Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 06_06/13/2013 VILLAGE CLERK'S OFFICE AGENDA ITEM TRANSMITTAL FORM Meeting Date: Meeting Type: Regular Ordinance #: 06/13/13 Consent Agenda: Yes Resolution #: 17-13 Originating Department: Utilities AGENDA ITEM TITLE: (Wording form the SUBJECT line of your staff report) Authorizing piggy-backing the contract between Odyssey Manufacturing Company and The City of Plantation for the purchase of sodium hypochlorite at the price of $0.67 per gallon. BUDGET / FINANCIAL IMPACT: Account #: 401-242-552.342 Amount of this item: $34,605.00 Current Budgeted Amount Available: Amount Remaining after item: $108,689.00 $74, 084.00 Budget Transfer Required: No Appropriate Fund Balance: No EXECUTIVE SUM MARY OF MAJOR ISSUES: (This is a snap shot description of the agenda item) Authorizing piggy-backing the contract between Odyssey Manufacturing Company and The City of Plantation for the purchase of sodium hypochlorite at the price of $0.67 per gallon. APPROVALS: SIGNATURE: Department Head �' Finance Director � / d Reviewed for Financial Sufficiency � /��� No Financial Impact ❑ Attorney: (for legal sufficiency) Village Manager: �__�� -----� Submit for Council iscussion: � Approve Item: Deny Item: � SPECIAL INSTRUCTIONS FOR CLERK: (if you wish to have agreements signed, be sure to include the number of copies you want signed and place "Sign Here" sticker on them) Form Amended: 10/20/11 RESOLUTION NO. 17-13 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, FLORIDA, AUTHORIZING PIGGYBACKING THE CONTRACT BETWEEN ODYSSEY MANUFACTURING COMPANY AND THE CITY OF PLANTATION FOR THE PURCHASE OF SODIUM HYPOCHLORITE AT THE PRICE OF $0.67 PER GALLON PROVIDING FOR SEVERABILITY; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. WHEREAS, pricing is piggybacked on the City of Plantation's Contract No. 038-11; WHEREAS, this good/service was procured with the same level of formality as the Village would have otherwise required in its Purchasing Polices and Procedures; WHEREAS, a copy of the agreement is attached to this Resolution; WHEREAS, this contract will expire on September 30, 2013; NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, AS FOLLOWS: Section 1 Resolution No. 17-13 is hereby awarding a blanket purchase order to Odyssey Manufacturing Company for the purchase of sodium hypochlorite at the price of $0.67 per gallon; Section 2 This Resolution shall become effective immediately upon passage. Village of Tequesta Date: 3/27/2013 Purchase Order Requisition Date Purchase Order is Req'd: 4/5/2013 t (Not a Pur�chase Orrler) Department: Water Treatment Plant "Revised November 14, 2011 Req. #: 552 Quotes Received: 1 (See Attached) Recommended Vendor: Vendor #: Vendors Bids Od sse 3267 1 Od sse Address: 1484 Masaro Blvd. City: Tam a State & Zip: FL 33619 Comments: We're i -backin off of Ci of Plantation Contract no. 038-17 for Sodium H pochlorite. Od manufactures the best product for the Plant's needs, the best technical su ort and stora e s stem. The do not add fuel surchar es or fees for artial loads. Manuf./ Available Balance Item Description Part# Q. Unit Price Total Cost Account # Finance Use Onl NaOCI (gals.) 51,648 $ 0.67 $ 34,604.16 401-242552.342 �� $ - $ - $ - ---� --. $ _ � - $ - _ $ - $ - � ; ;_; -- Y � - .. ..."' ... Total: $ 34,604.16 FinancelAdministrative Use Only: The Department Directors / Designee's signatwe below certifies that (1) this pur�ha� order iequisition is complete and in compliance with the Village's Purchasing Policies and Procedwes and (2) all pr+�airement requirements have 6een satisied. De artment Director / Desi nee Si nature: Date: �7 � The Finance Department signature below certfies tha! (1) this uisition has been roved by an authorized Department Director/Designee, (2) th the correct account num6ers have been used and (3) there is adequate funding in the accounts listed. Finance Si nature: Date: Villa e Mana er A roval: Date: Village Council Approval: Resolution #: Date: ,s t�. a .. yc�p6g .S: ODYSSEY MANUFACTURING CO. September 27, 2012 Mr. John Collings Instrumentation Technician V illage of Tequesta 901 North Dixie Highway Tequesta, Florida 33469 Re: PROPOSAL TO SUPPLY BULK SODIUM HYPOCHLORITE TO THE VILLAGE OF TEQUESTA UTILITIES DEPARTMENT Dear John, As a follow-up to our recent phone conversation, Odyssey Manufacturing Co. agrees to let the Village of Tequesta "piggyback" off of the City of Plantation's recent bid for its Ultra Chlor 12.5% sodium hypochlorite for its Utilities Department only effective immediately (or whenever you wish to begin) throu�h October 19, 2013 for the firm lump sum delivered price of $.67 per gallon. The delivered price is fixed to the water treatment plants and there are no fuel surcharges, delivery fees or other hidden charges. Attached is the RFP package, a copy of Odyssey's bid, the award information and the recent renewal from the City Council Meeting. Charles Spencer is the point of contact with the City of Plantation Seacoast Utility Autharity @ 954-452-2554. Additionallv there is no minimum deliverv! This proposal to piggyback is made with the understanding that Odyssey Manufacturing would supply the Village of Tequesta's bulk sodium hypochlorite needs for its Utilities Department only. As part of the chemical supply, Odyssey agrees to provide technical assistance to your facilities as required to your Water Treatment facilities including engineering, technical support and service work on your chemical systems. Odyssey's product guarantees and specifications are listed in its bid package. The bottom line, with Odyssey's high quality sodium hypochlorite, you will be able to see to the bottom of your tanks! As you know, you cannot currently do this. Additionally, we don't have all of the metal impurities or sludge of other manufacturers. We also make 12.5 Trade Percent and not 9% - 10% like other manufacturers so you will use less! Odyssey guarantees deliveries with 48 hours' notice and will do emergency deliveries on 24 hours' notice. We have never missed a delivery! This is in sharp contrast to your current supplier! In addition to the guaranteed pricing, the Village of Tequesta will achieve additional cost savings in two areas with the Odyssey Ultrachlor. First, Odyssey Ultra Chlor contains virtually no metal impurities. This lack of inetal impurities (primarily nickel and cobalt) means less gassing of the bleach which is a form of decomposition and translates to a significantly longer half-life (e.g., lower decomposition rate) on the order of magnitude of 10% to 100%. This factor by itself should decrease total consumption by approximately 10% to 20% or so depending on how long the product is stored prior to being used thus resulting in cost savings. Additional cost savings will also result from reduced O&M expenses since you will not have any feeder system pluggages caused by high . suspended solids (e.g., the black goo on the inside of sodium hypochlorite tanks) or gassing (from MANt7FAGTURERSQE �� ° o ����� (g00) ODYSSEY � ' . ; ' � � , , : ,� � . , ` },�'' `� � b�: , www�aodysseymanut�ct�aa��ng:cam 9 w S , � '.� 0 '� '�\ .4'a` Y a[+ �...,.,!-t k .; � .�^� .� t� Y-"� � yf�A'7-. z'�..��,.��;". ;, °'" `�^� �r z:'w�, r �6 , �. �' X�- � �.'�,.° § � metal irnpurities). Other benefits include reduced bromate levels (a known carcino�en which became regulated in drinking water beginning January of 2004) and reduced sodium chlorate levels (EPA has stated that they intend to regulate this substance in drinking water when more toxicity data from ongoing studies is available). Another advantage is that Odyssey never misses a delivery! Contrast that with the service you have received in the past! As the only proven chlor-alkali manufacturing facility in Florida, Odyssey Manufacturing Co. can offer a unique combination of high quality combined with a very competitive cost structure. We make our raw materials (chlorine and caustic) on-site out of highly purified salt and demineralized water utilizing a membrane cell electrolysis process. Not only does this process result in high quality bleach but also makes our product cost very competitive as we do not have to pay out of state third parties to make the raw materials for us and have them shipped down by railcar. This is the reason we are able to offer this fixed pricing with no price protection for the upcoming year while providing a superior quality product. Additionally, this ensures our raw material supply is not interrupted. As you know, railcar shipments of chlorine gas have been stopped on eight occasions for up to four days each time over the past six years; three due to terrorist concerns and six due to hunicanes. Thank you for your consideration. As you know, we have provided our industry superior service aver the past thirteen years of our existence providing the best product in the marketplaee and never missing a delivery. Additionally, we have provided extensive technical expertise with regazd the chernical systems and installed tanks to the industry. In fact, Odyssey is a licensed plumbing and general contractor who has installed the majority of sodium hypochlorite systems in Florida. We also furnish and insta.11 on-site generation systems. Please call me if you have any questions. We look forward to the opportunity to continue to serve your sodium hypochlorite needs in the future. I have also provided you a product brochure, process flowchart, Material Safety Data Sheet (MSDS), copy of our NSF certification, and a copy of our insurance certificate as part of the bid package that is enclosed. Additional information on our product or company can be found on our website @www.odysseymanufacturing.com. Please do not hesitate to contact me at (813) ODYSSEY or cellular (813) 335-3444 if I can be of further assistance. Sincerel . Allman . General Manager Sodium Hvaochlorite Deliveries Date Price Rate Gallons 10/23/Z012 2554.86 0.77/gal 3318.00 11/1/2012 2203.63 0.67/gal 3289.00 11/3Q/2012 2203.63 0.67/gal 3289.00 12/4/2012 2203.63 0.67/gal 3289.00 1/3/2013 2203.63 Q.67/gal 3289.00 1/8/2013 2202.29 0.67/gal 3287.00 1/24/2013 2202.63 0.67/gal 3287.51 2/5/2013 1752.10 0.67/gal 2630.00 2/14/2013 2203.63 0.67/gal 3289.U0 3/5/2013 220b.31 0.67/gal 3293.00 3/27/2013 2203.63 0.67/gal 3289.00 Actuai Totals for last 4 months 21595.11 32231.51 $21,595.11 32.232 for 4 months usa�e X 1.5 = 48348 for minimum 6 mo. usa�e X 1.5 $ 32,392.67 for 6 months THE VILLAGE OF TEQUESTA PIGGYBACKING CHECKLIST Instructions: This form is to be completed for any purchase of goods, or contract for services where the Village will utilize a contract competitively bid by another governmental agency (i.e. "Piggyback"). Department: ��� 111J� Date: Item/Service C �, 1 �l.l� 1 � Vendor/Service Provider �� � ' �. � State Contract # I a/ I Other Governmen Agency T If box beside "Other Governmental Agency" is checked above, complete the remainder of this form. 1 Governmental A enc ���� . g Y Yes No � � 2 Was item/service bid out in compliance with the Village's Purchasing Policies & Procedures? � � 3 Is the proposed vendor the low bidder selected by the agency named above? Is documentation of the bid process attached to this form? (solici ation, tabulation, a� d, � � 4 contract) � � 5 Does the original contract contain an assignability clause? Is the price that the Village will receive by piggybacking equal to the price obtained by the � � 6 agency named above? Has the vendor/service provider executed an agreement with the Village confirming that the � 7 Village may piggyback on the contract with the agency named above? � 8 Is a copy of the agreement attached to this form? ODYSSEY MANUFACTURING CO. September 27, 2012 NIr. John Collings Instrumentation Technician Village of Tequesta 901 North Dixie Highway Tequesta, Florida 33469 Re: PROPOSAL TO SUPPLY BULK SODIiJM HYPOCHLORITE TO THE VILLAGE OF TEQUESTA UTILITIES DEPARTMENT Dear John, As a foliow-up to our recent phone conversation, Odyssey Manufacturing Co. agrees to let the Village of Tequesta "piggyback" off of the City of Plantation's recent bid for its Ultra Chlor 12.5% sodium hypochlorite for its Utilities Deparhnent only effective immediately (or whenever you wish to begin) throu�h October 19, 2013 for the firm lump sum delivered price of $.67 per gallon. The delivered price is fixed to the water treatment plants and there are no fuel surcharges, delivery fees or other hidden charges. Attached is the RFP package, a copy of Odyssey's bid, the award information and the recent renewal from the City Council Meeting. Charles Spencer is the point of contact with the City of Plantation Seacoast Utility Authority @ 954-452-2554. Additionally there is no minimum delive ! This proposal to piggyback is made with the understanding that Odyssey Manufacturing would supply the Village of Tequesta's bulk sodium hypochlorite needs for its Utilities Department only. As part of the chemical supply, Odyssey agrees to provide technical assistance to your facilities as required to your VVater Treatment facilities including engineering, technical support and service work on your chemical systems. Odyssey's product guarantees and specifications are listed in its bid package. The bottom line, with Odyssey's high quality sodium hypochlorite, you will be able to see to the bottom of your tanks! As you know, you cannot currently do this. Additionally, we don't have all of the metal impurities or sludge of other manufacturers. We also make 12.5 Trade Percent and not 9% - 10% like other manufacturers so you will use less! Odyssey guarantees deliveries with 48 hours' notice and will do emergency deliveries on 24 hours' notice. We have never missed a delivery! This is in sharp contrast to your current supplier! In addition to the guaranteed pricing, the Village of Tequesta will achieve additional cost savings in two areas with the Odyssey Ultrachlor. First, Odyssey Ultra Chlor contains virtually no metal impurities. This lack of inetal impurities (primarily nickel and cobalt) means less gassing of the bleach which is a form of decomposition and translates to a significantly longer half-life (e.g., lower decomposition rate) o� the order of magnitude of ] 0% to 100%. This factor by itself should decrease total consumption by approximately 10% to 20°/a or so depending on how long the product is stored prior to being used thus resulting in cost savings. Additional cost savings will also result from reduced O&M expenses since you will not have any feeder system pluggages caused by high suspended solids (e.g., the black goo on the inside of sodium hypochlorite tanks) or gassing (from ... � t �.a — ' an �l�ftfP�l�T�REi�t'�' .��� �,_ � � � , ��{� �.� w,� �� �,� � � rr ,�. � � ' ,� �' ,�sr *� n - .�-��'�' . ,�,� a:�:� � r = - x.x� - �P�*. �a s� �' �s` �� � �z _ a s' �' ��a�' �� �' � - : 'Y oY 3— � ^r '� �* �' S` � ' : z&N.f� } w:�' • �` � r� �f �` . �'� �`''�;`�.���1� �e krrxi � � iw -� �S �� a �,- � � f ,,�?�c �s� 4 x - �` E L ^` �'.� _ ns� ,�' � � ,� �"� _ . . .. . . _ _ . _ ._ . � .. . . .. . . . . � ... . .. . . . _ . . .._ _ . . _ _ ,. ., . _.»,r ., _ �� metal impurities). Other benefits include reduced bromate levels (a known carcinogen which became regulated in drinking water beginning January of 2004) and reduced sodium chlorate levels (EPA has stated that they intend to regulate this substance in drinking water when more toxicity data from , ongoing studies is available). Another advantage is that Odyssey never misses a delivery! Contrast that with the service yoU have received in the past! As the only proven chlor-alkali manufacturing facility in Florida, Odyssey Manufacturing Co. can offer a uniyue combination of high quality combined with a very competitive cost structure. We make our raw materials (chlorine and caustic) on-site out of highly purified salt and dernineralized water utilizing a membrane cell electrolysis process. Not only does this process result in high quality bleach but also makes our product cost very competitive as we do not have to pay oat of state third parties to make the raw materials for us and have them shipped down by railcar. This is the reason we are able to offer this fixed pricing with no price protection for the upcoming year while providing a superior quality product. Additionally, this ensures our raw material supply is not interrupted. As , you know, railcaz shipments of chlorine gas have been stopped on eight occasians for up to four days each time over the past six years; three due to terrorist concerns and six due to hurricanes. Thank you for your consideration. As you know, we have provided our industry superior service over the past thirteen years of our existence providing the best product in the marketplace and never missing a delivery. Additionally, we have provided extensive technical expertise with regard the chemical systems and installed tanks to the industry. In fact, Odyssey is a licensed plumbing and general contractor who has installed the majority of sodium hypochlorite systems in Florida. We also furnish and install on-site generation systems. Please call me ifyou have any questions. We look forward to the opportunity to continue to serve your sodium hypochlorite needs in the future. I have also provided you a product brochure, process flowchart, Material Safety Data Sheet (MSDS), copy of our NSF certification, and a copy of our insurance certificate as part of the bid package that is enclosed. Additional in€ormation on our product or company can be found on our website @www.odysseymanufacturing.com. Please do nat hesitate to contact me at (813) ODYSSEY or cellulax (813) 335-3444 if I can be of further assistance. Sincerel . Allman _ General Manager OFFICE OF THE MAYOR CITY COUNCIL Diane Veltri Bendekovic, Peter S. Tingom, President Mayor � Dr. Robert A. Levy, President Pro Tem Ron Jacobs UTILFTIES PURCHASING SECTION � Lynn Stoner Charles Spencer, Sharon E. Moody Utilities Budgeting & Purchasing Manager Plantation the grats is greener' Cf�NTR.A.CT AMENDMENT CONTRACT TITLE: Purchase and Delivery to V arious LocaGons: Sodium Hypochlorite, RFP No. 038-12 (Tetrn Contract) AMENI?MENT NUMSER: 1 :�mendment to Contract benveen the Cin� of Plantation "CI1"�°', and Od}'sset� lfanufacturing Co. "CO?�TTR-1CTOR." The parties agree to the follo�ving terms and conditions and expressl}' agree that if an} of the foll��ving terms and conditions conflict with anc of the terms and conditions oE the Contxact, then, nohtrithstanding an}• teim in tl�e Contract, the following terms and conditions govem and control the rights and obligations of the parties. The following section shail be "Remove": Sodium H}�pochlorite, (IvaOCl, Bleach); Tanker I,oad; Unit Price $4.682/per gallon The followi�ig section shall be "Remove": Sodium Iiypochlorite, ('�aOCI, Bleach); Tanker Load is 5,000 gaIlons (Split benveen two Cit}• of Plantation Locations; L'nit Price �0.682/per gallon The follou+ing section shall be "Added": Soclium HypochloLite, (IvaOC1, Bleach); Tanker Load is �,OOQ gallons (Split between nvo Cits of Plantation Locations; Unit Price �0.G7/per gallon The following section shall be "Added": Sodium H}Pochlorite, (I�aOCl, Bleach); Tanker Load; Unit Price $0.67/per gallon The effective date oF this .�mendment is September 12, 2012 or upon execution whichever is later. .�1LL OTHER TERl'�iS �ND CONDITIONS OF TH� ORINGIN. WORK CONTR:�CT R��L-lIN II�T FULI. FORC� .-�ND �FFECT. THIS _��1EI�D:�1�NT, consistuig of 1 page(s) and 0 attachment(s), is eaecuted l�q the persons signing below who a•arrant that theS have the authorit�- to e�ecute this �amendment under the origina] VG'ork Contract. IN ��ITNESS Dt�IIEILEOP, the .�G$NCI' and the CONTR�CTOR hare signed the :�mendment. [Odpsse}''�fanufacturin� 8.] [Cin� of lantation] � .r � l.. _ , / d Sigrr ! Si a . e �,�,� f ,! ' / f [ ", q.[ q I � Cy /`� L1�.e �! �'��'� �'�G. \ Y �Ui��'.�i,(: �1�T f � 1�� �L � Title Date Title ate 400 N�Y�' 73rd Avenue � Plantarion, Florida 33317 954.452.2544 � ESpencer@Plantation.org OFFICE OF THE MAYOR � CITY COUNCIL Diane Veltri Bendekovic, Peter S. Tingom, President Mayor Dr. Robert A. Levy, President Pro Tem Ron Jacobs UTILITIES PURCHASING SECTION � Lynn Stoner Charfes Spencer, Pldil�l�lOn Sharon E. Moody Utilities Budgeting & Purchasing Manager _ the grass is greener` � Notice of Award Jui �, zo� . � .. c��� Jr'�,=� .; � Odyssey Manufacturing Co. � �°-� p ; u_ J Attn: Patrick Allmen �'� � 1484 Massaro Blvd ` Tampa, Florida 33619 RE: Contract 038-11- Ciiy of Plantation, Supply and DeIivery of Sodium Hypochlorite Dear Mr. Patrick Allmen: On July 11, 2012 Consent Agenda Item No.10 the City Council approved the Utiliries Department to continue purchasing Sodium Hypochlorite (Chlorine Bleach) from Odyssey Manufacturing Co., at the cost of $0.682 per gallon for split of full-tanker load. The revised contract expiration date will be October 19, 20]3. The terms, condirions and specifications of this contract will remain in effect during the one-year extension period, includ.ing insnrance and /or performance bond requirements. Note: This is the first of (4) four one (1) year renewal options. We hope this will continue to be a rewarding and profitable business relationship. Sincerely, � �_ . Cha le Spencer Jr. Utilities Budget and Purchasing Manager 400 NW 73rd Avenue • Plantation, Florida 33317 954.452.2544 • ESpencer@Plantation.org OFFICE OF THE MAYOR CITY COUNCIL Diane Veltri Bendekovic, Peter S. Tingom, President Mayor � Dr. Robert A. Levy, President Pro Tem RonJacobs UTILITIES PURCHASING SEGTION � Lynn Stoner Charles Spencer, P'_ Sharon Moody Uria Utilities Budgeting & Purchasing Manager 1d.I1 rhe grass is greener' June 21, 2012 ���t���, PatrickAllmen ����11� �'° � ����� , Odysse3T Manufactwiiig Company 1484 Massaro Blvd B�': Tampa, Fl. 33619 ---�. Dear Mr. Patrick �llmen: Contract 038-11 for Purchase and Delivery to Various Locarions: Sodiutu Hy�ochlorite and Calcium Hypochlorite egpsres on October 19, 2012 and has a provision for renewal under the o�7gitial te,rms, conditions and specifications for additional one-pear egtension. T"his would be the first of (4) four one (1) pear renewal options. Note: Tlie purpose of this letter is to determine pour desire to this renewal provision. This ittquir5� does not constitute an extension or renewal of the conlract Someone with authorization to sign for youx companp must place their signature where indicated. THE FORM SIGNOR MUST BE AN OFFICER OF THE COMPIINY OR YOU MUST PROVIDE A DOCUMENT FROM AS OFFICER OF THE COMI'ANY, THAT AUTHORIZES THOSE LISTED TO SIGN ON THEIR BEHALF. Onlp the signature of as authorized officer or someone authorized to bind your company wi11. be accepted. Your response must be received no later than 4:00 p.m. July 23, 2012. Fas or email response will be accepted, (954) 452-2546 or Esgencer �lantation:org. Failute to respond will deemed as evidence that your firm is no longer interested in requesting its oprion to renew tl�is contract. Your coopera.ti.on in this matter is appreciated For further information please contact Utilities Budgeting & Purchasing Manager, Charles Spencer at 954-452-2544 or email e�tiencer(C��lantation.org. � YES: We offer to renew this contract per the origival te�ms, conditions and specifications for one (1) year. Signee must authorize ,.to b' " the company. ��i � ��' � A ignatuxe Title NO: We do not wish to renew this contract for the following reason: Authorized Signature Tifle 400 NW 73rd Avenue • Plantati.on, Floxida 33317 954.452.2544 � ESpencer@Plantauon.org � ODl(SSEY MANUFACTURING CO, February 16, 2 012 Mr, Marvin Rakes Odyssey Manufacturing Co, 1484 Massaro Boulevard Tampa, Florida 33619 Re: CORPORATE RESOLUTION FOR AUTHORITY TO SIGN BIDS AND CONTRACTS ON BEHALF OF UDYSSEY MANUFACTURING C0. To Whom It May Concern, � Odyssey Manufacturing Co. is a Delaware corporation Licensed to do business in the State of Plorida. Patrick H. Allman, Odyssey Manufacturing Co.'s General Manager, has the authority to sign all bid documents and contracts on behalf of Odyssey Manufacturing Company. Sincerely, � �,�� Marvin T. Rakes President CORPORATE SEAL _ ,, ,�.,r,�MANUFAGTIlR RS OF 4 �:u � ��_;�����.. ` %�d- �,� �r �� ��_ ° ' ° � ,a(so�o� on�r�ss e�r. � t�' e r W� xC.