Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 11_11/14/2013 VILLAGE CLERK'S OFFICE AGEIdDA ITEM TRANSMITTAL FORM Meeting Date: Meeting Type: Regular Ordinance #: 1(-1y Consent Agenda: Yes Resolution #: 37-13 Originating Department: Utilities ' �' • • • • -����_�!�� - • • -�• Authorizing piggy-backing the contrG�� ��:: _��:- �c:yssey Manufacturing Company and The City of Plantation for the purchase of sodium hypochlorite at the price of $0.67 per gallon. � . . .. Account #: 401-242-552.342 Amount of this item: $46,230.00 Current Budgeted Amount Available: Amount Remaining after item: $122,348.61 $168,578.61 Budget Transfer Required: No Appropriate Fund Balance: No ' ' � ' �' .• • •- • � • .�- •. 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. • -• . . Department Head Finance Director �' � , Reviewed for Financial Sufficiency []� ,/ / � No Financial Impact ❑ � �� Attorney: (for legal sufficiency) � Village Manager: X _p� , _ __ ___________ Submit for Council Discussion: ` /"���� ° �� Approve Item: ❑ Deny Item: � � • • - . . - .. -- - . -. .- - . .- - .- . ..- . . -. _ . �. - . - - - . - Form Amended: 7/12/12 RESOLUTION NO. 37-13 A RESfJLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, FLORIDA, AUTHORIZING PIGGYBACKING THE CONTRACT BETWEEN ODYSSEY MANUFACTURING COMPANY APID THE CITY OF PLANTATION FOR THE PURCHASE OF SODIUM HYPOCHLORITE AT THE PRICE OF $0.67 PER GALLON PROVIDING FUR SEVERABILITY; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. WHEREAS, pricing is piggybacked on th� City of Plantation's Contract No. 038-11 with Odyssey Manufacturing Company; WHEREAS, this good/servic:e was procured with the same level of formafity as the Village would have otherwise required in its Purchasing Polices and Procedures; WHEREAS, a copy af the agreement is attached to this Resolution; WHEREAS, this contract will expire on October 20, 2014; NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, RALAA BEACH GOUNTY, FLORIDA, AS FOLLOWS: Section 1 Resolution No. 37-13 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. Viliage of Tequesta Date: 10/22t2013 Purchase Order Requisition Date Purchase Order is Req'd: 10/31/2013 (Not a Purchase Order) Department: Water Treatment Ptar►t *Revised November 14, 2011 Req. #: 564 Quates Received: 1 (See Atfached) 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 pi -backin off of Ci of Piantation Contract no. 038-11 for Sodium H pochlorite. Od sse manufactures the best product for the Plant's needs, the best technical support and stora e s tem. The do not add fuel surchar es or fees for partial loads. Manuf./ Available Balance Item Descri tion Part# Q. Unit Price Total Cost Account # Finance Use Onl NaOCI (gals.) 69,000 $ 0.67 $ 46,230.00 407-242 552.342 �-P t� ` 3 6 E• �� $ - $ - $ - $ - $ - $ - $ - $ - Total: $ 46,230.00 Finance/Administrative Use Onlv: The Department Directors / Designee s signature be%w certifies that (1) this purchase order requisition is complete and in compliance with the Village's Purchasing Po(icies and Procedures and (2) all procurement requirements have been satisfied. De artment Director / Desi nee Si nature: Date: ��'J The Finance Department signature be/ow ce�es that (1) this requisition s been a roved 6y an authorized Department Director/ Designee, (2) at the correct account numbers 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: ' �:i'.4 1 la.�l�'�� +,��.• �+ i� g , � �'� � �� ';* "� : a �'�u ..3Y I� �'�'�° �4r,,'y�.:: St i � ��:;�� ,^ ,� ����6�.sa ' ODYSSEY MANUFACTURING CO. October 18, 2013 Mr. Nate Litteral Water Treatment Plant Superintendent Village of Tequesta 901 North Dixie Highway Tequesta, Florida 33469 Re: PROPOSAL TO SUPPLY BULK SODIiTM HYPOCHLORITE TO THE VIIJLAGE OF TEQUESTA UTILITIES DEPA.RTMENT Dear Nate, As a follow-up to your recent e-mail request, Odyssey Manufacturing Co. agrees to let the Village of Tequesta continue to "piggyback" off of the City of Plantation's bid for its Ultra Chlor 12.5% sodium hypochlorite for its Utilities Department only through October 20, 2014 for the firm lump sunn 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 Ciiy of.Plantation Seacoast Utility Authority @ 954-452- 2554. Additionally, there is no minimum deliverX! This proposal to piggyback is made with the understanding that ddyssey Manufacturing would supply the Village of Tequesta's bulk sodium hypochlorite needs for its Utilities Deparixnent 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 metal impurrties). Other benefits mclude reduced bromate leve�s (a known carcinogen which became ' y �.,.s"� a i.�-� y � � �� . � ntG?.M+�'�'� �u44a �.'i�� y, e-s;� t' "x r +<' ' _ '. �'' p� ° � ' «" N �..q� ;tFa1' r�' "� i4 u u . .4�'� y x - y, ,u `��� � � ��' � �"°' ��'� i -- p i ��{r, G! � Q µ �,� ; n� u �. � �` � @ { � a ��^v Ip p � lb � Y...� . "'�-'"5c1 � � ', ° t a � �,�d � ti,;' 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 ian 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 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 industxy. In fact, Odyssey is a licensed pluznbing 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 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 ($13) 335-3444 if I can be of further assistance. Sincerely, ..--- k H. Allman General Manager OFFICE OF THE MAYOR � CITY COUNCIL Diane Veltri Bendekovic, . � Dr. Robert A. Levy, President ` Mayor Lynn Stoner, President Pro Tem � Jerry Fadgen U7ILI7TES PURCHASING SECTION Ron ]acobs � Charles Spencer, �t Chris P. Zjmmerman AIA Utilities'Budgeting & Purchasing Manager l lan'�10n. � • the grass is b eenez` Norice of Award October 11, 2013 � � ��,`�_��_�-�: . , �� ;� � ; �G 1� � Odyssey ManufacttuYng Co. B�,- i Attn: Patrick Allxnen `� 1484 Massaro Boulevard Tampa, Florida 33619 � R.E: Contract 03$-11- City of Plantati.on, Supply and Delivery of Sodium Hypochlorite Dear Mr. Patrick Allmen: On October 9`�', 2013 consent agenda item No. 12 the City Council approved the Utilities Departmet to continue purchasing Sodium Hppochlorite (Chlorine Bleach) from Odyssey Manufacturing Co., at the cost 0.67 per ga.11on for split and full-tanker load. The revised contract expiration date will be October 19, 2014. The terms, conditions and specifications of this contract will remain.in effect during the one-year extension period, including insurance and /or �erformance bond requirements. � We hope this will continue to be a rewarding and profita.ble business relationship. Sincerely, �. Cf� 1 Spencer Jr: � Utilities Budget and Purcha.sing Manager �400 NW 73rd Avenue • Planta.tion, Florida 33317 � �54.452.2544 • ESpencer a(�Plantation.org OFFIC,E OF THE MAYOR CITY COI�NCIL Diane Veltri Bendekovic, �. Peter 5. Tingom, President Mayor Dr. Robert A. Lev,y, President Pro Tem RonJacabs UTiLITiES PURCHASiNG SECTiON Lynn Stoner. Charles Spencer, P��On Sharon E. Moqdy Utilities Budgeting & Purchasing Manager. the grassis greener' eorrrxACr .�EZVnM�rr � CONTRACT TITLEc Purchase and Delinery to Various Locations: Sodium Hypochlorite, RFP No. 038-12 (Tetm Contract) AMENDMENT NUMBER 1 � .�mendment to Contract bettveen the Cit}' of Plantarion "CIT�", and Od}•ssej� ltanufacturing Co. "CONTR-iGZ'OR." The parcies agree to the following terms and conditions and e.epressly agxee that if.an�• of the following terms and conditions conflict with anp of the terms and condirions of the Contract, then, notwithstanding any- term in the Contract, the following terms and conditions govem and control the rights and obligations of the parties. � The following secrion shall be "Remove": Sodium Hppochlorite, (I�iaOC1, Bleach); Tanker Load; Unit Pxice $0.682/pex gallon _._.._ ___. _.._----- ----- --.._.. ._. __. _ __.__..—�--- -----------�---_. _ ._ 'The following section shall be "Remove": Sodium Hypochlonre, (NaOCl, Bleach); Tariker Load is 5,000 gallons (Split between nvo Cit}� of Plantarion Locations; L'nit Price $0.G82/per gallon The following secrion shaIl be "Added": Sodium Hypochlprite, (1vaOCi, Bleach); 7'anker Load is 5,00(l gallons (Split between two Cit;� of Plantation L,ocations; Unit Price �0:67/pez gaIlon The followiuig section shall be "Added": Sodium H�pochlorite, (t�iaCQCi, Bleach); Taziker Load; Unit Price $0.67/per gallon The effecfive date of tlus .rlmendment is September 12, 2012 or upon eaec�tion whichevex is later. :li,L OTHER TER,.'��S �'�ND CONDITIONS OF THE ORINGIN�IL WORK CONTR',CT RE�1•LAIN TN FULL FORCE ��1D EFFECT. _ , THIS <�1�1�ND�1�NT, cansisting of 1 page(s) and 0 attachment(s), is executed bp the persons signing below who a-arrant that ther have the authority to execute this tlmendment under the o�gis�al VG'ork Contract. IN�1ITNESS WHEREOF, the �GENCSc' and the CONTR.�,CTOR hare signed the 3mendment. [Ud;trssey D•fax�ufacturin ' :) [Cit�= of lantadon] � � . / •. S ' Si � . �'�� ����c�_��� c��'�.—. : i � Y� - . ; � . �T � i2 Tide Date Title ate 400 N� 73rd Avenue ♦ Plantarion, Florida 33317 954.452.2544 � ESpen.cer@Plantation.org OFFICE OF THE MAYOR � CITY COUNCIL Diane Veltri Bendekovic, � Peter S. Tingom, President Mayor Dr. Robert A. Levy, President Pro Tem � Ron ]acobs UTILITIES PURCHASxNG SECTION Lynn Stoner Charles Spencer, P��On Sharon E. Moody Utilities Budgeting & Purchasing Manager _ � the grass is greener` Notice of Award Juiy �, ao�2 . - : �C�� - � �1� ��� � Odyssey Manufacturing Co. �� c', ��� Attn: Patrick Allmen � �Y` 1484 Massaro Blvd Tampa, Florida 33619 RE: Contract 038-11- City of Plantation, Supply and Delivery of Sodium Hypochlorite _ __ _ . Dear Mr: Patrick Allmen: . ... ---------_...._ . _ ., . .__._ . . _.. ___ _ - -. _ . , __ . . _------ ___.._. . On Jaly 11, 2012 Consent Agenda Item No.10 the City Council approved the Utilities 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 revisecl contract expiration date will be October 19, 2413. � The terms, conditions and specifications of this contract wi11 remain in effect during the one-year extension period, including insurance and /or perfontnance 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@Plantarion.org OFFICE OF THE MAYOR � CITY COUNCIL Diane Veltri Bendekovic Peter 5. Tingom President Mayor � Dr. Robert A. Levy, President Pro Tem RonJacobs UTIlITIES PURCHASING SECTION �. ,' Lynn Stoner Charles 5pencer, Pt__� Sharon Moody Uria Utilities Budgeting & Purchasing Manager ldil the gLass is b eene� June 21, 2012 _ .. ��;���,. -�, �-� Patrick Allinen � `((��� � Odysse� Manufacturing Companp . � �� �� 1484 Massaro Blvd BI': Tampa, Fl. 33619 Dear NIr. Pattick A.11men: Contsact 038-11 for Purchase and Delivery to Various Locarions: Sodium Hygochlorite and Calcium Hypochl�rite egpires on October 19, 2012 and lias a provision for renewal under the orig:u�:al texms, conditions and specifications for addit�onal one-pear egtension. This would be the first of{4) four one (1) pear renewal opti.ons. ___ Note:.The.puxpase of_this._lettex.is...to determiiie.po.ux..desire.to.this._renewal..provision._.'Ihis..inquirp does not consutute. _. an extension or renewal of the contracrt. ' Someone with authorization to sigxi for pour companp must place their signature whexe indicated. Tf-� FORM SIGNOR MUST BE AN OFFICER OF THE COMPANY OR YOU MUST PROVIDE A DOCL3MENT FROM AS OFFICER OF THE COMI'.ANY, THAT AUTHORIZES THOSE LISTED TO SIGN ON THEIR BEHAI.F. Onlp the signature of as authorized officer ox someone authorized to bind pour companp will be accepted. Your xesponse must be received no later than 4:00 p.m. July 23, 2012. Fa$ or exnail response will be accepted, (954) 452-2546 or Es�encer�a,�lantation.org. Failure to respond will deemed as evidence that pour firm is no longer interested in requesting its option to renew this contract Your cooperati.on in tbii.s matter is appxeci.ated For further information please conta.ct Utilities Budgeting & Purchasing Managex, Charles Spencer at 954-452-2544 or email esvencerna.nlan t�or� �� YES: We o�fer to renew this contxact per the original terms; conditions and specifications for one (1) qeax. Signee must authozize o b' " the compan�. ��'�� � �� ' � A ignature Title N�: We do not wish to renew this contract for the following reason: Authorized Signature Title 4-00 NW 73rd Avenue • Plantation, Florida 33317 954.452.2544 • ESpencer@Plantaiion.arg ��_ - _ _ � - .: �, � ��.DYSSEY � MANUFACTURING CO. � February 16, 2012 . Mr. Marvin Rakes Odyssey Manufacturing Co. 1484 Massaro Boulevard Tampa, Florida 33b19 . Re: CORPORATE RESOLUTION FOR AUTHORITY TO SIGN BIDS AND CONTRACTS ON BEHALF OF ODYSSEY MANUFACTURING C0. � To Whom It-May Goneern,-__._ _ . _..._ .__ ._ _--- _ ..__.--------- . _ _.._..--.--. _ _ ..____._. .__ ._ _ 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. 5incerely, , �� Marvin T. Rakes President CORPORATE SEAL , , ��s , f 7 a �M � 1+IATItiFpC�tJ, % '�,RS �O � z � � r q� � x;r i� S'O O� �O Q�Y S.S E� �� 1 r i � v n?';` v:�. ro. � �1.� r�: ;� .{ 1 . an r + `.9 , �F. ^ G'"�' 3v� .�, .�+%, ,u �'m '����� � �''�'��,.: .� x:: ,� , i a r. Y $�.�ltt'II1�'�t� _ � • � 1 ! � _ ;.�. ' OFFICE OF THE MAYOR� �'' CITY COUNCIL Diane Veltri Bendekovic, �_..�./ Sharon Moody Uria, President Mayor � Peter S. Tingom, Presiderrt Pro Tem . Ron Jacobs. UTILITIES DEPARTMENT Dr. Robert A. Levy . Hank Breitenkam, P�rit1t10I1 . Lynn Stoner Director the grass is greener` Certified Ma.il No. 91 7199.9991 7030 8528 5903 Return Receipt Requested 91 7199 9991 7�30 8528 59�3 NOTICE OF AWARD . October 12, 2011 . Mr. Patrck A11man Odyssey Manufactzzring Company 1484 Massaro Blvd Tampa, Fl. 33619 SUBJECT: RFP# 038-11, Purchase and Delivery to Various Locations: Sodium Hypochlorite and Calcium _...._. _ _._..__._.__.... Hppoclilorite, Conttac��--- .. .._.___ _ _---- . . .._ ._- ----- __ _ _ . ..- - - . -- ----. _ _..--- --..._ -- --------- __.._.. Dear Mr. Allman: This is to inform you that the.City of Planta.tion City Council awarded the above rnentioned "RFP" for the Su��lv ond Deliverv o�'Sodium H�ochlorite `�nl�' at their October 12, 2011, to Odyssey Manufacturing Co. After the required protest period has passed, the City of Pla.ntation shall be contacting you to execute a formal contract Included with this letter you will find the City of Plantarion's standard vendors applicarion, W-9 form, and a request for certificate of insurance (naming the City of Pla.ntation as additionally insured). Please have these documents returned to my office at your eaxliest convenience. Please understand this is your formal Notice of Award dated October 13, 2011. The City of Plan.tation looks forward to working with Odyssey Manufact�ig Co. Regards �. � Ch les Spencer Jr. Utilities Budgeting & Purchasing Manager Email: Espencer@plantation.org 400 NW 73rd Avenue • Plantarion, Florida 33317 954.797.2293 ♦ ESpencer@Plantation.org� OFFICE OF THE.MAYOR � � CITY COUNCIL Rae Caro{e Armstrong, `__/ Rico Petrocelli, President Mayor Diane Veltri Bendekovic, President Pro Tem 1 ]erry Fadgen UTILITIES DEPARTMENT Dr. Robert A. Levy Hank Breitenkam, P�ltatlOri , Sharon Moody Uria DireCtor the grass is greener• Certified IMail No. 91 7199 9991 7030 8528 5873 October 14, 2011 Return Receipt Requested Transmittal Form ' Odyssey Manufaciuring Companp Subject: Sodium and Calcium Hypochlorite 1484 Massaro Blvd , (RF'P# 038-11) • Tampa, FL 33619 - Attn: Patrick Allman � The following items are enclosed: Prints, Specificarions Number of Copies: 1 . Agreements and cont�act documents This data. are submitted, at pour request and for pour acrion. General Remarks: Please review the documents, complete and return to my office. Sincerely, City of Planta �on Utilirie . ent By. h les Spencer)x. � Utili es utlgering & Manager 400 NW 73rd Avenue • Plantation, Florida 33317 � 954.797.2293 • HBreitenkam@Plantation.org � AGREEMENT . � This Agreement is dated as of the day of , in the year 201 l, by ' and between: � �CITY OF PLANTATION, FLORIDA . � municipal corporation 400 NW 73� Ave Plantation, Florida 33317 (hereinafter referred to as City) AND Odyssey Man.ufact�uing Company 1484 Massaro Blvd Tampa, Fl. 33619 (hereinafter refezred to as Contractor) ______ _ ___ ....._— .. .----__ ._ _---------------_ __—._._._.�._. _...-----...�-------.__�_. .------ ----. .....-- ---..._._ ---- . _.__ _... OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree a.s follows: Article 1— WORK The CONTRACTOR shall complete all Work as specified or in.dicated in the Contract documents for the project entitled: . Purchase and Delivery to Various Locations: Sodium Hypochlorite an.d Calcium Hypochlorite RFP No. 038 11 and generally deseribed as fo�lows: Purchase & Delivery of Sodium & Calciux� Hypochlorite Article 2— TERMS OF AGREEMENT This Agreemen.t shall commence October 20. 2011 and shall term.i.nate on October 19, 2012, ' uniess otherwise 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 funda.ng. Article 3 — COMPENSATION City agrees to pay to CONTRACTOR an amoun.t of $0.682/per gallon for a load of Sodium Hypochlorite and $0.682/per gallon for a"Split Tanker" load of Sodium Hypochlorite, FOB Destination. City uses approximately 262,000 gallans annua].ly; quantity is an estimate and is subject to increase or decrease. A1 All paymen.ts for services renclered, shall be in accordance with unit costs as designated in - CONTRATOR'S response to RFP No. 038-11 and invoiced by CONTRACTOR as follows: Contra.ctor sha11: snbmit one (1} invoice per site delivery; Reqnest for a,yment sha11 be submitted to the Director of Utili�ies, City.of Plantation, 400 NW 73'�Ave, Planta.tion, Florida 33317. CiTY sha11 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 Agreemen.t any �ime during the performance and term of the Agreement and for a periad of three (3} years after completion and acceptance by CITY. If required by CITY, CONTRACTOR sha11 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 fliis Agreement. . CONTR.ACTOR a,grees that it shall keep accurate and complete records with regard to all. __ __ ____ services as hereunder. All original.records relatecl, to the seryices_pro_v_ided_under__ ._ ___ � . _ _.. . the teims of Agreennent are the properly of CITY and accordingly those record.s are subject to the Florida Public Records Law. CONTRACTOR shall not release any City records without written permission from City except as necessary and appropriate in: the performance of the duties and responsibilities requ.ired to comply.with terms of any Agreement between parties. � CONTRACTOR sha11 preserve and make available for inspection by CITY personnel, or by personnel duly authori.zed by CITY, com�puter date and other records related to the services provided under this Agreement. The records will be made available during normal business, hours upon twenty-four hours notice by the CITY. Ariicle 5— INDEPENDENT CONTRACTOR STATUS � CONTRACTOR and its em.plopees, volunteers and agents shall be and remain as independent contractors and not agen�ts or employees of CITY, with.respect to all of the acts and services perfoxmed bp an.d under the terms of the Agreement This Agreement shall not in an.p wap be constructed to` create a partnership, association o= anp other kind of joint undertaking or venture between the parties hereto. Article 6— CONFLICT OF INTEREST � CONTR.ACTOR covenants that no person under its employ who presently exereises any fiznc�ions or responsibilities in connection with this Agreement has any pezsonal financial interests; direet or indirect, with CTTY. CONTR.ACT4R f�rther covenants that, in. the performance of this Agreement, no peison havzng such conflicting interest shall be A-2 employed. Any such interests, on the part of CONTRATOR or its employees, must be disclosed. in wrifi.ng to CITY. CONTR.A:CTOR is aware of the conflict of interest laws of the Musuci�,al Code of the City of Planta.tion, Broward Coun.ty and the State of Florida., Chapter 112, Florida Sta.tues (2008), as amended, agrees that it will fullp complp in all respects with terms of said ]a.ws CONTRACTOR warran.ts that it has not employed or retained a.np person emploped bp CITY to solicit or secute this Agreement and that it has not offered to pap, paid, or agreed to pay, anp public official or person emploped bp, CITY anp fee, com�mission, percentage, brokerage fee ox gift of any kind, contingent upon of resulting from the award af this privilege. Article 7- ASSIGNMENT . � The Agreement i.s not assignable oY transfea.