HomeMy WebLinkAboutItem #07 Approval to Piggyback on Oviedo's Contract for Bulk Sodium Hypochlorite
,
center of Good 1./
~~e_ I'~
~
AGENDA ITEM COVER SHEET
Meeting Date: January 5, 2010
Item # 7
Contact Name:
Contact Number:
Charles K. Smith, P.E.
407 -905-3159
Subject: Piggybacking on Oviedo's Contract for Bulk Sodium Hypochlorite
Background Summary:
The Utilities Department utilizes liquid chlorine as its disinfecting agent in the treatment of its potable water
and wastewater. The department anticipates for water the purchase of 76,000 gallons of chlorine this fiscal
year for a total annual budgeted amount of $60,420. The department also anticipates for wastewater the
purchase of 63,875 gallons of chlorine this fiscal year for a total annual budgeted amount of $50,780.63.
Total expenditures for the fiscal year should not exceed $111,200.63.
The City has been procuring chlorine from Odyssey Manufacturing, in which Odyssey has extended their
contract conditions (piggybacking) from their contract with the City of Oviedo, awarded October 5, 2009 by
City of Oviedo Resolution No. 2043-09. Staff recommends the City of Ocoee accept the terms of this
contract, effective January 1, 2010 and valid for one year, with two, one-year renewal periods for a total of
three years. Odyssey's contractual price with Oviedo is $.70 per gallon, a savings of $.095 per gallon from
the contract with Pembroke Pines, from which the City of Ocoee is currently piggybacking.
Issue:
Should the Commission approve the use of the contractual conditions of Odyssey Manufacturing with the
City of Oviedo for the procurement of liquid chlorine needed for water and wastewater treatment for a
savings of $.095 per gallon?
Recommendations
Motion to approve and authorize the City manager to procure liquid chlorine from Odyssey Manufacturing,
piggybacking the City of Oviedo's contract (#09-20) for as long as the contract is valid.
Attachments:
Letter from Odyssey extending the contract conditions, Odyssey's contract with the City of Oviedo and
executed copy of City of Oviedo Resolution No. 2043-09.
Financial Impact:
The Utilities Department's fiscal year budget includes $68,400 for water and $57,487.50 for wastewater for
the procurement of liquid chlorine. The reduced cost of the liquid chlorine from Oviedo's contract will
ensure that the Department stays under budget for the fiscal year.
Type of Item: (please mark wifh an "x'J
Public Hearing
Ordinance First Reading
Ordinance Second Reading
Resolution
X Commission Approval
Discussion & Direction
For Clerk's Deaf Use:
_____ Consent Agenda
_____ Public Hearing
Regular Agenda
1
_ Original DocumenVContract Attached for Execution by City Clerk
~ _ Original DocumenVContract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
N/A
N/A
N/A
2
~....
RESOLUTION NO. 2043-09
A RESOLUTION OF THE CITY OF OVIEDO, FLORIDA, A WARDING BID
NO. 09-20 TO SHANNON CHEMICAL CORPORATION, AIRGAS
SPECIALTY PRODUCTS, INC., DUMONT COMPANY, AND ODYSSEY
MANUFACTURING COMPANY FOR THE PURCHASE AND DELIVERY
OF WATER PLANT CHEMICALS NECESSARY FOR THE OPERATION
OF THE CITY'S WATER TREATMENT PLANTS; REJECTING ALL BIDS
FOR THE PURCHASE OF SULFURIC ACID AND SODIUM HYDROXIDE;
AUTHORIZING THE EXPENDITURES; AUTHORIZING THE CITY
MANAGER TO ENTER INTO AGREEMENTS; PROVIDING FOR
CONFLICTS, SEVERABILITY AND AN EFFECTIVE DATE.
WHEREAS, the City of Oviedo's Water Treatment Facilities use a variety of chemicals in
the daily treatment and purification of water; and
WHEREAS, the City advertised for Bids in the Orlando Sentinel on August 9, 2009; and
WHEREAS, a total of fourteen (14) bid responses were received of which four (4) were "no-
bids" and two (2) were unresponsive; and
WHEREAS, only one responsive bid was received for the purchase of Sulfuric ~cid; and
WHEREAS, Hareros Chemicals, Inc., low bidder for Sodium Hydroxide is unable to meet
the requirements of the City necessary for award; and
WHEREAS, the low, responsive bidders for the remaining chemicals included in the bid are
as follows:
Zinc Orthophosphate $ 11,180.40
Ammonia Hydroxide (bulk) $ 11,768.00
Ammonia Hydroxide (drums) $ 13,640.00
Fluoride $ 28,121.60
~~Q9~~_)YBP.8~W1r<.~hl~f/:{",~j)A;SOOID
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF OVIEDO, FLORIDA, AS FOLLOWS:
1) Shannon Chemical Corporation
2) Airgas Specialty Products
3) Dumont Company
SECTION 1. The City Council awards Bid No. 09-20 to Shannon Chemical Corporation,
Airgas Specialty Products, Dumont Company, Hareros Chemicals, Inc. and Odyssey Manufacturing
Company for purchase and delivery of the chemicals listed above.
