was entered into or renewed on or after,holy 1,2018,and
. SUPPLIER is found to have met any prohibition set forth in Section" 4 "above.
C. Termination,Any Amount. COUNTY may,entirely at its option,terminate the Agreement if it
is for any amount and meets any of the following cntena.
1. Was entered into or renewed on or after July 1,2018,and
. SUPPLIER is found to have been placed on the Scrutinized Companies that Boycott fsrael
List,created pursuant to Section 215.4725,P.S.or is engaged in a boycott of Israel.
D. Comply; Inoperative.The Parties agree to comply with Section 287.135, '.S., as it may change
from time to time ding the perm. The contracting prohibitions in this Section become inoperative
on the date that Federal law ceases to authon' a the State of Florida to adopt and enforce such
contracting prohibitions.
. SOVEREIGN IMMUNITY. Adds Section` "to the Agreement with the follow g:
Section 28—Sovereign Immunity.Nothing in the Agreement shall be deemed to waive the sovereign
immunity protections provided COUNTY pursuant to Floxida law. Notwithstanding anything stated to
the contrary in the Agreement, any obligation of COUNTY to indemnify SUPPLIER, if provided, is
limited and shall not exceed the limits set forth in Section 768.28, Florida Statues. This Section shall
survive the termination of the Agreement.
. ON-GOING COMPLIANCE. Adds Section'291 to the Agreement with the following:
Section 29 - on-Going Compliance. The Parties acknowledge that the Agreement may contain
provisions prescribed by laws, statues, and regulations that can change during the Term of the
Agreement. The Parties understand and agree that the Agreement is intended to reflect and require the
Parties' compliance with all laws at all times. The Parties expressly and specifically agree to perform
the Agreement in fail compliance with the goveming laws, statures, and regulations, as same may
change from time to time.
1 98- 65,-C - 1 CND'15 of
Page 411 of 512
Agenda Item #18,
cow .fix 'n .
Marone
.... * ,
E #yr= Board of County Comm
4�x219-
Meeting Agenda
McPherson Governmental Campus District 1 — Craig Curry, Vice Chair
501 SE 25th Ave. District trict 2— KathyBryant, Commissioner
Ocala, FL 34471 District 3 — Jeff Gold, Commissioner
sioner
Phone: 352-43 -2323 District 4— Carl Zalak, Ill, Chairman
Fax: 352-43 -2324 District 5— Michelle Stone, Commissioner
..�rrrrrre��rw�rrrrrr ■ru rare e eir..�����
Tuesday, September 20, 2022 9:00 AM McPherson Governmental
Campus Auditorium
The Marion County Board of County Commissioners welcomes you to its regularly scheduled meeting held the first and third
Tuesday of each month at g a.m. unless otherwise noted. The zoning portion of the meeting is also held on the first and third
Tuesday of each month at 2 p.m.
Ail commission and zoning meetings are open to the public.
Pre-screening will be conducted upon entering the administrative building, located at 501 SE 25th Ave., Ocala, FL 34471.
As acourtesy to others, silence your cell phones and other electronic devices before entering the auditorium. If you need to
take a call,please step outside.
PUBLIC COMMENTS
To encourage participation, ensure equal access to all participants and foster mutual respect, please follow these guidelines.
-Regular BCC Meeting
-There are two 2 public comment portions on the agenda, one reserved for comments related to items specifically listed
on the agenda,and one for all other comments.
-To be allotted five 5 minutes,you must sign up the Friday prior to the meeting that you wish to speak at.You can sign up
online at hops://marionfl.org/comment or via phone at 352-43 -23og_
-Those who do not submit a request in advance (b 5:00 p.m. the Friday prior) are still welcome to sign up at the desk
located in the foyer of the commission auditorium on the day of the meeting, but will only be allotted two 2 minutes.
BCC Planning and Zoning Meeting
-Public Comments during the Planning and Zoning portion of the meeting will be limited to two 2) minutes per speaker.
You must sign in at the desk located in the foyer of the commission auditorium on the day of the meeting.
Marion County staff is available throughout each meeting for your convenience.
Anyone requiring accommodations due to a disability or physical impairment should contact Marion County Administration at
352-43 -2300 at least two 2 days before a meeting.
Agenda items are posted on Marion County's web site, https://www.marionfl.org, before each board. meeting. Click the
"Agendas&Videos"link on the homepage to download the agenda packet and backup documentation.
The Marion County Clerk of Court keeps the official minutes and audio recordings of commission meetings, workshops and
public hearings. To request a copy of these materials, contact the Clerk's office at 352- 1-5522. Marion County streams
video for most beard meetings, workshops and public hearings when applicable) lure online through the count 's vwrebsite_
These recordings are archived online after meetings, but l Vl s can be requested by contacting Marion County
Administration at 3523 -2300_
Page I of 14
Page 412 of 512
Agenda Item #18.
Board of County Commissioners Meeting Agenda September 20,2022
CALL TO OE
INVOCATION AND PLEDGE OF ALLEGIANCE
9:00 AM ROLL CALL
ANNOUNCEMENTS
1. PROCLAMATIONS AND PRESENTATIONS:
1.1. PRESENTATION - Marilyn n cooly EMS Pioneer Award - James Banta Fire
Chief AP roval and Presentation]
2. AGENDA ITEM PUBLIC COMMENTS:
ENTS:
Deserved for comments related to items specifically listed on this agenda. Scheduled
requests will be heard fiat and limited to five 5 minutes. Unscheduled requests will be limited
to two 2 minutes. Citizens may contact Marion County Administration by 5:00 p.m. the Friday
before the meeting at 352-433-2300 to request to speak or submit the request online at:
www.marioofl.org.
3. ADOPT THE FOLLOWING MINUTES: 3 sets)
3.1. June 8, 2022
3%2. June 14, 2022
3.3. June 102 2022
4. CONSTITUTIONAL FIG S AND GOVERNMENTAL OR OUTSIDE AGENCIES:
4.1. Jimmv Cowan, Pro e Appraiser- lie nest to Extend 2022 Tax Roll
5. CLERK OF THE CIRCUIT COURT:
Budget Amendment
5.1.1. 2022A ca ital Pro'ects Fund Series 2022A Ca ital Construction -
�20,1;233
5.1.2. County Transportation Maintenance Fund - Transportation -
$683000
5* .3w General Fund - Fleet Management - 55 000
5.1.4. General Fund - Legislative - $45,235
5.1.5. General Fund - Public Defender Technology - 5 300
5.1.6. General Fund - Public Safety Radio - $30,792
5.1.7. Multiple Funds - Multi le Cost Centers -$860.1957
5.1.8. Series 2022A Capital Projects Fund - Series 222A Ca ital
Construction-- $279,242
Page 2 of 14
Page 413 of 512
Agenda Item #18.
Board of county commissioners Meeting Agenda September 20,2022
5.1.9. ,silver Springs Shores S ecial Tax District - Silver Springs, Shores$9,1800
5,11.10. Trani ortatlon Maintenance Fund -Trans crtation 1 7 000
.2. clerk of the Court Items
.2.1. Regu.est Adoption of the Capital Improvement Program Fiscal
Years 2022/23 - 2026 2
6. PUBLIC HEARINGS (Request Proof of Publication) at * o am:
Public participation is encouraged. When prompted, please step up to the podium and state
your name and address for the record. Please limit your comments to the specific issue being
addressed,
6,11. PUBLIC HEARING to consider an Ordinance to Establish the Short Water
Line Extension Program
.2. PUBLIC HEARING to Authorize Year 2 of the Annual Non-Ad Valore
Special Assessment to Help Offset Local Hospitals' Medicaid Deficiencies
and Adoption of a Resolution Relatinq to Sane
7. CONSENT:
A motion to approve the consent Agenda is a motion to approve all recommended actions.
All ratters on the consent Agenda are considered routine and will he enacted by one motion.
There will he no separate discussion unless desired by a Commissioner.
7.1. Administration:
7.1. . Request Approval to Accept a Drawing of the courthouse to be
Pisplayed at the Judicial center Bud et Impact- No
7.1.2. Reguest-Approval of Agreement Between Marion County, Florida
and the Ocala/Marion Counly chamber of commerce 1A cicala
Metro Chamber and Economic Partnership (CEP for Economic
Development and Small Business Incubator Services for the
PeriodBeq,inninq October 'l 2022 to September 30 2023 Bud et
Impact - Neutral, en enditure of $300,000 as proposed in the FY
2223 hdet
7.2. Attorney:
7.2.1. Request Approval of the Mediated Settlement Agreement for the
Southwest 80th Avenue Road Widening Project Fee Takinq and
Tempora.ry construction Easement Parcels (Budqet Impact �-
Neutral.;_expenditure of $2,852 254 as a roved in the FY 21/22
Infrastructure Surtax hudet
73. Community Services:
Page 3 of 14
Page 414 of 512
Agenda Item #18.
Board of County Commissioners bleating Agenda September 20, 2022
73.1. Re guest Al2Droval of First Amendment to Marion County standard
Professional services A reement Continuum of Care Cod
L-514 for Challenge Program Between Marion Counly. and John
G. Noonan as Bishop of the Diocese of Orlando Brother's
Kee er �Budget Impact - neutral• not to exceed 5 750
7.12. rye pest Approval of First Amendment to Marion Coun!y Standard
Professional Services A reeent Continuum of Care Cod
l✓L-5 4 for Challenge. Pro ram Between Marion Counly and
Catholic Charities of Central Florida... Inc. St. Therese Bud et
J.Mpact- Neutral; not to exceed 7,250
7.3.3. Request Approval of First Amendment to Marion County standard
Professional Services A ree ent Continuum of Care Cod
L-514 for Ewer eno Sol ti ns Grant - CARES ACT sG-CV)
Program Between Marion County-and Savin hero Corporation
(saving filler (Budget Irnaot - None)
7.3.4. Request Approval of First Amendment to Marion Count standard
Professional services reement Continuum of Care (Co
FL-514 for EmeEgency solutions Grant CARES ACT SG-ill
Pro ram Between Mation Co.unty and Arnette House Inc. (Budget
Innaot No
7.3.5. Reguest-Approval of First Amendment to Marion Count Standard
Professional services Agreement Continuum of Care (CoQ
L-514 for Emergengy Solutions Grant - CARES ACT sG-C
Program Between Marion County_ and New Direction Reent
Center of Marion lno* New Direction) (Budget Im ct- bone
7.3.6. Reguest,.Approval of First Amendment to Marion Coon standard
Professional Services &greement Continuum of Care CoQ
L-5 4 for Emergency solutions Grant - CARES ACT SG-CV
Program Between Marion Count and Estella Byrd Whitman
Wellness and Communitv Resource Center Inc.-- I act
None)
7. .7. Re nest Approval of First Amendment to Clarion C.ounLv standard
Professional Services Agreement Continuum of Care Cod
L-514 for Emergen.gy Solutions Grant - CAFES ACT (.ESG-CV)
Program Between Marion County and Ocala Housi.ng Athorit
LOHAJ (Budget Impact - Done}
7.3.8. Request Approval of second Amendment to Clarion Count
Standard Professional services Agreement Continuum of Care
CoC FL-514 for Emerge.ncy Solutions Grant - CARES ACT
(ESG-CV) Pro rangy Between Marion Coon and Shepherd ...
Lighthouse Budget Impact - None)
Page 4 of 14
Page 415 of 512
Agenda Item #18.
Beard of County Commissioners Meeting Agenda September 20, 2022
. . . Reguest Approval of second Amendment to Marion Count
Standard Professional services Are rent Continuum of care
.(.hoc FL-514 for Emerqen�gy olutions Grant - CARES ACT
SSG-CV) Program Between Marion Countv and John G. Noonan
as Bishop.....-of the diocese of Orlando Brother's Kee er) (Budaet
Impact - No
7.3.10. Rgguest Approval to Authorize the County_ Administrator to
Endorse and release Two 2 Homeowner Insurance claim
Pa gents for state Housing Initiatives Partnership SHIP
Purchase Assistance Pro rare on Behalf of Marit a Torres for a
Total Amount of $8,676.05 (Budget I.mpact- No e
.3.11. Re guest Approval to Authorize the County. Administrator to
Endorse and release Homeowner Insurance claim Payment for
StateHousing_Initiatives Partnership (SHIP) Purchase Assistance
Pro tarn on Behalf of Heidi Walker in the Amount of $13,129.47
Budget Impact- None)
7.3.12. e uest Ap I of Continuum of care (CoQ, FL-514 Renewal
Projects and si nature of Approval for U.S. Department of Housing
and Urban Development l J Form - 29911 certification of
Consistency Plan with the consolidated Plan for the coC FL-514
Program Competition (Budget Iran act- No
.4. Fire Rescue:
7.4.1. Request Approval of I nterlocal Agreement Between the school
Board of Marion County, Florida and Board of count
Commissioners of Marion County, Florida for the Provision of
.Advanced Life Support AL5 Ambulance Stand.by services for
Hiqh school Football Games Budget_Impact - Revenue of up to
L40�000)
.4.2. Reguest Approval of Public Ememengy, Medical Transportation
(P.EMT). better of Agreement ent ith the Agency for Health care
Administration AHCA) (Budg-et Impact - Estimated Net Revenue of
a2,517,386 for the EmeEgency Medical Services EMS Fund
.. . Human Resources:
.5.1. Re guest Approval of the Reclassification of One 'P senior
Transportation Planner Pay Grade 114 to one TPO Princi ai
Transportation Planner Pa Grade 116 within the Transportation
Planninq or ani ation Budget BR407549 Budget Impact -
Benditure of$,11,366)
7.6. Library Services:
7.6.1. Ike uest App.roval of state Aid to Libraries Grant 6greement
(Budciet Im act- Neutral; revenue of 100 000 for FY 22/2
Page 5 Of 14
Page 416 of 512
Agenda Item #18.
Board of county commissioners Meeting Agenda September 2 ,2022
7.7. Parks and Recreation
7.7.1. Re pest roval of the Proiect Fundin reer ent Between
Marlon Co-untv and the Florida Governmental Utifty Authority
l GU for the Blue Run of C unnellon F estroom Project Bud et
1m act - l le tral
7.8. Procurement ent Services:
7.8.1. Request Approval of selection committee Recommendation:
22P-122 1 eav -rout to Parts Consignment s Hers -
Cum erland International Trucks of Florida LLc d hla Maudlin
Trucks, Orlando ILL. and TPH Holdings, LLc d h a The Parts
House Jacksonville, L Bud et Impact - Neutral; annual
expenditure is estimated at $2,QO 000
7.8.2* Request Ap
proval of selection committee Recommendation.
endatlon
22P-11 Silver Springs Shores Phase I Septic to seer Pro`ect -
Qualily Enterprises USA, Inc,.-Naples, FL LBudget-Impact - None
7.8.8. Re pest roval of contract r endm ent& 22P-118 silver
Springs,_Shores Phase I Septic to sever Pro+ect - QualL
Enterprises USA Inc. Naples,, I^L. (Budget im act - 11eutral`
expenditure.-of $1,163,771 as approved in the FY 2 22 h d et
7.8.4. Re guest AppLoval of selection Committee recommendation
22P-173 silver Springs Shores Phase 11 Septic to Sever Project -
vharton-Smith Inc. Sanford FL dud et Impact- i one
7.8.5. lie e t royal of contract Arnendr ent: 22P-173 Sll rev
rin Shores Phase 11 Septic to Sever Project - Wharto -Smith
Inc..,.... Sanford FL Bud et lm act - 'Neutral.---- expenditure of
'! 15 320 as app.roved in the FY 21 22 h d et
7.8.8, lie west Approval to Re ll Submittals: 22P-15 v S stem for
Fire Tralnlr Room Bud et Ire act - None
7.8.7. Pe pest Approval of Bid card: 22 -015 Le-ga-gy and
Saddle good Elementary School Sidewalks - Hartman construction
Co. Inc. Ocala FL (Budget.,_Impact - Neutral;_..expenditure of
$2,973,388 as approved in the FY 2122 budget
7.8.8. a nest roval of contract mend ne t.- 1 -255-cA-�01 Bulk
y z{ _ chlorine - d sse a nufacturing Comoany, Tampa, FL (Budget
2
}� : Mpg#�.cx+suusffrxsmKxxz.^c� ,6
lm act- Neutral- estimated annual expenditure of 320 000
7.8. . Re nest Approval of l nd�
x*` reeme t. 23C 004 Operation of
Marion Counly Health Department - state of Florida Department of
Health Tallahassee F L. �Budget Impact - Netral+ not to exceed
$2,650,000 as proposed in the FY 22 23 budget
wpm
Page 6 of 14
Page 417 of 512
Agenda Item #18.
.. . .............
...................
. .... .. ....
...... ... .
............ ..................
...............
...........
........... .. ... .... .. .........
......... ...... . .......
. ........... ....
... ..............
...., ........... ..
...........
... ............
..... ...........
.... ....
...... v.... ..
....
0 D I If S S"' E 'I wl
MANUFACTURING CO.
August 5, 2022
Ms. Susan Olsen
Purchasing Director
Marion County
2631 SE Third St.
Ocala, FL 34471
• MARION COUNTY BULK CHLORINE CONTRAXT(BID NO. 19B-265)
ncl: 1 Producer Price Index—PCU325180325180S
Dear Ms.Olsen,
• i chlorine contract expires on September 20, 2022. The contract has three one-
year you�nr� exis��i�g � � • din contract �an
renewals past this date. The purpose of this revised letter is to offer to renew the existing year
additional year through September 30,2022,with the following price increases:
Liquid 12.5 Trade Percent en Available Chlorine Sodium Hypochlorite from$.89 per gallon to$1.25per
gallon
HTH granular, power, go pails from o to$400 per pail
r ewa� Odysseygo ld agree to waive the provision iirni ing the increase o a
As park of the aendment�oi~�� renewal, i �� composes g3��
i' irri�.�ii"' %o�3
for this renewal. Based on our sales records,the sodiurn hypochiod e line
of the purchases for this contract.
period of unprecedented hyper-inflation in the chemical business the past
s you are a �rare�. no pecic Producer 'rice index PPI Data Table for sodium pVie haveen in a P p oclorie and calcii
There ti
two years is
ct of the basic inorganic chemical manufacturing index since it is made
ypoc �ote� but��is a secondary prods _ o� e most
` (hypochlohte)and chiodne and lime T . in the past twenty four mont�roi ciorine and causticdramatically
index has one u 07%. The price o T has gone up more dram
currently available data, � oc �ote storage
i n l chlorine shortage coupled with the fact that the largest calciump
because of the ratio chemicals had been relatively fat
in North America burned down last year. As you know,the pace of
warehouse
for the past ten years. Thus, a 3 to annual cap would make sense in the past twelve months our annual
operating costs have increased as follows: iectncity costs have increased$1.8 million, 2 Wages have
' have an truck drivers otherwise); (3)Caustic prices have increased by
gone �• million ve ouidn t ]� gone u $2.4million(our
have one u 2 0,000; Fuel costs have go p
$500)000; (4) �rd�-ochioric acid costs ha es or t
and on and on. All of these items are integral to our manufacturing pros delivery
tamers get � �g �of the
product. Our major raw material is salt, and our salt cost.has increased considerably
in the past year as
. F the 6ma product o purchase is only 4 %while the index has gone i.p
vu �i. our proposed price increase for
07%.
- pants none of take full tanker deliveries ot �000
As our know, Marion bounty has over fifty-seven small p rn�ca4
y 1 oo— oo gallons at a time. Thus,mere is a high cost to provide the
gallons. zany o�the plats take only g fast year,
Marion Count facilities since the delivery cost is spread among tar fever gallons.
deliveries to far Marion Count h purchased approximately 2 0,00o gallons of sodium ypohlorit and fortypailsHT .
:.....::....
Af
.........::.:.
............::::.. ........ ..
...........:....: ...........::::..
.................. ..
......::.......:.....:.:.....: .........
..:::......
..:.:.:.:::.
.... . :..::
..... . .....:
..........
...... ...... ....
...... ........................... ......................
............... ...... ....... ...
...... .................. .......... .........................
....... ........................... .. .......................... .
.>........f........>..f.. .....>.... ,r .f. ...... ..... l... .. ..v ...... .. >t... ......r....>.. .k�.:a�': M1ii`'<::�•2 {�. ?>`i' i?k s �.k-.:��' - k�K.}{i:v:�
...........................t>........ ...... .... ..._.. .... > ... .._, .t .,... ....... .. \'••}' }::: 'cr"�:?_�-:::\ �:<s,:k;�kw:::i: ::3 \w�_x>. ..�•.::: '•i �^c_k ''3'� t-t•.��k
.. .... .. >.. >..t f .. .......r >.t..k. ...�. ....
.. ... ..
�.�. � �� �
..f..... k..k..,.-. _...._k.k.. v....� �. +�
...k ._ ..._ *� .k k.. .. > x 3_ � v k�v k •:.t v...v' ,k` :. ._-ici ?���*c. t.- c:y�. � .S} .�' ti`' - t -a -�...
.*�S. �v�.•�k �� ��. {*ire.-k k L��<t�,�, k h� rk � .�..z t k >� � y'?4 x� A•:�'�'.:3� k � k �S Y- �# �-
.��. .�;�..,�.. -;�: .k. f `�' .�'- *{. �. �,�w fit. c� - �:� :�.���2�r`w .#.�`s x -�.r•z .�.•�. _��# ��'
4
Agenda Item #18.
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 o#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. We look forward to the
opportunity to serve your sodium hypochlorite needs in the future. Please do not hesitate to contact me at 3 1 3
ODYSSEY or cellular 313 3 5-3444 if i can be of further assistance. We appreciate your understanding and
continued support.
Sincerely,
Petrick H.Allman
General Manager
Page 2 of
Page 419 of 512
Agent 1%. TLBO
Sureau of Labor Statistics Data Tools> Data.Retrieval Tools> Multi-Screen
Databases, Tables & Calculators by Subject
Change Output Options: From. 2012 To: 2422* `
include graphs 1 inctude annua[averages More Formattiggg 12tions m
Data extracted on:May 30,2022(4AS:04 PM)
PPI Induskr' Data
Series Id: PCU325180325190S
Series Title: PPI industry data for Other basic i norgan kc cbern ical manufactur`i ng-Secondary products,not seasonally adjusted
Industry: Other basic inorganic chemical manufacturing
Product: Secondary products
Base Date: 201012
Download:IM.,•xlzx
bear ,tars_ deb l+ar ��- p� may.,�--Jury _-Sul _��YA Sep R-j -iR Oct f�1ov i�-Dec
......._. ____..•_•_•_.-...••rt�•�+.+«-�� ___.7 w«�«w•10 2.7 w....i _.._�w,w •�••a........, k r.•....... ........«.+wa..,w��__..�.. Y.-•.........__ w..._.._ �--.-�........._..,5...+���«w..._....._.I
2012 99.8 ` 1€ .7 02.7 102.7 ^_12.4 02.5 i 02. 02, 102.4 1
_102
241 102. 102.31 102.6; 102.2;.102.0 l 101. , 101.7� .101.6; 102.3� 102.3�--142.3 1 102.4
Tt W 0 .3W0 .7 i ■
- -
oqA
2#�.7 ..Q, ! -- .1.� _-W- 1 .0 _-_-1.1.8E 113.71 11 .1 i_._.113.81 118.81 119. 1' 121.0� 12�..5 t i2i.�� a-z Y Y t �
����.� �. .3�� �.. 3 •� ,"�•W�.. 7._C i C �..�.._..._. �....._...WW_..T-,.�,.,,. ._._�.-.,..,........._...,._f ,fir.
i .8 1�23.9 i� 12 � 1 7. S 1 7.i r 131.5 1 1�1..5 3.31.�- 1 1.51 1 8. 1 1 8. 17
, •,>
201 1 0.9 130.9.��w,�..W 134.0 f .W.�.-1 .9�117._31.117.3_�w �.�7. 108.7` 108.T 8.7� 3.07.1 k 107,1
~202 - 0r -.� -'-1fl .4 109.411109.E~�10 .4 k 1E9.4 ,.........._M
6 106.2-J1 107.7 107.7 144.016156.0 15&0
20211 1.54.1 j� 154.1 154.1 F �1.5S.3-17 6.41 176. 181.197 183.702 1183.7.171 181.729 k 186.488 189.374�
20221187.089(P 198.115(P)'200.48 (P)3 227.001(
P:Preliminary.All indexes are subject to monthly revisions
�.._..._.��,. ----�-- ----� � Y e s up to dour months after original publication, i /�
.._ _..n., - -__--__.....+....+.tt+v..._...._...............++.�iW+a�...v....._....++..r...wy+...a.........._n.._...-i-.i.a...u._......www+.i........+.__..n..-..w.i.ta.�........_n..f....rt�__+..... ____� t_j r . Y Jfy�}
3
U.S.BUREAU F LABOR STATISTICS Postal Square Building 2 Massachusetts Avenue NE Washington,DC 20212-0001
Telephone.1-202- 91-5200 Telecommunications Relay Service:7-1-1-&w iv.bls-g2 rCont,act Us
Page 420 of 512
Agenda Item #18.
L
RJE MIENT 13ETWEEN COUNTY AND SUPPLIER
This Agreement Between County and Supplier, (this "Agreernenf') made and entered into by and between
Marion County,a political subdivision of the State of lorlda� located at 601 SE 25thAve,Ocala,, 34471
here-inafter referred to as "C UNTV, and odyssey Manufacturing Company, located at 1484 Massaro
Blvd., Tampa,FL 33619, possessing FEIN# - 4 34 (hereinafter referred to a "SUPPLIER")under seal
for the Bulk Chlorine,(hereinafter referred to as the{`Project"),and COUNTY and SUPPLIER hereby agreeing
as follows:
w T f H:
In consideration of the mutual covenants and promises contained herein, COUNTY and SUPPLIER
(singularly referred to as"Party"",collectively"Partles")hereto agree as follows:
Section I—The Contract. The contract between COLNW and S PPLIEK of which this Agreement is
part,consists of the Contract Documents.This Agreement approved by the Board of County Commissioners o
September 17,2019 shall be effective on the last signature date set forth below.
Section 2 — The Contract Documents. The Contract Documents axe defined as this Agreement, the
pecif~�catiuns, the Drawings, all Charge orders and Field orders issued hereafter, any other amendments
hereto executed by the Parties hereafter,together with the following if any):
Marion County Solicitation #19 - - Bulk Chlorine, the Offer, Solicitation Scope aid/or
Specifications, Plans and/or Drawings, any/all Addenda as 'Issued in support of this Solicitation,
Certificate of Insurance and Notice to Proceed.
Section 3—Entire Agreement. The Contract Documents forin the agreement between Parties for the
Project, and the SUPPLIER acknowledges receipt of a copy of each and every Contract Document. The
Contract Documents ments represent the entire and integrated .greement between the Parties and supersede prior
negotiations, representations or agreements, either written or oral. This Agreement may be amended or
modified only in writing.The Contract Documents shall not be construed to create a contractual relationship
of any kind between any person or entities other than COLNTY and SUPPLIER.
Section 4—Term, This Fork(defined herein) shall commence upon October 1, 2019 and will conclude
September 30,2022(the"Term"), Tyree 3 annual renewals are available,pending mutual written agreement.
Price increases shall ONLY be considered upon renewal notice dates, must be supported by are industry
documented increase,shall not exceed three percent % ,and must be Board approved.All work wil l proceed
in a timely manner without delays.'.
Section 5 — Scope of Semices. SUPPLIER ER shall complete the fork, provide the necessary types and
deliveries of bulk chlorine,for Project 19 -2 ,more fully set forth on EXHIBIT A.hereto,as per the Contract
Documents and specifications furnished by COT-NTY and according to the timeframe as noted herein.
Section 6—Compensation.COLNTY shall make paymen (the"Agreement Price''),to SUPPLIER under
COLTNTY's established procedure and per the fee schedule Exhibit B,herein.
Section 7—Assignment. SUPPLIER may not subcontract all or any part of'this,agreement without wfitten
approval by C LNTY.
Section 8—Laves,Permits,and regulations.Prior to the performance of any Work b reunder, SUPPLIED
shall obtain and pay for all licenses and permits,as required to perform the work.SUPPLIED shall at all times
comply with all appropriate laws, regulations, and ordinances applicable to the work provided under this
Agreement.
198-265 GNT r Page I of 1
Page 421 of 512
Agenda Item #18.
Section 9— Amendments. This Agreement may only be amended by mutual written agreement of both
Parties.
Section 1 Books and Records. SUPPLIER shall keep records of all transactions.COUNTY shall have a
right to request records from SUPPLIER, and for those records to be made available within a reasonable
timefmame depending on method of acquisition.
Section I I—Public Records Compliance
A., IF SUPPLIER HAS QUESTIONS REGARDING THE APPLICATION of
CHAPTER 1199 FLORIDA STATUTES, TO ITS DUTY TO PROSE
PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT
COUN 'Y"S CUSTODIAN of PUBLIC RIECoRDS AT:
Public Relations 1601 SE 2 "'Ave,Ocala,FL 34471
Phone* 352-4 -2 1 Fax: 3 2-43 -23 9
Email* ub is l do s a.ma ion o rt fl.o
B. SUPPLIER shall comply with public records laws,specifically:
Keep and maintain public records required by COL)NTYto performs the Work;
Upon request from COUNTY's custodian of public records, provide COUNTY with a
copy of the requested records or allow the records to be inspected or copied within
reasonable time at a cost that does not exceed the cost provided in Chapter H 9, Florida
Statutes,or as otherwise provided by law;
0 Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of
the Tema and following completion of this Agreement if SUPPLIER does not transfer the
records to COUNTY;and,
Upon completion of'thxs Agreement,transfer,at no cost,to COUNTY,all public records
in possession of SUPPLIER or keep and maintain public records required by COUNTY
to perform the Work. If SUPPLIED transfers all public records to COLNTY upon
completion of this Agreement,SUPPLf ER shall destroy any duplicate pub]is 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,
SUPPLIER shall meet all applicable requirements for retaining public records.All records
stored electronically must be provided to COUNTY, upon request from oUNTY's
custodian of public records,in a format that is compatible with the information technology
systems of COUNTY.