-able in whole or in part without the prior egpressed written consent of the CIT'Y which consent cannot be unreasonablp withheld. Article 8- COMPLIANCE WITH LAWS CONTRACTOR shall comply with all statutes, laws, ordinances, rules, regulations and --- � - lawfal ordeirsvof t Uzuted States of Amenca;-State ofFlorida; of Plantation and any --�� -- --�� � other public authority, which may be applicable to this Agreement. Article 9- VENUE � Any claim, objection or dispute arising out of the terms of this Agreennent shall be litigated in the Seventeenth Judieial Circuit in. and far Broward County, Florida an.d the prevailing pa.rty to any resultant judgment shall be entitled to an award of all reasonable attorney's fees, interest and court costs incurred by such prevailing pariy against the losing party includin.g reasonable appellate attorney's fees, interest and taxable costs. Article 10- GOVERNING LAW The validity, conshv:ction and effect of this Agreement sha11 be governed by the Iaws of the State of Florida. ° Sechon 11- PERMTTS, FEES AND NOTICES . CONTRACTOR shall use its best .efforts to obtain 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 TNSOLVENCY A-3 In the event that either party shall become insolvent, make a general assignment for fhe benefit of creditors, suffers or pezmits the appointment of a receiver for its business or its � assets or sha11 avail itself of, or become subject to, any proceeding under the Federal Bankiuptcy Act or any other statue of any state relating to in.solvency or the protection of rights of creditors, or becoxne subj ect to rehabilitatian, then, at the option af the other party and immediately upon written notice, this Agree�ment shall terminate and be of no further force effect. � � Section 13- ENTIR.E AGREEMENT This Agreemen.t contains the entire understanding of the parties relating to the snbject matter hereof superseding all prior communica.fions 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 wri.tten instrument executed by both parties. The fa.ilure of a party to seek redress for violatzon of or to insist on strict perfonmance of any the covenant, term, condition ar election but the same shall continue and remain in fu11 force an.d effect. � Section 14- SERVERABILITY .. _._ _ _ . ..... _._ _ __,. . _ _.,- .- ------ __ ._ -------- ......_.-- ----.__ ...---------..... ._- ------- --_._._ __---- -- . .._. _ . Should any part, term or provision of tlus Agreement be by the courts decided to be illegal or in conflict with any law of the Sta.te, the validity of the remaining portions or provisions shall not be affected thereby. Section 15- NONllTSCRIMINATION AND EQUAL OPPORTITNITY E1VIPLOYMENT During the performance of this Agreement, CONTRA.CTOR shall not discrixninate agai�zst any employee or applicant for employxnent because of ra.ce, religion, color, sex or national origin. The CONTRACTOR will take affirmative action to ensure or national origi.n.a1. Such action much includes, bnt not be limited to, the following: employment, upgrading; demotion or transfer; recruitment or.recruitxnent advertising, layoff or termination, termination; rates of pay or other forms of compensation; and selection for training, in.cludi.ng apprenticeship. The CONTRACTOR shall agree to post in conspicuous places, available to employees and applicants for em.ploymen�, notices to be provided. by the contracting officer settin.g forth the provisions of this nondiscriminahon clause. Section 16- CUMULATNE RElVMEDIES The rem.edies expressly provided in this Agreement to CITY sha1l not be deemed to be exclusive, but shall be cumulative and in addition to a1T other remedies in favor. of CITY now or hereafter e�sti.ng at law or in equity. . Section`17- TERMINATION Upon seven (7) calendar days written notice delivery by certified mail, retum receipt requested, to the CONTRATOR, CTTY may without ca.use and without prejud.ice to any A1L other right or remedy, terminate the Agreeanent for tlie CITYS convenience whenever the CITY.determines that such termination is in the best interest of the CITY. Where the Agreement is terminated for the convenience of the CITY the notice of termination to the COONTRATOR must state that the Agreenaent is terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receigt of the Notiee of Term.ination for convenience, the CONTRACTOR shall promptly disconti.nue 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 placing further orders and sub-coriiracts except z.s they may be necessary, aud complete any continued portions of work. Section 18- NOTICES � All notices and other communications required or permitted uncler this Agreement shall be in writ�ng and given by: hand delivery; registered or certified mail, return receipt requested; __...._ __... ----------------- _._.....__--------..------�------..__.. _. ..__._..---_.---------- .___.._ __----___._�.__...---------_... overnight courier; or facsimile to: . C�: Hank Breitenkam City of Plantation 400 NW 73� Ave Planta.tiion, Florida 33317 Telephone: (954) 797-2293 Facsimile: (954) 797-2724 WITH COPY TO: Charles Spencer, Utilities Budgeting and Purchasing Manager City of Plantation . 400 NW 73'� Ave Planta.tion, Florida 33317 Telephone: (954) 452-2544 Facsimile: (954) 452-2544 CONTRA.CTOR: Patrick .Allmen � Odyssey Manufacturing Company 1484 Massaro Blvd Tampa, Fl. 33619 " � � A-5 or to such other address as anyparty may designate by notiee complying with the term.s of this section. Each such noti.ce sha.Il be deemed delivered: , on the date delivered. if by personal delivery or overnight courier; on the da.te upon which the return receipt is signed or delivery is refused or the notice is design.ated by the postal authorities as not deliverable, 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 this Agreement and terms and conditions in RFP No. 038-11, the terms of this Agreement shall control. � (THE BALANCE OF THIS PAGE Il�TTENTIONALLY LEFT BLANK) A-6 IN WITNESS WHEREOF, THE CITY OF PLANTATION AND ODYSSEY MANCTFACTURING COMPANY have caused th.ese present to be executed in their , respechve names by the proper officials the da.y and year first above written. FOR: CITY OF PLANTATION Dan Keefe, Chief Administrative Officer FOR: UTILTIES DEPARTMENT Ha.nk Breitenkam, Director of Utilities � As to Contractual form: Charles Spencer, Utilities Budgeting and Purchasing Manager STATE OF FLORTDA C4UNTY OF BROWARD The foregoing Agreement was .acknowledged before me this of ,2021 by , Chief Adm.inistrative Officer and �ity Clerk of the City of Plantation, 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 han.d and official seal this day of , 2011. Parinted Name of Notaty My commission expires: My commission num.ber is: � � (Notary seal) - � A-7 } . . . . . . . ' , . Odvssey Manufacturin�Company � B . Title: t.� �:� �� �t�.� Print Name: ���.G � � _ �(,6 U�1�i� � , Date: �� STATE OF FLORIDA COUNTY OF BROWARD _...__ __. .. .._ The�orego.ing�Agr.eemen�was..ackno.wledgedhefare�me_this � � _o£ (���j�._ __.. _ , ___.. _.____._ ._ _.. ___--- z0�► Y_ by _"(��,�i Altac¢,t� , G�trncr�2 i�t�QcU' ,(Title) of _ Q� �,�� �, ,� �, who are personall� knawn to me or who has produced • —�— (type of identifica�ion) as identification and did did not) take an oath. WITNESS my hand and official seal this � C j day of _�� , 2011. �' � �-�,�,'"''� � (� p � � � ` �} r�,�. � 'Je3 � ne,J�l . . Printed ame of Notary My commissian expires: �'�) � 2. . My commission nwnber is: ��-�..�:� 3 . . (Notary seal) �� o �'� �t�rY Ruklic �tete of Florida _ , Mar}oqe Q'Donnel{ . � My Commission OB745D63 �� �o� Expire5 03/05/2012 A8 ,. , . �`�' . ' �;.'` � . ' ,.. , � : :' BID� RESPONSE . � R�'P No. 038-31 � Purchase and I�elivery to Various Loca�ions: Sodium B[ypoch�orite and Calcium �ypochlorite . � , 7[`erm �oia:tract Item Descziption Unit Esi:i�s.ted Uzut TotalOffer No. Quantify� Price 1. Sodium Hyg�ochlorite, (NaOCl, Slea.ch) as� Specified herein � :. . �y�� ^� ; TA1'ZI�ER.LO.A.D. . - Gallon 8.2,�00 $ • . $ � �, � � � ; ---r Manufaeturer affered.: • . . O Manu facturing � � _�__._.�_ ------- --...._._,----.. _._----.... . . __.___ .. . _ _ .__.__ --- _... ____„ __ -. - —,-- --------__�_ _._._ T.__ ._.�_ ; . 2, Sodium Hypachlorife, (NaOCI, � Blescb.) as Sgec�6'ied herei�a � . � Tanker.laad is 5,000 gallons � O° � (Spli'tbetween iwo C'riy of GaIlon 180,D.OQ $ + �'� $ ��� � . Plantarion Iocations} ' ; . f , ; Man.ufacLurer offered.. . Odyssep Manufacturing 3. HTH (Ca�ciunn Hypochlarite) 100- . pQUnd 32. .$ NO B i d � Cahtaiuex � *Plea�e Affia Signatare where indicated* : (Fa.iluxe to do so shall xesulf in rejecfion of yowr bi�: . By siguatvre o�i this docvmen�, bidcier a.eknowledges anc� agzees � its offer includes and accepts alI ter.ms, conditio�.s, �� an.d specif cations of the City' "s bid s��icitation as ori�,inall.y pnblished, �vithout exception, chauge ar alteratian of �any ' kind, excegt as may have be�. publishecl by the City�in. offGial amendments priar�to tlus date af submittal. � ; . ; ��N .Odyssep Manufacturing Co. � DATE: 9/16/11 SZCr . N.AME & TITLE: Patrick Al.].man, General Mgr. •; . , TELEP�iONE, NO.: ( 813 ) 635-0339 - : ! . . . . - I . . - . . � . . � . . . � . �. � . . . .' 4 . . � . � . ' �. , -. . � . # t • 3 .. � � . � , � . . • � . ' . . . � . � . • , ' � 3 � . � - . . , . . ' , � � �.: O DYS S EY � � MANUFACTURING CO. Ja�u�ry 5, 2010 Mr. Marviri Rakes Odyssey Manufacturing Co. 1484 Massaro Boule�vard Tampa, Florida .3�619 Re: CORPORATE RESOLUTION FOR AUTHORITY TO SIGN BIDS AND CONTRA.CTS ON BEHALF OF ODYSSEY MANUFACTURING C0. __ ---------_.__._------_------ ...._ __--.___ _._._..__. 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 � � -;'�;, �..� .� ., �.�r,« . ,+ , §:r ,,:: � �. i..= -� � ..�,a�, e :k� .�, ,�, .�,'. _ F =.�'� � �:'i�r' rv�. + �t -.':�� r , �� r .�. r. �'��. �'+ �. t - 0 � • + � • ■ f f Plantation City Council Notice of City Councii Meeting I Wednesday, October 12, 2071 - �� gack � BUleeting� Agenda �� 7:3o enn, . � P""t '���... _ 1 �'lan.#ation � �,R �� City of Plantation — Ciiy Hali ' 400 NW 73 Avenue - Plantation, Fiorida 33317 NOTiCE IS HEREWITH GIVEN TO ALL. INTERESTED PARTfES'THAT IF ANY PERSON SHOULD �ECIDE TO APPEAL ANY DECISION MADE AT THE FORTHCOMING MEETING FOR WHICH THIS AGENDA 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 OF THE PROCEEDINGS IS MADE, WHICH RECORD 1NCLUDES TESTIMONY AND EVIDENCE UPON WHICH THE APPEAL IS TO BE BASED. � THE CiTY OF PLANTATION WILL PROVIDE REASONABLE ACCOMODATIONS FOR DISABLED INDIVIDUALS REQUESTING SPECIAL ASSiSTANCE IN ORDER TO A7TEND OR PARTICIPATE IN THIS MEETING;.PROVIDED, HOWEVER, THAT A REQUEST FOR SUCH ASSISTANCE MUST BE MADE TO THE OFFICE OF T}-fE CITY CLERK (954) 797-2237 AT LEAST THREE (3) CALENDAR DAYS PRIOR TO THE SCHEDULED MEETING. � Roll Cal1 2 Invocation ., Items Submitted By The Mayor 3 Annual Fire Prevention Awards _. Summa • - . �Y-,--.,.._.._-,---__....,_T—.-....--- --,-- 4 Resolution of Appreciatian to ]uan F. ]ara far 15 years of dedicated service to the City of Plantation. Surnmesy: ConsentAgenda 5 Approval for Big Bike Riders Association to sell Christrnas trees at Sears from No.vember 18 - December 24, 2011. Surnmary: 6 Approval for St 8enedict's Episcapai Church to sell Christmas trees from December 2- December 18, 2011. � .' Summary: 7 Approve funds in the amount o# $113,20G.8� to purchase ongoing maintenance for aur ' Intergraph (Public Safety CAD 911) saftware. Surnmary: 8, :Approve funds in the amount of $17,816 to purchase ongoing maintenance for our WebSense security software. , 5ummary: - 9 Apprave South Plantation High Sc�iool Community Yard saie on Saturday, Navember 5, 20i1 fram 7:3d am until noon. . Summary: , 10 Continued Secand and Final Hearing of an ordinance pertaining to the subject of Comprehensive Planning. ' Summary: . Con6nuad Second and Final Reading ot an ordinance of the City af Plarrtation pertaining to the su6ject of Camprehensive Planning; recapturing 9 87 fiexibility units af The previously approved 398 �exibility ur,its, and re-assigning up to i 97 flexibiliiy units to tha fiollowing described praperty located in Flex Zone 75 so as to permit the construction oi up ta 197 multi-family dwslling units without amending fhe City Comprehensive Future Land tJse Plan; property , lying in Section 9 Township 50 Souih, Ranga 41 East, and described as Tract "B" af the American Express Tract, as recorded_in Plat Book 82, Page 35, of the Public Recards of Broward County, Flarida. Generally lacated on the easi side oi Pine Island Road between American Expressway and Cleary Boufevard; prnviding tindings; providing a savings clause; and praviding an eff�cfive date therefor. {Veranda !1} 11 Request far raad closure for annual holiday parade on November 19, 2011. Summary: � � Reyuest for the purchase af replacement parts for the two grit pumps located at the Regiona{ Wastewater Treatment Plant in the amount af $19,063 from the Sanders Company. (Budgeted - Utilities) Summary: • . 13 Request to approve emergency purchase order to Jackson Land Development LLC for the emergency repair of 8" gravity sewer rnam on Central Park Place East. (Budgeted - Utilities) Summary: 14 Resalution approving tfie expenditures and appropriations refiected in the Weekly � Experiditure Report for the periad September 15 through October 5, 2011 for the Plan.tation Mid#own bevelopment District. Summary: 15 Resolution approving the expenditures and appropriations reflected in the Weekly Expenditure Report for the period September 15 �through October 5, 2011 for the City of Plantatian's Community Redevelopment Agency. . Summaty: ' 16 Resolution approving the �xpenditures and appropriations refiected in the Weekly Expenditure Report for the periad September 15 through October 5, 2011. Summary: 1'7 Resolution approving the expenditures and appropriations refiected in the Weekly . Expenditure Report for the period September 15 thraugh October 5, 2011 for the Plantafiion Gateway Develapment Distr�c#. Summary: Ad m i nistrative � Items i8 Discussion concerning proposed voluntary Neighhorhood Decorative Street Signage Pragram. Summary: . Legislative Items 19 Public Hearing and First Reading of an ordinance pertaining to the subject of �rearms and ammunition. Surnmary: Pubfic Hearing and First Reading of an ordinance pertaining to the subject of fiirearms and ammunition; amending Se�tian 11-2 and 12-1 of the Car�e ot Ordinances by deleting r�ferences ta firearms; creating Section 17-3, Plantaiion City Cade to acknotivledge tha pre-emptian afi State Law over firearms ar�d ammunitian anc� Fo indiczte ihat alk Codes, Ordinances Resolutions and Palicies in conftict therewith ara r��.+ealed ta the extant of sucli contlict; protiding for sever3hitity; and praviding for ac; e#�ective da#e. 20 Public Hearing and First Reading of an ordinance pertaining to the subject af Storm Water Managemen#. Summary: . Pubfic Hearing and Firs# Reading af an ordinance of.tha City of Plantation, Flarida pertaining to the s�hjeci ol5torm Water RAanaaemen±; zdapting and appr ,ving a Storm Water Utility; providing a storm water us�r fae and rate struc;ture; pro�iding for the adminisiration of the storm water utility; providing for a storm water eriierprise fund; provi�3ing #ar.cad�ication; praviding a savinas c3ause and providing an etiective daie fherefor. ' *QUASI-JUDICIAL PROCEEDINGS* THE CITY CLERK WILL SWEAR IN ALL WTTNESSES BEFORE SPEAKING. PLEASE STATE YOUR NAME AND WHETHER YOU HAVE BEEN ADMINISTERED AN OATH. ANY SPEAKER MAY BE CROSS-EXAMINED. IF YOU REFUSE TO BE CROSS-EXAMINED, YOUR TESTIMONY MAY NC?T BE CONSIDERED. CROSS-EXAMINATION SHALL BE CONDUCTED IN A COURTEOUS MAIyNER. THE MATERIAL IN�THE CI"fY ._ CLERK'S AGENDA PACKET WILL BE CQNSIDERED AS PART OF THE RECORD. THE APPLIGANT WILL MAKE THE FIRST PRESENTATION, FOLLOWED BY PRESENTATIONS FROM ANY INTERESTED PERSON. TIiE ELECTED OFFlCIALS MAY SET REASONABLE TIME LIMITS FOR SPEAKERS. THE HEARING WILL TNEN BE CLOSED AND THE MATTER DECIDED, THE ELECTED �'FFICALS MAY DIRECT TN:E CITY aTTORNEY TO PREPARE A RESOLUTION REFLECTING THEIR DELIBERATIONS WHICH WILL BE CONSIDERED AT A FU7URE MEETING. *QUASI-]UDICIAL CONSENT AGENDA* ITEMS INCLUDED UNDER THE CONSENT AGENDA ARE SELF EXPLANATORY AND ARE N07 EXPECTED TO REQUIRE REVIEW OR DISCUSSION. ITEMS WILL BE ENACTED SY ONE MOTION. IF DISCUSSI�N IS DESIRED, THAI" ITEM MAY BE REMQVED FROM THE CONSENT AGENDA AND CQNSIDERED SEPARATEL•Y. ' Quasi-]udicial Consent Agenda 21 Resolution approving that certain release of a}sortion of existing utility easement. (American Heritage) . Summar�r: . Resofution approving that certain reiease of a portion af existing Utility easement attached hereto as Exhi6it "1"; providing findings; hauing the appropriate City Officers execute same and authorizing tha City Administratian ar City Attorney to make minor revisions there#o; and providing an effactive date therefor. Quasi-]udicial Items .� - Comments By Council Members _ Public Requests of the Council 'Concerning Municipal Affairs **SEALED COMPETITTVE 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 SQLICITATION; OR,.� C. A PRQSPECTIVE VENDOR WISHES TO MAKE AN ORAL PRESENTATION AS PART OF THE COMPETiTIVE SOLICITATION. IF AN ITEM IS REMOVED AT THE REQUEST OF A MEMBER OF THE PUBLIC, THEN, QUESTIONS SHALL BE ADDRESSED TO THE �PRESiDENl' 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 PROSPECTIVE VENDOR OR IF A PROSPECTIVE VENDOR WISHES TO MAKE AN ORAL PRESENTATION, THE COUNCIL SHALL DECIDE WHETHER TO TABLE THE ITEM TO ANOTHER COUNCIL MEETING OR ADDRESS THE ITEM DURING THIS COUNCIL MEETING, WHEN THE ITEM IS ADDRESSED, THE GOUNCIL'S OPEN MEETING 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 QUESTIO'NS OR PRESENTATIONS. 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 7HE RECORD. ONCE THE CLOSED SESSION IS CONCLUDED, THE ELECTED OFFICIALS SHALL RETURN TO THE COUNCIL CHAMBERS TO RECONVENE THE OPEN MEEi'ING AND ADDRESS THE ITEM. THE RECORDING OF THE CLOSED SESSION AND ANY MATERIALS PRESENTED TO THE ELECTED OFFICIALS AT THE CLOSED MEETING SHALL BECOME AVAILABLE FOR PUBLIC INSPECTION WITHIN A REASONABLE TIME. Sealed Competitive Solicitations __---�,�_,.-__�,�.�_�_,.�____T.�_____—___.----...�__.T�___._,__.-T__,....� . . __.__._.. -----_ __._._. ___ _ .--- 22 Request for approval to award sodium hypochiorite and calcium hypochlorite bid based on sealed proposals opened on September 20, 2011. Summary: . �n coniormance wi#h Chapt�r 241 i-t�0, Laws of �lori�a the backup infarmation is nat puksiic at this time. Workshops � , . �---��'� . �« � , � ODYSSEY . � MANUFACTURING CO. September 18, 2011 , Mz. Charles Spencer Utility Budgeting and Purchasing Manager . City of Planta.tion Office of the City Clerk - 400 NW 73� A�enne � Plantation, FL 33317 . Re: CITY OF PLANTATION (Rl+� NO. 038-11) PURCHASE AND DELIVERY TO VARIOUS LOCATIONS: SODIUM HYPOCSLORITE AND Cr�LCIUM HYPOCHLORITE TERM CONTRACT Encl: (1) Bid Response Form (2) Authority to Sign Bid Letter L� References _ ------._._. ... _...