HomeMy WebLinkAboutDocumentation_Regular_Tab 04_10/13/2016 : � ,
Y
r
Memorandum Utilities Department
To: Michael Couzzo, Village Manager
From: Sam Heady, Deputy Director of Utilities
Date: 8/15/16
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: I
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.
Cost of contract: $11,000
I
VQ.LAGE OF TEQUESTA
CONTRACT FOR PURCHASE OF ANgYDROUS ANIlKONU�
THIS CONTRACT is entered 'aeto, and eff�Ctive, �is day of October, 2016, by and
betvveen the VILLA.GE 4F TtiQUESTA, FLORIDA, a municigal corporation with offices located at
345 Tequesta Drive, T�ta, Flo�iida 33469, organized and. existing in aocordance with the laws of
the State of Florida, hereinafter "Village"; and TANNER II+iDUSTR�S, INC., a fon�eiga c�poratia�
wit� offiices lacated at 735 Davisville Road, Tlurd Ftaor, Sout�aampbon, PA 189fib, hereinafter
"Contractar".
WITNESSETH
The Yillage and the Contractoz, in ca�sideration of the muEUal cm►enaats containe+d berein
sad for other g�ood and valnable camsideration, the �eceipt end sufficieacy of arlrich is hereby
aciarowledged by bOth pafias, beneby agree ae follavvs:
1. SCOPE OF SERVIC�S: The V'illage and �e Contrac�or botii hereby ag�ee bo eater
into this Contract for Purcbsse of anhydrous ammonia, whereby tiie Contractar shall p�+ovide
metallwrgical grade anhydr�ous amnn�ia (NI�3) ia avera,ge deliv�y amoimts of 600 gals/3,0001bs.
(�e `�mduct"� for t�e V'li lage's utility department Pursuatrt to the Contractor's Auguat t0, 20a6 e-
mail corresponde�ce, attached h�reto as Exhibit A, the V'illage ie authorized to 1n�SY� �u�
September 30, 2017, � the Contractoi's �t caatiracx with tt►e City of Stuart, which was
originallY �OCUrai bY the City of Stuart in accordance with pmocedur8s tha�t c�nply with the
Viliage's procu�nent raquirements. The City of 3tuart contract is attached Lexeto as Exh�bit B and
�S hereby incot�wrated into this Contr�i as if liilly � forth.
Z. �'�.OMPENSATION: Pursuant to Exhbit B, a� in considersd� fo� the above Scope
of Sarvices, �xicing is as foilows:
metallurgiaal grade anhydroos ammos�ia - 5.77 per 1b. deHvered
The Villa$e shall pay the Conttactor after receipt of the Product, and witl�in tbiriy (30) days of
receipt of an invoice documenting the amount dne, im ac�+da�nce with Bx�n'bit B.
3. �NSITRANCE AND 1NDEMN�FICATION: The Contractor sbAll provide proof of
worlaman's aampensation insuranc� and liability instugnce in such aamu�s as are specified on
Extu'bit B, sball name the Village as an "additional insured" c�n the liabiliiy portiai of the insurancc
policy. The Contractor sl�sll indetnnify, defead and hald harntlas the Villa�e, its age,ats, servants,
and. e.�ployees, &om and against any claim, demand or cause of actiaai atiaing out of the ��at
Pags 1 of 4
or ncgli�t acts, including neglige�nt eaors and omissions, of tlu Coatractor, lua'ber a,gents,
servaats, or employees, ia tl� pe�for�nce of savices nnder this Contr�t.
4. �'LIF�i iC_E1�T'IZTI�S C�tIlVIL3 ACT; A.s pmvided in Sec. 287.132-133, Florida
Statu¢s, by entering into this Contraat or Perfomiing anY wark in fuit�erance hereo� the Contractor
certifies that it, its affiliates, sugpliers, subco�ractors and consuitants who aill p�forrn hereunder,
have not beea� placed aa� the oomricted ver�dor list maintaiaed by the State of Florida Depertmem of
Management Services within thirty-six (36) ma�d�s immediately precedi�ng the date heTeo£ This
aotice is requirea by Sec. 287.133(3�a), Florida Statutes.
5. TERMINATION: NOTICE: This Co�ract may be terminatal by esther party upon
thirtY (30) days wrii#en �tice to the other party, in accordence with Ext�ibit B. Notice sbail be
consid�ed sufficient when se�nt by certified mail or hsnd delivcred to the partia at tbe folioa+ing
sddresses:
V,illage C�cto�
Village of Tequesta. Tanner Indnstri�, Inc.
345 Tequesta Drive 735 �visville Road, Tlurd Floor
Tegu�sta, Fla�ida 33469 Southamptoq Pe�sylvsnia 18466
Atta: Direcbor of Uti�ities At[n: 3tephe,�t B. Tanaer, President
6. INDEPENDENT CONTRACTORi It is speci�'ically undersGood that the Contractor
is an independent contcactor and not ari employce of the V'illage. Both �e V�11age and tfie Contractor
agree that this Con�rsct is not a contr�ct far employmeu# and that no relation�hip of
�P or PrinciPaVAgent is or s�hsll be creatod hereby nor shall hereaf� exist by
reason of the pecformance of die services b�in p�ovic�ed.
?. ,�"ORNEY'S FEFS: In the event a diapute ariaea conceming this Contract, the
pnwao�iag pexty shsll be avvarded attorney's fees, including fees ott appeal.
8. CSOICE OF L.AW: VEI�ITE: This Cantract sJ�all be governed and construed in
accordaace with the laws of the State of F�orida, and vee�nuue sball be in Palm Beach Co�nty shonld
anY dispute ariae with regard to eame.
9. 1�1V��VIFIVTS AND ASSIGNMEN'1'S: This Contrac� all Fachi'bits atta�hed
hereto, and requireii iosurance cerdficabes consti4rte the �tire Contract betwe� both pazties; no
madifications sbaIl be made to this Contract unless in anritiag, agreed to by b�h partie�, and atta�hed
hereto as an addenduia to this Camtract. The Contraator sl�l not transfer or assiga the performaace
of aeivices called for in �e Contract withaut prior written cansent of the Village.
Page 2 0£4
IF THE CONTRACTQR HAS QUESTIONS �t�GARDING � HL
APFLiCATI�N OF Ci�APTER 119, FLU�tIDA STATUTES, TO 'I'NE
CONTRAC7'UR'S DUTY TO PRO�'IDE PUBLXC RECQRDS RELATTNG
TU T'HIS AGREENfENT, PLEASE COIITTACT TAE VILLAGE CLERK,
R�CORDS CUSTQDIAN FQR THE VILLAGE, AT (SG1) 76$-Ofi85, OR AT
, OR AT 345 TEQUESTA �R�'E, TEQITEST�,,
FL�RIUA 33469. I
IN 'V�'I'i'NESS �vHFTtT?OF, the parties hereto have exe4tyted this Contract the date and ye:�r
f�rst above written. I
WITN�ESSES: �-��C�NNE�t INDUSTRIES, II�iC. ',
,-_.____ �
t ���� � f -_.�� -~~ � -� I
t �-'' _ "� _ _ - -- �� .,
T �
� STEPIIEN B, TAM1'ER, President
� ,/�
<�-x11t�.�G'G'� (Corporaee Sea1)
/
VILLAGE OF TEQUESTA
AT1'�ST: Abigail Brennan, Maynr
(Seal)
Lori McWilliams, MMG
Tawn Cierk
Page 4 �f 4
PUB�IC RECORDS. In accordance with Sec. 119.0701 � Florida
Statufes, CONTRACTOR must keep and maintain this Agr�ement
and any other records associated therewith and that are associated
with the performance of the work described in the Proposal or
Bid. Upon request from the �Ilage's custadian of public records,
CONTRACTOR must provide the Vipage with copies of requested
records, or allow such records to be inspected or copied, within a
reasonable time in accordance with access and cost requirements of
Chapter 119, Florlda Statutes. A CONTRACTOR who fails to
provide the pubiic records to the Village, or fails to make them
available for inspection or copying, within a reasonabfe bme may be
subject to attomey's fees and costs pursuant to Sec. 119.0701,
Florida Statutes, and other penalties under Sec. 119.10, Florida
Statutes. Further, CONTRACT4R shall ensure that any exempt or
confidenfial records associated with this Agreement or associated
with the performance of the work described in the Proposal or Bid
are not disclosed except as authorized by law for the duration of the
Agreement term, and following completion of the Agreement if the
CONTRACTOR does not transfer the records to the �Ilage. Finally,
upon compietion of the Agreernent, CONTRACTOR shalf transfer, at
no cost to the Village, all public records in possession of the
CONTRACTOR, or keep and main#ain public records required by the
Village. If the CONTRACTOR transfers ail public records to the
Village upon completion of the Agreement, the CONTkACTOR shall
destroy any duplicate public records that are exempt or confidentia!
and exempt from public records disclosure requirements. if the
CONTRACTOR keeps and maintains public records upon
completion of the Agreement, the CONTRACTOR shall meet all
applicabie requirements for retaining public records. Records that
are stored electronically must be provided to the VI�LAGE, upon
requsst from the Viliage's custodian of public records, in a format that
is compatible with the Vilfage's information tecfinology s�tems.
IF CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA
STATUTES, TO C�JNTRACTOR'S DUTY TO PROVIDE
PUBUC RECC�RDS RELATING TC) THIS AGREEMENT,
PLEASE CONTACT THE VILLAGE CLERK, REC�RDS
CUSTODIAN FOR THE VILLAGE, AT {561) 768-0885,
OR AT ImcwiitiamsCa�teauesta.ar�, OR AT 345
TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469.
E x t� .
Janet AAcCorkle
From: MattTanner@)tannerind.com
SeM: Wednesday, August 10, 2016 3:53 PM
To: Samuel Heady
Cc: Janet McCwkle
Subject: Tanner Piggy Back Contract
Yes, we are in agreement to offer you to continue piggybacking off City of
Stuart at $.77i[b. This contract is firm through 9/30/17.
From: Samuel Heady <sheady@te�uesta.org>
To: "MattTanner@tannerind.com" <MattTanner@tannerind.com>
Cc: Janet McCorkle ymccorkle@tequesta.org>
Date: 08/14/2016 03:49 PM
Subject: RE: Piggy Back Contract
Thanks for the email Matt. I will cQntact Stuart for the amendment.
Witl you still agree to let Tequesta piggyback their contract?
Thank you!
Sam Heady
Deputy Director of Utilities
The Village of Tequesta, FL
CeII: 561-722-1167
Email: sheady@tequesta.org
"Plan your work for safety"
Please note that Florida has a very broad public records law.
Incoming emails are filtered which may delay receipt.
This communication (including your email address,any attachments and other
email cantents)
may be subject to disclosure to the public and media.
From: MattTanner@tannerind.com [mailto:MattTanner@tannerind.com]
Sent: Wednesday, August 10, 2016 3:45 PM
To: Samuel Heady <sheady@tequesta.org>
Subj�t: RE: Piggy Back Contract
Hi Samuel,
i
- Ex. B
� �
� �
• U �'
w a
C�,� v O a
� �F�
BEFORE THE CITY COMMISSION
CI'I'Y OF STUART, FLORIDA
RESOLUTION NiJMBER 77-2016
A RESOLUTION OF THE CITY COMD�IISSION OF THE CITY OF
STUART, FIARIDA TO RENEW ITB NO. 2015-293, CHEMICALS
FOR WATER TREATMENT PLANTlWATER RECLAMATION
FACILITY ON AN "AS NEEDED" BASIS, FOR THE l RENEWAL
PERIOD THROUGH SEPTEMBER 30, 2017 TO TF� FOLLOWING
FIRMS, PROVIDING AN EFFECTIVE DATE; AND FOR OTHER
PURP�3E5.
***��
NQW THEREFORE, BE IT RESOLVED BY 'THE CITY COMMISSION OF
• TI� CIT'Y OF STUAI�T, FLORIDA that:
SECTION l: The City Commission of the City of �tuaz�t hereby approves the first of
two (2) renewal periods of ITB I�O. 2015-293 Chemicals for Water Treahnent
Plant/Water Reclamation Facility for the period October 1, 2016 through September 34,
2017.
Item Vendor Chemical Amoant
1 Allied Universaa. Corpora.tion. Sodium Hypochlorite $68,160.00
2 Tanner In.dustries, Inc. Anhydrous Ammonia. $14,052.50
3 Florida Chemical Supply Inc. Hydrofluorosilicic acid �8,700.00
4 Cheney Li.me St Cement Pebble Quicklime $124,880.00
5 Brenntag 1VI�d South Inc. Hydrochloric Acid $2,337.50
6 Shannon Chemical Corporation Sodium Hexametphospha�xe $19,646.00
7 Sterling Wa#er Technologies Anionic Dry Polymer $5,569.98
8 Fort Bend Services, Inc. Cationic Liquid Polymer $14,128.40
9 Thatcher Chemical of Florida, Inc Liquid Ferric Sulfate $40,320.00
10 Brennta.g Mid South Inc. Liquid Fersic Chlori.de $28,050.00
Overall Tota1 $325,844.38
•
R�esolu�ion No. 77 2016
Renew ITB No. 2015 293 for Chemicals: Water Treatment Plant/Watez Reclamation
Facility
•
SECTION 2: This resolution shall take effect upon adoption.
ADOPTED this 12th day of September 2016.
Commissioner MCDONALD off.ered the foregoing resoluia.on and moved its adaption.
The motion was seconded by Commissioner GLASS LEIGHTON an.d upon being put ta
a roIi call vote,. t3�e vote was as follows:
YES NO ABSENT
JEFFREY A. KRAUSKOPF, MAYOR X
EULA R CLARKE, VICE MAYOR X
TOM CAMPEIVNI, COMMISSIONER X
TROY A. MCDONALD, CONIlVIISSIONER X
• KELLI GLASS LEIGHTON, COlVIlVILSSTONER X
ATTEST:
CHER WHITE FFREY A. �R.AUSKOPF
CTTY .ERK YUR
APPROVED AS TO FORM
AND► CORRECTNES5: �U��'.�;,`�,,
� �•� O 1 `��'ti
,Y D �YD� ,, � � �
� `
� � �� � �
7 �� 7 �� / � 7 � r �� yT \� '
1�AL • 1�AS.1161 L` LL �J+ �}�:, � y%
CITY ATT�RNEY r.��, • 4� �
G �
J3 ��i���r:�� �� �
•
=�S'�3:t�',.
j "'' _ �¢�°.r��.��'.r
�., ��. � � �� ` �
� t �§� �`�.° � .��= ,— �� -�- � °���' � � 0. ~� � � � ��
• ���; 4�-R � ..> a _ , °
'r ���,� I °� 3"s�` ^§:i.�.,',�:. '•_t31�?c: :'rlt3e:,ti a� �-�i�i!t3;1 1:?E�;'a
� �e'r"ri4�?°.?l�iS? i)'; �It}ii7?C+e3, 9C'4°:Si::'..
=°rescf�:s���;ti-:: c`<: C�+�t�ractiis� sc�:�i;:�L "�€� i�ic=��
,-'�i�.31;3 1�.:1t3L��3 %t�tY7�'t}£'ta: {'7?? a .;:i+'p`-4„','�{9
Pr<i�s.,�;aer?Y :"s;�c= a,�''st;t ���i�- { {„3t�� d?C''
�krarsr'�a� ci_stuaf �.€!.0 =
w+�rw r.stycsr`�tuar
July 25. 201F � ia F,.n�►ait Transmis�ion: 3��=��•�3 �tara��F "s;��l.c��
Tanner ltidusGies, Inc
Attn: Mr. Matt ?'anner
735 Davisville Rd.
Southampton, PA 18966-�20U
Subject: RenewaE for ITB #2415-293, Chemicais at Water TreatmeutlWater Re�lamarion Facility
Dear Mr. Tanner,
This is official notification to your firm that Ehe City of Stuart is satisfied with your fum's performance and wislles to
extend your cu�rent contract for Anhydmua Am�t�onia for the period beginning Octob�r 1, 2016 and ending on September
30, 2017 which represents the first year of tw� (ane year) ren�wal options. This extensian is granted under the same terms,
condirions, a.ud pricing as the ariginal car�tract.