C. If SUPPLIERfails to provide the public records to GOUTY within a reasonable time,SUPPLIER
may be subject to penalties under Section H 9.10 Florida Statutes and may be subject to unilateral
cancellation of this Agreement by COUNTY.
Section 1 — Indemnification. SUPPLIER shall indemnify and hold harmless COLFNTY, its officers,
employees and agents from all suits, claims, or actions of every name and description brought against
COUNTY based on personal injury,bodily inj*nry(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 employees,officers,or agents in performing the services set forth herein.
Section 1 -Insurance. As applicable, curing the Work, insurance policies shall be with a company or
companies authorized to do business in the Mate of Florida.COUNTY shall be notified if any policy limit has
eroded to one half it annual aggregate. SUPPLIER shall provide, within the time frame noted in the Award
Letter,a Certificate of Insurance, issued by a company authorized to do business in the Mate of Florida and
with an A.M. Best Company rating of at least +. All policies must show the "Marion County, a political
subdivision of the Mate of Florida" as an Additional Insured except for the workers compensation and
professional liability policies. The Marion County Procurement Services Director should be shown as the
19 I Page 2 of 1
Page 422 of 512
. ...................................
Agenda Item #18.
Certificate Holder, and the Certificate should provide for 0-day cancellation notice to the Procurement
Director's address,set forth herein,with policies for the following:
0 Business Auto L shall he provided by SUPPLIER with combined single limits of not less than
$1,000,000 per occurrence and is to include bodily injury and property damage liability arising out of
operation,maintenance or use of any auto,Including owned,hired and nor-owned automobiles.
a 'worker's Compensation shall be purchased and maintained by SUPPLIES. with statutory limits and
employers liability limits of at least $1,000,,000 each accident and $1,000,000 each employee and
$1,000,000 policy limit for disease.
General Liab'#41 shall be maintained by SUPPLIER for the duration of the Project with limits of not less
than$1,000,000 per occurrence and$2,000,000 annual aggregate.If the policy is written on a claims-made
basis, SUPPLIER must maintain the policy a min.imwn of 5 years following completion of the Project.
Warion County,a political subdivision of the State of Florida"must be shown as Additional al Insured.
Section 14—•Independent Supplier-.In the performance of this Agreement,SUPPLIER will be acting in the
capacity of are"Independent Supplier" and not as an agent, employee, partner,joint venture, or associate of
COUNTY. SUPPLIER shall be solely responsible for the means, methods, techniques,, sequences, and
procedures utilized by SUPPLIER in the full performance of this Agreeme t.
Section 1 —lefault 'ermination. In the event SUPPLIER fails to comply with any of the provisions of
this Agreement,COUNTY may terminate this Agreement for cause by first notifying SUPPLIER R in writing,
specifying the nature of the default and providing;SUPPLIER with a reasonable period f time in which to
rectify such default. In the evert the default is not cured within the time period giver, COUNTY thereafter
may terminate this Agreement for cause upon written notice to SUPPLIER without prejudice to COUNTY.In
the event of termination of this Agreement for cause,COUNTY will then be responsible for compensation t
SUPPLIER only for those services timely and satisfactorily performed pursuant to this Agreement up to the
date of ten inatio .COUNTY may terminate this Agreement without cause providing at f east thirty days
written notice to SUPPLIER. In 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 including the date of termination.Notwithstanding any other provision of this Agreement,this Agreement
may be terminated if for any reason there are not sufficient appropriated and available monies for the purpose
of maintaining COUNTY or other public entity obligations under this Agreement. COUNTY shall have no
further obligation to SUPPLIER,other than to pay for service rendered prior to termination.
Section 16—Damage ge to Property.SUPPLIER shall be responsible for all material,equipment and supplies
sold and delivered to COLNTY under this Agreement and until final inspection of the Work and acceptance
thereof by COUNTY. In the event any such material, equipment and supplies are lost, stolen, damaged or
destroyed,or COUNTY property,buildings,or equipment is damaged during delivery or unloading,or in the
course of the WORK prior to final inspection and acceptance,SUPPLIER shall replace the same or be returned
to original state without additional cost to COUNTY,as applicable.
Section 17- Termination for Loss of Fundln f ancellation for Unapproprinted Funds.The obligation
of COUNTY for payment to SUPPLIER is limited to the availability of funds appropriated in a current fiscal
Period,and continuation ofthis Agreement into a subsequent fiscal period is subject to appropriation of funds,
unless otherwise authored by law.
Section IS-Use of other-Contracts.COUNTY reserves the right to utilize any COUNTY corn et,Mate
of Florida contract, city or county governmental agencies, school hoard,community college/state university
system, or cooperative bid agreement. COUNTY reserves the right to separately hid any single order or to
purchase any item on this Agreement if it is in the best interest of COUNTY.
Section I -Employee Eliglibillity Verification. For those projects funded witb Mate or Federal dollars,
COUNTY will adhere to 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 most current version of the State or
Federal policies at the time of the award of this Agreement By previously signing the ITB Acknowledgment
19B-265 CNT I Page 3 of 1
Page 423 of 512
....................................
Agenda Item #18.
and Addenda Certification Form and this Agreement, SUPPLIER has agreed to perform in accordance with
these re u i rem e:nts and agrees:
A. To enroll and participate in the federal -verify Program for Employment'Verification under the
terns provided in the"Mernorandwn of Understanding"governing the program.
B. To provide to COLTNTY, within thirty days of the effective date of this Agreement,
documentation of such enrollment in the fora of a copy of the -verify `Edit Company Profile,
screen,which contains proof of enrollment in the E-verify Program (this page can be accessed
from the "Edit Company Profile"' link on the left navigation menu of the E-Verify employer's
homepage).
C. To require each subcontractor that performs services under this Agreement to enroll and
participate in the -Verify Program within ninety 9 days ofthe effective date of this Agreement
or within ninety days of the effective date of the contract between SUPPLIER and the
subcontractor,whichever is later.SUPPLIER shall obtain from the subcontractor s a copy of the
"Edit Company Profile" screen indicating enrollment in the -Verify Program and make such
record(s)available to COLTNTY upon request.
T, . To maintain records of its participation and compliance with the provisions of the -verify
program, including participation by its subcontractors as provided above, and to male such
records available to COUNTY or other authorized state entity consistent with the tens of the
Memorandurn of Understanding.
E. To comply with the terms of this Employment Eligibility Verification provision is made are
express condition of this Agreement and CONY may treat a failure to comply as a material
breach of this Agreement.
Section 20—Force Majeure. Neither SUPPLIER nor COUNTY shall be considered to be in default in the
performance of its 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 the reasonable control and not a result of the fault or negligence
of,the affected Party a"Force l j eure Event"). If a Party is prevented or delayed in the performance of any
such obligations by a Force Majeure Event,such Party shah immediately provide notice to the other Party of
the circumstances preventing or delaying performance and the expected duration thereof. Such notice shah be
confirmed in writing as soon as reasonably possible. The Party so affected by a Force Majeure 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 Evert shall include,but not
be limited to acts of civil or military authority(including courts or regulatory agencies),ants ofGod,war,riot,
or insurrection,inability to obtain required permits or licenses,hurricanes and severe floods.
Section 21 —Counterparts. Original signatures transmitted and received via facsimile or other electronic
transmission of a scanned document, e.g.,PDF or similar format)are true and valid signatures for all purposes
hereunder and shall bind the Parties to the same extent as that of an original signature.Any such facsimile or
electronic mail transmission shall constitute the final agreement of the Parties and conclusive proof of such
agreemem Any such electronic counterpart shall be of sufficient quality to be legible either electronically or
when printed as hardcopy. COLNTY shall determine legibility and acceptability for public record purposes.
This Agreement may be executed in one or more counterparts,each of which shall for all purposes be deemed
to be an original and all of which shall constitute the same instrument.
Section 22 — SUPPLIER ConducL These Guidelines govern SUPPLIER doing work on
COUNTY property, as well as SUPPLIERs employees,agents, consultants, and others on COLN T'Y
property in connection with the 'C..1PPLIER s wort or at the SLTPPLTI� 's express or implied invitation.
a Courtesy and Respect:COUNTY is a diverse government institution and it is critical that
SUPPLIER and its employees conduct themselves in a manner that is lay fal, courteous,
businesslike,and respectful of all staff`,guests,or visitors.
Language and Behavior: SUPPLIER and its employees cannot engage iu behaviour that is rude,
threatening, or offensive. Use of profane or insulting language is prohibited. Harassment of any
type,including sexual harassment is strictly prohibited.Abusive,derogatory,obscene or improper
language, gestures,remarks,s, rhistling, cat calls or other disrespectful behavior cannot be
1 CENT[Page 4 of 1
Page 424 of 512
. . .....................
............................
......................
Agenda Item #18.
tolerated.Roughhousing ightinor., qtif`ri z,physic ] threats. de tnic:tinn of pe INroperty.vandalism.
litteng, or physical abuse of anyone on COUNTY property is not permitted under any
• No weapons, Alcohol, or Drugs: The use, possession, distribution, or sale of any weapon,
alcohol, illegal drug, or controlled dangerous substance by SUPPLIER or its employee is
prohibited. Offenders will be removed from COUNTY property and/or reported to law
enforcement.
• Smoking: SUPPLIER and its employees are not permitted to smoke in or near any
COUNTY buildings.
• Fraternization:SUPPLIER and its employees may not(rate i e or socialize with COLJNTY staff.
• Appearance:SUPPLIER and its employees are required to wear appropriate work wear,bard hats
and safety footwear,as the case may be,while on the job.Articles of clothing must be neat and tidy
in appearance, and cannot display offensive or inappropriate language, symbols or graphics.
COUNTY has the right to decide if such clothing is inappropriate.
Section 23 — Authority to Obligate. Each person signing this Agreement on behalf of either Party
individually warrants that he 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--Exhibits/Attach men ts.The following attachments are hereby incorporated into this
Agreement as part hereof as though fully set forth herein: EXHIBff A—Scope of work and EXHIBIT
—Fee Schedule
Section 25 Law,Venue, waiver of Jury Trial, ttorney's Fees. This Agreement and all the Contract
Documents shall be construed according to the laws of Florida and shall not be construed more 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 proceeding arising from or related to this Agreement- 1 venue for state or federal legal proceedings
shall be in Marion County,Florida, for civil proceedings,the parties consent to trial by the court and waive
right tojur-y trial, the prevailing party shall be entitled to recover-all 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 person.
Notices shall be deemed effective if mailed, when deposited in a United States Postal Service mailbox with
postage prepaid and if hand delivered,upon personally handing same to the party to whom the notice of other
communication is addressed with signed proof of delivery. If otherwise delivered,notices shall be considered
delivered when reflected by an electronic mail read receipt?a courier service delivery receipt,other mail service
delivery receipt, or when receipt is acknowledged by recipient. All parties certify that each has software
capable of sending electronic mail read receipts to the other. .any Party sending notice 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 OU T 's representatives
and addresses for notice purposes are.-
SUPPLIER: odyssey Manufacturing Company
1494 Massaro Blvd.,'Pampa,FL 33619
CONTACT PERSON.Patrick Allman I Phone: 813- 3 -0339
COUNTY: Marion County Utilities
c/o Marron County,a political subdivision of the State of Florida
601 SE 2 t Ave,Ocala,FL 34471
A copy of all notices to COUNTY,hereunder shall also be sent o:
Procurement Services Director
Marion County Procurement Services Department
21 SE 3rd St,,Ocala,FL 34471
I55 CNT I Page 5 of 16
Page 425 of 512
Agenda Item #18.
Alternatively, the parties may elect to receive said notices by e-mail. COUNTY hereby elects to receive all
notices solely y email and designates its email address as t- cui• iii j-x � ,mart()II LEII!,� •if SUPPLIER
agrees to accept.-all notices solely by -mail and acknowledges and accepts the inherent risks that come with
accepting nofices solely by e-mail, SUPPLIER may designate yap to two e-mail addresses:
PAliman@odvssamanufacturing.com.Designation signifies SUPPLIEWs election to accept nofices solely b
e-mail.
IN WITNESS WHEREOF the Parties have entered into this Agreement as approved by the Marion County
Board of County Commissioners,on the date of the last signature below.
►. oN o ' ICI S -
'" "`: oA
19
1
DA" I .,ELLS AIN, SAT Tod DATE
CLERK COURT CHAT A
APPROVED AS TO FORM AND LEGAL BCC APPROVED: September beer , o 1
tje"7� 19 -2 1 Bulk Chlorine
MATTQH .i-1NTER., DATE
MARION COUNTY ATTORNEY
w SS: ODYSSEY A ACTURI COMPANY
I C1 i *t 9
I I AT BY: , DATE
\Aa VTA -.. I+A - Al I
RINT81)NAME PRINTED:
61�iwoxml -----------
ITS:(TITTLE)
WITNESS:
141GATUPUCE
I T NAME
19B-265 CNT!Page 6 of 16
Page 426 of 512
........................................................................................................................................
Agenda Item #18. EXHIBIT A
EXHIBIT A
19B=265 Bulk Chlorine
SCOPE OF WOR
LIQUID SODIUM HYPOCHLORITE SPECIFICATIONS
UTILITIES REQUIREMENTS
1. DELIVERY R R [ NTS
General: The intent and purpose of this specification document(the`'Specification") is for the Contractor to furnish and
deliver liquid sodium hypochlorite (12.5 Trade Percent Available chlorine) FOB destination in accordance with the
Ar er can Water Works Association's A If A's Standard Boo- o for hypochlorite, except 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" of hose on the Bidder's truck. The Bidder
must bid on all of the delivery sites. Additionally, the successful Bidder shall supply bulk storage tans and containment
for those sites indicated in Paragraph 5 at no additional charge as part of their sodium hypochlorite supply. At Marion
count 's option, the successful Bidder shall also provide any needed chlorine chemical feed equipment. Marion County
reserves the right to purchase said equipment from other sources.
DEUVERY REQUIREMENTS
.1 contractor shall make normal deliveries within three calendar (not working days) days after receipt
of order(Aldo) and must mare emergency deliveries within 24 fours of request. An emergency delivery
is defined as a delivery which is necessary its order to prevent Marion County from running out of sodium
hypochlorite in less than 24 hours. Marlon county shall endeavor to minimize the number of"emergency"
deliveries.
2.2 All deliveries of liquid sodium hypochlonte shall be freight prepaid, F.O.B. to each Marion counter facility.
All equipment deliveries shall be freight prepaid, F.O.B. to the requested Marron county facility.
2.3 Delivery time of day shall be arranged upon placement of order. Deliveries made to unmanned facilities
must be coordinated With Marion counter so the driver can gain access to the facility.
2.4 All deliveries of liquid sodium hypochlorite shall be made by properly cleaned containers on the delivery
trues to the locations specified in paragraph 5 below.
AlLddixtry trMgkMujj..plei . 'of hoffs a nd have ire
!jpMcqMp1eti9n gf the del e .
2.5 Packaging and shipment of liquid sodium hypochlorite shell conform to ail current regulations of the State
of Florida,the United States Department of Transportation and all other applicable regulatory agencies.
2.6 All delivery personnel must have company cell 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,
2.7 Marion County reserves the right to change quantities and delivery dates at its discretion with a -hour
notice. Notice will be given to the Contractor in writing by an authorized designee of the Utilities
Department. Witten notice will be provided by the operations Manager or the operations Supervisor.
19B-265 CNT#Page 7 of 1
Page 427 of 512
Agenda Item #18. EXHIBIT A
.8 The Contractor shall be responsible for"blowing"or pumping liquid sodium hypochlorite into the storage
tanks at the delivery sites and shall provide all necessary hoses,fittings,air-padding,pumps,etc. required
to safely and efficiently"'offload""the liquid sodium hypochlorite into designated storage tanks. Contractor
shell be responsible for ascertaining the correct storage tanks and fill point locations to prevent accidental
discharge of the product into the wrong storage tanks .
.g The Contractor shell 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
dunes. proper performance shall require attendant delivery personnel`s constant inspection and
observation of unloading operations and knowledgeable response to problems or emergencies, 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 and/or leaking sodium hypochlorite.
.10 The tanks or trailers shall be clean and free of residue that may contaminate 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 and free from
contaminating material. Marion County may reject a load if the equipment is not properly cleaned.
Contractor shall furnish Marion County an approved, leak-free connexion device between the trailer and
its intake receptacle. The Contractor shall observe the entire filling operation at each delivery site and
shall immediately report any spills caused during the filling operations. The Contractor shall take
immediate and appropriate actions to clean up any spilled liquid sodium hypochlorite. In the event of a
spill,the contractor will notify Marion County Utilities immediately. If the contractor does not immediately
clean up any spill, Marion County Utilities will immediately take clean up actions. The contractor will be
responsible for the cost of materials and labor for such cleanup efforts. If spill results in the requirement
soil mitigation and/or removal, Marion County will hire a certified hazardous material Dandling company
to clean up the spill, and the cost of such service will be charge to the Contractor and deducted from the
amount due to the Contractor. If Marion County's unloading equipment such as pipe, valves or level
indication and alarms should fall and the spillage is not the fault of the Contractor or its subcontractor,
the Contractor shall be relieved of cleanup of the spill;
.11 Because of security and safety concerns, all delivery vehicle drivers shall be U.S. citizens and have a
proper commercial drivers license with a Hazardous Material endorsement. Contractor's drivers shall
display its driver's license and whenever challenged by Marion County daring 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 license or failure of driver to be listed on the CID 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 Specification. In
the evert a delivery shipment is rejected, upon notification to the Contractor 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.
DELIVERY LOCATIONS
8.1 Delivery sites and locations are provided as estimates and will be subject to deletions or additions as
necessary to meet the water production demands of Marion Counter. 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 location is an estimate only and Marion County shall
not be bound by these amounts in its contract with Contractor. Marion County projects gallons of sodium
hypochlorite delivered each year.
1 /TI Page oft
Page 428 of 512
............................
... .................................................................................
Agenda Item #18. EXHIBIT A
3.3 Manion County owns some of its bulk storage tanks and others must be supplied by the Contractor. The
Contractor shall install bulk storage tanks and any required containment as speed in the below listed
table of delivery locations.
4.0 PRODUC"MATERIAL REQUIREMENTS
4.1 Hypochlorite supplied under this contract shall be tested and certified as meeting the Specification, the
AWWA Standard g -10 and those of the American National Standards Institute/rational Sanitation
Foundation standard 60 (ANSI/NSF Standard 60).. Drinking water Treatment Chemicals Health Effects.
4.2 It is the responsibility of the Contractor to inform Marion County that its NSF F or UL certification has been
revolved 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.
.3 Liquid sodium hypochionte delivered under this Spec cabon shall have a minimum of 120 Grans per
Liter i L available chlorine equivalent a.k.a., 12.0 Trade Percent Available Chlorine) and shall be
consistent as determined by chemical analysis.
4.4 product shall be a clear straw colored liquid with no visible cloudiness, irnpudbes, or sediment. It shall
contain no soluble materials or organic substances in quantities capable of producing deleterious or
injurious effects on the health of those consuming water treated with the liquid sodium hypochlorite.
4.5 liquid sodium hypochlorite delivered under this Specification shali have a minimum of 0.20 percent by
weight sodium hydroxide and a maximum of 0.40 weight percent sodium hydroxide.
4.6 Uquid sodium hypochlorite delivered under this contract shall meet the following containment
concentration limits:
Iron < 0.3 mgL
Copper < 0.,03 rig L
Nickel < 0.03 r g L
Ch orate < 2,500r g L
rornate 20 mg L
Perchlorate < 20 gL
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 DELIVERYLOCATIONS
5.1 Contractor shall make deliveries to the following locations as shown.
5.2 Contractor shall furnish and install tanks, containments, and associated piping that is indicated as
leased by supplier in in the following table. All work per 6 rrned must be performed by a licensed
plumbing contractor and contractor shall be responsible for providing signed and sealed drawings by a
Florida registered professional Engineer as required.
5.3 Contractor shall maintain tanks, containments, and associated piping leased.
1913-265 CNT I Page 9 of 16
Page 429 of 512
. ......................
.................. .
.......................
Agenda Item #18.
EXHIBIT"'A
Utilities Delivery Locations:
C12 Annual usage
Facility Name Address Tank/Containment
Ashley Farms WTP 4170 NW 444th Ave. 500 DW 2,433
Ocala,FL4474 Marion
Deerpath WTP 1331 SF 65th Gir. 55 365
Ocala,FL 34472 Supplier
unneilon Airport WTP 14570 SIN 110th St. 35 DW Self-fill
-Dun nelIon,FL 34432 1 Harlon
Golden Ocala WTP 1 4150 NW 84th Ct. 55 Self-fill
Ocala,FL 34482 Marion
Golden Ocala WTP 2 2250 NW 70th Avenue 300/ 50 2,400
Road
Ocala,FL 34474 Supplier
Golden Ocala WWTP 2550 IOW 70th Ave.Rd. 300/350 3,600
Ocala,FL 34474 Marion
Irish Acres WTP 8344 N US HWY 441 325/350 3
65
Ocala,FL 34475 Supplier
K.P.Mole WTP 9435 SW 190 Ave.Rd. N/A Self-fill
Dunnellon,FL 34432
Kunal llr LLO WTP 7998 NW 47th Ave. 55 442
Ocala,FL 34474 Marion
Majestic Oaks WTP 5399 SW 82nd St. 15 344
Ocala,FL 34478 Supplier
Marion Oaks WTP 4 3SSO SW 168 St. 165 2,281
Ocala,FL 34473 Supplier
Marion Oaks WTP 5 14170 SW 34 Terr.Rd. 165 995
Ocala,FL 34473 Supplier
Marion Oaks WTP 6 5950 SW 150 Ln. 00 OW 7,862
Ocala,FL 34473 Marion
Newton WTP 1149 N-W.17th Ave. 30 Self-fill
Ocala,FL 34475 Marion
Oak Run WTP 2 7235 SW 115 St.Rd. 165 664
Ocala,FL 34481 Supplier
Oak Run WWTF 11400 S 990th e'er. (1)-300D 84, 0
Ocala,FL "7
Marion
Palm Carr WTP 10721 SW 80 Ave. 0 Self-fill
Ocala,FL 3441 Marion
Pilot Oil WTP 4120 W HIND 326 55Self-fill
Ocala,FL 34.474 Marion
Pine Run WTP 2 9278 SW 102 Pl_ 55 Self-fill
Ocala,FL 34481 Marion
Pine Run WTP 3 9756 SW 102 PL Self-fill
Ocala,FL 3 441 Marion
Quail Meadows WTP 2951 NW 47th Ave. 55 Self-fill
Ocala,FL 34474 Marion
Residential Water SS 39
S sEenn WTP 5870 SE 42nd Ave.
Ocala,FL 34478Supplier
Salt Springy TP 13841 N. WY 19 498
Salt Springs,FL 32134 Marlon
Salt Springs WTP Well 138�41 N,HWY 19 A Self-fill
Salt Springs,FL 3214
Salt Springs WWTF HWY 19&HWY 316 325/350 3,000
Salt Springs,FL 32134 Supplier
SC South WTP#1 17583 SE 102 Ave. 165/200 1,123
Su mmerfield,FL 34491 Supplier
SC South WTP#2 17538 SE 101 Ave. 55 00 1,065
Summerfleld,FL 34491 Supplier
1W 3
--------
1913-265 CNT I Page 10 of 1
Page 430 of 512
......................
. ...............
...............................
...................
..........................................
. ......................................................... ......I.."........,.......................
.................
..................
..................
... ...........................
Agenda Item #18. EXHIBIT A
Silver Springs Regional 5815 East SS Blvd. Supplier
WTP Silver Springs,FL 3.4472
Silver Springs Shores 493 Oak Road 00550 As needed
WTP B Ocala,FL 34472 Supplier
Oak Run WTP 1 8899 SW 10 th St. 2000 CAW 15,330
Ocala,FL 34481 Marion
Silver Spri rigs Shores
WTP 1 Hemlock circle 1100 01�1! �,1,SS8
Scala,FL 3447
Marion
Silver Springs Shores 450 Emerald load 3,000 84,350
WWTF Cicala,FL 3"72 Marion
Silver Springs Woods 17815 SE 20th St. 55 500
WTP Silver Springs,FL Marion
South Lake Weir WTP 13761 SE 170 St, 55 Self-fill
Welrsdale,FL 32195 Marion
South oak WTP 4973 SE 30th C=t. 55 500
Ocala,FL 34474 Marion
Spruce Creek Golf& 13613 Dei Webb Blvd. 0 /3 5 1,217
CountryC:lub-WT'P#I Summ rfi ld,FL 34491 Supplier
Spruce Creek Golf& 12255 Del Webb Blvd. 500/650 7,300
Country Cub-WTP#2 Summerfield,FL 34491 Supplier
Spruce Creels Preserve 350 1
WTP 1 300 S1 136 Pl.
Ounnellon,FL 34432 Supplier
Stonecrest WTP 1 155 SE 115th Court 500 OW 7,300
S mmerfield,FL 34491 Marion
Stonecrest WWTF SE 115th Ter.Rd. 3.,000 DW 11,736
urrimerfield,FL 34491 Marion
Surnmergl n WTP 15605 SW 13 Cir. 300 3 0 3,047
OCala,FL 34472 Supplier
Sun Country WTP 6738 SW 85th St. 55 Slf*fll
Paddock Downs WTP Ocala,FL 34478 Marion
Timber 1 aIk WTP 539 SW 13 Ln_Rd. 165 70
Ocala,FL 34473 Supplier
`rack&card WTP 17970 S.US HWY 301 ( )—55 Self-fill
urr merfield,FL 34491 Marion
Oak Trace WTP B390 SW 104th Pl. 1651200 1,000
Ocala,FL 34482 Supplier
6.1 Sampling and Testing
6.1.1 All Sampling and Testing shall be in accordance With EPA and AWWA B300-10 standards and in
accordance With the document titled: "The Weight Percent Determination of Sodium
ypochlohte, Sodium hydroxide, And Sodium hlorate in Liquid Bleach.' and 'Suspended Solids
Quality Test for Bleach Using Vacuum Filtration", distributed by Powell Fabrication and
Manufacturing, Inc. and available at http.,/Jwww.powelifab.com.
6.1.2 The approved laboratories are listed below for all sampling and testing whether during the bidding
period or after award. No other Laboratory shall be used unless expressly authorized as an
Addendum to the bid issued by Marion county amending the Specification or an amendment to
the contract between Marion County and Contractor.
NovaChem Laboratories
13 53-3605
5172 college corner Pike, Po Box 608, oxford, Ohio 45056
119 T I Page 11 of 1
Page 431 of 512
.......................................................................................................................................................................................................
...................................
Agenda Item #18. EXHIBIT A
Thornton Laboratories
i
(813)
1145 East Cass street,Tampa, Florida 33602
Aqua Pure
(352) 35 - 33
3855 East silver springs Boulevard, Suite 107, Ocala, Florida 347
6.1.3 Sampling and Testing Prior to Unlc dir The Contractor's delivery trailer shall have a sample
port to provide a sample for analysis. At the sole discretion of Marion County. the Contracto s
delivery personnel (driver) may be asked to provide a sample of liquid sodium hypochlorite before
the shipment is unloaded. Marion County will supply the sample container and the driver shall
collect 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 subject samples of the
liquid sodium hypochlorite to quick analyses to ensure that it meets basic conditions of the
specification with respect to specific gravity, weight percent of sodium hypochlorite, sodium
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 60 minutes for this
testing to be completed. If testing cannot be completed within the 0- rinute 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:within:6 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 !Marion
County.
.1.4 5am lin nd Test of Shipment After Unloads . Marion County reserves the right to subject
samples of the liquid sodium hypochlorite to complete analyses to ensure that it meets EPA
specifications, AWWA 00-10 specifications, and the Specification.
6.1.5 Certified Aral rsr . Contractor shall supply an affidavit, signed by a corporate designated official,
certifying that the liquid sodium hypochlorite furnished by the Contractor, complies with all
applicable requirements of this specification and AWWA Standard B30 -04, latest revision in
addition to a third party analysis of its sodium hypochlorite in accordance with section 6.1.
6,2 Sodium HypochloriteTank Cleanings
6.2.1 At any time during the perf6rmance of this Agreement, if Marion County has any sort of sludge
or other- impurity buildup in any of its sodium hypochlonte tanks, the Contractor shall cleanout
the tank at no charge to Marion County within seven days, unless such timeframe is extended
by Marion County. The cleano t should be done in such a manner so that it is done safely with
no loss 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 impurity buildup in the tanks will be at the sole discretion of Marion
19B-265 CNT I Page 12 of 1
Page 432 of 512
Agenda Item #18. EXHIBIT A
County. When the to n k has been properly cleaned,the Contractor shall refill the tank with clean,
fresh sodium hypochlorite at no cost to Marion County.