�. ----_-._.._�... ----,��� (4) Additional References --- -------�--------__..._—_.. (5) Qualification Statement (6 Pages) . (6) Drug Free Workplace Form (7) Public Entity Crimes Form (8) Insurance Requirements and sample COI (9) Acknowledgement of Addendum No. 1 (10) Acknowledgement of Addendum No. 2 (11) Copy ofNSF-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 sodiunn hypochlorite in "tanker" or "bulk" loads only. In accordance with your instructions, we have enclosed one original of the `Bid Forms" and aIl other requested documentation and two copzes. Odyssey 1Vlanufacturing is pleased to offer the City of Plantation a delivered price of $.682 per gallon y for its Ultrachlor 12.5 Trade Percent sodium hypochlorite for the initial tezm of the contract (i.e., "tanker" deliveries). This price is fixed and not subject to surcharges or escalation for any reason whatsoever durin.g initial term of the contract. The pricing is the same for both fitll tauker and split tanker or partial tauker deliveries. Additionally, Odyssey takes no exception, to the Speczfication. Enclosures (1) through (15) are provided to assist in the City of Plantation's Bid Evaluation. Additionally, Odyssey makes the following �laams or warrants: ` �:'pr iyK yL�;:-M ��Y �.-.�,: +e�l;e ,.,�n• - �) i � F y�.r, i i�*,4 ,���a;'� .,t r i:F � L� ;'�f 4� ; .,' ,.� �' �. .'a �, -;•, , ;,;. °� �� � . .. . � ..-�. �. , ..'•'. , :: �. _ ;.. �� ' ; .:e^ , �}'` � t 3 `�'�-°� D � ��� • s • r � � i � • Enclosures (1) and (10) are required submittals as outliried in.the IFB . • Enclosure (11) is ttie NS�-61 certification for Odyssey LTltrachlor sodium hypochlorite • Enclosure (12) is a Product Specification. �� � • Emergency Preparedness Planning, Spill Response, Technical and Engineering Support and also emergency points of conta.ct would be our Patrick H. Allman, General Manager (cellular 813-335-3444) who has a B.S. .in Nuclear Engineering 1983 from the University of Virginia, Marvin Rakes, President (813-340-3675) who has a B.S. in Chemical E�gineering 1985 from the University of North Carolina State or the on-duty Plant Supervisor (800-ODYSSEI�. All technical and engineering assista.nce would be provided at no chazge. 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) 814/11- Provided no chazge technical assist visit to assess condition and design of hypochlorite system at the Shady Hills WWTP. .(Mike Pierson, Chief Operatar, 727-856- 5251) 2) 7/22/11 - Got a phone call from Lead Operator at Wesley Center WWTP on Friday night that their clar�er hypochlorite tank was full and leaking bleach out the bottom. Had tanker and crew out eazly on the following Saturday morning and pitmped out tanlc and took hypochlorite to anather plant. Replaced the tank the following Wednesday (Cathy -:-.-- __.._. ....__ Ch'ref Operator;: �27=991=561��) _.�---__,___T.__ .__...---_�--- -_.... _�.--__.___._. _.. _.------- 3) 7/21J11- Got a phone call in late aftemoon from Lead Operator at Sunburst WTP that � the hypochlorite tank was leaking out the bottom fitting. Dispatched crew early next morning and pumped out and repaired tank and returned it to service. (David Flynn, Chief Water Opera.tor, 727-992-0388) 4) 9/3/10 - Got a phone ca11 from my driver on Friday night that one of the main hypochlorite #anks at Wesley Center WWTP split upon being filled and was leaking hypochlorite outside containment. Dispatched engirieer (mysel� an.d 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 and sent notification letter with supporting design and technical information to Tampa FDEP Office to a11ow 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 Nlanager, 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 function as the plant was changed from a WTP to a Booster Sta.tion. (Marvin Kad.en, former WTP Mana.ger, 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 maj or 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 regulatary agencies. Subsequen�ly, ran new � piping and completely redid the hypochlorite system to prevent recurtence. (Scott Berge, Mai�tenance Manager, 727-ff47-8145) ' Page 2 Af 7 . 9) 12/21/2005 — Installed new 850-gallon tank and conta.inment at no charge at the Cypress Manor WWTP to replace existirig 500-gallon tank that had no containment. (Scott � Berge, Maintenance Manager, ?27-847-8145) - 10) 11/29/2005 - Got a phone call that the hypochlorite was leaking out into the conta.inment. �, Sent crew out same day and pumped out tank and made repairs (John Fogg, Chief �. Operator, 813-783��8163) � - 11) 6/27/2005 — Got a phone call on Sunday morning that the 7,000-gallo� hypochlorite tank burst and was spilling out hypochlorite on the ground at the LitEie Road WTP. Immediately dispatched tanker and service crew and pumped ont tank and made repairs and had system back in service by noon and avoided a reporta.ble spill. (Jim Kaplan, WTP Manager, 727-834-3255) 12) 6/25/2005 — Provided engineering design for temporary hypo.chlorite 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 training tape from Chlorine Institute to Pasco County WWTP for their use at no charge. (John Fogg, Chief Operator, 813-783-8163} • In addition to providing emergency response support to Pasco Cou.nty, Odyssey Manufacturing Co. routinely provides this level of support to its cnstomers as demonstrated . by the below instances: _ _ _.__._. _._._____l.) _.-8/J�OLI.�.�Fiillsborough County_(Glenn Yaney, Operations Manager,, 813-448-4090)_ _ --.. ..----. ... _ _. . - - Customer called at 1400 and stated that the River Oaks WWTP surge tank was wzthin two feet of overflowirig and that the plant was at its maximum capacity and flows continued to run into plant from the excessive rains. They sta.ted they had conta.cted 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 hisulfite systems including delivery of the chemicals to a 3,000-gallon tank and was pumping hypochlorite by midnight. 2) 3/6/10 - City of Inverness (Gerry Lebeau, Utility Manager, 352-474-9051}. Customer catled Odyssey on Friday evening 3/5/10 and'stated that their tank was leaking badly on the ground. Odyssey had a crew up there on Saturday morning 3/6/10 which pumped out the sodinm 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 cailed Odyssey on 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 ta.nk and pumped out the hypochlorite from the bad ta,nk to the tanker. Additionally, Odyssey setup the temporary tanlc to allow the water pla:nt to maintain continuous disinfection and rema.in in service. 4) 12/24/09 — Sarasota Cownty Carlton WTP (Jim Conley, Water Production Mana.ger, 352- 861-1510) Got a.phone call in the morning that their Peace River chlorination line installed several years earlier had broken and they had no way to d'zsinfect the water they were sendinig out to their system from Peace River. Odyssey immediately dispatched a � crew and had located and repaired the Teak by that evening. � 5) 10/18109 — Town of Lantana (Clyde AIi, WTP Superintendent, 561-540-5751) Odyssey received a phone ca.11 on Sun.day morning requesting an immediate emergency deiivery to " the Town of Lantaria Water Plant to keep them 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 (Rick Hoeben, WWTP Superinfendent, 352-357-3777) Got a phone ca11 that new sodium hypochlorite tank instal 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 thereby awoiding a reportable spill. Came back and ixoubleshot problem and found that the contractor ha.d cross-threaded ihe bolts on the bottom flange fitting and made confined space entry and di,d xepair for the City of Eus�is. 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 Sunda.y moming that they would have to issue a boiled water notice if they could not get a sodium hypochlorite deliver because their regular 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 extremely important and should be a major consideration in the Utility's "informed decision process". Odyssey Manufactiuing has one "Safety Incident" in the past eleven . years for any chemical that it sells (defined as all chemical acciderits, 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 cau download aIl of the safety incidents of the vazious bidders. You will see that Odyssey does not have any but onr competitors have over thirty. Additionally, please do a website search and ca11 our reference list to ascertain not only our record but those of other suppliers. Our single incident occurred in September 2008 ----- - - ---- -- ---���where-700-gallons spilled from-a pr-essurized line-dur-ing a�del-ive .ry-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 sarnpliung efforts. • Odyssey Manufacturing has never had any contra.cts 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 Attached (see enclosure (14)) � • Company Manufacturing Process Flow Chart 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 consistentlyprovided 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 wa:stewater treatrnent industry. Our service is legendary. We done several emergency delzveries �most nota.bly on Saturday, April 6, 2002, .St: Johns County was run ont of bleach by their then sodium hypochlorite supplier at the main water plant. St. Johns County contacted Jones Chemical, Allied Chernical and PB&S [now Brennta.g] a11 of which declined to . come. Only Odyssey Manufacturing Co. said they would come and we delivered a tanker of sodium . hypochlorite an Saturday night within four hours of being called. This is un-para.11eled service and was not matched by any of the other suppliers in the mazketplace. Miss'vng chemical deliveries would be a serious problem for water and wastewater treatment plants who must chlorinate for public health reasons. Odyssey has never missed a chemical delivery to arzy customer in over ten years of its 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 call our reference list for additional information and see below). Specifically, these are just a few of the instances we had to make � Page 4 of 7 deliveries to their customers in the past few years alone. Thislist is remarka.ble when you consider that we serve 90% of the plants in Florida that use sodiuxn hypochlorite (which is about 82% of a11 plants). Odyssey had to make an endergency delivery to the Town, of Lantana Water Plant just tHis past month on Sunday, �10/1 &!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 ernergency delivery to the Village of Wellington on Friday, 12/5/08 to keep them from running out of. : � hypochlorite (Reference: Sean McFarland, WTP Superintenden�, 561-753-2465). Odyssey had to make an emergency delivery to the City of Ormond Beacb. VWVT plant two years ago when I was told Allied refused to come and the customer ran out of bleach and called me on Sunday morning from their contact chamber as they were shoveling in I-iTH and we had bleach there in three hours (Reference: Sam Bu�ler, City of Onmond 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 sam.e thing in the past for this customer for the same reason back on 7/22/06 (Reference; Steve Miller, City of Port Orange WT Chi�f Operator, 386-756-5380). Another emergency Sunday delivery we made earlier that year on 5111/08 to the Econ WTP for Orange County because Allied was unable to come according the operator and they were going to have to issue boiled water notices (Reference: Carlos Torres, Orange County, Production Section Water Superintendent, 407-254-9500/5505). Even�rnore disturbing were the two emergency Saturday deliveries were rrxade the day before Hurricane Charlie hit to Collier Couniy because Allied had supposedly refused to make deliveries for over a week (Reference: Steve Waller, Collier County, WW'f Superintendent, 239-774-6886). Also as you know, Odyssey pro- . , .._:.._ _ __:actively_.topped_.off_.our_customer's_tanks_be�ore each hurnc�e o.v_er the_past eleven_years! ___..__,.__,_. _. _.___ Sodium hypochlorite is the only product that you purchase that has a very short shelf life. The shelf life is greatly impacted by the quality of the sodium hypochlorite. Product impurities such as metals and sludge are a significanf 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 manufacturiug and delivery processes can have a dramatic difference on acival consumption. Additionally, the initial delivered strength can also impact the level of consumption. This means cost saving:s to the customer! Odyssey's unique manufacturing process results in significantly higher quality sodiu.m hypochlorite that does not breakdown and decompose like other sodium hypochlorite manufacturers. As an example, in FY 2001, the Charlotte Couniy EastPort WW'i' plant used 101,970 gallons of Odyssey Manufactvring sodium hypochlorite. The previous fiscal year, the facility used about 204,196 gallons with another supplier, despite Iowerplant flows (Reference: Verne Ha11, currently Sarasota County Operations Manager @941-861-0501): In FY 2009, all of their facilities used 234,450 gallons with Odyssey Ultrachlor sodium hypochlorite. The previous fiscal year, the facilities used 428,000 gallons despite lower.flows with another sodium hypochlorite supplier (Reference: Steve Bozman, Operations Manager @941-764-4595). Thus, Chazlotte Countv is actuallv spending��more mone�y not using O�ssey this fiscal Year! . The City of Jacksonv�lle 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 (Reference: Rick Sawyer, 904-630-5401). Two years a.go, 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 hypochlorite usa e�durin� FY 2009 when adjusted.for flows after switchin t� o Odvssey Manufacturing Co.• (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). Tn the last iwelve 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 reeent comparison, please call Al Purvis at tb.e 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 superiar 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 assisfiance including numerous equipment repairs and deliveries. As you know, we are the only chemical manufactZU�er/distributor that is open for manufaciuring and deliveries 24 hours per day and 7 days per week (including holidays) and can be reached @800-ODYSSEY or facsimile (813) 630-2589. Additaonally, Odyssey Manufacturing also agrees to provide unlimited technical assistance to the City of Planta.tion 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, stariup services, site inspections on behalf of the owner, drawing review, engineering and design. Odyssey has pez�formed 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 treahnent business — Chloralkali bleach superplants� as a disinfectiori alternative. Odyssey Manufacturing 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 cnstomers. As you know, this husiness was created . primazily to serve many the Customers who are switching from chlorine gas to bulk sodium � .__... __.,_.hypochlor.ite_.and_need_a,c.ompetitively pzi_ced,_x�]J,iable,, high qnality 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 down 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 tenorist threaxs and hurricanes. Thus, we are able to offer fixed pricing which is a major benefit to our customers as they consid.er alternative disinfectant systems. Additionally, this provides us a significantly higher level of reliability than any other Florida sodium hypochlorite rnanufacturer as we are not de ep ndent � � on railcar shipments of chlorine g�as into Florida. Odyssey combines great service with the best quality bleach in Flarida. Our sodium hypochlorite is a high sixengkh pxoduct (12.5 Trade Percent Available Chlorine) with superior ratio control and without all the impnrities that most bleach contains. What this means to you the Customer is: • Low or zero metal contaminants resulting in s'ign�cantly slower Product degrada.�ion leading to overall cost savin�s due to reduced sodium hvpochlorite consannption • Lower Maintenance Cbsts caused by pluggages and wear becau.se of impurities in tlxe bleach • Improved Drinking and Effluent Water Quality • Longer Warranties from your equipment suppliers • Superior control of excess alkalinity of Product resulting in Iess overall chemical additional requirements and more stable chemical feed rates . • Less oxygen formation during storage and handling (e.g., which form bubblaes in tank and lines) resulting in reduced downtime and more accura.te Cl feed rates . • Lower levels of sodinm chlorate formation resulting in improved water qua.Iity and reduced . health concerns � Significar�.tly Iower levels of bromate formation resulting in reduced public health concerns Page 6 of 7 • Lower suspended solids resulting in improved watex 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 important chemical you purchase. Its use is mandated by an � assortment of regulatory agencies and its failure can lea.d to severe consequences for the utility including .system wide boiled water notices and hefry FDEP and EPA fines. Hypochlorite is very unique becau5e of its essential use in water treatment, short shelf Iife, "just in time" delivery requirexnents and rapid degradation if fouled by impurities in the manufacturing �rocess. Sodium hypochlorite is the only chemical the Utility purchases that if you leave it in a drum for one year will be completely gone. For example, a drum of 50% caustic will s�ill be a drum of 50% caustic after one year. A dnxm of 12.5% sodium hypochlorite wi11 be salt water ai�er one year with no disinfection � capability. A drum of 50% caustic laden wtth 2 ppm iron and other metals will still be a drum of 50% caustic after one week (or even after one �ear). A drum of 12.5% sodium hypochlorite containing 2 ppm iron and other meta.I impurities will be a drum of 5% — 6% sodium hypochlorite after one week � and thus have half the disinfection power and requize 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 tell you we are "improved" or just as good 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 care ___..__ ._._a.bou� q.u,�ity_wh .. would we bother to s end an extra $.20_ er allon to make the correct siren .�Y_____ .�.�.,,_._.__�.�..�..r P �..,,..,.,_-___� � _._�...T.._r _-_,_.,.------- ,--------._ __.____---- _--- 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 s1op. This same group doesn't care when their bleach comes late or doesn't come at all either because they continue to put np with it as long as they perceive they are payi.ng less per gallon. It is not what a com�a.nv sa�s thev will do it is what thev have consistentiv done in the past is what vou will �et! Plea.se ca11 our customers to compare Odyssey Ultrachlor with other suppliers! Because of its short shelf life, buying a superior qual.ity sodium hypochlorite will result in significant savings. We have examined your specifications and can comply with all the requirements. Additionally, we hereby provide written assurance of compliance with OSIiA, EPA, NSF, and AWWA regulations and consent to provide samples to the City of Plantation for testing if requested. We also agree to provide a safe handling traaning course and "refresher courses" for all of your chemicals 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 puzchase order. This is .in stark contrast to other chemical manufacturers! We have provi.ded yon guaranteed pricing for the next year. Lastly, we agree to prqvide unlimited technical assistance. We take no exceptions to the bid documents: You may take a sample of our sodium hypochlorite at any time from any one of your facilities or off of a truck 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 � � " Page 7 of 7 , • r -.""��, .