�ease connplete the l�ttom portion of this letter if your fixrn will agree Ea the requested renewal. Your response musi b�
received no Iater than 4:00 p.m., Aug�st 3, 2016. You may fax your response to (772) 5�0-1202 ox send by emaii ta
a�n�t�� -_t�;?�.�.��:.�r..i=,us-
Thank you for your coop�,ration and immediate atterition ta this matter. Please contact me at (772} 288-5320, if �°ou should
have any qnestions.
Best Re�at
� ��'� � � ��`
� ��`��,��,,,�����Y � �����-�
�
!�1.iaina Knafla
Procurement Specialist
CC: ITB 2015-293 File
� 1 hereby agree to the contract renewal as specified of the subject Agreement
� � am unable to agree to the contract renewal as specified of the subject Agreement
_.._.__% . . � � . � _ _ . _� �Q�M' �LLtr1 b9G� Y
{Signature} Printed Name
�f y �/ •� A'Y'� r7Pl'%�Y�1�S�r����
��te Title
4S �ZSAd�T �
��O �,y,
• U
�
p0 a
� �
{ '�t' ,I �
�C�PITAL OF
BEFORE THE CITY CONIMISSION
CITY OF STUART, FLORIDA
RESOLUTIQN NUMBER 8Z-201 S
A RES.OLUTION OF THE CITY COMMISSION OF THE CITY
OF STUART, FLORIDA Ta APPROVE THE AWARD OF ITB
NO. 2015-293, CHEMICALS FOR WATER TREATMENT
PLANT/�NATER RECLAMATION FACILITY TO THE
LOWEST, MOST RESPONSNE RESPONSIBLE BIDDERS,
ON AN AS NEEDED BASIS, TO T� FOLLOWIl�tG FIItMS,
PROVIDING AN EFFECTNE DATE; AND FOR OTHER
PURPOSES.
�*x��*
N�W THEREFORE, BE IT RESOLVED BY THE CITY COIVIMISSION OF
• THE CITY OF STUART, FLORIDA �l�at:
SECTION 1: The City Commission of the City of Stuart, Florida approves the award of
ITB 1�To. 2015-293 to the lowest most responsive and responsible bidders for the p�chase
of cheini.�als on an as-needed basis to opera.te the Water Treatment Plant/Water
Reclama�ion Facility. This contract will be awarded for an inirial one yeaz period wifili
the option to renew for two addirional one year periods. The chemicals and bidders
involved are as stated below:
Item Vendor Chemic�.l Amouat
1 Allied Universal Corporation. Sodium Hypochlorite $68,160.00
2 Tanner Industries, Inc. Anhydrous Ammonia $14,052.50
3 Florida Chemical Supply Inc. Hydrofluorosilicic acid $8,700.0�
4 Cheney Lime &-Cement Pebble Quicklime $124,880.00
5 Brenntag Mid South Ina Hydrochloric Acid $2,337.50
6 Shannon Chemical Corporation Sodiurn Hexatnetphosphate $19,b46.00
7 Sterling Water Technologies Anionic Dry Polymer $5,569.98
8 Fort Bend Services, Inc. Cationic Liquid Polymer $14,1�8.40
9 Thatcher Cheznical of Florida, Inc Liquid Ferric Sulfate $40,320.00
10 Brenntag Mid Sauth In.c. Liquid Ferric Chloride $28,050.00 �
Overall Tota1 $325,844.38
•
Resolution No. 82-2015
Award ITB No. 2015-293 for Chemicals: Water Treatment Plant/Water Reclamation
• Facility
SECTION 2: This resolution sha1l take effect upon asloption.
ADOPTED this 14th day of �eptember 2015.
Commissioner MCDONALD offered the foregoing resalutian and moved its adoption.
The motian was seconded by Commissioner CAMPENNI and upon being put to a roll
catl vote, the vate was as follows:
YES NO ABSENT
KELLi GLASS-LEIGHTON, MAYOR X
JEFFREY KRAUSKOPF, VICE NIAYOR X
TUM CAMPENNI, C4MNIISSIONER X
TROY MCDONALD, C�MIVIISSIONER X
• EULA R. CLARKE, COMMISSIONEl� X
AT ST:
.�� ,� `���� �,: ��,��
WHITE I�LLI A5S-LEIGHT �
CI CLERK MAYOR
APPROVED AS TO FORM �,����� ��:
� µ��� l,�"f.� i
AND CORRECTNESS: � w /�`''� �'`�<"�'-�'��
�� ~' ��`�-�:"_-,.,"`< �� ;"
a ,�, ..., �� ��;�- '
� � ` l
� �� � r�� ��� �. �
$ ��
�', C{: t '�\�,..`.. �� F
� �, :��4 : :%-��`'�;� ��''.�`'r!.
MIC 1'�' � , .,..� ; ����,�ti� � , ��. t ���
CI ATTORNEY '`� �- °�.a��, �:��, �=.��'
�,.�,t..�a.�
�
szza;o
' R� CERTIFICATE OF LIABILITY INSURANCE °" �`" o,
��
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOIDER. THIS
CER7IFICATE DOES NOT AFFlRMATIVELY OR NEGATiVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CER7IFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETYYEEN THE ISSUING INSURER(S� AUTHORIZED
PRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
PORTANT: If the certificate holder is an ADDITIONAL INSURED, the poliry(ies) must be endorsed. If SUBROGATION iS WAIVED, subject to
the tertns and caiditions of the poli�y, certain polic�s may �equire an endorsertie�rt. A statert�ent on this certlflcate does not cor�er rights to the
certificate holder in lieu of such endorsement(s).
PRODU� �� Mark Westcbtt
Comme�cial Lines - (610) 205-6120 � F�
Weils Fargo Insurance Services USA, Inc. E � • 610-205-6160 N , , 866-851-9120
�� Mark.A.Westcott�wellsfargo.com
1018 W. 9th Avenue, Suite 100 �� ���� ���� ��
King of Prussia, PA 19406 ��� Nautilus Insurance Comparry 17370
� wsur� e: Starr Indemnity and Liability Company 38318
Tanner Indusfies, Inc. i ��� ; Aspen Specialty Insurance Co 10717
735 Davisville Road iN ��p, Commerce & Industry Insurance Company �g4�p
Third Floor msu�t E :
Southampton PA 18966-3200 ��� F ;
COVERAGES CERTIFICATE NUAABER: 9563396 REVISION NUMBER: see beiow
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT VNTH 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.
��� TYPE OF INSURANCE �OL SUBR �UCy NUMBER M P �CY EPF M � EXP ��
X COMMERGAL GENERAL LIA&L1TY EACH OCCURRENCE $ �,�4�
A X X GLP2011827-12 06/01/2015 O6/01/2016
X CLAIMS-MADE � OCCUR R N D 3 � �
PREMISES Ea occurtence S
MED EXP (Any one person) $ 10,0�
PERSONAL & ADV INJURY $ 1.�A�
GEN'L AGGREGATE UMIT APPLIES PER: GENERAL ACaGREGATE $ 2,000,000
POLICY � �E a �X LOC PRODUCTS - COMPlOP AGG $ 2,000,000
OTHER: 3
B AUTOMOBILE WIBIUTY X X SISIPCA08333115 O6/01/2015 O6/01/2016 �MBINED SINGLE LIMIT $ � a � �
Ea acctident
X ANY AUTO BODIIY INJURY (Per person) $
ALL OWNED SCHEDULED BODILY INJURY (Per accident) $
AUTOS AUTOS
NON-0WNED PROPERTY DAMAGE
HIRED AUTOS AUTOS Per accident $
$
C UMBRELLAWIB X p�CUR EXACJ4J15 06/01/2015 O6/01/2016 EACHOCCURRENCE $ 16,000,000
X EXCESS LIAB CLAIMS-MADE AGGREGATE $
16,000,000
DED RETENTION $ $
WORI�RS f�NIPENSATION x PER OTH-
B 10000017580 O6/01/2015 O6/01/2016 STATUTE ER
AND EMPLOYERS uaeiurr
ANY PROPRIETOR/PARTNER/EXECUTIVE Y � N E.L EACH ACCIDENT g 1,000,000
OFFICER/MEMBER EXCLUDED? � N � A
(Mandatory in NH) E.L. DISEASE - EA EMPLOYE $ ������
If yes, desaibe under �� �
DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $
D Pollution Coverage PLS12031329 06/01r1Q15 06/01/2018 $�s,000 Each Inadent$15 ,oao,aoo,a�eya�e
DESCRIPTION OF OPERA710N3 LOCATIONS / VEHICLES (ACORD 707, Additlatal Re�roA�s Scheduk, may ba atlached if more space is re4Wred)
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 resped to General Liability ad Automobile Liability. A waiver of
subrogation applies in favor of tl�e certificate holder with respect to General Liabitity 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
au�r+a�n aePr�sErrtarne
g«�,/,�
' The ACORD name and logo are registered marks of ACORD O 1988-2014 ACORD CORPORATION. All rights reserved.
° ACORD25(201M01)
� (Thg ceNfi ate replaes m�tificatep 8553348 iswed m 9272015)
TUART.
0 � o_ �-°� i. O
` �� `'=°` 9 •
y�= ��� �� Clt of Stuart
a ::.. J y
� �.�x. � �
� �.�.�.�_ z ��
ti°`" ` ;�; 121 SW Flagler Avenue • Stuart • Florida 34994
., <
c q� ° /Tq� OF � Departrnent of Financial Services
Procurement and Contracting Services Division
Lenora Dazden, CPPB Telephone (772) 288-5320
Procurement Manager Fax: ('772) 600-0134
purchasin�(cr�.ci.stuart.fl.us
September 17, 2015 Via: Email transmission, sales(a�tannerind.com
Tanner Industries, Inc.
Attn: Matt Tanner, Sa1es 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 awazded ITB No. 2015-293, Chemicals for Water TreatmentlWater Reclamation
Facilities, to your firm on Monda.y, September 14, 2015, in the amount of $14,052.50. Please consider this your
formal notice of awazd. 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 np 'nted in the "Remarks" box, words to the effect: "The
Citv of Stuart is an additional insured". The CiTy requests that the insurance certificate lists the r_ p oiect
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 sha11 be coordinated with the City Project Manager, Mike Woodside at 772-288-5343 eart. 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 oprion 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 determina.tion that the contract
renewal is in the best interest of the City.
The City of Stuart looks forwazd to a mutually beneficial business relationship. If you have any questions, please
feel free to contact me by email at purchasing(a�ci.stuart.fl.us or ca11 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
OF: a,:o � j �� y �
'� _ s � 9 � �� L V � � � � �.-l.�.,l �
ok-'`' � J
'➢'
`" ` �� ° 1?1 S\�- F'la:>Icr �:lc�enu�
>..� : =. �
� `,':; ; , t. = � . o a
• �'y! ��� � Stiiart, FI. 3a�994
'�`�?rrq�_qf�� Dcpartmenr of Financi�• 1 tierrices
Lenora Darden Procurement & Contractin� Services Divis[on 77?.600.Q 1;=� FAX
ProcurementNianager 772?88.5;2p pHQ1�E purchasine�c ci.stuar�.fl.us
INVITATION TO BID
FOR: CHEMICALS: WATER TREATMENr/WA'I'ER RECLAM�TION FACILITY
DATE: June 22, 2015
DEPT: Public Works
BID NUMBER: 2015-293
THIS IS NOT AN ORDER
Bids will be opened and publicly rea.d aloud at City Ha11, 121 S.W. Flagler Ave., Stuart, FL at
2:34 pm on Wednesday, the 29"' dav of Julv, 2015. Bids must be SUBMITTED ON TT�
desired.
Please attach 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 : ` - `
1"C . �l�y r
Company Name �i�, v�� '1� �„ �I�a ��r; r;. r �;�� _
Street Address 73�" �1� U: S �r t � le f?,�-
C1� �c3G.�-tl�f��a:�_�� (g9�/
Total Amount of Bid $_ I�,• ��"L= S�
It is the intent and purpose of the City of Stuart that this Invitation to Bid promotes competitive
bidding. It shall be the bidder's responsbility to advise the Proeurement Division if any
language, requirements, etc., or any combination thereof, inadvertently restricts or limits the
requirements stated in this Invitation 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 Mail/Egnress Bids to:
Stuart City Hall
Procnrement & Contracting Services Office
. 121 S.W. Flagler Avenue
Stuart, Florida 34994
; - ITB�To-2U1 - - - - - -- --- - - - --- - - -- - - - - Page-1- - -. ..
•
A1 INSTRUCTIONS TO BIDDER
A1.1 Each bidder shall furnish the information required on the bid schedule and ea.ch
• accompanying sheet thereof on which he makes an entry. Offers submitted on any other
for-mat are subject to disqualification.
A1.2 All bids must be snbmitted in a sealed envelope plainly marked on the outside with
the invitation fo bid number, date and time of opening.
A1.3 All Bids Must Be Submitted in Triplicate. This includes specifically the bid cover
page, the bid signature section (A2), any section on which annotations are required
or ezceptions are taken, the bid schedule (i�, and any supporting documenta.tion 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 & Contra.cting 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 daxe and time will not be accepted or considereci, and will be retumed unopened to
the bidder. No telegra.phic or facsimile offers will be eonsidered.
A1.5 Bids will be publicly opened and read aloud in the 1 Floor Conference Room at City
Hali on the above appointed da.te at 2:30 p.m. or as soon as possible thereafter.
A1.6 Bids may not be withdra.vvn for a period of 30 days aftex the public opening date.
A1.7 Bidder's attention is specifically called to the terms 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 nota.tions must be in ink or typewritten. Be
sure your bid is signed.
A1.9 All items quoted must be in compliance with the specifications. Alterriate bids will not be
considered unless they are specifically called for in this solicitation.
A1.10 Any actual or prospective bidder who protests the reasonabieness, necessity or
competitiveness of the terms and/or conditions of the invita.tion to bid, selection or awazd
recommendation shall file such protest in writing to the Stuart City Manager with a copy
to the City Procurement & Contracting Services Manager.
A1.11 Questions relative to interpreta.�ion 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 O#�ice. Oral answers will not be
authorita.tive.
A1.12 It will be the responsibility of the bidder to conta.ct the Procurement Office prior to
submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda,
and to return executed addenda with tlieii bid. The Procurement & Contracting
Services Offfce is located $t 121 SW Flagler Avenae, Stuart, Florida 34994,
telephone # (772) 288-5320, Fax (772) 600-0134, and email
, f��ar�hasisnata?ci.stuart.#1.us.
�ITBI�o:2'015=293 -- --- -- - ---� _--- - -- -- — -- - -- — 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 bxd. Failure to comply will result in disqualification of submittal.
A2.2 Delivery shall be a factor in award. Failure to perForm within delivery dead.line(s) set
forth in the specifications or any other contract document shalt constitute defa.ul�
A2.3 Se,ction 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 ser�es the interest of the
City. 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 or 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 Procuremeut 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 errorts), the unit price will prevail and the Bidder's total offer will be corrected
accordingly. In the event of addition errors, the eartended. totals will prevail and the
Bidder's total will be corrected accordingly. Bids having erasures or corrections must be
inifialed in ink by the Bidder.
A2.10 Failure to comply with these instructions may result in disqualification of your bid.
_��a����•r �,��rs�r;es ��ey 7%v��i� �tles�'?��v►���rc`HCa��t��vs9
Firm Nazne Date Email Address
, _ �P
� ��. Zl5 - 32� - iZ 3�
Authorized Signature Telephone Number
(Manual)
.�i����x±�r�� �,-��,r�«a r's-�c'��.�a^ ZIS - 322 - 77�'j 1
Name/Title (Please Print) Facsimile Number
Any questions regarding this Invitaxion to B.id should be addressed to the Procurement &
Contra.cting Services Office, City of Stuart, Florida. Conta.ct Purchasing: Email:
p��rctlasin�(ir.�ci.stuart.tLus. and Fax # (772) 600-0134.
