Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 09_10/08/2015 �8 - .. � � � iti l Compreh ensive An alysis Utilities Department To: Michael Couzzo, Village Manager From: Sam Heady, Deputy Director of Utilities Date: 9/21 / 15 Subject: Piggy Back Contract for Anhydrous Ammonia I respectfully present the following Comprehensive Analysis to the Village Manager. The City of Stuart has recently awarded a contract with Tanner Industries, Inc for the procurement of Anhydrous Ammonia. The Village would like to use the existing contract to piggy back for these reasons: 1. The cost for the product from Tanner was lower than the other providers. 2. This is the fifth year to use Tanner and the second year Tanner has not increased their cost to provide Ammonia to our water plant. 3. The product that Tanner produces meets the NSF 60 Drinking Water Standard. Staff recommends approval of contract. F�E90L�JTION NO. 81-15 A RE90LUTION OF THE VLL�kGE (�OUNCL_ OF 'i1�E VIl�E OF TBQI�STA, RIORIDiA, AUTFiORmNG PI(�GYBAGl4NG TFE (�ONIRA�� 8E1VII�V TANI�t INDUSIRES, IWC AND 11-ECIlYOFSTIaAI�f FORTif Pl�q-b4�SEOF ANHYDROI�S AMMONIA PRONIDING FORSEV�iABLlTY; PF�0�1/IDIWG AN �:TNE D�ATE; AND FOR ORI-6� PIA�I'O6ES. VVI-6�EAS, pricing is piggybacked on the City of Stuart Contract ITB 2015-293; VVI-�A,S, this good/service was procured with the same level of formality as the Village would have otherwise required in its Purchasing Policies and Procedures; VN-H�S, a copy of the agreement is attached to this Resolution; VN�S, this contract will expire on September 30, 2016; with two one-year renewal options. The Village reserves the right to exercise the option to renew annually. NOW, TFE�ORE, 8E R I'iE901_V� BY?}EVLL�GE(�OUNCLOFTI-EVLL�GEOF1�Ql,�Ti� PALJIA BEA�I-I (�OUWTY, Fl.OR�A,, AS POLLtON116: Section 1 Resolution No. 80-15 is hereby authorizing a blanket purchase order to Tanner Industries, Inc. for the purchase of Anhydrous Ammonia at the price of $0.77 per pound; Section 2 This Resolution shall become effective immediately upon passage. Village of Tequesta Date: 9/21 /2015 Purchase Order Requisition Date Purchase Order is Req'd: (Not a Purchase Order) Department: Water Treatment Plant *Revised November 14, 2011 Req. #: Quotes Received: Piggy Back (See Attached) Recommended Vendor: Vendor #: Vendors Bids Tanner Industies Tanner Industries, Inc $0.77/Ibs Address: 735 Davisville Road City: Southam ton State & Zip: PA 18966-3200 Comments: This PO Re uest is for the a roval of a contract between Tanner Industies, Inc. and the Villa e of Te uest for the purchase of Anh drous Ammonia for the Water Treatment Plant. This is a Pi Back Contract with the Ci of Stuart, Contract ITB-2015-293. Contract effective October 1, 2015 - Se tember 30, 2016. Manuf./ Available Balance Item Descri tion Part# Q. Unit Price Total Cost Account # Finance Use Onl Anhydrous Ammonia (NH3) (Ibs.) 13,000 0.77 $ 10,010.00 401-242 552.342 $ - $ - $ - $ - $ - $ - $ - $ - Total: $ 10,010.00 FinancelAdministrative Use Onlv: The DepaRment Directors / Designee's signature befow certifres that (1) this purchase ortier requisition is complete and in compliance with the Village's Purchasing Policies and Procedures and (2) all procurement requirements have been satisfied. Department Director / Desi nee Si nature: Date: The Finance Department signature below certifies that (1) this requisition has been approved by an authorized Department Director/ Designee, (2) that the conect 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: �Ilage Council Approval: Resolution #: Date: VILLAGE OF TEQUESTA CONTRACT FOR PURCHASE OF ANHYDROUS AMMONIA THIS CONTRACT is entered into, and efFective, this day of October, 2015, by and between the VILLAGE OF TEQUESTA, FLORIDA, a municipal corporation with offices located at 345 Tequesta Drive, Tequesta, Florida 33469, organized and existing in accordance with the laws of the State of Florida, hereinafter "Village"; and TANNER INDUSTRIES, INC., a foreign corporation with offices located at 735 Davisville Road, Third Floor, Southampton, PA 18966, hereinafter "Contractor". WITNESSETH The Village and the Contractor, in consideration of the mutual covenants contained herein and for other good and valua.ble consideration, the receipt and sufficiency of which is hereby acknowledged by both parties, hereby agree as follows: 1. SCOPE OF SERVICES: The Village and the Contractor both hereby agree to enter into this Contract for Purchase of anhydrous ammonia, whereby the Contractor shall provide metallurgical grade anhydrous ammonia (NH3) in average delivery amounts of 600 gals/3,000 lbs. (the "Product") for the Village's utility department. Pursuant to the Contractor's September 24, 2015 e-mail correspondence, attached hereto as Exhibit A, the Village is authorized to piggyback through September 30, 2016, on the Contractor's current contract with the City of Stuart, which was originally procured by the City of Stuart in accordance with procedures that comply with the Village's procurement requirements. The City of Stuart contract is atta.ched hereto as E�ibit B and is hereby incorporated into this Contract as if fully set forth. 2. COMPENSATION: Pursuant to E�ibit B, and in consideration for the above Scope of Services, pricing is as follows: metallurgical grade anhydrous ammonia - $.77 per Ib. delivered The Village shall pay the Contractor after receipt of the Product, and within thirty (30) days of receipt of an invoice documenting the amount due, in accorda,nce with E�iibit B. 3. INSURANCE AND INDEMNIFICATION: The Contractor sha.11 provide proof of workman's compensation insurance and liability insurance in such amounts as are specified on Page 1 of 4 E�ibit B, sha11 name the Village as an"additional insured" on the liability portion of the insurance policy. The Contractor shall at a11 times indemnify, defend and hold harmless the Village, its agents, servants, and employees, from and against any claim, demand or cause of action of whatsoever kind or nature, arising out of error, omission, negligent act, conduct, or misconduct of the Contractor, his/her agents, servants, or employees in the performance of services under this Contract. 4. PUBLIC ENTITIES CRIMES ACT: As provided in Sec. 287.132-133, Florida Statues, by entering into this Contract or perfornung any work in furtherance hereof, the Contractor certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within thirty-six (36) months immediately preceding the date hereof. This notice is required by Sec. 287.133(3)(a), Florida Statutes. 5. TERMINATION; NOTICE: This Contract may be terminated by either party upon thirty (30) days written notice to the other party, in accordance with Exhibit B. Notice sha11 be considered sufficient when sent by certified mail or hand delivered to the parties at the following addresses: Village Contractor Village of Tequesta Tanner Industries, Inc. 345 Tequesta. Drive 735 Davisville Road, Third Floor Tequesta, Florida 33469 Southampton, Pennsylvania 18966 Attn: Director of Utilities Attn: Stephen B. Tanner, President 6. INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor is an independent contractor and not an employee of the Village. Both the Village and the Contractor agree that this Contract is not a contract for employment and that no relationship of Employee/Employer or Principal/Agent is or shall be created hereby nor sha11 hereafter exist by reason of the performance of the services herein provided. 7. ATTORNEY'S FEES: In the event a dispute arises concerning this Contract, the prevailing party shall be awarded attorney's fees, including fees on appeal. 8. CHOICE OF LAW; VENiJE: This Contract shall be governed and construed in Page 2 of 4 accordance with the laws of the Sta.te of Florida, and venue sha11 be in Palm Beach County should any dispute arise with regard to same. 9. AMENDMENTS AND ASSIGNMENTS: This Contract, all E�ibits atta.ched hereto, and required insurance certificates constitute the entire Contract between both parties; no modifications shall be made to this Contract unless in writing, agreed to by both parties, and attached hereto as an addendum to this Contract. The Contractor shall not transfer or assign the performance of services called for in the Contract without prior written consent of the Village. 10. INSPECTOR GENERAL: Pursuant to Article XII of the Palm Beach County Charter, the Office of the Inspector General has jurisdiction to investigate municipal matters, review and audit municipal contracts and other transactions, and make reports and recommendations to municipal governing bodies based on such audits, reviews or investigations. All parties doing business with the Village shall fully coopera.te with the inspector general in the exercise of the inspector general's functions, authority and power. The inspector general has the power to take sworn statements, require the production of records and to audit, monitor, investigate and inspect the activities of the Village, as well as contractors and lobbyists of the Village in order to detect, deter, prevent and eradicate fraud, waste, mismanagement, misconduct and abuses. 11. PUBLIC RECORDS: In accordance with Sec. 119.0701, Florida Statutes, Contractor must keep and maintain this Contract and any other records associated therewith and that are associated with the performance of the work described in the Scope of Services. Upon request, Contractor must provide the public with access to such records in accordance with access and cost requirements of Chapter 119, Florida Statutes. Further, Contractor shall ensure that any exempt or confidential records associated with this Contract or associated with the performance of the work described in the Scope of Services are not disclosed except as authorized by law. Finally, Contractor shall retain the records described in this paragraph throughout the performance of the work described in the Scope of Services, and at the conclusion of said work and upon request, transfer to the Village, at no cost to the Village, a11 such records in the possession of Contractor and destroy any duplicates thereof. Records that are stored electronically must be transferred to the Village in a format that is compatible with the Village's information technology systems. IN WITNESS WHEREOF, the parties hereto have executed this Contract the date and Page 3 of 4 year first above written. WIT'NESSES: TANNER INDUSTRIES, INC. STEPHEN B. TANNER, President (Corporate Sea1) VILLAGE OF TEQUESTA ATTEST: ABigail Brennan, Mayor (Seal) Lori McWilliams, MMC Town Clerk Page 4 of 4 THE VILLAGE OF TEQUESTA PIGGYBACKING CHECKLIST Instructions: This form is to be completed for any purchase of goods, or contract for services where the Village will utilize a contract competitively bid by another governmental agency (i.e. "Piggyback"). Department: Utilities Date: 9/24/2015 Item/Service Provide Ammonia for the Water Plant Vendor/Service Provider Tanner Industries � State Contract # Q Other Governmental Agency *Chapter 287, F.S. If piggybacking a State Contract please stop here. Name of Governmental 1 Agency City of Stuart YES NO Is the contract current? Effective date: 10/01/2015 Expiration � � 2 Date:_09/30/2016 � � 3 Was item/service bid out in compliance with the Village's Purchasing Policies & Procedures? Is the price that the Village will receive by piggybacking equal to the price obtained by the agency � � 4 named above? � � 5 Does the contract contain an assignability clause? If the answer to question # 5 is no, has the governmental agency given the Village permission to � � 6 piggyback on the contract? � � 7 Has the vendor/service given the Village permission to piggyback on the contract? Department Head Signature Date ����'�'� `�.. �p4�� �;�1��. ;'� �, Dr �� . �: ''; ,; � �. � I � t� J i���; ` � ., ., . � `.I '+. � '0 ' � � �. .. �F�� �,,, ,.,......-- " BEFORE THE CITY COMMISSION CITY OF STUART, FLORIDA RESOLUTION NUMBER 82-2015 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF STUART, FLORIDA TO APPROVE THE AWARD OF ITB NO. 2015-293, CHEMICALS FOR WATER TREATMENT PLANT/WAT`ER RECLAMATION FACILITY TO THE LOWEST, MOST RESPONSNE RESPONSIBLE BIDI?ERS, ON AN �S iVEEDED BASIS, TO THE FOLLOWIIVG FIRMS, PR4VIDIlVG AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. ��*�:�: NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF STUART, FLORIDA that: SECTION 1: The City Commission of the City of Sh�.art, Florida approves the award of ITB No. 2015-293 to the lowest most responsive and responsible bidders for the piu of cheznicals on an as-needed basis to operate the Water Treatrnent Plant/Water Reclaanation Facility. This contract will be awarded for an ii�itial one year period with the op�ion to renew for iwo additio��al one year periods. The chemicals and bidders involved are as stated below: Item Vendor Chemical Amount 1 Allied Universal Corporation. Sodium Hypochlorite $b8,160.00 2 Tanner Indusi�ies, Iiic. Anhydrous Ain�nonia $14,052.50 3 Florida Chemical Supply Inc. Hydrofluorosilicic acid $8,700.00 4 Cheney Lime & Cernent Pebble Quicklime $124,880A0 5 Brenntag Mid South Inc. Hydrochloric Acid $2,337.50 6 Sliannon Cheinical Corporation Sodiurn Hexam.etphosphate $19,646.00 7 Sterling Water Technologies Anionic Dry Polyiner $5,569.98 S Rort Bend Seivices, Inc. Cationic Liquid Polymer $14,128.40 9 Thatcher Chemical of Florida, Inc Liquid Ferric Sulfate �40,320.00 10 Brenntag Mid South Inc. Liquid Fenic Chloride $28,050.00 Overall Total $325,844.38 Resolution No. 82-2015 Award ITB No. 2015-293 for Chemicals: Water Treatment P1antJWater Reclamation Facility SECTION 2: This resolution shall take effect upon adop�on. ADOPTED this 14t1i day of September 2015. Commissioner MCDONALII offered the foregoing resol�tion and moved its ado�tion. The Ynotion was seconded by Cornmissioner CAMPENNI aiid upon being put to a roll call vote, the vote was as follows: YES NO ASSENT KELLT GLASS-LEIGHTON, MAYOR X JEFFREY KRAUSKOPF, VICE MAYpR X TOM CAMPENNI, COMIVIISSIONER X TROY MCDONALD, COMMI�SiONER X EULA R. CLARKE, CQMMISSIONER X AT ST: , 1 y � �' ^ � � � ��� 9 %'��`�G�� � � `� ,d' � � Z',�i C WHITE`� I�LLI (U�ASS-LEIGHTON CIT CLERK MAYOR �.�`� �'<��,, �� APPROVED AS T(? �'ORM [� � 0�.�7��r> -,:��-: ; . UJ� t'`i ' f i: i� %, AND CORRECTNESS: � �_ .,._, ,�-- }` .r�'� ''' ..� �� . �) � C._ ; \ j ; 1:`, ` � � "- , ' �. + r ` � r, ,.� ; ; t- �:_ MIC� 'T�`�EL _:, -='',;;%-;' '° ��,,�<: CITY ATTORi�TEY � y �� �'���;',`` ± - ��r" � 322030 ' �� CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 9/22/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the cert�cate holder in lieu of such endorsement(s). PRODUCER CONTACT Mark Westcott NAME: Commercial Lines -(610) 205-6120 a�NN . 