� , � �_ ODYSSEY � MANUFACTURING CO. january 5, 2010 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 ODYSSEY MANUEACTURING C0. . —._ �__�_----__..----._�r_..._.__.._.�—___._.._..---�-�._._ --- _---- _ _. __ _ To WYiom 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 � CORPOI�ATE SEAL � . � --- ������ � � �� . � �� ` ���y� "�' 4 ; ''�%, 4.�;�qa ,y Vv;f.vr �', ��.F i ov>' � n�5a. Mi'.i,�:; r.$� a r..: �..� r.�� ii. .l�.:; �-�F � i'�.. °� - f .. ' `L {•',� ya+;�v a �, . zy""� �I� gu as�. r Y 8.� (' �i � n p e �M s ♦ �. � � � REFERENCES In order to receive Bid Award: cQnsidera`ion; on the proposecl bid, it i:s a requirement that the followin �"Inform.ation Slieet" be completed and returned with yanr bid: TIus infornlatiani maybe uis�d in detPSmin;ng`the Bid Award for thts contract - BIDDER (COMPANY NAME): Odyssey Manufacturing Compa�� ADDRESS: 1484 Massaro Blvd. ,.Tampa, Fl 33619 . , TELEP�IONE NO: ( 813 �635-0339 CONTACT PERSON: Patrick Allman TITLE: General Manager NLTIvIBER OF YEARS� INBUSINESS: 12 T'EARS . ADDRESS`OF NEAREST FACTLITY: 7 4R4 MaGsaro Blvd ��, F� 336�� ; LIST 'I'HREE': (3} C�IVIEA.NIES OR GOVERN1v1ENTAL AGENCIES WHERE TTI�ESE PRODtJCTS AND SBRVICE� HAVE BEEN PRO`VIDED IN�TH;B LAST YEA:R:' 1.. COMP,ANYI�TANLE::. Citv of Stuart-Water Plant � ADIDIZESS: 1002 SE Pa1m Beach Rd. , Stuart, FL 34994 .:. . . . . , TELEPHQNE'NQ:;. 'F 7 7� - 2 8 8- 5 3 4 3 CONTACTPBRSON':�Jim ; Parks � �LE Chief Operator DATE PRODUCTS SOLD: S o d i um Hyp o c h l o r i t e �i f �-.- ,, �-- � ... . .. . .. . .. �i��,� r� � - c�/� (�� � 2. COlVIPANYI�TAME_ Citv of Port Orange-Water Plant . ADDRESS: 4400� Wellfield Rd, Port Orange, �'L 321�9 � TELEP�IONENO: �86�756-5380 . CONTA:CTEERSON.: Steve Miller 'I'Y`I'r;E: Chief 0perator � DATE.`PRODUCTS.SOLD:�' �� �t � �-o �ir�►at�- vl.��t=�' S�� ,s 3. COMEANY NANIE:` . C i t,� o f P a lm C o a s t . ADURES�:. 2.Utilitv Drive Palm Coast, FL 32137 TELEPHONE. NO:::. . 3 8 6j• 9 8 6- 2.3 7 4 � CONT.AGT PER.S.4N: J im H o g an .... _...'I'TT'LE; . M g r, o f W a t e r O p e r a t i o n s DATEPR4DIJGTS:SOLD: Sodium H ochlorite _ e�,y�,,�S�� `�'1�yfDy -�,��ewt" d ; 3 P.age •1 of 1, � .. � E �} • . � . . ' � .5'. . � � � R �. � �._ ODYSSEY MANUFACTURING CO. Odvssev Manufacturing Co. Sodium Hvpochlorite Reference List - Bob Po(izzi, 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 Chie# C�perator, 239-390-4823 - Gerald Runge, Pasco County, VWVTP Supervisor, 727-847-8145 Jim Kaplan, Pasco County, WTP Supervisor, 727-834-3255 �- Shawn Kopko, Gity 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 WW'T' 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 Plant Supervisor, 239-642-5405 Jeff Poteet, City of Marco Island, Utili{y Operations Manager, 239-389-5181 - Tirn Gregory, TOHO Water Authority, WT Superintendent, 407-518-0613 ---. _._.._---.- Jim City-of De(tona;-0perations 386-575-6800-�.--..-..--.-------------------.. .-� . • Scott Ruland, City of Deltona, Utility Superintendent, 386-574-2181 - Pat Henderson, City of Palm Coasf,lNWT Chief Operator, 386-986-2343 Pete Roussell, City of Palm Coast, RO Plant Chief Operator, 386-931-8014 Jim Hogan, City of Palm Coast, WT Manager, 386-986-2374 - Cal Boris, Applied Specialties, Power Plant 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 County, Utility Operations Manager, 239-481-1953 - Mike Missoff, Sarasota County, WT Superintendent, 941-316-1371 Jirn 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 VW1(fP Superintendent, 941-486-2788 - Andrew Greenbaum, WT Superintendent; Tampa Bay Water, 813-910-3246 - Mark Lowenstine,.Polk County, Utility Operations Manager, 863-298-4100 � - Marvin Drake, Plant Chemist, Indiantown Co-generation plant, 561-597-6500 - Kay McCormick, Hillsborough County, Water Manager, 813-264-3815 ' Mark Lehigh, Hilfsborough County, Water Manager, 813-744-5544 - Terry Carver, City of Winter Haven, WWT Superintendent, 863-291-5763 Steve Warder, City of �nter Haven, WT Superintendent, 863-291-5767 - Dale Waller, Collier Counfiy, South WWT Plant Chief Qperator, 239-597-5355 Jon. Pratt, Collier County, North VWVT 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 .�:�...'� ,.. �� tiy� ' t . :.t"; '.. 9<:.:'.. a' � S.t'�.s: ' �i '��. ' ,u ' ' '.<':i � ' .,� � . �',.,.._.. .. . #...._..,.,� .� .�- ..�,.... � . ��., R . ., a �^�4"�.,�,. �°�T°�w'r.. .. _. . �;����' _ .T� �u: + '- . y : - r, „�' � � ;�r �. . ' i; , r ,. .�.. a f �. � a�'+ . . �'fS�a ^>�t�'� ��,c : i :'. � M,,, . �.. . ° ; . �. _ .:' . .:� . - ., b � � ? • ,. , ��,� � m _. , . . .. : � . Q � . '� � . . � . ; '.. . � ..' • { 'ti • Q • � 1 1 Page Two of Odyssey Manufacturing Co. Reference List: - David Parker, St. Johns County, VWVfP Superintendent, 904-209-2642 - Jamie Hope, Gainesville Regional (GRU); WRF Director, 353-393-6616 - 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, VWVTP Manager, 352-357-3777 - Greg Turman, City of Cfearwater, RO Plant Superintendent, 727-462-6236 - Craig Dough, City of Tallahassee, VW11TP 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 1111cFarland, Village 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 E�UA�`l�CATIf3� STA'�'ENF�NT The un.dersi�ed certrfies. under oath, tiie trutti arid coirectr�ess of. al.l� statez�ent� and o�aIl answers to quesstions made hereinafter. SUBNIITTED T0 : ��;tp a� �J;�A�ti:ois; BID' R:��PONSE � RFP No. 038-11 � ��'urchase and I3elivery to Varions Locations: � . � Sodium Hypochlorite. a�d Calcium.; �ypochlorite � � 'I`er.m Contract: Item. Descr.igtion Unit Estimated. Unit TntalOffeic Na. Quantity Price 1. Sodium Hypochlorite; (NaOCl, Ble�ch) as Specifed herein � � , fo��L . �''j�a2 �' ; TANKER LOAD Ga1lon. 82,000 $ $ � `"1' Ivlauufacturer offered: . Odyssey Man ufacturing � --_. __ ,. .-.---,.__.�_ __._____,_�_�.—r__— ___..... �.__.��__.--- --_.� _ _.__. . ----.--.__ _--._�___..----_ _ .. ____ . � 2. Sodi�m Hypochlorite, (NaOCl, - . " Slea ch) as Sgec'�f'ied hereii�. �. Tanker Ioad is S,OOD; gallons °��— ; . �s�2.; ����. �7bo (Split be�een two City of Gallon . i 80,000 $� $ � � Plan#atzon'Iocatiaris) � f Mant�facturer offered. Odyssey Manufacturing , 3. HTH (Catcium Hypochlarite) lOQ-" ... . . : .. � poimd' 32 $ NO Bid � �co�tainer . *�Iease Af� Sigzcature where ii�dicated* � � (Faalnre to do so shall resvl# in rejecfi.on of your bid); By signature o�i this, document, bidder ac,lcnowledges and� agrees tYiat:ifis offer:inclitdes and accepts alI ter�ns, conditions, : ... . and specifications of the-City's bidsolicitation as.originally.gubli.shed, without exception, change oi~:alteration of any °� kind, except as may haye been published by the Crly;in offiaial amendments prior to this date of subrnittai. F7RIVINAME: Odyssep Manufacturing Co. DA�, 9/16/11 �IG ° . . NAME &;TITLE:' Patrick Al1man, General Mgr. • � TELEP�30NE.1�T0.; ( 813 ) b35-0339 � . ' • ' • 4 i � . � � . �£ Tr�asurer's name: � I� "�� � . . g; Name,and acldtess of Resident Agerit: . �� � ,�. �I. I��, . - . a ' vt. � ' � �� � Gi S�,-a L 3. If.Bidder is an .individval. or.a paziilership,. answerthe following � a.. `Dai�. of org�uzatidn: b:. Name; address ancI ownersIiip �tmits of a11 pair�iers: � ; . .. _....----,...�...._�_�...,._-----�--_-- � ..�.�.._..,,...._�___�_�_.,..,.�. -�-----------.-_,�—_�___....�..�---------- _.._.._ , . . . . _ .. � c: ;Stafe whether general or'iiini#ed � i ` i .. „ _ 4: Lf Bidder is other than an tndividual, corpa � } p�arcnership, �serib�e'ttie, or�azziza;�on and�. � � giye the name and ofprmcipafs;; /^'!� � , ! � . ; 1 ., � . . � , . , 5. - IfBitIder is opez'at�g.under a fic '� .name, s�ibmit epidence of.complisrice rvith�the Fiarida = /� �� � , Ficfitious Name Sfa�ute.. . ; ; � _ ,,, . . 6.. How many years has your organtzatibn beeri in husiinass under its .present �usiness naine? � � 12 .. _ _ . � a. � Under what aiher. fonme�:i�airies:has. yqur organiiatian operateii? : � � ����. a P�ag:e; 2: of 5 � ; . , . �. . . . • :� ' 3 i . • �, � F ... ... . .. ... ... ... ..................... . .... ... ..... ... ...... . ........ . .. ... .. .... .. .. ....... ... ....................... .. . ... .. ... .�.... .... .. .. .... .. .. ... .. ....:......... .' ... . ... .. . . .. . . ..,....� _ e 7. Iniiicate�registration, iicense .numbers or certzficate numbers for the.businesses or professiiii�es�, _ ' . _ .. i� aie ti�e subJect:of this BicL Plcase attach certifrcate of corripetency and/or sta.te registration. �' �1.� � e� - I � ��• "� YIJes1 � c � �ef►�Y� �°~� � l �. � �f t� — e� � �. �' 8. Have yo peisonally �tispected tlie site(s) of ttze pr�posed wark? ; f�'}—: C�)�—, i 9. Do you ve a eompTete set of documents; including adclenda? � �? �. � —. 10 . Did you attexid:t�ie l're-Bicl Conference r'f ariyst�cli,oanference�was helci? /V� � __ ._ _ ---- __. _----__.�..,. .�...,..�.,�.�.T --- _.�...�._.�.�,._._��,�_..� --- ._.�.._,--- _._,�_._ ----:... �� �_ �} — . I I. Ha�e you ever failed:to complete any worlc awarded�to you? If so, state when,- where and . �? �,o . � � � I2. Vi�'rr�iri ii�e tast five CS� 3'ears, Yzas any officer� or pai�n�r of yaur ozg�arii2a.tioa ever been aci officer or ofanbtlier organzzaiion wlieri`it failed tn comptete a contract? Zf sq ea,pIain.fully. ; �� 1 , ; 13. 5tate the:xiames, telepk�one ziu��iers.atid last ltitown addresses af �iree (3) owners, individuals .. ,: or representaliyes of o�vners witli tlie r�ost ki�owIe.iige,of warlt �vliich you have performed or. ,: ods... . ou. ha.�e; rovid " , . � � ... go y p... � ed,'ancl to v�luc�i�you refer (goveinment owiiiers are preferred as - refer�nces): . Jim Co�lep .1001 Sarasota Ce�n.ter B1vd.,Sarasota, Fl 342/�0 (941) 861 1510 � .; (riame); ;(a�dress)' (phone rzu�i6er} ; Pa.g.e 3 :of 5 �i € . �: . . . (: , . � . �. �; � AndreW Fe�ske P.O. Bo�c 150027, Cape Cora1, F1 33915 (239) 574=0878 - . (naine) . (address} (phone•number�� Bob Polizzi. 3�15 S.R. 442, Fr3gewa.ter, Fl 32132 (386) 424 2490 (name) (address) (pho�e miinber). I4. �.ist flie.peii�ient experience.ofthe �,ey indivziivaIs ofyour orgai�izai:ion (continue an insert.sfie� if necessary). See Attached.Sheet ` ; � � ; 15. Stiat� the name af Sucety Company; which: w�I. be pro�iding t�e: bonds if any b�nds: aFe required '; • �iy ti�e Ti�structiorts ta Bicldeis, and name, and ad.dress of agent: ; _ ..The Prosure Grou� ! .. � � � �, ;. �i . ; � ; � ` , � . ; . .. :. Page: 4: :of 5 ,�' f . ' ' - • . ; ,€ - k. . f: � . . , � €: . �: �: • {. �� . . � r, � ' , . , � . . . . �.. �iu.-- .. .. . . ' ' , , QDYSSEY MANUFACTURING CEO. Question 14/pg 4of 5 : l�ey Company Employees are as follows: (1) Patrick H. Allman, Odyssey's General Manager (cellular 813-335-3444) who has a B.S. in Nuclear Engineering 1983 from the University of Virginia and has over twelve yeaxs of operational experience r��nn;ng a chemical manufacturing company and is considered the leading authority in the country on sod.ium . hypochlorite systems having designed and insta.11ed over 1,000 systems in the State - of Florida; (2) Marvin Ra.kes, Odyssey's President (cellulax 813-340-3675) who has a B.S. in Chemical Engineering 1985 from the University of North Carolina Sta.te and has over twenty seven yeaxs of operational experience managing chemical manufacturing and distribution companies including over twelve years supervising the largest chlorine gas repacka.ging operation on the east coast in Virgi.nia; (3} Stephen Sidelko, Odyssey's managing par(:ner who has a B.S. in Chemical Engineering from RPI and has over thirty five years of experience r��nning various sodium l�ypochlorite manufacturing companies (currently owns and runs Sentry Industries) in Miami, Florida. All technical and engineering assistance would be provided at no charge by these individuals as part of the sodium hypochlorite supply agreement. � � � ���� �.� a � S . .. _ ..._.. . , . ,:. ... : ; ,. ,, . ., � ...: � .,.. .,, . v7w„ �� .. �..;,, e' -r. � .. , �.,.. , `' „ � s Y ��'� ° , �. ,; ' ;: x.��. ��ad, a �,,,.�" �„�. � .r � . �5'�.•� �� � i � . 4.✓� _ � '� Gv ` } �' � A a • • � � � , . ._ .. . 'I�3E BIDDER ACKNOWLEDCES. AND C;INDER�TANDS TZ-1AT THE INFQRMATION: _ C�NTAINED'IN'RF;�PONSE.TO THIS �TJAI,IFTCATTQNS STATEMENT SHALL BE . RFd:IEi.}� UPqN B'Y O� IN At�ARDIl`TG�.'I'HE CONTRACT �4ND SUCH: INFQR1v1ATTON IS` WA�RRAIVT'ED BY BIDDER,'I'a HE TRUE: THE.DISCQVERY OF �. . .... . . .. AN'Y�O?vBSSION QR,1v�SSTATEIVF�'I'�THAT,IyIATERIAI.I;Y: AFFEC3'S�THE. BIDDER'S.QUAL.IFICA.TIONS TO�PERFO�tM UNbLR�. TT-�E CONTRAC`I'`SHALL. . . .. . . CALJ�E..THE QWNF�R TO RE3ECT THE BID ANll IF A�TER'1'T�E AWA.RD TQ CANCEL T TE THE AWARD ANDfOR CONTRACT: .. � 3tate of Florida . � Co�:of Hillsborough , ' ; The foiegc�ing in�mPnfvvas aclaiowIedged`be.fore me tliis, �� day ��'� .: 20� t by . ,. . ... � ,.... . . , �.� M� E-+o. � wlio i§ pe rsanaily knawn tome or wTio has pmduced ._..._r__ _ _-___ _.___.T:�_�:.T .. . . . .. _ �---,----.-.—.. T --- - as::i��ca�iori an�c : wiio�iH ��.id i�a`t): #ake .an�oath : : ` ;` .. . . , � `VJTI�SS mq ha�d, and: off ciai: seal, . l�/ N(3T � �T7B�.IC . . . � r 4,��2.rY s�.•biiC State of F�orida �° fh�t��r,� 0'Denneil . • `. M�, ��mrtx�ssian DD745D83 � � a � Expu�s D3/D612D12 �r c��C �� � v ^ 1 {� ` . . : ��E�� �' IIU 0� pT3�21G: �ItTl� i �`f3iT1�}, OI � a5 CUTZIILII5SI�II� i . : P. a ge.. 5: o.f `�' . �. s �: - �. f S ' � � S STATEMENT UNDER SECTI�N'287A87 FLORIDA STATIITES. ON I)RUGFREE WORKPLACE TO BE RETURNED VJTTH BID � Preference mUSt be given fo CQNT1tA.,CTORS submitting"ceitifioatiqn witIi; tIieir bid or proposal, certifying � they have`a dntg free workplace in accordarice witti the.Florida St�atutes; Section 287.087_'This.requii�ement affects all pulilic enrities,:oftlie State aud }iecoiues effective;Janua'ry 1, 199I Preference shall be given to,tiusinesses: wrth dru -free wor lace o ° ." .. g kp . pr grams. Wlienever two or more liids which are, equal withrespect to rice; ` and seivice are. received by the: State or by anypolirical subdivision for P 4�Y tIie proeurement.of. commodzties or coniractual. saruices",,a,bid received fram a busuiess that certifies.tIiat it.has implemented a diiig.-free workplace program;shall be �ven preference in tlie awai�d procass. Establisfied . procedures fo; piooessing tlie bic]s wilT be foIlowed if.none of t�ie iaed vendors liave a drug-free �workplace . program.. In.order.to liave; a c�va-free vvor ' 1a.ce r;o � ` ' b kP .. P�'�, : a business, shall;` � 1. ,Publish,a statement notifying einpioyees that the unlavvful'mariufacture, ciistn'liution, dispensing, � possessioa, orpse, of a cdnfroIIed:substa:uce is .proIubited iu; the woikpiace, aud speczfying tlie: � action tlia.t:wiIl be taken againsf einpl;'oyees. for violations of such prohbitibn... . � . 2. Infazm employee,s about the daagers:.gf drug�abuse:in the workplace, the�business's palicy :of � ttiau���a. . -------�--� �, drug free vvorkplace, any-ava�Iab�e-drug connseling; rehabiIrtation-and ernployee---- _ _.._ ... .. ,assistance prbgrams, ar�d penalt�es that:may be.imposed upon.:employees forii�ug abuse vioIatio.ns: . . 3. Give each etnploy. ee en�a..ged. in pravidmg the commod.ities or coniractuaI services that are, under ; bifl a cgpy ofthe�sta.tement sp�cified in subsecizon.(1): 4: In the statement spec�fied in sulise.ction.:(.1}, aotify i�ie employees t�at as a ciand:ition of vrorking:on. the corzimod�es.or contra.ctual services �that are.un;der�id; the emgloyee will aliide by the.teims.of � . ttie statement and will notify the emgloyer of any convictions o�: or glea of guiIty or nola ; contendere to; any., v�.olations: of Chapter 893 or of miy,controlled sn6stance law of.filie Uniied 3taxes or any �state; for ;a violation occuiring in ; the w:orkplace, no Iater..tlian. fiv.e (�) days af�er such conv�cfaon. € . S.: Itnpose a sanction;,on ;or iequire tYie sa#�sfactory parficipatiQn ia, a;drug abuse:assistance or rehabiIitationprogam if sucb.;is: avallable : in fihe�employee's community,, by:an employee: who is. ` so convicted.. � ' ,. . . � 6. Make a good f�th.e .ffort.t.�: confiaue to maintarn.a drug-free workplace;through ir�plementation of ; tfie abovg meastire5: � . , ;: As the person..autho `� ' d to s' n '�}iis ". emenf I certify that this campany compIies with tha above. ' re �� - i • Patrick Allman . , ., � Si� _ Printed;Natne ; � Odyssey Manufacti�.�ing Companv �•��� ' co�p�y?r�e�: 'D�. . . ; . . .. ... . . � . , .!; � . l. : i F � ' - � � . . � � . � . . � . . � . . . t . . . . . � . . . . ��. � . ..... . ..... . . . . .. .. ..... .. . . . . ..........._, .. . . . . . � ' � ' . ... .. .. ... �,.. . . .... . . . . . . � . l CITY OE' PT.ANTATION . SWORN STATEMENT UNDER SECTION 287.:133(3)(a) FLORTDA STAT'I7TES: , ' ON PUBLIC:ENTITY CRIMBS ' TO BE RETURNED: WITH BID � THIS MCTST BE.SIGNED IN:THE PRESENCE.OF A NO'I'A.RYPT7BLIC OR.OTHER OFFICER AUTAORIZED TO ADMINISTER OATHS� 1. TTus swarn statement is. submitted witl�.Bid, Proposal ar Cantracfi for City of Plantati on . 2. Tiiis sworn statement. is sulimitEed by oriy5s� Maznlfactt7r�o (' _(eLitzty SubmiLtiIla sWOrn statemeut), whose tiusiness address is 1484 Ma.�sam R1vr� _�� 1+'7 33h1� and.its Federal EmpToyer I entification Number.(FFII� �s .: ..(I£.the e�ity bas no FEIN, iaclude the Social Security 1Vumber of the Indaiv'idual� sig�ing this sworn statemenr ). 3. My name i's PatriCk Allman (please print.name of individual signin�), and my relationship ta t�Ze�.entify named above is Ge ral nagPr . 4. T undezstaand that.a `�ubTxo:.entzty czim�"::as de:�n:eii'in P.ara�raph.28.7.:Y�3`S.(.1)(�,.Florida 3tatutes,.means a.. .. . ... .. vialation of any state-or federal .law by a person �with respect ta and directly-reIated to,the transacf3.on of _ ------------- —business-�c�ith an3!:publie�en�it� or-watli an-agency or.politicalsubdiNisioa.af-any;otlier-state_or-with-the�.-.----.— _ _ __ � ...._. United Sfates, including,.;but not:lirruted to, any�bid.or contract �ax :goocls or services any leases for real �. property, or any coniract��or.the consU or. tepair.of a, pubiic build'mg orpubIic work, ta'be provided fo � any putilic entity or an agericy or poIiticai subdivision .of any, �ottiec state o� of the Wrufed States and' ' involving antitr�st, fraud,, thef� bribery, collvsion racketeering; conspiracy; or material.misrepresentation. S. I undersfai�iithat "convicted" or'"conyiction";as :defi»�ecT in Paragrap1i.28.7;133(1)(Ei),.Florida.:5tatiites, means a:findxua ofguilt or a conviction,or.a public entrty crime,,with orwittiout an ad�udicatian ofg�uiIt, in any, federal or state, triai court or iecord relating to charges ,biought by iniiiotment or informat�on after .Yuty 1; I'989; as aresult'of'ajury verdicf, non;jury trtrial; or eiury of a plea of;gdiItyor nolo.cantendere. ; 6.. F understand that aa "a.ffliate" as defineti .in.Para�aph:28.7..i33.(1}(a), FIorida Statufes, means: a) A gredecessor ar �succes'sor of. a persoa. convictecl of a'.publia enfity crime;.: ar b) :An enfaty;uriderthe control of auy.nafural�persori.wlio is::active in,tlie:maria,gement ofthe entity ; and who has beez� convicted :of a public eiarity ariine.. Tli��terin "..af�liate" incIudes: those..officers, director's; partiie�s, sIia'reholders, e�playees;:inea�bezs; and ageats who:are active in the. � � . , mana;ement.ofan affiliate.. The.ownershxp by one person ofshares.constit�iting.a:controllingiriterest ; in another person, or a pooiirig af eqiupment�or income amoag peisbns when.riat foz fair market value . .. ; ; undez an azm.'s length agr�emen� shaIl be prima facie case that one peison contr-oIs auatlier,person. A person...