PA 77ONA L HEAL 7H AND SAFE
7.1 Contractor Safety Requirements
7.1.1 Contractor must ensure delivery personnel's compliance with all OSHA requirements, including
personal protective equipment for Contractor delivery personnel, including without limitation
chemical goggles, transparent face shield and hard hat, rubber gloves, rubber boots, and
rubber or plastic-coated fabric apron or slicker suit. Contractor 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, connections, 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 442 Flodda Statutes, any chemical delivered
from a Contractor must be accompanied by a Material Safety Data Sheet MIS . The MSDS must be
maintained by the user agency and must include the following information:
0 The Chemical Name and the colon name of the toxic substance
The hazards and other risks in the use of the toxic substance, including:
- The potential for fire, explosion, corrosively and reactivity;
The known acute and chronic health effete or risks from exposure, including the medical
conditions which are generally recognized as Ming aggravated by exposure to the toxic
substance; and
The primary routes of entry and symptoms of overexposure.
0 The proper precautions, handling..practices, necessary personal protective equipment, and ether
safety precautions in the use of, or exposure to, the toxic substances, including appropriate
emergency cy treatment in the case of overexposure.
0 The emergency procedure for spills,fire, disposal and first aid,
0 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.
0 Any questions regarding this requirement shall be directed to:
Department of Labor and Employment Security
Bureau of Industrial Safety and Health
Toxic baste Information Center
2551 Executive Center, Circle West
Tallahassee, Florida 3 301- 01
Phone: 037- 37
7.3 Emergency plan of Action and Safety Training
6.3.1 Within 30 days of award and acceptance of the contract for the supply of liquid sodium
hypochlorite, the Contractor shall provide in writing, an emergency contingency plan, with
appropriate telephone contacts,for Marion County to follow in case an emergency supply 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 least two
degreed engineers who live within one hundred frfty miles of Marion County) and telephone
contact numbers -hour contact numbers) within 30 days of award and acceptance of the
contract to 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 sermon in no way relieves the Contractor of his responsibility
19B-265 CNT I Page 13 of 1
Page 433 of 512
..............
......................................................
..............
............
.................. ...
. ....................
...............
................ ....... ....
.....................
.......................
. ...................
Agenda Item #18.
EXHIBIT
to notify the proper regulatory agencies in the event of a spill incident. 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 event,to work with the local Hazardous Materials Response Team
and to manage and oversee"After Event"cleanup efforts. Should a spill or leak occur,caused by
Contractor's personnel, equipment or method of delivery, Contractor shall immediately comply
with all applicable terms and conditions of the current version of Title III, Superfund Amendments
and Reauthorization Act of 1986f 42 U.S.C.S. 11001, et seq. SAI A and the Flodda Hazardous
Materials Emergency Response and Community Right to Know Act of 1988, Chapter 252,, Part II,
Florida Statutes, The responsibility for compliance with Federal and State rules and regulations
regarding Contractor mused spills or releases shall be the sole responsibility of Contractor. The
Contractor shall indemnify and hold Marion County harmless for any failure to properly report and
or comply with this provision. In addition, Contractor shall hear all expenses of spills, unless
caused by the sole negligence of Marion County.
. .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 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 sodium hypo chlorite in the water and wastewater
treatment process. This expertise shall extend to the application of all other chemicals used
by Marron County in its water treatment and wastewater treatment plants. The Contractor
shall provide this assistance at no charge to Marion County.
so, , N r
From time to time as required 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 terra of the sodium hyp chlo ite suppler agreement, with no minimums guaranteed.
Contractor agrees to supply to Marion County within three working days of an order*. Contractor shall
include a price list with his submittal for the following items and pri ng shall be held firm for the length of the
contract. CPI adjustments shall apply. Shipping shall be included FOB, Ocala, FL, with no minimum order.
0 "Teflon Turbig
1 4"Teflon Tubing
0 "Jacor Fittings
1 ''Jacor Fittings
12."'to "Schedule 80 PVC reducer bushing
0 1 "to 14"Schedule 80 PVC reducer bushing
Pulsatron Series A+ L 4SA-WC9-XXX 24 GP 00 psi
0 Pulsatron Series A+ L 4SA-VVC9-XXX 30 PD .00 psi
0 Pulsatron Series + LP 4SA-VVC9-XXX 44 P 00 psi
Pulsatron Series + LPH I A-VTC -XXX 120 GPD psi
Pulsatron Series + LPHS A-VVC3-520 76 CPD 1So psi
Pulsatron Series E+ LP SSA-V1 C -520 76 CP psi
Pulsatron Series + LP5SA-VC -50 96 GPD1100 psi
0 Pulsatron Series MP LI 4TA-VT 1-500 44 GP /too psi
K4VVC9 KOP IT 4 44 PD
L0 01100-r`HY Diaphragm .4 0 44
SPl DIA4 S ply) Diaphragm 4 44
0 Suction Value L0TJ-PVC 444
Discharge Valve L0 .VCI -PVC 4044
1,98-266 CNT I Page 14 of 16
Page 434 of 512
...............................
..............................
---------------------- ................... .............................................................. ........................................................................I...................................I..........................
Agenda Item #18.
SIT
• Degassing Valve L3200DV1-PVC 4 30 44
• Injection Valve Assembly 3612.37 4 30 44
• Injection Valve Assembly. 41873
• K6VTc3 KOP IIT 1 20 OPD
• Bleeder Valve (120 GPD) L330T03-PVC
• Suction halve L31 1T 3-PVC 1 0 GP 120 GPD 0 psi
• Discharge Valve L3 1T 3-PVC (120 GPD 120 GPD 100 psi
• X250EV1TCRAC.3 1 3 HP motor 29 OP
• Calcium Hypochlorite HTI 681Minimum Available Chlorine 6 0 0 (100 1 . pails)
HIGH TEST CALCIUM HYPOCHLORITE(HTH)GRANULAR SPECIFICATIONS
1. Granular Chlorine calcium l ypochlorite TH 68% minimum available chlorine 6 %.
. Granular chlorine Caldum Hypochl rit TFI cost per each 100 pound pail.
. Delivery shall be FOB, Ocala FL at the five below Marion County wastewater Facilities:
0 olden Ocala Wastewater Treatment Facility
o NW 7 Avenue
Ocala, Florida 34482
0 oak Run wastewater Treatment Facility
11400 SW W,Terrace
Ocala, Florida 3441
Salt Springs wastewater Treatment Facility
SR 19&SR 316
Salt Springs, Florida 3.2134
Silver Springs Shores wastewater Treatment Facility
450 Emerald Road
Ocala, Florida 34472
0 Stonecrest wastewater Treatment Facility
17200 SF 11 t'Avenue
Summerfiel , Florida 34491
HIGH TEST CALCIUM HYPLTE GRANULAR SPECIFICATIONS
1. Nigh Test chlorine Calcium Hypo chlorite Trite granules are used for disinfection and ordered in 100 pound pails of
68% minimum available chlorine %.
. Delivery shall be FOB, Ocala FL at the five below Marion County Wastewater Facilities:
• Golden Ocala Wastewater Treatment Facility
2550 NW 70 Avenue
Ocala, Florida 34482
• oak Run wastewater Treatment ent Facility
11400 SW 90 Terrace
Ocala, Florida 34481
• Salt Springs Wastewater Treatment Facility
SR 19 &SR 31
Salt Springs, Florida 3134
• Silver Springs Shores Wastewater Treatment Facility
40 Emerald Road
Ocala# Florida 3447
• Stonecrest wastewater Treatment Facility
17200 SE 1151 Avenue
S u n r ner el d, Florida 34491
19B-265 CNT I Page 15 of 1
Page 435 of 512
. ..................................
... . ...............
....................................
...........................
.........................
Agenda Item #18.
EXHIBIT B 1 -25
Bulb Chlorine Fee Schedule
Odyssey l anufactudn
BID#13B»255 Bulk Chlorine Company
Item Description Services *EstimatedUnit UNIT
No. Quantitty COST TOTAL COST
Liquid, 12.5%Trade Percent Available Chlorine, 2 0,21 Gat
Deliveries for Utility Sites 2 ,5 .02
2 HTH granular,powder, Deliveries for Utility 0 100 lb
Sites ails s 1 . 0 $ 12,000.00
3 Lease Tanks 18 Sites
- Provided at no cost
TOTAL.BASE B6 243, 2
19B-265 CNT 1 Page 16 of 1
Page 436 of 512
.........................
................
Agenda Item #18.
0 DYS.S Y
MANUFACTURING CO,
January 17, 2018
Fie: CORPORATE F ATE ESOL TIO o AUTHORITY To SIGN BIDS, BID FORMS,
CONTRACTS ACTS & 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
e in the best interest of the corporation to establish a Corporate Resolution. Be 1t:
RESOLVED, The undersigned hereby certifies that Patn*ck H. Allman, its General
Manager, is autl ofted to sign bids and all bid forms; to execute agreements and any
documents associated with these agreements; 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 January 17, 2018, and
that said resolution is now in full force and effect without modification or rescission.
IN WITNESS WHEREOF,EOF, i have executed my name as Secretary and have hereunto
affixed the corporate seal of the above-named Corporation this 17th day of January,
2018.
CORPORATE SEAL
Stephen Sidello, Secretary
air in . I m es r ent
'TMz% CHLOR (8.0 0) 0 DY S S.LE.Y
IN
,..'.
I - /- .' M1 *"4'{ i,t.w '- •Z{4' v #F}{k ;i
'} A 4tit•'. ~,r 'S •'k 'i„'. ..t •..?.
ILI
-0 TV): 3'1H
8
r • •"'R * ' • '- TL411 • r • �' i • •F ;
Page 437 of 512
Agenda Item #18.
11
Marion
: :. : Board o County s r
.. .
Procurement ent Services
#'
2631 SE Third St.
` y Phone.
32R 1- 444
.�WE
.
- 5 -67 - 4 5
September 17,2019
Patrick Allman
Odyssey Manufacturing Company
84 Massaro Blvd.
Tampa,FL 33619
Delivered via email to:PAIlman@odysseymanufacturing.com
Re Award of Project# 1 -2 —Bulk Chlorine
On behalf of the Marion County Board of County Commissioners,rs, it is our pleasure to notify you of the
award ofthe Project listed above. The following are u'rcd to complete the contract process, and shall
e retum d Within one wreck: Documents can be returned via email,fax, or courier (LISPS, Fed Ex,
', hand delivery).
One set of the contract with obits,if applicable,fly executed before two witnesses-i; ` other
than a company�cer signs, a statement roust be included noting the signatory's au ho ima on to sign o
beha�'Fqf the company.
One 1 copy of the activated insurance certificate, showing " a.ri n County, a political subdivision of the
State of Florida" as Additional Insured,and in accordance with the Solicitation. This can be scanner.
);o- No work shall commence until a Notice to Proceed (NTP)has been issued, unless a start date has been
specifically mentioned in the contract.
No payment(s) shad be rendered until all required documents have been received in good order and
deemed complete by the Marlon.County Procurement Services Department.
We look forward to doing business with you.
Susan Olsen
Procurement Services Director
x :Utilities
SIC
Rev 1 .8.2 18
Empowering Marion for success
Page 438 of 512
Agenda Item #18.
AGREEMENT 1 "WE N COSY AND SUPPLIER
This Agreement Between County and Supplier, (this "A.greemenf') rude and entered into by and between
Marion County, a political subdivision of the State of Florida, located at 601 SE 25th A.ve, Ocala, FL 344 1
(hereinafter referred to as "COUNTY") and Odyssey Manufacturing Company, located at 1484 Massaro
Blvd., Tampa, FL 33619,possessing P IN -084 345 (hereinafter referred to as "SUPPLIER"") seal
for the Bulk Chlorine,(hereinafter referred to as the"Project"),and COUNTY and SUPPLIER hereby agreeing
as follows:
In consideration of the mutual covenants and promises contained herein, COUNTY and SUPPLIER
(singularly referred to as"Pam", collectively"`Parties")hereto agree as follows
Section 1 —The Contract. The contract between COUNTY and SUPPLIER, of which this Agreement is
part, consists of the Contract Documents. This Agreement approved by the Board of County Commissioners on
September 17,2019shall be effective on the last signature date set forte below.
Section 2 — The Contract Documents. The Contract Documents are defined as this Agreement, the
Specifications, the Drawings, all Change Orders and Field Orders issued hereafter, any other amendments
hereto executed by the Parties hereafter,together with the following if any):
Marion County Solicitation 1 -2 5 # Bulk Cb1orine, the offer, Solicitation Scope and/or
Spe ificatio .s, Plans and/or Drawings, any/all Addenda as issued in support of this Solicitation,
Certificate of Insurance and Notice to Proceed.
Section 3 — Entire Agreement The Contract Documents fora the agreement between Parties for the
Project, and the SUPPLIER acknowledges receipt 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, representations or agreements, either written or oral. This Agreement may he amended or
modified only ire writing. The Contract Documents shall not be construed to create a contractual relationship
of any kind between any person or entities other than COUNTY and SUPPLIER.
Section 4 —Term. This work (defined herein) shall commence upon October 1, 2019 and will conclude
September 30,2022 the"Term"). 'Free 3 annual renewals are available,pending mutual written agreement.
Price increases shall ONLY be considered upon renewal notice dates, must be supported by an industry
documented fficrease,shall not exceed three percent 31 ,and must be Board approved.All work will proceed
in a timely manner without delays.
Section 5 ^ Scope of Services. SUPPLIER shall complete the Work, provide the necessary types and
deliveries of bulk chl.or*ne,for Project 19B-265,more fully set forth on EXMBIT A hereto,as per the Contract
Documents and s ecifcati �ns furnished by COUNTY and according to the tirneframe as noted herein.
Section 6—Compensation. COUNTY shall make payment, (the"Agreement Price''), to SUPPLIER under
C UNTY's established procedure and per the fee schedule Exhibit B,herein
Sections 7—Assignment SUPPLIES.may not subcontract all or any part of this Agreement without written
approval by COUNTY.
Section 8—Laws,Permits,and Regulations.Prior to the perfonnance of any Work hereunder, SUPPLIER
shall obtain and pay for all licenses and permits,as required to perform the Work. SUPPLIER shall at all times
comply with all appropriate laves, regulations, and ordinances applicable to the work provided under this
Agreement.
10-265 CMT I Page I of 16
Page 439 of 512
Agenda Item #18.
Section 9 — Amendments. This Agreement may only be amended by mutual written agreement of both
Parties.
Section 1 —Books and Records. SLTPLIER shall keep records of all transactions. ��'
. C Y shall have
right to request records from SUPPLIER., and for those records to be made available within a reasonable
ti efrar e depending on method of acquisition.
Section 11—Public Records Compliance
A, IF SUPPLIER HAS QUESTIONS REGARDING THE APPLICATION of
CHAPTER 119, FLOR11DA STATUTES, TO ITS DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO THIS AGREEMENT CONTACT
COUNTY'S CUSTO LkN of PUBLIC RECORDS
Public .ela o . 1601 SE 2 "'Ave, Ocala, FL 344'
Phone.* 3 2-438-23001 Fax: 3 2-43 -2309
Email: pd[)hcre
B. SUPPLIER shall comply with public records laws,specifically:
Keep and maintain public records required by COUNTY to perform the work;
Upon request from. COUNTY's custodian of public records, provide COUNTY with
copy of the requested records or allow the records to be inspected or copied within
reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida
Statutes, or as otherwise provided by law;
Erasure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as author' ed by law for the duration of
the Term and following completion of this Agreement if SUPPLIER does not transfer the
records to COUNTY;and,
Upon completion oft is Agreement,transfer, at no cost,to COUNTY, all public records
in possession.of SUPPLIER or keep and maintain public records required by COUNTY
to performs. 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
SUPPL'fER keeps and maintains public records upon the completion of this Agreement,
SUPPLIER shall meet all applicable requirements for retaining public records.All records
stored electronically must be provided to C+ LTN Y, upon request from. COUNTY's
custodian ofpublic records,in a format that is compatible with the i .fon ation technology
systems of COUNTY.
C. If SLTPLIER fails to provide the public records to COUNTY within a reasonable time,SLTPLI R
may be subject to penalties under Section I 19.10 Florida Statutes and may be subject to unilateral
cancellation of this Agreement by COUNTY.
Section 12 — Indemnification. S-UTPLIER shall lindenmify and hold hanuless COUNTY,, its officers,
employees and agents from all suits, claims, or actions of every name and description brought aga .st
COUNTY used on personal injury,bodily in, (*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 employees, officers, or agents'in performing the services set forth herein.
Section. 1 —Insurance. As applicable, during the Work, insurance policies shall be with a company or
companies authorized to do business in the Mate of Florida. COUNTY Y shall be notified if any policy limit has
eroded to one half its annual aggregate. SUPPLIER shall provide, within the tirnefrar e noted ire the Award
Fetter, a Certificate of Insurance,, issued by a company authorized to do business the State of Florida and
with are A.M. Best Company rating of at least +. 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 Marion. County Procurement Services Director should be shown as the
I 9B-265 GNT I Page 2 of 1
Page 440 of 512
Agenda Item #18.
Certificate Folder, and the Certificate should provide for 3 0-day cancellation notice to the Procurement
Director's address,,set forth herein,with policies for the following:
0 Business ,auto Liabil shall be provided by SUPPLIER with combined single limits of not less than
1,0 o,000 per occurrence and is to include bodily injury and propel damage liability arising out of
operation,maintenance or use of any auto,including owned,hired and non-owned automobiles.
0 worker oxcnsation shall be purchased and maintained by SUPPLIER with statutory limits and
employers liability limits of at least $1,000,000 each accident and $1,000,000 each employee and
1,00,00 policy limit for disease.
0General Lia t shall be maintained by SUPPLIER for the duration oft e Project with limits of not less
than 1,000,000 per occurrence and$2,000,000 annual aggregate.If the policy is written on a claims-made
basis, SUPPLIER must maintain the policy a m um of 5 years following completion of the Project.
"Marion County,a political subdivision of the State ofFlorida" must be shown as Additional Insured.
Section 1 —Independent Supplier.In the performance of this.Agreement,SUPPLIER will be acting in the
capacity of a. "Independent Supplier" and not as an agent, employee, partner,joint venture, or associate of
COUNTY. SUPPLITR shall be solely responsible for the means, methods, techniques, sequences, and
procedures utilized by SUPPLIER in the full performance of this Agreement.
Section 15—Default/Termination. In the event SUPPLIER falls to comply with any of the provisions of
this Agreement, COUNTY may terminate this Agreement for case by first notifying SUPPLIER in writing,
specifying the nature of the default and providing SUPPLIER with a reasonable period of time which to
rectify such default. In the evert the default is not cared within the time period given, COUNTY thereafter
may terminate this Agreement for cause upon w itten notice to SUPPLIER without prejudice to COUNTY.In
the event of termination of this Agreement for cause, COUNTY will then be responsible for compensation to
SUPPLIER only for hose services tamely and satisfactorily performed pursuant to this Agreement up to the
date ofterm ation,COUNTY may terminate this Agreement without cause providing at least tarty days
written notice to SUPPLIER. In the event of termination of this Agreement without cause, CoLNTY will
compensate SUPPLIER for all services timely and satisfactorily performed pursuant to this Agreement up to
and including the date of termination.Notwithstanding any other provision of this Agreement,this Agreement
may be terminated if for any reason here are not sufficient appropriated and available monies for the purpose
of maintaining COUNTY or other public entity obligations under this Agreement. COUNTY shall have no
der obligation to SUPPLIER,other than to pay for services rendered prior to termination.
Section 16-Damage to Property. SUPPLIER shall be responsible for all material,equipment and supplies
sold and delivered to COUNTY under-this Agreement and until final inspection of the work and acceptance
thereof by COUNTY. In the event any such material, equipment and supplies are lost, stolen, damaged or
destroyed, or COUNTY property, buildings, or equipment is damaged during delivery or unloading, or In the
course of the WORK prior to final inspection and acceptance,SUPPLIER shall replace the same or be returned
to original state without additional cost to C UN 'Y, as applicable.
Sections 17-Termination for Loss of Fundl g Cancel ation for Unappropriated Funds.The obligation
of COUNTY for payment to SUPPLIER is limited to the availability of funds appropriated in a current fiscal
pe .od,and continuation of this Agreement into a subsequent fiscal period is suject to appropriation of funds,
unless otherwise authorized by law.
Section 1 -Use of Other Contracts. COUNTY reserves the right to utilize any COUNTY contract, Mate
of Florida contract, city or county governmental agencies, school board, community college/state university
system, or cooperative bid agreement. COUNTY reserves the right to separately bid any single order or to
purchase any item on this Agreement if it is in the best interest of COUNTY.
Section 1 -Employee Eligibility Verification. For hose projects funded with Mate or Federal dollars,
COUNTY will adhere to the practices set forth under the e-verification system,which is outlined in the clauses
below. Information provided by SUPPLIER lis subject to review for the most current version of the Mate or
Federal policies at the time of the award of this Agreement.By previously signing the ITB Acknowledgment
1 9B-265 CNT I Page 3 of 16
Page 441 of 512
..................................
...... ................................. .
Agenda Item #18.
and Addenda Certification Fora and this Agreement, SUPPLIER has agreed to perform Mn accordance with
these requirements and agrees:
A. To enroll and participate in the federal -verify Program for]Employment verification under the
terms provided in-the"Memorandum of Understanding" governing the program.
B. To provide to COUNTY, within thirty days of the effective date of this Agreement,
documentation of such enrollment In the form.of a copy of the -verify "'Edit Company Profile""
screen, which contains proof of enrollment In the E-Verify Program (this page can be accessed
from the "Edit Company Profile" link on the left navigation menu of the E- 1'eri y employer's
homepage).
C. To require each subcontractor that performs services under this Agreement to enroll and
participate in the -verify Program within ninety(90)days of the effective date of this Agreement
or within ninety 90 days of the effective date of the contract between SUPPLIER and the
subcontractor,whichever is later. SUPPLIER shall obtain from the subcontractor(s)a copy of the
"Edit Company Profile" screen indicating enrollment In the -verify Program and made 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 consistent with the terms of the
Memorandum of Underst ndi g.
. To comply with the terms of this Employment Eligibility Verification provision, is made are
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 COUNTY shall be considered to he i default in the
perforrmance of its obligations under this Agreement, except obligations to rate 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 the reasonable control and not a result of the fault or negligence
of,the affected Party a"Force Ma eure Event").If a Party is prevented or delayed in the performance of any
such obligations by a Force Ma eure Event, such Parr shall immediately provide notice to the other Party of
the circumstances preventing or delaying perfonrnance and the expected duration thereof Such notice shall be
confirmed Mn writing as soon as reasonably possible. The Party so affected by a Force Majeure Evert shall
endeavor, to the extent Treasonable, to remove the obstacles which prevent performance and shall resume
performance of its obligations as soon as reasonably ly practicable.A Force M j ure Event shall include,but not
be limited to acts of civil or military authority(including courts or regulatory agencies),acts of God,war,not,
or insurrection, inability to obtain required permits or licenses,hurricanes and severe Floods.
Section 21 — Counterparts. original signatures transmitted and received via facsi-mile or other electronic
transmission of a scanned document, e.g.,PDF or similar format)are true and valid signatures for all purposes
hereunder and shall bind the Parties to the same extent as that of an original signature. Any such facsimile or
electronic mail transmission shall constitute the final agreement of the Parties and conclusive proof of such
agreement. Any such electronic counterpart shall be of sufficient quality to be legible either electronically or
when printed as hardcopy. COUNTY shall determine legibility and acceptability for public record purposes.
This Agreement may be executed in one or more counterparts,each of which shall for all purposes be deemed
to be an original and all of which shall constitute the swne lnst-ument..
Section 22 - SUPPLIER Conduct These Guidelines govern SUPPLIER doffig work on
COUNTY Y property, as well as S PL 's employees,agents, consultants, and others on COUNTY
property in connection with the SUPPLI 's work or at the SUPPLIER"SUPPLIER"s express or implied invitation.
Courtesy and Respect: COUNTY is a diverse goverment institution and it is critical that
SUPPLIER and its employees conduct themselves in manner that is lawU, courteous,
businesslike,and respectful of all staff, guests,or visitors.
Language and. Behavior: SUPPLER and its employees cannot engage in behavior that is rude,
threatem'ng, or offensive. Use of profane or insulting language is prohibited. Harassment of any
type,including sexual harassment is strictly proM ited.Abusive,derogatory,obscene or improper
language, gestures,remarks, whistling, cat calls or other disrespectful behavior cannot be
19B-265 CT I Page 4 of 1
Page 442 of 512
Agenda Item #18.
tolerated.Roughhousing, fighting, fisticuffs, physical threats, destruction of property,vandalism,
littering, or physical abuse of anyone on COUNTY property is not permitted under any
circumstance.
0 No Weapons, Alcohol, or Drugs: The use, possession, distribution, or sale of any weapon,
alcohol, illegal drug, or controlled dangerous substance by SUPPLIER or its employee i
prohibited. Offenders will he removed from COUNTY property and/or reported to law
enforcement.
Smoking: SUPPLIER and its employees are not permitted to smoke in or near any
COUNTY buildings.
Fraternization: SUPPL-FER and its employees may not fraternize or socialize with COUNTY staff.
0 Appearance: SUPPLIER and its employees are required to wear appropriate work wear, hard hats
and safety footwear,as the case may he,while on the job. Articles of clothing must be neat and tidy
in appearance, and cannot display offensive or inappropriate language, symbols or graphics.
COUNTY has the right to decide if such clothing is inappropriate.
Section 23 — Authority to Obligate. Each person signing this Agreement on behalf of either Party
individually warrants that he or she has full legal poorer 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 2 —Exhibits/Attachments.The following attachments are hereby incorporated into this
Agreement as part hereof as though fly set forth herein: EXHIBIT A—Scope of Work and EXHIBIT
—Fee Schedule
Section 25—Law,venue,Waiver of Jury Trial .ttor e 's Feces. This Agreement and all the Contract
Documents shall be construed according to the lags of Florida and shall not he construed more 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 proceeding ani sing from or related to thisAgreement; 1 venue for state or federal legal proceedings
shall he in Marion County,Mon*da, 2 for civil proceedmngs,the parties consent to trial by the court and waive
right to jury trial, 3 the prevailing party shall be entitled to recover all of its costs, Mncluding attorney fees.
Section 26—Notices.Except as otherwise provided herein, all Witten communication between the parties,
including all notices, shall be by electronic mail,U.S. Mail,a comer delivery service, or delivered in person.
Notices shall be deemed effective if mailed, when deposited in a United States Postal Service mailbox with
postage prepaid and if hand delivered,upon personally handing sarne to the party to whom the notice of other
communication is addressed with signed proof of delivery. if otherwise delivered,notices shall be cons*dered
delivered when reflected by an electronic nail read receipt,a courier service delivery receipt,other nail service
delivery receipt, or when receipt is acknowledged by recipient. All pies certify that each has software
capable of sending electrorc mail read receipts to the other. Any party sending notice by electronic mail
acknowledges and accepts the inherent risks that come with same. if notice is delivered in multiple gays,
notice shall he considered delivered at the earliest delivery time. SUPPLIER"s and COUNTY"s representatives
and addresses for notice purposes are:
SUPPLIER: Odyssey Manufacturing Company
1484 Massaro Blvd.,Tampa,FL 3319
CONTACT PERSON:Patrick Allman I Phone: 813- 3 5-03 3 9
COUNTS': Marion County Utilities
co Marion County,a political subdivision of the State of Florida
l SE 25"'Ave, Ocala,FL 3441
A.copy of all notices to COUNTY hereunder shall also be sent to:
Procurement Services Director
Marion County Procurement Services Department
31. SE 3rd St.,Ocala,FL 3471
196-265 CNT I Page 5 of 1
Page 443 of 512
............................
Agenda Item #18.
Alternatively, the parties may elect to receive said notices by e-mail. COUNTY hereby elects to receive all
notices solely y email and designates its email address �� ��_:; _? ;€ :'g .. If SUP ER
agrees to accept all notices solely y e-maill and acknowledges and accepts the 'nherent risks that come with
accepting notices solely by e-mail, SUPPLIER may designate up to two 2 e-mail addresses:
PA11man@odyssffmanufamrin i tsignifies SU'' IER's election to accept notices solely by
e--Maid.
IN WITNESS WTIEREOF the Parties have entered into this Agreement,as approved by the Marion.County
Board of County Commissioners, on the date of the last signature below.
MAMON COUNTY,A POLITICAL SUB-
ATTEST: DIVISION of THE STATE of FLORIDA
AVID R.ELLSPERMANN, DATE M CHE LE STONE DATE
CLERK OF COURT CARMAN
APPROVED AS TO FORM AND LEGAL BCC APPROVED-. September 1 ,201
SUFFICIENCY 1 9 -21 Bulk Chlorine
MATT HEW W G.BITER, DATE
MA.RI N COUNTY ATTORNEY
WITNESS: ODYSSEY TURIFNG COMPANY
k.
S GNA'T`URE� BY: DATE
Nip U�
PREqT8D NANM PRINTED:
ITS.(TITLE)
W NSS;
.,M1M1x' IG U i.f
PiNTED NAME
198-265` NT I Page 6 of 16
Page 444 of 512
...............................