� � �� � ��fl�3 ��'�' �� x�4i�w�s `�.v � ,�;. • 6 e �. � - - OFFICE OF THE MAYOR � CITY CUUNCIL Diane Veltri Bendekovic, Sharon Moody Uria, President Mayor � Peter S: Tingom, President Pro Tem RonJacobs UTILITIES DEPARTMENT Dr. Robert A. Levy Hank Breitenkam, P�1I].t.�.tlOri Lynn Stoner D i reCto r the grass is greener' Certified Ma.il No. 9i 7199 9991 7030 8528 5903 Return Receipt Requested 91 7199 9991 7�30 8528 59�3 NOTICE OF AWARD October 12, 2011 Mr. Pat�ck Allman Odyssey Manufacturing Company 1484 Massaro Blvd Tampa, Fl. 33619 SUBJECT: RFP# 038-11, Purchase and Delivery to Various Locations: Sodium Hypochlorite and Calcium Hypochlorite, Term Contract. Dear Mr. Allxnan: This is to inform you that the City of Pla.ntation City Council awarded t'l�.e above mentioned "RFP" for the Su��lv and Deliver�ofSodium H�.rpochlorzte `�nl�' at their October 12, 2011, to Odyssey Manufacttiring Co. After the required protest period has.passed, the City of Planta.tion shall be contacting you to execute a formal contract Included with this letter you will find the City of Plantation's standard vendors application, W-9 form, and a request for certificate of insurance (naming the City of Plantation as additionallp insured). Please have these documents returned to my office at your earliest convenience. Please understand this is your formal Notice of Award dated October 13, 2011. The City of Plantation looks forward to working with Odyssey Manufac�g Co. Regards �. � Ch les Spencer Jr. Utilities Budgeting & Purchasing Manager Email: Espencer@pla.ntation.org 400 NW 73rd Avenue � Plantation, Florida 33317 954.797.2293 � ESpencer@Plantarion.org OFFICE OF THE MAYOR CITY COUNCIL Rae Carole Armstrong, Rico Petrocelli, President Mayor Diane Veltri Bendekovic, President Pro Tem Jerry Fadgen UTILITIES DEPARTMENT Dr. Robert A. Levy Hank Breitenkam, �ailt�tl.Ori Sharon Moody Uria Director Certified Mail No�91�7199 9991 7030 8528 5873 _ October 14, 2011 Return Receipt Requested Transmittal Form Odyssep Manufacturing Company Subjecr. Sodium and Calcium Hypochlorite 1484 Massaro Blvd (RFP# 038-11) Tampa, FL 33619 Attn: Patrick Allman The following items are enclosed: Prints, Specifications Number of Copies: 1 Agreements and contract documents This data axe submitted, at your request and for youx action. General Remarks: Please review the documents, complete and retum to my office. Sincerelp, Ciry of Planta 'on Utilitie ent _�� B h es Spencer Jr. Utili �es udgeting & Manager 400 NW 73rd Avenue • Plantation, Florida 33317 954.797.2293 • HBreitenkam@Plantauon.org AGREEMENT This Agreement is dated as of the day of , in the year 201 l, by and between: CITY OF PLANTATION, FLORIDA a municipal corporation 400 NW 73'� Ave Plantation, Florida 33317 (hereinafter referr�d to as City) AND � Odyssey Manufacturing Company 1484 Massaro Blvd Tampa, Fl. 33619 (hereinafter referred to as Contractor) OWNER and CONTRACTOR, in consideration ofthe mutual covenants hereinafter set forth, agree as follows: • Article 1— WORK The CONTRACTOR shall complete all Work as specified or indicated in the Contract documents for the proj ect entitled: Purchase and Delivery to Various Locations: Sodium Hypochlorite and Calcium Hypochlorite RFP No. 038-11 and generally described as follows: Purchase & Delivery of Sodinm & Calcium Hypochlorite Article 2— TERMS OF AGREEMENT This Agreement shall commence October 20, 2011 and shall terminate on October 19, 2012, unless othexwise terminated. pursuant to Section 17 of this Agreement. The CITY reserves the right to renew this contract for four (4) additional one (1) year periods based on CONTRACTOR' S acceptable level of performance and approved and available funding. Article 3 — COMPENSATION City agrees to pay to CONTRACTOR an amount of $Q.682/per gallon for a load of Sodium Hypochlorite and $0.682/per ga.11on for a"Split Tanker" load of Sodium Hypochlorite, FOB Destination. City uses approximately 262,000 gallons annually; quantity is an estimate and is subject to increase or decrease. A-1 All payments for services rendered shall be in accordance with unit costs as designated in CONTRATpR'S response to RFP No. 038-11 a.nd invoiced by CONTRACTOR as follows: Contractor shall. submit one (1) invoice per site delivery; Request for �ayment shall be submitted to the Director of Utilities, City of Plantation, 400 NW 73 Ave, Plantation, Florida 33317. CITY shall pay CONTRACTOR within thirty calendar days of approval of invoice by CITY Article 4— RECORDS AND AUDIT City reserves the right to audit the records of CONTRATOR relating to this Agreement any time during the performa.nce and term of the Agreement and for a period of three (3) years , a.fter completion and acceptance by CITY. If required by CITY, CONTR.ACTOR shall agree to submit to an audit by an independent certified public and review the records of CONTRACTOR at any and all times during normal business hours during the term of this Agreement. CONTRACTOR agrees that it shall keep accurate and complete records with regard to all services as proposed hereunder. All original records related to the services provided under the terms of Agreement are the property of CITY and accordingly those records are subject to the Florida Public Records Law. CONTR.ACTOR shall not release any City records without written permission from City except as necessary and appropriate in the performance of the duties and responsibilities required to comply with terms of any Agreement between parties. CONTRACTOR shall preserve and make available for inspection by CITY personnel, or by personnel duly authorized by CITY, computer date and other records related to the services provided under this Agreement. The records will be made avaikable during normal business, houxs upon twenty-four hours notice by the CITY. Article 5— INDEPENDENT CONTRACTOR STATUS CONTRACTOR and its employees, volun.teers and agents shall be and remain as independent contractors and not agents or employees of CITY, with.respect to all of the acts and services performed by and under the terms of the Agreement. Tbis Agreement shall not in any way be constructed to create a partnership, association or any other kind of joint undertaking or venture between the parties hereto. Article 6— CONFLICT OF 1NTEREST CONTRACTOR covenants that no person un.der its employ who presently exercises any functions or responsibilities in connection with this Agreement has any personal financial interests, direct or indirect, with CTTY. CONTRACTOR furkher covenants that, in the performance of this Agreement, no person having such conflicting interest shall be A-2 employed. Any such interests, on the part of CONTRATOR or its employees, must be disclosed in writing to CITY. CONTRACTOR is aware of the conflict af interest laws of the Municipal Code of the Cit� of Plantati.on, Browaxd County and the State of Florida, Chapter 112, Flori.da Sta.tues (2008), as amended, agrees that it wi11 fullp complp in all respects with term.s of said laws CONTRACTOR warrants tha.t it has not eamployed or retained any person employed by CITY to solicit or secure this Agreem.ent and that it has not offered to pap, paid, or agreed ta pa�, anq public official or person employed by CITY anp fee, comnussion, percentage, brokerage fee ox gift of any kind, contingent upon of resultin.g from the award of this privilege. Arti.cle 7- ASSIGNMENT � The Agreement is not assignable or transfera.ble in whole or in part without the prior egpressed written consent of the CITY which consent cannot be unreasonabiy withheld. Article 8- COMPLIANCE WITH LAWS CONTRACTOR shall comply with all statutes, laws, ordina.nces, rules, regulations and lawful orders of the United States of America., State of Florida, City of Plantation and of any other public authority, which may be applicable to this Agreement. Article 9- VENUE Any clai.m, objection or dispute arising out of the terms of this Agreement shali be lirigated in the Seventeenth Judicial Circuit in and for Broward County, Florida and the prevailing party to any resultant judgment shall be entitled to an awazd of a11 reasonable attomey's fees, interest and court costs incurred by such prevailing party against the losing party includi.ng reasonable appellate attorney's fees, interest and taxable costs. Article 10- GOVERNING LAW The valiclity, construction and effect of this Agreement sha11 be governed by the laws of the State of Florida. Section 11- PERMITS, FEES AND NOTICES CONTRACTOR shall use its best efforts to obtai.n the necessary permits as soon as possible after the Notice to Proceed is issued. Any delays in obtaining permits must be brought to the attention of the CITY. Section 12- INSOLVENCY A-3 . In the event that either party shall become insolvent, make a general assignment for the benefit of creditors, suffers or permits the appointment of a receiver for its business or its assets or shall avail itself of, or become subject fo, any proceeding under the Federal Bankruptcy Act or any other statue of ariy sta.te relating to insolvency or the pzotection of rights of ereditors, or become subject to rehabilitation, then; at the option of the other party � and immed.iately upon written notice, this Agreement shall terminate and be of no further force effect. Section 13- ENTIRE AGREEMENT � This Agreement contains the entire understandin.g of the parties relating to the subject matter hereof superseding all prior coxnmunications between the parties weather oral or written, and this Agreement may not be altered, amended, modified or otherwise changed nor may any of the terms hereof be waived., except by a written instrument executed by both parties. The failure of a party to seek redress for violation of or to insist on strict performance of any the covenant, term, condition or election but the same shall continue and remain in full force and effect. Section 14- SERVER.ABILITY Should a.ny part, term or provision of this Agreement be by the courts decided to be illegal or in conflict with any law of the State, the validity of the remaining portions or provisions shall not be affected thereby. Section 15- NONDISCRIMINATION AND EQUAL OpPORTiJNITY EMPLOYMENT During the performance of this Agreement, CONTRACTOR sha11 not discrimi.nate against any employee or applicant for employment because of race, religion, colar, sex or national origin. The CONTRACTOR will take affirm.ative action to ensure or national original. Such action much includes, but not be limited to, the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising, layoff or termination, termination; rates of pay or other forms of compensation; and selection for,training, including apprenticeship. The CONTR.ACTOR sha11 agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscri.mination clause. Section 1.6- CUMULATIVE REMEDIES The remedies expressly provided in this Agreement to CITY shall not be deemed to be exclusive, but shall be cumularive and in addition to all other remedies in favor of CITY ziow or hereafter existing at law or in equity. Section 17- TERMINATION Upon seven (7) calendar days written noiice delivery by certified mail, return receipt requested, to the CONTRATOR, CITY may without cause and without prejudice to any A� other right or remedy, terminate the Agreement for the CITYS convenience whenever the CITY determines that such termination is in the best interest of the CTTY. Where the Agreement is terminated for the convenience of the CTTY the notice of termination to the COONTR.ATOR must state that the Agreement is terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the Notice of Termination for convenience, the CONTRACTOR shall promptly discontinue all work at the time and to the extent indicated on the Notice of Termination, terminate a11 outstanding subcontractors and purchase orders to the extent that they relate to the terminated portion of the Agreement and refrain from placi.n.g further orders and sub-contracts except as they may be necessary, and complete any continued portions of work. Section 18- NOTICES All notices an.d other communications required or permitted under this Agreement shall be in writing and given by: hand delivery; registered or certified mail, retarn receipt requested; overnight courier; or facsi.mile to: CITY: Hank Breitenkam City�of Plantation 400 NW 73'� Ave Plantation, Florida 33317 Telephone: (954) 797-2293 Facsimile: (954j 797-2720 WITH COPY TO: Charles Spencer, Utilities Budgeting and Purchasing Manager City of Plantation 400 NW 73� Ave Plantarion, Florida 33317 Telephone: (954) 452-2544 Facsimile: (954) 452-2544 CONTR.ACTOR: Patrick Allmen Odyssey Man.ufacturing Company 1484 Massazo Blvd Tampa, Fl. 33619 A-5 or to such other address as any party may designate by notice complying with the terms of this section. Each such notice shall be deemed delivered: on the date delivered if by personal delivery or overnight courier; on the date upon which the retum receipt is signed or delivery is refused or the notice is designated by the postal authorities as not delivera.ble, as the case may be, if mailed; and on the date of transmission with confirmed answer back if by fax. Section 19 in the event of conflict between fhis Agreement and terms and conditions in RFP No: 038-11, the terms of this Agreement shall control. (THE BALANCE OF THIS PAGE INTENTIONALLY LEFT BLANK) A-6 TN WITNESS WHEREOF, THE CITY OF PLANTATION AND ODYSSEY MANLTFACTURING COMPANY, have caused these present to be executed in their respective names by the proper officials the day and year first above written. FOR: CITY OF PLANTATION Dan Keefe, Chief Administrative Officer FOR: UTILTIES DEPARTMENT Hank Breitenkam, Director of Utilities As to Contractual form: Charles Spencer, Utilities Budgeting and Purchasing Manager STATE OF FLORIDA . COUNTY OF BROWARD The foregoing Agreement was acknowledged before me this of ,2011 by , Chief Administrative Officer and , City Clerk of the City of Pla.ntation, Florida, who are personally known to me or who has produced (type of identifica.tion) as identification and did (did not) take an oath. WITNESS my hand and official seal this day of , 201 l. Printed Name of Notary My commission expires: My comm.ission number is: (Notary seal) . A-7 Od sse Manufacturin Com an B. Title: ��'� �� �F�� � � Print Name: ���G � � • ✓ ti� l,�i�i� Date: �� �� STATE OF FLORIDA COUNTY OF BROWARD The foregoin. �Agreement was acknowledged before me this d� of (���j � , 20� Y_ by ' `�Ea,�('iC� �t�t�.e..rl , Gtrncn2_ �`Ls�� �+-ftl� , (Title) of C�c�u cc�.4, F"Iv.,,� ��rc � t� , who are personall known to me or who has produced �� (type of identifieation) as identification and did did not) take an oath. WITNESS my hand and official seal this �� day of , 2011. LJ' --�'- ` — II `✓ � �� f �c.. C� �v � n� Pri.nte ame af Notary My commission expires: � s� � ` '� My commission number is: ����5d � (Notary seal} o +r'�"� l+�c�a�y Puk�iC 8t�ta of Florlda r �; Maryorie fl'DonnOA < My Commission DD745D83 �r� �o� Expires 03I0512012 A-8 �:` �._� . k =�� BID RESPONSI� � R�P No. Q3�-11 Purchase and I9elivery to �arions I.ocations: Sodium �ypochlorite aIId Calciium �ypochl�irite '�er.m Coatract Item Description Unuit Esti�ated Unit TotalOffer I�to. Quanti Price 1. Sodium. Hypochlorite, (NaOC1, Bleach) as Specified her�in , 0C� TANK�R T�OAY1 Gallon 8�,�00 $ � � �' �- . $ � �, � 2. �� Manufacturer offered: � � Odpssey Manufacturing � 2. Sodium Hypochlorife, (NaOCI, � Bleach) as Spec�ed herein � Tanker ioad is 5,000 galions � � °° (�plit bet�veen two �fy of Ga�lon 180,0.00 $+�� � i �� I b� Planta.tion Iocatians) Manufa.cfvrer offerecl Odpssey Manufacturing j 3. HTH (Ca�caium Hypochlo.rite) 100-� p��� 32 . $ NO Bid $ cohtainer *Please Af&� Signatare where indicated* - (Failure to do so shall re�ult in rejecfioa of your bid); By sign.ature on this docu.m.ent, bidder acknowledges and agrees that:its offer includes and accepts all terms, conditions, ; and specif cations of the City's bid s�licitation as oriQinally publi.sh.ed, without exc�ption, change or alteratian of �any kind, except as ma.y have be�n published by the City�in official amendments prior to. this ciate of submittal. . : FIRMNANIE: 0dpssey Manufacturing Co. � DATE: 9/16/11 � SIG N�ME & TTTLEt Fatrick A11man, Genera Mgr. . t TELEP�-IONENO� (813) 635-0 � '• . � . _ t : � , E . . ' � 3 . � �FFICE OF THE MAYQR � CTTY COUNCIL Rae Carole Armstrang, Diane Veltri Bendekovic, President Ntayor Jerry Fadgen, President Pro Tem � Dr. Robert A. Levy UTILITIES DEP�lRTMENT Peter S. Tingom Hank 8reitenkam, �.ta.tICdt10Il Sharon Moody Uria Director � � L , ���' ' ADDENDiTM No. 2 RFP NQ. Q38-Lt Purchase and Delivery to Parious I.ocations: � Sodium Hypochlorite aad Calcium Hypocblorite , DATE OF ADDENDUM: Sep"tember 6, 2011 TO ALL PROSPECTNE PROPOSERS: i The followivg clarifications, rh� s, adclitions and/or deletions are hereby made pace of the Contra.ctDocument� For ° RFP No. 0�8-11, I�urchase and Deliverp to V"ariovs Locations: Sodium Hypochiorite and Calavm Hypochlorite. "Add" and/a� "Gha�.ge" The Folloming langua�e found below sIiall. become �arr of rhe �ro�osal document INCLUSION �F NON-PARTICPATING SOUTHEAST FLORII}A C0.0P MEMBERS' Aay I�Zemb�s, current oF future withui the Sbuthcast Florida Co-Op region shaIl be aIlowed m parricipate ia this agreanent duting the Iife of the contract; even 3f it is aot listcc� amongst �c solicifatlo� pasticipants. � j �e this_ clavse itm no wap comtnits and Southeas�t Florida Co-Op Metnbex to purchase &om the City of Plantation ! awarded contracto�, nor does it guatantee anp additional otdets will. resul.t, it doe allow Southeast Florida Co-�p Mem.bers at theit discretion, to make use of the City of Plantation co�petitive pmcess (provided said process satisfi.es ' their awn procurement guidelines) and puichase direc�tZy from the awarded contra.ctoi: AIl purchase made bp otiiei ; Southeast Florida Co-Op Mcm,bets shall be und.erstood to be tzansactions bctv�een that Southeast Co-Op Membec and the awarded vendor, the Citp of PIantatioa shall not be respon§ihle for arr� such purc]iases. ; � f "Add" Tb.e foIlowu�g pages m�niianed below: � Page 1: City of PlaatatiDn Request for Ptoposal Cover Sheet � . Pages 1 Swom Statement Under Section 287.133(3)(a), Florida Staiutes on Public Eutity Crimes Proposals mast be stamped on or before Septem,bet 24, 2011,11:00 A.1N1: by the Citg Cle.rk; Gitp of Planration, 440 N� 73� Avenne, Plautation FL..33317. .All other: terms, conditions and specifications xemain. uachanged for RFP No.Q38-11. Please acknowledge receipt of this Addendum No. 2, b;� retumiag it and/or ackn.owledging it in your proposaL . u C�d�ifn l� . COMPANY NAME. � — -_'1 `� <�"�'� � t � V � � ���C.�R.t� t�+�^A�i�,F'' � 400 NW 73iclAve�ue + Plautaftbn, Floricla 333 954.Z9Z.2293 ♦ HBieiteakatnQPlantatioa.org �� � �l�P�� ' � ; -�``�' . ���� �..:?�� ��� - .��.. J ��. � C�DYSSEY MANUFACTURING CO. January 5, 2010 Mr. Marvin Rakes Odyssey Manufacturing Co. 1484 Massaro Boulevard Tampa, Florida 33619 � Re: CORPORATE RESOLUTIOlii FOR AUTHORITY TO SIGN BIDS AND CONT�tACTS ON BEHALF OF ODYSSEY MANUFACTURING C0. To Whom It May Concern, Odyssey Manufacturing Co. is a Delaware corporation licensed to do business in the State of Florida. Patrick H. Allman, Odyssey Manufacturing Co:'s General Manager, has the authority to sign aIl bid documents and contracts on behalf of Odyssey Manufacturing Company. Sincerely, � Marvin T. Rakes President CORPORATfi SEAL " a '� '�, � ` �' � . , �f ',�c . � �r^ � i's r a. L � 5= �' , i x r � Vr -.... � -+Gi A a � ^�.—a '-�.,? � , �.. .:_. � 'S"�e" ..-.: a � �� �"�`;� „� .:. ' `5r �� 'r , _ � y � �^� _. E �» A.. "�'� .u �e e �. . :� " F 1. ..� ;'z - # ' � w =..,� ,.� - .��� :'G:? '�'� '� �`"�t- �a+`m 8 �s� , �., r+ �r"�a,.,, k _ �. , , „ : .. , . ,. „� •� � __: . • ,. - ,� . _ .. r j -- . _ .._ < -,. . � ,^ _ �-"-%' _ , p � � s t • � � � PI�n'�8t10C1 CI�/ COUIICII Notice of Ci Council Meetin Wednesday, October 12, 2011 � t Back �eeting Agenda � 9 7;30 p{y � � Print � 1 . Flantation ch� ;�iti�r.