SECTION 2. The City Council hereby rej ects all bids for the purchase of Sulfuric Acid and
Sodium Hydroxide.
-~
SECTION 3. The City Council hereby authorizes the expenditures for Water Plant
Chemicals as budgeted for FY 2009-10. ~
SECTION 4. The City Council hereby authorizes the City Manager to enter into agreements
with the above four suppliers.
SECTION S. The City Council hereby authorizes the City Manager to execute contracts for
secondary suppliers based on the bid tabulation for these chemical purchases should the primary
vendors become unable to supply timely chemical delivery or adequate supply.
SECTION 6. Conflicts. All Resolutions or parts of Resolutions in conflict with any ofthe
provisions of this Resolution are hereby repealed.
SECTION 7. Severability. If any Section or portion of a Section ofthis Resolution proves
to be invalid, unlawful, or unconstitutional, it shall not be held to invalidate or impair the validity,
force, or effect of any other Section of part of this Resolution.
SECTION 8. Effective Date. This Resolution shall take effect immediately upon its passage
by the City Council of the City of Oviedo, Florida.
PASSED AND ADOPTED THIS Stb Day of October, A.D. 9.
r-
D C PERSAMPIERE
DEPUTY MAYOR of the City of Oviedo, Florida
ATTEST:
/~~
CITY CLERK
".,,: ~.,I ,. '~'I""I
"", C J r y "'"
~~- .........., 0 ~
::" ~ .... -".. ~ ~.~
:: .4 -.
j: (jl) .~:.
...: ~ .' - .ji"
: ..... _. L.' J :. : .
. ....... . . ~
: ~ > .:
': .. ; .:.
~ e-. r-' ... & ~
....., .... ..~ ^' ~ ...
.. .......~ () ..
"'" VQ\~ .....
".a"..... .....,1......
Resolution No. 2043-09
Page 2
..
ODYSSEY
MANUFACTURING CO.
December 14,2010
Mr. Charles Smith, P.E.
Public Works Director
Gity of Ocoee
Wastewater Treatment Plant
1800 A.D. Mims Road
Ocoee, Florida 34761
Re: PROPOSAL TO SUPPLY BULK SODIUM HYPOCHLORITE TO THE CITY OF
OCOEE UTILITIES DEPARTMENT FOR FY 2010
Dear Charles,
As a follow-up to our meeting last week, the purpose of this letter is to amend our previous proposal
to supply sodium hypochlorite at your Utilities in bulk deliveries for next year effective January 1,
2010 through December 31, 2010. As you know, you have been "piggybacking" off of the City of
Pembroke Pine's sodium hypochlorite bid for the past year at a delivered price of $.795 per gallon
since October I, 2008 (this was a two-year agreement). Over the past few months, commodity prices
for this item have dropped some in the marketplace and the most recent bid in the "Orlando area" was
for the City of Oviedo which recently re-bid this contract and Odyssey was selected as the low
evaluated Bidder at a unit price of$.70 per gallon at their City Council meeting in October 2009. As
such, Odyssey Manufacturing is pleased to offer the City of Ocoee Utilities Department its Ultra
Chlor 12.5% sodium hypochlorite at a unit price of$.70 per gallon effective January 1,2010 through
December 31, 2010 to your "bulk" tanks at any of your Utility sites that are tanker accessible (NET
30). This price is fixed and not subject to any escalation or fuel or other surcharges during this
period. The City ofOcoee would "piggyback" off the City of Oviedo's recent sodium hypochlorite
bid. I have attached a copy of the bid package, bid and bid tab and renewal infonnation. Susan
Sheikh is the Purchasing Buyer for the City of Oviedo @407-971-5650. Odyssey guarantees
deliveries on 48 hours notice. However, in no event, will Odyssey Manufacturing ever let you run
out of bleach for any reason and will make emergency deliveries on a much shorter notice with no
minimum delivery required at no additional charge. As we discussed, this proposal is based on
"bulk" deliveries (typically tanks at least 800 gallons) to customer-owned tanks. Additionally,
Odyssey would agree to meet the attached "Product Guarantees" that Pembroke Pines specified.