�tivho knovtwingly enters iato aadint venfure.vvith: a per�son who lias been: convioted:of a public .. . : entity criaie iu.Floizda:d�ing:theprec"ecting thirty=six:(36},inonth"s shalI be cozisidered an afAiate. � `` 7. I undersiand thai a` ersoa'r.as` defined ia P � „' � .. aragraph;287.133(1)(e);Flonda:Staiutes, means:any;nai�ral: : erson ar: " a ariiaed :under t�i6 Iavvs of an � p entrty rg y state or of the IJnifed Sfates:wrtlithe.legal power:fo.enter aito binding cbntr�act' and which bids oi applies to "bid on contracts let by �a publrc.�entity; or. which otherwise transacts,or;applies to 'Iransa� bnsiness witli, a pubtic, entity. 'Tlie term `�er.son";incluc�es those officers; � directors; executive§, parti�ers; sharetiold'ers,. einployees, merizbers, .and agent§ wlio are active in ; . manageme�it of an,entity. . 3 8. Based an i�forniation an�:6elie�.`the:statement� wliich I have marked below, -is irue in xe�ation to the eniaiy submitting;this sworn.statemenY. (PIease:indicate�which stat'ement.applies:) E � . . . 3 . � � ' � ' ' � � ' � � . . . . � . , . � . . �� 3. • �; ;, _. . _... . .,. .. ., .... .... � . ... . ... ... ... .... . .... ... . . .. _ .. .. ..,.... .......... ..,......... . . ., . ..... ....... ... .... ....... ... � . , ..... � Neittier tlie eni�iy submitting tliis s�vam stafement, iiar any of its officers, directors,, executi�es, particiers, shareholders, ernployees, inembers, or agents wko are- . active in., manageme�t of the entity, nor any affliat� of the entifi,�: hav .e been charges wi�Ii, : and convicted of a pulilic entity, crime subsequent to Juty 1,.1989, .� � The entity submitling this, swom statement,, or one ox more of the. oi�cers, direc�tors; execi�tivas, � . .. partners, shareholders, emgloyees,: members; or agents who are active 9n management of the entity, or an ' a�filiate ofthe,entity has been charged.vvith and conivictecl ofa pubIic.entity crime subsequent to July 1, � I989, aad (Please:inclicate which additionai statement applies.;1. � There has been. a�proceeding:cancerning fihe convict�on before a hearing.af6cer of fhe. State of' � Flonda;.Divisibn af Administrakve HearFngs: 'The fnaT entered by the �3earing �Of�ice.r ctid not pIace. the person or affiIiate on tlie conviGteci; vendor lis� (Please �atta.eli a copy af the final order,) ; The person or affiliate vvas placed on the: cor�victed vendor,'list.. There has been a subsequeirt � proceeding before; a hearing afficer. of the �$tate of.Flonda, Division:af AdminisUrative xearings, The fuial order entererl by the h'eauring officer detezmined.t�iat it was in the..pub�c interest #A remoye the person oi ' : . � affiliate from tlie convicted vendor;list. (Please:attach a�copy ofttie. final order.) Tfie persan ar affiIiate Iias not been placed on the comicted veudar list (:P e descnbe any ; action taken by or pencling with the Departtnent of General.Services. ; ----._ _. _ _._-. . ----------_�.--.�.�,.._��._ Si ... ature ...._.._ _ _.._._, .--�� - -,:__^_ � _.... ._ ._...,. (. �. , �=7-1� ' � . ��) ; ; STATE OF FLORIDA � l���s� . �.-tn COUNTYA�:E�lt�3�� COUNTY f `�'t�,��G�`A\\N�''�' I PFRSONAI;LY APPEAR�D BEFORE ME; the un.dersigned authority, , who, after fu � being sworn by me, affixed.hislhei signattu�e ia the` space pravided' abqve on. fb:is f"'1 ;ciay of ; S �A 201�L , : ; � � ' � c.�, j �{No ' ublic� � k � � MyComm.ission.Expires:. �'J ( �Z � � .,r,•�.�.�,�.�,. � .. .. ., _ � �V� °4� Notary Pubfia.State of Florida � Maryode Q'Donneii 1 � ,e a My Gommission DD745083 oF n�ar Expires q3105l2012 : s . ��Lg� z S)� 2'" ' i ' i � ��,' K ,�y," � �tSUR.ANCE .RE�UIIt�MENTS . �vzs�n �zx-az. � The Contraotor shall naf commence any work.in connect7on'�th t�i�:A�ee�at tmf�.if has abtained #he following: types of.;++ei�*+�e aud snch insurance:'��as .been: agpraved the Owrier, z�oz shall the..Confiactor allow aay subcontiac� tu commeuce work on;Ius subcontiact uuii� alI Si�ar ss�snx�an,ce required of`tfie. sulicontractor has beeu so obta�n.ed aud aPprovec�.. A.I1. iusurance polioies shalI be witfi msv�rr�zs �Nalified and doing hus�aess iu the State af;F.lorida. :.AlI insura.nce.co�panies shalLF�ave at Ieast au A xa ' �nancial ra ' . ... �g aad a vng o�no Zess tliau T7� ist th,e Iatest.ectitiaa of.A:M. Best Rating.Guxde. T]ie Workers' �onipensatioa;and Emgloyers' Liabi�ityPoiicies shaII co:ntain Waiveis of,Subrogatian ui. favor The City of Plaatat�oii,. Florida and any other`entiiy as maybe zec�ii=ed by flie �ontract Doc�ents. The Certificate of. Iiisurance anii poliores for Camtuarcial Geaeral Liability and Busiuess AutomobiTe: I:iabilxty Policies shatl name: 'The City of Plaata.t'ton,. Florida, and any others as reqvired by Contract. ; Doc�en.ts .as Adilitioaa�l'Txtsured(s), as evidsnce. on Form No_. CG 20 I0: lI' 85 .(IS�: Fozvi B, to be �PP��. with insurance cer�cate)�':sf2s11 be eridorsed.to 1ie prim3ty �nd uon=co�lzx�uto .ry tb any +�ncim�rir: s�ail mcIudeE`2i�� Per p��� of The City. Qf PIan#atcon; shalt be on an: "occunrence" basis aad ; � �' Y . .. . 1, ' witli °respect to :the Comniercial Generd:l Liab�ty Caverage. d Contractor/Subcbatractoxsl: Svbconsultaats 'shaIl mainfazu .a11 insurance .coverages. requsreii by t.his _ Agreemeat:in force for a pexzod. of one 1 pear;after caxr�.pletion of the'Work and. for;Nlk.yesis � ti�e case a� eompleted operatiaas coverage. General �:iab�Irty .coverage wiI1 continue ta apply . to `Bod�y Igjur}�' ; aiad fo "PzoperCy Damage"` occurriag a�ter a�Il.work, oa i�e project to be perfozaied by.or on 'be]iaL•F of tfie '� after tiia� oztioa of a ur vvo � o t of w1i�h tl�e Fn'�or anscs bas b��ee�n,, ,��tsjnt�nde��e ' � bY��YPersanal or Qr . � The Cbntracto�r :certificatc shall .further provicie i�xat� "uisuraiice cviIl nnt be .cauceied; changeii, or non- ` reaeWed or io the . j � F� greater• of at Ieast• (30) day's wrttten a8v'a.n:ced nottce to Tke C' , of Pl2ntation. Tha . �... : types; aad amotinis of�in�,n,,,� shaIl' aot �e Tess than ttze amcji�nts sgecsfied in the contract. requiiemenis; but in no case.s�aIl the: coverages be ]css thanthe. aatountc ofIusur$nce coyerages beIow: � If t�e Coniractar fails to ZOCt1TE RIli� mstiriiam . ,. . . e � •.� ! .. P such msuraac Ci of.Plaata.t�bn shall have the righ# liut.n�t tlie :obligatian Pa3'�f3�e casY �ere ofa�nd sT�all ��fi�nish � and ia ttie, name of.:the Contractor, axid t� ; . .. �ontractor vvi11 all necessary in£ormation �fa maka effeciive .and � maintain sucli insursnce. � . If i3�e•Contractor elects to snbcoatract aa ' • - � YPortioa of thss::co�ract,io another contracto� (her�in refezxed'.to: � sabcontcactor) contractor sha11 reqnae: of sucb: ;subco�ractor znsurance ov erages s�milar::to thax reqnired : of Confractor hereuuder aad sha?t .furnusfi to City evidcnce..that such :insurance coverages are cusen'tT�+ in effeetiv�: � � � Certificate. of:Iasoi�ance shaFl be:m.fhe form:as aPProvea bY Iasiaance Staudards Office (IS�) aad .sucIi. Certificafes sfiaII clear2y. stalt. a11 of t1�e.caverages regtiired in this Sechon;, Certiftcate of Insuzaace must: cIea�yIist:siiy and ali ciediact�'bles�by eovexage. ; INSIJltAI10E Thc amo�fs snd types' of insazarice, reqtured: s�ioul� iie re�sauably commensurate with; the I�azariis and xnagnitude of 6ie: vadextatcwg, but;m no: event of lesser a�aonn.t a� uiore reszstive� tbaa the Iimits o#' ''' � and scheduie of .bazards�; descnbed fiereiu. Insaianae. --. �� ., .. ..... .. re�urRments : should be• taiiored to th� type of � conslructibii oz. �aperations canteniplated. . '�he`Coritractar'ES) anrl or its �SubcontractoislSubconsnlfa�rts shall p=oeure arid inazatain during: the term of' . .. ., . : �S.PraJe� insuiauce of the types ancl a the auaimum amovmts ststed; beloav:: � . .< �; The msurancc.�haIl'be so iwrittea:as to indemnzfy;and.holii.haraatess t'h,� city ofPIaatatwn fram any anrl.all: i. ��ms .�nagas ans?i?g from t�e �redging.�.opera�.aa aad.shall. lie as €oIlows or m sncli gi�eater smount d�ereut coverage's as zs;deteraiiued a�Pi;apria't�:'bY'�� �tY � eznt.at arhmentt: . �g .. . . . �.. . . � :Q050'Q A1 . . ' �. � . �. ... _ . ........,....,. ..:.......... ..................... .... ......,.......:......::,........... .. � ScheduIe; � Liivits Workers' Gompensaiioa Flor,ida Statutory Goverage . � �PZ�Y� ��,Y $1,OOO,Q00 EacIz.Aboideat (Tncludiug appropxiate Federal $�,OOa;000 Disease:Policy Iamit ACtS-USLB�I &.TOIIBS A�� $1 ;Ea�i �mployee/Disease . . Cammercial Generat. Liability incl $2;000,000 Gener� Aggregata Premises-Operatioz�s $2,OOO,QOO pmd_ lCompleted Ops. Agg. Pr,o,ducts-Gompleted Opera:fians $ I,OOO,OOt} Persona(Advertising InjUZy `B2aaicet'Cbn{ractualI.iability $1,000,000 Fa.ah.�ccwseace Tndependent Cbntractors � $� 50,000 F.ire Dautage' Blanket X,C, U�ds �$. 5,000 M�dical Expmse Broad Form 1'raperty Damage SeYCxab�ity`of iuterest Wafenzaft,, if a�plicable and sha11 include operat'xoas or loading and:natoadiug r�r provide a Ivtarxae General ; Taa.iislitypolicy covering a11 opezations af the afoz�sazd watercia£� andfor waterborne equip�nt with Iimits not less tban zequested above on an each occnireuce.basis. .. .. _ Commerc� Autamobzte Liabz7xty $ Z 000,000 Combinad $in " e La�.t ' ! ..... ... ... .. . . ,...: .._.... .. ., . .. ... ... . ... _ .... -- '.. . . . .. _ . ... _ .. : . Any auto incluiiing ]vred & Non-o�vned ; _ ..----_._ _- -- _ _._,.._ m:.,..:�_ _ , �.__.�._.:,;z..._�-,�.m., _._.....m.,.,_�,.�._.,r_ ..._-�..�.,,,,�:r..�.m.,�� m.�r., . . . .. _: __..�---. _._.__ ..--- - - _ . _ . . .( _ Uaibrelle/F.xcess $ NI�. Combined.5iugle.Lzmit and � A�gB� . l (U3nbreIlalExcess Liability caverage wiIT be no more:restricted.tban. the uncFerlying insurance po]ices) ;., Pmfessionai Liabilitv (B_rrors and Omissionsl,�'I'he. Contractar shatl cure. a ProfessionaI Liabzli l P� ty Proj�ct � Speci�ic 7nsurance:Policy. .The.deducte'�ile shaIl be iwenty-frve.flxousaad: ($25,000} doltars ciatm and. must 3�e uidicated.:on tlie cer�cate, of.+*+�*!rp, The Iimits of.the Prafessianal LiabiIity shall not:be less ' than One IvltTlian D"allars on..a per prb�act basss. Pr.bviciing for.a�i sams;wTzic]a tbe Contractor shaIl .be. : ,.. • :. _ . _ ; legalIp obIxga#ed 'to pay as.. clamage� :f�' �la�ms ansing out of .or rclaiuig �to the sezvices perfo�ed, by i Contractor or aayperson emglayed or. on,ttie Cantxaci�ors behaL'f (mcIBdmg Unt not:;Limited to Sub- ; Contractnrs) in connecfion.with the Agreementi T'he pro�ect.specifc ;n� s1ia11'be purehases ; wi� an. extending Reportmg periotl. endozsemeut �d. .shalT provide fuii cov�erage for a,period' commencing with. fil�e execntion.of this cantracf aad te�mjnating tbxee (3) years after final co�pletiasC oF the groject � 'This:policy shall lie.uon-cancelable. . ; T1�e G�tv Of PIantatian �inav aIso cousi�Ier the folIovvia�: s .A srxrety bond :' ment � . '• nquue eqnsl ta the value af the job' to: guaxantee the work wilI .be done per the s�ecificatians on a time�y basis. . No work is t.a be peifoimed �puzsuanf to an agreed upon wzii�en .canfarract; greferabIy along the Iines of t'he. AAE's P. eifortna coatract' between 'Ut�ner aud .confiractor, .Tf�e. City rviv have: #he rfght to amend such . ° ca�ac.t ta r,oafoiin to GYty 4f Plan#a'�on gnideliues for canira�t.:work � ' Other Insurance l�rovisioas: . � :. . :. .. : I Violation of thq tcims o£ �his paragizph and'. its suhparts s1�a11 coa�stifuf.� a breach of the� Cantract` and; C�tY, 8t its sole`dascretion may cancel tlie Contract�aad:,alL;rights, trtle,; mtcrest of the. Cqn.tractor shall � #�ereugons'cease aad tarniinate: . . 2.. T'}ie: Cii� reseives:the �tght' to, xequire or aiiaust:.any � of'tha :iasuza�nce coyeaages it deems necessary� ; depending upon fhe. campaay, i�e'project or�tlxB poteatial: eaposures.. �. . F: f: aosoa�: ;: . �� �' . . _ � . . _._ ... .. _. ..............� ...... .. .... ... . . ... ... . . .. .. .. . . . .... . . . .. . . . . .. .. ....... . .. . ... ... .. ....... �` ,�►co � CERTI�tCATE OF LIABILITY INSURANCE °�'�`�""°°"�'�" �•-.-� 12/13/2010 THIS CERTi�ICATE IS ISSUED AS A MATTER OF (NFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTlFICATE HQLDER THiS CERTIFICATE DOES NOT AFF[RMATNELY OR NEGATt1lELY AMEND, EXTEND OR AtTER 'CHE COVERAGE AFFORDED BY THE POUCiES BELOW. THlS CERT(FICATE OF lNSURANCE DOES NQT CONST'ITtlTE A CONTRACT BETWEEM; THE ISSUING INSURER(S), AtlTHORIZED �#- °OPRESEM'ATNE OR PRODUCER, AND TNE �CERTIFICATE HOLDER. � �ORTANT: If the certificate holder is an ADDI770NAL INSURED, the policy(ies) must be endorsed. If SUBROGAtION IS WAIVED, subject to rne terms and conditions of fhe poficy, c�rfiain poticies may require an endorsement A statemerit on this certificate does not cor�fer rights to t6e cerEificate holder in lieu ofsuch endorsement(s). ` �xonuc�x cor�racr Nan Riche • wues: �Y ' Y St�il: bc �iSSOC13t2S IASLL't3IIC8� �I1.C. PHONN (72�]�391-9�1g1 F � No: t72��393-5623 i10 CarilJ.on Parkway . E ��:nancy.richey@stahlinsvrance.com . Przaouc� � d004990 S't . Petersb FL 337 �. 6 tNSU S AFFORDING COVERAGE NAIC � 1NS° irasu�a Westchester S lus Lines Ins �NSUr�ze:Ace Fire Undeswriters Ias Co Odyssey Manufacturing Compasxy u�►su�zc:Zenith Insurance Com an 14$4 Massaro Slvd in�su�u• INSURER E : ' Ta.mpa FL 33619 �ksurs� F: COVEftAGES . CERTiFIGATE NUMBER:CL10121311632 • REVtSiON NUMBER• TNIS 15 TO CERTIFY THAT THE POLICIES OF INSURANCE LlSTED BELOW HAVE BEEN 15SUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANAfNG ANY REQUIREMENT, TERM OR CONDITION OF ANY COtJ1RACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THtS CERTIFICATE MAY BE tSSUED OR MAY PERTAIN, THE INSURANCE, AFFORDED BY THE PdLlClES � DESCRIBED FiERE{N lS SUS.fECT TO ALL l'FiE 'fERMS, EXCLl1S10NS AND CONDRIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. �i� TYPE OF INSURANCE �DL U �UCY NUMBER MMN� �� MM/p� � LIMITS GENERALfJABiLfTY EACH OCCURRENCE $ 1, 000, 000 X COMMERCIAL GENERAL LIABILRY MtSE fS a o� nce 3 50 � 000 A CLAIMS-MADE ❑X OCCUR 4092975002 0/1/2010 0/1/2o1I MEDD�Myoneperson S 5,000' - -----------.__...__._._�.,..�.�„�._.T_,..._. --------�—..�_.-----�---- 1_OUO_ 004—r-- ' . • PERSONAt'8 ADV'INyURYT - s� — " . � • GENERALpGGltEGp g 2, 000, 000 GEML AGGREC�ITE LIMCf APPLIES PER: " • PRODUCTS - COMPIOP AGG $ 2, 000 � 000 $ POLICY PR0. �� • S � .UTOMOBiLE tJABll�7Y COMBINED StNGLE LJMIT' '� 1 �.000 � OQO X ANY AUTO ' ' � e � M � -- B ALL OWNED AUTOS 08450377 0/1/2010 0/1/2011 BODILYMJURY(Perperson) S ' BODILY INJURY (Per acciderrt) y � SCHEQULED AUTOS PROPERTY DAMAGE ' X h[fRED AUTOS (Pcf �:iderd) S X N�N-0WNm AUTOS PIP-Basie 3 10 , 000 Med�cal payrnents $ 5 , 000 �� � o� FACH OCCURREntCE $ 5, 000, 000 X°���^� Cu+IMS�nnnDE AGGtx�cn'r'e s 5,000,000 .. oenucna� a A R�noN a 4092987D01 0/I/2010 0/1/2011 $ C wox�es co�tp�sanoN X vu� srnTU- o • AND EMPLQYERS LABIUTY Y/ N '� PR°P EL EacH aCCIDENr $ 1� 000 0.00 OFFICEWMEMBER IXCLUDm7 � N/A (MandatoryinNH) 066828607 /1/2Q11 /1/2012 ELDtSEASE-EAEMPIA $ 1 000 000 � d �� ELDt5ER5E-POUCYUnnrT S 1 000 000 DESCRIPTION OF OPERA71pNS below ' A Pollution Liahilty 4092999002 0/1/2010 0/i/2011 p��,p����� • $1,00�,000 Ded $25,000 Ea PoI.1 Cond oESCr�rnoN oF oP�anoss � we�anoNS r vEwe�s �a�d, ncoeu ia , Ad�Utionai Remart� Sehedule, iP moee space is requ[re� CERTIFICATE HOLDER � CANCELLATION � . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE GANCELLm BEFORE • THE_EXPIRATION DATE THEREOF, NOTICE 1NlLL BE DELIVERED IN �� For INEORMATI�N Pt7RPOSES ONLY A�ORDANCE WIT#i THE POUCY PROVlSIONS. AUTHORI7�D REpRESENTATNE , EL 33619 Ke1iy PetzoYd./�RS �'�r? � P�"�" ��'--- ACQRD 25 (20Q9109) � 7988-20D9 ACORD CORPORATION. Al� rights reserved. [NS025 �� The ACORD name and (ogo are registered marks of ACORD OFFICE OF THE MAYOR :�; .: '::� ':.::. :: CITY COUNC(L DIANE VELTRI BENDEKOVIC � SHARON URIA � Mayor President - • PETER TINGOM FINANCIAL SERVICE3 President Pro-Tem HERBERT.HERRIMAN ; .l, RON JACOBS DIRECTOR ` I DR. ROBERT LEW ����a� : LYNN STONER PURCHASING DIVISION ,;. ANDREW BACCHI �''�.�,� IS �reerieF . MANAGER � ADDENDUM1 . 8I25111 RFP 038-71 , r. :� . � ` . . . .. . 3 L �. s �k �� t x� Y yx NOTE THAT THE CHEMICALS REQUESTED FOR PRICING ARE LABELLED � Y� ., ' x ---------IN�ORREGTLY ON-THE--DRIGINAL RFp_.rF.__�.���..:-�_--.,.,,,_.� .��� � -- . _._..-- ---- .. . <_,.�>:: THE CORRECT CHEMICALS ARE SODIUM HYPOCHLORITE AND CALCtUM HYPOCHLORITE ; ;:: ., ,;;, ;: x J ' - - ; �Irr: . i.;. r „ ALL QUESTtONS T� CHARLES SPENCER, UTILITIES. �; . ,>�. � i : : t a: ,e'�� , ��. i A ; ,��`.�: : ,i�.v..+ , . l , � . � i R � ���: t 1 . �t � i 4 � � t . ' � . �F r r �p �.'� {/�� ((� {�. .ry1F � k�:'� . � . . / \ . �£ 'It' C, 'f �E i � � , 3 � � ` �^� i ` A . � n � �.' � „ � . -.� { ' j '. :;a�' . ,; A �:, ., - . , i. �'. t R ',.: � 4.. �' :�..,.. � L . . . r` �. � b �. , ' J z, �, P 8, y . �. .. . u` 4 Y . ' y � '. j 5 . . C;' 4 �} L .� S . �� � ..,;'�'., e:n<..i .- �� ' . - . �.�.��--�, . � � 1�,.�, . ���. ��� � � ti . � � ���1•.��.se �-�,���. �_ . . ��� , ``� � City of Plantation 400 NW 73`� Avenue, Plantation, FL 33317 . T: 954.797.2648 • `F: 954.797.2649 , ` wuvw.plantation.org � � � ��,..'�"�, �- � . �DYSSEY MANUFACTURIN� CC?. � � ODYSSEY NJ[ANUFACTURING C�. � • 07/20f 10 , LJltra-Chlor Sodium Hypochlorite Specificatiori For � . 12.5 Trade. Percent Available Chlorine Item Guarantees Typical Values . Chemical Fornaula: . NaOCI in water NaOCl in water Delivered Grams per Liter: >120 GPL 122 - 125 GPL Specific Crravity Range: 1.159 - 1.169 1.163 - 1.165 --- -�° 0 fo by� Hydrox'tde:-�----�0:15--�-0:4 -�--------^-0:25-- 0.35----- pH: 12.3-12.7� . 12.4-12.6 Weight % Available Chlorine: >10.4 10.55 - 10.8 Weight % Sodium. Hypochlorite: >10.85 11.05 - 11.3 lb/gallon Available Chlorine: >l Ib/gallon 1.03 - 1.041b/gallon Gallons required to Obtai.n lIb of Chlorine: .96 - 1 gallon .96 -.97 ga.11on Iron (Fe): <030 mg/L .l - .2 mg/L Copper (Cu): <0.03 mg/L � Not detectable � I�Iickel (Ni): . <0.03 mg/L Not deteeta.ble Manganese (Mn): <0.03 mg/L " Not detecta.ble Selenium (Se): <.02 mglL Not detecta.ble Bromate: <20 mg/L 5 -10 mg/L Perclilorate (At time of manufacture): <10 mg/L Not Detectable Chlorate (At time of ma'nufacture): � <2;000 mg/I, � 500-1,000 mg/L Viscosity (Varies with temperature): 1.75 - 2.50 centipois 1.75 - 2.50 centipois Specific Heat: . .90 -.94 Ca1./gm/deg C .91 -�.93 Ca1./gm/deg C Tb.erm.al Conductivity : .2 -.4 W/m/deg C .3 -.3 5 W/m/deg C � Suspended Solids Test (e.g. Filter Test): <3 minutes .9 =1.25 minutes Hardness (as Calcium Carbona.�te): . <5 ppm. 1 ppm . � Appearance: Greenish-yellow liquid Gxeenish-yellow liquid Note: Froduct is certified to meet ANST/NSF Standard 60 and is in compliance with ANSUAWWA - Standard B3Q0-04. � � /'��"'�'. . ' �� . �DYSSEY � MANUFACTURING CO. � MATERIAL SAFETY DATA SHEET . � REVISED 1 /11 /1 O SECTION I CHENIICAL PRODUCT AND COIYiPANY IDENTIFICATION ODYSSEY MAN�.TFACTURING CO. EIVIERGENCY RESPONSE NU.N,BER: 1484 Massaro Boulevard • 1-800-ODYSSEY (FI.ORIUA} Tam�a, Florida. 33619 1-813-635-0339 (OUTSIDE FLORIDA) . . 1-813=635-0339 (24 hours) 1-813-340-9093 (Control Room CeIl Phone) SUBSTANCE: SODIUM HYPOCHT,ORITE TRADE NAME: Ultra-CHLOR � CHEMICAL NA.ME/SYNONYMS: Sod'zum Hypochlorite Solulaon, Bleach Solution, Bleach Liquor, Hypo- solution, Bleach, and Liquid Bleach. _.._ — �AS"NUIVIBER�"7681=52=9 _ CHEMICAL FAMILY: Alkali � . FORMULA: NaOCl . DOT PROPER SHIPPING NAME: Hypochlorite Solution � DOT HA?ARD CLASS: 8(Corrosive) PG III; PG II(For solutions 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 COMPOSTTION. INFORMATION ON INGREDIENTS INGREDIENT(S): Sodium�: Hypochlorite (NaOCl) 10.0 - 20.0% wt Sodium Hydroxide (NaOI� � 0.1 - 0.4% wt VJatez (H 79.7 - 89.9% wt SECTION III HAZA.RDS IDENTIFICATION NFPA CLASSIFICATION (SCALE 0-4): Health=2 Fire=O Reactivity=l � EC CLASSIFICATION (ASSIGNED): C (Corrosive) EMERGENCYOYERVIEW COLOR: YeIlow PHYSICAL FORM: Liquid � ' ODOR Chlorine Odor � MAJOR HBALTH HAZARDS: Respzratory �ract Burns, Skin Burns, Mucous Membrane Burns, and Eye Irritation �7ARnOUS�1I�TLTRES WITH OT�R LIQUIDS SOLIDS, OR GASES: Reacts violently with acids hberating chlorine gas. ALso reacts with organic s.ubstances. Reaction with water is not exothermic. � ,. 