_ TTB l�o: 2015=29�-- - - - - - - __._ . ._ - — -- - - - - - - - - —page3-- -
' � --
B. GENERAL PRO�ISIONS
B 1. Payment/Invoicing: No payment will be made for materials ordered without proper
• purchase order authorization. Payment cannot be made until materials, goods or services
have been received a�d accept� by the City in the quality and quantity ordered Payment
will be accomplished by submission of invoice, in duplicate, with Pvrchase Ord.er
Number referenced thereon and mailed to: Financial Services Department, 121 S.W.
Flagler Avenue, Stuart, FL 34994. Payment in advance of receipt of goods ar services
by the City of Stuart cannot be made.
B2. Pnrchasing Card Program:
A. Preferred 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 (ARI).
B. Bidders are requested to acknowledge acceptance of purchasing VISA card on the
Bid Schedule. In the event of failuze on the part of the Bidder to make this
statement, the City shall assume the purchase or Contract price sha.11 be govemed
by the Net 30 ARI.
C. The City of Stuart offers bidders who commit to accepting the Purchasing Card as
payment, a one percent (1%) reduction in their bid•price for evaluation purposes
only. When evaluat�ng prices submitted by bidders in resporise to this
solicitation, the total offered price of a bidder committed to accepting the
• Purchasing Card will be reduced by one percent, the resulting number is then
compared to the other bidders' offered price. If the committed bidder is awarded
the contra.ct, the award will be at the original bid price.
B3. Fnnd Availabilify: Any contract resulting firom this solicitation is deerned effective only
to the extent 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 all applicable code regulations (Federa.l, State, County, City), are the responsibility of
the successful bidder. Confined space permit may be required from the City of Stuart.
Please see Section B23. Safety Standards.
B5. Tazes: The City of Stv.art does not pay Federal excise or State sales t�es. Our tax
exemption number is 85-801274U159C-6.
B6. Warra.nty: The bidder shall sta.te the warranty offered against defeetive workmanship
and material, if required, as specified in Section C-Special Provisions.
B7. Independent 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_ _ 2015-293 -- ----- - - - - - - - - - - - - - — - - - - Page
i
A. The prices in this bid have been arrived at independently, without consulta.tion,
� communication, or agreement with any other offeror or with any competitor for
the piupose of restricting competition, or in any other wa.y influencing the
competitive arena
B. Unless otherwise reqaired by law, the prices, which have been quated in this bid,
have not been knowingly disclosed by the bidder and will not knowingly be
disclased by the bidder prior to opening, directly or indirectly to any offeror or to
any comp�titor.
C, No attempt has been made or will be made by the bidder to induce any other
person or firm to submit or to not submit a bid for the purpose of restricting
eompetition, or in any other �vay i.nfluencing the competitive arena.
B8. InspectioniAcceptance Title: Inspection and acceptance wi11 be at the City of Stuart's
ordering department/division unless othenvise stipulated. Title ax�d 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 from negligence by the City or it's
using Deparhnent
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 �
confiractor has the right to request an equitable price adjustment in cases where
modifications to the contract under the authority of this clause result in increased costs to
• the contractor.
� B10. Liability. The vendar shall act as an independent contractor and not as an employee of
the City of Stuart. The successful bidder is required. to indemnify, defend, and hold and
����� 4 t�' save harmless the City, its officers, agents, and employees, from damages arisxng from
�, ��z��' �`�` the vendor's performance of, or failure to perform, anp task or duty required to be
� -
performed by the vendor.
811. Conflict of Interest: All offerors must disclose with their offer the name of any officer,
director, or age� who is alsfl an officer or employee of ihe City of Stuart. Further; a.11
bidders must disclose the name of any City officer or employee who owns, directly or
indirectly an interest of ten percent (10%) or more of the bidder's firm or an.y 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 thirty (30} days
prior to tlie effective date of the termination. Upon receipt of ternunation notice from the
City, the vendor shall only provide those services specifically approved. or directed by the
� City. All other rights and duries of the parties under the Agreement sha11 continue during
such notice period, and the City of Sivart sha11 continue to be responsible to the vendor
'. for the payment of any obligations to the extent snch responsibility has not been excused
by breach or default of the vendor.
, ---------- __-- --
---
• - I'I'B - No: 207 5=293 _ - - -- - -- - -- - age 5
Upon termination, vendor sha11 bill the City of Stuart for all amounts 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 commenced or expenses incurred after the vendor
received the nodce 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 rtotice, or with the express written consent of the City,
prior to the effective date of termination.
B 13. Termination for Default: The performance of the Agreement may be terminat� by the
City of Stuart in accordance with this clause, in whole or in part, in writing, whenever the
City shall dete�une that the contractor has failed to meet performance requirement(s) of
the Agreement.
B14. Venne: Any contra.ctual arcangement between the City of Stuart and ttie vendor sha11 be
consistent with, and be governed by, the ordinances of Martin County, the City of Stuart,
the whole law of the Sta.te of Florida, both proced.ural and substantive, and applicable
federal statutes, rules and regulations. Any and all litigation arising under any
contractual arrangement shall be brought in the apgropriate court in Martin County,
Florida.
B 15. Contract Modifications: In addition to changes made under the changes clause, any
contract resulting from this solicitation may be modified within the scope of the contract
upon the written and mutual consent of both parties, and approval by appropriaxe legal
bodies itt the City of Stuart.
• B16. The Contract: Notace of award by the City of Stuart will constitute acceptance of the
Bid. This bid package, including all tenms, conditions and specifications, sigaed by the
successful bidder along with the dacumentation included in the bidders submittal as
required by this Invitati.on to Bid and other additional materials submitted by the bidder
and accepted by the City shall constitute the contrac� After notice of awazd, 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 l, 2015.
B I7 Force Majeure: Neither party to this agreement sliall be liable to the other for any cost
or damages if the failure to perform the agreement arises out ofcauses beyond the control
and without the fault or negligence of the parties. Such causes may include, but are not
restricted to, acts of God, fires, quarantine restriction, strikes, and freight embargoes. 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, shall be extended by a
period of time equal to the time lost due to such delaq.
B18. Proposa.l as Pnblic Domain: All documerrts 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 will beeome part of the public domain upon opening.
: Vendors shall not submit pages marked "proprietary" or otherwise restricted"
. I`FB 2015 293 - - - --.. _ .. . - -- - - - - - - - Paga6- -_ _
B19. Equal Opportunity: The City of Stuart reco�izes fair and open competition as a basic
tenet of public procurement and encourages participation by minoriry and women owned
• business enterprises. The City requests minority and women owned business enterprises
submit evidence of certification with submittals.
B20. Assignment & Snbcontracting: The successful 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 cantractor shall, during the entire period of performance of any contract
resulting from this solicitation, procure and maintain at Ieast the minunum types of
insurance as stipulated in the insurance attachment to this solicitation. Proof of such
insurance must be provided to the City prior to beginning any contract performance.
B22. Additional Terms and Conditions: No additional terms and conditions included with
the bid response shall be evaluaxed. or considered; any and all such additional terms and
conditions shall ha.ve no force and effect and are inapplicable to this bid. If submitted
either purposely through intent oz design or inadvertently appearing separately in
transrnitting letters, specifications, literaiure, price lists, or warranties it is understood and
agreed the general and speeial conditions in this solicitation are the only coniiitions
applicable to this bid and the bidders authorized signature affu�ed to the bid signature
section attests to this.
B23. Safety Standards: All contractors and sub-contractors shall adhere to a11 Federa.l, State,
County and City safety regulations and requirements. The City of Stuart safety marival is
• available for use by any vendor contracted to provide services, supplies andlor equipment
to the City of Stuart.
B24. Public Entity Crimes: Pursuant to the requirements of Seation 287, Florida. Statutes, al1
vendors are subject to those provisions pertaining to Public Entity Crinnes and the
Convicted Vendor List.
B25 Public Records: In compliance with F.S. 119.0701 the Professional shall:
A. Keep and maintain public records that would ordinarily and necessarily be
required by the public agency in order to perform the service. This includes,
without limitation, any and all financial, accounting, operational or service
records or reports kept, generated ar issued as a normal part of the services
provided. .
S. Provide the public with access to these public records on the same terms and
conditions that the public agency would provide the records and at a cost that does
; not exceed the cost provided "m Chapter 119 or as otherwise provided by law.
C. Ensure that public records that �are considered exempt or confidential, and
therefore exempt from public records disclosure requirements, are not disclosed
except as authorized by law.
• ITSNo� 2Q1�=293 - - - - - — - - ---- - - - - - -- - - - - Page 7
D. Meet a11 requirements for retaining public records and transfer, at no cost, to the
public agency all public records in possession of the Professional upon
termination of the contract and destroy any duplicate public records that are
� exempt or confidential and exempt from public records disclosure requirements.
E. All records stored electronically must be provided to the public agency in a
format that is compatible with the information technology systems of the public
agency."
F. If the Contractor does not comply with a public records request, the public-agency
sha11 enforce the contract provisions in accordance with the Contra.ct.
C. SPECIAL PROVISIONS
C1. Intent: The Cify of Stuart is seeldng qualified and experienced vendors to fiunish and
deliver the specified chemicals on an "as needed" basis, in full accordance with the
specifications, terms, and conditions conta.ined in this Invitation to Bid (ITB).
C2. Minimum R�uirements: The bidder should submit the following information with their
bid package to be considered �:responsive in order for the Gity to fully evaluate the fum's
qualifica�ions. Failure to fully submit the requested information may result in the bid being
considered non-responsive.
A. Bidders are to provide a minimum of three (3) satisfactory re£erences within the ,
past five (5) years of similar accounts and size on the City provided forna. Bidder
is responsible for verifying correct phone numbers and. cantact information.
• Failure to provide accurate data may result in the reference not being obta.ined or
considered.
B. Bidder 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 evalustion process, the City may conduct an investigation of
references including arecord check of consumer affairs complain#s. Bidder's submission of
bid constitutes aclmowledgment of the process and consent to investigate. City is the sole
judge in determining Bidder's qualifications.
C4. QualiScation of Bidders: This bid shall be awarded only to a responsive and responsible
bidder, qualified to provide the work specified. Bids will be considered from firms who
have adequate personnel and equipment and who are so situa�ted as to perforrn prompt
service. Bids will be considered only from firms which are regularly engaged in the
busi�ess 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 saiisfactorily execute the service if awaxded an Agreemerrt under #he
terms and canditions herein stated. The terms "equipment and organization" as used
herein shall be construed to mean a fully equipped and well-established company in line
with the best business practice in the industry and as solely determined by the City.
ITB N�20��293 - - - - - - - -. — _ .. _ _ - - - - - - Pag�8 -
•
C5. Quality: The City will make the sole determination as to the suitability of goods when
quality is a question or concern.
• C6. Minimum Payment Terms: Minimum payment terms shall be Net 30 days.
C7. F.O.B. Point: F.O.B. point is destina6oa for all deliveries. (See Section ES).
C8. Firm Price.s: 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,
contra.ct ternns and conditions, to municipalities or other governmental agencies within
the Sta.te of Florida.
C10. Silence of Specifications: The apparent silence of these specifications and any addenda
' hereto, as to any details; or the omission from 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 tliis �tatement.
G11. Attachments: There are five (5) atta.chments to this Invitation to Bid. The successful
bidder must comply with attachments as follows:
Attachment A Insurance Requirements Proof of ability to obtain in�,�rance to
• be submitted with bid document.
Attachment B Qua,Iifica.tions/Experience of Bidder
Attachment C References
Attachment D Bidder's Checklist
Atta.chment E Statement of No Bid
D. AWARD OR REJECTION OF BIDS
Dl. Award of Contraet: The City of Stuart intends to awazd to the most responsive
responsible bidder with the lowest 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 primary will be determined in order of responsiveness, delivery,
acceptance of purchasing cazd program, materials and seivice proposed, along with
bidder's qualifications, adequate organiza.tion, and personnel to ensure prompt and
efficient perFormance of work to the City. After the bid has been awazded, the
Primary bidder will be used in every instance of ordering products as long as their
fum is capable of delivering the productlmaterial in question within the time
specified in this bid. If the Primary bidder is not able to deliver the produet in
• ITB No: 2015=293--- - -- -- -- - ----- - - _ _ - - - - - - - Page 9 -
question within the specified time, the City reserves the right to contact the
secondary bidder with the subs�uent lowest responsive responsible bid
accordingly.
• B. Bidders are required to bid all items in Section E9, Technical Specifications and
Bid �orm to be considered. Bidder should. not reference the words "No charge,
N/A, included, etc " on any of the line items. Vendor must identify a monetary
aznount for each line item. If vendor is not providing a bid price for an item, zero
(o) must be designated on that line item. Failure to identify a monetary amount
for each item may 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 terms and conditions, including but not limited to, the
scope of work have not been altered ar modified in any manner_ Any modification to this
solicitation by the bidder will result in Bidder's response being found non-responsive and
thereby disqualified.
D4. Best Prices: Award will be made without further negotiation based upon competitive
bids; therefore your best price should be submitted in response to tlus invitation to bid.
D5. Rejection of Bids: The City of Stuart reserves the right to reject any or a11 bids with or
withouf cause when such rejection is in the best interests of the City, at the City's sole
deterininatiori. The City also reserves the right to reject the bid of a bidder who has
previously failed to perform properly or complete on time contra.cts of a si.milar nature, or
whom investigation shows is not in a position to perform the contract.
• D6. Determining Responsibili#y: In determining responsibility, the following qualifica.tions
will be considered by the Procurement & 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 or services including previous
per:formance with the City.
D. Previous and existing 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. Abtiity to provide future maintenance and service for the use of the subject of the
cflntract.
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 biddet's taates or assessments are delinquent.
• - ITB Na. - - - - - - - - -- ---P-age 1.Q _ -
D7. Contract Terms: At a11 times during the term of the contract, the successful Contractor
shall act as an independent Contractor and at no time shall be considered an agent or
pariner of the City.
• A. Contra.ct Period: This contract shall be awarded for an nutial term of one (1) year
subsequent to approval by the City Commission effective October 1, 20I5. The
contract may be renewed for two (2) additional one year periods provided both
the successfal bidder and the City a.gree and all tenms and conditions remain the
same. Any contract or amendment resulting from this solicitation sha11 be subject
to fund availability and mutual written agreement between the City and the
successful bidder. F,x�ension of the contra.ct for additional thirty (30) day periods
for the convenience of either party shall be pemlissible at the mutual consent of
both parties.
B. �tion fio Extend: The performance period of any contract resultir►g from 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 incremertts. The
contra.ct may be renewed for two (2) additional one-year periods, provided both
parties aze in agreement Tota1 contract length, including individual one-year
e�ensions, shall not exceed three (3} years. Consideration of price increases at
each renewal period will be given provided such escalations are reasonable and
accepta.ble to the City. Any price increases must be justified, documented and
approyed by the City of Stuart. It is also expected that de-escalation of prices �wiii
lie e�ended to the City if the market so reflects. •
C. Contract Amendment: The City may require additional items of a similar nature,
• but not specifically identified in the contract. The Contraatar agrees to provide
such items/services, and shall provide the City prices on such additional items or
services based upon a formula or method which is the same or similaz ta that used
in esta.blishing 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, Furthe�ore, 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 must be mutually
agreed upon in writing by the Contractor.
D. Non Exclusive Contract: Contractor agrees and understands that the contract shall
not be construed as an exclusive arrangement and further agrees tha.t the City
may, at any time, secure similaz 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) will order requirement(s} on an"as needed" basis. All terms,
conditions and prices of the bid are applicable. Only awarded bad items may be
purchased. Vendor is to take all necessary steps to insure this requirement. Invoices must
reference Purchase Ordez.