Agenda Item #18. EXHIBIT A
EXHIBIT
19Bm26S Bulk Chlorine
SCOPE OF WORK
LIQUID SODIUM HYPOCHLORITE SPECIFICATIONS
UTILITIES REQUIREMENTS
1. DELIVERY REQUIREMENTS
General: The intent and purpose of this specification document(the"Specifcation'� is for the Contractor to furnish and
deliver liquid sodium hypochlorite (12.5 Trade Percent Available Chlorine) FOB destination in accordance with the
American Water Works Association's (AWWA"s) Standard B300-10 for hypochlorite, except as modified or supplemented
herein,for the Marion County Utilities Department. Almost all of the sues identified in this BID (as defined in Paragraph
5) are fora "non-tanker"or flatbed truck delivery and requires up to 100'of hose on the Bidder's truck. The Bidder
must bid on all of the delivery sites. Additionally,the successful Bidder shall supply bulk storage tanks and containment
for those sites indicated in Paragraph 5 at no additional charge as part of their sodium hypochlorite supply. At Marlon
County's option,the successful Bidder shall also provide any needed chlorine chemical feed equipment Marian County
reserves the right to purchase said equipment from other sources,
2. DELIVERY REQUIREMENTS
2.1 Contractor shalt 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 sodium
hypochlorite in less than 24 hours. Marian County shall endeavor to minimize the number of"emergency"
deliveries.
2.2 All deliveries of liquid sodium hypochlorite shall be freight prepaid, F.O.B. to each Marion County facility.
All equipment deliveries shall be freight prepaid, Q.O.B.to the requested Marion County facility.
2.3 delivery time of day shall be arranged upon placement of order. Deliveries made to unmanned 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 made by properly cleaned containers on the delivery
trucks to the locations specified in paragraph 5 below.
All delive trucks must cagy at least 100'of hose and have a means to'blow the line clear"
upon corn letion of the dellivety
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 other applicable regulatory agencies.
2.6 All delivery personnel must have company cell 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.
2.7 Marion County reserves the right to change quantities and delivery dates at its discretion with a 24-hour
notice. Notice will be given to the Contractor in writing by an authorized designee of the Utilities
Department. Written notice will be provided by the Operations Manager or the Operations Supervisor.
188-265 CNT I Page 7 of 16
Page 445 of 512
Agenda Item #18. EXHIBIT
2.8 The Contractor shall be responsible for"blowing'or pumping liquid sodium hypochlorite into the storage
tanks at the delivery sites and shall provide all necessary hoses,fittings,air-padding. purnps,etc. required
to safely and efficiently"offload"the liquid sodium hypochlorite into designated storage tanks. contractor
shall be responsible for ascertaining the correct storage tanks and fill point locations to prevent accidental
discharge of the product into the wrong storage tans),
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 emergencies, 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 and/or leaking sodium hypochlorite.
2.10 The tanks or trailers shall be clean and free of residue that may contaminate 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 Doses used for
the delivery of sodium hypochlorite shall be supplied by the contractor and shall be clean and free from
contaminating material. Marion County may reject a load if the equipment is not properly deaned.
Contractor shall furnish Marion County an approved, leaf 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 report any spills caused during the filling operations. The Contractor shall take
immediate and appropriate actions to clean up any spilled liquid sodium hypochlorite. In the event of a
spill,the contractor will notify Marion county Utilities immediately. If the contractor does not immediately
clean up any spill, Marion County Utilities will immediately take clean up actions. The contractor will be
responsible for the cost of materials and labor for such cleanup efforts. If spill results in the requirement
soil mitigation and/or removal,. Marion county will hire a certified hazardous material handling company
to clean up the spill, and the cost of such service will be charge to the Contractor and deducted from the
amount due to the contractor. - f Marion counts 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.
. 1 Because of security and safety concerns, all delivery vehicle drivers shall be U.S. citizens and have a
proper commercial driver's license with a Hazardous Material endorsement. contractor's drivers shall
display its driver's license and whenever challenged by Marron County during the delivery. In addition,
Contractor shall supply Marion County a"C "with digital photographs of all of its delivery drivers with
names imposed and shall send out an updated CD within 24 fours 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 license or failure of driver to be listed on the CD provided to Marion County shah 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 Specification. In
the event a delivery shipment is rejected, upon notification to the Contractor that the shipment is
rejected, Contractor shall be required to ship a replacement delivery to the affected location within four
(4) fours 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.
. DEUVERY LOCATIONS
.1 delivery sites and locations are provided as estimates and will be subject to deletions or additions as
necessary to meet the water produ lion 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 location is an estimate only and Marion County shall
not be bound by these amounts in its contract with Contractor. Marion county projects gallons of sodium
hypochlorite delivered each year.
19B-265 eT I Page 8 of 16
Page 446 of 512
. ........................
Agenda Item #18. EXHIBIT A
3.3 Marion County owns some of its bulk storage tanks and others must be supplied by the Contractor, The
Contractor shall install bulk storage tans and any required containment as specified in the below listed
table of delivery locations.
4,0 PRODUCT MATERIAL REQUIREMENTS
.1 Hypochlorite supplied under this contract shall be tested and certified as meeting the Specification, the
AWWA Standard 300- 0 and those of the American National Standards Institute/National Sanitation
Foundation Standard 60 (ANSI/NSF(ANSI/NSF Standard 60), Drinking water Treatment Chemicals Health Effects.
4.2 It is the responsibility of the Contractor to inform Marion County that�ts NSF or LPL 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.
.3 Liquid sodium hypochlorite delivered under this Specification shall have a minimum of 120 Grams per
Liter GPL available chlorine equivalent a.k.a., 12.0 Trade Percent Available Chlorine) and shall be
consistent as determined by chemical analysis.
4.4 Product shall be a clear straw colored liquid with no visible cloudiness, impurities, or sediment. It shall
contain no soluble materials or organic substances in quantities capable of producing deleterious or
injurious effects 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
concentration limits;
Iron < 0.3 mg L
Copper < 0.0 rng/L
Nickel < 0.03 ring/L
hlorate < 2500 rng L
romate mg/L
Perchlorate < 20 rig/L
4.7 The delivery time of the shipment shall not exceed 72 hours from the time of manufacture of the liquid
sodium hypochlorite.
510 DELIVERY LOCATIONS
. , Contractor shall make deliveries to the following locations as shown.
5.2 Contractor shall furnish and install tanks, containments, and associated piping that is indicated as
leased by supplier in in the following table. All work performed must be performed by a licensed
plumbing contractor and contractor shall be responsible for providing signed and sealed drawings by a
Florida registered professional Engineer as required.
.3 Contractor shall maintain tanks, containments, and associated piping leased,
19B-265 CNT I Page 9 of 1
Page 447 of 512
. ............
Agenda Item #18. EXHIBIT
Utilities Delivery Locations:
C12 Annual usage
Facility Fume Address Tank/Containment
Ashler Farms WTP 4170 NW 4 th Ave. 500 DVS! ,4
33
Ocala,FL.34474 Marion
Deerph WTP 1.331 SE 65th Cir. 55 3 .5
Ocala,FL 34472 Supplier
Dun nell n Airport VV 7P 14670 SW 110th St. 35 DW Self-fill
DunnelIon,FL 34432 Marion
Golden Ocala WTP 1 4150 NW 34th Ct. S5 Self-fill
Ocala,FL 3442 Marion
Golden Ocala WTP 2 2250 NW 70th Avenue 30q/350 2,400
Road
Ocala,FL 34474 Supplier
Golden Ocala WWTP 2.550 NW 70th Ave.Rd. 300 350 3,600
Ocala,FL.34474 Marion
Irish Acres VV7P 8344 N US HWY 441 325 350 365
Ocala,FL 34475 5uPpl1er
I.P_Hole WTP 9435 SW 190Ave.Rd. /A Self-fill
Dunnellon,FL 3443
I unal 11,LLC WTP 7998 NW 47th Ave_ 55 44
Ocala,FL 34474 Marion
Majestic Oaks WT SW 82nd St_ 1 5 S44
Ocala,FL 34478 Supplier
Marion Oaks WTP 4 3550 SW 168 St. 165 2,281
Ocala,FL 34473 Supplier
Marion Oaks WTP 5 14170 SW 34 Terr.Rd_ 16 5
Ocala,FL 34473 Supplier
Marlon Oaks WTP 6 5950 SW 150 Ln. 00 DW 7`862
Ocala,FL.34473 Marion
Newton WTP 10149 N- W_17th Ave. 30 Self-fill
Ocala,FL 34475 Marion
Oak Run WTP 2 7235 SW 115 St_Rd. 165 664
Ocala,FL 34481 Supplier
(1)-3000 4,350
Oak Run WVV TF 11400 SW Oth Ter. �1)�1 �
Ocala,FL 34472 Marion
Palm Cay WTP 10721 SW 80 Ave_ U Self-fill
Ocala,FL 34481 Marion
Pilot ail WTP 4120 W H 32 55 Self ll
Ocala,FL 34474 Marion
Pine Run WTP 2 9278 SW 102 PI, S Self-fill
Ocala,FL 34481 Marion
Pine Run WTP 3 9756 SW 102 N. 55 S�lff�l!
Ocala,FL 34481 Marion
u it Meadows VVTP 2951 NW 47th Ave. 55 Self-fill
Ocala,FL 34474 Marion
Residential Water 5870 SE 4 nd Ave. 55 31
Systems WTP
Scala,FL 34478 Supplier
Salt Springs WTP 13941 N.HWY 19 55 4
98
Salt Springs,FL 32134 Marion
Salt Springs VVTP Well 2 13941 N.HWY 1 A Self-fill
Salt Springs,FL 32134
Salt Springs WWTF HWY 10&HWY 316 3 5/ 50 3,000
Salt Springs,FL 32134 Supplier
SC South WTP#1 17553 S E 102 Ave. 16S 200 1,123
Summerfield,FL 34491 Supplier
SC South WTP#2 17538 SE 101 Ave. 16 /200 1,065
Summerfield,FL34491 Supplier
100 365
1 13-265 GIFT I Page 10 of 16
Page 448 of 512
.............................
Agenda Item #18. EXHIBIT A
Silver Springs Regional 5815 East SS Blvd.
TP Silver Springs,FL 34472Supplier
Silver Springs Shores 493 Oak Road 500/6 0 As needed
VUTP B Ocala,FL 34472 Supplier
Oak Run VVTP 1 8899 SW 108th St. 2000 DW 15,330
Ocala,FL 3441 Marion
Silver Springs Shores 41 Hemlock Circle 1100 DW 11,55
WTP
Ocala,FL 3447
Marion
Silver Springs Shores 450 Emerald Road 3,000 84,350
WWTF Ocala,FL 34472 Marion
Silver Springs Woods 17815 SE 20th St. SS 500
WTP Silver Springs,FL Marian
South Lake Weir WTP 13761 SE 170 St. 55 Self-fill
Weirsdale,FL 32195 Marion
South Oak 1TP 4923 SE 30tb Ct. 55 S00
Ocala,FL 34474 Marion
Spruce Creep Golf& 13613 Del Webb Blvd_ 3 0/325 1,217
Country Club µVVTP#1 Summerfield,FL 34491 Supplier
Spruce Creek Golf& 122SS Del Webb Blvd. 500 650 7,300
Country Club-VV7P#2 Summerfield,FL 34491 Supplier
Spruce Creek Preserve 325/3 0 3,212
VVTP 1130 SW 136 Pl.
Dunnellon,FL 34432 Supplier
Stoner-rest WTP 17155 SE 115t Court 500 D1 7,300
urnmerfield,FL 34491 Marion
tonecrest WWTF SE 115tb Ter.Rd. 3,000 DW 11,736
Surnmerfield,FL 34.491 Marion
Summerglen WTP 1 605 5VV 13 Cir. 300/3 0 3,042
Ocala,FL 34472 Supplier
Sun Country WTP J 6738 SW 85th St. 55 Self-fill
Paddock Downs VVTP Ocala,FL 34478 Marlon
Timber Walk VV7P 8599 SW 133 Ln.Rd_ 165 702
Ocala,FL 34473 Supplier
Track&Card WTP 17970 S.LDS HVTY 301 ( )— 9 Self-fill
Sum erfield,FL 34491 Marion
Oak Trace WTP 8390 SW 104tb PI_ 165/200 1,000
Ocala,FL 34482 Supplier
.1 Sampling and Testing
.1.1 All Sampling and Testing shall be in accordance With EPA and AWWA B0-10 standards and in
accordance with the documents titled: "The Weight Percent Determination of Sodium
Hyp chlorite, Sodium Hydroxide, And Sodium Chlorate in Liquid Bleach" and "Suspended Solids
(duality Test for Bleach Using Vacuum Filtration"`, distributed by Powell Fabrication and
Manufacturing,acturing, Inc. and available at' n 4 f W'VW,D w . n.
6.1.2 The approved laboratories are listed below for all sampling and testing Whether during the bidding
period or after award. No other Laboratory shall be used unless expressly authorized as an
Addendum to the bid issued by Marion county amending the Specification or an amendment to
the contract between Marion County and Contractor,
NovaChem Laboratories
(513) 523-3605
5172 college Corner Pike, PO Box 608,. fiord, Ohio 45056
1 NT I Page I I of 1
Page 449 of 512
Agenda Item #18. EXHIBIT A
Thornton Laboratories
(813) 23-9702
1145 East Cass street,Tampa,, Florida 33602
Aqua Pure
(352) 3 5- 383
3855 East silver springs Boulevard, suite 1 , Ocala, Florida 34479
.1.3 Samgling and Testing.prior t _Uni dirk: The Contractor's delivery trailer shall have a sample
port to provide a sample for analysis. At the sole discretion of Marion County, the Contractor's
delivery personnel (driver) may be asked to provide a sample of liquid sodium hypochlorite before
the shipment is unloaded. Marian County will supply the sample container and the driver shall
collect 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 subject samples of the
liquid sodium hypochlorite to quick analyses to ensure that it meets basic conditions of the
specification with respect to specific gravity, weight percent of sodium hypochlorite, sodium
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 60 minutes for this
testing to be completed. If testing cannot be completed within the 0-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 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 6 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 daring any period of
this contract shall constitute automatic termination of the Contractor's supply contract with Marion
County.
6.1.4 Sam lingand Test of Shipment After nloadin . Marion county reserves the right to subject
samples of the liquid sodium hypochlorite to complete analyses to ensure that it meets EPA
specifications, AWWA 3 0- o specifications, and the Specification.
6.1.5 Certified Ana is. Contractor shall supply an affidavit, signed by a corporate designated official,
certifying that the liquid sodium hypochlorite furnished by the Contractor, complies with all
applicable requirements of this specification and AWWA Standard 300- , latest revision in
addition to a third party analysis of its sodium hypochlorite in accordance with Section 6.1.
6.2 Sodium Hypochlorite Tank Cleanings
. ..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 hypochlorite tanks, the contractor shall cleanout
the tank at no charge to Marion County within seven days,unless such timefrare is extended
by Marion counter. The cleanout should be done in such a manner so that it is done safer with
no loss 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 impurity buildup in the tanks will be at the sole discretion of Marion
I 9B-265 CNT I Page 12 of 1
Page 450 of 512
.. .........................
Agenda Item #18.
EXHIBIT
County. when the tank has been properly cleaned,the Contractor shall refill the tank with clean,
fresh sodium hypochlorite at no cost to Marion county.
', OCCUPA 770NA L f E4 L TH A IUD SAFETY
7.1 Contractor Safety Requirements
7.1.1 contractor must ensure delivery personnel's compliance with all OSHA requirements, including
personal protective equipment for contractor delivery personnel, including without limitation
chemical goggles, transparent face shield and hard hat, rubber gloves, rubber boots, and
rubber or plastic-coated fabric apron or slicker suit. contractor delivery personnel must gear
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, connections, 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 442 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 must include the following information:
The Chemical Name and the common name of the toxic substance
a The hazards and other risks in the use of the toxic substance, including:
The potential for fire, explosion, corrosively and reactivity{
The known acute and chronic health effects of risks from eposure, including the medical
conditions which are generally recognized as being aggravated by exposure to the tonic
substance; and
The primary routes of entry and symptoms of overexposure.
The proper precautions, handling practices, necessary personal protege equipment, and other
safety precautions in the use of, or exposure to, the tonic substances, including appropriate
emergency treatment in the case of overexposure.
0 The emergency procedure for spills,fire* disposal and first aid.
0 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.
0 Any questions regarding this requirement shall be directed to:
Department of Labor and Employment Security
Bureau of Industrial Safety and Health
Toxic waste Information Center
2551 Executive Center, Circle Kest
Tallahassee, Florida 3 301-So .
Phone: 800/367-4378
7.3 Emergency Plan of Action and Safety Training
6.3.1 within 30 days of award and acceptance of the contract for the supply of liquid sodium
hypochlorite, the contractor shall provide in writing, an emergency contingency plan, with
appropriate telephone contacts,for Marion county to follow in case an emergency supply 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 least two
degreed engineers who lure within one hundred fifty miles of Marion County) and telephone
contact numbers hour contact numbers) within 30 days of award and acceptance of the
contract to 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
19B-265 CNT I Page 13 of 1
Page 451 of 512
Agenda Item #18.
EXHIBIT A
to notify the proper regulatory agencies in the event of a spill incident. 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 event,to work with the local Hazardous Materials Response Team
and to manage and oversee'After Event"cleanup efforts. Should a spill or leak occur, caused by
Contractor'"s personnel, equipment or method of delivery, Contractor shali immediately comply
with all applicable terms and conditions of the current version of Title III, Superfund Amendments
and Reauthorization ation Act of 19 , 42 u}S.C. . 11001, et seq. SARA and the Florida Hazardous
Materials Emergency Response and Community Right to Know Act of 1988, Chapter 252,, Part II,
Florida Statutes. The responsibility for compliance with Federal and State rules and regulations
regarding Contractor caused spills or releases shell be the sole responsibility of Contractor, The
Contractor shall indemnify and bold Marion County harmless for any failure to properly 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. Safe Dandling 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 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 sodium hypochlorite in the water and wastewater
treatment process. This expertise shall extend to the application of ali other 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.
From time to time as required by Marion County, Marion County may direct Contractor to supply chemical feed
equipment including pumps and assc dated parts. Marion County may require any of this equipment from the
Contractor during the terra 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 items and pricing shall be held firm for the length of the
contract. CPI adjustments shall apply. Shipping shall be included FOB, Ocala, FL, with no minimum order.
9 3/ "Teflon Tubing
O 14"*Teflon Tubing
0 3/8"J acor Fittings
0 1 ".Jacor Fittings
a 1 "to 3/ "Schedule 80 PVC reducer bushing
1/ "'to 14"Schedule 80 PVC reducer bushing
0 Pulsatron Series A+ L 0 A-WCg-XXX 24 GPD/100 psi
a Pulsatron series A+ L1 64SA- VCg-XXX 30 GPD/100 psi
0 Pulsatron Series + LPSA-VVCg-XXX 44 GPD/100 psi
a Pulsatron series + LP MA-VTC3-XXX 120 GPl /100 psi
0 Pulsatron Series + LPH5SA-WC3- o 76 GPD/150 psi
Pulsatron Series F+ LP 5S -VVC3-5 0 76 P /150 psi
0 Pulsatron Series + LP S A-VV 3-5 0 96 GP /100 psi
9 Pulsatron Series MP LM TA- T -Soo 44 P 100 psi
0 K4WC9 KOPKIT 24/ g GPl
L030 10g THY Diaphragm /30/44
• 5PKD A4 p Diaphragm , 30/44
• Suction Value L310 .TCJ-P C 0/44
• Discharge Valve L3 01 D-PVC 24/30/44
1 B- 66 o T E Page 14 of 1
Page 452 of 512
Agenda Item #18. EXHIBIT A
0 Degassing Valve L3 00DV1-PVC 4 30 4
O Injeffion Valve Assembly 161237 24/30/44
0 Injection halve Assembly J41873
0 1 6VTC3 I OPKIT 120 GPD
0 Bleeder Valve 1 0 GPD L 0OT03-PVC
a Suction Valve L3 0ITC3-PVC 20 GPD 120 GPD 00 psi
0 Discharge Value 31TC3-PVC 10 GPD 120 GPD00 psi
X0V .TCRAC#3 3 HP motor 29 GPM
Calcium Hypo chlorite HTH 6 v Minimum Available Chlorine 65% 100 lb. pails)
HIGH TEST CALCIUM HYPOCHLORITE (HTH) GRANULAR SPECIFICATIONS
1. Granular Chlorine Calcium Hypochlorlte HTH 63 o minimum available chlorine 6 %.
. Granular Chlorine Calcium Hypochltrite HT cost per each 100 pound pail*
3. Delivery shall be FOB, Ocala FL at the five below Marion County Wastewater Facilities:
Golden Ocala Wastewater Treatment Facility
2550 NW 70ttlAvenue
Ocala, Florida 34482
Oak Run Wastewater Treatment Facility
11400 SW 9W1 Terrace
Ocala, Florida 3441
a Salt Springs Wastewater Treatment Facility
SR 19 &SR 316
Salt Springs, Florida 3 134
0 Silver Springs Shores Wastewater Treatment Facility
40 Emerald Road
Ocala, Florida 34 "
a Stonecrest Wastewater Treatment Facility
100 SE 15h Avenue
Summerfield, Florida 34491
HIGH TEST CALaUM HYPOCHLORITE(HTH) RA LA .SPECIFICATIONS
1* High Test Chlorine Calcium Hypo chlorite granules are used for disinfection and ordered in 100 pound pails o
6 % minimum available chlorine 650 v#
2. Delivery shall be FOB, Ocala FL at the five below Marion County Wastewater Facilities:
0 Golden Ocala Wastewater Treatment Facility
SSO NW 70th Avenue
Ocala, Florida 34482
0 oak Run Wastewater Treatment Facility
11400 SW 90"h Terrace
Ocala, Florida 34481
0 Salt Springs Wastewater ater Treabnent Facility
R 19 &SR 316
Salt Springs, Florida 3134
0 Silver Springs Shores Wastewater Treatment Facility
40 Emerald Road
Ocala, Florida 34472
tr necr st Wastewater Treatment Facility
17200 SE 115th Avenue
Surr merfield, Florida 34491
19B-265 GEC'I 'age 15 of 1
Page 453 of 512
Agenda Item #18.
EDIT B 19B-265
Bulk C1or Fee Schedule
Odyssey Manufacturing
BID#1B-255 Bulk Chlorine Company
Item Description f Services *Estimated Unit ��'
Quantity
COST TOTAL.COST
l l , 12.5%Trade Percent Available Chlorine, 2� �a�
Deliveries for Utility Sites , 0.8 231,594.02
2 HTH gmr,powder,Deliveries for Utility 80 100 lb
Sites Pails s 2,000_00
3 Lease Tanks 18 Sites
Provided at no cost
TOTAL BASE BID243,69
2
19B-265 CMT I Page 16 of 1
Page 454 of 512
Agenda Item #18.
. Marion County Board of County Commissioners Procurement Services Department
2631 SE Third St
,.
a i Ocala F1 3447
(352) 671-8444 (main)
Al
352) 671-8451
Procurement@ Man L.org..(general e-mailbox
BID: 19B-265: Bulk Chlorine
LAST DAY FOR QUESTIONS: August ,. 01 , 12:00PM DUE DATE. August 26, 2019f 9.00A
TERM:. 3 years with ptio#i for 3 annual renewals
BUDGET: $230,507.00
SUMMARY OF SCOPE; To furnish and deliver liquid sodium hypooh orite (12.5 Trade Percent Available
Chlorine) FOB destination in accordance with the American n Water Works Association's A vWA's Standard
300-10 :for hypo chlorite, except as modified or supplemented herein, for the Marion County Utilities
epartment and from time totlm pply chemical feed equip rent.
For questions relating to this bid, contact: Shelly Black (Shelly.Black@MarioncountyFL.org)
Contractors who receive this hid from sources other than Marion County or DernandStar shall contact Procurement
Services prior to the due date to ensure any addenda are received in order to submit a responsible and responsive
offer. Submitfing an incomplete document may deem the offer non-responsive, causing rejection,
ADDENDA ACKNOWLEDGMENT: Prior to submitting ray offer, I have verified that all addenda issued to date
are considered as part of my offer:
Addenda received (list all)
Company Marne: odyssey a ae in Cow a
Pri rated c a m e; Patrick AllMan Title: erg e
PrimaryE-mail address (required): a 1 a @ o
SecondaryE-mail address (required);
StreetAddress: 1484 Massaro Blvd. , Ta.mpa , Fl . 33
Mailing Address if different):
Telephone: 1 3 5-60 3 3 9 I : —0 8 3 .
Indicate whether your firm accepts visa for payment award of this contract: (circle)YES NO 0
y signing this form, I acknowledge I have read and understand, and my firm complies with all General Conditions and
requirements set forth herein:
SIGNATURE OF AUTHORIZED REP ESENTATIVE
ATE B "E D 8 2 19
This document must be completed and returned with your Submittal
Page 455 of 512
Agenda Item #18.
Revised per Addendum I
19B-265 Bulk Chlorine (various des) BID Folm
FXVISED PRICING AND,PROPOSAL PAGE
Item Description of *Estimate Unit Unit Price Annual Total
o. Service dQuantity � Unit Price)
Liquid, 1 ..5%Trade �
Percent Available a
Chlorine,Deliveries four 260;218
Utility,Sites
HTH granular-,powder, 100 1 &00
2 Deliveries for Utility o i 17E) *�. -
Sites
'a��s
r
3 Lease tanks 19 Sites $ IM 0
TOTAL $ :Z4ar'
*Estimated quantities are based on historical data and are not a guarantee of a minimuni or maximum.
Tema of this contract is three years,with an option to renew for three additional one 1 year terrns
pending mutual agreement. The term shall not be for longer than six years. price increases shall ONLY
be considered once annually on the anniversary of the contract start date, and must be supported by an
industry documented increase. Annual increase shall not exceed three percent 3%), and must be Board
approved.
ACCEPTANCE of TERMS; Acceptance of the terms and conditions is a mandatory aspect of being
considered responsive. Bidders wanting to challenge any of the Terms and Conditions or question
alternatives to Specifications as listed herein must do so during the period before the Last Day for Questions.
If the County does not authorize a change prior to bid closing via addendum, the Terms and Conditions or
Specifications stand; any counter-proposal on Terms and Conditions, or Specifications will be rejected., as
wi the bid.
ALTERNAT S UIVA ENTS: When altemate line items are offered in addition to the base bid, the
County reserves the right to consider any combination of the base bid plus any alternate(s) deemed necessary
in order to establish the overall bid. Reco=endatlon of award will be based on the lowest overall bid, as
determined by the County, for the responsible responsive bidder. When Brand Names are specified, the
Contractor must prove demonstrated equivalency prior to the Last Day for Questions and the County reserves
the right to reject bids from finns which have failed to receive approvals of acceptable equivalents. See
General Conditions, Sec 2,28 for more on equivalency requests.
PUBLIC RECORDS; Florida Statutes was amended June 2, 2011 to provide that sealed bids, proposals,
or replies received by a Florida public agency shall remain exempt from disclosure until an intended decision
is announced or until 30 days from the opening,whichever is earlier.This means that bidders will not be able
to procure a copy of their competitor's bids until an intended decision is reached or 30 clays has elapsed since
the time of the bid opening.
UNIT PRICES: Shall be tabulated to calculate no more than two 2 decimal places. Unit prices less than
0.005 will be rounded off to the cent-, unit prices equal to or greaten than $0.05 will be grounded up to the
next cent.Unit prices on the bid form will be used to correct any extensions,and if adjusted,shall be identified
on the detailed tabulation as corrected. If the Contractor fails to include a unit pace and only includes the
total, the County reserves the right to mathematically calculate e �t cost and enter using the rounding
method above)to establish a price for the contract and potential additional purchases of affected line items.
Name of Firm Submitting Bich 0d-yssevManufactuLjng
m -
o Person lli_.
� �r�g id a�
This document must be completed and returned with your Submittal
END ADDENDUM 1
Page 456 of 512
.................
..........
. ..............................................................................................
.............................................. .
Agenda Item #18.
BID 19Bm265 w, Bulk Chlorine
Local Firm Certification Statement
oval vendor prefer n ce w111 not apply un less a qual fled application is included with the bid.
(Not qua%fying or riot including the certr cate do es not pre vent any company from.submItti g a bid)
I, The company has had an office located in Marion County, Florida for at least one year
immediately prior to the issuance of this bid and will continue to do so for the duration of the
contract.
. The company maintains that as a minimum, thirty percent 30% or .more of full time employees
have a primary residence located within the legal boundaries of Marion County.
3. The company's owner or principal officer maintains a primary residence located within the legal
boundaries of Marion County.
. The company has a tangible property tax identification for the business address located in Marion
County.
. Business location is accessible to the public during regular business hours.
6. Please cheek one of the following: office is located in: a residences or commercial office�.�.
Procurement Services utilizes websites such as the Marion County Propel
Appraiser"s office, Sunbilz.Org and Google to confirm provided information.
Company Nate; Odyssey Manaufacturing Company
Address: 1484 Massaro Blvd, Tampa, Fl. 33619
Owner/Principal officer's ire: Patrick Allman
Owner/Principal officers Signature:
Date business established in i r on ounty N
/A The farm DOES COEZSNOT al a local firm for this bid.
qualify
y �r r this certification statement, the vendor affirms that the above information true
and accurate aid h as not kno wingly,oro vic(ed fa Ise inf r nat on. I make this certification with
full kno Medge that should any in format on ho pro ved false that my company may bo excluded
from bidding on county projects for up to three 3 years:
LOCAL VENDOR PREFERENCE: If a low bid is received by a responsive responsible bidder who is not a local
vendor, and the second low bidder is a local vendor submitting a responsive responsible bid within 0% of the low
bid, both the low bidder and the second low bidder will have the opportunity to present a Best-and-Final-offer
("BFOfT or hid-of'l at a price that shall not exceed the original offer. FIRMS WILL BE NOTIFIED BY EMAIL
WITHIN HOURS, and PUBLIC POST TO DEMANDSTAR IF THEY QUALIFY FOR THE BF . The BFo will
be submitted in a sealed envelope by a date and time set forth by Procurement services, and the lowest responsive
responsible bidder of the BFo will be considered for award. vendors shall affirm in writing their compliance as a local
vendor by filling out this Local vendor Certificate and returning with their original bid (nay NOT be turned in or
changed after-the-fact) in their bid packet.et. A vendor who knowingly misrepresents the local vendor status of its firm
in a bid will lose the privilege to clairn local vendor status for a period of one year.The Procurement Services Director,
at their discretion, may also recommend mend that the firm be referred for debarment in accordance with section
2-248
of the procurement code of Marion County.