610-205-6160 a No : 866-851-9120 Welis Fargo Insurance Services USA, Inc. nno�ss: Mark.A.Westcott@wellsfargo.com 1018 W. 9th Avenue, Suite 100 INSURER S AFFORDING COVERAGE NAIC # King of Prussia, PA 19406 iNSUa�Ra: Nautilus Insurance Company 17370 iNSUReo iNSUa�R e: Starr Indemnity and Liability Company 38318 Tanner Industries, Inc. iNSUr�RC: Aspen Specialty Insurance Co 10717 735 Davisville Road iNSUr�RO: Commerce & Industry Insurance Company 19410 Third Floor INSURER E : Southampton PA 18966-3200 INSURER F: COVERAGES CERTIFICATE NUMBER: 9563396 REVISION NUMBER: See below THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTIMTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL UBR POLICY EFF POLICY EXP �7R TYPE OF INSURANCE POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY A X X GLP2011827-12 06/01/2015 O6/01/2016 EACHOCCURRENCE g �,000,000 X CLAIMS-MADE � OCCUR PREM SES Ea occurrence $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PRO- POLICY JECT � LOC PRODUCTS - COMPlOP AGG $ 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY X X SISIPCA08333115 O6/01/2015 O6/01/2016 Ea aB tleD SINGLE LIMIT $ 1,000,000 X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY Per accident $ AUTOS AUTOS � ) HIREDAUTOS NON-OWNED PROPERTYDAMAGE AUTOS Per accident $ $ C UMBRELLALIAB X OCCUR EXACJ4J15 06/01/2015 06/01/2016 EACHOCCURRENCE $ 16,000,000 X E%CESS LIAB CLAIMS-MADE AGGREGATE $ 16,000,000 DED RETENTION $ $ B WORKERSCOMPENSATION 10000017580 06/01/2015 06/01/2016 X PER OTH- AND EMPLOYERS' LIABILITY Y � N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ N / A (Mandatory in NH) E.L. DISEASE - EA EMPLOYE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 D Pollution Coverage PLS12031329 O6/01/2QT5 06/01/2018 $15,000,000 Each Incident $15,000,000 Aggregate DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 707, Addkional Remarks Schedule, may be attached tf more space is required) Re: ITB No. 2015-293, Chemicals for Water Treatment/Water Reclamation Facilities City of Stuart is named as an Additional Insured as required by written contract with respect to General Liability ad Automobile Liability. A waiver of subrogation applies in favor of the certificate holder with respect to General Liability ad Automobile Liability as required per written contqact and where permitted by law. CERTIFICATE HOLDER CANCELLATION City of Stuart SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 121 SW Flagler Avenue THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Stuart FL 34994 AUTHORIZED REPRESENTAI7VE ' 9��,�./.,� The ACORD name and logo are registered marks of ACORD O 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) (This cerOficate replaces cerUficateit 9553348 issued on 9222015) POLICY NUMBER: GLP2011827-12 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSF'ER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABlLITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization for wham you are required by written contract or agreement to waive rights of subrogation or recovery but only if such written contract or agreement is entered into (not backdated) and put in effect prior to loss by you or any other person, entiry or organization for whom you are legally responsible. Information re uired to com lete thts Schedule, if nat shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recavery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising aut of your ongoing operations or "your work" done under a contract with that person or organization and included in the "praducts- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 O Insurance Services Office, Inc. 2008 Page 1 of 1 � POLICY NUMBER: GLP2011827-12 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location(s) Of Covered Operations Or Or anization s As required by those entities with whom the Named Insured executes a written contract. With respect to the coverage afforded the additional insureds scheduled above, the coverage provided hereunder shall be primary and not contributing with any other insurance available to those person(s) or organization(s) wikh which you have so agreed in a written contract or written a reement. Information re uired to com lete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these . include as an additional insured the person(s) or additional insureds, the following additional organization(s} shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage" occurring after: caused, in whole or in part, by: 1. Your acts or omissions; or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" oufi of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than tha# which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 O{nsurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insura�ce afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declaratians; Section 111— Limits t�f Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 U Insurance Services Office, Inc., 2012 CG 20 10 0413 POLICY IVUMBER: GLP2011827-12 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following_ COMMERCIAL GENEFtAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s Location And Descri tion �f Com leted O erations As required by those entities with whom the named insured executes a written contract. Information re uired to com lete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III — Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: pertormed for that additianal insured and included in the "products-completed operations 1. Required by #he contract or agreement; or hazard". 2. Rvailable under the applicable Limits of However: lnsurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 O Insurance Services Office, Inc., 2012 Page 1 of 1 � ���- Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE REAb IT CAREFULLY WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Policy Number: SISIPCA08333115 Effective Date: 6/1/2015 at 12:01 AM Named Insured: Tanner Industries, Inc. This endorsement modifies insurance provided under the fol/owing: � BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, A. - Loss Conditions, 5. - Transfer of Rights of Recovery Against Others to Us, is amended to add: However, we will waive any right of recovery we have against any person or organization with whom you have entered into a contract or agreement because of payments we make under this Coverage Form arising out of an "accidenY' or "loss" if: �� � The "accidenY' or "loss" is due to operations undertaken in accordance with the contract existing between you and such person or organization; and �2� The contract or agreement was entered into prior to any "accidenY' or "loss". No waiver of the right of recovery will directly or indirectly apply to your employees or employees of the person or organization, and we reserve our rights or lien to be reimbursed from any recovered funds obtained by any injured employee. All other terms, conditions and exclusions of the policy shall remain unchanged. Signed for STARR INDEMNITY 8� LIABILITY COMPANY .� .; J''xe �" �� � . _ Charles H. Dangelo, resident Nehemiah E. Ginsburg, General ounsel SICA 1020 (03/12) Page 7 of 1 Copyright O C. V. Starr & Company and Starr Indemnity 8� Liability Comparry. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. S�uaRr. Q�C P .�a�:r ;r. . l� o' � � - �� Cit of St D �� � y uart T � O ` 121 S W Flagler Avenue • Stuart • Florida 34994 qplTq� OF � Deparhnent of Financial Services Procurement and Contracting Services Division Lenora Darden, CPPB Telephone (772) 288-5320 Procurement Manager Pax: (772) 600-0134 purchasin��c i. stuart. fl. us September 17, 2015 Via: Email transmission, sales(a�tannerind.com Tanner Industries, Inc. Attn: Matt Tanner, Sales Administrator 735 Davisville Road Southampton, PA 18966 Subject: Notice of Award ITB No. 2015-293, Chemicals for Water Treatment/Water Reclamation Facilities Dear Mr. Tanner: The Stuart City Commission awarded ITB No. 2015-293, Chemicals for Water Treatment/Water Reclamation Facilities, to your frm on Monday, September 14, 2015, in the amount of $14,052.50. Please consider this your formal notice of award. The City of Stuart requests that you provide all necessary insurance requirements within 10 days (September 27, 2015) as listed below: A"Certificate of Insurance" which reflects all types and levels of coverage as noted in the Request for Proposal. The insurance certificate must also have rip nted in the "Remarks" box, words to the effect: "The Citv ofStuart is an additional insured': The City requests that the insurance certificate lists the ro'ect number and the nroiect name, ITB No. 2015-293, Chemicals for Water Treatment/Water Reclamation Facilities. Orders from the City of Stuart will be placed throughout the contract period through the issuance of a Blanket Purchase Order, which will serve as your contract and notice to proceed, upon receipt of required documents. All services shall be coordinated with the City Project Manager, Mike Woodside at 772-288-5343 ext. 5444. The initial contract period will be for one year, effective October 1, 2015 through September 30, 2016, with two one-year renewal options. The City reserves the right to exercise the option to renew annually, if mutually agreed upon in writing by both parties subject to the same terms and conditions of the original agreement. Annual renewals shall be subject to the appropriation of funds, vendor's satisfactory performance and determination that the contract renewal is in the best interest of the City. The City of Stuart looks forward to a mutually beneficial business relationship. If you have any questions, please feel free to contact me by email at purchasin�(�c�ci.stuart.fl.us or call me at (772) 288-5320. Sincerely yours, � Lenora Darden Procurement Manager Cc: Dave Peters, Assistant Public Works Director Mike Woodside, Team Leader II 2015-293 ITB File '\Lty,,...°ryT�t'��'o ��.L� �d.J.� ��.���A.1� � � 9 �� � R';� r l? i ;�\F� ��ia , ',� :,-�.�� � '� ' `?���('� "� �CLt1i!', t'�. •7-���`t�4 C 1!'l �,�, �r1L OF 1.����2[3'tT2lC':1L C)f T'i11:311C?�l� .>�i'�"1Cc'ti Lc'IiOI'i Dariien YCGCLiC�IIIZ[tT c;i. : JZC�'4CC� ilil'lii0tl 77�.iEl�I.S) I?-�. ��,l Procu, \�iaiza2er 772?8�.�3�Q P€-i0?�'E aii�cliasi�� �'rn cistt�art,tt��s INVITATION TO BID FOR: CHEMICALS: WATER TREATMENT/WATER RECLAM�ITION FACII.,ITY DATE: June 22, 2015 DEPT: Public Works BID NUMBER: 2015-293 THI� IS NOT AN ORDER Bids will be opened and publicly read aloud at City Hall, 121 S.W. Flagler Ave., Stuart, FL at 2:30 pm on Wednesday, the 29� dav of Julv, 2015. Bids must be SUBMITTED ON THE desired. Please aitach this completed form as the top sheet for all bids submitted. Bid bonds, if required, may be in the form of a Surety Bond, Cashier's Check or Certified Check (checks payable to The City of Stuart). Bidder's Name �+�q�4�- Ic'1ir1Lhi',:� Com an Name '� t ! p y 1 l� i/1 !%!C'�' � in rl..a e-�f i �' `s r• z e= - StreetAddress 73� ��,�,>s,=� IPv !Z�{. City, State, Zip � <<f�„��a,� � �;�:�: . �'f� ( ��l �;�.r Total Amount of Bid $ i� 9���= 3� It is the intent and purpose of the City of Stuart that this Invitation to Bid promotes competitive bidding. Tt shall be the bidder's responsibility to advise the Procurement Division if any language, requirements, etc., or any combination thereof, inadvertently restricts or limits the requirements stated in this Invita.tion to Bid to a single source. Such notification must be submitted in writing and must be received by the Procurement Division not later than ten (10} days prior to the bid opening date. Hand Deliver MaiUEgpress Bids to: Stuart City Hall Procurement & Contracting Services Office 12I S.W. Flagler Avenue Stuart, Florida 34994 ITB I�o. - - - — - - - page - A1 INSTRUCTIONS TO BIDDER Al.l Each bidder shall furnish the information required on the bid schedule and ea.ch accompanying sheet thereof on which he makes an entry. Offers submiited on any other format are subject to disqualification. A1.2 All bids must be submitted in a sealed envelope plainly marked on the outside with the invitation to bid nnmber, date and tinae of opening. A1.3 All Bids Must Be Submitted in Triplicate. This includes specifically the bid cover page, the bid signature secfion (A2), any section on which annotations are required or exceptions are taken, the bid schedule {F}, and any snpporting documentation or literature being submitted with your bid. A1.4 It is the bidder's responsibility to assure that Bids are received in the City of Stuart Procurement & Contractivag Services Office, 121 SW Flagler Avenue, Stuart, Florida 34994, not later than 2:30 p.m., on the day and date shown above. Any received after this date and time will not be accepted or considered, and will be returned unopened to the bidder. No telegraphic or facsimile offers will be considered. A1.5 Bids will be publicly opened and read aloud in the I Floor Confere�ce Room at City Hall on the above appointed date at 2:30 p.t�n. or as soon as possible thereafter. A1.6 Sids may not be withdrawn for a period of 30 days after the public opening date. A1.7 Bidder's attention is specifically called to the tezxns and conditions of this solicita.tion_ A1.8 Please check your prices before submitting your bid, as no change in prices will be allowed after the opening_ All prices and notations nnust be in ink or typewritten. Be sure your bid is signed. A 1.9 All iterns quoted must be in compliance with the specifications. Alternate bids will not be considered unless they are specifically called for in this solicitation. A1.10 Any actual or prospective bidder who protests the reasonableness, necessity or competitiveness of the terms and/or conditions of the invitation to bid, selection or award recotxux�endation shall file such protest in writing to tl�e Stuart City Manager with a copy to the City Procurement & Contracting Services Manager. A1.11 Questions relative to interpretation of specifications or the solicitation process shall be addressed to the Purchasing Agent, in writing, in ample time before the period set for the receipt of bids. Any interpretations, clarifications or changes made will be in the form of written addenda issued by the Procurement Office. Ozal answers will not be authoritative. AI.12 It will be the responsibility of the bidder to contact the Procuxement Office prior to subrnitting a bid to ascertain if any addenda have been issued, to obta.in all such addenda and to return executed addenda with their bid. The Procurement & Contracting Services Office is located at 121 SW Flagler Avenne, Stuart, Florida 34994, telephone # (772) 288-5320, Fax (772) 600-0134, and email �,a°.? �°?,�;G'ri�t'�.f1.€��;. ITB No: 2015�93 - - -- --- ---- - - - - Page 2 A2 BID SIGNATURE SECTION A2.1 This sheet must be signed by a person authorized to sign for your firm. and returned with your bid. Failure to camply will result in disqualification of submittaI. A2.2 Delivery shall be a factor in award. Failure to perform within delivery deadline(s) set forth in the specifications or any other contract document shall constitute default. A2.3 Section Not Used A2.4 The City reserves the right to reject any or all bids, without recourse, to waive technicalities or to accept the bid which in its sole judgment best sezves the interest of the Ciiy. Cost of submittal of this bid is considered an operational cost of the bidder and shall not be passed on to or be borne by the City. A2.5 Goods, services, supplies oz equipment covered in the specifications shall be delivered F.O.B. Destination. A2.6 The City may accept any item or group of items on any bid unless the offeror qualifies his bid by specific limitations. A2.7 Bidders are requested not to contact the City Commission, requesting/evaluating Departments or Divisions after bids are opened. Any questions from bidders or evaluating Departments or Divisions will be answered through the Procurement Division. A2.8 If not bidding any or all items, please so state. A2.9 Bidders are expected to examine the specifications, delivery schedule, bid prices, extensions and all instructions pertaining to supplies and services_ In the event of extension error(s), the unit price will prevail and the Bidder's total offer will be corrected accordingly. In the event of addition errors, the extended tota.ls will prevail and the Bidder's total will be co�rrected accordingly. Bids having erasures or corrections must be initialed in ink by the Sidder. A2.10 Failure to comply with these inst�-uctions may result in disqualification of your bid. I 0? � ��7i.Ql�1e'r` �VV,�s15?Yii'S� lik�� /jc.a l� ��[S!�'�.�U4Ll�'�';Ft1i.