D Quanti Th e q uantities spe are based on annual estimates. The City of Stuart
. ITB No: 201"5=293� - - - - - - Pag�l l
makes no guarantee regarding the quantity to be purchased and reserves the right to
increase or decrease tt►e total quantities, as necessary, to meet actual requirements.
• D 10. Performance: The City heavily monitors the quality and performance of work perform�t
and/or supplies furnished by the awarded vendor for future consideration and/or reference
purposes. The City may return, for full credit, any item(s) received which fail to mest the
City's performance standazds.
E. SCOPE OF SERVICE
El. Genera.lInformation:
A. The purpose of this bid is to purchase the specified chemicals on an"as needed"
basis delivered to designated City of Stuart locations. Chemicals will be ordered
on an "as needed" basis for the term of the agreemen�
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 5afety Data Sheet and Certificate of Analysis: : In compliance 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
Analqsis (COA) with bid package submittal and with each receipt of order.
• Note: It is incumbent upon alI 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 bidder shall be responsible for the protection of property in the areas
'�fz�fz � t �
appointed for delivery against spills. Contzactor is responsible for clean up of �y
� �� $PII�S.
a �� C � ` �
B. Tt is hereby made a part of this agreement that before, during and after a public
emergency, disaster, hurricane, flood or Act of God that the municipal
govemment, through the City of Stuart, shall require a"first priority" basis for
goods and services. Tt is vital and imperative that the majority of citizens are
protected from any emergency situation that threatens public health and safety.
. ITB - - -- - - - - - - Pag� 12
E5. Delivery Requirements:
A. All prices quoted shall be F.O.B. destination, freight prepaid (Bidder pa.ys and
• bears freight charges, Bidder owns goods in transit and files any claims). The
successfiul bidder shall be fully responsible for any and all travel 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 separa.te delivery fees.
B. Delivery is requested within 72 hours 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 or after 3:OOpm Back-orders shalI be
made laiown to the City at time of order placement Failure to supply deliveries
withiu requ� tiine period may result in contract cancellation. Delivery locations
aze as specified below.
C. The product shall be delivered on site to two (2) locations:
• Water Treatment Plant: 1002 Palm Beach Road, Stuart, Plorida 34994
• Water Reclamation Facility: 301 SE Stypmann Boulevazd, Stuart, Florida
34994
E6. Quality Assnrance & Returned Goods: All material sha11 eonfarm to Florida Department
of Transportaxion Standazd Specifications latest edition. The successful bidder upon receipt
of a purchase order shall assure the product conveyed is of the coirect quantity and meets a11
specifications of the bid, purchase order and order release. Material, which dces not meet
. bid and purchase order spe�ifications and requirements, including quality standards, shall be
subject to return to the vendor, at the expense of the vendor.
E7. AlternateJExceptians: The Bidder shall be responsible for reading very carefully, and�
understanding completely, the requirements and the specifications of the items requested.
Any deviation frorn specifications listed herein must be clearly indicated, otherwise it
will be considered that items offered aze in strict compliance with these specifications,
and the successful bidder will be held responsible therefore;. exceptions must be
explai.ned in detail on an attached sheet(s) and itemized by number. Any item(s) that does
not meet City specifications upon deiivery will not be accepted and if the item cannot be
brought up to specifications in a reasonable time, the Bidder will be required to
compensa.te 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 this solicita.tion is to receive bids for the product
specified. The materials specified cannot be substituted with �ny other materials. City of
Stuart personnel sha11 rnake all determinations of equipment ec}uivalence and compliance
with specifications. Those determinations shall be final. Tl�ese specifications are based on
a particulaz level of perfozmance required to be responsive to this ITB. Determination of
whether an altemate product be offered, a detailed description of specifications must be
subrnitted and included with your bid. Failure to comply will result in disqualification of
___- -- -- - --Pae13
ITB No:�OTS293 - - - — - _._-- _. _ g
•
the bid submittal as non-responsive. Vendors will describe how they comply when asked
to specify their compliance.
• Technical Specifications
Item Chemical Physical Data Individual Compliance Used at
No. Description Shipmeat W'rp
Quaatities W�+'tp
1 Liquid Sodium ��rtY 1.10 —1.30, SpG (10%)1.163, 5,000 gallon Yes ❑ No ❑ wTP
Hypochlorite (12%)1.202 combined
deliveries, Tanker �
Color: liquid=green-yellow Truck
Minimum strength of 120 grams per liter (12
trade percerrt by volume)
Contaminant concentration limits:
Iron < 0.3 mg/L Copper < 03 mg/L
Nckel: <0.3 mg/L Chlorate: <2,500 mg/L f11� �;ic�
Bromate < 20 mg/L Perchlorate < 20 mg/L
Suspended Solids Test Time < 3 minutes
The suspended soiids in the sodium
hypochlorite delivered under this conlract
sha11 be minimized and the shipments � -
delivered shall achieve a fiitration time of
less than 3 minutes for 1,000 ml when
applying the "Suspended Solids Quality Test
• for Bleach Using the Vacuum Filtration"
_ i�Iethod co-developed by Dr. Bemard
Bubnis of NovaChem.
2 Anhydrous SpG Q.62 cQ 60 F, pH+ 11.6 (1 N sol. In City owns a 1,000 Yes �( No ❑ WTP
pmmania water) °� volatile by volume: l 00 g � t �
Solubility in water: 33% Q, 68F The average
Vapor density: 0.6 @ 32 F delivery size is
Metallurgical Grade Anhydrous Ammonia 600 gals/3,000 lbs
3 Hydrofluosilicic 23 — 25% AW WA Standard B703-06 300 gallon Yes ❑ No ❑ WTP
Acid No �more than 0.020% heavy Metals deliveries, Tanker
(Mercury, Lead, Bismuth, and Copper Truck ��, f� f�
expressed as Lead
4 Quicklime (Pebble Not less th� 92% available Ca0 25 ton deliveries, Yes ❑ No ❑ WTP
Lime) *Florida SpG = 33, pH 11.7 —12.5 Tanker Truck
Lime is Not Slaking rate: 100g in 400g of water shall � p�eumatic
Acceptable ��se temperaiave from 25C to 72C in �oading
three minutes capability q ( � . �
Size: 1/8" x 3/8" (maximum of 10% passing fv v �
a 1/8" screen & nothing retained on'/z" .
screen)
• ITBNo. 2015=233 " - - - - Page 14
5 Hydrochloric Acid 20 Baume, 31.45% active ingredients 55 gallon drums, Yes ❑ No ❑ WTP
31.45% (muriatic 68.55% inert Flat bed Truck
acid) �� � '�. ; F�
• (20 drums) .
6 Sodium Contain not Iess than 60% phosphorus 50 pound multi- Yes ❑ No ❑ WTP
He�ca.metphosphate Perrtoxide, 262 phosphon�s, or 80.4% �led, moisture
phosphate on an as-is basis, pH of 1% proof bags,
soluiion 5.7 — 7.3 Enciosed Truck p�
The typical order size will be one (1) pallet � li$-gate f V � ���
of 50 6ags (SO lbs each).
7 finionic Dry FBS 73a 50 pound multi- Yes ❑ NQ ❑ WTP
Polymer �viith a 30 walled, moisture
positive charge proof bags,
Enclosed Truck A0� � ; �
with lift-gate � v
SOO lbs per order
8 Cationic Liquid FBS 7602 55 gallon dnams, Yes ❑ No ❑ WWTP
Polymer T'(ie cationic liquid polymer at the Water Flat-bed Truck
Reclam�ion Facility is used for sludge `' li�'��
' dewatering with a belt press, price per gallon �� �. 1
sold in 55 gallon containers @ 42% active 4 �
coirtent
. 9 Liquid Ferric The liquid Ferric Sulfate shall conform to aU 275 gallon semi- Yes ❑ No ❑ WTP
Sulfate applicabte AWWA/ANSI standards, latest bullc tote bins � -
revisions, including ANSUAW WA Standard Flat-bed Truck
B406 or the latest revision; "Standard for with lift-gate
Ferric 5ulfate". The liquid ferric sulfate
� shall be supplied as aqueous solution p�
containing nor less than 12.5% femc iron '� � Q ���
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 sami- Yes ❑ No ❑ WTP
Chloride all applicable AW WA/ANSI standards, bulk tote bins
latest revisions including ANSi/AWWA Flat-bed Truck �,�
Standard 60 certified for use in potable with lift-gate ��' `
water treatment.
_ _-- -- .....__ -- -- - -
• ITB No. 2015-293 - - -- _ -- - - - - -- - - - - p�� l-5 -
F. BID SCHEDiTLE: Itt accordance with the terms, conditions and specifications, the
undersigned bidder hereby submits 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 Annual
Na Quantity Measnre Price Price
1 12% Sodium Hypochlorite, 120,000 GAL $!� � $ N�
liquid or a minimasm �;� � t r�
-1�� 2 Ammonia (NH3) 18,250 LB $,� 7 $ r�t
;J ;� h � jy
�L`�t Fil?.
[ • yk,,' G�' J,,6
��`,, � 3 F l u ori d e 3, Q 0 0 G A L $� a $�'� �
;a t
4 Pebble L'une (Ca0) {Quick 560 TON $�� $ l���
Lime) � � � � : �
5 HydrochloricAcid 31.45% 1,100 GAL $�� $�'��
��c �:�
6 Sodium He�metaphosphate 19,OOU LB $� � $� �
7 Polymer, anionic-granular 2 6U0 LB $�� $�°
• ' �t� n ;'�
8 Polymer, cationic liquid 1,430 GAL $�� $�'�
�'� ��
9 Liquid Ferric Sulfate 18,000 GAL $�� $��'
� �3: c�
10 Liquid Ferric Chloride 10,400 GAL $�� $��`�
Item(s) #: Z. - Overall Tota1 for al3 items thax apply $��r,�S1 •�
Is Bidder offering the above product as specified? Yes � No ❑
� If No, bidder is to indicate their equivalent below and atxach product literature. �
Item #: Product Item #: Product
It�m #: Product Itezn #: Praduct
F.O.B. Destination: #�iS^7'L Hours for Delivery after receipt of order (ARO)
Company Name: '�� .t,n;� r �n �� �� s�c t � s � c� Date: 7���/ t�
TTB l�Io: 2015 293 - , - _ _ - - - - Page 16
� � � ��L'�S� 010*C '�1/ki'f "�'�� Gt�4���. t1iL'� �?i�StG �T �. 6 I �f."i �t.t..�i�G� (it2�i LS Lt����%Cif�.i
f
.� e �
�(.C�D ��s• jt:�ici�, la�i��ct' �,vC�Gs•� l ��C. :�rt1� b: �l Cyi �� �cE ��uw�t fa��nsi��
Preferred method of payment is by the City Purchasing Cazd (VISA). DO YOU ACCEPT 'I'HE
PURCHASING CARD (VISA)? Yes ❑ No �
• If you are not the successful bidder awarded as primary provider, would you accept serving as the
secondary (backup) provider, with the same terms as conditions as your bid? Yes � No ❑
All Prices will remain firm for a period of forty-five (45) days frorn the date of Bid opening.
? he Czty of Stuart offers bidders who commit to acczpting the Purchaszng Card, reoted above in
the Bid Schedule as payment metho� a one percent (1 %) reduction in their bid price for
evaluation purposes only. �hen evadztating prices submitted by bidders in response to this
solicitation, the total o, f,�'ered price of a bidder committed to accepting the Purchasing Card wild
be reduced by one percent, the resulting rrumber is then compared to the other bidders' offered
price. If the committed bidder is awarded the contract, the award wi11 be at the originadly bid
price.
The undersigned bidder hereby certifies that the invitation to bid has not been altered in any
manner; and that bidder has received a11 the Addenda listed below and has incorporated them
into lus Bid listed herein. Failure to act�owledge the above requirements will render the bid non-
responsive and no further evaluation of the bid wiil occur.
ACKNOWLEDGEMENT IS HEREBY MADE OF RECEII'T OF ADDENDA ISSUED
DURING THE SOLICITATTON PERIOD:
• ADDENDUM # !��� THROUGH ADDENDA # ,11�//a
CompanyName: � j�,v,� ��n�v,5�f�'�•5 f �,nc. Date: 71�'>�)�"
Name of individual submitting Bid: M�, �-�- 'T��,� tr
Emaa1 address: Su � es �-�ra�an �r,'� �, ec�r� Ph: < i s- 3�'2 -123
AUTHORIZED SIGNATURE: r ��
_� �
TTB�No:2015-293 - - -- - - - - - - - Page-1-7
•
ATTACffiV�NT A
• INSURANCE REQUIREMENTS
The successful bidder shall not commence any work izx connection with this agreement until it
has obtained a11 of the fol(owing types of in.c�ran� and the City has approved such insurance.
Nor shatl the successful bidder allow any subcontractor ta commence work on its subcontca.ct
until all similaz insuraz�ce required of the subcontractor has been so obtained and approved.
Proof of the following insurance will be furnished by the successful bidder by Certificate of
Insurance, which natnes the bidd.er, its officers, board members, employees and agents as
additional insured on General Liability and Automobile Liability insurance policies. Such
certificate must contain a provision for notification of the City 30 days in advance of any
ma.terial change or cancellation. The City by and through its Risk Manager, reserves the right to
reviaw, modYfy, 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
catriers must have an A1Vi. Best Ra.ting of at least A: VII or better. When a self-insured retention
or deduct�ible 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 cantractors including any independent contractors and subcontractors utilized must comply
with the following insurance requirements: �
1. Commercial General Liabilitv including Bodily Injury/Property Datnage, Personal &
Advertising Injury and Products/Completed Operations coverage for at least $S,OOO,OQQ
• L"unit per claim, Products Liability shall extend coverage for pollution conditions tha.t
arise from chemicals manufactured, sold or distributed. T'he City shall be included as
Additional Insured and palicy shall contain a waiver of subrogation rights endozsement
and coverage shauld respond as primary. If the policy is written on a claims macle basis,
the reCroactive date shall be prior to or equal to the effective date of this contrac� 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 reporti.ng period
rider during the life of the agreement of not less than 3 years.
2. Pollution Liabilitv and Remediation Legal Liability coverage for at least $5,000,000
Limit per claim. This shall provide coverage for loss, remediation expense and legal
defense expense for sudden and gradual pollution conditions. The Gity shall be included
as Additiona� Insured, policy shall contain a waiver af subrogation rights endorsement
and coverage should respond as primary. If the policy is wtitten on a claims ma�e basis,
the retroactive date shall be prior to or equal to the effective date of this contract In the
event the policy is canceled, non-renewed, switclaed to an occurrence form or there is a
change in the retroactive date, the distributor shall purchase an e�rtended reporting period
rider during the life of the agreement of not less than 3 years.
. _ _
ITB No. 2015=293 - - - - - - - - - - - - - - - - - Page 1$_ _
•
3. Commercial Auto Liabilitv with limit of at least $1,000,000 per occurrence which
provides coverage for any auto (owned, bired and non-owned) and sha11 not contain any
exciusion for pollution legal liability as respects the lransportation, 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 sha11 take
out and maintain during the life of this Agreement, Worker's Compensation Insura.nce
with limits equal to Florida Sta.tutory requirements. Employers liability must include
limits of at least $1,000,000 each aceident, $1,000,000 each disea.seJernployee,
$1,000,000 each diseaselmaximum. A waiver of subrogation must be provided. Coverage
should apply on a primary basis. Should scope of work performed by contra.ctor qualify
its employee for benefits under Federal Workers Gompensa.tion Staiute, proof of
- appropriate Federa.l Act Coverage must be provided
5. Loss Deducf.ible Clause: The City sha11 be exempt from, and in no way liable for, any
sums of money which may represeat a deductible in any insurance policy. The payment
of such deductible shall be the sole responsibility of the Contractor and/or subcontra.ctor
providing such insarance.