This document must be completed and returned with your Submittal
Page 457 of 512
. ..................
Agenda Item #18,
BID 19B=265 = Bulk
DISCLOSURE OF SUBCONTRACTORS AND SUBCONSULTANTS
Name of Firm Odyssey Manuf o Luring company
Pease list all Subcontractors and subconsultants to be used in connection with your performance of the
Contract. The County reserves the right to accept or reject any subcontractor based on past performance,
location, or any other grounds that may conflict with the best interests of Marion County Board of County
Commissioners. Use additionalDagff,.ifi gggar�;
Sub Warne: Hawkins
Point of Contact., David BostonPhone Number - 3 8
Physical office Address; 13825 . , 4711 Webster, Fl. 33597
Email Address David- Boston@hawkinsinc . com
County in which business Is registered as an entity: OTNeo
Firm"s % of Workload/Responsibility under this project
Firm is a [ I ,point Venturer (partner in this project) Subcontractor*
*If above is a Subcontractor, the Prime intends to use the proposed firm for the following tans :
+kd- -f a-rwr a 6��' 5 le. 6+15 :5
Svv'�ivrA %2�c- kc=trt ell d
Sub Name: �50 �
Point of Contact: Phone lumber
Physical office Address:
Email Address
County in which business is registered as an entity:
Firms % of Workload/Responsibility under this project
Firm is a [ I ,point Venturer (partner in this project) [ Subcontractor*
f above is a Subcontractor, the Prime intends to use the proposed firm for the following task :
Sub Name:
Point of Contact: Phone Number
Physical office Address:
Email Address
County in which business is registered as an entity;
Firm's % of Workload/Responsibility under this project
Firm is a [ ] Joint Venturer (partner in this project) [ ] Subcontractor*
*If above is a Subcontractor, the Prune intends to use the proposed firm for the following tasi s #
This document must be completed and returned with your Submittal
Page 458 of 512
A genda Item #18.
SIMILAR WOR DETAIL.
Provide at least three 3 unique references for similar work that your company has completed.
Entity Name:e: ampa..Bair-water --. .
How the scope of work applies to this ITB: We currently up p l y T w with Sod-1 yp c l rite .
Entity Address: 2575 Enterprise Rd.
City, State, ZIP: Clearwater, F l. 33763 Phone Number: 1 /9 7- 617 0
Point of Contact: Andrew Greenbaum E-mail: agreenbaum@tampabaywater. org
w COU NTY.USE • •
Work completed ors-fir e: Work oor pleted within contracted budget:
Work completed In accordance with Bolin: Work completed in a professional manner:
Emit l im e: City of Pompano Beach
How the scope of work applies to this ITC , Current Sodium Hypochlorite Supplier.
Entity d dress: 1205 t v e .
City, State, ZIP: Pompano Beach, Fl. o Phone Number: 954/809-5600
Point of Contact: Phil Hyer -mall: phil .hyer@copbfl. com
Work completed ors-time: Work completed within contracted budget:
Work completed in accordance with Soli: r Work completed in a professional manner:
Entity Name: i t of St . Petersburg
How the scope of work applies to this ITl : Current Sodium Hypoo to ito Supplier.
Entity Address: 1160 62nd Ave .
City, State, ZIP: St . Pete, Fl. 33702 Phone Number: 727/ 92- 11
Point of Contact: Craven AskewE-mail: craven. askew@ s t e t e. org
IM1011;111=0 will; I MOM11"MIMLi owl
7Workcompleted ors-tir�ne: lord completed within contracted budget:
completed pleted inn aocordar ce v�rltl co l: Work completed in a professional manner:
This
document must be completed and returned with your Submittal
Page 459 of 512
. ...........................................................
...........................
...................
..... ...............
............ .....................,.,-'..,.................. ...................................... .........................................................................
}
Agenda Item #18.
CONFLICT OF INTEREST STATEMENT
Florida Statute §112.313 places limitations on public officer including advisory board members)and
employees' ability to contract with the County either directly or indirectly. Therefore, please indicate
if the following applies:
PART 1.
11 1 any are employee, public officer, or an advisory beard member of the County (LIST).
NAME,
a 1 am the spouse or child of an employee, public officer or advisory board member of the
County.
NAME:
0 An employee, public officer, or advisory board member of the County, or their spouse or
child, is an officer, partner, director, or proprietor of Respondent or has a material interest in
Respondent. "Material interest" means direct or indirect ownership of more than five percent
(5%) of the total assets or capital stool's of any business entity. For the purposes of FS
§112.313, indirect ownership does not include ownership by a spouse or minor child.
NAME:
D Respondent employs or contracts with an employee, public officer, or advisory board
member of the County.
NAME:
Fj Principal or Agent is former employee of I C CC with less than one 1 year of inactive
service.
fAl1
NONE OF THE ABOVE
PART 2.
Are you going to request an advisory beard member waiver
D I will request an advisory board member waiver under FS §112313(12)
0 1 will NOT request an advisory board member waiver under FS §112.313(12)
Y l
The County shall review any relationship which may be prohibited under the Florida Ethics Code
and will disqualify any vendor whose conflicts are not waived or exempt.
COMPANY ear Manufacturing Company...
PRINTED NAME E i Allman
SIGNATURE i
\This document must be completed and returned with your Submittal
Page 460 of 512
..................
Age nW4n #18. Request for Taxpayer Give Form to the
M
(Rear.N o emb r 201 Identification Number and Certification requester.Do not
Department of the Treasury send to the IRS.
Internal Revenue Service o to www.irs-govI r W for instructions and the latest information.
1 Marne(as shown on your income tax return).Name is required on this line;do not leave this line blank.
Odyssey Manufacturing turin Company
Business name/disregarded entity name,if different from above
Check appropriate box for federal tax classification of the person whose name is entered on line 1.Check only one of the 4 Exemptions{codes apply only to
following seven boxes. certain entities not individuals;see
co
CL instructions on page ):
o ❑ Individual/sole proprietor or ❑ C Corporation S Corporation ❑ Partnership ❑Trust/estate
0 single-member LLC y CD C
Exempt payee code cif any)
❑ Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=Partnersi ip)
Note:Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FAT CA reporting
4-1 LLC if the LLC is classified as a single-member LL that is disregarded from the owner unless the owner of the LL is
node(�any)
� another LL that is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC that
is disregarded from the owner should check the appropriate box for the tax classification of its owner.
❑ Other(see instructions) (Applies to a=unfs main Wed cuWole the u.s�
Address(number,street,and apt.or suite no.)See instructions, Requesters name and address(optional}
14 411 Massaro Blvd.
City,state,and ZIP code
Tampa, FL 3 610
7 List account number(s)here(optional)
Taxpayer Identification Number TIN
Inter your TICS in the-appropriate box.The TIN provided must match the name given on line I to avoid Social security number
backup withholding.For individuals,this is generally your social security number SI .However,for a
resident alien,sole proprietor,or disregarded entity,see the instructions for Dart I,late-.For other -
entities,it is your employer identii cad on n u mber IC .If you do not have a number,see How to get a
TIN, later. or
Note:If the account is in,more than one name,see the instructions for line 1.Also see What Name and Employer identification number
Number To Give the Requester for guidelines on whose number to eater.
6 5 0 8 4 6 3 4 5
lfi Certification
Under penalties of perjury,I certify that:
1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and
.C am not subject to backup withholding because: a)I am exempt from backup withholding,or b)I have not been notified by the Internal Revenue
Service(IRS)that I am suibject to backup withholding as a result of a failure to report all interest or dividends,or c)the IRS has notified me that I am
no longer subject to backup withholding;and
.I am a U.S.citizen or other U.S.person(defined below);and
4.The FAT CA codes}entered on this form if any)indicating that I am e erupt from FAT CA reporting is correct.
Certification instructions.You must cross out item 2 above if you have been notified by the ICES that you are currently subject to backup withholding because
you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,
acquisition or abandonment of secured property,cancellation of debt*contributions to an individual retirement arrangement(IRA),and generally,payments
other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for part II,later.
Sign Signature of
Here U.S.person Date P.
General Instructions a Form 1099-DIV(dividends:including those from stocks or mutual
fads)
Section references are to the Internal Revenue Code unless otherwise Noted. 0 Form 1 p -Ml various types of income,prizes,awards or gross
proceeds
Future developments.For the latest informationabout developments �Form 10 9 ��(stock or mutual fund sales and certain other
related to Fora v --9 and its instructions,such as legislation enacted transactions b brokers}
after they were published,go to�rv�r.�r. ovForrr� *Form 1 Q9- proceeds from real estate transactions
Purpose of Form *Form 1099-K(merchant card and third party network transactions)
An individual or entity(Form -9 requester)who is required to file an *Form 109 (home mortgage interest),1 9 -F(student Iran interest),
information return with the IRS must obtain your correct taxpayer 109 -T(tuition)
identification number(TIN)which may be your social security number Fora 1 99-0(canceled debt)
(SSN),individual taxpayer identification number(IT IN),adoption Form 10 9- (acq uis ition or abandonment of secured property)
taxpayer identification number ►TIC ),or employer€dentifcation number Use Form W-9 only if you are a U.S.person(including a resident
(EII ,to report on are information return the amount paid to you,or other alien),to provide}your correct T1N.
amount reportable on an information return.Examples of information
returns include,but are not limited to,the following. If you do not return Form W-9 to the requester with a 77N,,your might
Form 1 99-I T(interest earned or paid) e subject to backup withholding.See What is backup withholding,
later.
Cat.No.10231X Form W-9(Rev.11- 01 7)
Page 461 of 512
�-,A-
A #18, DATE(MMIDDff"
CERTIFICATE OF LIABILITY INSURANCE
2 11 201
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMA11ON ONLY AND CONFERS S HD RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY Al END, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INS ER(S), AUTHORIZED
REPRESENTATIVE DR PRODUCER,AND THE CERTIFICATE HOLDER.
I IN
IMPORTANT: If the certificate holder is an ADDITIO L INSUI ED,the pall les) must be endorsed. if SUBRO ATION IS WAIVED, subject to
the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate Bolder in lieu of such endorser ent(s).
PRODUCER CONTACT
AME CT Debbie ac i I ivray
Stahl & Associates Insurance Inc. PHONE 63 - 49 f r-A
o # AtQ Ufa:�8��}��8�4�44
. Lake Morton Drive E-MAILRE �3 bbie.mac i 11X* rra stahl insurance.corn
ADDRESS: �
P O Box 3608 INS URE MJ AFFORDING COVERAGE 1. MICA'
Lakeland FL 33802 INSURERA-.Westchester SuKplus Lines Ins Co 10172
INSURED IN uRI=R a;SCE American Insurance Co 12.2667
O s s ear Manufacturing Co. IN URER C:Z ,en t Insurance gp an 132 6
1484 Massaro Blvd INSURER a:
INSURER E:
,Tampa IFL 33619 INSURER F
COVERAGES CERTIFICATE NUMBER:2019 Master Cert REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED}BELOW HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE.POLICY PERIOD
INDICATED. NOTNTHSTANDINC ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT V TH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIEa DESCRIBED HEREIN I IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR L TYPE OF INSURANCE ADD�.I lJB I POLICY NUMBER � POLICY EPFPOLICY E P LIMITS
YYY
IJ
COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 1,0 0 0,0 0 0
I f 1 CLAIMS-MADE 1z OCCUR J DAMAGE TO RER 0 300,000
PREMISEL Ea cccurraence
Per oject 2pli s By IG24092975 10 10 1 .O 1 2019 MEDE P(Artyoneperson) 30,�}00
Written Contract 1 Includes Contractual PERSONAL&ADVINJJRY S 11000,000
OEN'L AGGREGATE LIMIT APPLIES PER: lLiability a Coverages 2,000,000
� � �AGGREGATE
POLIO'FX71 FE �00 �000,000Q E
OTHER: f
AUTOMOBILE LIABILITY CMI EC? I LE LIMIT 11000,000
(Eaacddent)
B ANY AUTO BODILY INJURY(Per person)
ALL O LED
A�JTO$ E0 450377 010 10 1 I�18 3.0/1 019 BODILYI#JURY(Per accident) S
I�TE},UTOS S
NON-OWNED Hired Auto Plz Bi al Damage � PROPERTY DAMAGE
HI RED AUTO AUTOS f I Per accMen#
r CaspC .l 3d .,ova I PIP-Basic 10,OOQ
UMBRELLA UA13 2SJ OCCUR EACH OCCURRENCE I ,0 0 0,0 0 0
f EXCESS LIAR CLAIMS-MADE AGGREGATE ,0 C10,0 O Ci
I DED 1 RETENTION 11 1024092987 03-0 1.0 1 0.18 1.0 1. 201
WORKERS OI`IlIPENSATI(M i PER fl H-
AND EMPLOYERS'l.�AIBILITY 'l#N � � � i STATUTE Eft
ANY PR�OPRI*ETOR/PAI T�NER/E�XECU71 E E.L.EACH ACCIDENT 11000,000
1} F# ERf EiYiBE EXCLUDED?f I J J iJ V O li O��� � � y4 V A� .�L � .fi� IJ
Mandatory in NHS E.L.DISEASE#EA EMPLOYE 1,4001000
If es,describe under
D�SORIPTION OF OPERATIONS belovV f I f EL.OtSE E-POLICYI.ilti+[IT 1, 0 01000
1
Pollution/Prof Liability � lG24092975 010 10 1 2018 10 1/2019 Ea PoII Conditionl gg 1,040,,000�
Poll. Ded Prof Derr 2 5K Prof Ea Claim Aggregate $1,000,000
DESC PTION OF OPERA77 NS/LOCATIONS!VEHICLES (AC RD 101,Additional remarks Schedule,may be attached if more space Is required)
Certificate holder 1.s additional insiared on the general liability if required by written contract.
x
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Marion County,t Purchasing THE EXPIRATION DATE WHEREOF, NOTICE WILL BE DELIVERED IN
Carrier Lyn Bade ACCORDANCE WITH THE POLICY PROASIO S.
31 SE Third Street
Ocala, L 34471 AUTHORIZED REPRESENTATIVE
Tony Martinez/MACG
1988-2014 AD RD CORPORATION.ATION. All rights reserved.
kC RD 25 014/0 ) The AOIDRD name and logo are registered marks of ACORD
ISO { 01401)
Page 462 of 512'
2
F �
i
� Ile we
e
� ,h,,r %e
i s K * fr*
'�
Lei
3 ago77
z
r .r
j irrJ�
2 i
s e
3
3 d
} m
77
0
�.,..
i
r
r
3
k � •y�Fa:nos'�"�?!'yt�fiw:i=`��sc"e�3:,:Y•a•,ti*'y;. ,-
s iwYMMk _ � .y}'°rti �1r3sas�,�^'*4�`}y�f•'—�,wo-i�r �r"��� �
€ Cl7 _ r -:`
::rt�}�'
rrrrl ,P ;?m ,;�
'`?'3 ', t^. ,?Y„r>-'". •:� i
i x IMn+• "4 F :q a ] yam{ !' 2 t �} .k.`'a. ri
iT, e r.,3 -1
aS7
w. � ' ` :r,��.� }'L h �:�•�. '�� '°(i�?�' ,{i%•.-. Ste.�„7N
{�rr��
9 ^� »S �.J` ��i,.;-.:�._ �„tyy-- •,�-•.. �;t t�. ��$. ,w^F7;>ki4r'YY,o-y.�� }-. .'� k4n,
kG
�.r� ., '•k} .x.n'32 y,4 J ->..'6-d='�} v<
I „i Y.}. .. F.. cSt.`"`,.+�ii£" ',�r.,r.rhS`:.;:.;"=`i '*•``.. �, xn 'a x' -
i �� „ f�•y a Y. t' }v i`>" ;�' .{.y-� �'# m �;u�'•'%�x"�".:.ry�i'M1•X'�� Y �f�'i�I���. � �.
r � ' xxF j S` ..,� ' •r.:rf .a:F-- F' Sk
e " /'Tti �.'---; } s.r, to'ir' AP
< `W .'frx �".�4...;;+-y.; �.a y3f' '>r ' '<
r k k 3 it .'}n riti �_Y'_ s M1s #t,�y, 'y'G2�l,•:.::,kW'jy,}'i' Y. 2} r'.'..' X :-s i-a
i 2 ''Fr. -
e }`,.. •x"z:•..
.i4;=
..._• S _ �,;:;.,f _ S s;:.
# mom
u� +.:�,..i:4-r*, �"�"i,. a ;.M1+ r' �.t{{ wwr:' r.,t- r ,+-,i�. 'aw.•'k.-i c kL
t�lri.'C:/t '4 i. �.
>3•ys ' {(}L#' __`
:i- f ;G i}L t '{ :f+• $t-;i.w^.
i ?` .,
3J�+�-,*. #'�I,.��c� ..}E}_-x�._. ..,� a�iM1'•"'�"4S:.u'tf�::AS'��s`;;_-' 'y t<.,,,'�. ..�.�"}. t..r- -�.;'' ,L' t
3 a� x .t: six
0
1 f�rlw.y x"'-s'r<,�'•�f :L§.?*^#-' t._ i k'ti.*c4'k x ii r. t-:._<JT:i`,t-:1#-:`?.'h} - -i -
7 Y/ �f ' :`' �i.x•; .-
�EE _ fy—a:''3E; ��'k,,T, '� k- r..Lts• '*"^c�i� �>,'• d. .'
{'. µ T.
/ F °x J z cske L3. i`> :mar.t y f> f x x V
3 z i rlie - n`rmn
+ fit' „�,?'• ;�^^ ] ;r."#,r..-',e ,p.s'1`t, c�"t ;'' i .a ; _
f.�,'.q � r##. 3i171S t'z'> :#: d M1 t 3 0:'i'}!i F^•',x �". k, J1} s �i
,' f'i►}_' >:#ggxIz'yye {?-+? 'w'r#I ..r �; r.� r' s '.s`t,s
_:J. F.`ir+t -
~} }}`- .N/ �^'i'. e»•9�-= ti.F },_ rP'�c_ ,i,�..,-
j� Cr M1
k E .r'�_ � };$i2g" �� �
'is Y
.,%r
F i e' r S +-�{�'y ,flF;£{'�=• k>�_£:" �+"C#rs•}' J'�S�I a ..It'�L Y�FFp}F r� [•'.�k/ ►■ i}Y.+�'.��f �,y `� .•iyy;'r't 1-*1'f�4,�4,�is'`s4 Z tiF";..#'k' i -ia?R }r'..;.
CAI.
y pn '�'�:yk��'{p 8,�i�I�.;.1'k:�,.r,'.•''::,:#>7..M1.s k'{�°rL,.'t':i# I*.'�j�.T i'.:y'1K,�a'.�`,'kt!om.'
*{
.il: _ �jjj4 r '?;' r."�` 4z�', # 'i ',CS�
•' '.'j"-.-:. �.t} :; t �F 3� � r ��
w' 4#yt Z Frtz I,Z—4y :•{s:j j',:4 s'#k
Irr� r � l � a -�Z'.�'��'¢�t '}}. t-�-k g� }>i� �t:�.Y. �I�ikY�:-t-�3F�-�.i.c
t � }i � +�L.�� �� $,-;t�S?'•,fit S`.' � �a x ,.�}}ry��`i�:�f-. cs ..t:.'.F'rkY
rr� �• e �,..3i;;.. � a ;:,:=i' '. ' :.,
Z `
#��:e§�� C,{s.�7,��z2 ��yk}
=c': rSx sYt'i-.i:`x.`-k.i`..� 7 r §\..f �' '�, �';# iSv.��i.�-;,�'�i�t�- �� �� '��.• � ` ,.£:"ir_,���iti_�Y.{i:•5.,.,F��`t�`H�� ��;"t f..-
4' ' , 3` ll ° .. :1=,'t; .-�"riL t':..r� iv'}a".. r „s .�,
�b ••! 'Sd!= { �idriF?.�psi i.i.; r }>'t'`' .1.1 rfrr:'xw,. .?L.t_'#,,' tn
°' •fit I$�i.:S i is.3 I„I\ i �A1�41r�'`;:;.
%fir- k';rt'� 1s.4.�
• 4 ryr =� '•*. "`Zy':=Jvre::fi Lam•.. .SbiS}`.tl y "•'ry"
cl z
js Y+ *+�c x 'L-':.#.i }�_ }f+.t�. ry#.s{':..h .• f%x.:w js �Ly..
��7141 tr}ri'YB cr �;tiy`y.� [. -.r. Y•', �:'>' �,:�io-.- ,.�
vi
1
f i
L L V
to
i
2
a
1
[ m
7 4
s `s
r 3 i
mom=
oilABIRL
g s
3 F
� a
G i
e i
2 �
s
a
Page 463 of 512
....................
........................
................
..................
......................
...............................................
....................
....................
..................
Bill
PIT
Om
low ft
AML Z.
0
wn
CO- mn
md
tn
Avl
CD
CD
CD
AF
LOI
Ln
ill Jill Ill
7U
---- ----- ------ ---'-- ---- ----------_ --- .............
__
Page 464Of 512
Agenda Item #1.8.
ACCO NO.
ACC.CDC2018 -2019 HIL LSBOR GH C
OUOUNTY BU S I SS A
NE TX C
REEIPT EXPIRES SEPTEMBER 30,2019 215900
O I R
190-000038 CLEANING PRODUCTS M ENEWAL
ANUFACTURER 40 Employees &
Receipt Fee 120.00
Hazardous Waste Surcharge 40.00
Law Library Fee 0.00
BUSINESS ODYSSEY MANUFACTURING CO
1484 MASSARO BLVD
TA PA, FL 33619
20 .
ODYSSEY MANUFACTURING CO U
NAME 1484 MASSARO BOULEVARD
MAILING TA PA, FL 336190000
ADDRESS
Paid 17-0-319706
Ilk "ES Amok 09/2112018 160.00
DUS N b TAX n"ECEIP-T DOUG BELDEN,TAX COLLECTOR
HAS HSREBY PAID A PPJVJLEGE TAX TO ENGAGE
IN SUS)NESS,PROFESSION.OR 00CUPA-110N SPC-CISED HEREON813-635-5200
THIS BECOMES A TAX RECEIPT WHEN VALIDATED.
Page 465 of 512
.......... .................... .................................................. ........... . ........................ .............................................................. .......................................................................................... .....................1-..............................................................................I......................
Agenda Item #18. ,x
0 E Y 553 S E 'TAr
MANUFACTURING CO.
March 28, 201
Re: CORPORATE ATE .ESOL TIO FOR AUTHORITY To SIGN BIDS, BID FORMS,
CONTRACTS & 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. a 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; and to saga 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 lags of the state
of Delaware rare 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 lair and the Bylaws of the above-named Corporation on March 28, 2019, and that
said resolution is now in full force and effect without modification or rescission.
IN WITNESS ESS WHEREOF, l have executed y name as Secretary and have hereunto
affixed the corporate seal of the above-named Corporation this 28 t" day of March, 2019.
CORPORATE SEAL
Stephen Sidell o, Secretary
Marvin T. e , Prbp4nt
.... . . .............. . .
...........
A . A ::: :::
.........:.......
g.-
...............................
.................:.:................
......:::......:.........:..............:...::..:....:.....:.....:.........:..::.........:.::........:::..::::.:....:::..:::..:::........
.:............
.........:.:......
.............:.........::..
:::........ :.............
Y.'
.. ....... .. .......><f .. ...... .. .. .........k f f.. s ..T•'. 3.k•., `'��C�. >4 .k#:_::�kv:• k}t.."•>kCiE:�>.. .�. .�._k 3':'k!:":
<.> .... ..t..k ...... ... ....k _ ..... ...> ...... .._ .., vk t ..{ �..-�v, rr k4•. •>�.. 4 �.: 7:'�k 3... �•�i f=.} w#
_k
a z.. k ._..... ...._ ..:<.>:.... f k� fk� .�L'<:•.. x:l%:�' >T.z �:�-.< w.��x{�� � d�.9:`� ^a '�s k_
v
.7
................................................................................................................................................................................................
Agenda Item #18.
WLJYSSE T
MANUFACTURING CO.
AFFIDAVIT OF COMPLIANCE FOR
Marion County BOCC
1 -2 : Bulk Chlorine
This is t y rti that as required, all sodium hypochlorite to be furnished under this Bid/Proposa I will
comp ly with AWWA Sta ndard -1- (the most recent sta nda rd ava i la ble at the time of thi
Bid/Proposal) may be amended and also the Specification for this bid. Further,this is to certify
all sodium bl rit t b furnished under this id/Proposal will comply with N F Standard
60
that and i
certified byNSF as such. Further,the sodium y hl rit i
supplied under this bid/proposal Is n
compliance with Water r hem ail Codex directives, latest revision..for impurity limits.
Patrick H.Allman
General Manager
Attest
Secretary
:................:.
.................:.:.:
....:.....
....... .........:.......
........:.
.....:...:.
.....:...:....::...
.:..::.........:....
...........::.......................
.................................... .................
....:...:::....................::...... ...........
..::......................
;yy* yi
....... ... ........... ............. .. +may +;�■
... ............................. ..... .... .. .. ... > .......... ....... ..... F . .�;;;=:<,c':=:.L:,:�:•:..::Y::;::�:y.:•':.(:;:`f.t¢;:'s%.. >>i'w,Ct::::r:':� ,rf%?r'.'y?:,>>C;`..`�.'.:
. .. .. .... ...... ....>..... t.>. .. .., ....., .,........,.. .._. .., r�. .# 1, e. ..k.: .k. �-':"• .'v�:::'.:t.�_ kk.S:•: -#-
..>. ...>............. ..... ... .... .. ..t.. !..... ... .. ,..>.. .... .k... kr.� c/. ^.C2' 4. ._�w St: Kf�x. ,\....._�.. -p x> }., �':�:t>"3:?.•>�:` �
.. .... ....i. .. .. ..... .... .... ..... .. ...... ...... k. ..k.. ....k k.k.. ... .k i ... ......_ f.. ... .. .. .... t .. .. ... .. ..> k$. k...}...k. .1 .k .k.. \\.k k....# .# k=kk is /
kt
..... .... >..> ... \ ..k f. >..... \..}... ...._ .. x! .. .. .k x .>..t>.t, k t \ i.k.'} _\.k .l k*-` x}• 'C:t_.._ .:� >��t�_. f- :::y:i�'.',':
k
__.., .��. *c a. k�: ..r,f „�..^{ ;t .�,. � <k •�,_�°i:: � �; =-\�. :�Lv v"k .-�
v t
k [k
�.r �.. .� k .>..r.... ..... .....�!?:x ::#k •:'�, s 'v 4 •:� :$�'S $"� S}yam ,�� a''�
�#'f..v k. }..:'.:k.._�...�-.k.-\...._....��>........�.�...��.. 3�}._ ......•>., r .��-..I t -3 s n .\ .gE k..�•�f 'x'��'k't':, 1t3''�t '-'�v :'z5 k._k �.x\3�._ �� }�' S r - c?y .�_ }:..\.,..5....�, t�- �, v.a- �}�#' ,r -*�i'�`:_} 2 to-�_:• .�1` =Y *2����e..\t\�: �=\>.?s'�_x..=" � k^�`t\. T�_ \-}? � V�£ �- c.
r=',1':.� .k�•.� .�.: >x_,.��..g_tlY f*.� ...;x,'S:>y x �,.#..� kL s�.�`�}•:.}t•? �.3:v�';{,s. ii:E�'Z���'`,�'�k 'k'�. =-#�' �'-k�'r _��F. �fk.#::,� 4 c__w�''-�'t { � t# �— k �4 k z �r '� ?'} � � � >k-'�'-
\ i
..............................
Agenda Item #18.
NovaChem
Lab oi-atories. Inc
Date: 16 July 2019
Call for results over the phone
513-523-3605
Odyssey Sample Analysis Results
Received 9 July 2019
Parameter
wtO o NaOCI 11.06
PL Available Chlorine 122
Trade% 12.2
wt%NaOH 0.403
Calculated pH 1 .1
wt%N X 3 0.096
Density, / L 1.1575
Grote ion,mg/L <5 1L=5 mg/L
Cblo ate ion,mg/L 650 1 L= 100 mg/L
Perchlorate ion,mg/L <5 1 L=5 mg/L
Iron,mg/L L 0.05 DL=0.0 mg/L
Copper,mg/L 0.02 DL=0.0 mg/L
Nickel,mg/L 0.02 DL=0.0 mg/L
Chloride ion, 1L 114
Sodium.,g/L(estimate) 78
Wt°o Suspended Solids 0.004
Total Dissolved Solids,g/ L 0.80
Filter Vest 1,000 mL 1 miry 00 sec(Millipore 0.8 W,type AWWP
B.P. Bubnis 16 juty 2019
5172 College Corner Pike, P.0.P ox 63 , oxford,Ohio 45056
Tel: 513-5 3-3605, FAX: 51 -523-40 5
ww w. ovachemla.bs.coin
-Mail: bbubnis@novachemlabs.com
Page 468 of 512
. .................
Agenda Item #18.