� City of Plantation — City Hall 400 NW 73 Avenue � PlanYation, Florida 33317 NOTiCE 15 HEREWITH GIVEN TO ALL INTERESTED PARTIES THAT IF ANY PERSON SHOUID DECIDE TO APPEAL ANY DECISION MADE AT THE FORTHCOMING MEETING FOR WHICH THIS AGENQA CONSTITUTES NOTICE, SUCH PERSON WILL NEED A RECORD OF THE PROCEEDINGS CONDUCTED AT SUCH MEETING AND FOR SUCH PURPOSE MAY NEED TO ENSURE THAT A VERBATIM RECORD QF THE PROCEEDINGS IS MADE, WHICH RECORD lNCLUDES TESTIMONY AND EVIDENCE UPON WHIGH THE APPEAL IS TO 6E BASED. THE CITY OF PLANTATION WILL PROVIDE REASONABLE ACCOMODATIONS FOR DISABLED INDIVIDUALS REQUESTI�IG SPECIAL ASSISTANCE IN ORDER TO ATTEND OR PARTICIPATE IN THIS MEETING; PROVIDED, HOWEVER, THAT A REQUEST FOR SUCH ASSlSTANC€ MUST BE MADE TO THE OFFICE OF THE CITY CLERK (954) 797-2237 AT LEAST THREE (3) CALENDAR DAYS PRIOR TO THE SCHEDULED MEETING. i R�11 Call 2 Invocatior� .. Items Submitted By The Mayor 3 Annual Fire Prevention Awards Surnmasy: 4 Resolution of Appreciatiun to ]uan F. ]ara for 15 years of dedicated sarvice to the City of Plantation. Summary: Consent Agenda 5 Approval for Big Bike Riders Association to sell Christmas trees at Sears from November 18 - December 24, 2011. Summary: 6 Approval for St Benedict's Episcopal Church to sell Christmas trees from December 2- December 18, 2011. Summa�}r: 7 Approve funds in the amount of $113,206.80 to purchase ongning maintenance for aur Intergraph (Pubiic Safety CAD 931) software. Summary: 8 Approve funds in the amount of $17,816 to purchase ongoing maintenance for our WebSense security software. Sumrnary: 9 Approve Sauth Plantation High School Community Yard sale on Saturday, November 5, 2011 from 7:30 am until noon. Summary: 10 Continued Second and Final Hearing of an ordinance pertaining to the subject of Comprehensi�e Planning. Summary: Continued Second and Fina1 Reading ot an ordinance o# the City of Plantation pertaining to the subject oi Comprehensive Planning; reca�t;�eing 1�7 #iexibility units of The previously approved 398 flexibility units, and re-assigning up to 1 s7 flexibiliiy units to ti�e fo{lowing described property located in r=iex Zoe�e 75 sa as to permit the constructian oi up to 197 muiti-family dweliing units without amending fhe City Comprehensive Fuiure Land Use Plan; properry iying in Section 9, Township 50 Souih, Range 41 East, and describad as Tract "B" of the American Express Tract, as recorded in Plat Book 82, Page 35, of the t'ublic r�eeords of Braward Counry, Flarida. Generaily faeated on the easl si�e of Pine Island Road between �merican Expressway and Cleary Boulevard; previding findings; pro�iding a savings clause; and providing an effective date therefor. Neranda ll) 11 Request for raad closure for annual holiday parade on November 19, 2011. Summary: 12 Request for the purchase of replacement parts for the two grit pumps located at the Regional Wastewater Treatment Plant in the amount af $19,063 from the Sanders Company. (Budgeted - Utiiities) Surrsmar�: 13 Request to approve emergency purchase order to Jackson Land Development LLC for the emergency repair of 8" gravity sewer main on Central Park Place East. (Budgeted - Utilities) Summary: 14 Resolutien approving the expenditures and appropriations reflec#ed in the Weekly Expenditure Report for the.period September 15 through October 5, 2011 for the Plantation Midtawn Development District. Summary: 15 Resolution approving the expenditures and appropriations reflected in the Weekly Expenditure Report for the period September 1S through October 5, 2011 fior the City of Plantation's Community Redevelopment Agency. Sumcnary : 16 Resolution approving the expenditures and appropriations reflected in the Weekly Expenditure Report for the period September 15 through October 5, 2011. S�mmai�gt: 17 Resolution approving the expenditures and appropriations reftected in the Weekly Expenditure Report for the period September 15 through October 5, 20�.1 for the Plantation Gateway Development District. Summary: Administrative Ytems 18 Discussion concerning proposed voluntary Neighborhood Decorative Street Signage Program. Summaa7r: Legislative Items 19 Public Hearing and First Reading o€ an ordinance pertaining ta the subject of �rearms and ammunition. Summas�: Pub(ic Hearing and t=irsl Reading of an ordinance pertaining to ihe subject of lirearms and ammuniiion: amending Sectian 11-2 and 12-1 oi tha Code oi Ordinances by delet;ne references ta firearms; creQting Section 17-3, Plantaiion City Cade #o acknowladge th2 pre-smpfion af S.ate Latnr over f�rearns anc ammunition and to indiccte ihat a11 Codes, Ordinances, Resoiu[ions and Policies in conflict iherewith are re�ealed to the ext2nt o9 such car�fiict; providing for severability; and provieing (or an effecti�e date. 20 Public Hearing and First Reading of an ordinance pertaining to the subject of Storm Water Management. Summa�y: Pu6Gc Hearing and Firsi Raading of an ordinance of ihe Gity oi Plantation, Flanda pertaining io the subjeci of Storm Waier Manen,ement, �daptina and appraving a 5tarm 4Vater lliilify; providing a storm waler ussr fee and rate structure; praviding far the adminis#ra#ion of the storm water util�iy; pro�iding for a sform wzter enterprise tund; providinG iar cadiiication, pro�iding a savinas clause asid providing an efiiacti�e date ihere�ar. *QUASI-JUDICIAL PRpCEEDINGS* THE CITY CLERK WILL SWEAR IN ALL WITNESSES BEFORE SPEAKING. PLEASE STATE YOUR NAME AND WHETHER YOU HAVE BEEAi ADMINISTERED AN OATH. ANY SPEAKER MAY BE CROSS-EXAMINED. IF YOU REFUSE TO BE CROSS-EXAMINED, YOUR TESTIMONY MAY NOT BE CONSIDERED. CROSS-EXAMINATION SHALL BE CONDUCTED IN A COURTEOUS MANNER. THE MATERIAL IN THE CITY CLERK'S AGENDA PACKET WILL BE CONSIDERED AS PART OF THE RECORD. THE APPLICAfdT WILL MAKE THE FIRST PRESENTATION, FOLL.OWED BY PRESENTATIONS FROM ANY INTERESTED PERSON. THE ELECTED OFFICIALS MAY SET REASONABLE TIME LIMITS FOR SPEAKERS. THE HEARING WILL THEN BE CLOSED AND THE MATTER DECIDED. THE ELECTED OFFICALS MAY DIRECT TNE CITY ATTORNEY TO PREPARE A RESOLUTION REFLECTING THEIR DELIBERATIONS WHICH WILL BE CONSIDERED AT A FUTURE MEETING. *QUASI-JUDICIAL CONSENT AGENDA* ITEMS INCLUDED UNDER THE CONSENT AGENDA ARE SELF EXPLANATORY AND ARE NOT EXPECTED TO REQUIRE REVIEW OR DISCUSSION. ITEMS WILL BE ENACTED BY ONE MOTION. IF DISCUSSION IS DESiRED, THAT ITEM MAY BE REMOVED FROM THE CONSENT AGENDA AND CONSIDERED SEPARATELY. Quasi-Judicial Consent Agenda 21 Resolution approving that certain release of a portion of existing utility easement. (American Heritage) Summa� � Resolution approving that certain release af a portion of existing utility easement at:ached hereto as Exhibit "1 "; providing findings; having ihe appropriate City Ofncers execute same and authorizing the Gity Administratian or City Attorney to make minor revisions therefo; and providing an effective date therefor. Quasi-Judicial Items Comments By Councel Members Public Requests of the Council �Concerning Municipal Affairs **SEALED COMPETI'fIVE SOLICITATIONS** THESE ITEMS WILL BE CONSIDERED ON AND VOTED UPON IN ONE MOTION UNLESS: A. A MEMBER OF THE PUBLIC WISHES AN ITEM TO BE REMOVED AND DISCUSSED SEPARATELY; OR, B. ANY ELECTED OFFICIAL WISHES TO ASK QUESTIONS OF A PROSPECTIVE VENDOR AS PART OF THE COMPETITIVE SOLICITATION; OR, C. A PROSPECTIVE VENDOR WISHES TO MAKE AN ORAL PRESENTATION AS PART OF THE COMPEfITIVE SOLICITATION. I� AN ITEM IS REMOVEQ AT THE REQUEST OF A MEMBER OF THE PUBLiC, THEN QUESTIONS SHALL BE ADDRESSED TO THE PRESIDENT OF THE COUNCIL AND THE COUNCIL PRESIDENT SHALL SEEK TO OBTAIN ANSWERS FROM THE DEPARTMENT HEAD SPONSORING THE ITEM. IF ANY ELECTED OFFICIAL WISHES TO ASK QUESTIONS OF A PROSPEC7IVE VENDOR OR IF A PROSPECTIVE VENDOR WISHES TO MAKE AN ORAL PRESENTATION, THE COUNCIL SHALL D�CIDE WHETHEft TO TABLE THE ITEM TO ANOTHER COUNCIL MEETING OR ADDRESS THE ITEM DURING THIS COUNCIL MEETING. WHEN THE ITEM IS ADDRESSED, THE COUNCIL'S OPEN MEEfING IN THESE CHAMBERS SHALL TEMPORARILY RECESS, AND THE ELECTED OFFICIALS SHALL CONVEN� IN CLOSED SESSION IN THE MAYOR'S CONFERENCE ROOM UPSTAIRS FOR THE PURPOSE OF SUCH QUESTIONS OR PRFSENTATIONS, THE ONLY PERSONS AUTHORIZED TO ATTEND THE CLOSED SESSION SHALL BE ELECTED OFFICIALS, THE CHIEF ADMINISTRATIVE OFFICER, THE CITY ATTORNEY, THE CITY CLERK, THE HEAD OF THE DEPARTMENT SPONSORING THE PROCUREMENT, AND THE PROSPECTIVE VENDOR. THE CLOSED SESSION SHALL BE RECORDED AND NOTHING WILL BE OFF THE RECORD. ONCE THE CLOSED SESSION IS CONCLUDED, THE ELECTED OFFICIALS SHALL RETURN TO THE COUNCIL CHAMBERS TO RECONVENE THE OPEN MEETING AND ADDRESS THE ITEM. THE RECORDING OF THE CLOSED SESSION AND ANY MATERIALS PRESENTED TO THE ELECTED OFFICIALS AT THE CLOSED MEETiNG SHALL BECaME AVAILABLE FOR PUBLIC INSPECTION WITHIN A REASONABLE TIME. Sealed Competitive Solicitations 22 Request for approval to award sodium hypochlorite and calcium hypochlorite bid based on sealed proposals opened on September 20, 2011. Summary: In contormanca with �hapter 2C11-140, Laws of Floriaa the backup informatien is not pubiic at this time. Workshops . . ;��� �..{. � � •3 il � � �� �� .tn%irn-, � ] ::: f . �„V" •'3: O DYS S EY ' MANUFACTURING CO. September 18, 2011 Mr. Charles Spencer Utility Budgeting and Purcl�asing Manager City of Plantation Office of the City Clerk 400 NW 73` Avenue Plantation, FL 33317 Re: CITY OF PLANTATION (RFP NO. 038-11) PURCHASE AND DELIVERY TO VARIOUS LOCATIONS: SODIUM HYPOCHLORITE AND CALCIUM HYPOCHLORiTE TERM CONTRACT Encl: (1) Bid Response �orm (2) Authority to Sign Bid Letter (3) References (4) Additional References (5) Qualification Statement (6 Pages) (6) Dnxg Free Workplace Form (7) Public Entity Crimes Form (8) Insurance Requirements and saznple COI (9) Acknowledgement of Addendum No. 1 (10) Aclrnowledgement of Addendum No. 2 (11) Copy of NSF-60 Certification (12) Product Specification Sheet (13) Material Safety Data Sheet (MSDS) (14) Odyssey Manufacturing Co. Brochure (15) Odyssey Manufacturing Co. Process Flow Chart Dear Mr. Spencer, Odyssey Manufacturing Company is pleased to submit our proposal for the above referenced Request for Proposals (RFP) for the supply of sodium hypochlorite in "tanker" or "bullc" loads only. In accordance with your instructions, we have enclosed one original of the "Bid Forms" and a.11 other requested documentation a.nd two copies. Odyssey Manufacturing is pleased to offer the City of Plantation a delivered price of $.682 per gallon for its Ultrachlor 12.5 Trade Percent sodium hypochlorite for the ini�ial term of the coniract (i.e., "tanker" deliveries). This price is fixed and not subject to surcharges or escalation for any reason whatsoever during initial term of the contract. The pricing is the same for both full tanker and split tanker or partial tanker deliveries. Additionally, Odyssey takes no exception to the Specification. Enclosures (1) through (15) aze' provided to assist in the City of Planta.tion's Bid Evaluation. Additionally, Odyssey makes the following claims or warrants: : '.� t f.��.�a.���' � 5 3u .� ee ,, , �� � w � � ;""' ,.,�:.�'' "' �' ax..... e .�r ex �'" �, . , �- �;�S;s, °� ' � - : . , r � t � c_. � ., . ��C� � 3 � ,�..°�; �''� �!�� _ ��`'` ..a ��'���� - ��� `�rs` �7L-G .}:� � + a;..'lf L` _ o �� � � � �p. � - � • f • � 1 k • Enclosures (1) and (10) are required submittals as outlined in the IFB • Enclosure (11) is the NSF-61 certification for Odyssey Ultrachlor sodium hypochlorite • Enclosure (12) is a Product Specification. • Emergency Prepa.redness Planning, Spill Response, Technical and Engineering Support and also emergency points of contact would be our Patrick H. Allman, C'ieneral Manager (cellular 813-335-3444) who has a B.S. in Nuclear Engineeri.ng 1983 from the University of Virginia, Marvin Rakes, President ($13-340-3675) who has a B.S. in Chemical Engineering 1985 from the University of North Cazolina State or the on-duty Plant Superoisor (800-ODYSSEY}. All technical and engineering assistance would be provided at no charge. Odyssey Manufacturing Co. has provided all of its customers numerous amounts of emergency and spill support along with technical assistance over the past twelve years at no charge. The following are some examples of this support that were provided to Pasco County just to name one of our several hundred customers: 1) 8/4/11 — Provided no charge technical assist visit to assess condition and design of hypochlorite system at the Shady Hills WWTP. (Mike Pierson, Chief Operator, 727-856- 5251) 2) 7/22/11 - Got a phone call from Lead Operator at Wesley Center WWTP on Friday night that their clarifier hypochlorite tank was full an.d leaking bleach out the bottom. Had ta.nker and crew out early on the following Saturday morning and pumped out tank and took hypochlorite to another plant. Replaced the tank the following Wednesday (Cathy Borden, Chief Operator, 727-991-5613) 3) 7/21/11 — Got a phone call in late afternoon from Lead Operator at Sunburst WTP that the hypochlorite tank was leaking out the bottom frtting. Dispatched crew early next morning and pumped out and repaired tank and returned it to service. (David Flynn, Chief Water Operator, 727-992-0388) 4) 9/3/10 — Got a phone call from my driver on Friday night that one of the main hypochlorite tanks at Wesley Center WWTP split upon being filled and was leaking hypochlorite outside containment. Dispatched engineer (myselfl and crew immediately and pumped out tank thereby preventing a reportable spill. Later, changed out both tanks and redid piping at this location. (Gerald Runge, Chief Operator, 813-991-5613) 5) 1/20/10 — At Pasco County's request, did analysis a.nd sent notification letter with supporting design and technical information to Tampa FDEP Office to allow Pasco County to switch from aqueous ammonia to a much safer form of ammonia in ammonium sulfate. Subsequently, did a follow-up call with Gwen Shofner of the FDEP to secure approval for this change. This was done at no charge and saved Pasco County over $10,000 in engineering fees (Jim Kaplan, WTP Ma.nager, 727-834-3255) 6) 8/8/2007 — Redesigned the hypochlorite system at the Little Road WTP at no charge to allow the system to be able to properly ftznction as the plant was changed from a WTP to a Booster Sta.tion. (Marvin Kaden, former WTP Manager, 813-415-5051) 7) 7/6/2006 — Redesigned caustic system at Little Road WTP to make significant safety and reliability improvements at no charge. (Marvin Kaden, former WTP Manager, 813-415- 5051) 8) 12/7/2005 — Provided immediate site assessment of major hypochlorite spill at SE WWTP and provided detailed recommendations with regard to clean-up and corrective actions at no charge saving Pasco County significant sums of money and allowing Pasco County to provide immediate feedback to regulatory agencies. Subsequently, ran new piping and completely redid the hypochlorite system to prevent recurrence. (Scott Berge, Maintenance Manager, 727-847-8145) Page 2 of 7 9) 12/Z 1/2005 — Installed new 850-gallon tank and containment at no charge at the C�press Manor WWTP to replace existing 500-gallon tank that had no containment. (Scott Berge, Maintenance Manager, 727-847-8145) 10) 11/29/2005 — Got a phone ca11 that the hypochlorite was leaking out into the containment. Sent crew out same day and pumped ont tan.k aud made repairs (John Fogg, Chief Operator, 813-783-8163) 11) 6/27/2005 — Got a phone call on Sunday morning that the 7,000-gallon hypochlorite tank burst and was spilling out hypochlorite on the ground at the Little Road WTP. Immediately dispatched tanker and service crew and pumped out tank and made repairs and had system back in serv�ice by noon and avoided a reportable spill. (Jim Kaplan, WTP Manager, 727-834-3255} 12) 6/25/2005 — Provided engineering design for temporary hypochlorite system at Lake Bernadette Well at no charge to support emergency contingency planning. (Marvin Kaden, former WTP Manager, 813-415-5051) 13) 10/24/2004 — Provided tra.in.ing tape fiom Chlorine Institute to Pasco County VJWTP for - their use at no charge. (John Fogg, Chief Operator, 813-783-8163) • In addition to providing emergency response support to Pasco CounTy, Odyssey Manufaciuring Co. routinely provides this level of support to its customers as demonstrated by the below instances: 1) 8/10/11 — Hillsborough County (Glenn Yaney, Operations Manager, 813-448-4090). Customer called at 1400 and stated that the River Oaks WWTP surge tank was within two feet of overflowing and that the plant was at its maximurn capacity and flows continued to run into plant from the excessive rains. They stated they had contacted the FDEP about the situation and the FDEP gave them permission to discharge to the creek if the wastewater was chlorinated and dechlorinated. Setup emergency hypochlorite and bisulfite systems including delivery of the chemicals to a 3,000-gatlon fank and was pumping hypochlorite by midnight: 2) 3/6/10 - City of Invemess (Gerry Lebeau; Utility Manager, 352-474-9051). Customer called Odyssey on Friday evening 3/5/10 and sta.ted that their tanlc was leaki.ng badly on the ground. Odyssey had a crew up there on Saturday morning 3/6/10 which pumped out the sodium hypochlorite to a temporary tank and kept the water plant on service. 3) 1/8/10 — JEA (Mike Richardson, Utility Supervisor, 904-665-6815) Customer called Odyssey om Friday morning that their sodium hypochlorite tank at the Norwood WTP was leaking badly into the containment. Odyssey"dispatched a tanker and crew with , temporary tank and pumped out the hypochlorite from the bad tank to the tanker. Additionally, Odyssey setup the temporary tank to allow fihe water plant to maintain continuous disinfection and remain in service. 4) 12/24/09 — Sazasota County Caxlton WTP (Jim Conley, Water Productiori Manager, 352- 861-1510) Got a phone call in the moming that their Peace River chlorination fine installed several years earlier had broken and they had no way to disinfect the water they were sending out to their system from Peace River. Odyssey immediately dispatched a crew and had located and repaired the leak by that evening. 5) 10/18/09 — Town of Lantana (Clyde Ali, WTP Superi.ntendent, 561-540-5751) Odyssey received a phone call on Sunday morning requesting an immediate emergency delivery to the Tov✓n of Lanta.na Water Plant to keep #hem from issuing a boiled water notice because their regular supplier had failed to make a delivery for over a week. Odyssey provided a delivery to the plant on three hours' notice. 6) 1/23/09 — City of Eustis WWTP (R.ick Hoeben, WWTP Superintendent, 352-357-3777) Got a phone call that new sodium hypochlorite tank installed by Contractor was filled and Page 3 of 7 leaking badly. Immediately dispatched tanker and crew with temporary tank and pumped out their tank to a temporary tank ther.eby avoiding a reportable spill. Came back and troubleshot problem and found that the contractor had cross-threaded the boits on the bottom flange fitting and made confined space entxy and did zepair for the City of Eustis. 7) 5/11/08 — Orange County Econ WTP (Carlos Torres, Orange County, Production Section Water Superintendent, 407-254-9500/5505) Odyssey received a phone call on Sunday morning that they would have to issue a boiled water notice if they could not get a sodium hypochlorite deliver because their regulaz supplier had failed to make a delivery for a week and they were unable to get them to come despite repeated phone calls. � We will use no subcontractors or affiliates in the performance of any work under this proposal. � Safety is extremety important and should be a major consideration in the Utility's "informed decision process". Odyssey Manufacturing has one "Safety Incident" in the past eleven , yeaxs for any chemical that it sells (defined as all chemical accidezits, incidents, releases, spills, and National Response Center Notifications ("safety incidents")). Additionally, I would direct each of the reviewers to the National Response Center website (www.nrc.usc�.mil/download.html) where one can download all of the safety incidents of the various bidders. You will see that Odyssey does not have any but our competitors have over thirty. Additionally, please do a website search and call our reference list to ascertain not only our record but those of other suppliers. Qur single incident occurred in September 2008 where 700 gallons spilled from a pressurized line during a delivery when a fitting snapped on the tanker before the tanker could be depressurized. Odyssey's General Manager was on-site within two and half hours and directed cleanup/de-chlorination/follow-up sampling efforts. � Odyssey Manufacturing has never had any contracts terminated early for any safety, quality or reliability issues for any chemical that it.sells. This is in sharp contrast to other chemical suppliers. Please do a website search or call our reference list to ascertain not only our record but those of other suppliers. • Enclosure (13} is a Material Safety Data Sheet (MSDS) • Company Brochure is Atta.ched (see enclosure (14)) • Company Manufacturing Process Flow Cha.rt is Attached demonstrating the superiority of Odyssey's manufacturing process with regard to quality and reliability (see enclosure (15}) � Odyssey takes no exceptions to the RFP • Odyssey Manufacturing Co. is a Drug Free Workplace and has an active program in-place to randomly test its employees Odyssey sets the standard for reliability in the marketplace. Odyssey has consistently provided its customers a superior service and a superior product. We have never missed a delivery in over twelve years of service to the water and wastewater treatment industry. Our sezvice is legendary. We done several emergency deliveries �most nota.bly on Saturday, April 6, 2002, .3t. Johns Couniy was run out of bleach by their then sodium hypochlorite supplier at the main water plant. St. 3ohns County contacted Jones Chemical, Allied Chemical and PB&S [now Brenzrtag] all of which declined to come. Only Odyssey Manufacturing Co. said they would come and we delivered a tanker of sodium hypochlorite on Saturday night within four hours of being called. This is un-paralleled service and was not matched by any of the other suppliers in the mazketplace. Missing chemical deliveries would be a serious problem for water and wastewater �eatment plants who must chlorinate for public health reasons. Odyssey