�:J��G''✓f Firm Name Date Email Address ____i�r��"1 t� ��-�... � � S - 3 Z -' - i � ; 5' Authorized Signature Telephone Number (Manual) J I(S7T �Gt[/1!r?r'P'�)C;tc'S Pt-1s•Nrc9 r S�i^7�tt, `IS — S L< " 7�`/ ( Naxne/Title (Please Print) Facsimile Number Any questions regarding this Invitation to Bid shauld be addressed to the Procurement & Contracting Services Office, City of Stuart, Florida. Contact Purchasing: Email: ��ui and Fax # (772) 600-0134. ITB No. - - - - - - - Page 3 B. GENERA,L PROVISIONS B1. Paymen#/Invoicing: No payment will be made for znaterials ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services have been received and accepted by the City in the quality and quantity ordered. Payment wil] be accomplished by submission of invoice, in duplicate, with Purchase Order Number referenced thereon and mailed to: Financial Services Deparpr�nent, 121 S.W. Flagler Avenue, Stua.rt, FL 34994. Payment in advance of receipt of goods or services by the City of Stuart cannot be made. B2. Purchasing Card Program: � A. Prefened method of payment is by means of the City of Stuart Purchasing Card (VISA)_ The selected Bidder(s) can take advantage of this program and in consideration receive payment within several days, instead of the City's policy of Net 30 Days After Receipt of Invoice (A.RT). B. Bidders are requested to acknowledge acceptance of purchasing VISA caxd on the Bid Schedule. In the event of failure on the part of the Bidder to make this statement, the City shall asswne the purchase or Contract price shall be governed by the Net 30 ARI. C. The City of Stuart ofFers bidders who commit to accepting the Puxchasing Card as payment, a one percent (1 %) reduction in their bid price for evaluation purposes only. When evaluating prices submitted by bidders in response to this solicitation, the total offered price of a bidder commit�ed to accepting the Purchasing Card will be reduced by one percent, the resulting number is then cornpared to the other bidders' offered price. If the committed bidder is awarded the contract, the award will be at the original bid price. B3_ Fund Availabil�ty: Any contract resulting from this solicita.tion is deerned effective only to the e�ent of appropriations available. B4. Permits/Licenses/Fees: Any permits, licenses or fees required will be the responsibility of the successful bidder, no separate payment will be made. Adherence to aIl appiicable code reb lations (Federal, State, County, Ciry), are the responsibility of the successful bidder. Confined space permit may be required from the City of Stuart. Please see Section B23. Sa�ety Standards. B5. Taaes: The City of Stuart does not pay Federal excise oz State sales taxes_ Ouz ta�c exemption number is 85-8012740159C-6. B6. Warranty: The bidder shall state the warranty offered against defective worknnanship and material, if required, as specifted in Section C-Special Provisions. B7. Independenf Pricing: By submission of this bid, the bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, that in connection with this procurement: ITB No� 2015-293 - - Page 4 A. The prices in this bid have been arrived at independently, without consultation, communication, or agreement with any other offeror or with any competitor for the purpose �f restricting competition, or in any other way influencing the competitive arena B. Unless otherwise required by law, the prices, which have been quoted in this bid, have not been knowingly disclosed by the biddez and will not lcnowingly be disclosed by the bidder prior to opening, directly or indirectly to any offeror or to any com�,petitor. C. No attempt has been made or will be made by the bidder to induce any other person or firm to subm.it or to not submit a bid for the purpose of restricting camp�tition, or in any other way znfluencing the competitive az B8. Inspection/Acceptance Title: Inspection and acceptance will be at the City of Stuart's ordering department/division unless otherwise stipulated. Title and risk of loss or damage to all items shall be the responsibility of the vendor until accepted by the using department of the City, unless loss or damage results frorrt negligence by the City or it's using Department. B9. Changes: the City of Stuart reserves the right to order, in writing, changes in the work within the scope of the contract such as change in quantity or delivery schedule. The contractor has the right ta request an equitable pz�ce adjustment in cases where modifications to the contract under the authority of this clause xesult in increased costs to the contractor. `� B 10. Liabiliiy: The vendor shall act as an indeper�dent contractor and not as an eznployee of the City of Stuart. The successful bidder is required to indemnify, defend, and hold and ��~"`�` �" �,` save harmless the City, its officers, agents, and employees, from damages arising from �ti�c�����, V'� "" the vendor's performance of, or failure to perform, any task or duty required to be performed by the vendor. B I 1. Conflict of Interest: All offerors must disclose with their offer the name of any officer, director, or agent who is also an officer or employee of the City of Stuart. Further, all bidders must disclose the name of any City officer or employee who owns, directly or indirectly an interest of ten perce�t (10%) or rnore of the bidder's firm or any of its branches. B12. Termination for Convenience: The City of Stuart reserves the right to terminate the Agreement in whole or part by giving the vendor written notice at least thirry (30) days prior to the effective date of the termination. Upon receipt of termination notice from the City, the vendor shall only provide those sezvices specifically approved or directed by the City. All other rights and duties of the parties under the Agreement shall continue during such notice period, and the City of Stuart shall continue to be responsible to the vendor for the payment of any obligations to the extent such responsibility has not been excused by breach or default of the vendor. _- - - - - -- ---- - - - - B�o. 20T5=2;93 Page 5 Upon termination, vendor shall bill the City of Stuart for all axnounts not previously billed and due the vendor at that time. The vendor shall not be entitled to a professional fee nor to expenses for any work connzrxenced or expenses incuned after the vendor received the notice of termination, unless specifically approved or requested by the City. The vendor shall however, be entitled to payment for services commenced and approved by the City prior to the receipt of notice, or with the express written consent of the City, prior to the effective dafie of termination. B13. Ternnination for Default; The performance of the Agreement nnay be terminated by the City of Stuart in accordance with this clause, in whole or in part, in writing, whenever the City shall deternnine that the contractor has failed to meet pez�'ormance requirement(s) of the Agreement. B 14. Venue: Any contractual arrangement between the City of Stuart and the vendor sha11 be consistent with, and be governed by, the ordinances of Martin County, the Ciry of Stuart, the whole law of the State of Florida, both procedural and substantive, atad applicable federal statutes, rules and regulations. Any and all litigation arising under any contractual arrangement shall be brought in the appropriate court in Martin County, Florida. B 15. Contract Modifications: In addition to changes made under the changes clause, any contract resulting from this solicita.tion may be modified within the scope of the contract upon the written and mutual consent of both parties, and approval by appropriate legal bodies in the City of Stuart_ B16_ The Contract: Notice of award by the City of Stuart will constitute acceptance o£ the Bid. This bid package, including all tezms, conditions and specifications, signed by the successful bidder along with the docutnentation included in the bidders submittal as required by this Invitation to Sid and other additional rnaterials submitted by the bidder and accepted by the City shall constitute the contract. A.fter notice of award, a valid certificate of insurance shall be issued to the City within 10 days. A purchase order will serve at the contract with an effective date of October 1, 2015. B 17 Force Majeure: Neither pa.rty to this agreement shall be liable to the other for any cost or damages if the failure to pez the agreement arises out of causes beyond the control and withaut tk�e fault or negligence of the parties. Such causes may include, but are not restricted to, acts of God, fi�res, quarantine restriction, strikes, and freight embazgoes. In all cases, the failure to perform must be totally beyond the control and without the fault or negligence of the party. The delivery schedule, if applicable, shaIl be extended by a pariod of time equal to the time lost due to such delay. B18. Proposal as Public Donnain: All documents and other materials made or received in conjunction with this project will be subject to public disclosure requirements of chapter 119, Florida Statutes. The bid wiil become part of the public domain upon opening. Vendors shall not submit pages marked "proprietary" or otherwise restricted" I'�'$No. 2015=29� - -- — Pa�e-6_ B19. Equal Opportunity: The City of Stuart recognizes fair and open competition as a basic tenet of public procurement and encourages participation by minority and women o�xmed business enterprises. The City requests minority and women owned business enterprises submit evidence of certification with submittals. B20. Assignment & Subcontracting: The successfixl bidder will not be permitted to assign its contract with the City, or to subcontract any of the work requirements to be performed without obtaining prior written approval of the City of Stuart. B21. Insurance: The contractor shall, dnring the entire period of performance of any contract �esulting from this solicita.tion, procure and maintaan at least the minimunn types of insurance as stipulated in the insurance attachment to this solicitation. Proof of such insurance must be provided to the City priar to beginning any contract per£ozmance. B22. Additional Terms and Conditions: No additional terms and conditions included with the bid response shall be evaluated or considered; any and all such additional terms and conditions shall have no force and effect and axe inapplicable to this bid. If subrnitted either purposely through intent or design or inadvertently appearing separately in ixansmitting letters, specifications, literature, price lists, or warranties it is understood and agreed the general and special conditions in this solicitation are the only conditions applicable to this bid and the bidders authorized signature affixed to the bid signature section attests to this. B2�. Safety Standards: All contractors and sub-contractors shall adhere to all Federal, State, County and City safety regulations and requirements. The City of Stuart safety manual is available for use by any vendor contracted to provide services, supplies and/or equipment to the City of Stuart. B24. Public Entity Crimes: Pursuant to the requirements of Section 287, Florida Statutes, all vendors are subject to those provisions pertaining to Public Entity Critnes and the Convicted Vendor List. B25 Public Records: In compliance with F.S. 119.0701 the Professional shall: A. Keep and mainta.in public records that would ordinarily and necessarily be required by the public agency in order to perform the service. This includes without limita.tion, any and all financial, accounting, operational or service records or reports kept, generated or issued as a normal part of the services provided. B_ Provide the public with access to these public records on tlae same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. C. Ensure that pubiic records that are considered exempt or confidential, and therefore exerrxpt from public records disclosure zequirements, are not disclosed e�cept as authorized by law. ITB No. 201 �-293 - - - --- Page 7 D. Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the Pro£essional upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclvsure requireznents. E. All records stored electronicaIly must be provided to the public agency in a format that is compatible with the information technology systerns of the public agency." F. If the Contractor does not comply with a public records request, the public agency shall enforce the contract provisions in accordance with the Contract. C. SPECTAL PROVISIONS C1. Intent: The City of Stuart is seeking qualified and experienced vendors to furnish and deliver the specified chemicals on an"as needed" basis, in full accordance with the specifications, terms, ar�d conditions contained in this Intvitation to Bid (ITB). C2. Minimum Requirements: The bidder should submit the follow�it�g information with their bid package to be considered responsive in order for the City to fully evaluate the fum's qualifications. Failure to fully submit the requested inforrnation may result in the bid being considered non-responsive. A. Bidders are to provide a nninimum of three (3) satisfactoxy references within the past five (5} years of similar accounts and size on the City provided form. Lidder is responsible for verifying correct phone numbers and contact information_ Failure to provide accurate data. may result in the reference not being obtained or considered. B. Bicider must be an authorized agent, dealer, seller, or distributor for the sale and distribution of product. C. Completion and submission of Questionnaire attached herein. C3. References: As part of the evaluation process, the City may conduct an investigation o:C references including a record check of consumer a.ffairs complaints. Bidder's submission of bid constitutes aclrnowledgment of the process and consent to investigate. City is the sole judge in determining Bidder`s qualifications. C4. Qnalification of Bidders: This bid shall be awarded only to a responsive and r.esponsible bidder, qualified to provide the work specified. Bids will be considered from firms who have adequate personnel and equipment and who are so situated as to perforrn prompt service. Bids will be considered only from frms which are regulaxly engaged in the business as described in this bid package; with a record of performance of not less than five (5) years, which have sufficient financial support, equipment, and organization to ensure that they can satisfactorily execute the service if awarded an Agreeznent under the tezms and conditions herein stated. The terms "equipment and organization" as used herein shall be construed to mean a futly equipped and well-established company in line with the best business practice in the industry and as solely determined by the City. ITB Na: 20�15=293 - — Page 8 C5. Qnality: The City will make the sole determination as to the suitability of goods when quality is a question or concern. C6. Minimam Payment Terms: Minimuxn payment te�ns shall be Net 30 days. C7. F.O.B. Point: F.O.B. point is destination for a11 deliveries. (See Sectzo� ES). C8. Firm Prices: The prices offered shall remain firm for the period of any agreement reached as a result of this invita.tion to bid. C9. Other Entity Use: The successful bidder(s) may be requested to convey their bid prices, contract terms and conditions, to municipalit�es or other govemmental agencies within the State of Florida. C10. Silence of Specifications: The apparent silence of these specifications and any addenda hereto, as to any details; or the omission fronn it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that the service provided shall be complete and without additional requirement to the utilizing public entity. All interpretations of these specifications shall be made upon the basis of this statement. C1 l. Attachments: There are five (5) attachments to this Invitation to Bid. The successful bidder must comply with attachments as follows: Attachment A Insurance Requiremeztts �Proof of ability to obtain insurance to be