' = Marion County
Board of County Commissioners
Procurement Services
2661 SE Third St.
Ocala, FL 34471
' Phone: 8 2
�Wsl--
a�: �5�-671-�8451
Addendum 1: 19 -265 Duck Chlorine
Issued: August 13, 2019
Pages: 11
A. NOTICE To CONTRACTORS:
Whenever a conflict appears between this addendum and the initial solicitation, or plans, this addendum
shall M revail and as such shall constitute a binding portion of the contract documents. All provisions of the
�original specifications shall remain in force, except as specifically modified or changed herein.
B.ADDITIONS, ELETIONS AND/OR CLARIFICATIONS:
This Addendum forms a art of the Contract Documents and modifies the original Quote Documents ments as
p }
noted below and supersedes all contrary Information and requirements.
Bid Date Extended
Bid date has been extended ded to Wednesday August 28 2019 at 3:00 PM.
Last day for questions has been extended to August 19, 2019 at 12:00 P
The scope of work for this project has been revised to include three additional locations, tarok
�
responsibilities and qualifications, and a revised bid form. see attached.
information, contractor resp g
NOTE; Contractor shall provide with their submittal a copy of third party anaiysis of bidder's sodium
hypochlorite and signed affidavit and a co o on racto or its subcontractor's plumbing license.
g copy
Ernpowering Marion for Success
Ia�Afl k�=+IYL "ld6wx#kc:91SE.%{.Sr.Ei^.}S�` YGY57 .'rakL ?w+{SGS'+.r2r3:s5}:'taA
::i4s:#:n}�x1wa.l'FS�$n'F.}55kCiXS.wx3Y-�z��'
Page 469 of 512
. ..........................
Agenda Item #18.
Revised per Addendum 3
BID 19B=265
Bulk Chlorine
PART 3 — (Revised) SCOPE OF WORK
LIQUID SODIUM HYPOCHLORITE SPECIFICATIONS
UTILITIES REQUIREMENTS
i. DELIVERY REQUIREMENTS
General: The intent and purpose of this specification document{the"Specification's is for the Contractor to furnish and
deliver Liquid sodium hypochlorite (12.5 Trade Percent Available Chlorine) FOB destination in accordance with the
American Water Works Association's (AWWA's)Standard B300-10 for hypochlorite, except 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 fora ""non-tanker" or flatbed truck delivery and requires up to 100' of hose on the Bidder's truck. The Bidder
must bid on all of the delivery sites. Additionally, the successful Bidder sha!l supply bulk storage tanks and containment
for those sites indicated in Paragraph 5 at no additional charge as part of their sodium hypochlorite supply. At Marion
Caunty's option, the successful Bidder shall also provide any needed chlorine chemical feed equipment. Marion County
reserves the right to purchase said equipment from other sources.
2, DELIVERY REQUIREMENTS
2.1 Contractor steall make normal deliveries within three (3) calendar (not working days) days after receipt
of order(ARO) 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 sodium
hypochlorite in less than 24 hours. Marian County shall endeavor to minimize the number of"emergency"
deliveries.
2.2 All deliveries of liquid sodium hypochlorite shall be freight prepaid, F.O.B. to each Marion County facility.
All equipment deliveries shall be freight prepaid, F.0.8. to the requested Marion County facility.
2.3 Delivery time of day shall be arranged upon placement of order. Deliveries made to unmanned facilities
must be coordinated with Marion County so the driver can gain access to the facility.
2.4 A11 deliveries of liquid sodium hypochlorite shall be made by properly cleaned containers an the delivery
trucks to the locations specified in paragraph 5 below.
All delivery trucks must carry of least 100'of hose and have a means to"blow the tine clear"
on completion of the delivery.
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 other applicable regulatory agencies.
2.6 All delivery personnel must have company cell 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.
2.7 Marion County reserves the right to change quantities and delivery dates at its discretion with a 24-hoer
notice. Notice will be given to the Contractor in writing by an authorized designee of the Utilities
Department. Written notice will be provided by the Operations Manager or the Operations Supervisor.
Page 7 of 9
Page 470 of 512
Agenda Item #18.
Reprised per Addendum 1
2.8 The Contractor shall be responsible for"blowing"or pumping liquid sodium hypochlorite into the storage
tanks at the delivery sites and shall provide all necessary hoses,fittings, air-padding, pumps,etc. required
to safely and efficiently""offload"the liquid sodium hypochlorite into designated storage tanks. Contractor
shall be responsible for ascertaining the correct storage tanks and fill point locations to prevent accidental
discharge of the product into the wrong storage tanks .
.g 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 emergencies, 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 and/or leaking sodium hypochloritek
.10 The tanks or trailers shall be clean and free of residue that may contaminate 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 and free from
contaminating material. Marion county may reject a load if the equipment is not properly cleaned.
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 report any spills caused during the filling operations. The contractor shall tape
immediate and appropriate actions to clean up any spilled liquid sodium hypochlorite; In the event of
spill,the contractor will notify Marion county Utilities immediately. If the contractor does not immediately
clean up any spill, Marion County Utilities will immediately take clean up actions. The contractor will be
responsible for the cost of materials and labor for such cleanup efforts. If spill results in the requirement
soil mitigation and/or removal, Marion county will hire a certified hazardous material handling company
to clean up the spill, and the cost of such service will be charge to the Contractor and deducted from the
amount clue 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.
. 1 Because of security and safety concerns, all delivery vehicle drivers small be U.S. citizens and have a
proper commercial driver's license with a Hazardous Material endorsernent# Contractor's 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 license or failure of driver 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 Specification. In
the event a delivery shipment is rejected, upon notification to the contractor 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, DELIVERY LOCATIONS
3.1 Delivery sites and locations are provided as estimates and will be subject to deletions or additions as
necessary 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 Iypochl orite consumption at each location is an estimate only and Marion County shall
not be bound by these amounts in its contract with Contractor. Marion county projects gallons of sodium
hypochlorite delivered each year.
Page 2 of
Page 471 of 512
Agenda Item #18.
Revised per Addendum 1
3.3 Marion County owns some of its bulb storage tanks and others must be supplied by the contractor. The
Contractor shall install bulb storage tanks and any required containment as specified in the below listed
table of delivery locations.
4,0 PRODUCT MATERIAL REQUIREMENTS
4.1 Hypochlorite supplied under this contract shall be tested and certified as meeting the Specification, the
AW A Standard 00-10 and those of the American National Standards Institute/rational Sanitation
Foundation Standard 60 (ANSI/NSF Standard 60), Drinking Water Treatment chemicals Health Effects.
4.2 It is the responsibility of the contractor to inform Marion Counter that its NSF or UL certification has been
revoked or lapsed within 24 fours 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 hypochlorite delivered under this Specification shall have a minimum of 120 Grams per
Liter GPL available chlorine equivalent (a.k.a., 12.0 Trade Percent Available chlorine and shall be
consistent as determined by chemical analysis.
.4 Product shall be a clear straw colored liquid with no visible cloudiness, impurities, or sediment. It shall
contain no soluble materials or organic substances in quantities capable of producing deleterious or
injurious effects 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 b
Freight 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
concentration limits;
Iron < 0.3 mg L
Copper < 0.03rngL
Nickel . 0.0 mg L
chlorate < 2,500 m L
rornate < 20 mg/L
Perchlorate < 20 rng L
4.7 The delivery time of the shipment shall not exceed 72 hours from the time of manufacture of the liquid
sodium hypochlorite.
510 DELIVERY LOCATIONS
5.1 contractor shall male deliveries to the following locations as shown,
5.2 Contractor shall furnish and install tanks, containments, and associated piping that is indicated as
leased by supplier in in the following table. All work performed must be performed by a licensed
plumbing contractor and contractor shall be responsible for providing signed and sealed drawings by a
Florida registered professional Engineer as required.
5.3 contractor shall maintain tanks, containments, and associated piping leased.
Page 3 of
Page 472 of 512
Agenda Item #18.
Devised per Addendum 1
Utilities Delivery Locations:
C12 Annual usage
Fae ity Name Address Tank/Containment
Ashley Farms WTP 4170 NW 44th Ave, 500 DW 2,433
Ocala,FL 34474 Marion
Deerpath WTP 1331 SE 55th Cir. 55 365
Ocala,FL 34472 Supplier
Dunnellon Airport WTP 14670 SW 110th St. 35 DW Self-fill
Dunnellon,FL 34432 Marion
Golden Ocala WTP 1 J 4150 NW 84th Ct. 55 Self-fill
Ocala,FL 34482 Marion
Golden Ocala VVTP 2 2250 NW 70th Avenue 300/350 2,400
Road
Ocala,FL 34474 Supplier
Golden Ocala WWTP 2550 W 70th Ave.ltd. 300/350 3,600
Ocala,FL 34474 Marlon
Irish Acres VVTP 8344 N LDS HWY 441 3 5/350 365
Ocala,FL 34475 Supplier
K.P.Hole WTP 9435 SW 190 Ave.Rd. N/A Self-fill
Dunnellon,FL 34432
Kunal 11,LLC WTP 7998 NW 47th Ave. 55 44
Ocala,FL 34474 Marion
Majestic Oaks WTP 5399 SW 82nd St. 165 344
Ocala,FL 34478 Supplier
Marion Oaks VVTP 4 3550 SVv 168 St. 165 2.,281
Ocala,FL 34473 Supplier
Marion Oaks WTP 5 14170 SW 34 Terr.Pd. 165 995
Ocala,FL 34473 Supplier
Marion Oaks WTP 6 5950 SW 150 Ln. 500 DW 7,862
Ocala,FL 34473 Marion
Newton WTP 10149 N.W.17th Ave. 30 Self-fill
Ocala.,FL 34475 Marion
Oak Run WTP 2 7235 SW 115 St.Rd_ 165 664
Ocala,FL 34481 Supplier
Oak Run WWTF 11400 SW 990th Ter. (1)-3000 84,350
Ocala,FL 34472 (1)-15Q
Marion
Palm Cay WTP 10721 SW 80 Ave. 60 Self-fill
Ocala,FL 34481 Marion
Pilot Oil WTP 4120 W HWY 326 55 Self-fill
Ocala,FL 34474 Marian
Pine Run WTP 2 9278 SW 102 Pl. 55 Self-fill
Ocala,FL 344.81 Marlon
Pine Run WTP 3 9756 SW 102 Pl. 55 Self-fill
Ocala,FL 34481 Marion
Quail Meadows WTP 2951 NW 47th Ave. 55 Self-fill
Ocala,FL 34474 Marion
Residential Water
Systems !'C`P 5870 E 4nd Ave. 55 319
Ocala,FL 34478
Supplier
Salt Springs WTP 13841 N.HWY 19 55 498
Salt Springs,FL 92134 Marion
Salt Springs VVTP Well 2 13841 N.HWY 19 /A Self-fill
Salt Springs,FL 3.134
Salt Springs WWTF HWY 19&HWY 316 325/350 3,000
Salt Springs,FL 32134 Supplier
SC South WTP#1 17583 SE 102 Ave. 165/200 1,123
Summerfield,FL 34491 Supplier
C South WTP#2 17538 SF 101 Ave. 165/ 00 1,065
Summerfield,FL S4491 Supplier
100 365
Page 4 of
Page 473 of 512
Agenda Item #18,
Devised per Addendum 1
Silver Springs Regional 5815 Fast SS Blvd. Supplier
WTP Silver Springs,FL 34472
Silver Springs Shores 493 Oak Road 500/ 50 Asneeded
VVTp B Ocala,FL 34472 Supplier
Oak Run WTP 1 8899 SW to th St. 2000 LAW 15,330
Ocala,FL 3441 Marion
Silver Springs Shores
WTP O 41 Hemlock Circle 1�.00 DW11,55
Ocala,FL 34472
Marion
Silver Springs Shores 450 Emerald Road 3,000 84,350
W TF Ocala,FL 34472 Marion
Silver Springs Woods 17815 SE 20th St_ 55 Soo
WTP Silver Springs,FL Marion
South Labe Weir WTP 13761 SE 170 St. 55 Self-fill
Weirsdale,FL 3 195 clarion
South Oak WTP 4923 SE 30th Ct. 55 500
Ocala,FL 34474 Marion
Spruce Creek Golf& 13613[del Webb Blvd. 300 325 11217
Country Club-WTP#1 Surnrnerfield,FL 34491 Supplier
Spruce Creek Golf& 12255 Del Webb Blvd. 500 550 7,300
Country Club-WTP#2 Surnrnerfield,FL 34491 Supplier
Spruce Creek Preserve 325/350 3,212
WTP 11300 SW 135 Pl.
Dunnellon,FL 34482 Supplier
Stonecrest WTP 17155 SE115th Court 500 DW 7,300
Sum merfleld,FL 34491 Marlon
Stonecrest WWTF SF 115th Ter.Rd. 3,000 DW 11,736
Summer-field,FL 34491 Marion
Summ rglen WTP 15505 SW 13 Cir. 300/350 3,042
Ocala,FL 34472 Supplier
Sure Country WTP 5738 SW 85th St. 35 Self-fill
Paddock Downs WTP Ocala,FL 34478 Marion
Timber Talk WTP S599 SW 133 Ln.Rd. 155 702
Ocala,FL 34473 Supplier
Track&Cara WTP 17970 S.US HWY 301 (2)--55 Self-fill
Summerfield,FL 34.491 Marion
Oak Trace WTP 8390SW 104th PI. 155 200 1,000
Ocala,FL 34482 Supplier
.1 Sampling and Testing
,1.1 All Sampling and Testing shall be in accordance With EPA and ,AW IWA BO0-10 standards and in
accordance With the documents titled: ,.The Weight Percent Determination of Sodium
Hypo chlorite, Sodium Hydroxide, And Sodium Chlorate in Liquid Bleach" and "Suspended Solids
Quality Test for Bleach Using Vacuum Filtration,"'/ distributed by Powell Fabrication and
Manufacturing, Inc. and available at httr):./Lwww.powel1fab.com.
6.1.2 The a p proved laboratories are listed below for all sampling and testing Whether during the bidding
period or after award. No other Laboratory shall be used Unless expressly authorized as an
Addendum to the bid issued by Marion County amending the Specification or an amendment to
the contract between Marion County and Contractor.
NovaChem Laboratories
(513) 5 - 0
5172 College Corner Pile, Po Box 608, Oxford, Ohio 45056
Page 5 of
Page 474 of 512
Agenda Item #18.
Revised per Addendum 1
Thornton Laboratories
(813) 22 -9702
1145 East Cass Street, Tampa, Florida 33602
Aqua Pure
(352) 355-2383
55 East Silver Springs Boulevard, Suite 1071, Ocala, Florida 34479
6.1.3 Sarnplinand Testing Prior to Unload* The Contractor's delivery trailer shall have a sample
port to provide a sample for analysis, At the sole discretion of Marion County, the Contractor"s
delivery personnel (driver) may be asked to provide a sample of liquid sodium hypochlorite Before
the shipment is unloaded. Marion County will supply the sample container and the driver shall
collect 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 subject samples of the
liquid sodium hypochlorite to quick analyses to ensure that it meets basic conditions of the
specification with respect to specific gravity, weight percent of sodium hypochlorite, sodium
hydroxide, and suspended solids. Any lot tested by Marion County that falls 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 60 minutes for this
testing to be completed. If testing cannot be completed within the 0-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) hogs 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 6 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 Marion
County.
.1.4 5amplingand Vest of Shipment After Unloading. Marion County reserves the right to subject
samples of the liquid sodium hypochlorite to complete analyses to ensure that it meets EPA
specifications{ AWWA B o-10 specifications, and the Specification.
.1.5 Certified Analysis. Contractor shall supply an affidavit, signed by a corporate designated official,
certifying that the liquid sodium hypochlorite furnished by the Contractor, complies with all
applicable requirements of this Specification and AWWA Standard 00-o , latest revision in
addition to a third party analysis of its sodium hypochlorite in accordance with Section 6.1.
.2 Sodium Hypochlorite Tank Cleanings
.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 hypochlorite tams, the Contractor shall cleanout
the tank at no charge to Marion County within seven )days, unless such timefrar e is extended
by Marion County. The cleanout should be done in such a manner so that it is done safely with
no loss 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 impurity buildup in the tanks will be at the sole discretion of Marion
Page 6 of
Page 475 of 512
Agenda Item #18.
Revised per Addendum I
County. when the tank has been properly cleaned,the Contractor shall refill the tank with clean,
fresh sodium hypochlorite at no cost to Marion county.
OCCUPA 770NA L HEAL TH AND SAFE
7.1 contractor Safety Requirements
7.1.1 Contractor must ensure delivery personnel"s compliance with all OSHA requirements, including
personal protective equipment for contractor delivery personnel, including without limitation
chemical goggles, transparent face shield and hard hat, rubber gloves, rubber boots, and
rubber or plastic-coated fabric apron or slicker suit. contractor delivery personnel must wear
at minimum,,, chemical goggles and rubber gloves when handling hoses and valves.
7.1. contractor delivery personnel must remain within a safe proximity while the transfer is in progress
and continuously monitor for leafing hoses, connections, or other problems. It is the
responsibility of contractor delivery personnel to contain leaks and to report any and all spills.
.2 Material Safety Data Sheets. In compliance with chapter 442 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 must include the following information:
• The chemical Name and the common name of the toxic substance
• The hazards and ether risks in the use of the tonic substance, including:
- The potential for fire, explosion, corrosively and reactivity;
- The known acute and chronic health effects 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 tonic substances, including 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 questions regarding this requirement shall be directed to.
Department of Labor and Employment Security
Bureau of Industrial Safety and Health
Tonic waste Information center
1 Executive center, circle west
Tallahassee, Florida 01- 01
Phone' oo - "
7.3 Emergency Plan of Action and Safety Training
. .1 Within 30 days of award and acceptance of the -contract for the supply of liquid sodium
hypochlorite, the Contractor shall provide in writing, an emergency contingency plan, with
appropriate telephone contacts,for Marion county to follow in case an emergency supply 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 least two
degreed engineers who litre within one hundred fifty miles of Marion county) and telephone
contact numbers 4-hour contact numbers) within 30 days of award and acceptance of the
contract to supply liquid sodium hypochlonte. 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
Page 7 of
Page 476 of 512
Agenda Item #18.
Revised per Addendum 1
to notify the proper regulatory agencies in the event of a spill incident. 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 event,to work with the local Hazardous Materials Response Tear
and to manage and oversee„After vent"cleanup efforts. Should a spill or leak occur, caused by
Contractor's personnel, equipment or method of delivery, Contractor shall immediately comply
with all applicable terms and conditions of the current version of Title III, Superfund Amendments
and Reauthorization Act of 1986,, 42 U.S.C.S. 11001, et seq. (SA RA) and the Florida Hazardous
Materials Emergency Response and Community light to Know Act of 1988, Chapter 252, Part II,
Florida Statutes. The responsibility for compliance with Federal and State rules and regulations
regarding Contractor caused spills or releases shall be the .sole responsibility of Contractor. The
Contractor shall indemnify and hold Marion County harmless for any failure to properly 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.
3.1 Safe Handling Training. The Contractor shall provide an appropriate safe Dandling training
course for liquid sodium hypocll orite within the first month of the contract, to all current
Marlon County operations personnel and shall be mailable to conduct"refresher"' courses or
new employee training at six 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
sludges produced by the application of liquid sodium hypochlorite in the water and wastewater
treatment process. This expertise shall extend to the application of all other 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.
1 EQ UIPMENTS PP
From time to time as required by Marion County, Marion County may direct Contractor to supply chemical feed
equipment including pumps and associated pans. Marion County may require any of this equipment from the
Contractor during the term of the sodium hypochlorlte 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 items and pricing shall be held firm for the length of the
contract. CPI adjustments shall apply. Slipping shall be included FOB, Ocala, FL, with no minimum order.
0 3/ {.Teflon Tubing
14"Teflon Tu bi ng
0 3/ " acor Fittings
0 'A"Jacor Fittings
0 1/ "to 3/ "Schedule 80 PVC reducer bushing
1 "to 1/4" Schedule 80 PVC reducer bushing
• Pulsatron Series A+ L1 04SA-V C9-XXX 24 CPD/100 psi
• Pulsatron Series A LB04SA-V lC9-XXX 30 PD/100 psi
• Pulsatron Series E+ L.P E4SA-VVC9-XXX 44 G PD/100 psi
Pulsatron Series LPH MA-VTC3-XX 120 GPD/ .00 psi
• Pulsatron Series E+ LPH5SA-VVC3-5 0 76 GPD/1 0 psi
• Pulsatron Series + LP 5SA-VVC3-5 0 76 CPD/150 psi
• Pulsatron Series + LP 5SA-WC3-5 0 96 GPD/100 psi
• Pulsatron Series MP Ll 4TA-VTC1-500 44 GPD,/100 psi
• i 4VVC9 KOPl I'T 4/30/44 PD
• L0 01100-TH1 1 Diaphragm 4/30 44
• 5Pl DIA4 5 p Diaphragm 30 44
Suction Valve L3101TCJ-PVC 4/30/44
Discharge Valve L3 01 CD-PVC 4/3 0/44
Page 8 of 19
Page 477 of 512
Agenda Item #18.
Revised per Addendum 1
0 Degassing Valve L00DV1-PVC 24130144
0 Injection Valve Assembly 361237 24/30/44
Injection Valve Assembly 341873
0 K6V`TC3 > OPKIT 120GPD) -
Bleeder Valve 1 0 PD L330OT0 -PVC
0 Suction Valve L 101T -PVC 1 0 PD 120 PD/100 psi
Discharge Valve L301T -PVC 10 PD 10 OPD100 psi
X250EVlTCRAC.3 1/3 HP motor 29 GPM
Calcium Hypochlorite HTi 8% Minimum Available Chlorine S 100 lb. palls)
HIGH TEST CALCIUM HYPOCHLORITE (HTH) GRANULAR SPECIFICATIONS
1. Granular Chlorine Calcium Hypochlorite HTH) 68% minimum available chlorine 50 0.
. Granular chlorine calcium Hypochlorite T cost per each 100 pound pail.
8. Delivery shall be FOB, Ocala FL at the five 5 below Marion county Wastewater Facilities:
0 Golden Ocala Wastewater Treatment Facility
550 NW 70 Avenue
Ocala, Florida 34482
Oak Run Wastewater Treatment Facility
11400 SW 90th Terrace
Ocala, Florida 34481
• Salt Springs Wastewater rater Treatment Facility
SR 19 &SR 316
Salt Springs, Florida 32134
• Silver Springs Shores Wastewater Treatment Facility
50 Emerald Road
Ocala, Florida 34472
• Stonecrest Wastewater Treatment Facility
1 .00 SE 11th Avenue
Sum er eld, Florida 34491
HIGH TEST CALCIUM HYPOCHLORITET GRANULAR ULA SPECIFICATIONS
1. High Test Chlorine Calcium Hypochlorite granules are used for disinfection and ordered in 100 pound pails of
8% minimum available chlorine %.
Delivery shall be FOB, Ocala FL at the five 5 below Marion County Wastewater Facilities;
• Golden Ocala Wastewater Treatment Facility
550 NW 7Wh Avenue
Ocala, Florida 88
• Oak Run Wastewater Treatment Facility
1100 SIN 90th Terrace
Ocala, Florida 34481
• Salt Springs Wastewater Treatment Facility
SR 19 &SR 81
Salt Springs, Florida 32134
Silver Springs Shores Wastewater Treatment Facility
0 Emerald Road
Ocala, Florida 34472
Stonecrest Wastewater Treatment Facility
17200 SF 115tn Avenue
S mmerfiel d, Florida 34491
Page 9 of
Page 478 of 512
Agenda Item #18,
I I F 111� 1��l
M
0 1 "1
Ch
CO
CD
.t
CO
0
--�
C.
N.
Ca
t
1
0..
� C7
CL W
0
Cn
*Low bidder Is apparent and pending final detailed
tabulation
and verfication of all totals*
Detailed tabulation available on DemandStar.
Final recommendation will be sent to all firms who submitted.
Page 479 of 512
Agenda Item #18.
BID 19Bm265
Bulk Chlorine
PART 1 = INTENT AND GENERAL INFO
Thank you for your interest in working with Marion county. Pertinent information and required documents
regarding this bid as part of a responsive offer are listed below:
Required Documents to be Pages 1-7
Part i —Intent and General Information.................... Pages - .1
Pa General IConditions........................................ Pages -1
7
Part Scope of Work................................................ Pages 8-
25
1,1 INVITATION TO BID: Sealed bids will be received by the Marion County Procurement Services
Department at 2631 SE Third St, Ocala, Florida 34471 on behalf of the Board of County Commissioners, until
the date and time indicated on the Cover Page for this project. Marion County may award this bid to one or
more vendors, unless specifically noted.
QUESTIONS/CLARIFICATIONS/PRE-BID MEETING: If scheduled, attending this non-mandatory
meeting is strongly recommended as the projects scope of work, procedures, and specifications will be
discussed at this time, and it is the only time during this open-bid process vendors may ask questions
directly of the enduser. All other questions must be made only to Procurement, and must be received by
the date indicated on the Cover Page to be considered. Technical and/or specification questions will not be
answered over the phone; they must be submitted by fax or email, and when clarified by addendum, shall
be acknowledged on the Bid Cover Page,
PROHIBrTION OF LOBBYING: To ensure fair consideration for all proposers, The County prohibits
communication to or with any department or employee during the submission process, except as provided in
this section. Additionally, the County prohibits communication initiated by a proposer to any county official or
employee evaluating or considering the proposals up to and including the County Administrator or Board of
County Commissioners) before the time an award decision has been made. Any communication between
proposer and the County will be initiated by the Procurement Services staff in order to obtain information or
clarification needed to develop a proper, accurate evaluation of the proposal. Such communications initiated by
a proposer may be grounds for disqualifying the offending proposer from consideration for award of the
proposal and/or any future proposal.
1.2 HOW TO SUBMIT A BID.-,# Bidders are responsible for informing any commercial delivery service, if
used, of all delivery requirements and for ensuring that the required previously stated information appears on
the outer package or envelope used by such service. Include all required documents having authorized
signatures; itemized and included herein, all must be received in a sealed package prominently maned on the
outside with the contact's name, phone number, fax number, e-mail address if applicable), company name{
address along with the project title: 1 - - Bulk Chlorine, DEADLINE and receiving location for submittals
in response to this Invitation to Bid is listed on the Cover Page. Submissions by fax or other electronic media
will not be accepted under any ircurns`an . Proposers who fail to include the project title or number on the
envelope face may be deemed "non-responsive," and such proposers shall have no grounds of protest in the
event their submittals are opened in error. The Coun is not responsible for, and will not acce t or consider
late offers due to delays caused by any-mail, package or courier service including the US mail or caused b
any her occurrence.
1.3 HOW TO ASSEMBLE YOUR BID:: The following documents and forms must accompany any offer
submitted in the order ildent�fted. and will be the basis for review and award. Please dc not include items
not requested. A submittal returned without these documents may deem the offer non-responsive. Marlon
Page 480 of 512
Agenda Item #18.
County reserves the right to request additional information from any vendor prior to award. *Documents
included with this Bid package
*vendor Certification/Addendum Acknowledgement/Cover Page
_*Bid Form s - (Leave no blanks; indicate ILIA or No Bid where applicable)
"*-...Local vendor Certification Form — Must be completed to claim local vendor preference
�, .*Disclosure of Subcontractors and Suppliers
�,.. Similar Work Detail minimum of no older than the past 5 years)
*Conflict of Interest Statement
5?-�,Company -9
Y` ertificate of Insurability - as noted in Section 1.4
.: Copy of any applicable and current license or certification required by the City/County/State
1,4 INSURANCE INSURANCEM REQUIREDProof of insurability R The submittal shall contain proof of insurability
W�51Y r-w M5 �M
issued by a company authorized to do business in the State of Florida, and with an A.M. Best Company rating
of at_least + for the required insurance(s) listed below:
Workers r peen a i n Insurance for all employees of the vendor as required by Florida Statute
440, and mployer's Liability limits of not less than $1,000,000 per accident.
0 Commercial General Liability Inhale on a comprehensive basis in an amount not less than
$1,000,000 per occurrence, and $2,000,000 annual aggregate, the County of Marion must be shown as
an additional insured.
0 Business Auto Liability shall be provided by the CONSULTANT with combined single limits of not less
than $1,000,000 per occurrence and is to include bodily injury and property damage liability arising out
of operation, maintenance or use of any auto, including owned, non-owned and hired automobiles.
1,5 AWARD: Awards of contracts and/or purchases shall be to the lowest most responsible bidder. In
determining the lowest responsible bidder and that purchase or contract that will best serge the interests of the
County. T17e Marion county Board or county CommZsslffoners may reject a bid based on past
performance of Contractor.The Procurement Services Director, as appropriate, shall consider, but shall not
be limited to, in addition to price, the items as listed below:
0 The ability, capacity and skill of the bidder to perform under the terms of the bid documents.
0 Whether the bidder can perform the contract or provide the materials or service promptly, or within
the time specified, without delay or interference.
The charmer, integrity, reputation, judgment,, experience and efficiency of the bidder.
• The quality of performance of previous contracts and the providing of materials and/or services.
• The previous and existing compliance by the bidder with laws and ordinances relating to the contract,
or the providing of materials or services.
The sufficiency of the financial resources and ability of the bidder to perform the contract or provide
the materials or services.
The quality, availability and adaptability of the supplies, equipment, or contractual services to the
particular use required.
The ability of the bidder to provide future maintenance and service for the use of the subject of the
contract.