6. Certificates-of Insurance: The Contractar uuon 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
sha11 be dated and show:
• a The name of the insured contractor, the s ecified job by name and job number,
O P
the name of insurer, the number of the policy, its effective date, and its
termination date.
(b) Statement that the Insurer will mail notice to the City at least thirty {30) days prior
to any material changes in provisions or cancellation of the policy.
(c) City shall be listed as Additional Insured on Commercial General Liability
Insurance, Automobile Liabiliiy Insurance.
NOTE: The City can decrease or increase these limits, depending on the proj.ect, at its sole
discretion. Any insurance provided which does not meet the above requirements will not be
deemed acceptable under the ternis of this contract unless accepted in writing by the City's Risk
Mana.ger.
ITB No: 2015-293 -- Page 19
�
ATTAC�NT B
C_,,jUAL1FICATION OF BIDDERS INFORMATION/UUESTIONNAiRE
� THIS T5 A FILLABLE FORM �
Part A - Oualifications Ouestionnaire
Information provided shall fu11y e�lain the firm's qualifications and experience of their Organization to
provide chemicals forthe City as stated below: (Bidders may attach additional sheets, if necessary).
Provide sugparting documentation thax Bidder is an authorized agent, dealer, seller, or
distributor for the sale and distribution of product. Is supporting documenta.tion included?
Yes � No ❑
Part B — Other Information
i. Contractor to provide details of uniform and identification wom by employees.
f�-A�nda��l �Pi�E —C�ne�rcnl a���cjtt�-�cc >fn�c'ic(� }�14�s}� a�rzy�, ruk��r c�icv��
2. P'rovide office hours and contact informa.tion of staff responsible for coordination of services.
Monday through Friday basis from (7:00 a.m. through 3:00 p:m.)
Z i� � -f3�p � 2G �`r � T}ne Ern��•�s -
3. Please provide 24-hour Emergency Contact Information if differern than above:
• 4. Number of year's organization has been in business. "' ee l�tSf
5. Have you any similar work in progress at this time? Yes Q No ❑
6. Submission of qualiry control program: Yes [� No ❑
7. Submission of Safety program: Yes [S� No []
Company Name �:��G,r S�nr� �a s�-f'i r s -! �ne.
ITB-No: 2015-293 - - - - - - - - - - - - - _ _ _ _ Page 20
•
ATTAC�NT C
REFERENCES
. Provide three (3) satisfactory refer�nces within the past five (5) years of similaz comple�city,
nature, and size of tYus project.
#1 REFERENCE
Company/Entity Name: �,;.�. c� t� tc a �' ��-� c�
Address �e10 _1�� tLwt s� 1 S� /���' -
City � �� ru t�,� ��. , State �L Zip Code 3��`� �{
ContactName: �al�� QuLluo Title: �'l��c�} J °��
Phone No:( 5'E ( ) L �i3 - � � � g FaX:( -
Email: -
Delivery Date: --- Location
TypeofProductSupplied �tc}aflc.+r��=c'�I Gv�p�z �l��ydr�Gqs .�lp"
Governmental r Private Dollar Va1ue of Contract $--------
#2 REFERENCES
Company/Entity Name: L;� �. a ¢ �-( o r'I � r, � o c�
Address �+� �, t N o it w���{ � S� � wc� - .
City {,[ � 1� ", p o � , State � L Zip Code � 3�'Z �
Contact Name: �-� y la; Ca l f�� �h Title: �!� ;�,.� �'J r �� � v•°
• Phone No:( � �� ) q � 7 - �23�� Fax:( -
Email: � E�altncG,�1 ��ci} �vc��,
Delivery Date: .r.--- Location
TypeofProductSupplied �[�¢a1��,,r teai (�,�r�� .,�v►���r��:s �w��+�n�,��
overnmen r Private Dollaz Va1ue of Contract $
#3 REFERENCES
Compas�y/Entity Nam e: � � c � �w�; c � � �j �-tr � �'s �` ; c
Address �� ( 5�l vti� �ivc���
CitY �v�� �� ea,�rt c1�• , State ��. Zip Code ��(Z Z j
Contact Name: 'j'; ,,�., (� �t � J �, �, ,� Title: Le ��( � �? ra� � �Y
Phone No:( q�.�, i)�► (� C? -� U�( ( Fax:( - Email: i af �c+�c� �e��ev�a�.-� �rlt �� i�. aa��tt
Deliyery Date: - Location — -- ----j'
Type of Product Supplied .M e� �� u � c� � - fct L� � � v� � Gt�'� ��s� ,� v" Yw o� r"°�
Governmenta�}or Private Dollar Value of Contract $
C o mp anyName �,�,,,,�,�� ,�+nc��x�-�rt�.� 1 inr.
ITB No: �015-�93 - - - - - - - Page 2I.
•
_ __
ATTACHN�NT D
BIDDERS CI3ECKLLST
• This checklist is provided tn assist each Bidder in the preparation of their bid response. Included
in this checklist aze importmrt requirements, which is the responsibility of each Bidder to submit
wrth their response in order to make their response fully complian� This checklist is only a
guidelin� it is the responsibility of each Bidder to read and comply with the Invitation to Bid in
its entirety.
Is Bid envelope marked ac�ordingly? Yes � No ❑
Is Invitation to Bid cover page (page 1) completed, signed and attached? Yes � No ❑
Is copy of bidder's valid Business Tax Receipt submitted? Yes � No ❑
Is Bid Schedule Form completed, signed and attached? Yes [3� No ❑
Is safety report and Quality program included? Yes � No ❑
Is bid submitted in triplicate (one oziginal, twQ copies) ? Yes � No ❑
Bidder must submit proof that their firm name is registered. with their Yes � No ❑
� State of origin � � � �
1s proof of insurance included? Yes � No ❑
� Is minimum Qualification of Bidders/Questionnaire information included? Yes � No ❑
Ts Reference Form completed and enclosed? Yes [� No ❑
Is MSDS or COA submitted? Yes � No ❑
Are addendum (if any issued) sigaed and submitted? Yes � No ❑
Submit a copy of all Licenses, Certificates, or Registrations, held by Yes �. No ❑
Bidder
Is W-9 Form completed, signed and attached? Yes � No ❑
All prices have been reviewed for mathematical accuracy, all price Yes � No ❑
corrections ini6aled, and a11 price eartensions and totals thoroughly
checked.
CompanyName �av���� �wc�r�s-�ra'� s .�,nc
ITB No: 20Y5=293� - - - — - - - - - - Page 22
; �
ATTACFIMENT E
STAT'EMEN'T OF "NO BID"
• If you do not intend to bid on this requirement, please complete and return this form prior to date
shown for receipt of bids to: The City of Stuart Procurement & Contzacting Services Office, 121
S.W. Flagler Avenue, Stuart, Florida 34994.
We have declined to bid on this solicitation for the following reasons.
❑ Specifications too "restrictive", i.e., geared toward one brand or manufacturer (please �
explain below)
❑ Insufficient time to re�pond to Invitation to Bid.
❑ We do not offer this product or equivalent.
❑ Our project schedule would not permit us to perform. �
❑ Unable to meet specifications. � �
❑ Unable to meet bond requirements.
❑ Specific�tions uncleax (please explain below). �
❑ Other (please specify below).
• REMARKS:
-- -- ----
WE UNDERSTAND THAT IF TI� 'NO BID" LETTER IS N�T EXECUTED AND
RETtirKNED, OUR NAME MAY BE DELETED FROM '�'HE LIST OF QUALIFIED
BIDDERS FOR TI� CITY OF STUART FOR FUTURE PROJECTS.
Typed Name and Title
Company Name
Address
Signature Title
Telephone Number Date
ITB No. 2015-293 Page 23
•
Tanner Industries, Inc. exceptions taken for Bid #2015-293
• B. GENERAL PROVISIONS
510. Liability: The vendor shall a.ct as an independent contractor and not as an employee
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 da.mages arising
� from the vendor's ne '�ant performance of, or ne iaent failure to perform, any task or
duty required to be performed by the vendor.
� E. SCUPE OF SERVICE
E4. Contractor Responsibility:
A. The bidder shall be responsible for the protection of property in fihe azeas appointed
( for delivery against spills. Contractor is responsible for clean up of any spills to the
extent ca.used bv contractor.
�
. - - --- -
' D� CERTtFIC�4TE �� LI��ILIi'1(1l�SURANCE �'� s�,rzo,s
THIS C�RT��CATE 13 13SEIED AS A IAATfOt OF MFORMAT�N OMLY MID Cd�iFOtS NO RI�HTS UE�ON THE CERTiE7CATE HOLDER. TH{S
CERTIFlCATE DOES NQT AFARMATNELY OR N�'aATNELY AYEND, EXTB�ID OR ALTER THE COVERAGE AhFORDED BY TFiE POLIC�S
BELOW, THlS CERT�ICATE OF �.IRANt� OOES IIQT COIi1ST1TU7'� A CONTRAC'f BETWEEN THE lSSUWG N1iSURER(S�, AUTFI�IZED
REPRES�NTATIVE OR PROOUCER, AI� TME CERT�ICA'Ffe fiOLDER.
ANT: 11 U�a cerlMcate Irole�r ls an ACDIT�NPIt 1113t1RED. ffie pol�ey(iesE must be endorsed. ff SUMiOGA710N tS MfANB�, suhjeet �o
e isrms an�f condltions o/ tlre P�iki►, ���7r raNtre � endorsement. A statemant on teds cert�e does not co�r �hts to 11�
hold� kt deu d sud� endotseR�(s
r� JudY Lee
Comrt+eraai lines -{610) 205�ts120 Puox� . 810-245-61(iQ F � 886-Ss4��2D
Wells Fargo fnsurance Services I1SA. Inc. �' judy,lee4�weltsfa�O-arn
1018 W. 9thAvan�te,Sui6� 10d �pYg� �s
IGng of Pn�ss�, PA 79A06 � Nautilus Insurance CompanY 9737Q
s�.su�n � s: S� tr+dsmmitY �d Lieb�Y 38316
Tannerindustries, Inc. � Aspen Specially InsuranceCo 90T1T
735 �v�r81e Raad r�ao:
Th9R� FlDOI' WSUR�E:
se�n�,ata, Pa �as�-3zoa � F:
COVERAGES CEitTIFICAIE NUYBER: 9187634 REVlSt�l NWBER; seeaerow
�HIS IS TO CERTIFY THAT THE POLICIES � ItiSi)RANCE USTED 80.0W HRVE BF�1 {SSUED TO THE Ud.4E1RED NAI�D ABOUE EOit THE P�LIGY I�ERIOD
woicn�rm. Kalvmttsra�� a,Mr �iREn�xr TERM QR I�NIX110N Of ANY CDNTRAGT OR aTHER DO�IJMEM7` WITii RESPECT YO WEpCii 7HIS
CERTIFICATE NAY BE ISSUE!] OR AAAY PERTAIN, THE �iSIIRAAICE AFFORDED BY THE POLJCIE3 DESCRIBID HEREIN 15 SUB.lECT TO ALL 7HE 7'�iMS,
�CCLUS�NS ANO CONDlT10NS OF SUCfi POLIC�S. LHiBTS SHOIMN i�tAY HAYE BEEN K�10ED BY PWD (�.F111�S.
� iTrEOFOBURI� P'OI.If:fI1N16� � �� ��
A X Cate�.oExeau.tu�nr GLP2at1827'-17 06I�1/�15 06�01Y1016 EacH� S +.�o:�
X cxai� ❑ oex� � s �°
�am �+ o� �� s �o.aoo
r�wu..aa� u�w►�,r s ,,o��c,
CsN'LAGGR�lTEL1111TAPPLI�SPBt: GEr1ERA1.AQ�1TE S $�G.000
� o ,� o �� ��-��,� s z.�.�o
� � s
arri� ' .
ar
g�unnMOBa.Ew�ea:rrr StSIPCA08333915 fl6/07/ZOTS 06101T1016 sIF�.EU s t.aoo.aoo
X AN1f AIF7Q . BODILY INJI�Y �ye�nl S
ALL OYIMED S� BODILY WJURY tPor ar�ldeM) i
AtJT03 N N-OWNED PRaPERiYDA� $
lilAEpAt/TOS AIIrOS r
5
� uYaaauwls x occuR EXACJ4J15 OBI01/2015 O6/Q112(316 Facrtoa�wCE i ��,�
X �� CWMS�IMAGE A6GtiEC,A7E S 98,000,000
DED RETEiiTIQN �
w�scoc�snirox 1UIXf0017� O6d0�l2015 06�112016 x � on+-
B AMDENPL4Y9lS'LiABIL1iY Y/N t.0�0,�
,�����,� o �,� �..��,� s
� y � ��� EJ.. CI�ABE -E11 EAIPLDYF 5 t.AOO,aau
���oe�ar�ti�a t�r �. a�sr� -Pa.icv un+n' s �,�.00n
��nux oF ons�a�s ��w�s rv�ec�s (nco�o m�, na�naaw w�tn s�. � a. �d �o�.:� ��uraa!
Evidence of Insurance Orily
- CER71F1CATE NOLDER CANCELLATEON
Tanner (nduskies, Inc. SHOULD ANY OF TE� ABOYE DESGRIBm POk� 9E CaNC�LLED SFFDRE
7HE EXPlRA110N DATE TH�DF, NO7iCE YVILL � DELIYOt�D {N
735 Davisvi8e Rvad. Third Floor pG�p�q�CE yYliH 7HE POUCY PROV�s�ONS.
Sou�ampinn PA 18966
AIrrHD�o ��+ratNE n �
�/f .�.._
r
The ACARD name and logo are tsgistered marks of ACORD �'1988-2U14 ACt)RD CDRPORATK)bl. Ali riglf� teser�ed.
�ORD ZS (2D1410i) � I��I�I'I� �� I� ���I� ��� �� � �� � � �� � � •cveo+aoroo�s�,oa�omiom•
�t k�N� !11! f�l f I�
_ _ _ _ � " l _ _ _ � _ ' ` . � � � � . � � � � � � � � � � ' � � � � �� � �
is lacai business hax receipt is in ac�'�n 4p and not in ii�t of arry other tax required by law or municipal axJinance. Businesses are subj� �o tegc�ation of aoning, � and a�
vful auUwrefies. This reoeipe➢s valid from Odo6er 9 Uxiough September 30 of receipt year. DeiinqueM penalty is added Octsber 1.
2014 EXPIitES 9/3�I2Q75 350�-os7254a
3501 DISTRIBUTOR �4ARMOM[A �30.06 1 EMPLOYEE �
•
TOTAL TAX $30.00 TANNER STEPHEN B
PREVIOIlSLY PAID $90.00
TQTAL DIJE $0_00
TApiMER INOUSTRIES
TANNER ST�HEN 6
735 DAVISVIf1E Rf3 3RD FLR
SOtJTHHAMPTOt�I PA 18966-3276
2534 WLCAN RD
U - APOPKA, 32703
PAI�: $30.� OU99-006�t9482 9M5/2014
cott R°a��lAt�? T��c- ��ol�e�c3� � � �o:E�: B�gi:e�ss. �`� ��c�i�t . .e: �i�i �
- : ;- ... :. .: ._. - � .-: -: -:�.^_
s�ocaltiai �.�•���
i��i�aes: '17t�: "' . _ - . . . . . .� .. . . .. .
rec�pi:is "valiil Traii �tiei �' itir.qu,�i Sep�� 3Q of reeetpY.jce�r� l�,elint�i..iii� peii�[y is. atl�I'.'e.d•l�i� �.
2o�t;;a: �CPII��S� 9f30'124�C� '. _ ,�q. -
20 3�oa�s�5; :� �.
3�Oi QIS'�RJ_BC�f4�l3=H�ITiiIC3JVlA �3.0:t� i ENIPL ' • .
: ,. � 33 ��'�� �� .