subnait�ed with bid document. Atta.chment B Qualifications/Experience of Bidder Attachment C References Atta.chment D Bidder's Checklist AtCachment E Statement of No Bid D. AWARD OR REJECTION OF BIDS D l. Award of Contract: The City of Stuart intends to award to the most responsive responsible bidder witn the lot�vest bid. The purchase order will serve as the notice to proceed_ D2. Method of Award: A. The City intends to award this bid on an item by item basis to a Primary bidder. Award of the prinnary will be deternuned in order of responsiveness, delivery, acceptance of purchasing card program, materials and service proposed, along with bidder's qualifications, adequate organization, and personnel to ensure prompt and efficient performance of work to the City. After the bid has been awarded, the Primary bidder will be used in every instance of ordering products as long as their firm is capable of delivering the product/material in question within the tinne specified in this bid. If the Primary bidder is not able to deliver the product in ITB No. 2015-Z93 - - - - - - - Page 9 question within the specified time, the City reserves the right to contact the secandary bidder with the subsequent lowest responsive responsible bid accordingly. B. Bidders are required to bid all items in Section E9, Technical Specifications and Bid Form to be considered. Bidder should not reference the words °`No charge, N/A, included, etc." on any of the line items. Vendaz must identify a monetary amownt for each line item. If vendor is not providing a bid price for an item, zero {o) must be desi�ated on that line item. Failure to identify a moneta.ry amount for each item nnay cause bidder's bid response to be considered non-responsive and rejected. D3. Modifications: This bid shall be awarded only to a responsive and responsible bidder. Bidder hereby certifies that the ternns and conditions, including but not limited to, the scope of work have not been altered or modified in any manner_ Any modification to this solicita.tion by the bidder will result in Bidder's response being found non-responsive and thereby disqualified. D4. Best Prices: Awaxd will be made without furthec negotiation based upon competitive bids; therefore your best price should be submitted in response to this invita.tion to bid. D5. Rejection of Bids: The City of Stuart reserves the right to reject any or a11 bids with or without cause when such rejection is in the best interests of the City, at the City's sole determinatiori. The City also reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time contracts of a similar nature, or whom investigation shows is not in a position to perform the contract_ D6. Determining Responsibiliiy: In determining responsibility, the following qualifications will be considered by the Procurernent & Contracting Services Manager: A. The bidder's ability, capacity and skill to perform the contract or provide the service within the time specified_ B. The reputation, judgment and experience of the bidder. C. The quality of performance of previous contracts oz services including previous performance with the City. D. Previous and e�sting compliance by the bidder with laws and ordinances relating to the contract or service. E. Financial resources of the bidder to perform the contract or provide the service. F. Ability to provide future maintenance and service for the use of the subject of the cont�ract. G. Whether the bidder is in arrears to the City on a debt or contract or is a defaulter on surety to the City, or whether the bidder's taxes or assessments are delinquent. ITB No. 20] 5-293 - - Page ] 0 D7. Contract Terms: At all times during the term of the contract, the successful Contractor sha11 act as an independent Contractor and at no time shall be considered an agent or partx�er of the City. A. Cont�ract Period: This contract shall be awarded for an initial term of one (1) year subsequent to approval by the City Comrnission effective October 1, 2015. The contract may be renewed for two (2) additional orie year periods provided both the successful bidder and the City agree and all terms and conditions remain the same_ Any contract or amendment resulting from this solicitaxion shall be subject to fund availability and mutual written agxeement between the City and the successful bidder. Extension of the contract for additional thirty (30) day periods for the convenience of either party shall be permissible at the mutual consent of both parties. B. Option to E�tend: The performance period of any contract resulting frorn this solicitation may be extended upon mutual agreement between the contractor and the City of Stuart with no change in terms or conditions. Any extension of performance period under this provision shall be in one-year increments. The contract may be renewed for two (2) additional one-year periods, provided both parties are in agreement. Total contract length, ivacluding individual one-year extensions, shall not exceed three (3) years. Consideration of price increases at each renewal period will be given provided such escalations are reasonable and acceptable to the City. Any price iancreases rnust be justified, documented and approved by the City of Stuart. It is also expected that de-escalation of prices wiil be extended to the City if the market so reflects. C. Contract Azx�endmez�t: The City may require additional items of a similar nature, but not specifically identified in the contract. The Contractor agrees to provide such items/services, and shall provide the City prices on such additional items ox services based upon a formula or method which is the same or similar to that used in establishing the prices in this bid. If the price(s} offered are not acceptable to the City, and the situation cannot be resolved to the satisfaction of the City, the City reserves the right to procure those items/services from other vendors or to cancel the contract. Furthermore, the City reserves the right to delete or revise items and services under this bid at any time during the contract period when and where deemed necessary. Deletions may be made at the sole discretion of the City at any time during the contract period. Items revised nnust be nnutually agreed upon in writing by the Contractor. D. Non Exclusive Contract: Contractor agrees and understands that the conira.ct shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services at its sole option. D8. Method of Ordering: A blanket purchase order shall be issued for the term of the award. The department(s) wi11 order requirement(s) on an "as needed" basis. All terms, conditions and prices of the bid are applicable. Only awarded bid items nnay be purchased. Vendor is to take all necessary steps to insure this requirement. Invoices must reference Purchase Order. D9. Quantities: The quantities specified are based on annual estimates. The City of Stuart ITB No_ 2015=293 - -- -- Page 11 makes no warantee regardinb the quantity to be purchased and reserves the right to increase or decrease the total quantities, as necessary, to meet actual requirements. D10. Performance: The Ciiy heavily monitors the quality and performance of work performed andlor supplies furnished by the awarded vendor for future consideration andlor reference purposes. The City may return, for fi�ll credit, any item(s) received which fail to nneet the City's performance standa.rds. E. SCOPE OF SERVICE E1. Generallnformation: A. The purpose of this bid is to purchase the specified chemicals on an "as needed" basis delivezed to designated City of Stuart locations. Chemicals will be ordered on an "as needed" basis for the term of the agreement. B. Contract shall allow for all labor, materials, supplies, transportation, services and related services to supply chemicals to the City's Water and Water Reclamation Facilities on an "as needed" basis. E2. Material Safety Data Sheet and Certifieate of Analysis: : In coznpIiance with . Florida's Occupational Safety and Health Statute (Chapter 442) any commodity delivery as a result of this bid must be accompanied by a current MSDS and Certificate of Analysis (COA} with bid package submittal and with each receipt of order. Note: It is incumbent upon all bidders to include information sufficient in detail to allow for an informed decision process. E3. Codes & Regulations: Goods must be in accordance with the following: • National Science Foundation (NSF) • American Water Works Association(AWWA) • Conformance with any other applicable local codes and standards E4. Contractor Responsibility: �$ A. The biddez shall be responsible for the protection of property in the areas appointed for delivery against spills. Contractor is responsible for clean-up of any u�{CLt}� � � � '���yry S�111S. � ''-�`` � B. It is hereby made a part of this agreement that before, during and after a public emergency, disaster, hunricane, flood or Act of God that the municipal government, through the City of Stuart, shall require a"first priority" basis for goods and services. It is vital and irnperative that the majority of citizens are protected from any emergency situation that threatens public health and safety_ ITB No. 20l 5-293 - - -- Page 12 E5. Delivery Requirements: A. All prices quoted shall be F.O.B. destination, freight prepaid (Bidder pays and bears freight charges, Bidder owras aoods in transit and files any claims). The successful bidder shall be fu�ly responsible for any and ali travei expenses and/or delivery/transport charges to and from destination. Exact delivery points will be indicated on the purchase order. All bid prices shall be delivered price. The City will not be responsible for separat.°, delivery fees. B. Delivery is requested within 72 houcs after receipt of purchase order. Delivery coordination shall be made in advance with the City's Project Manager. No deliveries will be accepted before 7:OOam ar after 3:OOpm. Back-orders shall be made known to the City at time of order placement. Failure to supply deliveries within requested time period may result in contract cancellation. Delivery locatior�s are as specified beIow. C. The product sha11 be delivered on site to two (2) locations: • Water Treatment Plant: 1002 Palm Beach Road, Stuart, Florida 34994 • Water Reclamation Facility: ;O1 SE Stypmann Boulevard, Stuart, �'lorida 34994 E6. Quality Assurance & Returned Goods: All material shall conform to Florida Department of Transporta.tion Standard Specifications latest edition_ T�e successful bidder upon receipt of a purchase order shall assure the product conveyed is of the correct quantity and meets all specifications of the bid, purchase order and order release. Material, which does not meet bid and puzchase order specificaxions and requirements, including quality standards, shall be subject to reiurn to the vendor, at the expense of the vendor. E7. Alternate/Egceptions: The Bidder sha11 be responsible for reading very carefully, and understanding completely, the requirements and the specifications of the items requested. Any deviation from specifications listed herein must be clearly indicated, otherwise it will be considered that items ofFered are in strict compliance with these specifications, and the successfu] bidder will be held responsible therefore; exceptions must be explained in deta.il on an attached sheet(s) and itemized by number. Any item(s) that does not meet City speci�cations upon delivery will not be accepted and if the item cannot be brought up to specifications in a reasonable time, the Bidder will be required to compensate the City for the difference in price entailed in going to the next qualified bidder. Bidders offering equivalent items must meet the general design and style given for the "as specified" item. E8. Technical Specifications: The intent of t11is solicitation is to receive bids for the product specified. The rnaterials specified cannot be substituted with ar�y othez materials. City of Stuart personnel shall make all determinations of equipment equivalence and compliance with specifications. Those determinations shall be final. These specifications are based on a particular level of performance required to be responsive to this ITB. Detezmination of whether an alternate product be of£ered, a detailed description of specifications must be submitted and included with your bid. Failure to connply will result in disqualification of � ITB No. ZO15-293 - - -- Page 13 the bid submittal as non-responsive. Vendors will describe how they comply when asked to specify their compliance. Technical Specifications Item Chemical Physical Data Tndividual Compliance Used at No. Description Shipment �p Quantities V�rWTp 1 Liqnid Sodium Density 1.10 —].30, SpG (10%) 1.163, 5,000 gallon Yes ❑ No ❑ �TP Hypochlorite �12%) 1•2a� combined delivezies, Tanker w � P Color: liquid=green-yeilow Truck Minimum strength of 120 grams per liter (12 trade percent by vofume) Contaminant concentration limits: Iron < 03 rng/L Copper < 03 mg/T. Nickel: <03 mg/L Chlorate: <2,50� mg/I, f�� �; Bromate < 20 rng/L Perchlorate < 20 mg/L Suspended Solids Test Time < 3 minutes The suspended solids in the sodium hypochlorite delivered under this contract shal( be minimized and the shipnnents � - delivered shall achieve a filtration time of less than 3 minutes for 1,OU0 ml when applying the "Suspended Solids Quality Test for Bleach UsinD the Vacuum Filtration" Method co-developed by Dr. Bemard Bubnis ofNovaChem. 2 Anhydrons SpG 0.62 @ 60 F, pH+ 11.6 (1 N sol. In City owns a 1,000 Yes � No ❑ WTP Ammonia water) % volatile by volume: 100 gal tanlc, Solubility in water: 33% @ 68F 'I'he average Vapor density: 0.6 @ 32 F delivery size is Metallurgical Grade Anhydrous Ammonia 600 gals/3,000 lbs 3 Hydrofluosilicic 2� — 25% AWWA Standard B703-06 ;00 gallon Yes ❑ No ❑ W'I`p Acid No more than 0.020% heavy Metals deliveries, Tanker (Mercury, Lead, Bismuth, and Copper Truck ��, (� f� expressed as Lead 4 Quicklime (pebble Not less than 92% available Ca0 25 ton deliveries, Yes ❑ No ❑ WTP Lime) *Florida �AG = 3.3, pH 11.7 —12.5 Tanker Truck Lime is Not Slaking rate: l 00g in 400g of water shall W�fh pneumatic Acceptable increase temperature from 25C to 72C in ��loading three minutes capability Size: 1/8" x 3/8" (maximum of 10% passing �`�' ��� a i/8" screen & nothing retained on 'h" screen) ITB No. 2015-293 - Page l4 5 Hydrochloric Acid ?0 Baurne, 31 _45% active ingredients 55 gallon drums, Yes ❑ No ❑ WTP 3 J.45% (muriatic 68.55% inert Flat-bed Truck acid) (20 drums) �4 J '� C t 6 Sodium Contain not less than 60% phosphorus 50 pound multi- Yes ❑ No ❑ WTP Hexannetphosphate pentoxide, 26.2 phosphorus, or 80.4% v,�alled, moisture phosphate on an as-is basis, pH of 1% proof bags, solution 5.7 — 7.3 Enclosed Truck The t�al order size will be one 1 allet �� �� ��� � ' � � p with lift-gate of 50 bags (SO lbs each). 7 Einionic Dry FBS 73a 50 pound multi- Yes ❑ No ❑ WTP Polymer with a 30 walled, moisture positive charge proof bags, Enclosed Truck ! with lift-gate ��'� ��' ` `� SOO lbs per order 8 Cationic Liquid FBS 7602 55 gallon drums, Yes ❑ No ❑ WWTP Polymer 7'he cationic liquid polymer at the Watez Flat-bed Truck Reclamation Facility is used for sludge with life-gate dewatering with a belt press, price per gallon ,� . sold in 55 gallon containers @ 42% active `� " t '' `� content 9 Liquid Ferric The liquid Ferric Sul£ate shall conform to all 275 gallon semi- Yes ❑ No ❑ WTP Sulfate applicable AWWA/ANSI standards, latest bulk tote bins � - revisions, including ANSUAWWA Standard Flat-bed Truck B406 or the latest revision; "Standard for with lift-gate Ferric Sulfate". The liquid ferric sulfate shall be supplied as aqueous solution � ��. ��� containing nor less than 12.5% ferric iron r ' and contain no more than 0.1% ferrous iron, all soluble, which is approved for potable water treatment. 