The number and scope of conditions attached to the bid,
1,6 PRIORNT A T: The project's current or previous submittal and contract records are available
as a Public Record; when requesting this information, reference 1 -18
1.7 BILLING PL A E: Firm should be able to provide a variety of options for invoice and statement
formats to accommodate the specific needs of the County. Depending on the number of departments utilizing
the contract, needs of the County can vary throughout the length of the contract. This may include the ability
to separate County departments'or department divisions'billing to meet the needs of the County.
Page 481 of 512
Agenda Item #18.
LS ACKNOWLEDGEMENT OF CONTRACTOR RESPONSIBILITIES: Contractor shall review and
acknowledge all addenda issued to date on the Cover Page. Agent understands timely commencement may be
considered in award of this Bid, and cancellation of award will be considered if commencement time is not met,
and that untimely commencement may be cause for assessment of liquidated damages claims. I further certify
services will meet or exceed Bid requirements. I, the undersigned, declare I have carefully examined the Bid,
specifications, terms and conditions as applicable, and I am thoroughly familiar with all provisions and the
quality and type of coverage and services specified. I further declare I have not divulged,discussed or compared
this Bid with any other offeror and have not colluded with any offerors or parties to a Bid whatsoever for any
fraudulent purpose.
1,9 TENTATIVE TATIV E UL :.It is the intent of the County to award this project to the lowest, responsive,
responsible contractor; determining this award includes, but is not limited to the ability of the Contractor to
adhere to the Project Manager's intended and projected schedule, identified below.
Antici ated Award Date BCC or Administration
Contras Presented to Contractor
Contracts Due back to Procurement
ntici ated Contractor START date
1,10 WARRANTY:TY: CONTRACTOR warrants to COUNTY TY that all labor furnished to progress the work under
this Agreement will be competent to perform the tasks undertaken, that the product of such labor will yield
only first-class results, that materials and equipment furnished will be of good quality and new unless otherwise
permitted by this Agreement, and that the Work will be of good duality, free from faults and defects and in
strict conformance with this Agreement. All Work not conforming to these requirements may be considered
defective. When not specifically identified in the bid documents, the warranty shall commence upon release of
final retainage.
1.11 PUBLIC RECORDS COMPLIANCE SERVICES CONSTRUCTION IF NO AGREEMENT:
CO T ACTO S RESPONSIBILM FOR COMPLIANCE WITH CHAPTER 119, FLORIDA STATUTES. Pursuant
to Section 119.0 o1, F. ., CONTRACTOR ACTO agrees to comply with all public records laws, specifically to:
1. beep and maintain public records required by the County to perform the service.
a. The tirneframes and classifications for records retention requirements must be in accordance
with the General records Schedule CSC,-SI,_for State and Local Government Agencies. (see
h dos.d s,,sta te,fl, s ibn - r h sec rds-many men I-records-
sch 0
b. Records include all documents, papers, letters, maps, boobs, tapes, photographs, filters,
sound recordings, data processing software, or other material, regardless of the physical
form, characteristics, or means of transmission, made or received pursuant to law or
ordinance or in connection with the transaction of official business with the County.
CONTRACTORS records under this Agreement include but are not limited to,
supplier/subcontractor invoices and contracts, project documents, meeting notes, emails
and all other documentation generated during this Agreement.
. Upon request from the Count 's custodian of public records, provide the County with a copy of
the requested records or allow the records to be inspected or copies within a reasonable time at
a cost that does not exceed the cost provided for by law. If a CONTRACTOR does not comply
with the County's request for records, the County shall enforce the provisions in accordance with
the contract.
. Ensure that project records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of the
contract terra and following completion of the contract if the CONTRACTOR ACTO does not transfer
the records to County.
. Upon completion of the contract, transfer, at no cost, to the County all public records in
possession of the CONTRACTOR or keep and maintain public records required by the County to
perform the service. If the CONTRACTOR TRACTO transfers all public records to the County upon
Page 482 of 512
Agenda Item #18.
completion of the contract, the CONTRACTOR shall destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure requirements. If the
CONTRACTOR keeps and maintains public records upon the completion of the contract, the
CONTRACTOR shall meet all applicable requirements for retaining public records.All records kept
electronically must be provided to the County, upon request from the County"s custodian of
public records, in a format that is compatible with the information technology systems of the
County.
IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO ITS DUTY TO PROVIDE PUBLIC
RECORDS RELATING TO THIS CONTRACT, CONTACT MARION COUNTY
PROCUREMENT AT (352) 671-8444, BY MAIL AT 2631 SE 3rdST, CICALA,
FL 34471 OR BY EMAIL AT PROCU REM ENT@ MARIO NCOU NTYFL,ORG.
A CONTRACTOR who fails to provide the public records to the County within a reasonable time may also
be subject to penalties under Section 119.14, Florida Statutes.
Page 483 of 512
Agenda Item #18.
BID 19B�265
Bulk Chlorine
PA 2 = GENERAL CONDITIONS - Revised. 1/811
.I PUBLIC ENTITY RIME:A person or affiliate placed Bidder falls to acknowledge receipt of such addenda or
on the convicted vendor list following a conviction for a public addendum,his bid will nevertheless be construed as though it
entity crime may not submit a. Bid on a contract to provide had been received and acknowledged and the submission of his
goods or services to a public entity, for the construction or bid will constitute acknowledgment of the receipt of same.All
repair of public building or public work,may not submit Bids addenda are a part of the BID FORMS and each Bidder will be
on leases of real property to a public entity, may not be bound by such addenda,whether or not received by hire.. It is
awarded or perform work as a contractor, supplier, the responsibility of each bidder to verify that he has received
subcontractor, or consultant under a contract with any public all addenda issued before bias are opened.
entity, and may not transact business with any public entity in In the case of unit price items,the quantities of work to be done
excess of the threshold amount provided in Section 287.017, and materials to be furnished under this Bid Contract are to be
for CATEGORY TWO for a period of 3 6 months from the date considered as approximate only and are to be used solely for
of being placed on the convicted vendor list. the comparison of bids received. The COUNTY and/or his
2.2 END NMI IC ATION : The Contractor agrees to CONSULTANT do not expressly or by implication represent
indemnify and hold harmless Marion County and its elected that the actual quantities involved will correspond exactly
officials, employees and volunteers from and against all therewith; nor shall the vendor plead misunderstanding or
claims, losses and expenses, including legal costs,arising out deception because of such estimate or quantities of work
of or resulting from,the performance of this contract,provided perfoara ned or inaterial furnished in accordance with the
that any such claims, damage,loss of expenses is attributed to Specifications and/or Drawings wins and other bid/proposal
bodily injury,sickness,disease,personal injury or death,or to Documents, and it is understood that the quantities may be
injury to or destruction of tangible property including the loss increased or diminished as provided herein without in any way
or loss of use resulting there from and is caused in whole or in invalidating any of the unit or lump snare prices bid..
part by any negligent act or orni.ssaion of the fine. 2.7 GOVERNING LAWS AND REGULATIONS: The
2.3 ANTI TRUST LAWS:By submission of a signed Bid,the vendor is required to be familiar with and shall be responsible
successful vendor a6mo,wledges compliance with all antitrust for complying with all federal,state and local laws,ordinances,
laws ofthe United Mates and.the State of Florida, in order to rules and.regulations that in any manner affect the work.
protect the public from restraint of tirade, which. illegally 2.8 iP O PRAT►. Y/C NFIDEN I ►. E 'oRMA'TIo .
increases prices. vendors are hereby notified that all information submitted as
. DOCUMENT RE-CREATION: Vendor may choose to part of, or in support of Bids, will be available for public
re-create any documents required for this solicitation, but inspection ten days after opening of the Bids or until a short
must do so at his own risk. required infonna.tion in the list is recommended whichever comes first,incompliance with
oricrinal County format must be included in any re-created Chapter 119, and 287 of the Florida Statutes. Any persona
document. Submittals may be deemed non-responsive if wishing to view the Rids must make an appointment by calling
required information is not included in any re-created. the Marion,County Procurement Services Department at
document, or is altered from, its originally distributed 1- 444. All Bids submitted in response to this solicitation
format/content. became the property of the County. Unless information
2.5 FUNDING: Obligation of the County for payment to a submitted is proprietary, copy written, trademarked, or
Contractor is limited to availability of funds appropriated in a patented, the County reserves the right to utilize any or all
current fiscal period, and continuation of contract into a information, ideas, conceptions, or portions of any Bid, in its
subsequent fiscal period is subject to appropriation of funds, best interest.
unless otherwise authorized by law. 2.9'TES:Marmon County Board.of County Commissioners,
2.6 JENTERPRETATION, CLARIFICATIONS AND Florida is exempt from sales and excise taxes imposed by the
ADDENDA: No oral interpretations will be made to any Mate and/or Federal Govenunent. Exemption certificates,will
vendor as to the meaning of the Bid Contract Documents.Any be provided upon request.
inquiry or iequest for interpretation received by the Marion 2.10 NON-COLLUSION DECLARATION:By siping
County Procurement Services Department before the date this 1T , all vendors shall affirn that they shall not collude,
listed herein will be given consideration. All such changes or conspire, connive or agree, directly or indirectly, with any
interpretations will be made in writing in the form of an other Bidder,firm,or person to submit a collusive or sham.Bid
addendum and,if issued,will be distributed at or after the pre- in connection with the work for which their Bid has been
Bid Conference, mailed or sent by available or electronic submitted; or to refrain from Bidding in connection with such
means to all attending prospective Submitters prior to the work- or have in any manner, directly or indirectly, sought by
established Bid opening date.Each Vendor shall acknowledge person to fix the price or prices in the Bald or of any other
receipt of such addenda in the space provided.. In case any Bidder, or to fix any overhead,profit, or cost elements of the
Page 484 of 512
Agenda Item #18.
Did price or the Bid price of any other Bidder, or to secure has failed to perform faithfully any previous contract with the
through any collusion, conspiracy, connivance, or unlawful County or with other govemme tal agencies.
agreement any advantage against any other Bidder, or any 2.17 PUBLIC RECORDS LAW: Correspondence,materials
person interested in the proposed work. and documents received pursuant to this ITB become public
2.11 BIDDER RESPONSIBILITY:Invitation.by the County records subject to the provisions of Chapter 119, Florida
of Marion to vendors is based on the recipient's specific Statutes. DETAIL OF SUBNWT . UBL1C
request and application to D mandStar by Onvia RECORDS EXEMPTION: §l 19.0 , F.S., the Public
t w vw.I emandStancoa~ 00 71 l-1 12] or as the result of Records Haw.Florida law provides that municipal records
response by the public to the legal advertisements required by shall at all times be open for personal inspection by any person.
State and County law. Finns or individuals submit their Infon-nation and materials received by the County in
responses on a voluntary basis, and therefore are not entitled connection With any soleitataion response shall be deemed to
to compensation of any kind. be public records subject to public inspection upon award,
2.12 OWNERSHIP OF SUBMITTALS:All correspondence recommendation for award, or thirty 0 days after opening,
relating to or in reference to this IT , and all other whichever occurs first. However, certain exemptions to the
documentation submitted by the vendors will become the public records law are statutorily provided for mi §119.0 ,F.S.
property of the Marion County Board of County If the Proposer believes any of the information contained in his
Commissioners. Reference to literature submitted with a or her response is exempt from the Public Records Law,then
previous Bid will not reli e the Bidder from including the Proposer,must in his or her response, specifically identify
required documents with this did. the material which is deemed to be exempt and cite the legal
2.13 EXAMINATION OF BID DOCUMENTS: Each authority for the exemption. The County's determination of
Bidder shall caref.11y examine the Bid Document to ensure all whether an exemption applies shall be final, and the Proposer
pages have been received., all drawings and/or Specifications agrees to defend,indemnify,and hold harmless the County and
and ether applicable documents are included,and shall inform the County's officers, employees, aal.4d agents,against any lass
himself thoroughly regarding any and all conditions and or damages incurred by any person or entity as a result of the
requirements that may in any manner meet cost, progress or County's treatment of records as public records. §286.0113,
performance of the work to be performed under the Contract. F.S. Provides that meetings of persons appointed to evaluate
Ignorance on the part of the CONTRACTOR will in no way bids or proposals and negotiate contracts shall be closed to the
relieve lire of the obli ation.s and responsibilities assumed public during oral presentations made by vendor,or where a
under the Contract. vendor answers questions.Neither bidders,nor the public will
2.14 VENDOR RESPONSIBILITY: Vendors are fully and be pennitted to sit in on rneetmi g wherein their competitors are
completely responsible for the labeling, identification and making presentations or discussing their bid or proposal with
delivery of their subraittals. The Procurement Services the committee members. The portions of these meetings are
Department will not be responsible for any mislabeled or subject to disclosure at the time of an intended award decision
misdirected submissions, nor those handled by delivery or within thirty 0 days of the hid or proposal opening,
persons,couriers,or the U. S.Postal Service. whichever is earlier.
2.15 LONG TERM CONTRACT AND ECONOMIC 2.18 VERIFICATION OF TIC: Atomic time is hereby
CHANGE: During the life of the contract, if circumstances established as the Official Time for Marion County
e.g..fuel costs)anise beyond the Contractor's control.creating Solicitations. All times stated in solicitation generated by the
a need for a price adjustment, the Contractor may submit a Marion County Procurement Services Department will refer to
request for such adjustment.Requests may only be submitted atomic time.
once per calendar year and will be considered a temporary 2.19 PREPARATION OF BIDS: Signature of the Bidder:
adjustment. Temporary shall mean price adjustments are The Bidder must sign the BID FORMS in the space provided
monitored in association with market fluctuations. All price for the signature. If the Bidder is an individual, the words
adjustments are subject to Board approval. If approved,price "dieing business as ,"must appear beneath such signature.
adjustments would only be in effect until reasonable market In the case of a partnership,the signature of at least one of the
stability has occurred.At that time, all pricing would revert to partners must follow the firm name and the words, "Member
original contract pricing. of the F ' should be written beneath such signature. If the
2.16 MARION COUNTY BOARD OF COUNTY Bidder-s a corporation,the title of the officer signing the Bid
COMMISSIONERS, a political subdivision of the State of on behalf of the corporation roust be stated and evidence of his
Florida, reserves the right to reject any and/or all submittals, authority to sign the Bid must be submitted. The Bidder shall
reserves the right to waive any informalities or irregularities in state in the BID FORMS the name and,address of each person
the examination process, and reserves the right to award interested therein..
contracts and/or in the best interest of the County. Submittals Basis for idd. g: The price bid for each item shall be on a
not meeting stated minimum terms and qualifications may be lump sum or unit price basis according to specifications on the
rejected by the County as non-responsive.The County reserves BID FORM. The bid paces shall remami unchanged for the
the right to reject any or all submittals without cause. The duration of the Contract and no claims for cost escalation.
County reserves the right to reject the submission of any during the progress of the work will be considered, unless
Vendor in arrears or in default upon any debt or contraet to the otherwise provided herein.
Board of County Commissioners of Marion County, or who Total Bid Price/Total Contract Sum Bid: If applicable, the
Page 485 of 512
Agenda Item #18.
total price bid for the work shall be the aggregate of the lump any brand for which he is an authorized representative,which
sure prices bid and/or unit prices multiplied by the appropriate meets or exceeds the Bid specification for any items and for
estimated quantities for the individual items and shall be stated a County-approved equivalent as specified in writing by
in figures in the appropriate place on the BID FORM. in the addendum to the ITB.Requests for equivalents shall be made
event that there is a discrepancy on the BID FORM due to unit prior to the Last Darr for Questions, and shall include all
Price extensions or additions, the corrected extensions and 1-natenals necessary for the County or Engineer of Record to
additions shall,be used to determine the project bid amount. determine how the equivalent request meets or exceeds the
2.20 TABI TION: Those wishing to receive an official minimum standard or product identified., and not be an
tabulation of the results of the opening of this Bid shall request exception thereto. Reference to literature submitted with a
a copy of the tabulation in accordance with public records previous Bid wig not satisfy this provision. The County's
policy. Procurement Services Department is to be notified,in writing,
2.21 OBLIGATION of WINNING BIDDER:The contents of any proposed changes in inaterials used, manu.factunng
of the lid of the successful Bidder will become contractual process, or construction. However, changes shall not be
obligations if acquisition action ensues. Failure of the binding upon.the County unless evidenced by a.Change Notice
successful Bidder to accept these obligations in a contract may issued and signed by the Procurement Services Director, or
result in cancellation of the award and such vendor may be designated representative.
removed from future participation.. 2.29 QUANTITIES: Quantities specified in this Bid are
2.22 .AWARD OF BID. it is the County's interact to select a estimates only and are not to be construed as guaranteed
vendor within sixty calendar days of the deadline for minimums.
receipt of Bids. However, Bids must be firm and valid for 2.30 SAMPLES: Samples of items, when called for, shall be
award for at least ninety calendar days after the deadline famished free of expense, and if not destroyed may, upon
for receipt of Bids. request,be reed at the Bidder's expense.Each sample shall
2.23 ADDITIONAL 1E UIWMEN 'S: The firms shall be labeled with the Bidder's name, manufacturer brand name
f mish such additional information as Marion County may and number, Bid number and item reference. Samples of
reasonably require.This includes information which indicates successful Bidder's items may remain on file for the term of
financial resources as well as ability to provide the services. the contract. Request for return of samples shall be
The County reserves the right to make investigations of the accompanied by instructions which include shipping
qualifications of the fum as it deems appropriate. authorization and must be received at time of opening.
2.24 PREPARATION COSTS: The County of Marion shall Samples not returned may be disposed of by the County within
not be obligated or be liable for any costs incurred by Bidders a reasonable time as decined appropriate.
prior to issuance of a contract.All costs to prepare and submit 2.31 ADDITIONAL SERVICES/PURCHASES B
a response to this ITB shall be borne by the Bidder. OTHER PUBLIC AGENCIES 11P1 B CIC : The
2.25 TIMELINESS: All work will conunence upon Vendor by submitting a bid/proposal acknowledges that other
authorization from theCounty's representative (Marion Public Agencies may seek to `Piggy-Back" under the same
County Procurement Services Dept).All work will proceed in terms and conditions, during the effective period of any
a timely manner without delays. The Contractor shall resulting contract-services and/or purchases being proposed
commence the work UPON RECEIPT OF NOTICE TO in this bid/proposal,for the same prices andJor terms proposed.
PROCEED and/or ORDER PLACED (PURCHASE ORDER Vendor has the option to agree or disagree to allow contract
PRESENTED), and shall deliver in accordance to the terms Piggy-Backs on a case-by-case basis.Before a Public Agency
and conditions outlined and agreed upon herein. is allowed to Piggy-Back any contract, the Agency must first
2.26 DELIVERY:All prices shall be FOB Destination,Ocala, obtain the vendor's approval---without the vendor}s approval,
Florida,inside delivery unless otherMse specified. the seeking Agency cannot Piggy-Back.
2.27 PLANS,FORMS&SPECIFICATIONS:Bid Packages 2.32 PAYMENT TERMS: if payment terms are not
are available from the Marion County Procurement Services indicated, terms of NET 30 DAYS shah be applied by the
Department.These packages are available for pickup or email County.Payment terms to apply after receipt of invoice or final
at no additional charge. NO BID FORMS ~will, be faxed. If acceptance of the product/service,whichever is later.Payment
requested to mail, the Bidder must supply a courier account tenns offering less than 20 days for payment will not be
number (UPS, FedBx, etc). Bidders are required to use the considered. However the County has iimp
lem nted a Visa
official BID FORMS,and all attachments itemized herein,are credit card program, As a card-accepting vendor, some of the
to be submitted as a single document. BID FORM documents benefits of the program are:payment received within 72 hours
for this project are free of charge and are available on-line and of receipt and acceptance of goods,reduced paperwork,issue
are downloadable (vendor must pay DemandStar fees or receipts instead of generating invoices, resulting in fewer
shipping),unless otherwise noted. invoice problems, deal directly with the cardholder in most
2.28 cases). Vendors accepting payment by the County's -card
MANUFACTURER'S NAME AND APPROVED (Visa) may not require the County (Cardholder) to pay a
EQUIVALENTS: Any manufacturer's names, trade names, separate or additional convenience fee, surcharge or any part
brand names, information and/or catalog numbers listed in a of any contemporaneous finance charge in connection with a
specification are for information and not intended to limit Transaction,Merchant shall not process p-oard payments until
competition unless otherwise indicated. The Bidder may Bid.
Page 486 of 512
Agenda Item #18.
rnerchandise/service has been received by the County,in good contract/amendment/extension or within ninety days of
condition. the effective date of the contract between the Contractor and
2.33 DRUG FREE WORKPLACECERTIFICATION:As the subcontractor,{whichever is later.Contractor shall obtain
part of my submittal for this project, and authorization on the from the subcontractors a copy of the `{Edit Company
Acknowledgr emeant and Acceptance Form., and in accordance Profile"screen imdica .ng enrollment in the Program and
with Florida Statute 287.087, the person submitting for this make such record(s)available to the County upon request.
ITB attests this firm: To maintain records of its participation and compliance with
Publishes a written statement notifying the unlawful the provisions of the EV program.,including participation by
manufacture,distribution,dispensing,possession or use of its subcontractors as provided above, and to make such
a controlled substance is prohibited in the workplace records available to the County or other authorized state
named above,and specifying actions will be taken against entity consistent with the terms of the Memorandum of
violations of such prohibition. Understanding.
• Informs employees about dangers of drug abuse in the To comply with the terms of this Employment
workplace, the firm"s policy of maintaining a drug free Eli lity verification provision is made an express condition
working environment, and available drug counseling, of this contract and the County may treat a failure to comply
rehabilitation., and employee assistance programs, and as a material breach of the contract.
penalties may be imposed upon employees for drug use 2.35 EVALUATION,ACCEPTANCE OR REJECTION
violations. OF PROPOSAL:The County may,at its sole and absolute
• Gives each employee engaged in providing commodities discretion reject any and all, or part of any and all, responses;
or contractual services under bid or proposal,a copy of the readvertise this f '1 ;postpone or cancel at any time this ITB
statement specified above. process;or waive any irregularities in this ITB or in any
• Notifies the employees as a condition of working on the responses received as a:result of this l ' .The Marion County
commodities or contractual services under bid or proposal, Board of County Commissioners may reject a bid based on
the employee will abide by the terms of the statement and past performance of Contractor or any of the following:
will notify the employer of any conviction or pleas of a If bad form fuarnashed or authorized is not used or is altered,
guilty or nolo contenders to,any violation of Chapter 893, * If bid forn or any required supplemental documents are
or of any controlled substance law of the State of Florida incomplete, contain any additions,deletions,conditions,or
or the United States, for a violation occurring in the otherwise fail to conform to C UNT 's requirements;
workplace, no later than five 5 clays after such 9 If Bidder adds any provisions reserving the right to reject or
conviction,and rewires employees to sign copies of such accept the award,or enter into the contract;
written statement to acknowledge their receipt. if Bid or Bid pond is not properly executed,or shows an
Imposes a sanction on., or requires the satisfactory incorrect amount;
participation in, a drug abuse assistance or rehabilitation e if Bid fails to include a unit price or lump sung price for
program, if such is available in the employee's every laid item as required;
community,by any employee who is so convicted. o If COUNTY Y reasonably deems Bid Bond inadequate;
e Mapes a good faith effort to continue to maintain a drug If Bidder Fails to acknowledge receipt of any or all addenda;
free workplace through the implementation of the Drug a ff COUNTY deems any of the bid prices to be excessively
Free workplace program. unbalanced either above or below the amount of a
2.34 EMPLOYEE ELIGIBILITY VERIFICATION:RIFIC.A' ION: For reasonable bid price for the item of work to be performed or
projects funded with State or Federal dollars, Marion County product provided,to the potential detriment of COUNTY;or
adheres to practices set forth under the e-verification. E - If'bid prices cannot be read clearly.
system., which is outlined in the clauses below. Information 2.3 OBJECTIVITY; In order to ensure objective supplier
provided by the Contractor is subject to review for the most performance and eliminate unfair competitive advantage,
current version of the State or Federal policies at the time of suppliers that develop or draft specifications, requirements.,
award. Contractor has agreed to perform in accordance with statements of work and invitations for bids or requests for
these requirements and agrees: proposals are excluded from competing for such procurements.
• To enroll and Participate in the federal EV proms for 2.37 FOR FEDERAL AND/OR FI OT FUNDING—
Employment Verification under terms provided in the TITLE V I/NONDISCRMNATION POLICY
"Memorandum ofUnderstanding"'governing the program. STATEMENT—APPENDIX A&F:During the
• To provide to the County, within. thirty 30 days of the performance of this contract, the contractor,for itself,its
effective date of this contract, documentation of such assignees and successors in interest(hereinafter referred to as
enrollment in the form of a copy of the E "'Edit Company the `Contractor")agrees as follows;
Profile" screen, containing proof of enrollment in the EV Compliance with Regulations: The Contractor shall
Program(this pacee a � '�o �the "Edit o comply with the regulation relative tonondiscrimination
Profile" link on the left navigation t menu ofthe employer's in Federally-assisted programs of the U.S.Department of
home page). Transportation (hereinafter, " S D '")Title 49,Code of
• To require each subcontractor that performs work under this Federal Regulations, Fart 21,, as they may be mended
contract to enroll and participate in the EV Progr=within from time to time, (hereinafter referred to as the
ninety days of the effective date of this
Page 487 of 512
Agenda Item #18.
Regulations),,which are herein incorporated by reference and teal Property Acquisition Policies Act of 1970, 42
and made a part of this Agreement. U.S.C. § 4601), (prohibits unfair treatment of persons
0 Nondiscrimination: The Contractor,, with regard to the displaced or whose property has been acquired because of
work performed during the contract,shall not diseriminate Federal or Federal-aid programs and projects); Federal-
on the basis of race, color, national origin, sex, age, Aid Highway Act of 1973, 23U.S.C. § 324 et seq.),
disability, religion or family status in the selection and prohibits discrimination on the bans of sex);Section 504
retention of subcontractors, including procurements of of the rehabilitation Act of 1973, 29 US. , § 794 et
materials and leases of equipment. The Contractor shall seq.), as amended, (prohibits diserimination on the bans
not participate either directly or indirectly in the of disability); and 49 CFR Part 27; The Age
d.iscrinuination prohibited by section 21.5 of the Discrimination Act of 1975, as amended, 42 U.S.C.
Regulations, including employment practices when the 6101 et seq.), (prohibits diserimm�ation on the basis of
contract covers a progr=set forth in Appendix B of the age); Airport aad Away Improvement Act of 1982, 49
Regulations. U § 471, Section 47123), as amended, (prohibits
Solicitation for Subcontractor , including discrimination based n race,creed,color,national origin,
Procurements of Materials and Equipment: 1n all or sex); The Civil Rigghts Restoration Act of 1987, CPL
solicitations made by the Contractor,either by competitive 100-209 , (Broadened the scope, coverage and
bidding r negotiation for work to be performed under a applicability of Title v of the Civil rights Act of 1964,
subcontract,including procurements of materials or leases The Age D Di scrip nation Act of 1975 and Section 504 o
of equipment; each potential subcontractor or supplier the Rehabilitation Act of 1973, by expanding the
shall be notified by the Contractor of the Contractor's definition of the terms "prograins or activities"to include
obligations under this contract and the regulations relative all of the programs or activities of the Federal-aid
to nondiscrimination on the basis of race, color, national recipients, subrecipients and contractors, whether such
origin,sex,age,disability,religion or family status. programs or activities are Federally funded or not); Titles
Information and Reports: The Contractor shall provide 11 and III of the .Americans with Disabilities Act, which
all information and reports required by the regulations or prohibit disczia nation on the basis of disability in the
directives issued pursuant thereto,and shall permit access operation of public entities, public and private
to its books, records, accounts, other sources of transportation systems,, planes o public accommodation,
infor�rnation,and'its facilities a may be determined by the and certain testing entities 42 U.S.C. §§ 121 1 -- 1 189
Floridaaat� t of �-c� ���x�a the ' a� c� as implemented b Department of Transportation
Highway Administration, Federal resit dr�ii .i.trati , regulations at 49C.F.R. parts 3 7 and The federal
Federal Aviation Administration, .d �- Federal Aviation Administration's Non-discrimination statute 4
9
Motor Carrier �af �y Administration to b pertinent toU.S.C. � 4 1. 3 {prohibits discrimination on the bads of
ascertain comep li �n�.ce with such regulations, orders and race, color, rational origin, and sexy; executive order
instructions, where any information required of a 12898,Federal Actions to Address Environmental Justice
Contractor is in the exclusive possession of another who in Minority Populations and Low-Income Populations,
fails or refuses to fumish this information the Contractor which ensures non-discrimination against minority
shad o certi to the rich -� populations b discouraging programs, policies, and
Transportation, the .federal Highway Administration, activities with disproportionately high and adverse human
Federal a Transit Administration, Federal 4viation health or environmental effects on minority and low-
Administration,n, andlor the.federal Motor Carrier Safety income populations; Executive Order 13166, Improving
rr a, tn as a ro riate, and shall set f rth what Access to Smice for Persons with Limited English
d
pp p
efforts it has made to obtain the information.on. proficiency, and resulting agency guidance, national,
Sanctions for Noncompliance: In the event of the origin discrimination includes discrimination because of
p limited English proficiency 1� �' . To ensure compliance
Contractor's noncompliance with the nondiscrimination
provisions of this contract the Florida Department Of with'title V1,you must take reasonable steps to ensure that
Transportation shall impose such contract sanctions as it LEP persons have meaningful access to your programs 7
or the Federal Highway Administration, . dal Transit fed, rep, at 7408 to 741 } ; Title IXof the Education
Administration, Federal Aviation d�inis�rat� n, adr Amendments of 1. 72, as amended, which.prohibits you
the , ' deg-c��' Motor farrier Administration may from discriminating because of sex in education.programs
' or activities 2U.S.C. 1681 t scq ,
detennine t e appropriate,including,but not limited to. .
oldie of payments to the Contractor under the � Incorporation of Provisions: The Contractor shall
• wit
hholding g p m
ct until the Contractor lies and/or include the provisions of paragraphs �. through .
contra complies,
• tion or suspension of the eves subcontract, including procurements of materials
• cancellation, termination p and. leases of equipment, unless exempt by the
contract,in whole or in part.