has never missed a chemical delivery to arzy customer in over ten years of i�s existence. This sharply contrasts with the delivery record of Allied Universal which has failed to make timely deliveries to its customers in the past (please calI our reference lisf for additional information and see below). Specifically, these aze just a few of the instances we had to make Page 4 of 7 deliveries to their customers in the past few years alone. This list is remarkable when you consider that we serve 90% of the plants in Florida that use sodium hypochlorite (which is about 82% of all plants). Odyssey had to make an emergency delivery to the Town of Lantana Water Plant just this past month on Sunday, 10/18/09 to keep the customer from having to issue a boiled water notice (Reference: Clyde Ali, WTP Superintendent, 561-540-5751). Odyssey had to make an emergency delivery to the Village of Wellington on Friday, 12/5/08 to keep them from running out of hypochlorite (Reference: Sean McFaxland, WTP Superintendent, 561-753-2465). Odyssey had to make an emergency delivery to the City of Ormond Beach WW'T plant two years ago when I was told Allied refused to come a.nd the customer ran out of bleach and called me an Sunday moming from their conta.ct chamber as they were shoveling in HTH and we had bleach there in three hours (Reference: Sam Butler, City of Ormond Beach Chief Operator, 386-676-3592). Odyssey had to make an emergency delivery one weekend last year to the City of Port Orange WTP because I was told Allied was unable to come and previously we had to do the same thing in the past for this customer for the same reason back on 7L22/06 (Reference: Steve Miller, City of Port Orange WT Chief Operator, 386-756-5380). Another emergency Sunday delivery we made eaxlier that yeax on 5/11/08 to the Econ WTP for Orange County because Allied v�ras unable to come according the opera.tor and they were going to have to issue boiled water notices (Reference: Carlos Tones, Ora.nge County, Production Section Water Superintendent, 407-254-9500/5505). Even more disturbing were the two emergency Saturday deliveries were made the day before Hurricane Charlie hit to Collier • County because Allied had supposedly refused to make deliveries for over a week (Reference: Steve Waller, Collier County, WWT Superintendent, 239-774-6886). Also as you lrnow, Odyssey pro- actively topped off our customer's ta.nks before each hurricane over fhe past eleven years! Sodium hypochlorite is the only product that you purchase that has a very short shelf li.fe. The shelf life is greatly impacted by the quality of the sodium hypochlorite. Product impurities such as metals and sludge axe a significant source of this decomposition. In fact, one could ea.sily feed twice as much product with poorer quality bleach and a 10% savings in unit cost could be overshadowed by a 50% increase in usage. Thus, differences between manufacturers in their manufacturing and delivery processes can have a dramatic difference on actual consumption. Additionally, the initial delivered strength can also impact the level of consumption. This means cost savin�s to the customer! Odyssey's un.ique manufacturing process results in significantly higher quality sodium hypochlorite that does not breakdown and decompose like other sodium hypochlorite manufacturers. As an example, in FY 2001, the Charlotte County EastPort W WT plant used 101,970 gallons of Odyssey Manufacturing sodium hypochlorite. The previous fiscal year, the facility used about 204,196 gallons with another supplier, despite lowerplant flows (Reference: Verne Hall, currently Sarasota County Operations Manager @941-861-0501). In FY 2009, all oftheir facilities used 234,450 gallons with Odyssey Ultrachlor sodium hypochlorite. The previous fiscal year, the fa.cilities used 428,000 gallons despite lower flows with another sodium hypochlorite supplier (Reference: Steve Bozman, Operations Manager @941-764-4595). Thus, Charlotte County is actuall�pendin� more monev by not usin� Od,�Xthis fiscal vear! The City of Jacksonville pools has averaged 355,000 gallons of . usage the past two years with Odyssey Ultrachlor. Prior to that, they used 430,000 gallons using another supplier (R.eference: Rick Sawyer, 904-630-5401). Two years ago, the City of Edgewater and Port Orange switched suppliers because of quality issues and is using a lot less bleach. Both of these entities documented a 30% to 35% reduction in hXpochlorite usa eg durin��FY 2009 when adjusted for flows after switchin t� o Odyssev Manufacituin�o. (Reference: Steve Miller, City of Port Orange, WT Chief Operator, 386-756-5380 and Bob Polizzi, City of Edgewater, WT Chief Operator, 3 86-424-2490). In the last twelve month period from February 2009 — January 2010, the City of Tampa used 226,477 gallons of Odyssey Ultrachlor. The previous 12 months they used 700,000 gallons per year with their sodium hypochlorite supplier (Reference: John Peckett, Utility Operations, 813-247-3451). For a more recent comparison, please call A1 Purvis at the City of Leesburg at 352-728-9843or Steve Parks at the City of Venice at 941-486-2770. Page 5 of 7 Over the past twelve years, Odyssey Manufacturing Co. has provided superior service to the water and wastewater industry including never missing a delivery, providing emergency support on numerous occasions and providing a significant amount �of technical assistance including numerous equipment repairs and deliveries. As you know, we are the only chemical manufacturer/distributor that is open for manufacturing and deliveries 24 hours per da.y and 7 days per week (including holidays) and can be reached @S00-ODYSSEY or facsimile (813) 630-2589. Additionally; Odyssey Manufacturing also agrees to provide unlimited technical assistance to the City of Plantation to assist . it with its operations at no charge as part of the sodium hypochlorite supply: Such assistance includes, but is not limited to, operator training sessions, startup services, site inspections on behalf of the owner, drawing review, engineering and design. Odyssey has performed over fifteen hundred chemical system installations in the State of Florida and assisted with numerous others. This is more than fifteen hundred more than any other chemical supplier and also more than all _of the engineers and contractors in the State of Florida combined. Odyssey Manufacturing Co. represents the newest trend in the water treatrnent business — Chloralkali bleach superplants as a disinfection alternative. Odyssey Ma.nufacturing is a new venture that manufactures bulk sodium hypochlorite utilizing a Kvaerner Chemetics chlor-alkali plant integrated with a Powell Continuous Bleach Plant. We are focused primarily on municipal and private water and wastewater treatment along with industrial customers. As you know, this business was created primarily to serve many the Customers who are switching from chlorine gas to bulk sodium hypochlorite and need a competitively priced, reliable, high quality supply of sodium hypochlorite. As the only chlor-alkali manufacturing facility in Florida, we can offer a unique combination of high quality combined with a very competitive cost structure. We make our raw materials (chlorine and caustic) on-site out of purified salt and demineralized water utilizing a membrane cell electrolysis process. Not only does this process result in high quality bleach, but also makes our product cost very competitive as we do not have to pay out of state third parties to make the raw materials for us and have them shipped dowa by railcar. As you know, railcar shipments to Florida have been suspended on ten occasions over the past couple of years for up to four days due to terrorist threats and hurricanes. Thus, we axe able to offer fiYed pricing which is a major benefit to our customers as they consider alternative disinfectant systems. Additionally, this provides us a significantly higher level of reliability than any other Florida sodium hypochlorite manufacturer as we are not dependent an railcar shipments of chlorine �as into Florida. Odyssey combines great service with the best qua.lity bleach in Florida. Qur sodium hypochlorite is a high strength product (12.5 Trade Percent Available Chlorine) with superior ratio control and without all the irnpurities that most bleach contai.ns. What this means to you the Customer is: • Low or zero meta.l contaminants resulting in significantly slower Product degrada.tion leading to � overall cost savin�s due to reduced sodium hvpochlorite consumption • Lower Maintenance Costs caused by pluggages and wear because of impurities in the bleach � Improved Drinking and Effluent Water Quality � Longer Warranties from your equipment suppliers � Superior control of excess allcalinity of Product resulting in less overall chemical additional requirements and more stable chemical feed rates • Less oxygen formation during storage and handling (e.g., which form bubbles in tank and Iines) resulting in reduced downti.me and more accurate Cl feed rates • Lower levels of sodium chlorate formation resulting in improved water quality and reduced health concerns � Significantly lower levels of bromate forniation resulting in reduced public health concems Page 6 of 7 • Lower suspended solids resulting in improved water quality and less feeder maintenance • Minimal insoluble buildup on the inside of pipes and feeders resulting in better operations of the Customer's system Sodium hypochlorite is the most impartant chemical you gurchase. Its use is mandated by an assortment of regulatory agencies and its failure can lead to severe consequences for the utility includang system wide boiled water notices and hefty FDEP and EPA fines. Hypochlorite is very unique because of its essential use in water treatment, short shelf life, "just in time" delivery requirements and rapid degradation if fouled by impurities in the manufacturing process. Sodium hypochlorite is the only chemical the Utility purcha.ses that if yau leave it in a drum for one yeax will be completely gone. For example, a drum of 50% caustic will still be a drum of 50% caustic after one year. A drurn of 12.5% sodium hypochlorite will be salt water after one year with no disinfection capability. A drum of 50% caustic laden with 2 ppm iron and other metals will still be a drum of 50% caustic after one week (or even after one year). A drum of 12.5% sodium hypochlorite containing 2 ppm iron and other metal impurities will be a drum of 5% — 6% sodium hypochlorite after one week and thus have half the disinfection power and require twice as much to be fed. As you know, Odyssey provides a superior product for two reasons: (1) We have a superior process; and (2) We care about quality (we just don't pay lip service to it and teil you we are "improved" or just as gaod as Odyssey). Frankly, if 95% of our business was pool stores to which we delivered 8% - 9% bleach laden with iron, metals, sludge and other impurities to them because they don't caxe about quality why would we bother to spend an extra $.20 per gallon to make the correct strength bleach and another $.OS per gallon to properly filter the bleach? Instead, I would probably target the 4% of the municipal market which buys on "price per gallon" and not the total cost when usage and maintenance is factored in and sell them the same slop. This same group doesn't care when their bleach comes late or doesn't come at a11 either because they continue to put up with it as long as they perceive they are paying less per gallon. It is not what a companx savs they will do it is what thev have consistently done in the past is what you will �! Please call our customers to compare Odyssey Ulirachlor with other suppliers! Because of its short shelf life, buying a superior quality sodium hypochlorite will result in significant savings. We have examined your specifications and can comply with all the requiremeats. Additionally, we hereby provide written assurance of compliance with OSHA, EPA, NSF, and AWWA regulations and consent to provide sa.mples to the City of Planta.tion for testing if requested. We also agree to provide a safe handling training course and "refresher courses" for all of your chernicals for the duration of the contract. We have never failed to or refused to make a chemical delivery for any product we have been awarded a purchase order. This is in stark contrast to other chemical manufacturers! We have provided you guaranteed pricing for the next year. Lastly, we agree to provide unlimited technical assistance. We take no exceptions to the bid documents. You may take a sample of our sodium hypochlorite at any ti.me from any one of your facilities or off of a iruck at time of delivery. Please call me if you have any questions at 1-800-ODYSSEY or cellular (813) 335-3444 or visit our website @www.odysseymanufacturing.com. Thank you for your consideration. Sincerely ck H. an General Manager BTD RESPONSE � RFP No. 038-11 � Purchase and IDelivea to ��:�ions Locations: �odium �ypochlorit� and Calcivan �ypochlorite `I`erm Cantract Item Description Unit �stimated Unit TotalOffer No. �uanti Price 1. Sodium Hypochlorite, (NaOC1, Sleach) as Specified herein aa TANf�R LOAD Gallon 82 ,aoo � • � � �- $ � �, �� Ivlanufacturer offered: Odyssey Manufacturing 2. Sodium Hypochlorite, (NaOCI, Bleach) as Specified herein Tanker Ioad is S,OOQ gallons °-� - ' 0 (Split between two �ty of Ga].lon 180,004 $ d ��' � � �' ����' �' Plan#a#ion locations) Manufacturer offered. ' Odyssey Manufacturing 3. I�['7['�I (Calcium Hypochlorite) 100- p��a �a $ No B � a � container . *Please Affr� Signature where indicated* - (Failure to do so sha:�i result iu rejection of your bid) By signature on this document, bidder acicnawleages and agrees that.its offer includes and accepts all terms, conditions, and specifications of the City's bid solicita.tion as or�gi.nally published, without exception, change or alteration of any kind, except as may have been published by the City in official aznend.ments prior to this date of submittal. FIRMNAME: Odyssey Manufacturing Co. D.A�; 9/16/11 SIG NAME & TITLE: Patrick Allman, General Mg . - TELEP�IONE. NO.: � 8 13 ) 635-0339 ` . � ; i € ' € i � �',.� � �s ��� �� 1- � �:,.__ .;�:�;r -' ODYSSEV MANUFACTURING CO. january 5, 2010 � Mr. Marvin Rakes Odyssey Manufacturing Co. 1484 Massaro Boulevard Tampa, Florida 33619 Re: CORPORATE RESOLUTION FOR AUTHORITY TO SIGrN BIDS AND CONTRACTS ON BEHALF OF ODYSSEY MANUFACTURING CO. To Whom It May Concern, Odyssey Manufacturing Co. is a Delaware corporation licensed to do business in the State of Florida. Patrick H. Allman, Odyssey Manufacturing Co.'s General Manager, has the authority to sign all bid documents and contracts on behalf of Odyssey Manufacturing Company. Sincerely, � �' Marvin T. Rakes President CORPORATE SEAL ��-- � ������ �, � �� , �;:; .. a .. ��i -��f r�. =�"'a '- °`k °'� as r;� �'r t¢r.� ��� '�,�?�'�.� t'`� ' rF''4_ �'�.�' �i�� a�.X�. �'i�.� # ��^� tx ��a : : �' �, ��:"�r '' �"ifl;�t� �� -. '�.*�, �` � :, 'r� , "s�� .�� '..�� x, z t�?+� :- �'..�. �s, �aw� � e �` � '�' �C � � � � �s�: � ° � �0 �D�; =��. � . . . � � REFERENCES In arder to receive Bid Award consideration on the proposed bid, it 'is a requirement that the fallowin� "Information Sheet" be completed and retumed with vaur bid. This inform.ation may be used in detPrm;n7ng the Bid Award for tIiis contract. BIDDER (C4MPANY NAME):_ Odyssey Manufacturing Comn�� ADDRESS:__1484 Massaro Blvd. ,.Tampa, Fl 33619 TELEPHONB NO: _ ( 813 � 635-0339 CONTACT PERSON: Patrick Allman TITLE: General Manager NUMBER OF YEARS IN BUSINESS: 12 YE;4RS ADDRESS OF NEAREST FACILITI': 7 4R4 Ma Gcar�Blvd� -�- `�'�T�a � F� �36]rQ LIST THREE_ (�) CONIPANIES OR GOVERNMENTP,L AGENCIES WHERE THESE PRODUCTS AND SBRVICES HAVE BEEN PROVIDED IN THE LAST YEAR: 1. COMPANYNAIvIE:. Citv of Stuart-Water Plant �DDRESS: 1002 SE Palm Beach Rd., Stuart, FL 34994 TELEPHONENO:._-- (77�-288-5343 CONTACTPERSON: Jim Parks TITLE: Chief Operator D.ATE PRODUCT� SOLD: S o d i um Hyp o c h 1 o r i t e �i �-e- ,, �}— � EIr�►���- CtJ�(�� 2. COMPANYNAME: City of Port Orange-Water Plant ADDRESS: 4400 Wellfield Rd, Port Orange, FL 321�9 TELEPH�NENO: �86r756-5380 CONTACTPERSON: Steve Mi11er 'TITLE: Chief 0perator � DATE. PRODUCTS SOLD: �� � � �o � �- t%L��cs�1 S�� s 3. CONiPf1NYNANIE: City of Pa1m Goast ADI?RESS: 2 Utilitv Drive, Palm Coast, FL 32137 TELEPHONE. NO: .$ 8 6�. 9 8 6- 2 3 7 4 _ GONTAGTPERSON: Jim Hogan TITLE; Mgr. of Water Operations DATE PRQDUCTS .SOLD: S o d i um H o c h 1 o r i t e ��'r�'�5,�� �C���Z �� Paq.e 1 af 1.. i i 1 � ,�� � � � �_- �. R ����. `� � , `� �� -; -:-�-:. ;;.,�� - �� � ��. � ODYSSEY MANUFACTURING CO. Odvssev Manufacturing Co. Sodium Hvpochlorite Reference List -� Bob Polizzi, City of Edgewater, WTP Superintendent, 386-424-2490 - Cliff Morris, Bonita Springs Utilities, East WRF Superintendent, 239-495-4247 Tom Milazzo, Bonita Springs Utilities, RO Chief Operator, 239-390-4823 - Gerald Runge, Pasco County, VW11TP Supervisor, 727-847-8145 Jim Kaplan, Pasco County, WTP Supervisor, 727-834-3255 - Shawn Kopko, City of Cape Coral, Water Production Supt, 239-242-3423 Andy Fenske, City of Cape Coral, Chief Operator, 239-242-3411 Brian Fenske, City of Cape Coral, Everest VWVf Plant Supt, 239-574-0872 - Keith McGurn, City of Bradenton, WT Superintendent, 941-727-6366 - Mike Richardson, JEA, WTP Superintendent, 904-665-6819 - Robbie Parks, JEA Utility Supervisor, 904-665-4793 - Ron Weiss, City of Marco Island, RO Pfant Supervisor, 239-642-5405 Jeff Poteet, City of Marco Island, Uti(iiy Operations Manager, 239-389-5181 - Tim Gregory, TOHO Water Authority, WT Superintendent, 407-518-0613 - Jim Smith, City of Deltona, Operations Manager, 386-575-6800 � Scott Ruland, City of Deltona, Uti(ify Superintendent, 386-574-2181 - Pat Henderson, City of Falm Coast, VVWT� Chief Operator, 386-986-2343 Pete Roussell, City of Palm Coast, RO Planf Chief Operafor, 386-931-8014 Jim Hogan, City of Palm Coast, WT Manager, 386-986-2374 - Cal Boris, Applied Specialties, Power Pfant Consultant, 813-390-3138 = Bill Kuederle, Manatee County, WTP Superintendent, 941-746-3020 - Chad Denny, Lee County, WT Superintendent, 239-694-4038 Dennis Lang, Lee Couniy, Utility Operations Manager, 239-481-1953 - Mike Missoff, Sarasota County, WT Superintendent, 941-316-1371 Jim Conley, Sarasota County, WT Manager, 941-861-1510 - Sam Butler, City of Ormond Beach, WWT Superintendent, 386-676-3592 - Steve Park, City of Venice, Chief WT Operator, 941-486-2770, Ext. 236 Steve Petrosky, City of Venice, Chief WWrP Supecintendent, 941-486-2788 - Andrew Greenbaum, WT Superintendenf, Tampa Bay Water, 813-910-3246 - Mark Lowenstine, Polk County, Uti(ity Operations Manager, 863-298-4�OQ � - Marvin Drake, Plant Chemist, Indiantown Co-generation plant, 561-597-6500 - Kay McCormick, Hillsborough County, Water Manager, 813-264-3815 Mark Lehigh, Hillsborough County, Water Manager, 813-744-5544 - Terry Carver, City of Winter Haven, WW'f Superintendent, 863-291-5763 Steve Warder, City of Winter Haven, WT Superintendent, 863-291-5767 - Dale Waller, Gollier County, South WVVI P(ant Chief Operator, 239-597-53�5 Jon Pratt, Collier County, North WWT Plant Chief Operator, 239-597-5355 - Steve Miller, City of Port Orange, WT Chief Operator, 386-756-5380 - Pete Williams, FP&L Indiantown, Plant Chemist, 772-597-7387 . - Jim Parks, City of Stuart, WTP Superintendent, 772-288-5343 -ti ;�` '�Mt-.�^..�.` �, �t� �" �» r �. t � -T N d "b. �a--t�,y.,�'� - � t _._, ��. - .a,� �i. -,�r �� - ..-� ._.. .:. .. :.- . .. �r �� . t. , ... � � 3 �� �'� z;r '� •�•� '�� r= .�+ f�� `:�a. �'.7"w `�� .a.`47r?z 5ai i '� t : L �- �}, 1 . tJ.. � -n.�. ` vaa�ee- . , y, R �'— ��aih.�' :FF' �c � �i .£ �- ��`'`�; ��"� I +�. � � e..8'.Qi - '� �Sx � t�.� a o s a Gf CO � � � - ! Page Two of Odyssey Manufacturing Co. Reference List: - David Parker, St. Johns County, WWTP Superintendent, 904-209-2642 - Jamie Hope, Gainesville Regional (GRU), WRF Director, 353 - Steve Bozman, Charlotte County, East WRF Superintedent, 941-764-4595 , Stephen Kipfinger; Charlotte County, Water Superintendent, 941-764-4555 - Bob Dick, ST Environmental, South Area Manager, 239-707-4275 � - Jon Meyer, U.S. Water, South Area Manager, 239-989-9791 - Bill Johnston, City of Eustis, VWIITP Manager, 352-357-3777 - Greg Turman, City of Cleanrvater; RO Plant Superintendent, 727-462-6236 - Craig Dough, City of Tallahassee, VWVTP Superintendent, 850-891-1335 - AI Purvis, City of Leesburg, WTP Superintendent, 352-728-9843 - Bob Bogosta, City of Ocala, WTP Manager, 352-351-6682 - Sean McFarland, Viflage of Wellington, WTP Superintendent, 561-753-2465 - Carlos Torres, Orange County, WTP Supervisor, 407-254-5405 - Richard Anderson, Peace River Manasota, Operations Mgr., 863-993-4565 4�A�J���TT�31tI STA�'E11�hT'I` The wa.dersi� certifies imder oath the ti and carrecri�ess of alI statements and of afl answers tx� quesbons rnade hereinafter: SUBMITTED T0: Ci,tp o� PJ,�u�ation ADDRES�: 400 � 73 �ye�ue � P�.an,�at�,op, �?I, 333],7 CIRCLE ONE SUBMITTED BY: Odyssey Manufacturing Company Coiporation Pa.r�ei�hip NAME: Patrick Allman Indiviclval Other � 14$4 Massaro Blvd. Tampa, F1 33619 TELE�HONE NQ. 813-635-0339 FAX N0. 813-630-2589 E-MAI�,ADDRESS: pallmanCodvsseymanufacturin�.com 1. State the true, exact, cazrect and complete name of the pa�tneirsbip, carp�ration trade ar fcti#ious name i�nder which you do business; and the addiess of fhe place af business. The c�czect.name ofthe Bidder is; Odyssey Manufacturing Company The address of the principa:t place of business is 1484 Ma aro Rl v. Tampa, F1 33619 2. If Bidder is a carparation, answer the foIIowir►g: a. Date of Incorporatian: a i 99 g b. SfateofIncorporatiozz: Delaware - c. President's.name Marvin Rakes d. Vice PresidenPs name /��E e. Secretary's naine: Steve Sidelko Pag_e l. of 5 ; ; i .. . e ! £ Treasurer`s narne ��'�� g. Name.and address ofResidentAgent: ��� a. �r���, - �� � s � r �� �s G<,-� L 3. TfBidder is an.inciividual or a partrieiship, answerthe following: � a. Date of orga.nizatian: b: Name, address and ownership units of all partners: . - c. State whether general or ]imi#ed partr�ership: 4: If Bidder is other than an ind'ividr�al, corporation. par�ership, c�escnbe the organizataon and � give the name and, address of p�ruieipafs: �`'� . . � � 5. - IfBidder i� operating under a fi ''o,}as.name, submit evidence of.complisnce with the Florida ; Ficfitious Name Sfatute. ��v� : i i 6. How many years has your organization been in business under its present busincss name? � 12 a. Under what other fozmer naizies has. yoi.0 arganiza�iori oper�.ted :� � a�� . Page 2: of 5 i ; i � _. _......... _.. _, 7. Indicate registration, Iicense nzunbers or certificat� nuinbers far the-businesses or professians that aie the subject of this Bicl. Please atta.cfi certifrcate of cornpetency andfor siate registration. ���a� �t �r� -- �Sl��, 4< <��-��- �r� 1 !