1 � POT�N77AL HEALTHEFFECTS . � � INHALATION: • SHORT TERM EXPOSURE: Irtitation to respiratory trac� May have same as effects reported in other routes of exposure, burns, blisters, nausea, d.iffioulty breathing, and lung congestion. . • LONG T'ERM EXPOSURE: Same as effects reported in short term e�.posure. � SKIN CONTACT: , • SHORT TERM EXPOSLTRE: Irritant, reddening of the sldn. May have burns, blisters, and itclung • LONG TERM EXPOSURE: Same as effects reported in short term exposure. EYE CONTACT: � � • SHORT TERM EXPOSLIRE: Irritatian (possibly severe), possible eye damage �, . • I.ONG TERM EXPOSURE: Same as effects reported in short tezm exposure. INGESTION: � ' • SHORT TERM EXPOSURE_ Burns, vomiting stoma.ch pain, disorientation, bluish skin color, convulsions, coma • LONG TERM EXPOSURE: Same as effects reported in short term e�cposure. CARCINOGEN STATUS . OSHA: N � , . NTP: N IA.RC: N � SECTION N FIItST AID MEA�URES � � INHALATION: Remove from exposure and get fresh air. Use a bag valve mask or similaz device to perform .... ______._,..,_.^artificx�,�g�ration (rescue breathin�) if needed Kee�warm aud at rest. Get medical attention immediately_ if ..T..._.�,-...T� _. . _ ..------- artificial respira.tion is required. SKIN CONTACT: Remove contaminated clothing, jewelry, and shoes immediately. Flush affected atea with large amounts of water, preferably a safety shower. Use soap or noild detergent and large amounts of water until no evidence of chemical remains (at least 15-20 minutes). For burns; cover affected'area securely with sterile, dry, . loose fitlang dressing. If skin is burned, get medical attention immediately. . BYE CONTACT: Wash eyes immediately with large am.ounts� of wa.ter, occasioxially li:Eting upper and lowez Iids, until no evidence of chemical remains (at least 15 minutes). Conianue irriga.ting 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 milk is available). Millc of ma.gnesia may be helpful. DO NOT USE ACIDIC ANTIDOTES 5UCH AS SODIITM BICARBONATE. . When vomiting occuzs, 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 pe=son 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 FIItE FIGHTING MEASURES FLASH POINT: Non-flammable FLAl��MABLE LIlI2ITS: Non-flammable . FIRE t1ND EXPLOSION HAZARDS: Negligible fire hazard Toxic fumes can be hberated by contact with acid or hea� . EXTIIIGITISHING MEDIA: Regulaz dry chemical, carbon dioxide, water, or foam suitable for surrounding fire. For lazge fires, use regular foam or flood with fine water spray. � - FIRE FIGHTIl�TG: Wear self-contained. breathing apparatus and full protective clothing. Move container from fire area. if it can be done without risk �ool containers with water spmy tmtil well after the fire is out. Sta.y away . from the ends. of tanks. Use extinguishing ageRts appropriate for siurounding fire. Do not get waxer directly on matezial. For large fires, flood with fuae wa.ter spray. Reduce vapors with water spray. Apply water from a protected location ar from a safe distance. Avoid body contact ox inhalation of ma.terial or combustiari by- products. Stay upwind aud keep out of low �areas. . � 2 � � . SECTION VI ACCIDENTAL RELEASE MEASURES OCCUPATIONAL RELEASE: Do not touch spilled. ma.terial. Stop leak if possible without personal risk. For small spills, collect spilled material in appropriate container for disposal and consider absorbing with sand or other non-combustible material (e.g, do not use sawdust or other combushble material). Be advised, however, � that fihe use of absorbing material is creatang hazardous� waste and fihis absorbing ma.terial znust now be disposed � of properly. Collect spilled material in approgriate container for disposal: Far small dry spills, move containers away from spill to a safe area. For large spills, d�ce for later disposal. If possible, do not a11ow material to enter sewers, streams, ponds or storm conduits as concentrated solutions will seriously injure aquatic Iife. Keep unnecessary people away, isolate hazard.area and de�y entry. Contain in as small an area as possible, such as a holding area for dilulaon and neutralization. Conta3n spill iri plastic drums when available. Dispose of in � accordance wi.th Federal, State, and local regulations. Personnel engaged in cleanup operations mu.st be equipped �itb NIOSH appr4ved respirator protection, rubber boots, gloves, and clothing to ayoid body contaot. ReAOrtable Ouantiiv (RO): 100 pounds (approximately l00 gallons of Odyssey Ultraahlor 12.5 Trade Percent sodium hypoclilorite). In tlie event of a spill (e.g., defined as any release to the enyironment),�call Odyssey Manufacturing and/or the emergency contact numbers as soon as possible. For releases higher than the Reportable Quantity (R�, you must notify either the State Emergency Response Commission (U.S. SAR.A Secti.on 304) at (800) 320-OSI9 or the National Response Center at (800) 424-8802 or (202J 426-2675 � (CERCI.A Section103). Both are tied together and will communicate to the other. . .A.DVANCE PLANNING: Plan in advance for an occupational release and have necessary equipment and neutralization agents on-site. Contact Odyssey Manufaciuring for assistance. SECTION VII Z3ANDLING AND STORAGE ' Store in vented, closed conta3ners that provide prateetion from direct sunlight Ke�p separated from in.compatible _— ...__s.ubstatzE��.and d9 not store near ac'id ammo� hea 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). ' Store and handle in accordance with all current regulations and standards. SECTION V� EXPOSITRE CONTROLS AND PERSONNEL PROTECTION EXPOSURE LIIvI[TS: 2 mg/m3 AIE3A recommended STEL 15 m.inute(s) for Sodium Hypochlorite VENTII.ATION: �'rovide local exhaust ventilation system. Ensure compliance with applicable exposure limits. EYE PROTECTION: Splash gogg.les are preferred to a faceshield. Another option is to weax splash resistant safety goggles with a faceshield. Provide an emergency eye wash fountain and quick drench shower in the immediate work area, CLOTHII�TG: It is recommended to wear appropriate chemical resistant clothing to avaid body contact such as a rubber apron oz rain suit Boots are preferred for footwear. GLOVES: Wear appropriate chemical resistan.t gloves. � � RESPIRATOR Under conditions of frequent use or heavy exposure, respiratory.protection may be needed. Respiratory proteetion is z�anked in order from minim.um to maxiinum. Consider warning properties before use. -� • Any chemical cartridge respira.tor with organic vapor cartridge(s). • A.ny chennical cartridge respirator with a fiill facepiece and organic vapor cartridge(s) • Any air-putifying 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 combina.tion with a separa.te escape supply (Use for Unlaiown Concentrarions or those that may be Immediately Dangerous to_Life or Health) • •, A.ny self-contained breathiug apparatus with a full facepiece (Use for High Concentrations or those which � are imnaediately Dangerous to Life or Health), � SECTION IX PHYSICAL AND CHENIICAL PROPERTIES PHYSICAL APPEARANCE: Liquid ' APPEARANCE AND ODOR: Clear , Chlorine odor like household bleach. � ` COLOR Greenisb. Yellowish cast � MOLECULAR .WEIGHT: 74.44 IviOLECULAR FORNiULA: Na-O-CI � 3 � . BOILING POINT: Degzades at 230 Degrees Fahrenheit • FRE$ZIrTG POINT: 7 Degrees Fahrenheit SPECIFIC GRAVITY: 1.15 - 1.17 at 60 Degrees Fabrenheit PH: Approximately 11-13 • VAPOR PRESSURE (mum HG): Vapor Pressure ofwater + decomposition product Vapor Pressure VAPOR DENSTTY: Not Available . SOLUBII,TTY IN VJATER Complete � VOLATILITY: Not Available EVAPORATION RATE: >1 - COEFFICIENT OF WATER /OIL DISTRIBiJTION: Not Availa�le � SECTION X STABILTTY AND REACTIVITY � REACTIVITY: Stable at norm.al temperatures and pressure. � � CONDITTONS TO AVOID: Avoid heat, flames, sparks and other sources of ignition. Dangerous gases may accumulate in confined spaces. May ignite or explode on contact with combustible materials. INCOMPATIBLES: Acids, metals, amines, combustible materials, reiiucing agents. Specific reactitons witth sodium hypochlorite include the following: ACIDS: Violent reaction. . ALIJMINLTM: Corrosive action. • AMINES: Form exploszve chloramines. � AMMONIA: Fonm. explosive chloramines. AMMONNM SALTS: Ma.y form. explosive product. BENZYL CYANIDE (ACIDIFIIED}: Explosive reaction. CELLOLOSE: Violent reaction � __...... _ � -ETTi1'-I..ENEIlVlINE: Forms-explosiv�l-chloroethyleneinnin�-.�-.---------------------.._—....----------_ _ ,._._ FORMIC ACID: Explosive mixture. MET'HANOI;: May form expTosive compound. rTITROGEN COMPOUNDS: Forms e�cplosive N-cliloro compounds. ORGANIC AND COMBUST'IBLE MATERIAI.S: Fire and explosion hazard. OXALIC ACID: Intense reaction REDUCING AGENTS: Fire and explosion hazard ZIl�tC: Corrosive . . HAZARDOUS DECOMPOSITION: � • Thermal decomposition products - Chlorine and Hydrochloric Acid Vapors Decomposition Products - Hypochlorous Acid Vapars ` POLYMERIZATTON: � Will not polymerize. SECTION XI SODIUM HYPOC'ffi.ORTTE TOXILOGICAL INFORMATION IRRITATION DATA: 10 mg eyes - rabbit moderafe � TOXICITY DATA: lgm/ kg oral-woman; TDLo; 45mg/kg intravenous-man TDLo; 5800 m� kg oral-mouse LD50;140 mg/ kq/9 week(s) continuous oral-rat TDLo CARCINOGEN STATUS: According to the IA.RC, animal inadequate evidence, human no adequate data, Group 3 (Hypochlorite salts) � LOCAL EFFECTS: � . Corrosive: inhalation, skin contact, eye, ingestio,n hazards ACUTE TOXICITYLEVEL: Slighfly Toxic if ingest�d . . NNTAGETTIC DATA: � Mutation in micro or.ganisms - Salmonella typhimurium lmg / plate (-S9); DNA fepair - Fschezichiacoli 20ug/ . . disc; DNA damage - Esoherichiacoli 420 wmoUL; phage inhibition ca.pacity - Esoherichiacoli 103 ug/ weIl; . micronucIeus test - non-ma*nmal;an species multiple 200 ppb; cytogenetic analysis - non-mammalian species multiple 120 ug/ L; cytogenetic analysis - humian lymphocyte 100 ppm 2�ho�(s); sister chromatid exchange - human embryo 149 mg/ L; cytogenetic analysis - hamster luug 100 mg/ L HEALTH EFFECTS: ' INHALATION � . ACLTTE EXPOSURE: May cause severe bronchial iriitation, soze throat with �possible blistering, coughing, 4� . stomatitis, nausea, labored breathing, shortness of breath and pulmonary epedema, 10-20 mg/m3 causes buining of the nose and throat; 40-60 mg/m3 naay be fatal. If sufficient auiounts are absorbed, may cause . - effects as detailed in acute ingestion. CHRONIC EXPOSURE: No data available. . SKIN CONTACT ACITTE EXPOSURE: Extent of damage depends on concentration, pH, volimne of solntion and duration of , contaet. May cause redness, pain, blistering; itchy eczema and chemical burns. Sensitization reactions are' � possible in previously exposed persons. � EHRO1�iIC EXPOSURE: Effects de�aend on concentration and duratiori of exposure. Repeated or prolonged , contact with corrosive substances may result in dermatitis or effects similar to acute expostue. Allergic derma.titis has also been reported. , EYE CONTRCT , ACUTE EXPOSURE: May cause redness, pain, and blurred vision. Solutions of 5% splashed in human eyes . have ca.iised a burning sensation and later only slight superficial disturbance of the car.�eal, epithetium which cleared completely in the next day or two without special treatment. However, one animal study reports a 5% solution causing only moderate irritation with clearing within 7 days. A higher concentration of 15% tested on rabbit eyes caused immedia.te severe pa,in, hemorrhages, rapid onset of gxound-glass appearance of the comeal epithelium, moderate bluish edema of the whole cornea,�chemosis an.d discharge for several days. Such eyes have sometimes healed in 2-3 weeks �with slight or no residual comeal damage but they had neovascularization of tlie conjunctiva and distoriion of tlie nictitating membrane by scarring. CHROl�IIC EXPOSURE: Depending on concentration and duration of exposure; symptoms may be as those of . acute e�cposure. INGESTI'ON � ACUTE EXPOSURE: May cause irritation and erosion of the mucous membran.es, 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 znay occur. Cyanosis and circulatory collapse are possible. Esophageal or gastric perforation and strietures are rare. Death may occur, usually due to complications of.severe local injury such as toxemia, shock, perforations, hemorrha.ge, infection and _._ __ 1Vl�assive`ingestionsmayProdnce°fatal:hypercl�oremic m�tabolic acidosis`or�aspiratiori —___.__..._,_._—_..._--_.._._ pneumonitis. . CHRONIG EXPOSURE: Sensitiza�ion reactions are reported in individuals who are exposed in sma11 amounts through their water supply. High doses have caused spernx abnormality in mice. - SECTION XII ECOLOGICAL INFORMATION ECOTOXICITY DATA: FISH TOXICTTY: 94.0 ug/L 96h hour(s) LC50 (Mortality) Cutthroat trout . (Oncorhynchus clazlci) INVERTEBRATE TOXTCITY: 31.6 ug/L 7 hovr(s)1C50 (Species Diversity) Protozoan phylum (Protozoa} ALGAL TOXICITY: 90 ug/L 96 hour(s) LC50 (Mortality) Algae, phytoplankton, algai mat (Algae) PHYTOTOXICTTY: 230 ug/L 35 hour(s) (Biomass) Curled pondweed (Potamogeton crispus) . OTF�R TOXTCITY: 2.1 ug/L 28 day(s) (Chlorophyll) Aquatic comnaunity (Aqua.tic commwv.ty) BNVIItONMENTAL SUMMARY: Highly toxi.c to aqua.tic Iife. SECTION I�IIII DISPOSAL CONSIDERATIONS . � Subject to disposal regulations: U.S. EPA 40 CFR 262, Hazardous Waste Number(s): D001. Dispose in accordance with all applicable regulations. ' SECTION X1V TRANSPORT INFORMATION U.S. DOT 49 CFR 172.101 SHIPPING NAME-UN NUMBER: Sodium Hypochlorite)��- UN1791 U.S. DOT 49 CER 172.101 HA?ARD CLASS OR DIVISION: 8 U.S. DOT 49 CFR 172 .101 PACKING GROUP: III (less than 16% available chlorine)1 II(16% or more available chlorine) � U.S. DOT 49 CFR 172.101 A.ND SUBPART E LA.BELING REQUIREMENTS: Conosive � U.S. DOT 49 CFR 172.101 PACKAGING AUTHQRIZATIONS: � . 5 EXCEPTIONS: 49 CFR 173.154 . � NON- BULK PACKA.GING: 49 CFR 173.203 (less than 16% available chlorine) / 49 CFR.17�.202 (16% or . more available chlorine} . 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 A.IRCRAFT OR RAIL,CAR: 5 LITERS /(less than 16% available chiori.ne) / 1 LITERS (16% or more available chlorinej � CARGO AIRCRAFT ONLY: 60 LI'TERS /(less than 16% available chlorine) / 30 LITERS (16% or more available chlorine) • SECTION XV REGULATORY INFORMATION U.S. REGULATIONS � - TSCA INVENTORY STATUS: Y . � TSCA 12(b) EXPORT NOTIFICATION: Not listed. - � CERCLA SECTION 103 (40CFR302.4): Y � SODIUM HYPOCHLORITE: 100 LBS RQ • � SARA SECT'ION 3a2 (40CFR35530) : N SARA SECTTON 304 (40CFR355:40) : N SARA SECTION 313 (40CFR372.65) : N � SARA uA�ARr� CATEGORIES, SARA SECTIONS 311/312 (40CFR370.21): ACUTE: Y � . CHROI�TSC: N � � FIRE: N . , REACTIVE: N . . _ . . _. _-- -----..SU�DEN REL-EASE: N . _.—...------ ._—_.---�----.. —_...._. OSHA PROCESS SAFETY (29CFR.1S10.119): N STATE REGULATIONS: Californi.a Proposition 65: N EUROPEAN REGULATIONS: EC NtJMBER (BINECS) : 231-668-3 EC RISK AND SAFETY PHRASES: R 31 Contact with acids liberates toxic gas. . R 34 Causes burns. S'/Z � Keep locked-up and out of reach of chi,ldren. S 28b After contaet with skin, wash immediately with plenty of soap and water. S 45 In case of accident or if you feel unwell, seek medical advice immediately (show the label wheze possible) S 50 Do not mix with incompai�ble materials. CONCENTRATION LIlvIITS: C'.�1Q% . � C R31-34 � 5%<=C<=10% Xi R 31-36/38 GERMAN REGULATIONS: . . WATER HAZARD CLASS (WGK) :, 2(Official German Classification) SECTION XVI OTI�R INFORMATION For additional information, contact our technical service department. Information contained in this MSDS refers only to the specific ma.terial designated and does not relate to any process or use involving other materials. `This information is based on data believed to be reliable, and the Product is intended to be used in a manner that is eustomary and reasonably foreseeable. Since actual use and. handling are beyond our control, no warranty, express or implied, is ma.de and no liability is assumed by Odyssey Manufacturing in connection with the use. of this information. �. . 6 . . City o� PXanta.tion Specif cation Package� � RFP No. 438.=11 . Purchase and D►elivez-y to Various Lo�ca�ZOns: Sodium FIypachlari#e and Calcium �ypochlorite � 7Ce�in Contract, . r:-�-� .` . ... . . i � • Plantat�on . t�i.e: grass �s greener� � � Charles Spencer` Ut�lities Bu:dge�ing �nd �Purc�:asing Mana er ; . 9�4-452-2544 �. �' � � ------_._ _.: .... .__... . __ ..__ _ . . . , --------�..� . ____-_.---.. _. � , � , • 'i � . . ... ... . �. � . . RFP NO.. Q38-1..1, . � Purchas� and� Delivery to �arions Locations:: S`adiuiaa Hypachlari�e and Calcium. Hypochlorite Terni ContraGf .. Il4STRITCTIONS TO BIDDERS � I: DefinedTermst � Terms used, in. these Instnictions to Propasers fiave the meanings assigned to them in fhe GENERAL CONDITIONS and SUPPLEMENTARY CONDITx(JNS.. TTie following terms have the meanings indicated which are applicable to bat� ttie:singuTar and`pluraI tliereof.. 1.1 Proposer: One who submits a Bid directly ta OWNER, as. distinct from a sub=Proposer; who subm.its.a bid to a Proposer.. . 1 Successful Pronoser.�The lowest; qualified,,responsible. Proposer to'wliom ; OWN'ER.(on the`basis of;OWNER'S evaIuation as hereinafterpro�ided) �akes ' an award. ----- -- --=----1.3---^Con#ractor,��LroposerwitTi-wl�om-OWNER entersa��o-a�Gontract:for.-t�ie �orl� — — _.. .---.— --:--- � 2. Copies of Bidding Dacuments: j � 2:1 Complete sets.of tiie.Bidding Documents for the. fee�stated.in the: "Notice ta Proposers" may be obtained from the City of Plarifation = Purchasing Depa�iment: ; ' 2.2 Compiete sets. of B�dding Documents.shall be used in �reparing Brds, neither OWNfiR nor ihe � CIT'I' REP thatpirepared assi'sted an ttie:preparatian of the Bidd, ing.Documei;ifs assumes'any i responsibility .for errors or misinterpretations resuiting from the .use of in.compTete sets of Biddisig ' � Docuinents.. . 2_3 OYJNEit and. CITY REP im malang copies of Bidding. D.ocuinents availaBle the above terms do so only for tlie purpose of obfaiaiag Bids on. the: Work and do not confer a license or grant for any ' other use: . 3. Oualificafions of Progosers �: No pzoposal wiI.l be a�cepfed from nor will.;any Gbntract be awarded to any person`or firm wha is in,'arrears to ' OWNER, upaa any debt or' contract, or wha is a defaultera as sureeq or:ofherwise, up.gn any:obligafion to said . . ,.. . ; 0�7NER, or who: is deemed aresponsible.or unreliable byQ.WNER, or who is no� the person, or firm wha t1iE City i determine,s is the inost qualified,lqwes.t, and respansible. Proposer: The. Gity sliall have no Iiabiltty� ta anysucces.sfuI Proposes unless'ancl untit,tlie City executes' acontractrvith such sncces§fu1. Pro�oser: OWNER skxa�l have the ri�ht.to ; . , uiyestigate ttie fuiancial.condition; experience r.eco=d and..eguipment.of each �rop.oser and deterniine.tA OWNER'S � . _ ; §atisfaction tlie competency of each Prop.oser fo°underfalce. the l?roject All inf�rmation requested .�4VNER.to assist ! in this regard�`sha,ll be furnishecl.by. Proposer within-five (5) calendar days,.,unless ofhetwise specifiecl: in suc& verbal � or writ�en request: . . O WNER shall aIso have the riaht to meet vt+ith bne or more Propo�ers af�er bids are.: opened to ensure that. all , � _.. : O WNBR's: expectatipns with "resgect to performance can be. met azid that th�.iequuements' aiid scope of the, Contract . ; Work are cTearly understood. „ � � • . ... . ... .. . .... .. . . . : .. .. .:.. . : ., . .. . .. :;.. . ....... . .._..... .... . . ..... .. .. .. . ... .. .. . . . . . . . ....... _ _ ....... . .. . . . r 4. Exammation of Con.tract Documents and`Site: _ . .. 