10 Liquid Ferric The liquid Ferric Chloride shall conform to 275 gallon semi- Yes ❑ No ❑ WTP Chloride all applicable AWWA/ANSI standards, bulk tote bins latest revisions including ANSi/AWWA Flat-bed Truck Standard 60 certified for use in potable with lift-gate �� � i c� water treatnnent. ITB No. 201 �-293 - - - -- Page 15 F. BID SCHEDUL�E: In accordance with the terms, conditions and specifications, the undersigned bidder hereby sabmits the following prices for supplying The City of Stuart with the goods and/or services called for in Bid #2015-293. Item Description Estimated Unit of Unit Anne�al No. Quantity Measnre Price Price 1 12% Sodium Hypochlorite, 120,000 GAL $�:. $ fl,� liyuid or a minimum ��� u; � � 2 Ammonia (NH3) 18 250 LB y, c� � $ :'� � $r�t . Y ` " '[i r ? � GE'�� :'tr` [i�:a . �}� \�; • . �'.�" �` ' Fluoride J�Q�� Gri.L � 2\1 J Q� �.'�.) � �D ( �a V3t� �, ; t.` 4 Pebble Lime (Ca0) (Quick 560 TON $� � $�.�, Lime) �� � c� � : 4�t 5 Hydrochloric Acid 31.45% 1,100 GAL $�� $;u� � G t c� .� : �� 6 Sodium Hexametaphosphate 19,000 LB $ r ����°' UtL� y�� � 7 Polymer, anionic-gran.ular 2,600 LB $ f� �' �� �<C�. � �,`c� 8 Polymer, cationic liquid 1,430 GAL $�� $���c '�� •. � '� i � 9 Liquid Ferric Sulfate 18,0�0 GAL $�e $%U°� � «� �: � 10 Liquid Ferric Chloride IO,Q00 GAL $-�=� $�h �:.�� �;��� Item(s) #: Z. - Overall Total for all itexns that apply $ jrt,c;���z;� Is Bidder offering the above product as specified? Yes � No ❑ If No, bidder is to indicate their equivalent below and attach product literatare. Item #: Product Item #: Product Ttem #: Product Ttern #: Product F.O.B. Destination: #��-7� Hoars for Delivery after receipt of order (ARO} Company Name: j�, ;� a�,- �t,; � �� s•�,c ;�• s �✓� c: Date: 7 z�/ t S TTB No. 201�-2g3 Page 16 +"`� � V1G�tC '�i�� ��� Lt�>i;,�� !�,c� �Qi SGi:. i�* �. f � �:;:" {� C-t2�� ',i,`� p� r y ,� y �' i� d � S A ��� L"1=i �TG � ��{.(� p � - .!1 � ic:�ritt�' � �- � ��.^ ( C c� Ci1 �1,i. C. :.l ��� 1 a : ,� h:1 �i Dc�� p�-`�.�r4i� �ac�t � t 5s 1 � US'�i;�CSO �-t1 � � Preferred method of payment is by the City Purchasing Card (VISA). DO YOU ACCEPT THE PURCHASING CARD (VISA)? Yes ❑ No � If you are not the successfu] bidder awarded as primazy provider, would you accept serving as the secondary (backup) provider, with the same terms as conditions as your bid? Yes � No ❑ All Prices will rernain firm for a period of forty-five (45) days from the date of Bid opening. The City of Stuart offers bidders who commit to acc2pting the Purchasing Card, noted above in the Bid Schedule as payment method, a one percent (1 %) reduction in their bid price fo� evaluation purposes only. When evaluating prices submittQd by bidders in response to this solicitation, the total offered price of a biddeY committed to accepting the Purchasing Card will be reduced by one percent, the Yesulting numbe� is then compared to the other bidders' off �ered price. If the committed bidder is ativarded the contract, the awar� will be at the oNiginally bid price. The undersigned bidder hereby certifies that the invitation to bid has not been altered in any manner; and that bidder has received all the Addenda listed below and has incorporatad thern into his Bid listed herein. Failure to acknowledge the above requirements will render the bid non- responsive and no further evaluation of the bid will occur. ACKNOWLEDGEMENT IS HEREBY MADE OF RECEIl'T OF ADDENDA ISSUED DURING 'THE SOLICITATION PER.IOD: ADDENDUM # �l�� TKROUGH ADDENDA # It�,la, r .-- � � ' ��n c � Date: i �' � ', � � �' Company Name � �it� b�z1� .�.il1%• ✓15' f s C> r Name of individual subrz�itting Bid: Nlr., 7-�- `T4�,� �.� �r Email address: 5ci � � 5 e'' -�c�✓� �� �r ;'�r ��'� �4�s�a Ph: � i S—'> L�- i•z� � ,'.,' , AUTHORIZED SIGNATURE: _ �' ' '? e �_ �:, ITB No. 2015-293 - - Page 17 ATTAC�IlViENT A INSURANCE REQUIREMENTS The successful bidder shall not commence any work in connection with this agreement until it has obtained all of the following types of insurance and the City has approved such ixisurance. Nox sha]I the successful bidder allow asZy subconlractor to commence work on its subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Proof of the following insurance will be fumished by the successful bidder by Certificate of Insurance, which names the bidder, its officers, board members, employees and agents as additional insured on General Liability and Autornobile Liability insurance policies. Such certificate must contain a provision for notification of the City 30 days in advance of any material change or cancellation. The City by and through its Risk Manager, reserves the right to review, �modify, reject or accept any required policies of insurance, including limits coverages or endorsements, herein from time to time throughout the term of this contract. All insurance canriers must have an A.M. Best Rating of at least A: 'VII or beiter. When a self-insured retention or deductible exceeds $5,000, the City reserves the right, but not the obligation, to review and request a copy of bidder's most recent annual report or audited financial statement. All contractors including any independent contractors and subcontractors utilized must cotnply with the following insurance requirements: . 1. Commercial General Liabilitv including Bodily Injury/Praperty Damage, Personal & Advertising Injury and ProductslCornpleted Operations coverage for at least $5,000,000 Limit per clai�m. Products Liability shall extend coverage for pollution conditions that arise from chemicals manufactured, sold or distributed. The Ciry shall be included as Additional Insured and policy shall contain a waiver of subrogation rights endorsement and coverage should respond as primary_ If the policy is written on a claims made basis, the retroactive date shall be prior to or equal to the eff�ctive date of this contxact. In the event the policy is canceled, non-renewed, switched to an occurrence form or there is a change in the retroactiva date, the distributor shall purchase an extended reporting period rider during the life of the agreeznent of not less than 3 years. 2. Pollution Liabilitv and Remediation Legal Liability coverage for at least $5,000,000 Limit per claim. This shall provide coverage for loss, remediation expense and legal defense expense for sudden and gradual pollution conditions. The City shail be included as Additional Insured, policy shall contain a waiver of subrogation rights endorserrxent and coverage should respond as primary. If the policy is written on a claims inade basis, the retroactive date shall be prior to or equal to the effective date of this contract. In the event the policy is canceled, non-renewed, switched to an occurrence form or there is a change in the retroactive date, the distributor shall purchase an extended reparting period rider during the life of the agreeinent of not less than 3 years. ITB No. 2015-293 - -- - Page 1�8 3. Commerciai Auto Liabilitv with limit of at least $1,OOO,p00 per occurrence which provides coverage for any auto (owned, hired and non-owned) and shall not contain any exclusion for pollution legal liability as respects the transportation, loading and unloading of chemicals. The City shall be included as Additional Insured and the policy should contain a waiver of subrogation rights endorsement. 4. Worker's Compensation Insurance• The Contractor/Lessee/Service Provider shall take out and maintain during the Iife of this Agreement, Woxker's Compensation Insurance wifih limits equal to Florida Statutory requirements. Employers liability must include limits of at least $1,000,000 each accident, $1,000,000 each disease/employee, $1,000,000 each disease/maximum. A waiver of subrogation must be provided. Coverage should apply on a prixnary basis. Should scope of work performed by contractor qualify its employee for benefits under Federal Workers Compensation Statute, proof of � appropriate Federal Act Coverage must be provided. 5. Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which rrxay represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Contractor and/or subcontractor providing such insurance. 6. Certificates of Insurance: The Contractar unon notice of award will furnish Certificate of Insurance Form within ten (10) days. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Manager_ This certificate shall be dated and show: (a) The name of the insured contractor, the specified job by name and job number, the name of insurer, the number of the policy, its effective date, and its terrnination date. (b) Statement that the Insurer will mail notice to the City at least thirty {30) days prior to any material changes in provisions ar cancellation of the policy. (c) City shall be listed as Additional Insured on Commercial Ganeral Liability Insurance, Automobile Liability Insurance. NOTE: The City can decrease or increase these limits, depending on the project, at its sole discretion. Any insurance provided which does not meet the above requirennents will not be deemed acceptable under the terms of this contract unless accepted in writing by the Ciiy's Risk Manager. ITB No. 2015-293 Page 19 ATTACHMENT B QUALIFICATION OF BIDDERS INFORMATI�N/QUESTIONN THIS IS A FILLABLE FORM Part A - Qualifications Ouestionnaire inforrnation provided shall fully explain the firm's quali�cations and experience of their Organization to provide chemicals for the City as stated below: (Bidders may attach additional sheets, if necessary). Provide supporting documentation that Bidder is an authorized agent, dealer, seller, or distributor for the sale and distribution of product. Is supporting documentation included? Yes [� No ❑ Part B — Other Information 1. Contractor to provide details of uniform and identifica.tion worn by e:mployees. f�ar�4e�n�r-� �'i��' - L"�nerM�en� Jo �,�rs j -�ct >I�;e i�(� a�l��s� e��rrv�, ruhbe;• �lov�i 2. Provide office hours and contact information of staff responsible for coordination of services. Monday through Friday basis from (7:0� a.m. through 3:00 p.m.) 2� i�4E:�•s �-- i-73G�(7 - ��-l3 — ��'G, --- �' ri��1 -3-}�� ���v��•�s 3. Please provide 24-hour Emergency Contact Information if different than above: 4. Number ofyear's organization has been in business. '�,nrc (�dSs' 5. Have you any similar work in progress at this time? Yes [� No ❑ 6. Submission of qualiry control program: Yes [X� No ❑ 7. Submission of Safeiy program: Yes � No ❑ CompanyName ��,,,�y Tynr�c,s��;�•s , .�:��: ITB No. 2015-293 ___ _ Pa.ge 20 ATTACHMENT C REFERENCES Provide three (3) satisfactory references within the past five (5) years of similar complexity, nature, and size of this project. #1 REFERE1vC'E Company/EntityName: �;.�� �.,� i�.ic� �c��c-.� Address t�1v ./�i�; F�w� s� �4 �- /���. City ,� 4 t �,� t; �c; cG� , State �L Zip Code �� i(� � ContactName: .��lA� l�u��a�c� Title: �l`j�-, �t J`�'i����.; •��;� PhoneNo:(S�! ) Z�3 -�3�8 Fax:( � - Email: - Delivery Date: Location TypeofProductSupplied ?�4c�}�li�. v4c��e �l��y�1s•e=c,s „�mf-��c,r'�y Governmental or Private Dollar Value of Contract $-- — #2 REFERENCES Co�npany/Entity Name: �;.� `• d � �-( a t` r:. tiv ,; o c� Address 3 � �, ( i� r �t P � w � ��c( $ f �r� - . City FC G I f �,� a� F� , State � L Zip Code �;�� 'z 2 Contact Name: i, y �c; Cu ��i,�;� �.�� Title: !' � ��.� �1 p z ,-�, .� �,� Phone No:( � 5"�{ ) �r' � 7 - =�2;.v Fax:( � - Email: ;'�:.�1�,,�,�.,� �heil• vuc�� Delivery Date: �-- Location � — Type ofPxoduct Supplied !��-� �p�Yre tc„�.I (�r���t .�s���f4�rt^ ;.,s ,�] NL},yH( 7 i1 r �� Governmenta or Private Dollar Value of Contract $ #3 REFERENCES Company/Entity Name: L�, �� �;,,, , e�i ' ca � ra ��'s �-�` ti�� Address '�u [ S� l ;.ti� ��r� �,nc? City E �� L ,,��� c ,�. , State �L Zip Code � �( Z Z j Contact Name: '� i v� � 4a r� �: �, c � Title: �e �t� � r z, �� �� Phone No:( 9`-i. i)�i G C1 -� C1 �[ Fax:( }----- Email:' i:�,� (� ��;.��zu v�t�c ='� E�: �•1 Delivery Date: Location TypeofProductSupplied !yr�uL(u ,`c�� ��r����� ��,n,�•�c€���'�'s ��sMyw��;n,`a Gover m a�7or Private Dollar Value of Contract $ - Company Name � I�;,,,., N� �v�c�,� �-� rr'rS .��n r�- ITB-No. 2015 293 Page 21 ATTACHMENT D BIDDERS CHECKLIST This checklist is provided to assist each Bidder in the preparation of their bid xesponse. Included in this checklist are important requirements, which is the responsibility of each Bidder to subm:it with their response i�a order to make their response fully compliant. This checklist is only a guideline� it is the responsibility of each Bidder to read and comply with the Invitation to Bid in its entirety. Is Bid envelope marked accordingly? Yes � No ❑ Is Invitation to Bid cover page (page 1) completed, si�ed and attached? Yes � No ❑ Is copy of bidder's valid Business Tax Receipt submitted? Yes � No ❑ Is Sid Scl�eduIe Form cornpleted, signed and attached? Yes Q No ❑ Is safety report and Quality program included? Yes 0 No ❑ Is bid submitted in triplicate (one original, two copies) ? Yes � No ❑ Bidder must submit proof that their firm name is registered. with their Yes � No ❑ State of ori�in � . Is proof of insurance included? Yes 0 No ❑ Is muumum Qualification of Bidders/Questionnaire information included? Yes � No ❑ � Is Reference Form completed and enclosed? Yes [� No ❑ Is MSDS or COA submitted? Yes � No ❑ Are addendum (if any issued) signed and submitted? Yes � No ❑ Submit a copy of all Licenses, Certificates, or Registrations, held by Yes 0 No ❑ Bidder Is W-9 Form completed, signed and attached? Yes � No ❑ All pz�ces have been reviewed for mathematical accuxacy, aIl price Yes � No ❑ corrections initialed, and all price extensions and totals thoroughly checked. �- Company Name ' 1a,�;•ir.� .T������ Li �-�,^ r`.: s.�n c� ITB No. 201 �-293 - - - Page 22 ATTACHMENT E STATEMENT OF "NO BID" If you do not intend to bid on tlais requiremen�, please coz�aplete and retum this fozxx� prior to date shown for receipt of bids to: The City of Stuart Procurement & Contracting Services Office, 121 S.W_ Flagler Avenue, Stuart, Florida 34994_ We have declined to bid on this solicitation for the foilowing reasons. ❑ Speci�cations tao "restrictive", i.e., geared toward one brand or manufacturer (please explain below) ❑ Insuf�cient time to respond to Invita.tion to Bid. ❑ We do not offer this product or equivalent. , ❑ Our project schedule would not permit us to perform. ' =� � ❑ Unabte to meet specifications. � ❑ Unable to meet bond requirements. ❑ Specifications unclear (please explain below). . ❑ Other (please specify below). REMARKS: WE UNDERSTAND THA.T IF THE "NO BID" LETTER IS NOT EXECUTED AND RETURNED, OUR NAME MA,Y BE DELETED FROM THE LIST OF QUALIFIED BIDDERS FOR THE CITY OF STUART FOR FUTURE PROJECTS_ Typed Name and Title Company Naz�ne Address Signature Title Telephone Number Date ITB No. 24l 5-293 Page 23 Tanner Industries, Tnc. exceptions taken for Bid #2015-293 B. GENERAL PROVISIONS B10. Liability: The vendor shall act as an independent contractor and not as an employee of the Ciiy of Stuart. The successful bidder is required. to indemnify, defend, and hold and save harmless the Ciry, its officers, a.gents, and employees, from da.mages arising I from the vendor's ne�li�ent perfornaance of, or �7e�li�ent failure to perform, any task or duty required to be performed by the vendor. E. SCOPE OF SERVICE E4. Contractor Responsibility: A. The bidder sha11 be responsible for the protection of property in the areas appointed I for delivery against spills. Contractor is responsible for clean-up of any spills to t11e e�tent ca�ised b�� co�ltractor_ �`aRQ� �ERi'tFl�AT'� �F L��►I�ILIi`Y �l�SURANCE °" �;,,�„� THIS C�RTIFICATE fS ISSElED AS A MATfER OF INFORMATION Ol�LY AND CONFERS NO RIGHTS UPON THE CERTfFICd,7E HOLDER. THIS CERTIFICATE flOE3 NOT AFFIRd1ATNELY OR NEGATiVELY AMEND, EXTEND OR AL7ER THE COVER/lGE AFFORDEb 6Y THE POLlCfES BELOW. THt5 CERTIFICATE dF INSURANGE DOES FIOT CONSTlTUTE A CONTRAC'f BETWEEN TtfE ISSUIRiG IHSURER{5�, AUTHOliIZEt] REPRESENTATNE OR PRODUCER, AND THE CEKTIFICA'TE HOLDER. tMPORTANT: ff the cerHflcate hoider Is art AQD(TIONAL iM3URED, the pollcy(IesE must be endorsed. Lf SUBROGATION tS WANED, subject to the'terms an�f condltlons oF the po1l�y, cerfain poNcle.s may requlre an endorsesnent A statemerR op th� certl8cate does not canfer rights Yo the certlficate ho[der In (ieu o#such endarseme�(s . co�rrwcr rxonuc� aantF: Judy Lee Commercial L.ines -(616} 2d5-6120 pH� o . g10-2D5-6180 � �: 866-8b'f-9120 Wells Fargo fnsuranrs Services USA, Inc. �'�°- d.le� elfsfa o_com ,wnr�as: Jv S' @�^+ rcJ 7Q18 W. 9th Avenua, Suite 1 DO i�u ppFpRpING COVERAf3S Nac t IGngof Prussia, PA 194D6 ����; IVautilus Insurance Company 97370 �� �sa��es: Sfarr Indemnity and Liability Company 38318 Tanner lndustries, Ina a�su�RC: Aspen Specially Insurance Co '10717 735 Davisville Road W5URER D: 1 Thirti Fbor wsu�s e: � i Southampton PA 18966-32UQ �� p C�VERAGES CEii71F1CATE NLIMB�R 9� 87634 REVISION NtIMBER: see be�ow THIS IS TO CEL4TIFY THAT THE POLICIE5 �F INSURANCE LtSTED B0.01l1i HAVE BEEN tSSUED TO THE fNSURED N,4MED ASaVE FOR THE PQLICY PERIOD IND[CA�ED. NOTWRHSTANDIN� ANY REQUIREnAFSlT, TERAA OR CONDlT70N OF AMf CDNTRACT OR QTHER F]OCUMENT WI"f'H RESPECT TO WHICH THIS CEft'FiF1CATE AWY BE ISSUED OR AAAY PERTAiN, THE INSURANCE AFFORI]EO BY THE POUCIES DESCRIBED HEREIN IS SUBJEC7 TO ALL THE TERMS, EXCLUSIdNS AND CONlDITIONS QF SUCH PdLICIES. LIA�[TS SHClWP! A�4Y HAYE BEEN lZEi3UCED BY PAiD CLAIMS. L�iR 7YPE OF MSURANCE POLIGY qUMBER PO�L1C� EFF POltCT E70s LIYI15 q X����� GLPZQt1827-12 Q6/01l2d15 0610112016 �c►toocu�ruce s �,�.