. �� ���
� � - . � �� -
� � �
�o��i���s: s�Q oo. � � �
1?f2E�iQU�St.`[ P..�11D: ,$3' Q.O�` s +�, �TPi�11VER STEPHEI�
'F�Ti4;Lla��: �F��ff �� : � � �
• �ff
,��, � � �� a !�[ER lNDUSTRl�S�
�: ,. ' • � Ald{�tEfi STEPHEN B
25;3A �.1L(�1 RQ ���?� • o��t ' 735 DA1/FSi/•iLLE R� 3RQ FLIi ..
!J -AA'ORF�, 32��3' _` �i� r � . $011.'t'HHAk�PTflN PA'�$9fi�-,3�i`&
#�'f�
Pi.41d; $3Q.UQ• U09�-006499�fi2. 8r�5l20a4 .
This ieceipt is offlaal when va�dated by ihe Tax Collector.
[o�2�t�
�itt��c��,� S���C" �t, NEw� sc�i�T'tau�(Z ft�'��� APbP[tA Pi..a.��'
CtsQ� �pnAt��p Tt� 5or�irs �t� �
C�s��f tr� s��t�rti�aa :��cda�- 6 4�a�s - r�. �� �
C.�MB+�11a�Gt SL6EttU�ti-� :3?��R�
• - - - -
COMMOIVVtiIEALTH OF PENNSYLVANIA
DEPARTMENT OF STATE
� OCTOBER 24, 2014
TO ALL WHOIUI THESE PRESENTS SHALL GOME, GREETfNG:
1 DO HEREBY CERTiFY THAT,
TAIVNER INDUSTF�IES, IIVC.
is duly incorporated as a Pennsyivania Corporation under the laws of the �
Commanweafth of Pennsylvania and remains a subsisting corporation so fiar as �
the records of this office show, as of the date herein.
• I D8 FURTHER CERTIFY THAT, This Subsistence Certifcate shall not
impfy that afl fees, taxes, and penalties owed to the Gommonwealth of
Pennsylvania are paid.
IN TESTIMONY WHEREOF, I have
o � 'c�� ca� hereunto set my hand and caused
4 +�r the Seal ofi the Secretary's Office to
� �� be affixed, the day and year above
� D written.
� � ij
/ �,��taaaL. �.t�l.t.
' Secretary of the Commonweaith
• Certification Number: 12'194177-9
Verify this certificate online at http://wwnrv.corporations.state.pa.uslcorp/soskb/verify.asp
F�, ��9 Request for Taupayer Give Form to tfie
��,• °�^''�2°'4� Identification Number and Certification �u��. °° `�t
�epartm�,cormerr�„ry send to fhe IRS.
• Intemai Revenue Sevice
� Name (as shown on your income tax retum} Name is requ� on this line; do not ieave this Ifne blank
anner Industries, lnc.
N 2 Business nameldisregarded entity name, if differerd firom above
m
m
°� 3 Chack appropriate box for fadere4 tax da��'�ation; cfiack �fy one oF Uie f�lowing sevs� boxes: 4 ExemPa� l�� aPP�Y only to
c certain entlties. rrot kxlividuals: see
° ❑ IndividuaVsate proprietw or ❑ C Gbrporation ✓� S Carpotatlon ❑ PaRnership ❑ Tn�sUestate ��S on page 3):
@ c singie-memb� LLC
�° [] Umited liabiifiy campany. ErtEar the tax classificalion (C=C �o^� S=S coYPcration, P�artr�ershiPY � �emPt Payee co� l� an�
c�i Exem�ion tran FATCA r�ortlng
p i Nobe. Eor e sir��e-mBmber LLC that � disregerded. d0 not CheCk LLC; check the appropriate box in the 6ne ahove fnr
.. � 1he ta�c ciassiflcalion of the sing�-member own� eode (if an�
� c
� � ❑�ther(seeinstructions)► taw�maomu�e�aoum�a,.us.)
� 5 Address (number, street, and ePt- or �ite no.) Requesters name and address (aptionan
0
Q, 735 Davisvllle Road
m 6 City, state, and aP code
� Soutt�ampton, PA 1896b
7 list accourrt numher(s) here (optionat)
Taxpayer lderYtification Number (TIN
Enter your TIPi in �the appropriate box The TI(V provided must match the name given on line 1 to avoid Socaa� securiiy nwnber
backup withholding. For individua4s, this is generally yuur social security number (SSt�. Nowever, for a �— m_�
resident alien, sole proprietar, or disregarded erYtity, see the Part 1 inshuctions on page 3. For other
errtities, it is your emptoyer identification num6er (EU�. If you do not have a number, see How to get a
TIN on page 3. ar
Idote. ff the accourrt is in more than one name, see the instructions for line 1 and the chart on page 4 far Empby�'�'�'�pOn n�ber
guidelines on whose number to erder.
� - - 2 3 — 2 0 5 0 0 3 4
� Certification
Under penalties of perjury, t certity tha�
1. The number shown on this form is my correct taxpayer ideMfication number (or I am wraiting f4r a number to 6a issued tfl me); and
• 2. I am not subject to backup withhoiding because: (a)1 am eacempt from backup withholding, or (b) I have not been nol9fied by the (ntemal Ftevenue
Service (IRS) that f am subject to backup withholding as a resuk of a failure to report all irrterest or dividends, or (c) the IRS" has notified me that I am
no longer subject to backup wRhholding; and
3.. 1 am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) errtered on this form (d any) indicating that I am exempt fram FATCA reporrtihny is corcect. ,
Certification instructions. You must cross o�d ftem 2 above 'rf you have been notffied by the IRS that you are currentiy subject to backup withholding
because you have faled fin report all interest and dividends on your tax r�Wm. Fot real estate transactions; item 2 does not appty. For mortgage
interest paid, acquisition or a6andonmerrt of secured properly, canceltatio� of deht, confribukions to an indiv9dual refirement arrangement (IRA}, and
generaily, paymerrts other than irtterest and dividerids, yow are not required to sign the certifcatfon; but you must provide your correct 71N. See the
insductions on page 3.
Si n i
Here .s. �o : rC'r�t,�+•� J. C�G� o� ►"1 ��. i 1 i S
General Instructions • Fartrr 1098 (hane mortgage irrteraat} o9e-E ��t �, �, ,�e-,-
(ri,idon>
Seotion references are to the tntemal Revenue Code unless othenroise noted• • Fam 1659-� (pnce�ed debt)
Future developm�ts. Information about developments affecting Form W-8 (such . pp� 1099-A (acquisition ar abendonment of secured property)
as leg'�slaRion enacted after we re�ease itj +5 at www.irs.gov/flv9•
Use Fortn W-9 only if you are a U.S. person (mdudin9 a resident alien). to
Purpose of Form provide your oorrect TITd.
M individu� or erRity (Frnm W-�J re ester� who is uired to file an infom�aUon � do not �etum Form W-9 to the requester with a .TfIV, yau mighi be subJeci
retum with the IRS rtwst obtain your�cort�t ffixpay� ident�cation number (ilf� ���P Withhotding. 5ee Whaf is backup withhold'�ng? an page 2.
which may be your sx'rai security number (SSfVI, incTividual taxpayer.iderrttftcatian By s�gning the fl{led-out form, you:
number (ITIN). adoption Naxpayer identlfication rtumber (ATUV) or employer 1. Certiy that the 77N you are giving i� correct (or you are waiti� for a number
fdentiflcation number (FJN}, to reQort on an i�rtnatiun retum the amourrt paid to to be issue�,
ybu,.or other amount reportable on an irrformatfon retriim. F�camples ot information 2 Cartify that ya�s are rrot subject to backup withhold'mg, or
retums u�ltxie. but are not Cmdted tu, the fali�waig:
• Form 1099-IM (interest eamed or paid) 3. Claim exempUon from backup withholding ff you are a U.S. enempt payee. ff
• Form 1099-ON (dividends, includ'ing those from stoeks or mutual funds) a pp����' y �� ��ng that as a U.S. person, your allocahle share of
any partnershlp income from a U.S. trade or business is not suhject to the
• Form 1099-MISC (various types of income, prizes, awards, or gross praceetls) withholding tax on foreign partners' share oi effectively connected income, and
• Fortn 1099-B (stock rn mutual fund sales and certain other transactions by 4. Gertify that FATCA code(s) entered on this form ¢f an» indcaNng that you are
brokers) exempt from the FATCA reporting, is correc�t. See Whai is FA7'CA reparling? on
• Foms 1099-S (proceeds from real essate transaetfons) Pa9� Z fa' further information.
• Form 1099-K (mercharrt card and third party network Vansactions) __ _
• --- -- - -` -- Cat No. 1 tl231 X Form W - 9 (Rev. � 2
TAI�I�E(� INDUST�IES, ll�C.
T 735 DAVISVILLE OA THI
• R D, RD FLOOR
SOUTHAMPTON, PA 18966-3200
215-322-1238 FAX 215-322-7791
www.tannerind.com
It is the objective of Tanner Industries, Inc. to provide a safe and healthy work
environment to pratect all of our employees, the public, and the environment. To
accomplish this objective, Tanner Industries, Inc. will comply with all current Federal,
� State, and local health, safety, and environmental laws. We v4�i11 develop the bes� possible
operational processes, procedures, and policies to eliminate or control both known and
potential safety, health, and environmental hazards.
Health and safety aze shared responsibilities. Each employee, from top management to
supervisors to each worlcer, rnust take own.ership of their own safety and that of ca
workers.
Each employee is responsible for recognizing health and safety hazards and to correct
them or report them to their supervisor in a timely manner.
To fu1fi11 these goals, management will:
• Develop and enforce safety and health rules, as well as good management
• pracrices; and by requiring all employees to cooperate with these ruJ.es and
practices as a condition of employment. A copy of the safety xules are located in
the Corporate Safety Manual, and management practices are located in the
Process Safety Management Manua.l, which are available at each facility.
• Train a11 employees. Each employee will be trained according to the requirements
of �SHA, I)OT, EPA, and Company rules pertaining to their respective j obs. A �
copy of each employee's training record will be maintained at the Corporate
office. Each employee must follow all the health and safety policies and
procedures required by tbeir specific job functions.
• Eliminate or reduce health and safety hazards. Hazards that cannot be completely �
eliminated will be reduced througln engineering or adrriinistrative controls, and
through the use of personal protective equipment.
� 1'rovide personal protective equipment. All protective equipment must meet
OSHA and ( or ANSI requirements. Tanner Industries, Inc. is legally and morally
bound to make sure that all employees wear the appropriate protective equipment
at tlie proper time and in the proper environment.
• Establish a Corporate Safety Committee ta oversee safety and health activities.
� �' ;, ;; 1 � =�
DIVISIONS
NATfOPVAL AMMONIA, BOWER AMMONIA AND CHEfVIICAL, NORTHEASTERN AMMONIA, HAMLER INDUSTRIES
We have i.mplemented a program called Responsible Distribution (RD). Responsible
� Distribution is a comprehensive quality program dedicated to protecting the health and
safety of employees, communities, and the environment and was developed by the
National Association of Chem:ical Distributors (NACD). It is comprised of various codes
an.d sub codes of management practice which are docvmented and implemented. It is a
condition of inembership with NACD and the program is third party verified to ensure all
codes of mana:gement practice policies and procedures are documented and implemented.
We have successfully passed third party veri.fications for RD since 1995. Past
verifications were completed by Underwriters Labora.tories, Inc. (documentation
verification -1995), Science Applications International Corporation (SAIC), Parker &
Associates (on site management systems verifications -1999 8& 2003) and Eagle Group
conducted RD verifications in 2007, 2010 and most recently in January 2Q15.
We have maintained our RD ceitifiication as a condition of inembership in NACD since
RD's inception in 1992. NACD can verify that Tanner is a member in good standing,
which means we are imp�ementing our R.D management system. This check may be
conducted at Www.nacd.com
Tanner Industries employs about 116 personnel and operates approximately 1 b facilities
througho.ut the country. The work that Tanner's employees perforna at plants and at
deliveries is labor intensive. It involves connecting hoses, moving equiprnent, raising �
trailers, using hand tools, etc. This work can result in sprain/strain type of injuries.
Below are the incident rates fQr the past three years, including 2015:
• Year Recordable Incident Lost Time Ra.te Hotius Wvrked
Rate
2015 YTD 2.18 0.00 142294
2014 .077 0.77 258440
2013 226 0.75 265693
2012 2.18 0.73 275704
Our continuing goal for onr safety performance is, at a minimum, being at or below our
industry's classifica.tion group's ratings for OSHA recorda.ble rates. From 2012 through
2014 we have succeeded in being below the OSHA recorda.ble rates for similar industries.
In order to help support our continuing improvement process we maintain the following
initiatives:
• We conduct montlzly documented safety equipment inspections.
• VVe complete annual facility safety inspections at our plants.
• We maintain fall protection at our plant sites.
• We continue to review all injuries, accidents, incidents and near misses with
the safety representa.tives at corporate and site safety committee meetings.
• We have added "Days Since Last OSHA Recordable Injury" signs to our
plants to help raise and maintain awareness of our safety performance.
• ���`��` �I�
• We distribute weekly safety postings to all plants. The communication
� includes safety messages and reminders and highlights any safety and/or
security incidents wi�h reminders for the prevention of similar incidents.
This inform.ation has been streamlined for easier reading by field personnel
and the weekly interval provides more current data in relation to incidents,
injur,ies and near znisses. It also provides a mechanism for quick hit safety
rerninders.
• In 2011 we piloted a ride a long pragram with our drivers. This involves
management personnel riding a lon; with drivers and attending deliveries at
periodic intervals. The purpose of this review will be to ensure personnel
are perforrning all duties appropriately, such as appropriate checklist
completion, being aware of patential hazards, following docurriented
delivery procedures, etc. It also provides an opportunity for coaching and
guidance witli a foeus on safety if needed as well as a feedback mechanism
for potential improvement. A sirriilar walk a long program for plant
opera.tions has since been implemented.
We have esta.blished and implemented communication with aIl employees on our 3 pillars
of safety — like 31egs on a stool — if a leg is missing the stool will not be able to starid.
1) Personal Accountability — ensure you are following SOPs, wear-ing proper PPE
at all required times, reporting any unsafe conditions, planning for potential
hazards, communicating with the office.
2) Awareness — Recagnize and Identify Potential Hazards — completing the
• proper checks and checklists, attention to signage, see the whole play and try not
to tunnel vision — are there any potential hazards around ?, think before acting,
stretch if needed after a long dzive, using proper lifting techniques, proper laddex
. use, secure footang.
3) Management Support — know that you have our full support, communicate any
problems or issues, communicate if there is any questian on the proper method or
proper procedure.
Tanner Industries DOT Safety performance involving DOT roadside inspections has been
much better than the national average for companies transporting hazardous materials. In
the past 24 months (from July 2013) the na.tional average of the percentage of vehicles
placed out of service at DOT inspectians has been 20.7%. Our average has been 5.2%.
In looking at hazardous material inspections'the national average has been 4.5% and our
rating has been 1.4%. In relation to driver inspections the national aeerage has been
5.51 % and our drivers have rated at 1.2%. Our statistics reveal that we have performed 3
to 4 times better than tlie national averages.
• <";�...�� 3 ��I-
Tanxier Industries, Inc.
• Mission Statement
Our mission is to constantly improve our products and services to meetlexceed our
customer needs, to distribute our product in a safe, efficient, and environmentally
responsible manner, and generate a reasonable return in order to provide continuity for
the business and employment for our employees.
Questions concerning our safeiy program can be directed to:
Harold Siver �
Safety Manager .
Telephone: 215-322-1238 �,390
Mobile: 215-410-4622
Fax: 215-526-7814
E-Mail: hsiver@tannerind.com
.
� • �' 4l A� L � � �
TAI�I�IEI� lI�DUSTf�IES, f I��.