4:1 Before, submitting a Bid; each Prqposer(s�: must. (a) examine tfie Coniract'Documents tlioioughly; (b) yisit the s�te: ta famiIiarize themselves with local conditions that may in any manner. a.f�ect.; � , , perfarinance, cost, progress or furnishing of the Work; (c),fa�xuliarize tEieinselves,v�nth.Federal, $�ate;;and local l;aws, ar Santh..Elorida,B,uilding Code ar other;applicable: construction ., codes� rul'es and: regalati;ons affechng tlie `perfoiznartce cqs�'pi`agress, or; :furnishing of tlie Work;; . (� study and carefully' cgrreIate;t[ieir observations with, tlie requirements of Contract;Docu�ents; and (e) iiotify CITX R.EP of a11 conflicts, eaois.oi discrepaucies.iii the Cantract Doctmients. 4.2 Proposeis shouId also note any references made to ttie Specifications for Tderitificafion. of;those.surveys and investigatian xeporEs of subsurface and' latent physical:. condit�ons-at:the si'te ar otherwise affecting perfbrmance, cost, pro�ess or furnishing of,the Work . which fiave been relied upon by GITY REP in preparing the Drawings and Speei�cations, if any: . � OWNER wi1T maice copies of sucb surveys and reporks;.which: are:not bdund uito'these documents; avaiIable to any Proposex requesting them. These reports� are not ,guaranteed as to' a�curaiy or completeness, nor are they part of the:Contract:Documents: . . , 43 'Tiie subrrussion` of a Bid wzil: constitute an incanirodertible representation by the Proposer that they lizve �omplied with ;every requirement. of this Article 4 aud'that tlie Co�iiiact Aocuments are sufficient in scape ancl ,d,e.tail'to indicate aud convey:pnd'erstanding of aIl terms a�d conditions for perfomiance oft�ze Woik.. _ ._---... --- —�--- _�.—.—,—_—���..��..� .--------- , 4:4 Any information:and data re$�cteti in .t1ie Contract Doauments.with respect to Underground --.— ;-- Facilities at or cont�guaus fo tlie site is liased n�on infarmation and ciata fiunished to OWNER and CITY REP' by owners af such Underground.Facilitzes or others, and. neither OWNBR nor CITY � i REP assumes responsibility for.the accuracy or completeness thereof �mless it is expressly , ; provided.ot�hervvise in tiie STTPPLETvIENTARY CONDITIONS: ; 4.5 SUPPLEMENTA,RY CONDITIONS may;identify for limited reliatice by the contractdi cerEain. ' specified.teeh�ical data.`These (as �well as other'documents). shorild be reviewed. 4.b Before submi�ting a Bid; eacIi:.Propose'r will, at its own expense,. make ox obtain any.addirionaI examiriations; investigations,exploxations, surveys, sfudies anci obtain any add'itional informatian or data which pertains to the: physicaI: condiribns (surface; subsUrface and Underground:.Facilit�es). at or.configuous .:ta .the site :or otherwise which may affect cost; progress, . . performance or fumishing of the Work and which Prgpaser deems necessary to determine.ttieir Bid ' . pnce. for per�ormance and fiuzvshing of tiie Work in accoriiance with the time, price and ,other ; terms and canditions.offhe Coiitraact�Dociixnent§. . - ; 4:7 `On request m a�vance, Q.WNER provide each Proposer access to the site to conduct. �� ei�ploratibns and. tests as'each Proposer deeins necessary for submission. of. a Bid:,Proposei: shail . fi11 atl.holes, cleari up and restore the "site'to its formez ,conciit3on. upon completion of such explorations. 4.8 TIie:lands upon ovliich.the Work is'zo be performed, and :the right-o.f-ways and;easements for access ' �laereto and o#�ierlands'desi�nateii for use in performing fhe Worlt jdentified in.the Contract Documents All: additioual lands; ancl access thereto required far'temporaiy cons�uct�on faciIities � , . . _.. or storage of ma,tenals� and equiprnent ar conslruction operatiops; are to' be provided by the: ; CONTRt1CTOR. 5. Interpretatians and Aeenda: All.questions abauxthe meanmg ar intent.of.the.Contract Dacu�ents sba11 be submitted to CTTY REP m.writing, . with.a.cop}± to: Cl'VVNER.Interpre�ations:.or clarifications,c�nsidexed necessazy,: by CT i'X� REP in:respanse:to. such: � � � . ,. � questions will be:issued liy A.ddez�da mailed or: deJivered to: a1T parEies'and recorded"by OWNER S 1?urchasiii� _ Department as ha. . . , . . , . ymg zeceived the Bzddiag Document Questions;received �less than ten.(10) days;prior ta the date; for opening of Biris vv�ll lie answered at flie option. of the OWNER Only quest�az�s;answered by,formal written: . addenda will be binding� Oral. and. other interpretations, or ciarifications wiIl be witliaut.legai effect. 6.. Bid Secwitv . b, l No "Bid Bond" is'requiied.for tliis bic1: The amount.and'type. of Bid Secuxity is stated im.the: `�otice to Proposers" where.required: The requiiad secarity.:�ciivst be m tlie form of.a certified or bauk: issue. casli'iez's check made payable;to Git}� of Plantation or bid' bond:by a surety licensed':to conduct business in ttie Sfate oEFlorida�and named irt tlie cttrrent Us� of ``Surefy Co�panies AcceptabTe on Federal Bonds" as publislted an the Federal. Register by tlie Audit Staff,Bureau of Accounts IJnited.States T'reasuryI)epartmen� T'he form of the bid secuzity is set forth in,. P�'.�Ph: , . . .. . 6.2 '�'he Bzci Secuzity of tlie Successful Proposer rvi11 be retained until� such successful Propose; and the ' OVJNER have.::executed the Agreement`and furnished �the required iiisurance and. Contraot'security` ' ;. [far. performance and pay�ienf obligations (i.e:,: the pubIic coristrucfion: bond)„ whereupon if will be . , retuxiied..IfSuccessful Proposer fails�to_execute and deliver the A�eementand fiu�nish the ; . .. required Contracf Security and insurance coverages with,ui.fifteen (15} calendar days of the later of : a N'olice ofAward or demand to .execute.canti-ac�, unless suci�'deadline is extended�by the __�__._._.------ OWNE� the Bid Securi; .of tlaa't Pro oser wiIl be:forfefted:: '.: r _ __�.�..�� ------- --._.�.... - _ . . --- _..--- � 63 The Bid Security of any Proposer whom; OWNER believes to baYe a reasonable chance of i .. . . . , receivung the : award may be retained by O.WNER until earIter qf tlie seventh calendar day after, the: � executed'Agreement 'is d.�hverecl by OWNER to CONTRACTOR:`and the requireci Cantraci � Security', and insurance; is �rn:.ished, or tfie ninety-first da.y�after the Bid..opening. Bid Security of � ' other:P;oposers �+ill be r.eivrned within::twenty one (21� calendar d.ays; ofthe Bid.opening, ; 6.4 4 ' The Bid Bond oi;security.shal2 contain:the following laiis'.�e: "Now; therefore;. if #he� oiili.gee'shatl accept the.Bid of:the Prii�cipal; and the: ; Prineipai sliall::enter: into a Contract:with rhe..obligee in accordance wi'tti. the terms, of sucIi .Bid, and � gxve such.Public Consiructipn;,Performance:and Payment Bond. or Bonds as maybe speczfied in ; the. Bidding or Contract Documen#s wiili good and sufficient.surety acceptabla to the Obligee, and. . ,. � furriishiinsurance coverages to obhge as required by the:Cont�ct Documents then obTigation ; � . shall.be nul� and void,'ptherwise Surety,sTialI:pay over to the Obligee immediately'the full pei�al sum thiS B'id Bond upon demand The,SUrety, for the izatue received, hereby'sfipulates and � a�ees that the obl�gatians af said, 5urety shalt not be impaixed or affected.in auy way by auy ''� e7cctensions of the t�m`e wifh�n which the Qbligee may accept the, Bid of tfie'Priacipal and said ' S�n'ety;does hexeliy waive notice of a�ny�such eitterision.» 8. Sutscontractors,' SnPPliers and Others 8..1 OyVNER requiies�the'identity of major: Sub�confractars working`on the�project and Suppliers'of - . . .. ;. zuuque material oi products to be submiited to OWNER;in advance of the Notice of Award i . . .. . . , _ .. ;apparent� Successful Proposer. Any other propaser requested by Gity in writmg wiIl Y,atluri seven. � .. (7� calendar da.ysx.submrt to OWNER a:list of a11 Subcontractors Suppliers and other pe,rsons and organizatiops (including.those vulio aie to fur�iisli. the prineipal items of inaterial and ec3uipment). proposed;for portions of#his.Projec�:Ari experierice"stateinent s1ialI accompany such list:witli p�tlane�k;infomiat�on as: . z ,. to simiTar p�ojects and other evidsnce: of qizaTifications foz each identified<snbcontraetor; supp�ier; € person and organization.: i k i ... i . . ' . _ . ' � , � t . � . , . ' � . ' ' � . . }� i. . �- .' . ' � . � � _ „ .,,.,... . . ,. _ ..... ... .... . . .. ........ ...�......._............... .. .... .. .. ...... ., .. _... ... ................ ... ,.. .., . . .... .... . . . :.:.. � � ... . _ . . . .. . � . . . . . . � ' . f .. .. . . � 8.2 Tf OWNER or CIT� 1tEP after due investr� tion has .reasonabl'e ob�ection any proposed Subcontractor;.St�pplier, or otb.ei persori or or�,tranization befare. giving Notice of request t]�e apparenti Successfu.l Proposer to sufinnit an;accept$ble' sutisfitute withoirt aa iiicrease;iii Bid, price. If tlie apparent: Successful Proposer.. deciines to make any such sutistitution, OWNER ma.y: awaid the contxact ta the:,next lawest T�roposer that pmposes; to use acceptable Subconiractors, " Suppliers aud other;persons, and organizatioris_'The: decluung to: make:requesfed.substitutions: would aof constitute grounds for sacrificing the Bid. Security of any Proposer.. 8.3. N'o Proposer shall'.be .required ia employ any Subconfra.ctor,, other person or organ:ization against whom: Proposer has reasonable objecfion. • 9. Bid Porm` ,. , 9.1 The Bid Form,is mcluded witli the Bidding Documents; additional copies may be obt`airied' from the Purchasirig,Department at°the reptoduuctioa'cost of $_2� per'page� 9.2 All blanks: on the Bid Fornis must.be coinplefed in ink.br_by rypewriter-aud submitted.in.tiiplicate. � The bid'price of each item on the,�orsii.�ust.lie stated`ia words and'numerals: m case af canflict, words wiu take pzecedence. Whi�teout of prices or words and numerais on: Bid Farm is. not perautted. 9�3 Bids by carporahoz�s must be executed in the corporate name by the president or�a vice-president ; . __._�_ ______ __._T_��,p�r,�o e co„�sorate office acco,�„�,mganie�"evidence of autharity xo sign):: The cotporate.seal.must ' - ---------- _ __ _ ;. _.-- be a�xed and attested,by th.e secretary ot an assistant secretary::The corporate addr�ss aud state of incorporafion must be shown below the signature:: . ,. 9.4 Bids by partaerships must be:;executed in the paiinersliip naine and signed by z partner, whose tifle must appeaT under tlie signatnre and the offzciat address af tlae paz[nerstiip must be. shown below ' - the si�atiire., � 9_5 All names must:be:typed or prinfed'below the signature. The siener shall date atl.signatures. 9.6 The Bid'st�a.11 contain an acknowIedgement:ofreceipt.of aI1.Ad�enda (the numbers ofwhich must be fiIled in on the BidForm), 9.7 The address and telephane number for cammunications. regarding the Bid must lie shown: IQ..:STTBMISSION OF BTDS; 10.1 Bids shall 6e subiriitted before rlie tnn.e aiid at the place: indicated, in the Invitation to Bid and shall , b.e;subrni#ted in an opaque .sealed eri�eiope.. The enveIope shaIl:be maiazked on the exCeriorwith the . Pro}ect title and, if applicable desi,gnated poxtion of the:Proj ect for which the Bid is submitted and with.the name and.address of the Proposer anii: accampauied by the Bid Security ancl other : required;documents. TEthe Bid is sent ihrongh'the mail ar other deIivery. system, the sea�ed ` en�elope shall;be enclosed in a separate envelope witli'the notation "SEA.LBD BID ENVELOPE ' ENCI:OSED" on the� face thereof Only bids stamped "RECEIYED" by the; City Clerk's 'fJffice by i . � the tiuie and date stated in the Invitatio�, to. Bid shalT:lie, considerect � . .... , 10;2 One separate; unbound' qopy of ttie Bid,Foim, Bid Bqnd and Drug-Fre� Workplace �oriri'are fizrni'shed with each �copy of the Biddirig Documents pu�chased. by the p"rospective,PropASe,rs. ; 10.3 More.tlian one Bid received for the,same waik.from an inclividual, firm,or. partnersliip, a.Corporation nr Associatzon under the same or differenf;names.wiil` not be considered. Reasonabie �oimds for believing that.any Proposer 7s interested in more than one Bid for the. same woik will cause the:rejection af all'such Bids in.which the Piroposer is interested if ; ihere are:zeasonable gtounds fqr believing that colliusion; exists i € � � among the Proposers; the Biiis in such coIlusion wi11 aotbe considered: i 1. Moaification ana witharawar of Bids:. 11.1 Bids rriay be mo 'd�tfied or'w;ttidrawn by an appropriate document.duly executed (an.the manner that ' a:Bid mu'st be executed) and delivered to:th'e place, where Bids are`to at any tune . .. : pnor to tkie openuxg of B.�ds. 1.t.2 If u+itliiii:iwenty-four.(24) fiours after Biiis are opened, any T'ro�oser.files a duty signed,: written notice with O'WNER and' pzoinptl}! tlierea.$er demonsirates to the reasonable satisfactioa of � OWNER.thatthere was, a material andsubstantial mistake:in tlie pregara�ion of itsBid, tliat Proposer ma.y wittitlraw its Bid and; the Bid.securiiy will be returned. Thereafter,. that Proposer wiil be disqualified.from further 6idding on the.Work to be proviiied under the Contract Documents. 12'..O�ening of Bids:: _ f Bids will be apened uii accordance in Floriiia Statue Chapter 2011-140; which states a11 Sealed Competitive � Solicitaiions shall rio longer be publicly opened: AIl bids'shall be opened zn au undisclosed' location out of view ; froin the public,. arid recorded by the City of PTautation; City G1erk (�niless. obviousty non-respons'ive) . ; 13.. Bids to Remain Subjectto..Acceptance: ; - _ - - — ------.�—__._�—.��_.___..�.�._...._...._.,—� _ ..�__. - -------�..___ _ _, , _ T3..I All �ids 1VIAY remain subject to acceptance for 60 days after the day af the Bid opezung; b�it � OWNER may, in its. sole disccetion, reIease any Bid and return any.Bid security prior to that.date: : i T;.2 Extensiop of time when Bids sba1I xemain. open beyond the ariginal period:may be made:only tie 'i mutuat agreemenf between OWNER, tlie Successful Proposer, and.'ttie surety, if, any, for:tlie. f. Succe's5fiil Proposer; ; ; i 14. Award of Contcac� ; 14.I OWNER reserves ttie right to rejeci any and a11 Bids, to waive any and aIT Informalities,. incompleteness, or: iiregularities not'involving price, time or material changes in the ; ''OVork, and to negotiate.. contract terms with the S,u.ccessful..P;oposer; and the rigtit to disregard aI.I � nonconfornung,.nonresponsive,:unbalanced, incomplete, irre ar, :or conditional Bic1s..Also, . �.. .. � OWNER reserves ,the right to reject the; �id of any Proposer if OWNER believes that tie iu the best inteiest of t.he Pxojectt� . :. make an awaid to tbat.Proposer„whether because the Bid is not;.responsibie. or the Pro�ioser is = unqualified or bf tioubtful financial ability or�f�s to meet ariy othei pertineat standard ar;criferia: � establis�ied, by OVJNER: Discrep:ancies in ttie iriultiplicafion af units of 'W ork and unit .prices, will � be resblved in fa:voi� offhe unit prices_Discr�pa�ieie5 lietween the indicated sum of' any eolumn. of figures and the corcect sum thereaf wi11 be resal�ed in favor of the.correct snm. . _ , 14.2 In evalua.ting, Bids, O�VNER wi1T' consider the'qualxf'ications of tlie Propasers; ieput�an;: � experienee; special constnichon. ineans or processes or p'ro.ducts; work Ioad, requesEed changes fo the Contract Documents questiqnna�re �answers; appropriate. . ,.. cextifications, whethear, or not the,Bids comply r�tntfi the prescnbed:requirements, siich aitei.n�tes, utut pr'ices arid other data, as may li� iequested in the Bid.:faim �r prior to tIie .Notice of A.ward, . . . . . ,.. suii auy sucli oflier �'acfors` tliat in the reasonabI� judgment of ttie �WNER are.matenal and � appropriate to select a Pi�oposeras.a proposed successfui Proposer, `�WNER.wi11 aTso consider ` any applicabTe..ordinance or si'ati�tory eriteria: � I applicable'to the Project � i , ' F. . , . � . . . . � . , f . � . . � � . . . � � . � ' . � � , �. �, 14a OC�JNERmaX;cqnsider tlie qualifcazions and experience,o£.Sub.coirtractois; SuppIieis, aud otlier„per"sons arid: orga�iizabons prbposed for those poitians of. the Woik: as.to which,the. identity.af Subcontractois; Sup�liers; and other penons:and.organizarious mustbe submitted: OWNER.aIso may consider the o era" a p. hn eosts, xnaintenanc� requiremerits, performance data and guarantees of major items o�materials and equipment.proposed for incorporation in the:, Worl�wke� such data is required tio lie. sutimifted"prior.to the Natice of Award. . 14.4 OWNER may eonduct sucIi uivestigafions. as OWN�R deems necessary to assisx in the evalua.tion , ,. _ . . of any Bid and to establi�six the respansibility,, work qualifications and fmancial abihty qf:Proposers, proposed Subcantractors Suppliers. and other persons and organiza#ions to perform,and fiirnish the Work;m.accai'darice tivith.the Gantract Documents to:OWNER's; satisfaction withiix tiie prescn'hed"tinie: 14'.5 T'!ie OWNER s�iall nof be, obligated tg ariy Proposer to, eriter into a.c4ntractruith. the Proposer. flespite'the `OWNER goveruing body prospectively:avva=ding tlie coniract:Yo a successfizl Proposer. _ The OWNER. shall be:obligated to any Proposez for tYie project if and only if tha � WI!TEit.. enters into a contiactfor theprojecf,with tlie Proposer, and furtlier; na action wIll`lie against't�ie OWNER to com�peL OWNER to execute any such coniract, or to.recover fcom the OWI�TER any:damages, costs,.lost profits, expenses,.etc. that Proposer may, incur if t�tie O�?NER cliooses:not to si�istich coniract. By bidding on.this project all Proposer5 aclmowledge and agree that no enforceable contcactuaI reTationship arises until t�he UUVJNER signs .,. . ...: , .: the �coniract, and.that no.achon shall he `to, require: OWNER tg sign such;contract at any rime and '. _ __.. _ _,_..- --- —,-----� _– .� thax.Proposer waives al�cl,a s;�to damab s, last profts, costs, �expsnses ;etc., as a result;of t�e � J � - � QW1�tER.not signm�;sucli coatract: , 14.6 If itie contracf is to be� ayya=decl,. OWNER will give the Successful Proposeie a Notice bf Awatd: � witliin 3Q :days after the clay of the Bid o.pening. 14,7 Bid prices:will be comgared af�er:adjusting for differences in ii�e t�nae designated in the Bid for Substantial Gompletion. Tfie adjusting amount will be determ�ed at the.rate set forth in fhe Contract for liqr�idated dama'es for Sulistanfial Gam�letion.for each day after the desued date appearing, in Article 21 of this Docurnent. 15. Contract Securitv: Pazagaph 5.1 of the: StiPPLE1vIENTARY CONDITIONS set fai�tli OWNER's,require�ients.;as to a PnbIic ' .. Constructian. Bone� when required.by the.City When the Successful P�roposer delivers tlie executed A�eeirient to OWNER, the:.xequired Public Constna.etion Bondmust aceompany it: "Itiis 6ond shall, be required-for all Projecfs having an estimateci construction cost of $ 200,Ob0 or greater or such less�F ambunt sta.ted in an}! fufure amendment � to Section 25.5..05, Flarida Statiu.tes. "�he Public'Construction Bond shall aIso apply to smaller Prajects where, stated below: 16: Si n�i'ng of A'�eement: ' . _ _ Wheri O'WNER gives a Notice o A�ward, to the Successful Prtipaser, it wi'li be acc�mpanied.by at Igast.six.unsigned � ,... . , : , . : counferparts of the vv�th, aIl other w,ritte� Contract Documents attachetl w� �'��. (ls� :a�ys thereafter, unless extended by O.Vi!NBR; CONTRAC�'OR 'shall sign and deliver tlie required,numbei'of counteiparts .. . .. .. . : of the Agreeme� and attached:documenis to'01?VNER vv�tli #he required Bonds: Within: fifYe' en (TS) days thereafter. OWNER.shall`deIiver one fu(ly signed'counterpart fo CONTRACTOR. Each counterpart is to be:accompanied by a: complete set ofthe Drawings.witti appmpriate identification. i 17:. Taxes:. Tlie CC?N'I'RAC'�QR shall.