�. � 4 — �e� �r_. � 8. Have yo personally inspected the site(s) of the pr�posed work? �— �— 9. Do you ve a complete set of documents, including addenda? C�'? � C� — _ I 0. Did you attend tlie Pre-Bid Conference if an�+ sv�h canference was held7 /V� ��— �)— I I. �H�a you everfailed to �omplete any work awarcted to you? If so, stafe when, where and i /' � I 12. �T'rthin the Iast fi�e (5) y.ears, bas any o$�cer or pariner ofyour organizafion ever been an afficer or paoriner.af anather organization when it fai}ed in comptete a contract? If so, e�.�plain fully. - �� 13. St��e t�e.names, telephone nwnbers and Iast lazown addresses of three (3) owners, individnals or repr�sentatives of awners with the rnost lmoovledge of wark wlzich you have perfarmed or grsods yQU have prqyided, and to whio�Z you refer (goveinmez�t owners are pr�ferred as references). Jim Conley 1001 Sarasota C�ter B1vd.,Sarasota, �1 34240 (941) 861-1510 (name) (ac�dress) (plione number) Pa.ge 3 of 5 - i. . 1` . f � � � � � Ar�drew Fenske P.O. Bo� 150027, �ape Cora]., Fl 33915 (239) 574-fl878 � (name) . (address) (phone:numbes) Bob A�lizzi. 331.5 S.R. 442, Ed�ter, Fl 32132 (386) 42�-2/�90 (nam.e) . (address} (phone rnimber). T4. List the pertinent experience of the l�y iadividuaIs of yovr orgai�zation (continue on inssrt s� if necessaryj. See Attar�d S�eet 15. Stat� tbe n�ne of Surety Company; which will be providing the bands if any bos�ds are required � � by the Sr�stra.ctions ta Bidders, end narne, and.addr�ss of�age� � � _ The Prosure GroL� �i ;� � � Fage 4`. of. 5 .. . . . � - ' �E � � � . . - - - � . . . - �i . . . , . . , . . . ' . . . . � . i' �. ' : .. � .- . . � . - - .� � { i . � . . . . ' . - _ . f F- � � �--�-= ��" �' �."�' #a... ��t��� �'�a — - r..,.:�..,,� ODYSSEY MANUFACTURING CO. Question 14/pg 4of 5 : Key Company Employees are as follows: (1) Patrick H. Al.lmaa, Odyssey's General Manager (cellulax 813-335-3444) who has a B.S. in Nucleax Engineering 1983 fram the University of Virginia and ha.� over twelve years of operational experience running a chemical manufacturing company and is considered the leading authority in the country on sodium hypochlorite systems having designed and installed over 1,000 systems in the State of Florida; (2) Marvin Rakes, Odyssey's President (cellular 813-340-3675) who has a B.S. in Chemical Engineering 1985 from the University of North Carolina State and has over twenty seven years of operational experience managing cheanical manufacturing and distxibution companies including over twelve years supervising the laxgest chlarine gas repackaging operation on the east coast in'Virginia; (3) 5tephen Sidelko, Odyssey's managing pax wha has a B.S. in Chemical Engineering from RPI and has over tivrty five yeaxs of experience running various sodium hypochlorite manufactuxing companies (currently owns and runs Sentry Industries) in Miami, Florida. All technical and engineering assistance would be provided at no chaxge by these individuals as part of the sodium hypochlorite supply agreement. � . �? �,.� �.� � � s . -- .���::- :�:, ��yw�����f�t ..,;..y :.;. �,� ���...�� "� �, ���> �.`�Y�.�a �?�,'"�.�.� w� �: � y x - .. � �� l.�.va :�'����f.x;h�;� _ .. � �s � ��:n � ^� �`ai�' �',x _ ��. . .. :. . , � � �9s�- �. .z :'r�" � � � � .. ,4 ,y .�, � , ... a. , , pf� �" - � . .. .. . .... . ,.. tl .. . . � . : � � A a • • � � � THE BIDDER ACKNOWLEDGES AND TJNDERSTAI�IDS THAT THE INFOkMA'I�ON. CONTAINED IN RESPONSE.TO THIS QUALI�'ICATIONS STATENlfiNT SI�ALL BE RET:IED UPON BY O"WNER IN At�tiWARDIlVG THE�CONT,R.ACT AND SUCH INFQRMATIOIV IS WARRANTED BY BII}DER 'I`C} BE TRUE: THE I3I5CQVERY OF ANYOMISSION OR NIISSTAT�MENT THAT MATERIA.I:LY A.F'FECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAt1SE T� OV,/NER TO REtECT THE BID, AND IF AFTER 'I'F� AWARD TO CANCEL ` TE'Ti�E AWAR77 AND/OR C4NTRAGT. i ce � �tate of Florida CQUrnyof Hillsborough .�f- y The foiegoing ir►str�unar�t ruas aclrnawIedged before me this c3 ( day a"`�� 2Q� 1 b `�.�� �� t-.a�n , who is per sorcatly lrnown tome or w+ha i�aas produced as iclentificaiion anii.�vho.did-(did not) take am oatb.. i WITNESS my haicd. and of�cial se�l, �� N4T . PIJBLIC . ,r. ► E�,-._+a,.ry � State of Floride �� � DD745083 �i�. �� Exu�r�s 03/�5l2012 � t-1�r- �n.� v� �J v� � �c� (I�IAIvIE � no#aiy Public; Print, S�.mp, or type as C�minissione� Page 5 o.f � � ; ; i E 1 i 1 � - 4 � STATEMENT UNDER SECTION 287.087 FLORIDA STATUTES, ON DRUGFREE WORl�LACE TO BE RETURNED WTTH BID Preference must be �ven to CONTR.ACTORS submitting certification with their bid or proposai, certifying . they have a drug-free workplace in accordance witfi the. Florida Staxutes; Section 287.087.: This requirement affects all public entiries of the State and becomes effective Jazzuary 1, 1991 Preferenoe shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are: equal with respect to price, qua[iry and seryice are received by the State or by any politicaI subdivision for ttie procurement.of commodities 6r contractual services, a bid received from a bnsiness that, certifies #hat it has implemented a drug-free workplace prograin;shall be given prefereace in the award process. Established pracedures for processing tlie bids will be faIlowed if none of the tied vendors have a drug-free workplace program. In order.to have a drag-free. workplace program, a business shall: I. ,Publish a siatement notifying employees tt�z the �awfiil manufacture, distnbution, dispensing, possession, or use of a controlIed: substance is proIu�bited m the workplace and specifying the action that wiIl be taken against emgloyees. for violations of such prohi6itian. 2. Inform employees about fhe dangers,gf drug abuse in the workplace, the busuzess's policy:of i maintaining a drua-free workplace, any avaiIa7ile druo counseling, rehabilitation and employee � assistance programs, and the penalties that may be imposed upon employees for drug abuse : violations. • , 3, Give each eznployee enga.ged zn prpviding the cammodities orcontractua.I services that are under bid a copy of the statement speci�ed in subsection . (1).. 4. In the statement specified in subsection (1), notify the. employees fhat as a cond:ition of working on tt►e commodities or contractual services that are.under:bid, the employee wilI abide by the.terms. of the statement and will notify the empIoyer ofariy convictians ��; or glea of guiIty or nola _ _ contendere to; any violafions of Cl�apter 89.3 or of any co�rolled snbsta�oce law of the United States"or any state; for a violation occurring in the workplace, no Iater. tliaa five. (5) days after such conviction, 5.. Impose a sanction_ an, or require the satisfactory participation in, a dnig abuse �ssistance or rehabilitation prog;am if such`is available ni the empioyee's community, by an employee who is so convicted. fi. Make a.good faith.e .ffort to continue to matntain a drug-free workplace through ia�.plementation of ; the above measures. As the persan autho ` ed to s'�this " ement, I certify that this comp�y camplies with ihe above requirem . Patrick Allman Si� Printed Name Odyssey Ma.nufactu�ing Companp �'�� � Company Narrie . Date ; � ; ( � s € � CTTY OF PLANTATTON SWORN STATEMEM' UNDER SECTION 28'�.13�(3)(a), FLORTDA ST:4TCTTES. ON PUBLIC ENTITY CRIMES � TO BE RETURI�TED WITH BID THIS MUST BE SIGNED IN THE PRESENCE OF A NOTAAY FiJBLIC OR QTHER QFFICER AUTHORIZED TO ADMII�tISTER OATHS 1. This swom statement is submitted with.Bid, Progosal or Cantract for Citp of Plantation . Z. This swom statement is subm.itted by OdySSev �actt�7l�g Co, (entrty submittina sworn statement), whose basiness address �s and i#s Federal Employer I entification Number (FEIN) is ,(If the entity has no FE1N, include the Social Security Number of the Individual signing this sworn statemen�: _ ). 3. My name is PatriCk Allman (please print.name of individual signin�), and my reIationship to the entity named above is General Man �ar , 4. T i.mderstand that a"public entity crime.'?: as defned in Para�aph.287.T33(1)(p�,.Florida Statu#es,.means a vialation of any state�or federal law by a person with respect to and direcdy reIated to the transaction of business with any public entity or with an agency or.political subdivision of any atlier stafe ar with the United Sfates, including, but not.limited to, any bid_or contract for goods or services, any leases for real property, or any contract for the construction or. repair o.f a. public buildmg or pubIic work, to be provided to any public entity or an agency or poIiticat:subdivision of any other sfate or of the United States �d ; involving antiuv.st, fraud, theft, bnbery, collasion, racketeering, conspiracy, or. material misrepresentation: 5. I underst�ndthat "convieted" or "convictian" as defined in Paragraph 287:t33(1)(li),.Florida: Sta4utes, means a find'mg of guilt or a convicrion :br a public entity crime, with or witliout �sn adjudication of guiI� in any federal or state trial court or record relaimg to charges brought by iniiicinient or informa�on after July 1, T989, as a result bf a jury verdict, non jury tria1, or entry of a plea of guilty or nolo canfendere. 6. I understaad that an "affiIiate" as defined in Para.g�a.ph 287..133(1}(a), Florida Statutes, means: a) A predecessor or successor of aperson coavicted af a public entiry crime;. or b) An entity under ihe con�ol of any natvral person wfio: is aetive in the. management of the entity and who has been convicted of a public entity crime. 1'he term "_affiliate" includes those officers, � directors, executives, paztners, sh�-eholders, employees; members, and age�ts who are active in the management of an affiliate. The ownership by one person of sha.res constifuting.a controlling_interest in another person, or a paoling af equipment or income among persoas when not for fair market value under ari arni's length agree�ent, shaIl be prima facie case that one peison controIs anather person. A person_who 3�.owingly enters into a jdint venture with a person who has been convicted.of a gublic entity crime in.Blorida_dw�ing the preceding thffty-six:(36}months shall be considered an afAiate. � 7. I understand that a"person'.'-as defined'm Paragraph 287.133(1)(e);,Flarida.Statutes, means any nat�a] ` person or entity orgaaized uader the ]aws of any state or of the United.Sfafes �vith�the legal power;to.enfer mto binding contract:and which bids or applies.to bid on conliacts let by:a pub.Iic entity, or which otherwise - transacts,or.applies to transactbnsiness with a public entity. The:teim "persnn" inctudes those officers, directors, execut�ves, parfners, sharehoiders, employees, members, and agents who are active in manageme�;of an e�tity. . 8. Based on information and belie� the_statement, wluch I ha.ve marked belo.w, is tcue in .relation to the entity submrtting this swom statemen� (Please indicat� wflich statement. appties:) ; � E ; ; i: � � e � ! _ . . . _ _ ,. •'e( Neittier the eriti submittin this swom statement nar an of its officers t3' g � Y � directors, executives, partners shareholt�ers, employees, members, or agents who are active in management of the entity, nor any affTiate of the entity have been chazges with. and convictecl of a public entity crime subseguent to Ju1y 1, 1989. The entity submitting tiiis sworn statement, or one ox more of the o#'ficers, directors; executives, par(�ers, shareholders, employees members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convictecl of a pubIic errtity crime subsequent to July 3, I984, and (Please indicate which additional statement applies.) There has been a�proceeding concelIllRg the conviction before a hearing of�cer of the Si�te of Florida, Division of Administrative Hear�ngs: T1ze final ardei� entered by the Hearing Officer did not place the person or affiliate ontUe co�yicted vendor list. (Please attae$ a copy ofthe fmal order,) � The person or affiliate was placed on the convicted vendar list. There has been a 5ubsequent proceeding before a hearing officer of the State ofFlorida, Diyision of A�m;nictrat;ve Hearings. The final order entered by the hearing o�icer detez�mined that it was in the public interest to remove the person or � af6liate from tlie convicted vendor list. (T'lease attach a copy of.the final order:) ; , The person or affiliate has not been placed on the convicted vendor list. (P e descnbe any action taken by or pending with fhe Deparlinent of General.Services. / .. � (Signature) � ; � =7°�, , (D�) t ! STATE OF FLORIDA � �'�i�SDOrG � . : COUNTY OR BR� COUNTY � ��i,.� �\\P"o^r' ' PER50NALLY APPEARED BEPORE ME, the undersigned auttiority, , who, after first ' being sworn by me, affixed.hislher signaxuie m the space pravided above on this _�_:day of � S � c,� , 201�1. � V � ! {N Iic) ; � i My com��a� ���s: 3 � � ( � �s �.ti.w.�,� �, � � ..,.� ,. _ �. _ - , a � P� Notary Pub{ic State of Florida ; _ , Ma�orie Q'Donnell q My Commission DD745083 �+�� �,� Expires 0'�U5l2012 ; ��g� z Q�` � f � � EA'�IT "A" � ZNSURANCL� ItEQUT12EM�.�fiTS REVISED 2-21-OZ, Ths Contractor sha13 not commenca any work in connection with t3sis Agreement until i.t has obtained the foIlo�ving types of �++��*a�e and such �nc,�+�n�e ha.s been agproved t�se Qwner, zwz sF►aII the Contractor allovu any subcontiractor fo commence work on his subcontracf uutil all similar insnrance reQuired of tiie subcontractor has been so obtained snd a�proved ATI. insuraace policies shalI be with znsurers quallfied asid doing business in the 5tate of Elozida. All �n��ra eoaapani.es sh�ll}xave at IcasC au A rating av.d a fmancial rating of no iess than IX in the la3est edition pf AIv1. Best Rating CTuide. The Workers' Compe,nsatron and Employers' Liabi7ity Policies shall contain Waivers of Subrogatian in favor The City of Plantafion, Florida and any other entiiy as maybe required by, tlie �ontract Doc�ents. The Certi.ficate of Insurasice and policies for Camcnercial Creneral Liability aud Bnsiness AntflmoUile Liabzlity Policies shall name The City af Plantation, Florida, and any others as requircd by Co�act Docwnents as Additional Insured(s), as evidence an Fozm No_. CG 20 IO ll 85 .(ISO Form B, to be supplied wifh �n�n�e certificate); shall be endrnsed..to be primary and non-contri'i�utory tn any iasuran�e • whi�h m�q be maintaine.�_i by p� on_behalf of The City of PIat�ta.tion; sb�a11 be an an."occurrence" basis and ; shall iaclude "Liuiits Agpl.y Per Pm,ject" with 'respect to the Commer�ial Geneial I.iabili.ty Coverage. ContractorlSubcontra�tors/ �ubcotisultants shall ma.mfiain e11 insurar�ce coverages required by this Agreemcnt in force for a period of oue 1 year after caznpletzon o�the Wark and forN/A,years in the case of cQmgletzd apeiatious coverage. Genera] Liability covezage vri11 contiaue to apply `Bodily In�' a.ad fo "Prop�rty D2IDage" occurraag aftet all work on the project to be per�affied by ar on behaIf of tlie tLddiiional Insured(s} at tSie site of t�.e coverage ogeration(s) has Tieen `co.at�Iefed and w�.l .aIso continne after that portion of `yotu' work' out af which the injvey or dama;ge :arises has bez�s put to its uttended use by any persanal or organization, The Contractor ceatificste si�all furti�er prgvide that insurance.wiIl not be cauceied; changed or non- renewed prior io the greater of at iesst (30) day's written advanced nofice to The City of Plantation. The � types and amouu� of ;,5as shalI �►ot be Iess than the amoi�nts speeifie3 in tlxe :coairact requiremenLs, but in no case shall the coverages be less than'the amounts ofT.usutance 3Zeqiiired coverages below: � if the Contraetor fails to procure an.d n+�+**++am sacb TM+�±+'Q^ce, Ciiy ofP�antation sl�all have tlze rigb.t bnt nat ttie obligatian to procore aad mainta.in said insuraace for and in the name of-the Contractor, and the ` Contractor will pay the east tb.ereof and shall fumish a11 necessary �ormatian fo mal� effeciive ancl - � mainfiain sucfi in5urance: If i3�e Cont�aatar elects to subcoatract any portion of fhis coniract to another contra.Ctor (herain refezred to ` � sobcox�tactor) contcactor sha11 reqnu�e of such siibcontractor inszaance oVerages similar:to that.requared af ; Coaa�actor hereunder a�:d shall fuznisFi to City evidence fha.t such .inm�,xince coverages are c�rentty in e$ective. ; Certificate of Insurance shafl be in.tbe form as appr.oved by Instuance Stan�.ards Office (ISO) and such Ce�cates shall cleesirly s�Il. aU. of t�.e.caverages required in this Seetiun: Ceat�$cat�e of Insutaace must olearlyIist any and all ded.uctt'bles by coverage. rnrsvx.Arrc� The amounts and types of ins¢raace rec�uired shou}.d be ressonably commensurate witft the haz�ds and magmtn�e o£ 8�e undertalQng, but m no event af lesser emowrt atyr �oze resistive tban the iimits of liebility and schedule of l�zazds desc�.bed hereia. Insurance requicemeats should be tailozed to the type of cansiru.ction or operations contemplated. The Coutractor(s) aad or its Subcontra.ctors/Subconsnitaais sfiaIl,piocure aad. inaintain during ths term of ; � P?'�3�, in�rance.ofthe.tqpes a�td. n the minimum amouuts statedbelow: _ � �;nm,�Tce. shaIl be sq ivritten as in iad�m*+;�;+ and hold barmless 6ie city of.PIantation fratii any aad aII � claims. for .d�ua.ges arising: from the � dicc3gintg operafian. and sha11: be as .foIlows or in stisch � mnount ; differeut coverage's •as zs.de ;n�d apprapria�.b� the: city risk managem.ent departmeut:: ' � D050Q-AZ . � � ; s E � � Schedule ' Limits Workers' Campcnsation Flarida Statntory Cbverage Employezs �,iab�ity $1,OOO,Q00 Each Accident (Including agpropriats Federal $I,000;000 Aisease:PoIicyI.imit Acts-U5L&�i & 7ones Act) $1,00Q,Q00 Eacli EmployeeJDisease CnmmPr (���, �ability incl $2,000,000 Geners:I Aggregatc Premises-Opeiations $2,OD0,000 Prod. /Completed Ops. Agg. Products-Completed Operations $1,000,000 Persona(Advertisin.g Injury Blanket Contra.�tualLiab�lity $1,000,000 Each Occurreace Independen# Cbntraatozs $ 50,000 Fire Damage BlanItet X,G, U Hazards $ S,OQO Mcdical Expense Broad �'orxa ProperEy Damage Severability of interest Watercza$,, i£ applicable and shaTl include operarions or loading aad natoading or provide a Ivlarine General 7aability policy covcnng alI operations of the aforesazd watercra.ft and/or waterborne equipment with Iimits not less than requested above on an each occurrence basis. Commercizl_Automobzle xaabzkity $�,000,000 Coiabin.ed Single Limit ' ,.. _. .. _ _ _ .. . .. ... . _ . .. ...._. _ ,. .Any auto inclnding Iiired & Non-oWned ' I ' ; Umbrella/Excess $ N/A Combined. Single.T zmit a�d i AP�b�ate (UmbreI]afExcess Liabiliiy caverage will be no more restricted.than the underlying it�SUrance polices) i Professi.onal Liabilitv (Eirors and Omtssions) T'he Contractor shail procure a Professional I,iabzJity Project � Spe�ific Insurance Pblicy. The deduct�le shs.Il be tweniy-fve �honsend ($25,000} dollars per �laim and must be iudicated oa the certificafe of.insuzaace. Tfie Iimits of the Professional Liability shall aot:be less tban One 1v1�Ition Dallars.on a per project besis. Proyiding for sIl sums w�ticI� tlie Coah�actorshaIl he. legally obIigated to pay as da.mages £or claims arising.out of or reiating to fhe services perfomzed by , Contracmr or aayperson emglayed or;acfiag on the Cantractors behalf (including bnt aot,:limited to Sub- � Contractaxs) in connection with the Agreemeuf. The proje,ct.speci$c inc,T*anc� policy shatl be purphases with an extending Reporcmg period endorseme� ancl shall pravide full coveia.ge for a commencing with the execution of this contracf and terminating three (3) years after final compleiioa of the projec�. This policy sba11 be noa-cancelehle. The City Of PIantaiion m$v aTso consi�Ier the faIIa�s�: A surety bomd requ�ement equal to the vaiue of the job to guaraatee the work wiIl be done per the specificatians on a timefy basis. . � No work is ta be performed puxsuant to an agteed ugon wriffeu.contract; prefezabIy along. t�ie tines of the AAE's Petforma contract beivveen Owner aad coairactor Tlie Cty. wiI] have the right #o amend such . contxact ta confosm to City Qf Plantation gnid.elines for coatra.ct urork. Ot��r Insnrance Provisions: ' 1. Violation of the teims bf'fh'is paragraph and its sgbparts.shall constitute`a breach of the Coatract sad � City, at its sole disa�etion, may canceT the Contraet and aIl rights, title aad intarest af �e Contractor shall ; thereupon cease and tsraiinate. 2. 'I7�e: City resea�ves. the right fo req.wre or adjust any of the in��nce coverages it deems .necessary �P�g APon the �omP�Y, f�te project ar the pof.eMial exgosises,. E . „ i OD500 .-A2 € . r. �. - t � . �: ' � � oare �nnNworrrrr� �� CERTIFICATE OF LIABILI't'Y INSLJP.�►�iCE �� � 12/13/2010 THIS CERTIFICATE !S lSSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICkTE HOLDER. THlS CERTIFICATE DOES NOT AFFIRMATNELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTFIORIZED r� °CPRESENTATNE OR PRODUCER, AND 7HE CERTIFICATE HOLDER �ORTANT: If the certificate hoider is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WA11fED, subject to me terms and conditions of the po(icy, cerEain poficies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). � PRODUCER ��'� N3I1 gj,Che NAME: CY " Y st3�11 � Associates Insurance, Znc. PHONN .