• � 735 DAVISVILLE ROAD, THIRD FLCaOR
SUUTHAMPTOIV, PA 189b6-320p
215-322-1238 FAX 215-322-7791
wwwtannerind.com
Juiy 21, 2015
To w]zom itmay concern,
Wlu�le Tannea� Industries, Tna �is not t�iad party ISO certified, our camnpany is coz�nuitted to Responsible
Distdburion (RD). Responsi'ble Distn"butioa is a co�prehensiv� 9ua2ity Prog�am dedicabed to prote�ting
the health aad saf�ty of �mgloyees, communities, and �the environnzen�t and was developed by the National
Assoaia�ioa of Chemical Distribub� (NACD}. It is a condition of inembezsbup wi$t NACD � the
pmgram is tiurd pmty verified t+o ensure ail codes of manageme� Pa�tire Policies and pracedu� are
docvmented a�d implcmented. We have suceessfiilly passed third pa�iy verifications for RD sinc� 1995.
Past verifications were comple�ed by Uncl�rwrit�e� Laboratories, Inc. (dacum�tion ve�ifica�ion - i995�,
Science Appticatioas Intemational Corparation (SAIC), Parker & AssoeittGes (on site nnama.geanent sys�nns
verifcadions -1999 &�OQ3) andEagle Group co�ducted RD verfStc�ations in 2007, Aqay ZQ10, and most
recently January 2015. We hsve main�ained aur RD eerE�cation as a condition of inembership m. NAGD:
NACD ca� veaify tha# Taffier is a member in gaad stand'mg, which means we �e imglemeatiug c�ur RD
m�nagenaient system. This check map be conducted at www.c�d.c�a
• R�sponsi'ble Distnbution is a compreheasive 9ualitY Pr�gra� dedicate.d to protecting the heslt� and. sa�ly of
employees, cnmmnniiies, and theenvironme,at Tnaddilionta RU we liavealsoimplementedaspectsoft3�eiS0
9�1 series quality madeL We have documented procedures and policies m an. ISa forma� we v�nrify a(1 �
incaming raw material, and have documeab�l custiomer complaint �OCedures. We havc generated $(jua�ity
Manual, wyich co�tains our compmzyM'ission Stafiement, as well as applic�ble R�Y Pi'� I��� not
add�ssed 'm our RD manual.
We look forward to �atinu�ig �u work with you as part�rs in quality and safety, and if qou have any
4�� �' T�1� fi�ar in£orn�ation, please coaffict me.
5"1nC�'.�'
TA�NNER INDIJSTZtIES, INC.,
~ ������
�•
Slta�vn P. Ntatone
Manager of Qaality and F�gulatcuy Affairs
• DIViSIb�S
NATIOfVAL AMMONIA, BOWER AMMONIl� AND CHEMICAL, NURTHEASTERN AMMONIA, NAMl.ER INDUSTRIES
� � g � I Q
� � o� ��
� �
� �.
�.
� � �
� �
� � � �:
. -��
������.
� � �.'�.'�����. � � � ������'��.���.�-�. ��
'I'I�IS CERTIFIES THAT
�
� �� � �� ��.�. = �� �
.�
H,as successfitlly demenstra�d its commitment�to Res�ansible Dist�bution as set
forth bq fhe �Tati�nal Associatian of Clnemicat, Dislrfbutors (N'ACD� thraugh
successf�il completian of its third-par�.y on-sfte verificatian for th� � Cycle
Danuary 1, �{}14 - December 31, ZU1b)
Jar��.�:r� �$, 2 � 15
Issn� Date
-��
�����
Nationai ASSOda�ion of ��'g�,,���
��rnical ei�ril�u�ocs
� �� � �
� r �
, ,If ���
Micha�l Lan� Vice Presiden� Qyde H. Pearch, President
Respansible Distribution
- �' �-. � _ . � . � .�-f - -
�- � �-�=..
� �<�-
�
' . ��
�����
�����
� � .
�
��
tt �1i'1�L �,
�� � �� t
. �s��-�-,
,� �� �p�l�� 1
.���� �.t a�� �
T �1� � NS � U�.
L��� ��
�� �U1`��1�S��A
�
lAL
�� Cp�,�11'��1' , vS� Q � ! 1
��; �N '��l�L. • ���: �v�����
,� �,�F�E � r �,� �l-:.��� �l�tl:.
C'R QgvG � �
�_�..:":�
�
t � -- ., ..��
e,�����s � �U *SC, �.hAl2K or t1� +� �
^ `� 1tt� CvqN j.a1�)�
s �,�+��t au ,��n � ca11 �
YiU��[� p`�p�,1l�.1 y'�iS�{T
�:,,{m�a b r�4y <`'
, �, � ,^�
!uct�edtled��14�N� (dC��12^�' ��0 „(`
Rtnz�s�*� ihti�t '1�'15� /`7
y1atlV,t "` � ,S4t�\YylP�l.� ��� j ���
\1l7�� ,�� ,�'„,,' r �;.fi
1r d1�t� ll a�/
� � 4 eLtt}�C13 US �'��• Lq�1lTt�d�1'�}St" � � �7���' �j�G `Y��1h�31✓�'C
1lC 1`` �L E , �� 1��gC�
ih�s [aYUl�c`
�� �t. ♦ S1Ctl�`�-'
��,rac4r �isaib�►tian 5�
`j1, f ���
��aC� ,� ���6t - ��
�crtil��atc�
TA(�I�E� «JQUST{�IES, I�J�.
� � � 735 QAVISVILLE ROAD, THIRD FLC30R
. SOUTHAMPTC7N, PA 1896b-32�
215-322-1238 FAX 215-322-7791
www tannerind.com
A�tHYDR.OUS AMMt11V1A SRECiFtCAT�QNS
i�ieta�furgical Grade
Ammonia ( NEls) Assay 9�.996596 Nlinimuen
Ammonia ( MH Assay 999990'% Typic�l
• Water 33 ppm Maximum
Wa�ter <t0 ppm '�1ca1
Oil 2 gpm �mu�
Oif � � ppm 7ypfcal
Revision: August 01, 2f?09
Supercedes: Iune 01, 2�1
Approrral: RCJQ�
•
DiV}S!O(�!S
NATIDNAL AMMONIA, BOWER AMM�PIIA AND CHEMICAL, N4RTNEASTERN AM�tltl(dIA, HAMLER lNDUSTRIES
. " � Tanner lndustries; Inc.
SAEETY DATA SHEET
Sectiob 1.Identificatioo`
Product Name: Ammonia, Anhydrons
Synonyms: ,��o�a
CAS REGISTRY NO: 7664-41-7
SUPPli�' Tanner I�ustries, Inc,
735 Davisville Road, Third Floor
SoutE�ampton, PA 18966
Website: www.taiv�erind.com
Telephone (General): 215-322-1238
Corporate Emergency Telephone Nnmber. 800-643-6226
Emergency Telephone Number. Chemtrec: 8110-424-9300
Recommended Use: Various Industrial ! Agricultural
Section:2:'HszaTd" s I�e�3ticafi�on ` _ . �.. ._ .,.. . ° _- -
Hazard: Acute Toxicity, Corrosive, Gases Under Pressure, Flammable G'as, Acute Aquatic Toxicity
Classification: Acute Toxicity, Inhalation (Category 4) Idote: (1- Most Severe / 4- Least Severe)
• 8kin Gorrosion / Imtation (Category 1B)
Serious Eye Damage / Irritation (Category 1)
Gases Under Pxessure (Liquefied gas)
Flammabie Gases (Gategory 2)
Acute Aquatic Toxicity (Category l}
Pictogram:
� �� � �
Signal word: Danger
Hazard statements: Harmful if inhaled.
Causes severe sldn bums and serious eye damage. ,
Flammable gas.
Contains gas under pressure; may explode if heated
Very toxic to aquatic life.
Precautionary statements: Avoid breathing gas/vapors.
Use onty outdoors or in well-ventilated area
Wear protective gloves, protective clothing, eye protection, face protection
Keep away fivm heat, sparks, open flames and other ignition sources. No smoking.
Revision: May 1, 2015 Anhydrous Ammonia Page i of 8
•
Precautionary statements
(continued):
• IF IlVHALED: Remove person to fresh sir and keep comfortable for breathing. Call a doctor/physician and
seek medical attention for severe exposure or if symptoms persist. Specific treatment, s� supplemental
Srst sid inst�ctions in Section 4(First Aid Measw�es).
IF ON SKIN: Rinse immedi�ely with pleniy of water before removing clothes. Contaminated ciothing
could possibly be &ozen to skin. Rinse sidn with water or shower (minim�n of 20 minute.$). Specific
treatrnent, see svpplemental first aid inshvctions in Section 4(First Aid Measw'es).
IF IN EYES: Immediately call a doctor/physician and sesk rnedical adteution. Rinse �continuously with
water for severa! minutes (minim� of 20 minutes). Specific treatmen� see supplemental first aid
instruc�ions in Section 4(First Aid Measures).
W�sh contaminated clothing before reuse_
Stoie in a welt ventilated place. Keep container tighfly closed Frotect from sunlight. Store locked up.
In case of leakage: Eliminate all ignition sources, if safe to do so.
In case of lealdng gas fire: Stop flow of gas before extinguishing.
Dispose of co�ents/container in accordance with local, regional, nafional, irnemational regulafions as
applicable. See section 13 (Disposal Considerations).
NFPA Rating: I�MIS Classi5cation:
ANHYDROU$ AMMOHIA
A 3
� ;_ ; .. � �� ` • �` �"�.. 0
{'�'����`"���-'����'-�° �-�-`'�`--�:.z:;
�_PERSONALPROTECTION - -� H
NFPA Numberiag System: �VVI[S Hazard Indea:
0= Least Hazardous / 4= Most Hazardous 0= Mioimal,l= Slight, 2= Maderate, 3= Serious, 4= Severe
• Section"3.Coui�ositioo./Tnforination,onIn redients. - -
CHEMICAL NAME: Ammonia, Anhydrous
CAS REGTSTRY NO 7664-41-7
SYNONYMS• Ammonia
CHEMICAL FAMILY: Inorganic nitcogen componnds
COMPOSITION 99+% Ammonia
Section 4: T+irst Aid Measures -
IF FNfiALED; Immediately remave person ta fresh air and keep comfortable for breathing. In case of severe exposare or if irritation
persists, breathing.diffiiculties ar respiratory symptoms arise, seek medical attention. If not breathing administer artificial respiration.
If trvned to do so, adminicrer supplememal oxygen, if requ"tred
IF ON SKIN: Immediately rinse skin and contatninated clothing with pleniy of watcr before removing clothes. Clothing that has been
contacted by liquid ammonia may freeze to the skin. Thaw frozen clothing from s�nbefore removing. Flush skin with copious
amo�mts of tepid water for a minimum of 20 minutes. Do not rub or apply topic�l, occlusive compounds, such as ointments, certain
creams, etc, on affected area. For liquid ammonia coq�tact, �ek immediate medical atte�ion. Far severe vapor c�atact � if initation
persists, seek medical attention.
IF IN EYES: Immediately rinse contin�usly with copious amounts of tepid water for a minimum of 20 mmutes. Eyelids should be
held apart.and away from eyeball for tlwrough rinsing. Do not rub or apply topical, occlusive compounds, such as ointments, certain
creatas, ete., on affected area. Seek medic�i attention.
IF SDJAI.LO WED: Rinse mouth. Do not induce vomifing. If conscious, give large amounts of water to drink May drink orange juice,
citrus jnice or diluted vinegar (1 _4) to cownteract ammonia Tf unconscious, do iwt give anything by mouth. Seek medical atternion
NOTE TD PFIYSICL4N: Respiratory injury may appear as a delayed phenomenon. Pu]monary edema may follow chemical
bronchitis. Supportive Ureabment with nec�ssary ventilation actions, including oarygen, may warrant considetatioa
Revision: May i, 2015 Anhydrous Ammonia Page 2 of 8
•
Section S.Fire F'i htin Measures
• E%TINGIIISHING MEDIA:
Water Spray, Water Fog, Dry Chemical, Carbon Dioxide (CO2) or foam.
SPECIAL FIItE FIGRTING PROCEDURES:
Must wear protective clothing and a positive pressure SCBA
Stop flow of gas or liquid if possible.
Approach fire upwind and evacuate area dowawind if needed.
Use water spray to keep fire-exposed c�ntainers cool and contral vapors.
If a portable container (such as a cylinder or frailer) can be moved from tire fue area without risk to the mdividual�„ do so to prevem the
pressure relief valve of the tra7er or portable contai�r &om discharging or the cylinder ftom ruptamng. If relief valves ate
inoperative, heat exposed storage containers may bewme explosion hazards due to over pressurization.
Stay upwind when coatainers are threatened.
UNUSUAL FIILE AND EXPLOSION HAZARDS•
Outdoois, ammonia is �rot generally a fue hazard Indoors, in confined areas, ammonia may be a fire hazard, especially if oil or other
combustible materials are present.
Combustion may form toxic nihvgen oxides (NO
Section6..Accidental.RslesseMeasures.. -
GENERAL
Only properly hai,ned and equipped persons shouid respond to an ammonia release.
Wear eye, hand and respiratory protection and protective ciothin� see Sedion 8, Exposute Gontrols / Personal Protection.
Stop source of leak if possibie, provided it can be done in a safe manner_ •
Leave the area of a spill by moving laterally and upwind.
Isolate the affe.eted area Non responders should evacus�e the azea, or shelter in place.
SPECIFIC STEPS TO BE TAI�N:.
For a hazardous material release response, Level A and/or I.evel B ensemble including positive-pressure SCBA should be used. A
positive press�re SCBA is required for eniry into ammonia atmospheres at or above 300 ppm (IDLIi).
Stay upwind and use water spray downwind of containei to absorb the evolved gas.
• Do not apply water direcUy to cornainer, unless there is heat impingeme� as ammonia boi"ls at 28 °F (direct water will heat
container), and more vapors will be released.
Caution: Adding water directly to liquid spills will increase volatilization of ammonia, thus increasing the �ssibility of e�cposure.
Contain spill and ruuoff from entering drains, sewers, streanis, lakes and water systems by utilizing methods such as diking,
containment, aud absorp6on
Section 7:.Handlio and'Stora
SPECIAL PRECAIITIONS•
Only trained persons should handle anhydrous ammonia Store in well ventilated areas, with containers tightly ciosed. Protect from
temperatures exceeding 120 °F (48.8 °C} Protect containers from physicat damage_ Keep away from ignition sources, especially ia
indoor spaces. Do not use plastic. Do not use any no�ferrous metals such as wpper, b�ass, bron� tm, zinc or galvanized metals. Use
only stainless steel, cariwn steel or black iron for anhydrous ammania containers �r piping:
OSHA 29 CFR 1910.111 prescribes handling and storage reqirirements far anhydrous ammonia
Refer to Compressed Gas Association (CGA) G-2.1 for the recommenda�ions for the storage and liandling of �hydrous ammonia
VENTILATION
Local exhaust should be sufficient to keep ammonia vapor below appficable exposure standards.
WOBKPLACE PROTECTIVE EOUIPMENT:
Protective equipment should be stored ne�, but outside of anhydrous ammonia a�ea. Water for first sid, such as mi eyewash station
and safety shower, should be kept available in the immediate vicinity. See 29 CFR 1910.11 l for workplace i�equirements.
DISPOSAL
- See Section 13, Disposa] Considerations. Classified as Resource Conservation and Recovery Act (RCRA) Hazardoas Waste due to
corrosivity with designa#ion D002, if disposed of in original form.
Revision_ May 1, 2015 Anhydrous Ammonia Page 3 0£ 8
• - -
Sertion 8. Ex sure Controls / Personal Protection
• EXPOSURE LIMITS FOR AMMOI�TIA: (Vapor)
OSHA 50 ppm, 35 mg / m PEL 8 hour TWA
NlOSH 35 ppm, 27 mg / m STEL 15 minutes
25 ppm, 18 mg ! m REL 10 hour TWA
300 ppm, IDLH
ACGII3 25 �pm, i8 mg /•m TLV 8 hour TWA
35 p�un, 2'7 mg / m STEL 15 minutes
PROTECTIVE EOUIPMENT•
� EYE/FACE PROTECTION: Chemical splasli goggles should be worn when handling anhydrous ammonia. A face slrield can be worn
over chemical spiash goggles as additional proteclion. Do not wear co�ct lenses when handling anhydrous ammonia Refer to.29
CFR 1910.133 for OSHA eye protedion requirements.