Compliancewith fond c i `m nation Statues and regulations, or directives issued pursuant thereto. The
e l of the Civil Rights Act of 19 4 42 Contractor shall take such action with respect to any
Authorities: Title subcontract or procurement as the Fed Department of
.�. 20od. et seq., scat. prohibits p of race color,national oricrir • Transportation, the FederalHighwayAdministration,
discrimination on the bans Federal .transit Administration, Federal Aviation
and 49 C r Part 21; The Uniform relocation Assistance
Page 488 of 512
Agenda Item #18.
Administration, and or the Federal.motor Carrier Safety Smoking: Contractors and their employees are not permitted
tdmini.tration may direct as a means of enforcing such to smoke in or near any of the County buildings.
provisions including sanctions for noncompliance. In the 'Fraternization: Contractors and their employees may not
event a Contractor becomes involved in., or is threatened fraternize or socialize with County staff.
with,litigation with a subcontractor or supplier as a result Appearance: Contractors and their employees are required to
of such direction,the Contractor may request the Florida wear appropriate work wear,bard hats and safety footwear,as
Department of Transportation to enter into such litioration the case may be,while on the job.. -ticl s of clothing must be
to protect the interests of the Florida Department of neat and tidy in appearance, and cannot display offensive or
Transportation, and, in addition, the Contractor may inappropriate language, symbols or graphics. Marion
request the United Mates to enter into such litigation to County has the right to decide if such clothing is inappropriate.
protect the interests of the United Mates. Reporting: The Contractor is required to report any matter
2.38 Contractor Conduct: These Guidelines cover any involving a violation of these rules of conduct to Marion
contractor, business, firm, company or individual County Procurement. Any matter involving health or safety,
(hereinafter"coantractof doing work on. Marion including any altercations, should b reported to won
County property, as well as the contraetor3s County Procurement Services immediately.
employees,agents, consultants, and others on County The Contractor is responsible for his/her employees, agents,
property in connection with the contractor's work or at consultants and guests. If prohibited conduct sloes occur, the
the contractor's empress or implied invitation. contractor will takes all necessary steps to stop and prevent any
Courtesy and Respect:Marion County is a diverse future occurrence. Any breach of these conditions will result
government institution and it is critical that all contractors and in the removal of the person responsible from County
their employees conduct themselves in a manner that is lawful, property and prohibited actions could result in the immediate
courteous, businesslike, and respectful of all staff,guests, or termination of any contract or agreement with Marion County.
visitors. 2.39 Scrutinized Companies Lists:If the,Agreement exceeds
Language and Behavior: Contractors and their employees l,000,000.00 in total, not including renewal years, the
cannot engage in behavior that is rude, threatening, or Contractor certifies they are not listed on either the Scrutinized
offensive. Use of profan.e or insulting language is prohibited. Companies with Activities in Sudan List, the Scrutinized
Harassment of any type,including sexual harassment is strictly Cornpames with,Activities in the Iran Petroleum Energy Sector
prohibited. Abnsive, derogatory, obscene or improper List, or the Scrutinized Companies that Boycott Israel List
language, gestures,remarks, whistling, cat calls or other created pursuant to Sections 215.473, FS, and 215.4725,F.S.
disrespectful behaviour cannot be tolerated..Roughhousing, Pursuant to Sections 2 7.1 5 5 , F.S. , and 7.1.3 3 , S-.
fighting, fisticuffs, physical threats, destruction of the Contractor agrees County may inn-aediately terminate the
property,vandalism, littering, or physical abuse of anyone on Agreement for cause if the Contractor is found to have
County property is not permitted under any circumstance. submitted a false certification,or if the Contractor is placed.on.
No weapons, Alcohol, or Drugs: The use, possession, the Scrutinized Companies with. Activities in. Sudan List, the
distribution., or sale of any weapon, alcohol, illegal drug, or Scrutinized Compames with Activities in the Iran petroleum
controlled dangerous substance by any contractor or Energy Sector List,or the Scrutinized Companies that Boycott
contractor"s employee is prohibited. Offenders will be Israel Last,or is engaged in a boycott of Israel during the terra
removed from County property and/or reported to law of the Agreement.
enforcement.
HE CONDITIONS HEREIN ARE ACKNOWLEDGED BY YOUR SIGNATURE ON THE BIDDER COVER PAGE
Page 489 of 512
Agenda Item #18,
BID 19Bw*265
Bulk Chlorine
PART 3 - SCOPE OF WORK
LIQUID SODIUM HYPOCHLORITE SPECIFICATIONS
UTILITIES REQUIREMENTS
1. DELIVERY REQUIREMENTS
General: The intend and purpose of this specification document(the"Specification11 is for the Contractor to furnish and
deliver liquid sodium hypochlorite (12.5 Trade Percent Available Chlorine) FHB destination in accordance with the
American Water Works Association's(AWWAfs) Standard 8300-10 for hypochlorite, except as modified or supplemented
herein, for the Marian 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 t0 104' of hose on the Bidder's truck. The Bidder
must bid on all of the delivery sites. Additionally, the successful Bidder shall supply bulk storage tanks and containment
for those sites indicated in Paragraph 5 at no additional charge as part of their sodium hypochlorite supply. At Marion
Caunty's option, the successful Bidder shall also provide any needed chlorine chemiGal 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(ARO) 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 sodium
hypochlorite in less than 24 hours. Marion County shall endeavor to minimize the number of"emergency"
deliveries.
2.2 All deliveries of liquid sodium hypochlorite shall be freight prepaid, F.O.B. to each Marian County facility.
All equipment deliveries shall be freight prepaid, F.O.B. to the requested Marion County facility.
2.3 Delivery time of day shall be arranged upon placement of order. Deliveries made to unmanned 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 made by properly cleaned containers an the delivery
trucks to the locations specified in paragraph 5 below.
All.deGvery trucks must carry at(east 100'of hose and have a means to"blow the line clear"
upon completion of the defiverv.
2.5 Packaging and shipment of liquid sodium hypochlorite shall conform to all current regulations of the Sate
of Florida, the United Sates Department of Transportation and all other applicable regulatory agencies.
2.6 All delivery personnel must have company cell 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.
2.7 Marion County reserves the right to change quantities and delivery dates at its discretion with a 24-hour
notice. Notice will be given to the Contractor in writing by an authorized designee of the Utilities
Department. Written notice will be provided by the Operations Manager or the Operations Supervisor.
Page 490 of 512
. ..... ............................
Agenda Item #18.
2.8 The Contractor shall be responsible for"blowing"or pumping liquid sodium hypochlorite into the storage
tanks at the delivery sites and shall provide all necessary hoses,fittings, air-padding, pumps,etc. required
to safely and efficiently"'offload""the liquid sodium hypochlorite into designated storage tanks. Contractor
shall be responsible for ascertaining the correct storage tanks and fill point locations to prevent accidental
discharge of the product into the wrong storage tanks ,
.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 emergencies, 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 and/or leafing sodium hypochlorite.
2.10 The tanks or trailers shall be clean and free of residue that may contaminate 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 and free from
contaminating material. Marion County may reject a load if the equipment is not properly cleaned.
Contractor shall furnish Marion County an approved, leas-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 report any spills caused during the filling operations. The Contractor shall tape
immediate and appropriate actions to clean up any spilled liquid sodium hypochlorite. In the event of a
spill{the contractor will notify Marion County Utilities immediately. If the contractor does not immediately
clean up any spill, Marion County Utilities will immediately tape clean up actions. The contractor will be
responsible for the cost of materials and labor for such cleanup efforts. If spill results in the requirement
soil mitigation and/or removal, Marion County will hire a certified hazardous material handling company
to clean up the spill, and the cost of such service will be charge to the Contractor and deducted from the
amount 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 U.S. citizens and have a
proper commercial driver's license with a hazardous Material endorsement. Contractor's 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 license or failure of driver 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 Specification. In
the event a delivery shipment is rejected, upon notification to the Contractor 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.
. DELIVERY LOCATIONS
3.1 Delivery sites and locations are provided as estimates and will be subject to deletions or additions as
necessary 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.
12 Liquid Sodium Hypochlorite consumption at each location is an estimate only and Marion County shall
not be bound by these amounts in its contract with Contractor. Marion County projects gallons of sodium
hypochlorite delivered each year.
Page 491 of 512
Agenda Item #18,
3.3 Marion County owns some of its bulb storage tams and others must be supplied by the Contractor. The
Contractor shall install bulb storage tanks and any required containment as specified in the below listed
table of delivery locations.
4.0 PRODUCT MATERIAL REQUIREMENTS
.1 Hypo chlorite supplied under this contract shall be tested and certified as meeting the Specification, the
AWWA Standard B300-10 and those of the American National Standards Institute/National Sanitation
Foundation Standard 60 (ANSI/NSF Standard o , Drinking ng water Treatment Chemicals Health Effects.
.2 It is the responsibility of the Contractor to inform Marion County that its NSF or UL certification has been
revoked or lapsed within 24 hours of the time the supplier receives verbal or written notification. Doss
of certification shall constitute sufficient grounds for immediate termination of the contract between
Marion County and Contractor.
.3 Liquid sodium hypochlorite delivered under this Specification shall have a minimum of 120 Grans per
Liter PL available chlorine equivalent a.k.a., 12.0 Trade Percent Available Chlorine) and shall be
consistent as determined by chemical analysis.
4.4 Product shall be a clear straw colored liquid with no visible cloudiness, impurities{ or sediment. It shall
contain no soluble materials or organic substances in quantities capable of producing deleterious or
injurious effects 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
concentration limits:
Iron < 0.3 mg/L
Copper < 0.03 mg/L
Nickel < 0.03 mg/L
hlorate < 2,500 mg/L
romate < 20 mg/L
Perchlorate < 20 mg/L
4.7 The delivery time of the shipment shall not exceed 72 Fours from the time of manufacture of the liquid
sodium hypochlorite.
Page 492 of 512
Agenda Item #18,
Utilities (only) Locations;
Facility Name Address C12 tank Annual usage
Ashley Farms 4170 NW 44th Ave. 500 2,433
Ocala,FL 34474
Deerpath 1331 SE 65th Cir. 55 365
Ocala,FL 34472
Duna.Airport 14670 SW 110th St. 55 Self frli
Dunn ell on,FL 34432
Golden Ocala 1 4150 NW 84th t_ 55 Self-fill
Ocala,FL 3442
Golden Ocala WWTP 2550 W 70th Ave.Rd. 3,600
Ocala 34474
Irish Acres 344 N US HWY 441 325 365
Ocala,FL 34475
l.P_Hole 9435 SW 10 Ave.Rd. Self-fill
l unnellon,FL 34432
Kunai li,LLC 7998 NW 47th Ave. 55 442
Ocala,FL 34474
Majestic Oaks 5399 SW 82nd St. 165 344
Ocala..FL 34478
Marion Oaks 4 3.550 SW 168 St. 165 2..291
Ocala,FL 34473
Marion Oaks 5 14170 SW 34 Terr.Rd. 165 995
Ocala,FL 34473
Marion Oaks 6 5950 SW 150 Ln, 500 7,862
Ocala,FL 34473
Newton WTP 10149 N.W.17th Ave. 30 Self fill
Ocala,FL 34475
Oak Run 2 7235 SW 115 St.Rd. 165 664
Ocala,FL 34481
Oak Run WWTF 11400 SW 990th Ter. (1)~3000 4,350
Ocala,FL 344721 - .50
Palm Gay 10721 SW 80 Ave. 60 Self-fill
Ocala,FL 3441
Pilot Oil 4120 W HVVY 326 55 Self-fill
Ocala,FL 34474
Pine Run##2 9278 SW 102 Pl. 55 Self-fill
Ocala,FL 34481
Pine Run##3 9756 SW 102 PL 55 Self-fill
Ocala,FL 34481
Quail Meadows 2951 NW 47th Ave. 55 Self-fill
Ocala,FL 34474
Residential later
Systems 5870 SE 42nd Ave. 55 319
Ocala,FL 34478
Salt Springs 13841 N.ENVY 19 55 498
Salt Springs,FL 32134
Salt Springs Well#2 13841 N.KVVY 19 Self-fill
Salt Springs,FL.3214
Salt Springs WVVTF HWY 19&HWY 316 350 3,000
Salt Springs,FL 32134
SC South VVTP#1 V583 SE 102 Ave. 165 1,12
Surnerfield,FL 34491
SC South VVTP##2 17538 SE 101 Ave. 165 1,065
Sum merfi ld,FL 34491
5815 East SS Blvd. 100 365
SilverSprings Regional Silver Springs,FL 34472
493 Oak Road 165 As needed
Silver Springs Shores B Ocala,FL 34472
Page 493 of 512
Agenda Item #18,
Silver Springs Shores G 41 Hemlock Circle 1000 1.1,558
Ocala,FL 3447
Silver Springs Shores 450 Emerald Road 3,000 84,350
WVVTF Ocala,FL 34472
Silver Springs woods 17815 SE 20th St. 55 498
Silver Springs,FL
South Lake Weir 13761 SE 170 St. 55 Self-fill
weirsdale,FL 32195
South Oak 4923 SE 30th Ct. 55 7
Ocala,FL 34474
Spruce Creek Golf& 13613 Del Webb Blvd. 300 1,217
Country Club-wTP#1 Summerfield,FL 34491
Spruce Creek Golf& 12255 Del Webb Blvd. Soo 7,300
Country Club-wTP#k 2 Surnmerfieid,FL 34491
Spruce Creek Preserve 1130Ci SW 13 PI. 3 5 ,21
Dunnellon,FL 34432
Stonecrest 17155 SE 115th Court 500 7,30E
Surnerfield,FL 34491
Stcnecrest wwTF SE 115th Ter.Pd. 3,000 11.,736
Surnerf'ield,FL 34491.
Surnrner len 15605 SW 13 Cir. 300 3,042
Ocala,FL 34472
SunCountry/ 5738 SW SSth St_ 55 Self-fill
Paddock Downs Ocala,FL 34478
TimberWalk 8599 SW 133 Ln.Rd, 165 702
Ocala,FL 447
Tracy&Card 17970 S.US HWY 301 (2)-55 Self-fill
Summerfield,FL 34491
5. QUALITYASSURANCE,5AFETYAND TRAINIIVG
.1 Sampling and Testing
.1.1 All Sampling and Testing shall be in accordance with EPA and AWWA B300-10 standards and In
accordance with the documents titled: "The weight Percent Determination of Sodium
i ypochl on e, Sodium Hydroxide, And Sodium Chlorate in Liquid Bleach"and "'Suspended Solids
Quality Test for Bleach Using vacuum Filtration", distributed by Powell Fabrication and
Manufacturing, Inc. and available at h WW. owell ab.cot .
5.1.2 The approved laboratories are fisted below for all sampling and testing whether during the bidding
period or Ter award. No other Laboratory shall be used unless expressly authorized as an
Addendum to the bid issued by Marion County amending the Specification or an amendment to
the contract between Marion County and contractor.
NovaChem Laboratories
(513) 5
17 . College Corner Pile, Po Box 608,, Oxford, Ohio 45056
Thornton Laboratoidies
(813) 2
1145 East Cass Street{Tampa, Florida 3302
Aqua Pure
(352) 3 - 383
3855 Fast Silver Springs Boulevard, Suite 107, Ocala, Florida 34479
Page 494 of 512
Agenda Item #18.
5.1.3 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 Contractor's
delivery personnel (driver) may be asked to provide a sample of liquid sodium hypochlorite before
the shipment is unloaded. Marion County will supply the sample container and the driver shall
collect 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 subject samples of the
liquid sodium hypochlorite to quick analyses to ensure that it meets basic conditions of the
specification with respect to specific gravity, weight percent of sodium hypochlorite, sodium
hydroxide,ide, 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 60 minutes for this
testing to be completed. If testing cannot be completed within the 0-minute period, Marion
County shall allow theContractor to unload the shipment. In the event that the load is rejected,
theContractor shall have four 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 6 hours. In the event that the Contractor is unable or
unwilling to supply another shipment within this time period, Marlon 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
Marion County.
.1.4 Sampling and Vest of Shjpment After Unloadin . Marion County reserves the right to subject
samples of the liquid sodium hypochlorite to complete analyses to ensure that it meets EPA
specifications, AWWA B 00-10 specifications, and the Specification.
5.1.5 Certified Analysis. Contractor shall supply an affidavit, signed by a corporate designated official,
certifying that the liquid sodium hypochlorite furnished by the Contractor, complies with all
applicable requirements of this Specification and AWWA Standard B00-04, latest revision.
. . Sodium Hypochlorite Tank Cleanings
. .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 hypochlorite tanks, the Contractor shall cleanout
the tank at no charge to Marion County within seven days, unless such timeframe Is extended
by Marion County. The cleanout should be done in such a manner so that it is done safely with
no loss 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 impurity buildup in the tanks will be at the sole discretion of Marion
County. when the tank has been properly cleaned,the Contractor shall refill the tank with clean,
fresh sodium hypochlorite at no cost to Marion County.
'. OCCUPA 71ONA L HE4 L TH Al 'D SAFETY
6.1 Contractor Safety requirements
.1.1 Contractor must ensure delivery personnel's compliance with all OSHA requirements, including
personal protective equipment for Contractor delivery personnel, including without limitation
chemical goggles, transparent face shield and hard hat, rubber gloves, rubber boots, and rubber
or plastic-coated fabric apron or slider suit. Contractor delivery personnel must wear at minimum,
chemical goggles and rubber gloves when handling hoses and valves.
Page 495 of 512
Agenda Item #18.
6.1,,2 Contractor delivery personnel must remain within a safe proximity while the transfer is in progress
and continuously monitor for leading hoses, qonnections, or other problems. It is the
responsibility of contractor delivery personnel to contain leaks and to report any and all spills.
6.2 Material Safety Data Sheets. In compliance with chapter 442 Florida Statutes, any chemical delivered
from a Contractor must be accompanied by a Material Safety Data Sheet MS S . The mSI S must be
maintained by the user agency and gust 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, including:
The potential for fire, explosion, corrosively and reactivity;
The Known acute and chronic health effects of risks from posure, 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 tonic substances, including 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 tonic 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 questions regarding this requirement shall be directed to:
Department of Labor and Employment Security
Bureau of Industrial Safety and Health
Tonic waste Information center
5 . Executive center, circle west
Tallahassee, Florida 32301-5014
Phone; 00 -4
6.3 Emergency Plan of Action and Safety Training
. .1 within 30 days of award and acceptance of the contract for the supply of liquid sodium
hypochlorite, the Contractor shall provide in writing, an emergency contingency plan, with
appropriate telephone contacts,for Marion county to follow in case an emergency supply 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 least two
degreed engineers who live within one hundred fifty miles of Marion county) and telephone
contact numbers . -hour contact numbers) within 30 days of award and acceptance of the
contract to 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
to notify the proper regulatory agencies in the event of a spill incident. In the event of a spill or
leaf, the contractor shall supply the necessary personnel (including one degreed engineers to
immediately respond to such an event,to work with the local Hazardous materials Response Team
and to manage and oversee"After Event"'cleanup efforts. Should a spill or leak occur, caused by
Contractor's personnel, equipment or method of delivery, contractor shall immediately comply
with all applicable terms and conditions of the current version of Title III, Superfund Amendments
and Reauthorization Act of 1986, 42 u.S.c.S. 11001, et seq. AI A and the Florida Hazardous
Materials Emergency Response and Community Right to Know Act of 1988, chapter 252, Part II,
Florida Statutes. The responsibility for compliance with Federal and State rules and regulations
regarding contractor caused spills or releases shall be the sole responsibility of Contractor. The
Contractor shall indemnify and hold Marion county harmless for any failure to properly report and
Page 496 of 512
Agenda Item #18.
/or comply with this provision. In addition, Contractor shall bear all expenses of spills, unless
caused by the sole negligence of Marion County.
. .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 month intervals during the contract period. The Contractor shall provide this
assistance at no charge to Marion County.
. .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 sodium hypochlorite in the water and wastewater treatment
process. This expertise shall extend to the application of all other 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,
7. EQUIPMENT SUPPL Y
From time to time as required 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 working days of an order. Contractor shall
include a price list with his submittal for the following items and pricing small be held firm for the length of the
contract. CPI adjustments shall apply. Shipping shall be included FOB, Ocala, FL, with no minimum order.
0 /8"Teflon Tubing
0 1/4"Teflon Tubing
0 /8*. acor Fittings
1/4""Jacor Fittings
0 1 {'to /8"Schedule 80 PVC reducer bushing
0 1 "t to 14"Schedule 80 PVC reducer bushing
0 Pulsatron Series A+ L 04SA-VVC9-XXX 24 GPD/100 psi
0 Pulsatron Series A+ L8 4SA-WC9-XXX 30 GPD/100 psi
a Pulsatron Series E LPE4SA-WC9-XXX 44 GPD/100 psi
0 Pulsatron Series E LPH6 A-VrCB-XXX 120 GPD/100 psi
Pulsatron Series E+ LPH A-WC - O 76 GPD/1 0 psi
0 Pulsatron Series E+ LPG A-WC - o 76 GPD/ . 0 psi
Pulsatron Series E+ LPG SA-VVC - 96 GPD/100 psi
Pulsatron Series MP LI E4TA-1 TCI- 00 44 GPD/100 psi
K4WC9 KO P KIT 4/ 0/44 G P D
L0 0 ,100-TH 1 Diaphragm 4 80/44
PiDIA4 pl Diaphragm 24/80/44
Suction Valve L 01TCJ-PVC 4/30/44
Discharge Valve L 01 VCD-PVC 4/ 0/44
Degassing Valve L 00DV1-PVC 4/ 0/44
Injection Valve Assembly. 17 4/ 0/44
• Injection Valve Assembly. 4 .87
• K6\TCB K PKI T 120 GPD
• Bleeder halve 1 0 GPD L3 0OTO -PVC
• Suction Valve L 10 TC -PVC 120 GPD) 120 GPD/100 psi
• Discharge halve L 01TC -PVC 0 GPD 120 GPD/100 psi
• X0EVITCPAC.3 1/3 HP motor 29 GPM
• Calcium Hypochlorite HTH) 68% Minimum Available Chlorine % (too lb, pails)
Page 497 of 512
Agenda Item #18.
HIGH TEST CALCIUM HYPOCHLORITE T GRANULAR SPECIFICATIONS
1. Granular Chlorine Calcium Hypo hlonte HTH) 68% minimum available chlorine 0 o.
2. Granular Chlorine Calcium Hypochlorite HTH cost per each 100 pound pail.
3. Delivery shall he FOB,, Ocala FL at the five below Marion County Wastewater Facilities:
Golden Ocala Wastewater Treatment Facility
0 NW 70thAvenue
Ocala, Florida 38
0 Oak Run Wastewater rater Treatment Facility
11400 SW 9 t"Terrace
Ocala, Florida 34481
Salt springs Wastewater Treatment Facility
SR 19 &SR 31
Salt springs, Florida 32134
0 silver Springs shores Wastewater Treatment Facility
0 Emerald Road
Ocala, Florida 3 '
stonecrest Wastewater Treatment Facility
17200 SE 11 1h Avenue
Summer field, Florida 34491
HIGH TEST CALCIUM H P HL RITE H GRANULAR SPECIFICATIONS
1. High Test Chlorine Calcium Hypochlorite granules are used for disinfection and ordered in 100 pound pails of
8% minimum available chlorine %.
2. Delivery shall he FOB, Ocala FL at the five below Marion County Wastewater Facilities:
0 Golden Ocala wastewater Treatment Facility
0 NW 70th Avenue
Ocala, Florida 34482
0 Oak Run Wastewater Treatment Facility
1100 SW 90th Terrace
Ocala, Florida 381
0 salt springs Wastewater Treatment Facility
SR,19 &SR 31
Salt springs, Florida 313
0 silver springs shores Wastewater Treatment Facility
o Emerald Road
Ocala, Florida 3447
0 Stone rest Wastewater Treatment Facility
17200 SF 11 th Avenue
summerfield, Florida 34491
Page 498 of 512
Agenda Item #18,
19B-265 Bulk Chlorine (various BID FORM
PRICING .AND PROPOSAL PAGE
Item Description of *Estimated Unit Unit Price Total
Services Quantity (Estimated Qty X Unit
Liquid, 1 . %Trade
1 Percent Available 24 1 oo Gad $ $
Chlorine,Deliveries for - ..
Utility Sites
2HTH granular,powder, o 100 lb
deliveries for tili bites f ail s1$ $
TOTAL
*Estimated qu titles are based on historical data and are not a guarantee of a minimum or maximum.
Term of this contract is three 3 years,with an option to renew for three 3 additional one 1 year terns
pending mutual agreement. The rm shall not be for longer than six years. Price increases shall ONLY
be considered once annually on t anniversary of the contract start date, and must be supported by an
industry documented increase. Annu increase shall not exceed three percent 3% , and must be Board
approved.
ACCEPTANCE of TERMS: Acceptance of the tens and conditions is a mandatory aspect of being
considered. responsive. Bidders wanting to alienge any of the Tenn and Conditions or question
alternatives to Specifications as listed herein anus o so during the period before the Last Day for Questions.
If the County does not authorize a change prior to 'd closing via addendum, the Terms and Conditions or
Specifications stand; any counter-proposal on Terms d Conditions, or Specifications will be rejected., as
will the bid..
ALTERNATES/EQUIVALENTS: When alternate line i nos are offered in addition to the base bid, the
- Yi A��14+W- III Ii�. i i 14��Y41 114+!
County reserves the right to consider any combination of the se bid plus any a.ltex a.te s deemed necessary
in order to establish the overall bid. Recommendation of awar will be based on the lowest overall bid, as
d.eterrnined by the County, for the responsible responsive bid d then. Brand Names are specified, the
Contractor must prove demonstrated equivalency prior to the Last y for Questions and the County reserves
the right to reject bids from firms which have failed to receive ap ovals of acceptable equivalents. See
General Conditions, Sec 2.28 for more on equivalency requests.
PUBLIC RECORDS: Florida Statutes was amended June 2, 2011 to p vide that sealed bids, proposals,
or replies received by a Florida public agency shall remain exempt from disc sere until an intended decision
is announced or until 30 days from the opening,whichever is earlier.This nea s that bidders will not be able
to procure a copy of their competitor's bids until an intended decision is reached r 30 days has elapsed since
the time of the bid.opening.
UNIT PRJ S: Shall be tabulated to calculate no more than two decimal plac . Unit prices less than.
$0.005 will be rounded off to the cent; unit prices equal to or greater than. $0.005 vxl be rounded up to the
next cent.Unit prices on the bid form will be used to correct any extensions,and if adjust ,shall be identified
on the detailed tabulation as corrected._ If the Contractor fails to include a unit price an only includes the
total, the County reserves the right to mathematically calculate the unit cost and enter (us; g the rounding
method above)to establish a price for the contract and potential additional purchases of af:e ed line items.
Name of Firm Submitting Bid Odyssey... anu a c u r-Ing -Company
Name of Person Submitting did Patri* ck Allman, General Mana_ger
This document must be completed and retumed with your Submittal
Page 499 of 512
Agenda Item #18.
eBid Response Submission Confirmation
eBidResponse Dail ....wn....v..........t....................:.....................................n.._..__..........._............._................................n..vn........n............................_........:................._....n........n.__w...................................n....n..................._.
1
View History a
Agency Name City of Hallandale Beach
Bich Number ITB-#FY 021- 0 -01 -OW 02 /KV
Bid Name AMMONIUM SU LFATE CHEMICAL FEED SYSTEM INSTALLATION FLORIDA DEPARTMENT F ENVIRONMENTAL
PROTECT1 0 N(FDEF)4-LOG V1R S REMOVAL CE RTIFI ATI I
Bid Due Dartie 0 f / 1.1-00 A A Eastern
Response 091`191`2022 5:38 PM Eastern
Submitted On
Countdown to 1 1 ho U rs)12 m i n utes,12 seconds rema nor;
Bich Due Date
State Florida
Status Comptete
Contact.I formation wry......................v...n..n..................._............................ ._..........._..n..w......................n................._....._....... ....._.....w_....w..._. .._......n....n...................................._..._.w._............_.....w...w..n......n._...
Company Name Odyssey Manufacturing Co
Address 1 1484 Massaro Blvd,
Address
city Tampa
State Florida
Postal Code 33619
Response Number 42843
Phone Number 13- 5-0339
Country United States of America
Bid Amount
Alternate Bid Amount
Page 500 of 512
Agendaltem #18.
AgencyRequired Documents....,..,n.-......A.-wnv...M................nv.n................n....:..... ...........-.......-........................................-...................-............................................,.,........w...........
Como ete Bid OCUMen
Page 501 of 512
Agenda Item #18.
O D Y S S E Y
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
n g
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.
CORPORATE SEAL
Stephen Sidelko, Secretar —
Marvin T. Ra�es,' resident
MANUFACTURERS OF A C:i' (8 O O) ODYSSEY
--AFT Ey , , www.odysseymanufacturing.com
1484 . . . :P ge 502 o ��.