� � x CLAtM3MADE � OCLx1R PRE1N5E3 E ocwrtence S ��,� MEU p(P (My oae person} S 10,000 PERSONAL 8 ADV 16ldURY s 1,006.000 G�1'L/1GGREGATELIMITAPPLIESPER: GE�IEWLLAGGRECsA7E S z.�.� POUCY � E T � LOC PRODUCTS - CO1rIPlOP AGG S 2,OOD,ODO OTHER: ' � B A7l1DM060-E LtABIL(7Y' CQ BINFA SINGLE L�MiT ' SISIPCA08333915 O6J0'1/2075 0&16112016 ��mL__ S t,flon.wo }� �� � BODILYINJURY(Perper�n) S a-�- �m �H�� ' BODILY lNJURY (ParamldeN} i AUTOS atrl'o5 � PR�PERIY DAl�AAAAC� � NQN-0N1NED HIREDAUTOS pV'�pg raccldeM 3 C uMaaEUAUes x Q,�UR p�qCJq�15 OBlQ112Q15 �6/{3112016 EACHOCCURRENCE S 15;OOO X ��� CLAIMS-1f1ADE A6f�YiEGATE s i8.�0.00D 6EQ RESENTlON � i g�� �� ����m, 100Q0017580 OBl07/2Q15 O6/01t201fi X sTar�re � Y! N t,000,U0Q ANY PROPRI�TORIPARTNERlFJ(EC[iTIVE ❑ N f A E2. EACN ACd9ENT S � OFFICERINEMH6i t]COLW}EL77 (IdandMory Ea MHf EL C1ISEASE - EA EM1APLO $ t,000 i u�s. ��na ��► oESCaEPnoN oF oaE�at�or�s frew�r e�. ais� -POUCV uM�r s ��° ! � � pE$CRIp710N OF OPERA17DN5! LOCATIONS /YEIIICLES (ACORD 1lll. AddlLorul Romaris Schoded�. �aay b� a1LUntl If mon spaer Ic rrqul�d� Evidence af Insurance Only CERTIFICATE HOLDER CANCELLATION l�anner Indust[ies, Inc. SHOULD ANY OF THE ABQY� DESCRIBm pOUC1E3 8E CANCELLED $EFORE THE EXPIRATION DATE THEREOF, N07iCE 1NILL BE DEWER�D 1N 735 Davisville Road, 7hird Floor pGCORDANCE W17H THE POLICY PROVISIONS. SoufhampEon PA 18966 AU7HORQED RFPRESENTATIVE 9f��- Tlie ACaRD name ar�d loga are registered marks o# ACORD @ 1988-2D14 ACDRD COitPORATION. Ali rigfits reserved. `°'c°�°�`� � i��l���ll�l�illlf�ll�l�l 1��t1���1����fll�l�Illllil��l�ll�����ll�ll��� .�o,���,�,�a. __ " ' ' f 7 _'_' � _"_...��' ����.' �-^�'"'��� '�-..'��-��",,,l. is locai business tax receipt is in add�ion to and not in lieu of a�y other tax required by iaw or municipal ordinance. Businesses are subjec# to regUlation of zoning, FiealYh and other uCul auttwri�Fies. This receipt �,s vatid from OcCOher 9 through September 30 of receipf year. C1e{inquent penalfy is added E)c�taber 1. 2a�a IXPlRES 913Q/2015 35�9-0972544 3501 DlSTRIBLlTC1R-AMMpNlA S3Q.Q0 1 EMPLOYEE : T�TAL TAX $30.00 TANt�fER STEPHEN B PREVIOUSLY PAID $30.00 TOTAL DIJE $0_�0 TANM1IER IIVDUSTRIES TANNER STEPHEN B 735 DAVISVILLE R� 3RL7 FLR SOUTFfHAMPTON PA 18886-3276 253a Vl1LCAN RD U - APpPKA, 32703 PAI�_ $30.00 0099-00649462 9/15i2014 ---....._... ._ ..,. ....__. .__�_.._. _..... ....,-- . ._. ... . ---. _ ....,.__...... , ..._ . _- - -- -. . . . . cott 12a��1o#�� Ta�. C:�6�e�c�r �o���: ����;ess. T��. Fi'e.����at C��ra� �e: G:o'u:ri: , , � r :� : �`1`o�.tla s la;a1 busiriess �ic' is in. add�Eion io and riotm (ep ofariy. ottiertaz:regi�i�ed`•[iy�law or maia'�apaLo,r,�iinance: Bysi�esses aie: suti ect tiu� "ulati+jii bf zonin` r' � • � . . _ : . .. ... . . 1. . .. .e9.. .. . : . . . .. g, Fhea€th arii3: ofher iul�auttior�#ies_ 'fhis cece�pt is vaiiii frdm �otier� 1 tl�rougfi September 3(1 of reeeipf year, pelinquerif jignalfy �s �dtieii .Ocfobe� l. � . . .. .. . 2o�a: E�FPIR�ES 9t30l2D'I,� 3'5�:7-0972544. � 3�4'! L•lISTF2�BU7QR-R;111I�C3NIA $3.0_OQ 1 EN[PL � ,�� 8�``�� ��� � =`"� �����.:.�--.����,� . � ��,,,' ° ' 1 , ! .rL � ��.J^"p1 4. � � .^�' � y�°"i � - ' r'�� 7 '` ^�� i ' ti � �i� �.x�` 5 � �� k � - �o�r�ii,.r.AX: � � Y �30,00 � ,:�� ` ,� . _ PREVIl7lJSLY PAfL?: $3Q.C10 � � � � ��TA�itVER STEPHEI?k B. �orA�4:��; �o:�:o`. �� .�-� �' - �� ,` >� � i - � y � � �' ��`T�N�El2 ENT3U5TRt�S� ���''� � , ����. �'AiVt�IER STEI?HEfil` B 2�3Q 1/tJLC�Iy. RD ���`���.`'�'{+�•�� ��'�"� �� �� SOU7'HHAI+�PTO.N. PA 1896fi-327fi EJ -AP�PK� 32�'03' "o . ��.% ��'� �`-' � €?AID;: $3(?.OQ 0099-(J0649462. 9j15720�A , TfZis reeeipt is official when va�idffied by fhe Tax Collector. d f�'C�itgtnseR� S��'t" �'b rtr.A� SCea�kT'C'AIS�CC. r��K"t�� APbt�Kt� PL-�c�`i' ���� �.khwi�tD 'Cb �6frir f.�t3 6 �c;�� (t� SGt.-': �1AM��� fAL'Cda:��'►�` Ca 2�GtLDS - rl.. �e}� �if�'���.iCe'v'�F�s' C'.aMPt,je�itsCLs SLik�Uu�ti� :i���`C�"� COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF STATE OCTOBER 24, 2014 T� ALL WHOM THESE PRESENTS SHALL GOME, GREETfNG: 1 DO HEREBY CERTIFY THAT, TANNER INDUSTRIES, INC. is duly incorporafied as a Pennsylvania Corporation under the laws of the Commonweatth of Pennsylvania and remains a subsisting corporation so far as - the records of this office show, as of the date herein. I DO FURTHER CERTIFY THAT, This Subsistence Certificate shall not imply that all fees, taxes, and penalties owed to the Commonwealth of Pennsylvania are paid. IN TESTIM�NY {MHEREOF, I have o F ��� �o, hereunto set my hand and caused � � the Seal of the Secretary's Office to �,�� y� be affixed the da and +�;' t�� ' y year above � D� written. � n� � �i' � � � '� ` '� A �G. � �At N �YLVP Secretary of the Commonwealth Certification Number: 12194177-1 Verify this certificate oniine at http:/An�nnrv.corporations.state.pa.us/corplsoskb/verify_asp F�� ��9 Request for Taxpayer Give Form to the (Rev. December20'I4) Identification Number and Certifcation requester. Do not �epartment of the Treasury send to the IRS. Intemal Revenue Service 1 Name (as shown on your income tax retum). Name is required on this line; do not leave this line blank Tanner Industries, Inc. N 2 Business nameldisregarded entity name, if different from above m m � O 3 Check appropriate box for federal tax classification; check onfy one of the Tollowing seven boxes: 4 Exemptions (codes apply only to ❑ Individuaf/sole proprietor or ❑ C Cor oration ✓ S Co oration certain entities, not individua[s; see P ❑ rp ❑ Partnership ❑ Trust/estate instructions on d c single-member LLC page 3): �° Exempt payee code if an � w, � Limited liabifity company. Errter the tax classification {C—� corporetion, S=S corporation, P=partnership} ► � Y) � Exemption from FATCA reporting o � Note. For a single-member LLC that is disregarded, do not check LLC; check the appropriate box in the Iine above for � c the tax classiflcation of the single-mem6er owner. code (ff any) a V ❑ Other (see instructions) ► (Applles to accounts meir�ined oulside fhe U.S.) � 5 Address (number, street, and apt or suite no.) Requester's name and address (optiona� fl, 735 Davisville Road m 6 City, state, and ZIP code m � Southampfon, PA 18966 7 List account number(s) here (optional) Taxpayer ldent'rfication Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid sociai security number backup withholding. For individuals, this is generaJly your socia! security number (SSN)_ However, for a �— m `� resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your empioyer identification nurnber (EIN). If you do not have a number, see How to geta TIN on page 3. a � Note. FF the account is in more than one name, see the instructions for line 1 and fhe chart on page 4 for Emplayer identiticanon numt�er guidefines on whose numberto errter. � 2 3 — 2 0 5 D 0 3 4 Cert�cation Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or 1 am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the lntemal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certificafion instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax retum. For real estate #ransactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonmerrt of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. Sign Signature of ,.. Here U.S. person ► ��u,�,� �,1 . (;t-�,� Date ► °1 � :r�. i � I � General Instruetions • Form 1098 (home mortgage irrterest), 1098-E (student loan interest), 1098-T (t�ifion> Section references are to the Internal Revenue Code unless otherwise noted_ . Forrp 1099-C (canceled debt) Future developmerKs. Information about developments affecting Form W-9 (such . Form 1099-A (acquisition or abandonment of secured property) as legisla#ion ertacted after we release it) is at www.irs.gov/fw9. Use Form W-9 only if you are a U.S, person (ncluding a resident alien), to Purpose of Form provideyourcorrectTlN_ An individual or entity (Form W-9 requester) who is required to file an information lfyou Co not refum Form W-9 to the requester with a TlN, you mightbe subJect return wFth the IRS must obtain your correct taxpayer itlentrtcation number (1lN) to backu,o wrfhholding. See What is hackup withholding? on page 2. whieh may be your social security number (SSNJ, individual taxpayer identification By signing the filled-out form, you: number pTIN), adoption taxpayer identification number (ATIfV), or employer 1_ Certify that the TIN you are givi�g is correct (or you are waiting for a number idarrtification number (EIt� to report on an inforrnation return the amount paid to to be issued), you, or other amount reportable pn an infoRnation return. Examples pf information retums inc(ude, but are not limited to, the following: 2. Certify that you are not subject to backup withholding, or • Form 1099-INT (interest eamed or paid) 3. Claim exemption from backup withholding if you are a U.S. exempt payee. ff • Form 1099-DIV (dividends, including those from stocks or mutual funds) appficable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the • Form 1099-M15C (various iypes of income, pr¢es, awards, or gross proceeds) withholding tax on foreign partners' share of effectively connected income, and • Form 1099-B (stock or mutual fund sales and certain other transactions by 4, Certify that FATCA code(s) entered on this form (if any) indicating that you are brokers) exempt from the FATCA reporting, is correct. See Whatis FATCAreporting? on • Form � 099-5 (proceeds from real estate transactions) page 2 for further information. • Fortn 1099-K (merchant card and third party network transactions) Cat. No_ 1023�X Form W-9 (Rev. �2-20�4) I T�I� I� E I� I f� D U STI�I E S, I i� C, 735 DAVISVILLE ROAD, THIRD FLOOR SOUTHAMPTJN, PA 18966-3200 215-322-1238 FAX 215-322-7791 www.tannerind.com It is the objective of Tarulex Industries Inc. to provide a safe and healthy work environment to protect all of our employees, the public, a.nd the environment. To accomplish this objective, Tanner Industries, Inc. will comply with all current Federal, Staie, and local health, safety, alid environmental law°s. We will develop the best possible operational processes, procedures, and policies to eliminate or control both knowt� and potential safety, health, and environ.tnental hazards. Health and safety are shared i•esponszbilities. Each emplovee, from top management to supervisors to each worker, must take ownership of their own safety and that of co- workers. Each employee is responsible for recognizin� health and safety hazards and to conect tliem or report the�n to their supervisor in a timely manner. To fiilfill these �oals, management will: • Develop and enforce safety and health rules, as well as good ma.nagement practices; and by requiring all ernployees to cooperate with these rules and practices as a condition of employment. A copy of the safety rules are located in the Corporate Safety Manual, and management practices are located in the Process Safety Management Mannal, which are available at each facility. • Train all employees. Each ernployee will be trained according to tlze requirements of OSHA, DOT, EPA, and Company rules pertaiiung to their respective jobs. A copy of each employee's training record will be maintained at the Corporate office_ Each employee nnust follow all the lzealtli and safety policies and procedures required by their specific job functions. • Eliminate or reduce health and safety hazards. Hazards that cannot be completely elizninated wiIl be reduced through engineei�ng or adrriinistrative controls, ai�d through the use of personal protective equipment. • Provide personal protective equiprr�ent. All protective equipment must meet OSHA and / or ANSI requirements. Tanner Industries, Inc. is legally and morally bound to make sure that all eznployees ��eax the appropriate protective equipment at the proper time and in the proper environment. • Establish a Corporate Safety Committee to oversee safety and health activities. _ ? � =� DIVISIONS NATIONAL AMMONIA, BOWER AMMONIA AND CHEMICAL, NORTHEASTtRN AMMONIA, HAMLER INDUSTRIES We have implemented a program called Respoiisible Distribution (RD}. Responsible Distribution is a comprehel�sive quality program dedicated to protecting the health and safety of employees, coznmunities, and the environment and was developed by the National Association of Chemical Distributors (NACD). It is comprised af various codes and sub codes ofmanagement practice which are documez�ted and implemented. It is a condition ofinembership with NACD and the progranz is third party verified to ensure all codes of mana�ement practice policies and procedures are documented and implemented. We have successfully passed third �arty ��erifications for RD since 1995. Past verifications were completed by Underwriters Laboratories, Inc. (documentation verification - 1995), Science Applications Tnternational Corporation (SAIC), Parker & Associates (on site management systems verifications - 1999 & 2003) and Eagle Group conducted RD verifieations in 20Q7, 2010 and most recently in January 2015. We have n�aintained our RD certification as a condition af inembership in NACD since RD's inception in 1992. NACD can verify tliat Tanncr is a member ii� good standin�, which means we are implenlenting our RD management system. This check mav be conducted at www.nacd.com Tanner Industries employs about 116 personnel and operates approximately 16 facilities througk�out the country. The work that Tanner's employees perforxn at plants and at deliveries is labor intensive. It involves connecting hoses, inoving equipment, raising trailers, using hand tools, etc. This work can result in sprain/strain type of injuries. Below are the incident rates for the past three years, including 2015. Year Recordable Incident Lost Time Rate Hours Worked Rate 2015 YTD 2.18 0.00 142294 2014 .077 0.77 258440 2013 2.26 0.75 i 265693 2012 2_ 18 0.73 275704 Our continuing goal for owr safety performance is, at a minimum, being at or below oi.�r industry's classification group's ratings for OSHA recordable rates. From 2012 through. 