(727) 391-9791 � No: (727)393-5623 I10 Casillon Parkway . E p�ESS:nancy•richey@stahliasurance.com PROOUCER 0004990 S t. Petersb FL 33716 INSURER 5 AFFORDING COVERAGE NAIC # �n�su�o �NSU�A Westchester S lus Lines Ins wsu�x e:Ace Fire Underwriters Zns Co Odyssey Manufacturing Company �NSUReRC:Zenith Insurance Com an 1484 NSassaro Hlvd INSURER D : INSURER E • Tampa FL 33619 �NSU�x F: COVERAGES . CERTIFICATE NUMBER:�-0121311632 REVISION NUMBER: THtS !S TO CERTIFY THAT THE POLICIES OF INSURANCE LlSTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD lNDICATED. NOTIMTHSTANDING ANY REQUIREMENT, TEFtful OR COND(TION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WFfICH THtS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDfTIONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. {HSR TypE OF INSURANCE �DL UBR POIJCY EFF POLICY E7� U �� LTR POLJCY NUMBER MM/DD MM/DD I GENERAL LIABILITY EACH OCCU RRENCE $ �- � OOO � OQO X COMMERCIAL GENERAL LIABILRY � GE TO RE D 50 000 PR MISES oxurte ce $ � A CLAIMS-MADE �X OCCUR 24092975002 0/1/2010 0/1/2011 �D IXP ( one person) . $ 5, 000 • PERSONAL & ADV fNJURY a 1� 000 � 060 GENERALAGGREGATE $ 2� OOQ � 000 GEN'L AGGREGATE LIMfT APPIJES PER: � PRODUCTS - COMP/OP AGG S 2� O00 � 000 �. X POLJCY PRO- �� a .UTOMOBILE LIABILITY COMBINED SINGLE 11Mfr ' �� $ 1,000,000 � � A � BODILY INJURY (Per person) $ B ALL OWNED AUTOS 08450377 0/1/2010 0/1/2011 BODILY INJURY (Peremid�t) 3 SCHEDULED AUTOS X PROPERTY DAMAGE " $ HIRED AUTQS (P� aaadenE) X NON-OWNm AUTOS PIP�esic 3 1Q � 000 Med�cai paymerds S 5, 000 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ $� OOO � 000 � X a� � C�ainnsn�wDE AGG�carE $ 5, 000, 000 DEDUCTI@LE $ ' A Rc{'cM10N $ 240929B7D01 0/1/2010 0/1/2011 $ C WORKERS COMPENSATION X V11G STATU- OTN- � AND EMPWYERS' LIABILITY Y/ N - — — ANY PROPRIETOR/PARTNERIOCECUiIVE EL EACH ACCIOENT a i , OQQ ,_OOO OFFICERIMEMBER IXCUJDE'�? � N 1 A (AA�datoryinNH) 066628607 /1/2d11 /1/2012 ELDISEASE-EAEMPLOYE $ 1 000 OOQ If yes� desrnbe under DESCRIPTION OF OPERA770NS below EL DISEASE - POLICY LJMIT S 1 000 000 A Pollution Liabilty 24092999UQ2 0/1/2010 0/1/2011 po6cyA8gregateLim@ $1,00O,OOD Ded $25 � 000 Ea P011 COIid DESCR[pT10N OF OPERATIONS ! LOCATIONS 1 VEHICLE5 (Atfach ACORD 701, Addtiw�sl Remarks Schedule, if more spaes is require� � CERTIFICATE HOLDER � CANCELLATION . 'SHOULD ANY OF THE ABOVE DESCRI6ID POLICIES 6E CANCELLED BEFORE THE EXPIRATION DATE THEREOF, N017CE WILL BE DELIVERED IN For INFORMATION PURPOSES OI�LY ACCORDANCE WITH THE POUCY PROVISIONS. AUTHORI�D REPRESENTATIVE , EZ 33619 1Celly Petzold/�4TERS �'� �' P �'.�'" c `�'�' ACORD 25 (2009/09) m 1988-2009 ACORD CORPORATION. AII rights reserved. IPES025 �ZOosas� The ACORD name and logo are registered marks of ACORD OFFICE OF THE MAYOR CITY COUNC[L DIANE VELTRI BENDEKOViC �^' SHARON URIA Mayor President PETER TINGOM FINANCIAL SERVICES President Pro-Tem HERBERT HERRlMAN ,l RON JACOBS DIRECTOR DR. ROBERT LEVY PURCHASING DIVtS{ON �'�i�l���n LYNN STONER ANDREW BACCHI �� g�s is � eener" MANAGER ' ' ADDENDUM1 8/25111 RFP 038-11 NOTE THAT THE CHEMICALS REQUESTED FOR PRICING ARE LABELLE�D INCORRECTLY ON THE ORIGINAL RFP. THE CORRECT CHEMICALS ARE SODIUM HYPOCHLORITE AND CALCIUM HYPOCHLORITE ALL QUESTIONS TO CHARLES SPENCER, UTILITIES. � L�''W� ,_. � � 9 �,���, • .� � 1�,, � ��. �.� �- t �, ` D�s.s� ����r,�. _ . � � Ciry of Plantation 400 NW 73ro Avenue, Plantation, FL 33317 T: 954.797.2648 • F: 954.797.2649 • www.plantation. org - OFFICE �F THE M,4YOR � CTTY COTINCIL Rae Caro4e Armstrong, Diane Veltri eendekovic, President Mayor � Jerry Fadgen; President Pro Tem Dr. Robert A. Levy UTILITIES DEPARTNiEiVT Peter S. Tingom Hank 6reitenkam; P.1211tdtlOri Sharon Moody Uria D i recto r tEie srass � gizenu• ADDENDUM No. 2 � BFP NO. 038-ll Purcl�ase and Deliverq to Various I.ocations: Sodium Hypochlorite and Calcium Hppochlorite � DATE OF ADDENDUM: September 6, 2011 TO ALL PROSPECTIVE PROPOSERS: � ; � The foIlowing clarifications changes, additio�s and/or deleiions ate hereby made part of the Conlxact.Documenis fot RFP No. 0��11, Purcl�a.se and Delivery to Va.rious Locaiions: Sodium Hypochlarite and Calcium Hypochlorite. � ; "Add" and/or "Change" The follo�vi.u� lan�v.age founii below shall become �arr of tlie �ronosal document _. . ; 1NCLUSION aF NON-PARTICPATING SOUTHEAST FLORIDA CO-OP NIEMBERS _ Any I�Zember, cuxrent of future withui. the Southeast Fl.orida Co-Op region shaIl be aliowed to participate in this agxeement dwing rhe lifc of the.contract; even iEit is not listed amongst the solicitation pa.ttiapants. . i VG'hile tliis, clause ia no way corn.mits and Southeast Flarida Co-Op.Ivlember to purchase from the City of Plantation awarded conttractot;.nor does it guazantee atay additio�al orders will result, it. doe allow Southeast. Florida Co-Op . Membets at their disctetion, �o make use of the City of Plantati�a: competi.tive process (provided said pxoeess satisfres theit own procurement guideIiffes):. and purchase c7irectly from the awasded' contxa.ctor: AIl purchase made by other ` Southeast Florida. Co-Op Members shall be ,und�stood to be transactions between that Southeast Co-Op Membet and the awarded vencl.or; the City of Plantalioa shall not be responsihie for any such purcliases. � I "Add" The foIlowing pages nmeationed below: i Page i: City oF Plantation Request for I'roposal.Covex Sheet Pages .1-2: Swom StatementUndcr Section287.].33(3)(a), Flosida Statutes on PublicEntitp Crimcs Proposals must be stamped on or before September 20, 2011,11:00 A.M: by the Cit� Clerls, Citp ofPlantatian, 400 N�' Z3� livenu� Plantation FL,..33317. .All other terms, condiv.ons and speci.fications zemain unchanged for RFP No.03S-11. Please acknowledge receipt of this AddendumNo.2, b� �mrne it and/or acknowledgiag it.in pour proposal. �c� � ��"� � � ; COMPANY N�ME: �_T `� �� � � ��7/�r.+r�v�-�L� 400 NW 73rd .Elvenu.e .+ Plaut�tibn, Florida 333; 954-:79Z.22.93 * HBxeitenkamQPlanmtioa.org ��u � � -'''�" L .��� ' CITY OF PLANATION REQUEST FOR PR�POSAL COVERSHEET Purchase and Delivery to Various Locations: ' Sodium Hypochlorite and Calciuum Hypochlorite Term Cantract RFP No. 038-11 � Bid Bond Required Yes No XXX i Performance Bond Yes T+io XXX { i Liquidafed i�amages Yes No XXX Department Utilities Department i Contact Person C'karles Sgeacer, Jr. � Address 400 NW 73 Avenue, Plantation, �'1. i Telephone (954) 452-2544 Today's Date September 6, 2011 Opening Date Segtember 20; 2011 Ogening Time . Il. A1VI � ; Page 1. ' . ' �t . . � , . . , .• , . � �. . `� ,'.. � : • .. ' ' �, . . . .. . _��..;�� . ._ . . , .:,�. . � � . , . . . . �:�:� - � . . �� � : � � . . . ��� �. ° ���.. �... . �_ . .. � � . � � . _ . _ . . :;�� . . . �' � . . , � . .: . � ..:;:..zc ''�;�:,>.:: �: �� _ - . . . _ t`F .. . . � . � . ' y, , " r . . n.. . � � . . . . . .'. : Y ` :� i_..'` '.��.. "; � ?:.� . . �t • ' . • •. ' ::YS�� ^i�:�'•�_�n�r:x• .:, , . ` r/Y � i .' ,. .. � ' � ' i �.n..: � i �•.•• : • • '�Yli ' .. \ . . . . . . .. a " sj,:: 'rd., '' . • , • . . ' . .... . . �, . � . �`''�� t"*:�:�'° �-'.�".�; . �'�,. � � '�,' '.�' . " , `��- ,•;�.;` O� . �y '\ . ' : ��"��.�;.�� . ; � � � • � '- �,, - :. '�. : . � . . . � . . . _ . , . -.� - . � � ' . ... .. . . . . � . � �;:= :� : ; a � . �� , . �� .. '�, �. A � �, � � � � • � . -.�: � . . . � � . , � ��. . .� . :. � m . g � . � " :� � , ��� �' � � �� . � � ��� � � �� ' . . � , • : at � o . . . m . � `'''. "''� : �d : . . .. N ' �'�.- :'� ` `.,� , 1 : � �' � .. , ..: ��: . .. � ` _ _ 0 .:� o. . �, . . .. ;. :. .: . - �� - ::�:;'..� ,., �..,�-.'.:' : ,, ' ' � �' . . q '.NyY.. � - � ,','a . �'. .�..'� s '� 1!� , . . � .� : ������ .�� . . , � . •. N' � ,�: �"' � � a :: . n ..:, . � r�,; o , �. _�; GZ-.�� �� O . � .. . ��� :�.���: ,��.�,.�.: . - . �� �� � .. .. .. . ��' ��- �: :.a ��, :c�. . . ,'� . ,��� �i�::: . . ... . � � . . ... ..:o -. a�:. . :� '�: - ..�. . . . � :��� �- .�:_ ��.c� :�.,�;. . .,y,,, �,� :;-�'�..M1:. ... , - � � - . '� _�.: ` � :.� � - :� �. . . . � � .�. . _ �:��`.�::�?:°:: �.. , o -;: - .; ,.:�"• .?` ;�� t "'�►� . �+:'`° - .;� � . . . :'?� . - - t}"�`�: • ,� .'s���. �* -•:ctl. '_� : �.' ...� ; y0 ' �. � . e ^� � - "�: ��� •y� "..._. � c� - (��;���.•,��-�:�•�� :�.�-�?,�:. . . :��µ� .. ;:,._ � .,� � -. �� ��,:: :.� .: ti �:. _ . �. �_ -'`�� ' _ . .'�� � p =;�.�;> :'`���.,��:--. � . . � : :_� �; :,, •�'�.,,., �: - �"�? :,-�� , .��� . -e. . ��: . � . �-�?� . . � G _ ~= .s` �-������:� . .,,�,,.i . . . _ "��..: n. � � � ��'1 , - . . �� . .. :� ,� . . . . � . . � . _ ��..�.�:` _ .. .. .. � �����:..� :� . . � �`t=:�c; -;��.;�:. �. . �- � � � �� :� �� .�': : r:x.� . . .. . , a -:�},� :�.:.... ..:.�: . �: .. : � � ��� � � :�� � _ �, _ . �o. �:���. �.:' . ,.A —�.: . �. - _.��-::::'.��.::,.:;�.� �. �:��'��:�:'::�:. �'- aa�ti- ';�' � :rnl • ' . .'�: . . . . .. =� .�_ �a. • ;�. .. : � • . , . • - t� ���" . r^` � - . . . . m � . - , . � . . �\•, . .�. . � . .. . •�'� . . . � . ;?`�� � . •Q� . . . .. ' •�:,� _ . . � . . ' +� " . � : �. . -� ' . . - y-�' . :. . .. . , �`t. � .. , .���. :;:.� . . - .� �.. .. : � . ";. ' � . ".. � . . .. �. ��..- ," :, �. ,..� � � . � � - � � . .. � ' . � . ..' .- .. . : . .. !^ � . ; �. � �.. ; .. �'.� _ ,�. . '. � = ..: : .- ,. .�',- _ _... �. .. �._, ' . . ✓ . ' •. ' : ' . • _ = ; . . . •,` . _��""'� �- ODYSSEY MANUFACTURING CO, ODYSSEY MANUFACTURING CO. - o7/2of 10 Ultra-Chlor Sodium Hypochlorite Specificatiori ��-�-�� For 12.5 Trade Percent Available Chlorine Item Guarantees Ty�ical Values Chemical Formula: NaOCI in water NaOCI in water Delivered Grams per Liter: >12Q GPL 122 - 125 GPL Specific Crravity Ran.ge: 1.159 - 1.169 1.163 - 1.165 % by Weight Excess Sodium Hydxoxide: 0.15 - 0.4 0.25 - 0.35 pH: 12.3-12.7 12.4-12.6 VJeight % Available Chlori.ne: >10.4 10.55 - 10.8 Weight % Sodium Hypochlorite: >10.85 11.05 - 11.3 lb/gallon Available Chlorine: >1 lb/gallan 1.03 - 1.04 lb/gallon Gallons required to Obtain llb of Chlori.n.e: .96 - 1 gallon .96 -.97 gallon Iron (Fe): <0.30 mg/L .l - .2 mg/L Copper (Cu}: <0.03 mg/L � Not detecta.ble Nickel (Ni): <0.03 mg/L Not detectable Manganese (Mn): <0.03 mg/L � Not detectable Selenium (Se): <.02 mg/L Not detectable Bromate: <LO mg/L 5 -10 mg/L Perchlorate (At time of manufacture): <10 mg/L Not Detecta.ble Chlorate (At ti_me of manufacture): <2,000 mg/L � 500-1,000 mg/L Viscosity (Varies with temperature): 1.75 - 2.50 centipois 1.75 - Z.50 centipois Specific Heat: .90 -.94 Cal./gm/deg C .9 i-.93 Ca1./gm/deg C Therm.al Conductivity : .2 -.4 VJ/m/deg C .3 - 35 W/m/deg C Suspended Solids Test (e.g. Filter Test}: <3 mi.nutes .9 -1.25 minutes Hardness (as Calcium Carbona.te): . <5 ppm 1 ppm Appearance: Greenish-yellow liquid Greenish-yellow liquid Note: Product is certified to meet ANSUNSF Standard 60 and is in compliance with ANSUAWaVA - Standard B300-04. ��� �_ O DYSSEY MANUFACTURING CO. MATERIAL SAFETY DATA SHEET REVISED 1 /11 /1 O SECTION I �HEMICAL PRObUCT AND COMPANY IDENTIFICATION ODYSSEY MANUFACTUR]NG CO. EMERGENCY RESPONSE NUMBER: 1484 Massaro Boulevard � 1-800-ODYSSEY (FLORIDA) Tampa, Florida 33619 1-813-635-0339 (OUTSIDE FLORIDA) 1-813-635-0339 (24 hours) 1-813-340-9093 (Control Room CeIl Phone) SUBSTANCE: SODIUM HYPOCHLORITE TRADE NAME: Ultra-CHLOR CHEMICAL NAME/SYNONYMS: Sodium Hypochlorite Solution, Bleach Solution, Bleach Liquor, Flypo- solution, Bleach, and Liquid Bleach. CAS NUMBER: 7681-52-9 CHEMICAL FAl��IILY: Alkali FORMCTLA: NaOCI . DOT PROPER SHIPPING NAME: Hypochlorite Solution DOT Ht�_ARn CLASS: 8(Corrosive) PG III; PG II(For solurions greater than 16% available chlorine) DOT IDENTIFICATION NO: UN1791 . RQ: 100 pounds (Approximately 100 gallons of Odyssey Ultrachlor 12.5 Trade Percent Sodium Hypochlorite) DOT EMERGENCY GUIDE NO: 154 SECTION II COMPOSITTON, INFORMATION ON INGREDIENTS INGREDIENT(S): Sodium Hypochlorite (NaOCI) 10.0 - 20.0% wt Sodium Hydroxide (NaOI� 0.1 - 0.4% wt Water (H 79.7 - 89.9% wt SECTION DI AAZARDS IDENTIFICATION . NFPA CLASSIFICATION (SCALE 0-4): Health=2 Fire=O Reactivit�l EC CLP:SSIFICATION (ASSIGNED): C (Corrosive) EMERGENCY OVERVIEW COLOR Yellow PFiYSICAL FORM: Liquid ODOR: Chlorine Odor MAJOR HEALTH NA 7.AR1�S: .Respira.tory Tra.ct Bums, Sldn Burns,lvlucous Membrane Burns, and Eye Irritation H�7.ARDOUS MIXTURES VJITH OT'HER LIQUIDS, SOLIDS, OR GASES: Reacts violently with acids liberating chlorine gas. Also reacts with organic substances. Reaction with water is not exothermic. ,. 1 POTENTIAL HF�4LTH EFFECTS IIIHALATION: • SHORT TERM EXPOSURE: Irritation to respiratory tract. 1v1ay have same as effects reported in other routes of exposure, burns, blisters, nausea, difficulty breathing, and lung congestion. • LONG TERM EXPOSURE: Same as effects reported in short term exposure. SKIN CONTACT: • SHORT TERM EXPOSiTRE: Irritant, reddening of the sldn. May have bums, blisters, and itching • LONG TERM EXPOSURE: Same as effects reported in short term exposure. EYE CONTACT: • SHORT TERM E�OSURE: Irritation (possibly severe), possible eye damage • LONG TERM EXPOSURE: Same as effects reported in short term exposure. INGESTION: • SHORT TERM EXPOSURE: Burns, vomiting stomach pain, disorienta.tion, bluish skin color, convulsions, coma • LONG TERM EXPOSURE: Same as effects reported in short term exposure. CARCINOGEN STAT7IS OSHA: N � NTP: N IARC: N SECTI�N IV FIRST AID MEASURES INHALATION: Remove from exposure and get fresh air. Use a bag valve mask or similar device to perform ariificial respiration (rescue breathing) if needed. Keep warm and at rest. Get medical attention immediately if artificial respiration is requirecL SKIN CONTACT:. Remove contaminated clothing, jewelry, and shoes immediately. Flush affected area with large amounts of water, preferably a safety shower. Use soap or mild detergent and large amounts of water until no evidence of chemical remai.ns (at least 15-20 minutes). For burns, cover affected area securely with sterile, dry, loose fitting dressing. If skin is burned, get medical attention immediately. EYE CONTACT: Wash eyes immediately with large amounts of water, occasionally lifting upper and lower lids, until no evidence of chemical rPmains (at least 15 minutes). Continue irrigating with a normal saline solution until ready to transport to physician. Cover with sterile banda.ges. Get medical attention immediately. INGESTION: Rinse mouth with water. Drink Iarge quantities of millc (water if no mi.tk is available). Mil.k of magnesia may be helpful. DO NOT USE ACIDIC ANTIDOTES SUCH AS SODIiJM BICARBONATE. When vomiting occurs, keep head lower than hips to help prevent aspiration. If person is unconscious, do not induce vomiting and turn their head to the side. Never make an unconscious person vomit or drink fluids. Get medical attention. NOTE TO PHYSICIAN: For inhalation, consider oxygen. For ingestion, avoid gastric lavage, emesis, sodium bicarbonate and acid solutions. Consider the use of antacids. SECTION V FIRE FIGHTING MEASURES FLASH POINT: Non-flammable FLAIviMABLE LIMITS: Non-flammable FIRE AND EXPLOSION H�7.ARDS: Negligibie fire hazard.. Toxic fumes can be hberated by contact with acid or heat EXTINGLTISHING MEDIA: Regulaz dry chemical, cazbon dioxide, water, or foam suitable for sturounding fire. For large fires, use regular foam or flood with fine water spray. - FIRE FIGHTING: Wear self-contained breathing apparatus and fu11 protective clotliing. Move container from fire area if it can be done without risk. �ool containers with water spray �mtil well after the fire is out. Stay away from the ends of tanks. Use extin�uishrr age�ts appropriate for siurounding fire. Do not get water directly on material. For large fires, flood with fine water spray. Reduce vapors with water spray. Apply water from a ' protected location or from a safe dista.nce, Avoid body contact or inhalation of material or combustion by- products. Stay upwind and keep out of low areas. 2 SECTION VI ACCIDENTAL RELEASE MEASURES OCCUPATIONAL RELEASE: Do not touch spilled maxerial. Stop leak if possible without personal risk. For small spills, collect spilled material in appropriate container for disposal and consider absorbin.g with sand or other non-combustible material (e.g., do not use sawdust or other combustible material). Be advised; however, that the use of absorbing material is creating hazardous waste and this absorbing material must now be disposed of properly. Collect spilled material in appropriaxe container for disposal. For small dry spills, move containers away from spili to a safe area. For large spills, d�ce for later disposal. If possible, do not allow material to enter sewers, streams, ponds or storm conduits as concentrated solutions will seriously injure aquatic life. Keep unnecessary people away, isolate hazard area and deny eniry. Contain in as small an area as possible, such as a holding area for dilution and neutralization. Contain spill in plastic drums when available. Dispose of in � accordance with Federal, State, and local regulations. Personnel engaged in cleanup operations must be equipped vvith TTIOSH approved respirator protection, rubber boots, gloves, aud clothing to avoid body contact Renortable Ouantitv fR01: 100 pounds (approximately 100 gallons of Odyssey Ultraehlor 12.5 Trade Percent sodium hypochlorite). In the event of a spill (e.g., defined as any release to the environment), call Odyssey Manufacturing and/or the emergency conta.ct numbers as soon as possible. For releases higher thau the Reportable Quantity (R�, you must norify either the State Emergency Response Commission (LT.S. SAR.A Section 304) at (800) 320-OSI9 or the National Response Center at (800) 424-8802 or (202) 426-2675 (CERCLA Section103). Both are tied together and will communicate to the other. ADVANCE PLANNING: Plan in advance for an occupational release and have necessary equipment and neutralization agents on-site. Contact Odyssey Manufactvring for assistance. SECTION VII AANDLING AND STORAGE � Store in vented, closed containers that provide protection from direct sunlight. Keep separated from incompatible substances and do not store near acids, ammonia, heat, or oxidizable materials or organics. When handling, do not mix with other cleaning agents that may libera.te chlorine gas vapors (e.g., acidic agents). Stare and handle in accordance with all current regulations and standazds. SECTION VIII EXPOSiJRE CONTROLS AND PERSONNEL PROTECTION EXPOSURE LIMITS: 2 mg/m3 AIHA recommended STEL 15 minute(s) for Sodium Hypochlorite VENTILATION: Provide local exhaust ventilation system. Ensure compliance with applicable exposure limits. EYE PROTECTION: Splash goggles are preferred to a faceshield. Another option is to wear splash resistant safety goggles with a faceshield. Provide an emergency eye wash fountain and quick drench shower in the immediate work area. CLOTHII�G: It is recommended to wear appropriate chemical resistant clothing to avoid body contact such as a rubber apron or rai.n suit Boots are preferred for footwear. GLOVES: Wear appropriate chemical resistant gloves, RESPIRATOR Under conditions of frequent use or heavy exposure, respira.tory.protection may be need.ed. Respiratory protecrion is ranked in order from m;n;mum to maximum._Consider waming properties before use. • Any chemical cartridge respirator with organic vapor cartridge(s). • Any chemical cartridge respirator with a full facepiece and organic vapor cartridge(sj • Any air-purifying respirator with a full facepiece and an organic vapor canister • Any supplied-air respirator with full facepiece and operated in a pressure-demand or other positive-pressure mode in combination with a separate escape supply (LTse for Unl�own Concenlrations or those that may be Immediately Dangerous to_Life or Health) • Any self-contai.ned breathing appara.tus with a full facepiece (Use for High Concentrations or those which are immediately Dangerous to Life or Health) SECTTON IX PHYSICAL AND CH�NIICAL PROPERTIES PHYSICAL APPEARANCE: Liquid APPEARANCE AND ODOR Clear - Chlorine odor like household bleach. COLOR Greenish YeIlowish cast MOLECULAR WEIGHT: 74.44 MOLECLJLAR FORMULA: Na-O-Cl 3 BOILII�TG POINT: Degrades at 230 Degrees Fahrenheit FREEZING POINT: 7 Degrees Fahrenheit SPECIFIC GRAVITY: 1.15 - 1.i7 at 60 Degrees Fahrenheit PH: Approximately 11 - 13 � VAPOR PRESSURE (mm HG): Vapor Pressure of water + decomposition product Vapor Pressure VAPOR DENSITY: Not Available SOLUBILTI'Y IN WATER: Complete VOLATII,ITY: Not Available EVAPORATION RATE: >1 COEFFICIENT OF WATER /OIL DISTRIBUTION: Not Available SECTION X STABILTTY AND REACTIVITY REACTIVITY: Stable at normal temperatures and pressure. � CONDITIONS TO AVOID: Avoid heat, flames, sparks and other sources of ignition. Dangexous gases may accumulate in confined spaces. May ignite or explode on contact with combustible materials. INCOMPATIBLES: Acids, metals, amines, combustible ma.terials, reducing agents. Specific reactions with sodi� hypochlorite include the following: ACIDS: Violent reaction. ALLJMINUM: Corrosive action. A1VIII�TES: Form explosive chloramines. AivIMONIA: Form e�cplosive chloramines. t1MMONNM SALTS: May form explosive product. BENZYL CYANIDE (ACIDIFIED): Explosive reaction. CELLOLOSE: Violent reaction ETHYLENEIlVIT1�iE: Forms eaplosive 1-chloroethyleneimine. FORNIIC ACID: Explosive mixture. METHANOL: May form explosive compound. NITROGEN COMPOUNDS: Forms explosive N-chloro compounds. ORGAIVIC AND COMBUSTIBLE MATERIAI,S: Fire and explosion hazard. OXALIC ACID: Intense reaction REDUCING AGENTS: Fire and explosion hazard ZINC: Corrosive HA7 ARDOUS DECOMPOSITION: . Thermal decomposirion products — Chlorine and Hydrochloric Acid Vapors ' Decomposition Products — Hypochlorous Acid Vapors POLYMERIZATION: Will not polymerize. SECTION XI SODIUM HYPOCHLORITE TOXII,IOGICAL INFORMATION IRRITATION DATA: 10 mg eyes — rabbit moderate TOXICITY DATA: 1 gm/ kg oral-woman; TDLo; 45mg/kg intravenous-man TDLo; 5800 mg/ kg oral-mouse LD50; 140 mg/ kq/9 week(s) continuous oral-rat TDLo CARCINOGEN STATiTS'. According to the IARC, animal inadequa.te evidence, human no adequate data, Crroup 3 (Hypochlorite salts) LOCAL EFFECTS: . Corrosive: inhalation, skin conta.ct, eye, ingestion hazards ACUTE TOXICITYLEVEL: Siightly Toxie if ingested � MUTAGETTIC DATA: � Mutation in micro organisms — Salmonella typhianurium l mg / plate (-S9); DNA repair — Escherichiacoli 20ug/ disc; DNA da.ma.ge — Esoherichiacoli 420 umoUL; phage inhibition capacity — Esohericluacoli 103 ug/ well; micronucleus test - non-mammalian species multiple 200 ppb; cytogenetic analysis - non-mammalian species multiple 120 ug/ L; cytogenetic analysis -human lymphocyte 100 ppm 24ho�s(s); sister chromatid exchange — human embryo 149 mg/ L; cytogenetic analysis — hamster lung 100 mg/ L HF.AT' EFFECTS: � 1NHA.LATION ACUTE EXPOSURE: May cause severe bronchial irritation, sore throat with possible blistering, coughing, 4 stomatitis, nausea, labored breathing, shor�ess of breath and pu]monary epedema. 