SKIN PROTECTION_ Ammonia impervious gloves and clothing (such as neoprene, butyl and Teflon) should be worn to prevern
contact during normal operatioas, such as loadiaglunioading and transfers.
Chemical boots can be worn as additio�l protecli�.
RESPIRATORY PROTECITON� Respiratory protsction approved by rTIOSH for ammonia must he used when applicable safety and
health exposure limits aze exceeded Far escape in emergencies, NIOSH approved respiratory protection should be nsed, such as a
full-face gas mask and canisters/cazh�idges appmved for ammonia or SCBA. A positive pressure SCBA is req�rired for cntry into
ammonia atmospheres at or above 300 ppm (IDLIi}.
Refer to 29 CFR 1910.134 and ANSI: Z88.2 for OSHA respiratory protection require�mems,
Also refer to 29 CFR 1910111 for respiratory profiecti� requireme�s at biilk installations.
VENTII�ATION: Local exhaiist should be sufficient to keep ammonia vapor below applicable exposure standazds.
FOR A HAZARDOUS MATERIAL RELEASE RESPONSE: I.evel A and/or Level B ensemble including positive-pressure SCBA
should be used. A posiiave pressure SCBA is required for entry into ammonia atmospheres at or above 300 ppm (IDLI�.
Se'c'tion 9::Ph ical:and Ciieroical_Pro erties-°- - - ` . . . ' -
• APPEARANCE AND ODOR Colorless liquid or gas with a pungent odor. O�r ttuesholct 2- 5 ppm.
SOLUBILITY IN WATER (per 100 poimds of water): 86.9 pounds at 32 °F, 51 pounds at b8 °F
SPECIFIC GRAVITY OF GAS (air =1): 0.596 at 32 °F
SPECIFTC GRAVITY OF LIQUID (water =1): 0.682 at -28 °F (Compared to water at 39 °F).
Vt'EIGHT (per gallon): 5.15 po�mds at 60 °F
pH� Not applicable (Highly alkalinePoase).
BOILING POINT: -28 °F at 1 Atm,
FO1tMULA: �
MOLECULAR WEIGHT: 17.03 (NH3)
j�'i.AMMARji,ITj�
FLA3HPOINT: None
FLAMMABLE LIlVIITS OF
VAPOR IN AIR: LELJUEL 16% to 25% (listed 'm the NIOSHPocket Guide to Chemical Hazards
15% to 28%).
A,UTO TGNTTTON TEMPERATURE: 1,204 °F (If eatalyzed).1,570 °F (If un-ca#alyzed).
CRITICAL TEMPERATURE: 271.4 °F
DECOMPOSTITON TEMPERATURE: -108.4 °F
GAS SPECTFIC VOLUME: 20.78 Ft�lLb at 32 °F and 1 Atm.
Ve1POR DEN5TTY: 0.0481 Lb/Fi� at 32 °F
LIQUID DENSITY: 38.00 Lb/Fi� ai ?0 °F
VISCOSITY: 0.00982 cP at 68 °F
EVAPORATZON RATE: Not applicable
APPRO�IIMATE FREEZING POINT: -108 °F
YAPOR PRESSURE: 114 psig at 70 °F
SURFACE TENSION: 23_4 Dynes / cm at 52 °F
Cl2ITICAL PRESSURE: 111.5 Atm
PARTITION COEFF�CIENT: -114 at 77 °F
Revision: May 1, 2015 Anhydrous Ammonia Page 4 of 8
�
Sectioo 10. Stabil' and Reactiv'
• REACTIVITY:
Anhydrous ammonia has potentially exptosive reactions with st�nng oxidizers. Anhydrous ammonia forms explosive mixt�ues in air
with hydrocarbons, chlorine, fluorine and silver nitrade. Anhydrous awmonia. rea�ts to form explosive produds, mi�ures or
compounds with merc¢ey, gold, silver, iodine, bromine, s�7ver oxide and s�lver chloride.
CHEMICAL STABILITY
Stable under normal ambient conditions of temperat�ae and pressure. Heatmg a closed container causes vapor press�se to increase.
Will not polymerize.
POSSIBILITY UF AAZARDOUS REACTIONS:
Wili react exothermically with acids and water.
CONDITIONS TO AVOID
Avoid anhydrous ammonia contact with chlorine,. wlrich forms a chloramine gas, which is a primary skin irritant and sensitizer.
Avoid co�ct with galvanized surfaces, copper, brass, bronze, mercury, goid and silver. A conosive reaction will occur.
INCOMPATIBLE MATERIALS
Anhydrous aznmoma is umcompatible with acetaldehy�de, acrolein, boron, chloric acid, chlorine manoxide, chlorites, nitrogen tetroacide,
perchlorate, salfur, �in and shong acids.
AAZARDOUS DECOAqPOSITION PRODIICTS:
AnhS�drous ammonia decomposes to hydrogen and nitrogen gases above 45U °C (842 °F�. Decomposition temperat�u�es may be
lowered by contact with certain metals, such as iron, nickel and zinc and by catalytic surfaces such as porcelain and pumice.
Section'll: ToxicoM 'csl Information' � , : ,_ _ _: -
� Potential health effects: Ammo�ia is an irritant and corrosive to the skin, eyes, respiratory tract and mucous membranes. Exposure
to liquid or rapidly expanding gases may cause severe chemicaI bums and frostbite to the eyes, lungs and skin. Sldn and re,spiratory
rel�ed diseases could t� aggravated by exposme. The extent of injiuy produced by exposure to ammonia de�nds onthe d�sation.of
the exposure, the concentration of the liquid, gas or vapor and the depth of inhalaiion.
. Egposure Routes:
Inhalation (vaPors, gas), sldn and/or eye contact (vapors, liquid, gas)•
Symptoms of acute ezposure:
Inhalation Exposure may result in severe iiritation and/or b�sns of the mose, throat and respira#ory tract May cause dyspnea
(breathing dif6cuh3'), wheezmg, chest pain, bronchospasm, Pink frothY SPu�m, Pulmonary edema or respirafory arrest.
Eac�reme exposiue may result ia death from spasm, inflammation or edema Respiratory injury may appear as a delayed
phenomena�. Pulmonary edema may follow chemical bronchiiis_ Brief inhalation expos�e to 5,000 ppm may be fatal.
S�n: Irritation, coirosive bwns, blister formation (vesicnlation) may result Contact with liquid may produce freeze burns
(frostbite) a� caustic burns.
Eyes: Vapors may cm�se severe irritation_ Teariag, eye bt�rn�, permanent eye damage or blindness may occur_ Effects of direct
contact may range from irritation and ]acrimation to severc injury and blindness.
Ingestion: Ingestion is unl�cely since the material is a gas imder normal aUmospheric conditions. If ingested, it may cause bums and
�rinsion, severe pain of ti►e moutb, throat, esophagus and stomach or may be fatal
Chronic Exposare:
Repeated exposiue m emmoma may cause chronic irritation of the eyes and respiratory had. ,
Toaicity:
LCso - S 131 mg/m (7338 ppffi) to 11,592 mgim (16,600 ppm� 60 minute exposure, Rat.
LDw - 350 mg / kg (Oral / Rat).
Not listed in the National Toxicology Program (NTP}
Not recognized by OSFiA as a carcinogea
No# listed as a carcinogen by the Tnternational Agency for Iteseazch on Cancer (IARC monogtaph).
Germ cell mutagenicity informarion is not available. Reproductive toxicity information is not available.
Revision: May i, 2015 Anhydrous Ammonia Page 5 of 8
•
Sectioa 12. Ecolo 'cal Information
� Ammonia is hmmful to aquatic life st very low concenuations. Notify local health and wildlife officials and operators of any nearby
water intakes upon contmmination of s7uface water.
Toaicity:
Terrestrial nlants: LOEC = 3-254 ppm NH3.
Aquatic plants: LOEC = 0_5-500 mg NHrN/L.
Acnte toxicitv to invertebrates: 48 h LC50 = 2.94 mg un-ionized NH3 N2. _
Clvonic toxicitv to mvertebrates: NOEC = 0.163- 0.42 mg un-ionized NH3/L.
Acute toxicity to 5sh: 96-h: LC50 = 0.09 — 3.51 mg un-ionized NHa/L_
Chronic taxicitv to fish: NOEC = 0.025-12 mg un ionized NH3/L.
E�ironmental Fate Information: Ammonia dissipates relatively quickiy in ambiecrt su� and rapidly retarns to the soil via
combination with sulfate ions or washout by rainfall. Ammonia strongly adsorbs w soil, sediment particles and colloids in water under
aerobic conditions. Biodegradation of ammonia to nitrate occucs in water under 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 Soil:
No additional information available.
Other Adverse Effects:
No additional informarion available_
Section i1.i; Di � �I�.GQnsiderations �: =: , � ;;. .-.: � • :_ . . _ _, - - � . _ , _ -
Dispose of nnused cornents/container in accordance with ]ocal/regionaUnation�rnernarional regulations as applicable.
Listed as hazardous substance under the Clean Water Act (CUVA) (40 CFR 116.4 and 4U CFR 117.3).
Classified as hazardous waste uuder the Resource Conservation and Itecovery Act (RCRA) (40 CFR 26:1.22 Corrosive #D002).
Comply with all regutations.
• Suitably diluted product may be utilized as ferfilizer on agricultural land
For hazardous waste regutations inforn�ation call the RCRA Hotline (800) 4249346, or visit the US EPA website.
_ � ..
Section.l4r Trans " ort`Information: " -- . . - ; , , . . ,'' . . _ - -
IIS Department of Transportation
HAZARD CLASS:. {US Domestic): 22 (Non-Flammable Gas)
{Intemationai): 23 (Poison Gas); subsidiary 8 (Corrosive)
PROPER SHIPPING DESCRIPTION: (IIS Domestic): UN1005, Ammonia, Anhydrous, 2.2, RQ, Tnhalation Hazard
(I�ernational): UN1005, Ammonia, AnhYdrous, 23, (8), RQ, Poison Inhalation Hazard
Zone "D"
LABEI, / PLACARD: (US Domestic): Non-Flammable Gas
� ��
(Iirternational): Poison Gas, Corrosive (Subsidiary)
h,
.'/.. � \
f��`
��n� <` �, .'.
� `�
2
�
IDENTIFICATION NLJMBER: UN 1005
ENVIRONMENTAL HAZARDS:
Revision: May 1, 2015 Anhydrous Ammonia Page 6 of 8
•
IlvIDG, Known Marine Pollutant No
• United Naiions Model Regula2ions, Environmentally Hazardous_ No
Section 15. R lato Information
Subject to the reporting requirements of Section 302, Section 304, Section 312 and Seckion 313, T'rtle III of the Superfund
Amendments and Reauthorization Act (SARA) of 1986 and 40 CFIL 372.
Under the Compret►ensive Envirommental Response, Compensation, and Liability Act of 1980 (CERCLA� Section 103, any
enviran�ernal release of this chemical equal to or over the reportable quantity of 100 pounds mnst be reported promptly to the
National Response Center, yVasltington, D.C. (1-8UU-424-8802).
Emergency Planning 8c Commimity Right to Know Act, (EPCRA) extremely hazardous substance, 40 CFR 3�5, Title III, Section 302
—Ammonia, Threshold Planning QuantitY (TPQ) 500 pouads.
Toxic Substances Control Act (TSCA): Listed in the TSCA Inventory.
EPA Hazard Categories—Immediate: Yes; Delayed: � Fire: N�; SuddenRelease: Y�• Reactive: No
Clean Air Act — Section 112(r): Listed under EPA's Risk Managemerrt Program (RIvIP), 40 CFR Part 68, at storage/process amou�s
greater than the Threshold Qaantity (TQ) of 10,000 pounds (ammonia, anhydrous).
Anhydrous ammonia is listed under Department of Homeland Security regulation 6 CFR Part 27, Chemical Facility A�i Terrorism
Standards at storage / process amounts greater than the threshold quantity of 1Q,000 pounds (ammonia, anhydrous).
Occnpational Safety & Health Adminisiration (OSHA): This material is considered to bc hazardous as defined bythe OSHA Hazard
Communication Standard 29 CkTt 1910.1200. This material is subject to Process Safety Management requirements of 29 CFR
1910.119 if maintained on-site, includin; storage / process, in quantities of 10,000 po�ds (ammonia, anhydrous) or greater.
Sectionl6:OtherInformafion. . _ - � .. -
Preparation Information: Revision Date May 1, 2015 Prepared by. HJS
Repiaces all previously dated versions
• Revisions to this Safety Data Sheet have been created to comply with the requirements of the OST-TA Elazard Communicatio� Final
Rule issued in 2012 (HazCom 2012).
Actonvms:
ACGIH: American Conference of Gmemmeutal Industrial Hygienists
AN SI: American Nffiional Standards Institute
CAS: Chemical Abstracts Service
CFR: Code of Federal Regulations
DHS: Department of Homeland SecuritY
DOT: Deparhnent of Transportation
EPA: Environmenta! Protection Agency
HIvIIS: Hazardous Materials Ide�ificarion System
IARC: I�cmational Agency for Research on Canoer
IDLH: Immediately Dangerous to Life or Aealt6
IMDG: Intemational Maritime Dangerous Goods .
_ NFPA: National Fire Protection Association
1JIOSI3: National Tnstitute for Occupational Safety and Health
NTP: National Toxicology Program
OSHA: Occupational Safety and Health Administration
PII.: Peanissiible Exposure Limit
PPM: Parts Per 1VL11ion
RCRA: Resource Conservation and Recovery Ac[
, REL: Recommentied F.xposure Limit
: SCBA: Self Contained Breathing Apparatus
Revision: May 1, 2015 Anhydrous Ammonia Page 7 of 8
•
STEL: Short Term Exposure Limit
TLV: Threshold Limit Value
TWA: Time Weighted Average
Disclaimer:
The information, data, and recommendations in this safety data sheet relate only to the specific material designated herein and do not
relate to use in combination with any other material ar in any process. To the best of our lmowledge, the information, data, and
recommendations set forth herein are believed to be accurate. We make no warranries, either expressed or innplied, with respect
thereto and assume no liability in connection with any use of such information, data, and recommendations. Judgements as to the
suitability of the information contained herein for the party's own use or purposes are solely the responsibiliry of that party. Any party
handling, transferring, hansporting, storing, applying or ot6erwise using this pmduct should review thoroughly a11 applicable laws,
rules, regulations, standards and good engineering practices. Such thomugh review should occur before the party handles, transfers,
fransports, stores, applies or otherwise uses this product
Revision: May 1, 2015 Anhydrous Ammonia Page 8 of 8
THE VILLAGE OF TEQUESTA
PIGGYBACKING CHECKLIST
instructions: This form is to be completed for any purchase of goods, or contract for services where the Ylla�e
will utiltze a contract campetitively 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 IndusVies
� State Contract # Q Other Governmental Agency
*Chapter 287, f.S.
If piggy�acking a State Contract piease stop here.
Name of Governmental
1 ency Ci of Stuart
YES NO
!s the contract current? Effective date: 10/O1j2015 Expiration � �
2 Date: 09(30/2017
0 �
3 Was item/s+ervice bid out in compliance with the Viilage's Purchasin� Policies & P�ocedures?
Is the price that the Village wilt receive by piggybacking equal to the price obtained by the agency � �
4 named above?
0 �
5 Does the contract contain an assi nability clause7
If the answer to question # 5 is no, has the governmental agency given the �Ilage permission to � �
6 piggyback on the contrad?
� �
7 Has the vendor/service give� the Villa e permission to ig back on the contract?
De rtment Head Sign Date