2014 we have succeeded in being below the OSHA recordable rates for similar industries. In order to help support our continuing improvement process we znaintain the following ii�itiatives: � We conduct monthly documented safety equipment inspections. • We complete annual facility safety inspections at our plants. • We rnaintain fall protecfion at our plant sites. � We continue to review all injuries, accidents, incidents and near misses with fhe safety representatives at corporate and site safety committee tneetings. • V��e have added "Days Since Last OSHA Recordable Injury" signs to our plants to he]p raise and maintain awareness of our safety performance. �... .,��=� • We distribute weekly safeiy postings to all plants. The commt�nication includes safety znessages and reminders and highlights any safety and/or security incidents with reminders for the prevention of similar incidents. This information has been streamlined for easier reading by field personnel and the weekly interval provides more current data in relation to incidents, injuries and near misses. It also provides a mechanism for quick hit safety reminders. • In 2011 �ve piloted a ride a long program with our dri��ers. This involves management personnel riding a long with drivers and attendin� deliveries at periodic intervals. The purpose of this review will be to ensure personnel are performing all duties appro�riately, such as appropriate ehecklist completion, being aware of potential hazards, following docuxneiited delivery procedures, etc. It also provides an opportunity for coaching and guidance with a foeus on safety if needed as well as a feedbacic mechaniszrn for potential improvement. A similar walk a long prograin for plant operations has since been impleinented_ We have established aild implemented communication with aIl employees on our 3 pillars of safety — like 3 legs on a stool — if a leg is zx�.issinb the stool will not be able to stand. 1) Personal Accountability — ensuxe you are followiilg SOPs, wear-ing proper PPE at all required times, reporting aiiy unsafe conditions, plaru�ing for potential hazards, cominuuicating witli the office. 2) Awareness — Recognize and Identify Potential Hazards — completing tl�e proper checks and checklists, attention to signage, see the �n-hole play and try not to tunnel vision — are there any potential hazards around ?, think before acting, stretch if needed after a long drive, using proper lifting techniques, proper ladder . use, secure footing. 3) Management Support — know that you have our full support, comrnunicate any problems or issues, cornmunicate if there is any question on the proper method ar proper procedure. Tanner Ii�dustries DOT Safety perfonnance involving DOT roadside inspections has been much better than the national average for companies iransporting hazardous materials. In the past 24 months (fiom July 2013) the national average of the percentage of �rehicles placed out of service at DOT inspections has been 20.7%. Our average has been 52%. In looking at hazardous material inspectioiis�the national average has been 4.5% and our rating has been 1.4%. In relation to driver inspections the national average has been 5.� 1% and our drivers have rated at 12%. Our statistics reveal that we have performed 3 to 4 times better than the national averages. _. - .: � �- Taz�ner Industries, Inc. Mission Statement Our mission is to constantly improve our products and services to meet/exceed our custozner needs, to distribute our product in a safe, efficient, and environmentally responsible manner, and generate a reasonable return in order t� provide continuity for the business and employment for our employees. Questions conceining our safety program can be directed to: Harold Siver Safety Manager Teleplione: 215-322-1238 x2390 Mobile: 215-910-0622 Fax:215-526-7814 E-Mail: hsiver�tannerind.com . =w =��� ��3 TA�f �lEf � II�DUST�21�S, IN�, �� 735 DAVISVILLE R�AD, THIR� FLC�OR SUUTHAMPTON, PA 18966-320p 215-322-1238 FAX 215-322-7791 www.tannerind.com Juiy 21, 2015 To whom it may concern, oVhile Tanner Industries, Ina iis nat third party ISO certified, our company is connnaitted to Resgonsible Distribution (RD). Responsible Distribution is a comprehensive quality program dedicated to protecting the health and safety of employees, commuuities, and the environmeztt and was developed by the National Association of Chemical Bistributors (NACD}_ It is a condifiion of inembership with NACD and the pzogram is third g�r[y verifeed t� ensure ail codes of managem,�nt practice policies and pracedures are documerated aud im�lemented. We have successfully passed third. party verifications f�z RD since 1495. Past verifications were comple�eed by Undezvvriters Laboratories, Inc. (documenta.t,ion verificatian -1495�, Science Applications Intemational Carporation (SAIC), Parker & Associates (on site mana.gement systems vexificativgs -1999 & 2�Q3) aad Eagle Group co�du�ted RD verifi�cros in 2U07, May 2410, aad raost recently January 2015. V4Te have miaintained �ur RD cer�afication as a cond'ition of inembership �n 1�TACD. NACD c� verify t3�at Tanner is a me�ber in goo� st�anding, wIuch means we aze imp]ementing our RD management system. This check may be conducted at www.nacd.com. Responsible D'zs�ributian is a comprehensive quality progrmn dedicated to protecting the health and safety of employees, communities, and the environrnent Tn addition ta RD we have atso implemenfed aspects ofthe ISO 90U1 series c�ua.�ity modeL We have documented procedures and policies in an I5� formax, we verify ali incanaing raw �aterial, and have docunorented castomer complaint grocedures. We have generated a Quality Mauual, which conta.ins our eoinpany Mission Statemen� as well as applicable quality process procedures not addressed in onr RD manaal. We Iook forward to continuang to work with you as partners in quality and safety, and if you have any questions, or reqtiire furt�ter infortnation, please contact me. Sincerely, TAN�NER INDUSTRIEB, INC., _� � rl r � � �-' �--- �= `-'-�__,.��� Sl�awn P. �Vlalane Manager of Quality and Regulatary Affaizs Q;�'��Ib��,�S NATIONAL AMAJiO�tIA, BOV'JER AMMONIi� A�lD CNEMICAL, NC�RTHEASTERN AMMONIA, HAf�]LER INDUSfRIES 'Pv:v�' n,�.i: ': h; �: _ T�' � I �`.R%^� ac ��.. = 2- f5} ��_ a �. ^ � +. C_ 4 �: ^'R'y��� ;��.a:..��:i:, = -- - w.'�'�' s'��` � x;.m � y , i "7P,� ,y . .f y. "t� L*, y` � *'� 5 �r, ��.,' t �. � I 1 =-'J'��f.sv=_. �� _, kCm`'N .l ���_'. «C n. � { _ _ ' ' . .� ti� �"Ry�=-,..w t` .R.c�e ?�._ 't�,ii+'�av'4� a I �I ' --._..�...�w' ._: - - ^-v=a:iiS'il.'�v'.'_`.�. - _ �J v•S � _ L �' � �a � �'� � � � �' R �� � � �� �',, � � �°� � � . T � � � ,� � � � � r �u�{��` � �:�:._ � ��� � �' � �^._=; � � � ' �� 4; � J � . '�-�,� �`� � � �.. ,� � � � � �{ .� � ,; �� ��p! J � � � $ / , �� 9 '�'y '; { A a 3 ] �� " � °s'�' t3. � � ��b � � `� � '�9 � .� 9 � � .`.�R. . � af ,PY„g ,� �� " y•, e �� k. �s::� � THIS C�RTIPIES THA'F �� ,4�7 "�° � " �k � � ' � � � '� � . � Has successful2y demonstrated i�s commitmsnt to R�spansi�aIe ➢istribution as set forth by the 1Vatia�nal Associatio� of Ghemic�l Distributors (NA�D} through successfut campletion of its third-party on-site verificatian for the 5� Cycle (January 1, ZD24 -17ecember 31, 2U26) j����.� � 8, � � �. 5 Issue Date i� � • '."`"�.,,�F,--,�' ",�.� _ ,�n _w �� : , N�ationat Association of ���� Gh�rnical l�istributar� ' .�'.� �"t3 C.k � � ,' �� •�// . r � ' �` � �'' � � ��R'�' °� � 5 Micha�l Lan� Vice President, Clyde H. Pearch, President Responsible Distribution = - -. _ _-�=-` �-- . - � � =���-;- --�'.=t - r�;=��`=..=ri,�-. �..� _ �. � :.�._.�:� :.�, _ ' - i. _ ' _ "Y - `:eR':+^—�^.•T.1^, - -� _ _ _ _ " _ �:Y. x lF� . ... �'�'° _ � a > � _ . _ ' � _ ...i,�a. _ _ ,�� �` _ ' 'i+!., �� �� � ' ' . ' � _ .. . �w.. � ... .. . ;'+ _ ... ,. , . .r�_ _ _ .d"n;.? :tV`-" _ _ `uh .';�tF''ti �:"-��� - �... ��.:� �: ' i ��;'y i `: K�'�'.:S^ _ . . , .. , � ., •.. " �... .: . ' r, ... �.. � ., � , ': :. �; ' �''' " ... ��'t�; ° : = ` � '�._,..., •, �:.;. :. �, . �f ' �': ' '� Z - - - R�l '.r."i:,::.i•: ..�.�.�J'�Y'1 �,.. u '��;, .o-_ _ _ �,.7+.k�. ,. y'.:;. .d...,. �,_ _ �ey:'1_s^._, __ �,.,.. . �,.�:���b:r.Gad � �'w"�� �-��" ����1�°��.�.��.��.�..��.�. r��:�oUU�rc;s Z�ANNE.R INDUSTRIE�, INC. Pl�nt. at: AI'OI'K��, F1.. f1.S CO�\�11'1._1'!�G 1��1`l'I-i NSl�'/�LNSI. 6U. I'RC}DUC„1'S �11'PE�1RlNG tN 'l'1-lI: .NS1� OI~'1�ICIt1L LIS`I�1NG f1RL �11J"I'HURILLD 'f`U E.31::t11� '1'[ I1: NSf�� n�1f1R1C. � ,.H�, - .•" ! :; c ue i�.t t u fi'ir �; .. .�. .i � �-�.. ' l .��I�Ii.+ttw: Pn�urzei� f, rrlili�.�{.:�n ('r.�rr:� : �1a�addeA L+e i6e .}<:rt.lqr,l b � !Y,• �lincd<r�,'<isi�nu� tiundo!ik �.:cun.il "lan6.) ;'. t fn rur, oi l tlinJn l l�i� «rtiticatr �s �lic ��ic 4'i'f�l LiS �JI' I2lICl71dI6t%il�l� iil: IIiU�I I't' ft•1l�CllPtj lll �ar3 re;jsie4t fn.���rii�,• :crtiiu r�;i<�n. �, 1��;� �;�I �„• � t i, ��.•+ rnir. � � r...�..�c..y- S""t e."-" t /s s '-,-�.-..r:.��`� j � i _ _, A•larch I f.'00� .Iam�s lt. f'asck�aL Genrrail 1,iana��.er Ccrti(icatc;� 01.3G1 -OI 1�',ati=r llistribu�ion S��stcr��: I � TA�If�E� I�D �' � �- ��T���S, �f��. � 735 DAVlSVILLE ROAD, THIRD FLC?OR SOUTHAMPTON, PA 1 B96b-3200 215-322-1238 FA3C 215-322-7791 www,tannerind.com Aflt�tYDR�U� AMtV�C��tl�4 SPEC�Ff�C�11'lIC31�S IVietallurg�cal Grade Amrnonia ( NFi�) Assay 9�,99659G Minimuxn Ammonia ( NH Assay 99.9ggp% TYPica! Water 33 ppm Maxemum Water <ZO ppm Typlcai Oil � ppm Maximurn �il 1 RPm Typic�l Revision: August 01, 2QQ9 Supercedes:lune 01, 2001 Approval: QC/Q,4�`' ��:_ �_�• GI�/�SIONS NAi�ONAL AMMONIA, BOWER AMMQNIA AND CHEMICAL NORTHEASTERN AMMONIA, HAMLER lNDUSTRIES � Tanner Industries, Inc. SAFETY DATA SHEET Section 1.Identifecation Product Name: Ammonia, Anhydrous Synonyms: Asnmonia CAS REGISTRY NO: 7664-41-7 Supplier: Tanner Industries, Inc. 735 Davisville Road, Third Floor Southampton, PA 18966 Website: ���� ��.t:�.�inerin�l.cc,»1 Telephone (General): 215-322-1238 Corporate Emergency Telephone Number: 800-643�226 Emergency Telephone Number: Chemtrec: 800-d24-9300 Recommended Use: Various Industrial / Agricuhural Section 2: Hazard s Identification .. Hazard: Acute Toxiciiy, Cozrosive, Gases Under Pressure, Flammable Gas, A.cute Aquatic Toxicity Classification: Acute Toxiciry, Inhalation (Category 4) Note: (1- Most Severe / 4- Least Severe) Skin Corrosion/ Irritation (Category 1B} Serious Eye Damage / Irritation (Category I) Gases Under Pressure (Liquefied gas) Plammable Gases (Category 2) Acute Aquatic Toxicity (Category 1) Pictogram: � ��"�- /'' � • Signal word: Danger Hazard statements: Harmful if inhaled. Canses severe sk9n burns and serious eye damage. Flammable gas. Contains gas under pressure; may explode if heated. Very to�c to aquatic IiFe. Precautionary statements: Avoid breathing gas/vapors. Use only outdoors or in well-ventilaied area Wear protective gloves, protective clothing, eye protection, face protection. Keep away from heat, sparks, open flames and other ignition sources. No smoking. Revision: May 1, 2015 Anhydrous Ammonia Page 1 of 8 Precautionary statements (continued): IF iNHALED: Remove person to fresh air and keep comfortable for breathir►g_ Ca11 a doctor/physician and seek medical attention for severe exposure or if s}�nptoms persist. Specific trcatment see supplemental fust aid instructions in Section 4(First Aid Measures). IF ON SKIN: Rinse immediately with plenty of water before removing clothes. Contaminated clothing could possibly be frozen to skin. I2inse skin with water or shower (minimum of 20 minutes}. Specific treatrnent, see supplemental first aid instructions in Section 4(First Aid Measures}. IF IN EYES: Immediately call a doctor/physician and seek medical attention. Rinse continuously with water for several minutes (minimum of 20 minutes). Specific treatment, see supplemental first aid instructions in Section 4(First Aid Measures). Wash contaminated clothing before reuse_ Store in a wel(-ventilated place. Keep container tighdy closed. Protect from sunlight Store locked up. In case of leakage: Eliminate all ignition sources, if safe to do so. In case of leaking gas fire: Stop Aow of gas before extinguishing. Dispose of contents/container in accordance with local, regional, national, intemational regulations as applicable. See section 13 (Disposal Considerations). NFPA Rating: HMIS Classification: ANHYDROUS A.IVIMONIA �' ��,,"r'�°' '�`2 E � f� , r � , �` �;��z; '�u�"': .i ,..;4, 3 ;a. „ �'a:` . . �'rezt� _ .�; ro;; -..... , . .._ . .. � . ��+.,ti ' � . . `"���� 1tEAC1TVITY ' 0 PERSONAL PROTECTION H NFPA Numbering System: HMIS Iiaurd Lndex: 0= Least Hazardous / 4= Most Hazardous 0= Minimal, 1= Slight, 2= Moderate, 3= Seriaus, 4= Severe Section 3. Com osition ! Information on In redients CHEMTCAL NAME: Ammonia, Anhydrous CAS REGISTRY NO 7b64-41-7 SYNONYMS Ammonia CHEMICAL FAMILY: Inorganic nitrogen compounds COMPOSIITON 99+% Ammonia 5ection 4. First Aid Measures IF INI�LED: Iznmediately remove person to fresh air and keep comfortable for breathing. Ln case of severe exposure or if irritafion persists, breathing difficulties or respiratory symptoms arise, seek med'acal attention. If not breathing, administer artificial respiration. If irained to da so, administer supplemental oxygen, if required IF ON SK1N: Immediately rinse skin and contaminated clothing with plenry of water before removing clothes. Clothing that has been contacted by liquid am.monia may freeze to the skin. Thaw frozen clothing from skin before removing. Flush sldn with copious amounts of tepid water for a minimum of 20 minutes. Do not rub or apply topical, occlusive compounds, such as ointments, certain creams, etc., on affected area. For liquid ammonia contact seek unmediate medical attention. For severe vapor contact or if irritation persists, seek medical attention. IP IN EI'ES: Imnaediately rinse continuously with copious amounts of tepid water for a minimum of 2p minutes. Eyelids should be held apart and away from eyeball for thorough rinsing. Do not rub or apply topical, occlusive compounds, such as ointments, certain creams, etc., on affected area Seek medical attention. IF SRTALLOWED: Rinse nnouth. Do not induce vozniting. If conscious, give large arnounts ofwater to drink. May drink orange juice, citrus juice or diluted vinegar (1:4) to counteract ammonia. If unconscious, do not give anything by mouth. Seek medical attention. NOTE TO PHY,SICIAIV: Respiratory injury may appear as a delayed phenomenon. Pulmonary e3ema may follow chemical bronch3tis. Supportive ireahnent with necessary ventilation actions, including oxygen, may warrant consideration. Revision: May 1, 2015 Anhydrous Ammonia Page 2 of 8 Section 5. Fire Fi htin� Measures �XTINGUiSAING MEDL#: Water Spray, Water Fog, Dry Chemical, Carbon Dioxide (CO2) or foam. SPECIAL FIRE FIGHTING PROCEDURES: Must wear protective clothing and a posfive pressure SCBA. Stop £tow of gas or tiquid if possible. Approach fire upwind and evacuate area downwind if needed. Use water spray to keep fre-exposed containers cool and control vapors. If a portable container (such as a cylinder or trailer) can be moved from the £'ue azea without risk to the individual, do so to prevent the pressure relief valve of the trailer or portable container from dischaz�ing or the cylinder from rupturin�. Tf relief valves are inoperative, hea# exposed storage containers may become explosion hazards due fo over pressurization, Stay upwind when containers are threatened. UNUSUAL FIRE AND EXPLOSION Ha�nRnS: Outdoors, ammonia is not generally a fire hazard. Indoors, in confined areas, amrnonia may be a fure hazazd, especially if oil or other combustible materials are present. Combustion may form toxic nitrogen oxides (NO Section 6. Accidental Release Measures GENERAL Only properiy trained and equipped persons should respond to an ammonia release. Wear