10-20 mg/m3 causes burning of the nose and throat; 40-60 mg/m3 may be fatal. If sufficient amounts are absorbed, may cause effects as detailed in acnte ingestion. CHROIVIC EXPOSURE: No data available. SKIN CONTACT ACUTE EXPOSURE: Extent of damage depends on concentrarion, pH volume of solulaon and duration of contact. May cause redness, pain, blistering, itchy eczema and chemical burns. Sensitization reactions are possible in previovsly exposed persons. CHRONIC EXPOSURE: Effects depend on concentraiion anc� duration of exposure. Repeated or prolonged contact with coaosive substances may result in dermatitis or effects similar to acute exposure. Allergic dermatitis has also been reported. EYE CONTACT ACUTE EXPOSURE: May cause redness, pain, an.d blurred vision. Solutions of 5% splashed in human eyes . have caused a burning sensation and later only slight superficial disturbance of the comeal epithelium which cleared completely in the next day or two without special treatment However, one ani.mal study reports a 5% solution causing only moderate irritation vs+ith clearing withiu 7 days. A higher concentration of 15% tested on rabbit eyes caused immediate severe pain, hemorrhages, rapid onset of ground-glass appeazance of the comeal epithelium, moderate bluish edema of the whole cornea, chemosis and discharge for several days. Such eyes have sometimes healed in 2-3 weeks with slight or no residual corneal damage but they had neovascularization of the conjunctiva and distortion of the nictitating membrane by scarring. CHROI�IC EXPOSURE: Depending on concentration and duration of exposure, symptams may be as those of acute exposure. INGESTION ACUTE EXPOSURE: May cause irritation and erosion of the mucous membranes, vomiting (possibly bloody} and abdominal pain and spasms. A drop in blood pressure, shallow respiration, edema (possibly severe) of pharynx, larynx, and glottis, confusion, convulsions, delirium and coma may occur. C`yanosis and circulatory collagse are possible. Esophageal or gastric perforation and strictures are rare. Death may occur, usually due to complications of severe local injury such as toxemia, shock, perforations, hemonhage, infeciion and obstruction. Massive ingestions may produce fatal hyperchloremic metabolic acidosis or aspiration pneumonitis. CHRONIC EXPOSURE: Sensitization reactions are reported in individuals who are exposed in small amounts through their water supply. High doses have caused sperm abnormality in mice. SECTIO�T XII ECOLOGICAL INFORIVIATION ECOTOXiCITY DATA: FISH TOXICITY: 94.0 ug/L 96h hour(s) LC50 (Mortality) Cutthroat trout (Oncorhynchus clarki) INVERTEBRATE TOXICITY: 31.6 ug/L 7 hour(s) 1050 (Species Diversity) Protozoan phylum (Protozoa) ALGAL TOXICITY: 90 ug/L 96 hour(s} LC50 (Mortality) Algae, phytoplanlcton, algai mat (Algae) PHYTOTOXICITY: 230 ug/L 35 hour(s) (Biomass) Curled pondweed (Potamogeton crispus) OTI�R TOXICITY: 2.1 ug/L 28 day(s) (Chlorophyll) Aquatic community (Aquatic community) ENVIItONMENTAL SU1vIMARY: Highly toxic to aquatic life. SECTION XIII DISPOSAL CONSIDERATIONS Subject to disposal regulations: U.S. EFA 40 CFR 262. Hazazdous Waste Number(s): D001. Dispose in accordance with aLl applicable regulations. SECTION XIV TRANSPORT INFORMATION U.S. DOT 49 CFR 172.101 SHIPPING NAME-[JN NUMBER: Sodium Hypochlorite)`- UN1791 U.S. DOT 49 CER 172.101 HAZARD CLASS OR DIVISION: 8 U.S. DOT 49 CFR 172 .101 PACKING GROUP: III (less than 16% available chlorine) / II(16% or more available chlorine) U.S. DOT 49 CFR 172.101 AND SUBPART E LABELING REQUIREMENTS: Corrosive U.S. DOT 49 CFR 172.101 PACKAGING AUTHQRIZATTONS: 5 EXCEPTIONS: 49 CFR 173.154 NON- BLTLK PACKAGING: 49 CFR 173.203 (less than 16% available chlorine) / 49 CFR 173.202 (16% or more available chlori.ne) BULK PACKAGING: 49 CFR 173.241 (less than 16% available chlorine) /: 49 CFR 173.242 (16% or more • available chlorine) U.S. DOT 49 CFR 172.101 QUANTITY LIlvIITATIONS: PASSENGER AIRCRAFT OR RAILCAR: 5 LITERS /(less than 16% available chlorine) / 1 LITERS (16% or more available chlorine) CARGO AIRCRAFT ONLY: 60 LITERS /(less than 16% available chlori.ne) / 30 LITERS (16% or more available chlori.ne) SECTION XV REGULATORY INFORMATION U.S. REGULATIONS TSCA INVENTORY STATUS: Y TSCA 12(b) EXPORT NOTIFICATION: Not listed. CERCLA SECTION 103 (40CFR302.4): Y SODTUM HYPOCHLORITE: 100 LBS RQ SARA SECT'ION 302 (40CFR355.30) : N SARA SECTION 304 (40CFR355.40) : N SAR.A SECTION 313 (40CFR372.65) : N SAR.A HAZA.RD CATEGORIES, SA.R.A SECTIONS 311/312 (40CFR370.21): ACUTE: Y CHROh]IC: N FIRE: N REACTNE: N . SUDDEN RELEASE: N OSHA PROCESS SAFETY (29CFR1S10.114): N STATE REGULATIONS: California Proposirion 65: N EUROPEAN REGULATIONS: EC NUMBER (BINECS) : 231-668-3 EC RISK AND SAFET'Y PHRASES: R 31 Contact with acids liberates toxic gas. . R 34 Causes burns. S 1 /z Keep locked-up and out of reach of children. S 28b After contact with skin, wash immediately with plenty of saap and water. S 45 In case of accident or if you feel unwell, seek medical advice immediately (show t�ie label where possible) S 50 Do not mix with incompahble materials. CONCENTRATION LIMITS: C� 10% C R 31-34 5%<=C<=10% Xi R 31-36/38 GERMAN REGULATIONS: WATER HAZARD CLASS (WGK) : 2(O�cial German Classification) SECTION XVI OTHER INFORMATIdN For additional information, contact o� technical service deparlment. Informa.tion contained in this MSDS refers only to the specific material designated and does not relate to any process or use involving other materiais. This information is based on data believed to be reliable, and the Product is intended to be used in a manner that is customary and reasonably foreseeable. Since actual use and handling are beyond our control, no waaranty, express or im.plied, is made and no liability is ass�mmed by Odyssey Manufacturing in connection with the use of this information. 6 �. . �ity o� Plantafi.on Specification Package RFP No. 038-11 Purchase and I)elivery to Various Ilocations; Sodi�m Flypochlorite and Calczum l�ypochlorite Te�m Contract ��. � I'lantatlor�. t grass is greener� Charles �penicer 1 �J�ali.ties Bud.ge�ing �:nd Purchasing Ii�Iaa��. �r � 954-452-2544 ` �� - �.-� __.._.___ - --_.. ...__. . . RFP No. 038-11 . Purchase and Delivery to Various Locatians: Sodium Hypochlorite and Calcium Hypochlorite Term Contract INSTRUCTIONS TO BIIDDERS 1. Defined Terms: Terms used in these Ins�ructions to Proposers have the meanings assigned to them in the . GENERAL CONDITIONS and SUPPLEMEIVTARY CONDITIONS. The following teans have the meanings indicated which are applicable to both the singular and plura,I thereo£ 1.1 Propaser: One who submits a Bid directly to OWNER, as distinct from a sub-Froposer, who snbmits a bid to a Proposer. 1:? Successful Pranoser: The lowest, qualified, responsible Proposer to whom O WNER (on the basis of OWNER'S evaluation as hereinafter provided) makes an award. 1.3 Con�actor. The Proposer with whom OWNER enters into a Contract for the Work 2. Copies of Bidding Documents: , • 2.1 Complete sets of the Bidding I}ocuments for the fee stated in the "Notice to Proposers" may be obrained from the City of Plantation — Purchasing Department. 2.2 Complete sets of Bidding Documents shall be used in preparing Bids, neither OWNER nor the CITY REP that prepared or assisted in the preparation of the Bidding Documents assumes any responsibility for errars or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3 OWNER and CITY REP in making copies of Bidding Documents available the above terms do so only for the purpose of obfainmg Bids on the Work and do not confer a license or grant f�r any other use. 3. Oualifications of Pronosers No proposal will be accepted from,.nor will anyContract be awarded to, any person or firm who is in amears to O WNER, upon any debt or' contract, or who is a defaulter, as surety or otherwise, upon any obligation to said OWNER, or who is deemed uresponsible or unreliable by QV✓NER, or who is not the person or fimi who the Ciry deternunes is the most qualified, lowes� and responsible Proposer. The City shall have no liability to anysuccessful Proposer unless and until the City execntes a contraet with such successful Proposer. OWNER shall have the right to investigate the financial condition, experience record and equipment of each Prbposer and deterntine to OWNER'S saiisfaction the competency of each Proposer to undertake the Project All in#'ormation requested QWNER to assist in this regard sha11 be fiarc►ished by Proposer within five (5) ca]endar days, unless otherwise speci�ed in such yerbal or written request. . OVJNER shall also have the right to meet with one or more Proposers after bids are opened to ensure that.all OWNER's expectations with respect to performance can be met and that #he requi=ements and scope of the Contract Work are clearly understood. • � #. � € _ .. .. . 4. Exammation of Contract Documents and Site 4.1 Before submitting a Bid, each'Proposer(s) must (a) examine the Contract Documents thoroughly; (b} visit the site to famiIiarize themselves with iocal conditions that may in any manner affect perfarmance, eost, progress or furnishirtg of the Work; (c) familiarize themselves with Federal, State, and local laws, ardinances, Sauth Florida Building Code ar other applicable construction codes, rules and regula.tions affecting the perfornlance, cost, progess, or furnishing of the Work; (d) study and carefully correlaYe their observations with the requirements of Contract Documents; and (e) notify CITY REP of all conflicts, errars or discrepancies in the Contract Documents. 4? Proposers shouId also note any references ma.de to the Specif'ications for Idenrification of those snrveys and investigatzon reports of subsr.uface and latent physical ' conditions at the site or otherwise affecting performance, cast, pro�ess or furnishin� of the Work which have been relied upon by CITY REP in preparing the Drawings and Specifications, if any. 04VNER v�n�ll make copies of such surveys and reports, wliich are not bound into these documents, available to any Proposer requesting'them. These reports are not guarauteed as to accuracyor completeness, nor are they part of the Contract Documents. 4.3 The submission of a Bid will constitute an incontrovertible representation by the Praposer that they have complied with every requirement of this Article 4 and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of aIl terms and conditions for performance of fihe Work. 4.4 Any information and data reflected in the Contract Documents with respect to Underground Facilities ai or contiguous to the site is based upon information a.nd data fiunished to OVJNER and CITY REP by owners of such Underground Facilities or othezs, and neither OWNER nor CITY , REP asswnes responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise m the SUPPLEIVIENTARY CONDITIONS. 4.5 SUPPI.EMENTARY CONDITIOAIS may identify for limited reliance by the contractor cerfain specified technical data. These (as weli as other documents) should be reviewed. 4.6 B�fore submitiing a Bid, eachFroposer will, at its own expense, make or obtain any additional exam'inations, investigations, explorations, surveys, tests and studies and obtain any additional information or da.ta which pertains to the physical condifions (surface, subszarface and Underground Facilities) at or contiguous to the site or otherwise which ma.y affect cos� progress, performance or fiirnishing of the Work and which Proposer deems necessary to deternvne their Bid price for performance and fumishing of the Work in accordance with the titne, price and other - terms and conditions af the Contract Documents. 4.7 On request in advance, OWNER wfll provide each Proposer access to the site to conduct exglorations and tests as each Pr�poser deems necessary for submission of a Bid. Proposer shall filI atl holes, clean up and restore the site to its former condition upon completion of such explorations. 4.8 The lands upon which the Work is to be performed, and the right-of-ways and easements for access thereto and other lands designated for use in performing the VJark aze identified in the Contract Documents. All additionallands and access thereto required for temporary construction faciTities or storage of materials and eguipment or consh ucrion opera.rions are to be provided by the CONTRACTOR 5. Znterpretarions and Asenda All quesfions aboutthe meaning arintent ofthe Conliact Documents shall ba snbmitted to CIT'Y REP in writing, with a copy to OWNER Interpretations or clarifieations-eonsidered necessary by CITY REP in response fo such � ; 4 �{ f. • £�. E � j � f : f . . . . . . . . . . . . ... .. . .. ... .. .... . . .... . ..... . . ' ..... . . .. . . . . . .. . , a questions will be issued by Addenda mailed ar delivered to ali parties and recorded by OWNER'S Purchasing Department as having zeceived the Bidding Document: Questions recei�ed less than ten (10) days prior to the date for opening of Bids will be answered at the option of the OWNBR. Only questians answered hy formal written addenda will be binding: Oral and other interpretations or clarifications wiIl be withaut legal effect. 6. Bid Securitv 6.1 No "Bid Bond" is required for this bid. The amount and type of Bid Security is stated in the "Notice to Proposers" where required. The required security must be in the form of a certified ar banic issue cashier's check maae payable to Giry of Plantation or bid bond. by a surety licensed to conduct business in the State of Florida and named in the cvrrent list of "Sureiy Companies Acceptable on Federal Bonds" as publishad in the Federal Register by the Audit StaffBureau of Accounts, United States Treasury Depa.rtment. The form of the bid securiry is set forth in P�'a�Ph 8 - 4 62 The Bid Security of the Successful Proposer will be retained until such successful Proposer and the OWNER have executed the Agreement and furnished the required insurance and Contract security [for perfornaance and paymern obIigations (i.e., the pubIic construction bond), whereupoa it will be returned. If Successful Proposer fails to execute and deliver the A�eement and fiuuish tlze required Contracf Security and insurance coverages within fifteen (15) calendar days of the later of a Notice of Award or demand to execute conirac� unIess such deadline is extended by the • OWNER, the Bid Security of that Proposer wi11 be forfeited. 6.3 The Bid Security of any Froposer whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until earIier of the seventh calendar day after the executed Agreement is delivered by OWNER to CONTRACTOR and the required Contract Security and insurance is furnished, or the ninety-first day after the Bid opening. Bid Security of o#her Proposers will be rei�iied witliin twenty-ane (21) calendar days of the Bid opening. 6.4 The Bid Bond or security shall contain the following languager "Now, therefore, if the obligee shall accept the Bid of the Principal and the Principal shall enter into a Contract with the obligee m accordance with the terms of such Bid, and gzve such Public Constructian; Performance and Payment Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety acceptable to the Obligee, and fumish:insurance coverages to oblige as required by the Contiract Documents then this obligation shall be null and void, otherwise Surety shall pay over to the Obligee immediately the full penal sum of this Bid Bond upon deman� The Surety, for the vaiue received, hereby stipulates and aa ees �that the obligatians of said Sw-ety shall not be impaired or affected in any way by any . extensions of the time within which the Obligee may accept the Bid of the Principal and said Stvety does hereby waive notice of any such extension." 8. Subconiractors. Suppliers and Others 8.1 OWNER requires the identity of major Subcontractors working on the project and Suppliers of unique material or products to be submitted to OWNER in advance of the Notice of A�vard tUe apparent Successful Proposer. Airy other Proposer requested by Gity in wriEing will, wittun seven (7) calendar days; submit to OWNER a list of aIl Subcontractors, Suppliers and other persons and arganizations (including those who are to furnish the principal items of material and equipment) proposed for portions of.this Projec� An experience statement shaIl accompany snch Iist with periinent informaiion as fo sunilar projects and other evidence of qualifications for each identified subcontractor, suppIier, person and organization. 3 f � i k ! . . . . . . .. . . ... . ... . . . . . . .. .. . . . ... . . . . . .. . . . . . ... . _ .. . _ . . : 82 If OWNER or CITY REP after due investigarion has reasonable objection any proposed Subcontractor, Supplier or other person or. organization,:may befare giving the Notice of Award requesrthe apparent Successful Proposer to submit an acceptable substitute without an increase in Bid price. If the apparent Successful Proposer deeiines to make any such substitution, O'4VNER may award the contract to the next lowest Proposer that proposes to use acceptable Subcontractors, Suppliers and other persons and organizations. The declining to make requested substitutions would not constitute grounds for sacrificinb the Bid Security of any Proposer. 83 No Proposer shall be required to employ any Subcontira.ctor, other person or organization against � whom Proposer has reasonable objection. 9. Bid Form: 9.1 The Bid Form is inciuded with the Bidding Documents; additional copies may be obtained from the Purchasing Department at the reproduction cost of $.25 per pa�e. 92 All blanks on the Bid Forms must he completed in ink or by typewriter and submitted in hiplicate. The bid price of each item on the form must be stated in word§ and numerals: in case of conflict, words will take precedence. Whiteout of prices or words and numerals on Hid Farm is not permitted. 9.3 Bids by corporarions must be executed in the corporate name by the president or a vice-president (or other corporate office accompanied by evidence of anthority to sign). The corporate seal must be af�xed and attested by the seeretary or an assistant secretary: The corporate addr�ss and state of incorporarion must be shown below the signature. 9.4 Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the si;nafure. , ` 9_5 All names must be fyped or printed below the signat�e. The signer shall date aIl signatures. 9.6 The Bid shall contain an aclrnowledgement of receipt af all Addenda (the numbers of which must � be filled in on the Bid Form). 4.7 The address and telephone number £or communications regarding the Bid must be shown. 10. SU$MISSION OF BIDS 10.1 Bids shall be submitfed before tlie time and at the place indicated in the Invitation ta Bid and shall be subxnitted in an opaque sealed envelope. The envelope shall be marked on the exterior with the Project title anci, if applicable, the designated portion of the Prajectfor which the Bid is submitted and with tfie name and address of the Proposer and accompanied by the Bid Security and other required documents. Tf the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notati�n "SEALBD BID ENVELOPE ENCLOSED" on the face thereof. Only bids stamped "RECEIVED" by the City Clerk's Offtce by the time and date staxed in the Invitation to Bid shall be considered. 10:? One separate uabound copy of the Bid Form, Bid Bond and Drug-Free Workglace Form are fumished; with each �copy of the Bidding Docurnents purchased by the prospective Proposers. 10.3 More than one Bid received for the same work from an individual, f�rm or partaership, a Corporation or Association under the same or different names wilI nof be considered. Reasonable �ounds for believing that any Proposer is interested in more than one Bid for the same work will cause the rejection of a11 such Bids in which the Proposer is interested. If there are reasonable grflunds for beIieving that cullusion exists � � among the &oposers, the Bids of participants in such collusion will not be considered. 11. Modificarion aud WithdrawaI ofBids: 11.1 Bids may be modified ar withdrawn by an apprapriate document duly executed (in the manner that a Bid must be executed) and delivered ta the place wheae Bids are to be submitted at any time prior to the openimg of Bids. 11.2 If within twenty-four (24) hours after Bids are opened, any Proposer files a duly signed, written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation af its Bid, that Proposer may withciraw its Bid and the Bid securiLy will be returned. Thereafter, that Proposer will be disqualified from further bidding on the Work to be provided under the Contract Documents. 12. Openine of Bids: Bids will be opened in accordance in Florida 5tatue Chapter 2011-140, which states a.11 Sealed Competiuve • Salicitaiions shall no longer be publicly opened. A�1 bids shall be opened in an undisclosed location out of view from the public, and recorded by the City of Plantation, City Clerk (unless obviously nan-responsive) . 13. Bids to Remain Subject to Acceptance: 13.1 All bitls IVIAY remain su6ject to acceptance for 6Q days after the day of the Bid opening, but OWNER may, in its soIe discretion, release any Bid and retum any Bid security prior to that date. 13.2 Extension of time when Bids shall remain apen beyond the original period may be made only be mutual agreement between OVINER, the Successful Proposer, and the surety, if any, for the Successful Proposer. 