�say all a.ppl�cable sales; consumer, use: anc� taxes; : �i S . � . . ' . . .. .,��' � � . . ' ' . ' . . . �. , . , required by Iaw:.The �'ONTRAGTOR is responsible for reviewing tlie gertinent sta.te statutes invol�ing the sales tax � and comply,'vag.with.alI; r.equirements; 1.8: Insurance Requirements_' � A11 Bond and Insuranee requirements are outiiaed..in Section S of the SUPPLEMENTARY CONDITIONS.. � I9: �iquidazed Damages OWNER and CONTRACTORrecognize that.tiime is oftfie essence as.to Completion and tha��QWNER wiill suffer financial and other Iosses if tfie tX�ork is not completed within the �ime speczfied, plus eactensions therefore allowed. OWNER and CONTRACT012 recogtiize the delays, expense and difficulties involved in.proving in a legal' , proceeding the actual loss snffered by OWI�TER if the Work.�is not comple[ed on time. Accordingly insfead o,f requiring any.sucli proof,, OWNER ane3 C(JN1'RACTOR agree tIiat as liguidated damages for delay (but not as.a :. penalty) CONZ'RACTQR, shall pay �'VYNER $ S.OQ :OO per day for each day that expiies after the titne specified for Subsranfial Completion,(adju§ted for an.y extensions thereof�nade in accordance with this C.antract) until tl�e� Work � ,. . . has otitained Substantial Completion,:and $250.0'O,per day for each day tfiat e�ires, afEer the,time specified for Final � Complefion (ad,�usted for any extensions,tliereof rqade, in accordance vs�ith ttiis Contracf) unial the Work ieaches Final Campletion: 20. Indernniiv: The Contract. docvments certain iademnification:prov'isions; which aze found in Paragraph 6:3 I of the Supplementary _ _.....---..�_��_ , Conditions; whi�h:lndeinnities:are.here m.co orated�eferenc as if'��lly set foit��heieui::: "�_�_ _. .._... ---_. _ Y , rP Y. .e 21. Schedule of Values: - � The proposed sclied.ule of values sha]T tie subznitted' i�vith the bid so that fhe City'riiay reView it in conneetion with a ; deternunation ori whether the bid is. balanced: Tbe City as .pro.vided in the Supple,mentary Con3itions of tlie Contrac�t. ' may adjust the schedule of vatues. ; i 22. Text of Pr000sed`Contra.ct Documents: , ' Tlie Proposers shaIl review the text of the Contract Documents referred to orxeferenced ' herein., In the event Proposers,:have any objectio.n, t;o tlie terms of such documents, the ; obj ections shall be ciisciosed at the. fr.me the; bid is submittecl. ; 2"a. Fees WaiveT Discl6sure: � The OVJNER shall not.require the.,CONPRACTOR to pay any of the OWNER's �ierinrt:fees, license fees, impact ; fees, or inspection.fees or�any oft�e otIier usual OWNER pexmits and fees that ma�± be associated with a construction project. These fees will be waived. or aid.f� the O ' ! p y WNER, if payt�ent cannot be �s�vaived. Without , . ., . . limi�ing the foregoing-, GONTRA:CTOR sliall.pay all fees, costs, and expenses m:coian,ection rvith tlie applications, ; process.ing, andsecuring af appmvaIs orpernnifs:from all governmental aufhorities whicli�ha.ve jeuisdictian over alI: aspects of this work except Crty of P�aintation pezmits and.fees w�iic�i shali be waived (except for so Fnuch of said • City af Plarnation fees as the OWNER is xequized to reinit to other governmental agencies). ! 24. Public Entiiy_,Grim� Disclaimer.' A person ora�liafe as iiet'med iii §28'�:,T33; Florida Statiites, �vlio has been placed on the can.victed vendor Iist maintained by:the Departmenf ofManagement,ServiCes folIowing a convictian for a pulala�,.entity cnme;,may nof. submif.a k�id..on.a cantractita provide:ariy goods or servxces to the City of Pla�ation; may;not submii a bid on a. coriiract witIi. the.City of T?lantatioa for fhe construction orrepair of any ; ... , E pulilic bu�ding, orpubTic work;, may z�ot siibmit bids on, leases of ieal'property with tt�e City ofPlantation., may not:be: ; �. � _ . ... .. . . ... ... .... . _.. . . ... .. .. , . . .,.. .:.. ... ... . ..:. . ... . ... .. .. . awarded a coniract perfozxri work as a confiiactor, supplier, sub-coatractor,:or consultanfi under a contracf wztit tlie City of Plantation, and may not iransact business with the CiEy of Pianta�:on in: an aisiaimt set forth in §,287.0 I7,. Plorii3a. Statutes,_ for Cafegory'Tvs+o for a period of.thirty-siac (36�•mont}is from the date ofbeing an the � convicted vendor list:: QUALIFICATIONS OF'BIDDERS, ,. Each Bidder sHall complete the Qualifications Statement and; shail submit the same with the Bid. Failure Yn submit the Quatificaiio�is Statement and aIl documenis required thereunde,r together with the. Bid may constitute �ounds .for rejection.of the Bid.. The CiTY ieserves the::right to make a'pxe-award inspectiori of the Bidder's faciliries and equipznenf prior to: - award of Coatiact: CITY reserves the: ribht to consider a Bidder's histo .ry of citations.andfor violations of en�ironmenfal. regulaf'ions fn rietermining:a Bidder's responsibility, and further reserves: the right to declare a Bidder not responsible if the history of violations warrant such'determination. :Bidder sha;ll, submit with Bid; a complete liistory af sIi . . ... . ... _ � citations and/or violafxons; .n.otices and dispasitions,iFiereof The af any such documentation:shall be. _... __ ____ _.--deemed-t�be au�a�atzon...-by ttke'Br�ider that=there are no:,�itat�ons-or violations ,.B�clder-shall-norify-+�IT'Y---m--_�----- imrnediately of notice of any citafion or v�olation that Bidcler ma.y receive after the Bid. opening date..and during the ;. time of performance of any contract awarded to Bidder:. ! ; SAFETY ; , 1 T1ie Successfiil Bicidex shall be responsble foi inifiating;, maintaining attd supervising. aII safety pzecautions ; and progams in connadion with the, work Tlie Successful. Bzdder sfia11 campiy with the ruIes and re;uulations of the Florida Department:of Gommerce regardittg. industrial �safety (FIa Stafutes Section 44Q.56)' and witfi the standards set forth in'>the Occupationa:l Safety and.I3ealtli Act of I970 (�SFiA). and its amendments. w�rt�s � The Sdccessful Bidder warr�nts to tii.e„CITY that it rviIl cflmply with all applicable federal, state and`local; laws, rewlations and orders in carrying out obligations under the Contrac�t. The SuccessfulBidder warrants to t1ie:CITY that it is not`insolvent, it is not in bankruptcy proceedn�bs or � receivership, nor. is it engaged in or threatened with.anylitiaation, arbitrafipn or.other �egal or a.dministra#ive: � proceedings orimveshgations .of any kind whicli would liave an adverse effecton its ability to perform its-obligations. tuider the Contract � ASSTGNMENT : The Successful Bidder.':.$liall not. assi gn, or transfer its rigtafs,'title or uaterests in the Agreeme�f nor.shall Successful B idder delegate :�riy of tlie duties or obligatians undertaken by Sitccessfizl.Bidder without.CITY`s prior written approval: . � APPLICABLE ZE1WS`,.ORDINANGES CUDES AND REGULATIONS � �. ' #: :� s. � . >. � ... . . . FamiIiarity witi� L,aws: Nohce is liereby�given tYiat the Successful'.Bidder inust be familiar yv�th a]T fed'eral state and _.. local` laws, ordinances; raIes,. ca. des and; iegulafions that may affecf: the work. Igno,ranae on the parE of the Bidder wilI in na way relieve Ivm frorn the tesponsibility of compliance ttiezewith: INSURANCE Bidders must sttbmit copies of tlieit current ce..rEificate(s) of instirance together with the Bid. Eailw�e to do. , so may cause, rejection, of the Bid. AT THE' TIME 4F EXECUTION OF THE CONFRACT, THE SUCGESS�tJL BIDDER SH:ALL SLTBNIIT A C;URRENT CERTIPICATE OF INSURANCE BVIDEI�ICINGTHE REQUIRE COVEI2.AGES AND SPECIFICALLY PROViDIN.G: THAT TEiE;CITY OF PLANTATION IS AN ADI?ITI�NAL NAMEb INSURBI7 WTTH RESPECT TO THE' REQUIRED COVERAGE.AND THL OPERATIONS OF THE SUCCESSFUL BIDDER UNDER THE CONTRACT:. Insurance Cornpanies selected mtist be accepfatile to tlie CITX: All af the ' policies af insurance so required to be purchased and maintained'shall .contain a:pio'vision,or endbi�semenf tliat ttie i coverage affarded. shall not. be canceled, materiallychanged or:renewal refiised.. until: at' least thirry {30} calendar days written.notice has bee�a given to CITY by cerfified maii: The Successful Bidder'shall procure and maintain at i#s own. expense and kee� "in ef�ect durin� fhe fall term: ' of the Con tract a. poliey or pol'icies: of iu�surance t� m�st iulclude the followinb cov erage an minimum I units of ; ___ .. _- ..._. �,-,-- �:_._,.::..,.�..� �,._.,:..__....,., , li ! —_ .._ _..--.---- ,- i (a} Worker's Compensation Insurance.for staiutory�;obliga.tians imposed by't7Vorker's Compensatiou or � Occnpational Disease T,aws, iiiciuding, where applicable, the United States::Loagshoremen's and, Haazbor VJorket's � Act, the Federal F,mployer's.Liability_Act and the Hoanes Act. Employer's I;iability:Insurarice shall be proyided with. '� a minimum of One Hiimdred Thousand and aaz/l OQ'dollars ($100,000..00) pei accideri�. SuccessfuI Bidder sliall agree '. to he responsible far t}ie emplayment,. conduct and'.confrol of its em�I6yees and for ariy?njury sustained by such emptoyees in the course o£their employment. (b) Comprehensive Autozziobile Liability Insurance for all owned, non-awned'and hired.autoznobiles and othar vehicles used by the Successful Biflder in tlie perfo.rmance of the work with the following minimum li�ifs of ; IiaEsility: , . $ 1,OQ0;000 Combined Single Liinit;,Bbdily In�ury aud Property Dainage Lxabilxtypez;occurrence i ; (c) Compzehensive General L. iabilify witH the following minimum limits of lialiili�y: $ 1,000,004. Combined Singl'e Limit, Bodily Injury aad Property Damage I;iability.per occurrence. . ' Coverage shaIl .specifically mclude the foilowing with minimum ti�iits nat'less thau those required for Bodily In�ury Liability and Property:Datnage: � 1. Premises aad Qperat�ons;, 2. Tndepenclent Contractors;; � 3_ �roduct and Coinpleted Operafions � 4: Broad'Foxm Property Damage; 5. Broa.d Form Contractual Coverage applicable to.the Contract and specifically confirming the indeinnification a�nd hoId hatmless agreement in. the. Contract; and: . , ; fi_ Personal: Injury coverage with employment:c�nttractaai excIusions removed and deIeted:: i ! j � Tlie'requued insurance cov e:shalI iie issued` ° era� by�an insurance:-campa�yautharized and.:lioensed'to:do business in the State of Flor�da; : with tiie following muiimum qualifications in accordance with the Iatest edition:of. . . .. . . ,. . . A:M. Best's Tnsi.irance �'rinde:': � Financial Stability B± - A+ The Successful Bidd'er.shall require.e.acfi ofits suii-cantractors ofany.tierto�maintain ttie insutance required. herein exce tas ects.limitsof.cov - .. p rasp erage.for employers:and pu6lic'liabilriy insurance wluch may not be less than' one million ($1,000,000) Dollars for each cateaory}, and.the Suecessful Bidder shall provide verifxcation ttiereof to CITY upon.requesf of CITY; � All =equired insurance poIicies s�iall preclu.de any underwriter's rights ofrecovery or subro.gatian against CIT�' with the express intention of �ie parties beinb that'tfie. required insurance coverage protects both parties as the. primary coverage for any and all losses covered by the aliove descrilied insurance. The: Succe§sful Bidder shall ensure that any company issuing insurance to cover the requirements contained o �cf �ag�rees tliat tbey sfiall have no;recourse against CITY for or assessments in, any form on any' P �Y The clauses."other Insnrance Provisions" and "InsurersDuties.in the Evento�an Occurrence, Claim or. Suit" as it appears in any'policy ofinsnrance in which CTTY is named as an.additional narried 'msured sha11 not apply to CITY: CITY shali provide written.notice of occutrence within fi{�een (I5) workin� days of CITY's.actual notice of such an: event. � --.–�—.------ ---__ _ --- The Successful, Bidder shall not corn�tnence wozk under the Co,ntract untiI:atter he has obtained ail. of the ; minimum insurance herein descr'bed�. . The Successfiil Bidder agiees toporform the �ork under the Contract as au.indepentlent con�actor; snd not as a sub-cantractor, agent oi employee af CITY: Violation of the.ferms:of this paragragI� ancT.}ts subparts shatl constitute a breach: of the Gontraci. anid CTTY, at its sole discretion, may cancel the Comract, and a1T. rights, title and interesfi :of the; Bidder shall thereupon cease and terniinate: BID F<JR1V1 This Bid, Foz�xi, togetlier with the Inr�itation to Bid;;the Tnstructions to Bidders, constitutes an. offer from the ' , Biiicler`. If any o,r. all parts af the.�id are accepted. by the City of Plantarion, an officer of the Gitj! shall affix: his�ie� signaizu�e herete and thi§ ;document, together witti the Invitation to Bid, the Instructians to Bidders, and.Specificatioris issue� prior tp tl�e: execution of this Bid Porm,: and anyPurchase Order issu,ed'. by the Czty after execution of this Bid Foim, shaIl.constitute ttie written agreement between the parties and skiall together comprise the Contrace Doeuments. The Contract Docuinents are corliplirrientary aui3`vvhat is requu�ed by one shall,tie as binding as if:required,try. a11. CONTRACT TERM .. . . � . I. The iaitial term of this contract'will be oi�e (1} year vv�th an op�ion to renew for four (4� a�ditional oae (I,): year lame peri'ods for a cumulative total of five (5) years, Pri ces shatl remaiig, fum, for the initial one {l ) year " period: .The option for renewaT shall anly be exercised upon mutuaT writfen.agieenient'tivith a11 original' terms and condidons adherer� to w.itlz no deviatinns . i F � � � ,. _ ..: ... ...... . ..... ........ .:. . . . ... . . . ....... ... .. corrrxACT �JUS�riTs � At; the begiiining'.of eacfi of the ,(4) one (I) year opfibn periods,:tlie City: will consider a singIe annual price adjustiment'ta the unit price (s) liased ori.the U.S. Department of I:abox, Bureau of I;abor St�tistics Consumer Price , � :.... . . . . . Index (CPI-TI,. All Items; Nat SeasonalIy Adjusted {NSA} The websrte �s H� //www bts:�ovlcQa/hame htin:.At the Gity's sole' discretian, �his �nuaT adjusknent;shall cal,cuiated by iismg the apgropriate annual percentage as. pravided by the Buieau of Lab.or Stat�stics not moie thau 120 days nar less tlian' 3.Q days pnot fo the. first iiay of. renerval'term: ,, ; _ , . Any.renev�raI including.subsequent price:ad,jiistinarits shall, tie subject to ihe appmpriation of funds bythe. City of PIantatian City Council.. . �� i _.... _.__.—_,..—.....T_ ___. _..— _�,.,.�....�..�.J.. —____. _.�. T . ; ;. � �. . i. � . - . j �. �'. SFECIFICA;TIOIVS R.FP No. 038-11. Purchase and Delivery. to: Various Lacations; Sodium Hypoch�orite. a:nd Calcium Hypochlorite Term Coatract P'URPOSE A.ND INTENT The. sole: purpose and in#ent of this Request for Proposal is to establish a firm fixed term i coritract fox the pu.i�alzase.and d'elivery of 5odium Hypociiiorite in,tiulle and iess tlian tanker loads and Calciuiix�Hypochloxite in 100/lli containers to various Tocations t.liroughout the City af Plantation for the Utilities .D. epaitment'. ; TECHNICAL REQU1R�ElVIENTS (HvtJOCh�orife Solution, BIeachl, � . � . ..._ __ _ �_-- praduct-speeificatxons t�V�WA:Standard B-3•00-99 - 1at�st�wersion? - m – ... — --.�---_�.. ._.� __ _. �__ ;,_ . ; ;. � • Trade Name: Hypochlorite, Bleaali • Cheraiical,.Formv:la: NaOGI • Composition; Minimum: 120 GlL (12.0' Tirade %), ,10'.8% available: . , . .. chloii�eby weight or 11.5% Sodium Hypoclilorite by : we7aht: . • S�?ecif c Giavity: at 20C –1.1-1.2 � Molecular weight: 74.5` • Appearance: Light yellow to. green clear liquid solution • Solubili�y in water: Complete • Freezin.g Temperature: minus 7C to minus 1 OG % ; •. Tota1 free alkali (expressed'as NaOH) <1,5% o by weight , . �. ! . . ; : . � � � . , TECHI�IICAL.REQUIREMENTS fHTH; Calciunx Hvpochloritel Froduct snecificafiions (as per AW�VVA Standard B300-99 lafest versiori,� � Trade name:: °CaT Hypa-Aqua, � Ciieinical.F`orsnula: Ca. (OCI)a . • Composition:: 65.%l100%0� • Melt�g.Point 100°C . � • Boiling Point 175°C ,. � Solub�lity iu. Water:; 21.g/1 OOmc . • Appearancae:, _ Wlute, or yello�vish-wliite granular powder, granule. • Hydrated Mixtures 5,1 . • Oxidizer: .T00` Itis: . _ • Calcium H ochlorite ' �p g;ranular pow�.er or, gzanules sha11 be substantially free of lumps..Nof more than 10 percent ofthe powder shall pass lOQ mesh screen 11 ... --... T_____ _.. .._ BID3jEI�'�S-�R�:SP4N�iBILIT'ES:___�.r__�.�._ _.__ ..------- ..__.�...�-_ .. r_._ ; Hv�ochlorite, Bleach �` ; Shipments shall..bear waining labels as specified by� USDOT regulatioiis. ; . Succes5ful, b'iiider's vehicle shall,be equzpped wxth a 2''' Carn, Lock .Fi11er Nozzle :f6r product dispensing (unload). .. . The delivery site(s} is>located withiii a tiveIl field zorie Pzoper handling and delivery � procedures :shall. comply with"th� Departri�ent of Envuozimerital Resouzces 1Vlariagement (ERTv!) requirements. , : Product shall be cleli�ereci iri thoroughiy cleaned tan.lc trucks.. �ity of Plan.tatian reserYes � , . _ ; �he right €o order in. qua.ntities les5� than a+tanker load (LTL):. Deliver�eports: ' A certifred zepbrt fiom the:manufacturer sha1l be submitted far. each hypochTorite ; deIivery'ta`the City. The report sliatl eontain ttie following da#a: , , � Date &:'Time: ofManizfactuie. - : • Per'cent by weiglit of� ' t i € �i s � . � . � 1. Sodium Hypoclilorite; - 2. Available ChIoririe. 3:, Excess Sodium Hydroxide • Specific C'rrav�ty (Refexenced�ta. a temperature) • Suspended S�olids Test.:Time No �elive�s wi:ll be aecepted by� �1ie City unless a.ccompanied liy said certified. lal�oratoiy report far tYie specific pa.tcli of sodium �.ypochlorite delivered showing the above data and ; that it conforms t� the required,specifications.. . { _. ---.�-- —_..— • .�.....�._. m,�,.._��_,_.�.,.� ...�_.—._ —..._�.._---.�..-- Delivers shall be Mariday — F'rid.ay; 7:{}Oaxn-- S:OOpm Item No. 1- Tanker load is 5,000 gal�ons ;: Item No: 2- Tariker. load is 5 gallons {Split between two City of Planfation ' . : loca�'ionsj; HTH; Calcium Hvnochlorite , . AlI delxveries sk�a11 be niacle'to tYie specific. ].ocation �ithini forty-eight (48) �iours after' ' receipt of indiviiival orders; The.reguested,number of full`containers of HTH ;sha11. be deli�ered, � Delivery `velucles shall be;sized e ui ' ` ' ' , q PP� inspected and znarked to n�eet a11 ! locat, state, and federal;xegulations for land trauspa�rtati.on �f HTI-�. ` Delivery velugle lie proper size .tg all safe en:tzy, exit Ioading and unlbacling at ea.ch specific site.: . Deliyers s1ia11 be 1Vlonday - Friday, 7:40am = S:OOpm Item No.: 3:- HTH (Calciuxn:Hypochlorite) 100 ,pound containers f . � ( • f: . . � DELNERI' LOCATIONS: ARE' AS FOLLOWSc ITEM #T ESTIIVIA,.TED ANNUA.L, USAGE (per:year) Regional� T+Yastewatei Treatinent Planf'. 82,000 gallons . 6500 NW 1. X Place Plantation; , Flori da;' 33313 ITEM #2 ESTIIVIATED ANIYUAL � USAGE (per year) East Watei Treatment Planf 85;OQ0 gaTlons �00 NW.65 A".ve: _... ._ _.�_�__ _,_. _ , _ —�-� ,� _�....._,. _....: _�-,�._----,---------<--- � anta.tion, Tonda33317 Central. Water: Treatment 95;000 gallons 700 NW 91 Avenue Plantation, FIorida 33324 i I'I'EM #3 ; ESTIMAT'ED ANNi7AI, , . LtSAGE (per.yea,r) . Regional Wastewater TreaSinent P1ant (32).1,00-pound contain.eis . 6500 NW :1`l P1ace ° Planta.1ion, Flonda'33313 ; ; . . , . . ��.9. . � ' . .. . . €�. F . . � . . � � ' � . .��. ...... . .... . . ._ . .,. ... � ' � . . � � .. ._.. , . .. . � . � .. .. . . . ... . � . � .... .,.� . . ... ._ .... ...: ,, ��, . . . . ... � . �...,:. .,,.... . . . ....... .. ... ...... ,�''