Loading...
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 ��.