14. Award of Contracr 14.1 OWNER reserves the right to reject any and all Bids, to waive any and all Informalities, incomgleteness, or irregularities nof involving price, tixne or material changes in the Work, and to negotiate contra.ct terms with the Successful Proposer; and the right to disregard aII nonconforming, nonresponsive, unbalanced, incomplete, irregulaz, or conditional Bids. Also, OWNER reserves the right ta reject the Bid of any Proposer if OVJNER believes that it would not be m the best interest of the Proj ect to make an award to that Proposer, whether because the Bid is not responsible or the.Proposer is unqualified or of doubt�ul financial ability or fails to meet any other pertinent standard ar criteria established by OWNER: Discrepancies in the multiplication of units of Work and unit prices will . be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the corre�t sum thereof will be resolved in favor of the correct sum. 14.2 In evaluating Bids, OWNER will consider the quaIifications of the Proposers, reputation, experienee, special construetion means or processes or products, work load, requested changes to the Con�act Dacuments, guestionnaire answers, appropriate certifications, whether or not the Bids comply with the prescribed.requirements, such altemates, unit prices and other data, as may be requested in the Bid form or prior to the Notice of Award, and any such other factors that in the reasonable judgment of the UWNER are material and appropriate to select a Proposer as a proposed successful Propaser. OWNER will also consider any app�icabte ordinance or statutory eriteria ` applicable to the Project � F # �. S f � . .. . . ... .. . . .. . .. .. .. . .. .. . . . . .. .. ... . . . .. . .. .. . . ., - 14.3 OWNER may consider the qualifications and experience df Subcoimactors, Suppliers and other persons and organizaxions proposed for thase portions of t�e Work as.to which the identity of Subconiractors, Suppliers, and other persons and organizations must be submitted. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Wark wken such data is required to be submitted prior to �e Notice of Award. 14.4 OWNER may conduct such invesrigations as OWNLR deems necessary to assist in the evaluation of any Bid and io establish the responsibility, reputation, work load, qualifications and fmancial ability of Proposers, proposed Subcontraetors, Suppliers and other persons and organ.izations to perfarm and furnish the Work um accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 14.5 The OWNER shall not be obligafed to any Proposer"to enter into a coniract.with the Proposer despite.the OVJNER governing body prospectively awarding the contract to a successful Proposer. The OWNER shall be obligated to any Proposex for the proj ecf if and only if the O WNER enters into a contract for `the project with the Proposer, and fiuther, no action w�l lie against tlie OWNER to compel OWNER to execute any such contract, or to recover from the O WNER any damages, costs, lost profits, expenses, etc, that Proposer may incur if the OWNER chooses not to sign such contract. By bidding on this project, all Praposers acl�owledge and agree that no enforceable con� relationship arises until the OWNER signs the contract, and that no action shall lie to rec�uire OWNER to si� such contract at any time, and that Proposer waives all claims to damages, lost profxts, costs, expenses, etc., as a result of the OVJNER not signing such confxact. 14.6 If the contract is to be awarded, OVJNER will give the Successful Proposer a Notice of Award wifhin 3Q days afrer the day of the Bid opening. 14.7 Bid prices wilI be compared after adjusiing for differences in the time desi�ated in the Bid for Substanrial Completion. The adjusting amount will be determmed at the rate set forth in the Contract Documents for liquidated damages indicated for Subsiantial Completion for each day after the desired date appearing in Article 21 of this Document. 15. Contract Securitv: Pazagraph 5.1 of the SUPPLEMENTARY CONDITIONS set farth OWNER's requirements as to a Public Consti Bond, when required by the City: When the Successful Proposer delivers the executed A�eement to OWNER, the reqnired Public Const�vction Band rnust accompany it. This bond shall be required for a.il Projects having an estimated construction cost of $ 200,D00 or greater or such lesser amount sta.ted in anyfuture aznendment to Section 255.05, Flarida Statutes. The Public Consmicdon Bond shal] alsa apply to smaller Projects where stated below: 16. Signing of Aareement: - ' When OWNER gives a Norice of Award to the Successful Proposer, it will be accompanied by at least snc unsigned counterparts ofthe Agreement with all other written Contract D.ocuments attaclied. Within fifteen (15) days thereafter, unless extended by OWNER, CONTRACTOR shall sign and deliver the required number of eounterparts of the Agreement and attached documents to. OWNER with the required Bonris. Within fifteen (15) days thereafter OWNER shall deliver one fully signed counterpar# to CONTRACTOR. Each counferpart is to be accompanied by a complete set of the Drawings with appropriate identification. 17. Taxes: ` The CONTR.ACTOR shallpay all applicab.le sales,: constuner, use and other similar taxes € ! �. ! �. 3 . ;. �: required by law. The CONTRACTOR is responsible for reviewing the pertinent state statutes involving the sales tax and complying with all requirements. 18. Insurance Requirements: All Bond and Insurance requirements are outiined in Section 5 ofthe SIJPPLEMENTARY CONDFTTONS. I9. Liquidated Damaees OVJNER and CONTRACTOR recognize that time is af the essence as to Completion and that OWNER will suffer financial and other Iosses, if the VJork is not completed within the time specified, plus extensions therefore allowed. O WNER and CONTRACTOR recoo ize the delays, expense and difficulties involved in proving in a legal ' proceeding the actual loss suffered by OWNER if the Work is nut completed on #�e. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty} CONTRACTOR shall pay OWNER $ 500.00 per day for each day that expires after fhe rime specified for ' Substantial Completion (adjusted for any extensions thereof made in accordance with this Contract} until the VJork has obtained Substantisl Completion, and $250.00 per day for each day that exp�res after the time specified for Final Completion (adjusted for any extertsions thereof made in aecordance with this Contract) untl the Work reaches Final Completion. 20. Indemnitv: The Contract documents certain indemnification pravisions, which aze found in Paragraph 6.31 of the Supplementary Conditions, which indemniiaes are hereby incorporated by reference as if fiilly set forth herein. 21. Schedule of Values: The proposed schedule of values sha11 be s�xbmitted with the bid so that the City may review it in connection with a, determination on whether the bid is balanced. T'he City as provided in the Snpplementary Conditions of the Contract • may ad.just the schedule of vaIues. 22. Texrt of Proposed Contract Documents: The Proposers shall review the text of the Contract Doc�ents referred to or referenced herein. In the event Proposers haue any objection to the terms ofsuch documents, the objections shall be disclosed at the time the bid is submitted. 23. Fees Waiver Disclosure: The OWNER shall no# require the .CONTRACTOR to pay any of the OW3JER's permit fees, license fees, irnpact fees, or insgection fees nr any of the other usual OWNER permits and fees that may be associated with a construction project. These fees will be wai�ed or paid by the OWNBR, if payment cannot be waived. Without Iixniting the foregoing CONTRA.CTOR shall pay all fees, costs, and expenses in connecrion with khe applications, processing, and securing of approvals or permits from all governmental authorities which ha.ve jurisdiction over a]I aspects of this work except City of Planta.tion permits and fees wliich shall be waived (except for so much of said City of Plantation fees as the OWNER is required ta remit to other Qovernmental agencies). 24. Public Entity Crime Disclaimer: A person or affiliate as defined u� §28'�:133, Florida Statutes, wha has been placed on the convicted vendor Iist maintained by the Depariment ofManagement Services folIowing a conviction for a pubiic entity crime, may not submit a bid on a cantract to provide any goods or services to the City of Plantation, may not submit a bid on a contract with the City of Plaatation for the construction or:repair of any = public building or public work; may not submit bids on leases of real property with the City of Plantation, may not be �. � � awarded a con�ract to perform work as a contractor, supplier, sub-contractor, or consultant under a contract wzth the ' City of Plantation, and may not transact business with the City of Plantation in an amaunt set forth in §287.017, Ftorida Statutes, for Category Two for a period af tUirty-six (3b} months from the date of being placed on the convicted vendor list. OUALIFICATIONS OF BIDDERS Each Bidder shall complete the Qualificaxions Statement and shaIl submit the same with the Bid. Failure ta submit t2ie QuaIifications Statement and all documents required tfiereunder together with the Bid may constitute �ounds for rejeetion of the Bid. The CITY reserves the ri�ht to make a pre-award inspecrion of the Bidder's facilities and equipment priox to award of Coniract. CITY reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in dete.rmining a Bidder's responsibility, and fiu reserves the right to declare a Biddzr nat responsible , if ihe history of violations warrant such determination. Bidder shall submit with Bid; a complete history of all citations and/or violarions, notices and dispositions thereof. The non submission of any such documentation shall be deemed to be an affirmatian by the Bidder that thexe aze no citations or violations. Sidder shall notify CITY immediately of notice of any citation or violation that Bidder may receive after the Bid opening date and during the time of performance of any conl�act awarded to Bidder. SAFETY The Successful Bidder shall be responsible for inidating, maintaining and supervising all safety precautions and programs in connection with tfie work. The 5uccessful Bidder sha11 comply with the rules and regulations of tiie Florida Department of Commerce regarding industria! safety (Fla Statutes Section 44Q.56} and with tha s�tandards set forth in the Occupational Safery and Health Act of 1970 (OSHA) and its amendments. , WARRANTIES T'he Snccessful Bidder wamants to the CITY thax it will comply with all appIicable federal, state and local Iaws, reb Iations and orders in canying out its obligations under the ContracL The Successful Bidder wanants to the CITY that i# is not insoIvent, it is not in hankruptcy proceedrags or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect dn its ability to perform i#s obligations uIIder the Contrac� ASSIGNMENT The Successful Bidder shall noe assign or transfer its righu, ritle or interests 'va the Agreement nor shall Successful Bidder delegate any of the duties or obligations undertaken by Successfu] Bidder without CTTY's prior written approval. APPLICABLE LAWS, �RDINANCES, RULES, CODES AND REGULATIONS � � t � � A � a � �. Familiarity with Laws: Notice is hereby given that the Successful Bidder must be familiar with a11 federal, state and local laws, ordinances, rules, codes and regulations that may affect the work. Ignorance on the part of the Bidder will in no way relieve him from the responsibility of compliance therewith. INSURA:NCfi Bidders must submit copies of theiz current certificate(s) of insurance together with the Bid. Fai3ure to do so may cause rejection of the Bid. ' AT THE TIME OF E3�ECUTION OF THE CONTRAC`T', T'I-� SUCCESSFUL BIDDER SHALL SUBMIT A CURREI�iT CERTIFICATE OF INSURANCE EVIDENCWG THE REQUIRED COVERAGES AND SPECIFICALLY PROVIDING THAT THE CITY OF PLANTA'I'�ON IS AN ADDITIONAL NAMED INSURED WITH RESPECT TO THE REQUIRED COVERAGE AND THE OPERATIONS OF THE SUCCESSFUL BIDDER UNDER THE CONTR.ACT. Insurance Companies selected must be acceptable to the CITY. All of the policies af insurance so required to be purchased and maintained shall contain a provision or endorsemeat that the coverage afforded shall not be canceled, materially changed or renewal refused until at least thirty (30) ca.lendar days written notice has been given to CITY by certified mail. � The Successful Bidder shali procure and maintain at its oum expense and keep in effect durinp the full term of the Contract a policy or policies of insurance that must include the foilowing covera;e and minimum Iimiu of liabiiity: (a) Workez's Compensation Insurance for statutory obligations imposed by Worker's. Compensation or Occupational Disease Laws, including, where applicable, the United States Longshoremen's and Harbor Worker's Act, the Federal Employer's LiabilityAct and the Homes Act. Employer's Liability Insura.nce shall be provided with a minimum of One Himdred Thousand and aoc/100 dollars ($ � OO,OOO.Od) per accident: Successful $idder shail agree to be responsible far the employment, conduct and control of its employees and for any injury sustained by such employees in the course of their empIoyment. (b) Comprehensive Automobile Liability Insurance for all owned, non-owned and hired automobiles and other velucles used by the Successful Bidder in the performance of the work with the following minimum limits of Iiability: $ i Combined Single Limit, Bodily Injury and Property Damage Liability per occeirrence (c) Comprehensive General Liability with the following minimum limits of liability: $ 1,000,000 Combined Single Limit, Bodily Injury and Property Damage Liability per occurrence. Coverage shal] specifically inciude the following with minimum limits nat Iess than those required for Bodily Injury Liability and Properiy Damage: 1. Premises and Operations; 2. Independent Contractors; 3. Product and Compieted Operations Liability.; 4. Broad Form Property Damage; 5. Broad Farm Contractual Coverage applicable to the Con�tract and speeificalIy confirming the indemnificafion and hoId harmless a�eement in the Con�act; and 6. Personaf Injury coverage with employment contractual exc[usions removed and deleted. i � � . � � �. _ _.. _._ $ _.. .... _ . The required insurance covera�e sha11 be issued by aa insurance company autharized and licensed to do business in the State of Florida, with the following minimutn qualificarions in accordance with the latest edition of A.M. Best's Insurance Cruide: Financial Stability B+ - A+ The Successful Bidder sha31 require eacb of its sub-contractors of any tier to maintain the insurance required herein (except as respects limits of co�era.ge for employers and public Iiability insurance wiuch may not be less than one milliori ($1,000,000) Dollars for each cate�ory}, and tha Successful Bidder shall provide verification thereof to CITY upon request of CITY. Al] required insurance poIiciesshall preclude any underwriter's rights ofrecovery or subrogation against CITY with the express intention of the parties being that the required insurance caverage protects both parties as the primary coverage for any and all losses covered by the above described insurance. The Successful Bidder shall ensure that any company issuing insurance to cover the requirements contained in ttus Contract agrees that they shall have no recourse against CITY for payment or assessments in any form on any poIicy of insurance. The clauses "other Insurance Provisions" and "Insurers Duties in tlae Event of an Occurrence, Claim or Suit" as it appears in any policy of insurance in which CITY is named as an' additional named insured shall not apply to CITY. CITY shall provide written notice of occurrence within fif�een (15) working days of CITI"s acuial notice � of such an event. , The 5uccessful Bidder shall not commence work under the Contract until after he has obtained all of the minimum insurance herein described: The Successful Bidder agrees to perform the work under the Contract as an independent conu�actor, and not as a sub-contractor, agent or employee of CITY. Violation of the terms of this paragraph and its subparts shall consiitute a breach of the Cantraci and CITY, at its sole discretion, may cancel the Contracf and a1T rights, title and interest of t�e Successful Bidder shail thereupon cease and terminate. BID FORM This Bid Form, togethex with the Invitation to Bid, the Instructions to Bidders, canstitm�tes an offer from the Bidder. If any or all parts of the Bid are accepted by the City of Plantarion, an authorized officer of the City sha11 affix his/her signature hereto and this document, together with the Invitation to Bid, ttre Tnsiructions to Bidders, and Specifications issueii prior to the execution of this Bid Form, and any Purchase Qrder issued by the City after execution of this Bid Form, shall constitute the written agreement between the parties and shall together comprise the Coniract Dociunents. The Contract Documertts are compiimentary and what is required by one shall be as binding as if required by all. CONTRACT TERM The initial term of this contract will be one (1) yeaz with an option to renew foc faur (4) additianal one (I) year time perioc3s for a cumulative total of five (5) years, Prices shall remain fiiin for the initial one (1.) year period: The optiun for renewal shall only be exercised upon mutual wrritten agreement with all original terms sud condidons adhered to with no deviarions i " 3 a a � _ . _ . . . . _ . .. .... . . ... ._ r CONTRACT ADJUSTMENTS At the beginning of each of the (4) one (1) year option periods, the City will consider a single annual price adjus�iment to ttie unit price (s} based on the U.S. Deparhment of I.abor, Bureau of Labor Statiiistics Consumer Price Index (CPI-U, AlI Items, Not Seasonally Adjusted (NSA). The website is Http://www.bls_�ov/cpi/home.htm. At the City's sole discretioq this annual adjushnent shalI be calculated by using the appropriate annual percentage as provided by the Bureau of Labar Stafistics not more than 120 days nor less than 30 day5 prior to the first day of renewal term. Any renewaT including subsequent price adjustments shall be subject to the appropriation of funds bythe Ciry of Plantarion City Council. i ; . ; ; 1 �. �; � __ _ . _ _... .... , _ _ _ . � SPECIFTCATIONS RFP No. 038-1�. Pu�chase and Delivery to Varioats I,ocations: Sodium I3ypochlorite and Calci�m �iypochlorite Term Contract PURPOSE AND INTENT The sole purpose and intenf of this Request for Proposal is to establish a firm fixed term contract for the purchase and delivery of Sodium Hypachlorite in bulk and iess than ; tanker loads and CaIcium Hypochlarite in 100/lb containers to various Tocations throughout the City af Plantation for the Utilities Department. TECHNICAL REOUIREMENTS (Hvpoc�Ioxate Solution, Bteach) Product specifica.tions (as per AWVJA Standard B-300-991atest version) o Trade Name: Hypochlorite, Bleach m Chemical Formula.: NaOCI • Composirion: Minimtim: 120 G1L (12.0 Trade %), 10.$°/a available chlorine by weight or 11.5% Sodium Hypocblorite by weight. • Specific Gravity: at 20C — 1. I— 1.2 o MaIeculaz weight: 74.5 o Appearance: Light yellow to green clear liquid solution . � Solubility in water: Complete � Freezing Temperature: minus 7C to minus l OC • Total free alkali (expressed as NaOT-� < 1.5% by weight � � � � f TECHNICAI. REQIJIREMENTS (FiTH, Calcium Hvt�ochlorite) Product snecifications (as per AWWA Standard B300-99 latest version� • Trade name: Ca1 Hypa-Aqua • Chemical Formula: Ca (OCl)z a Camposition: 65%/100%� o Melting Paint 100°C • BoiU.ng Point 175°C � Solubility in Water: 2Ig/IOOmc o Appearance: Whife or yellowish-white granular powdez, granule. p Hydrated Mixiures 5.1 � �xidizer: 1 QO Ibs • Catcium Hypochlorite granular powder or granules shall be substantially free of luxnps. Not more than 10 percent of the powder shall pass a 100 mesh screen SUCCESSFUL BIDDER'S RESP�NSIBII.ITES: Hvpochlorite, Sleach Shipments shall bear warning Iabels as specified by USDOT xegulations. Successful bidder's Vehicle sha1l be equipped with a 2" Cam Lock Filler Nozzle for product dispensing (unload). The delivery site(sj is located within a well field zone. Proper handling and delivery procedures shall comply with the Deparhm.ent of Environmental Resources Mar�agement {ERM) requirements. Product shall be delivered in thoroughly cleaned tank trucks. City of Plantation reserves the righ.t to order in quantities less than a tankei load (LTL). Deliver�eports: A certified report frotn the manufacturer shall be suhmitted for each sodium hypochlorite delivery to the City. Tlae report shall conta.in the following data: • Date & Time of Manufacture • Percent by weight of ; � F. � 1. Sodiurn Hypochlorite 2. Avai.lable Chlorine 3. Excess Sadium Hydroxide a Specific Crravity (Referenced ta a temperature) - ' • Suspended Salids Test Tirne No c�elivers will be accepted by t.he City unless aceompanied by sa.id certified Iaboratary report for the specific patch of sodium hypochlorite delivered showing the above data and that it conforms to the required specifications. Delivers shall be Monday - Friday, 7:OOam - S:OOpm Item No. 1- Tanker load is 5,000 gallons . Item No. 2- Tanker load is 5,000 gallons {Split between two City of Planta.tion locations) HTH, Calcium Hvnochlarite AlI deliveries shal.l be made to the specific lacation within forty-ei;ht (48) hours after receipt of individual orders. The requested number of full containers of HTH shall be delivered. Delivery vehicles'shall be si.zed, equipped, main.tained, inspected and marked to meet a1I local, state, and federal regulations for land iransporta.tion of HTH. Delivery veliicle shall be proper size to all safe entry; exit; loading and. unloading at each specific site. Deliyers shall be Monday - Friday, 7:40am - 5:40pm Item No: 3- HTH (Calcium.Hypochlorite) 140-paund containers I l �. P � {! F . . .. . .. , . _ _ . . . . . . . .. .. ., . ..�, .. _. .,. .... ..... . _ � � �; I)ELIV�RY LOCATIONS ARE AS FOLLOWS: TTEM #1 ESTTMA.TED ANNUAL USAGE (per year) Regional Wasfewafer Treatrnent Plant 82,000 gallons 6500 NW 1 � Place Plantatian, Florida 33313 ITEM #2 ESTIlVIATIED AIVNUAL USAGE (per year) East Water Treaiment Plant 85,000 gallons 500 NW 65 Ave Planta.ti.on, Florida 33317 Central Water Treatment 95;000 gallozts 700 NW 91 Avenue � Plantation, Florida 33324 ITEM #3 ESTIMATE3) ANNUAL USAGE (per year) Regional Wastewater Treaiment Plant (32) 100-pound contain.ers b500 NW 11 Place Plantation, Flarida 33313 s � t