eye, hand and respiratory protecfion and protective clothing; see Section 8, Exposure Confrols / Personal Protection. Stop source of leak if possible, provided it can be done in a safe manner. Leave the area of a spill by moving laterally and upwind. Isolate the affected area. Non-responders should evacuate the area, or shetter in place. SPECIFIC STEPS TO SE TAKEIV: For a hazardous material release response, Level A and/or Level B ensemble including positive-pressure SCBA should be used. A positive pressure SCBA is required for eniry into amrnonia atmospheres at or above 300 ppm (IDI.I�. Stay upwind and use water spray downwind of container to absorb the evolved gas. Do not appl}� water directly to container, unless there is heat impingement, as ammonia boils at -28 °F (direct water will heat container), and more vapozs wi]] be released. Cautioa: Adding water directly to liquid spills will increase volatilization of aznmonia, thus increasing the possibility o£exposure. Contain spill and runoff from entering drains, sewers, stxeams, lakes and water systems by utiiizing methods such as diking, confainment, and absorption. Section 7. Handlin and Stora e SPECIAL PRECAUTIONS: Only trained persons shou]d handle anhydrous ammonia Store in well-ventilated areas, with confainezs tightly closed. Protect from temperatures exceedin� 120 °F (48.8 °C). Protect containers from physical damage. Keep away from ignition sources, especially in indoor spaces. Do not use plastic. Do not use any non-ferrous metals such as copper, brass, bronze, tin, zinc or galvanized metals. Use only stauiless steel, carbon steel or black iron for anhydrous ammonia containers or piping. OSHA 29 CFR 1910.111 prescribes handling and storage requirements for anhydrous ammonia. Refer to Compressed Gas Association (CGA) G-2.1 for the recommendations for the storage and handling of anhydrous ammonia. VENTILATTON Local e�chaust should be sufficient to keep ammonia vapor below applicable exposure standards. WORKPLACE PROTECTIVE EOUIPMENT: Protective equipment should be stored near, but outside of anhydrous ammonia area Water for first aid, such as an eyewash stataon and safety shower, should be kept available in the immediate vicinity. See 29 CFR 1910.111 for workplace requirements. DISPOSAL See Section 13, Disposal Considerations. Classified as Resource Conservation and Recovery Act (RCRA) Hazardous Waste due to corrosivity with designation D002, if disposed of in original form. Revision: May 1, 2015 Anhydrous Ammonia Page 3 of 8 Section 8. Ex osure Controls / Personal Protection EXPOSURE LIMITS FOR?1MMOMA: (Vapor) OSHA �0 ppm, 35 mg / m' PEL 8 hour TWA NlOSH 35 ppm, 27 mg / m STEL l� minutes 25 ppm, 18 mg / m REL 10 hour TWA 300 ppm, IDLH ACGIH 25 ppm, 18 mg / m TLV 8 hour TWA 35 ppm, 27 mg / m' STEL 15 minutes PROTECTIVE EOUIPMENT: EYE!FACE PROTECTION: Chemical splash goggles should be worn when handling anhydrous ammonia. A face shield can be worn over chemical splash goggles as additional protection. Do not wear contact lenses when handling anhydrous ammonia Refer to 29 CFR 1910_133 for OSHA eye protection requirements. SKTN PROTECTION: Ammonia impervious gloves and clothing (such as neoprene, butyl and Teflon) should be wom to prevent contact during normal operations, such as loading/unloading and transfers. Chemical boots cau be wom as additional protcction. ItESPIRATORY PROTECTION: Respiratory protection approved by NIOSH for ammonia musi be used when applicable safety and health exposure limits are exceeded_ For escape in emergencies, NIOSH approved respiratory protection should be used, such as a full-face gas mask and canisters/cartridges approved for ammonia or SCBA. A positive pressure SCBA is required for eniry inlo ammonia atmospheres at or above 300 ppm (IDLH}. Refer to 29 CFR 1910.134 and ANSI: Z88.2 for OSHA respiratory protection requirements. Also refer to 29 CFR 1910.111 for respAatory protection requirements at bulk installations. VENTILATION: Local exhaust should be sufficient to keep ammonia vapor below applicable exposure standards. FOR A HAZARDOUS MATERIAL RELEASE RESPONSE: Level A and/or Leve] B ensemble including positive-pressure SCBA shauld be used. A positive pressure SCBA is required £or entry into ammonia aknospheres at or above 300 ppm (IDLI�. Section 9. Ph - sical and Chemical Pro erties APPEARANCE AND ODOR: Colorless liquid or gas �vith a pungcnt odor. Odor threshold 2- 5 ppm. SOLUBiLITX IN WATER: (per 100 pounds of water): 86.9 pounds at 32 °F, 51 po�.mds at 68 °F SPECIFIC GRAVITY OF GAS (air =1): 0.596 at 32 °F SPECIFIC GRAVITY OF LIQUID (water = 1): 0.682 at -28 °k' (Compared to water at 39 °F}. �VEIGHT (per gallon): 5.15 pounds at 60 °F �'H� Not applicabie (Highly alkaline/base). BOILING POINT: -28 °F at I Atm, �ORMULA: 1� MOLECULAR WEYGHT: 17.03 (NH3) FLAMMABILITX FLASFLPOINT: None FLAMMASLE LIMITS OF VAPOR IN AIR: LEL/UEL ]6%to 25% (listed in ehe NIOSHPocket Guide to Chemical Hazards 15% l0 28%). AITTO IGNITION TEMPERATURE: 1,204 °F (If catalyzed). 1,570 °F (If un-catalyzed). CRITICAL TEMPERATURE: 271.4 °F AECO:VIPOSITION'CEMPERATURE: -108.4°F GAS SPEC[FIC VOLLIME: 20.78 Ft at 32 °F and ] Atm. VAPOR DENSITY: 0.0481 Lb/Ft� at 32 °F LIQUID DENSITY: 38.00 Lb/Ft� at 70 °F VISCOSII'Y: 0.00982 cP at 68 °F EVAPORATION RATE: Not applicable APPROXIMAT� FREEZING POIN7: -108 °F VAPOR PRESSURE: 114 psig at 70 °F STJRFACE 'I'ENSION: 23.4 Dynes / cm at 52 °F CRITICAL PRESSURE: 111.5 Atrn PARTITION COEFF'ICLENT: -114 at 77 °P Revision: May 1, 2015 Anhydrous Ammonia Page 4 of 8 Section 10. Sta6ili and Reactivi REACTIVIT'Y Anhydrous ammonia has potentially explosive reactions with strong oxidizers. Anhydrous ammonia forms explosive mixtures in air with hydrocarbons, chlorine, fluorine and silver nitrate. Anhydrous ammonia reacts to form explosive products mixtures or compounds with mercury, gold, silver, iodine, bromine, silver oxide and silver chloride. c��uc�. s�rASU.zTx: Stable under normal ambient conditions of temperature and pressure. Heating a closed container causes vapar pressure to increase. Wil] not polymerize. POSSIBILITY OF AAZaunOUS REACTIONS: Will react exothermically with acids and water. COA�I'ITONS TO AVOID Avoid anhydrous ammonia contact with chlorine, which forms a chloramine gas, which is a primary sldn irritant and sensitizer. Avoid contact with galvanized surfaces, copper, brass, bronze, mercury, gold and silver. A corrosive reaction will occur. INCOMPATIBLE MATERIALS: Anhydrous anunonia is incompatible with aeetaldehyde, acrolein, boron, chloric acid, chlorine monoxide, chlorites, nitrogen tetroxide, perchlorate, sulfiu, dn and strong acids. HAZARDOUS DECOMPOSITION PRODUCTS: Anh}�drous ammonia decomposes to hydrogen and nitrogen gases above 450 °C (842 °F). Decomposition temperatures may be lowered by contact with certain metals, such as iron, nickel and zinc and by catalytic surfaces such as porcelain and pumice. Section 11. Toxieological Inforroation � Potential health effeets: Ammonia is an irritant and corrosive to the stzin, eyes, respiratory tract and mucous membranes. Expos�se to liquid or rapidly expanding gases may cause severe chemical bums and frostbite to the eyes, lungs and skin. Skin and respiratory related diseases could be a�aravated by exposure. The extent of injury produced by exposure to ammonia depends on the dw�ation of rhe exposure, the concentration of the liquid, gas or vapor and the depth of inhalation. Egposure Routes: Inhalation (vapors, gas), skin and/or eye contact (vapors, liquid, gas}. Symptoms of acute eaposure: Inhalation: Exposure may result in severe iurritation and/or burns of the nose, throat and respiratory tract. May cause dyspnea (breathing difficulty), wheezing, chest pain, bronchospasm, pink frothy sputum, pulmonary edema or respiratory arrest. Extreme expose�re may resnit in death frozn spasm, inflammat9on or edema Respiratory injury may appear as a delayed phenomenon. Pulmonary edema may follow chemical bronchitis. Brief inhalation exposure to 5 ppm may be fatal. Skin_ Irritation, corrosive bums, blister formation (vesiculation) may result. Contact with liquid may produce freeze bwns {frostbite) and caustic bums. Eyes: Vapors may cause severe irritatiorL Tearing, eye burns, permanent eye damage or blindness may occur. Effects of direct contact may range from irritation and ]acrimation to severe injury and blindness. Ingestion: Ingestion is unlikely since the material is a gas under normal almospheric conditions. If ingested, it may cause bums and corrosion, severe pain of the mouth, throat, esopha.�ws and stomach or may be fatal Chronic Exposure: Repeated exposure to ammonia may cause chronic inritation of ihe eyes and respiratory tract. T'oxicity: LCso - 5131 mg/m (7338 ppm} to 11,592 mg/m (16,600 ppm), 60 minute exposure, Rat LDso - 350 mg / kg (Ora1 / Rat). Not listed in the National Toxicology Program (NTP). Not recognized by OSHA as a carcinogen. Not listed as a carcinogen by the International Agency for Research on Cancer (IARC monograph). Germ cell mutagenicity information is not available. Reproductive toxicity information is not available. Revision: May 1, 2015 Anhydrous Ammonia Page 5 of 8 Section 12. Ecolo 'cal Information Ammonia is harmful to aquatic life at very low concentrations. Notify local health and wIldlife officials and operatozs of any nearby water intakes upon contamination of surface water. Tozicity: Tenestrial olants: LOEC = 3-250 ppm NH3. Aquatic plants: LOEC = 0.5-�00 m� NH3-N/L. Acute toxicitv to invertebrates: 48 h LC50 = 2.94 mg un-ionized NH3-N/L. Chronic toxicitvto invertebrates_ NOEC = 0_163- 0.42 rng un-ionized Nf�3/L. Acute to�ciciiv to fish: 96-h: LCSa = 0.09 — 3.51 mg un-ionized NH3/L. Chronic toxiciiv to fish: NOEC = 0.025-1.2 mg un-ionized NH3/L. Environmental Fate Informafion: Ammonia dissipates relatively quickly in ambient air and rapidly retums to the soIl via combination with sulfate ions or washout by raanfall. Ammonia strongly adsorbs to soil, sediment particles and colloids in water under aerobic conditions. Biodegradation of ammonia to niirate occurs in water undex aerobic conditions resulting in a biological oxygen demand (BOD}. Persistence/Degradability: Biodegradable in soil. Ozonation in the air. Soluble in water. Bioaccumulative Potential: Not applicable. Mobility in Soii: No additional information available_ Other Adverse Effects: No additional information available, Section 13. Dis osal Considerations Dispose oFunused contents/container in accordance with local/regional/national/intemational regulations as applicable. Listed as hazardous substance under the Clean Water Act (CWA) (40 CFR 116.4 and 46 CPR I17.3}. Classzfied as hazardous wasce under the Resource Conservation and Recovery Act (RCR.A) (40 CFI2 261.22 Corrosive #D002). Comply with al1 regulations. Suitably diluted product may be utilized as fertilizer on agricultural land. For hazardous waste regulations informa#ion call the RCRA Hotline (800) 424-9346, or visit the US EPA website. Section 14. Trans ort Information US Department of Transporeation HAZARD CLASS: ([JS Domestic): 2.2 (Non-Flammable Gas) , (International): 23 (Poison Gas), subsidiary 8 (Conrosive) PROPER SHIPPING DESCRIPTION: (US Domestic): UN1005, Ammonia, Anhydrous, 2_2, RQ, Inbalation Hazard (International): UN 1005, Ammonia, Anhydrous, 23, (8), RQ, Poison Hazard Zone "D" T,ABEL / PLACARD: (US Domestic): Non-Flammable Gas � ��--� , �L;-'r�i�Cfr 1:('��;_i.� ��5 ��: !t_�a � (International): Poison Gas, Corrosive (Subsidiary) Y '' `• `'���� -" ''�. INH N � • • � 2 �. 1DENTIFICATION NUMBER: LTN 1005 ENVI120NMENTAL HAZARDS: Revision: May 1, 201� Anhydrous Ammonia Pa.ge 6 of 8 IlVIDG, Known Marine Pollutant: No United Nations Model Regulations, Bnvironmentally Hazardous: No Section 15. Regalatory Information Subject to che reporting requirements of Secflon 302, Section 304, Section 312 and Section 313, Title III of the Superfund A.mendments and Reauthorizaxion Act (SARA) of 1986 and 40 CFR 372. Under the Comprehensive Environmental Response, Compensation, and Liability Act of 1980 (CERCLA), Section 103, any environmental release of this chemica] eqaai to or over the reportable quantity of 100 pounds must be reporCed pronaptly to 1he National Response Center, Washington, D.C. (1-800-424-8802). Emergency Planning & Community Rieht to Know Act, (EPCRA) exlxemely hazardous substance, 40 CFR 3�5, Tifle III, Sectiom 302 — Ammonia, Threshold Planning Quantity (TPQ) 500 pounds. Toxic Substances Control Act (TSCA): Listed in the TSCA Inventory. EPA Hazard Categories — Immediate: Ye ,s• Delayed: No Fire: No,• Sudden Rclease: Yes• Reactive: No Clean Aix Act — Section 112(r): Listed under EPA's Risk Management Program (RMP), 40 CFR Part 68, at storage/process aznounts greater than the Threshold Quantity (TQ} of 10,000 pounds (ammonia, anhydrous). Anhydrous ammonia is listed under Department of Homeland Secuzity regulation 6 CFR Part 27, Chemical Facility Anti-Terrorism Standards at storage / process amounts a�eater than the threshold quantity af 10,000 pounds (ammonia anhydrous). Occnpational Safety & Health Adtninistration (OSHA): This material is considered to be hazardous as defined by the OSHA Hazard Communication Standard 29 CFR 1910.1200. This nnaterial is subject to Process Safety Management requirements of 29 CFR 1910.119 if maintained on-site, includin� storage / process, in quantities of 10,000 pounds (ammonia, anhydrous) or greater. Section 16. Other Information Preparation Infarmation: Revision Da#e May 1, 2015 Prepared by: HJS Replaces all previously dated versions_ Revisions to this Safety Data Sheet have been created to comply with the requirements of the OSHA [-Iazard Comm�Enication Final Rule issued in 2012 (HazCom 2012). Acronvms: ACGIH: American Conference of Govemmental Industrial Hygienists ANSI: Amexican National Standards Institute CAS: Chemical Abstracts Seroice CFR: Code of Federal Regulations DHS: Departmern of Homeland Securit3� DOT: Deparnnent of Transportation EPA: Environtnental Protection Agency HMIS: Hazardous Materiais Identification System IARC: Intemational Ageney for Research on Cancer IDLH: Immediaxely Dangerous to Life or Health INIDG: Internarional Maritime Dangerous Goods . NFPA: National Fire Protection Association NIOSH: National Institute for Occupational Safety and Health NTP: Nationa] Toxicology Program OSHA: Occupationa[ Safety and Health Administration PEL: Permissible Exposure Limit PPM: Parts Per Million RCRA: Resource Conservation and Recovery Act REL: Recommended Exposure Limit SCBA: Self Contained Breathing Apparatus Revision: May l, 2015 Anhydrous Ammonia Page 7 oF 8 STEL: Short Term Exposure Limit TLV: Threshold Limit Value TR%A: Time ��eighted Average Disclaimer: Ttte information data, and recommendations in this safety data sheet relate only to the specific material designated herein and do not relate to use in combinazion with any other material or in any process. To the best of our lmowledge, the information, data, and recoznmendations set forth herein are believed to be accurate. We make no watranties, either expressed or implied, with xespect thexeto and assume no liability in connection �vith any use of such information, data, and recommendaYions. Judgements as to the suitability of the information contained herein for the party's own use or purposes are solely the responsibility of that pariy. Any part}� handling, transferring, iransporting, storing, applying or otherwise using this product should review thoroughly all applicable laws, rules, regulations, standards and good engineering practices. Such Chorough review should occur before the parry handles, transfers, transports, stores, applies or otherwise uses this product Revision: May l, 2015 Anhydrous Ammonia Page 8 of 8