This proposal represents a $.095 per gallon decrease in your sodium hypochlorite cost which is about
13.6% increase. We have worked hard to keep our costs down and this reduction reflects not only
this fact but also your support last year. We greatly appreciate your business and loyalty and found
an opportunity to repay this loyalty when the City of Oviedo rebid.
Odyssey Manufacturing is the largest sodium hypochlorite manufacturer in the southeast and our
sodium hypochlorite currently serves the majority of the water and wastewater plants that use bulk
bleach in peninsular Florida. We have also done a significant number of "turn-key" installations and
have also installed storage tanks at many locations and assisted customers with their conversions. As
~~
part of its chemical supply contract, Odyssey agrees to provide unlimited technical assistance at your
plants at no charge. As you are aware, we have provided the City ofOcoee with a variety of technical
assistance in the past seven years.
As we discussed previously, we manufacture only one product, sodium hypochlorite, utilizing a
Kvaemer Chemetics chlor-alkali plant integrated with a Powell Continuous Bleach Plant. As the only
chlor-alkali manufacturing facility in Florida, we can offer a unique combination of high quality
combined with a very competitive cost structure. We make our raw materials (chlorine and caustic)
on-site out of salt and demineralized water utilizing a membrane cell electrolysis process. Not only
does this process result in a high quality bleach, but also makes our product cost very competitive as
we do not have to payout of state third parties to make the raw materials for us and have them
shipped down by railcar. The following additional information is provided to assist in you:
"True Cost"
Odyssey's unique manufacturing process results in significantly higher quality sodium hypochlorite
that does not breakdown and decompose like other sodium hypochlorite. Thus, you will probably
save about 10% to 100% of your feed because of the higher quality sodium hypochlorite which
translates into a savings of about $.06 to $.65 per gallon. In a recently documented study, the City of
Port Orange WTP plant cut its sodium hypochlorite consumption by over 35% from FY 2008 to FY
2009 on a flow adjusted basis when they switched suppliers to Odyssey Manufacturing Co (reference
Steve Miller, Port Orange WTP Superintendent, 386-756-5380). Similar results were also achieved
by the City of Edgewater WTP during this same time frame (reference Bob Polizzi, City of
Edgewater WTP Superintendent, 386-424-2490). Please call our current customers to confirm this!
Because of our manufacturing process, we make our own chlorine and caustic and thus are not subject
to the wide price fluctuations in this market or the availability of materials. Thus, we are able to
actually "guarantee" pricing for one or more years and would honor any contractual agreement. In
addition to the wide variations and availability of the chlorine and caustic markets, other sodium
hypochlorite manufacturers face multi-million dollar costs to install containment and chlorine
scrubbers for their chlorine railcars under the EPA's Risk Management Plan (RMP) mandate. The
RMP requires any entity over the minimum threshold of chlorine to take ALL measures necessary to
protect the public. The only true measure available to protect the public is to install an expensive
chlorine scrubber system and containment building for the chlorine railcars. For a bleach
manufacturer with chlorine railcars, this expense would be several million dollars. As the only chlor-
alkali manufacturer in the State of Florid a, we have no railcars of chlorine on-site and thus would not
be impacted by this requirement. With regard to availability, Odyssey is the only sodium
hypochlorite supplier that does not rely on railcar shipments of chlorine gas into the State of Florida.
As you know, railcar shipments of chlorine gas were suspended on three occasions after 9/11 for
terrorist concerns and six occasions over the past few summers because of the hurricanes.
Reliability
Odyssey's unique manufacturing process provides its customers a high degree ofreliability:
. Largest sodium hypochlorite manufacturing plant in Florida.
. Largest provider to the water and wastewater market with over 96% of the bulk sodium
hypochlorite market in peninsular Florida.
. Odyssey's U1trachlor sodium hypochlorite is used at the majority of power plants in Florida.
. History of meeting all demands from all of our customers
. Safest manufacturing process in the State of Florida in that we are well under the RMP and the
PSM thresholds for hazardous chemicals.
. Minimum amounts of chlorine gas on-site which are well under the RMP and PSM thresholds
thus there is no likelihood of an accidental release which would curtail production.
. Odyssey Manufacturing is located east of the City of Tampa in an industrial park. We are not
located on a peninsula or near the Gulf or Bay and thus are probably less prone to flooding
damage from a hurricane than most other bleach manufacturers.
. Odyssey Manufacturing Company's manufacturing facility is the only facility in the State of
Florida fed directly off of the transmission grid from its own substation. Thus, any service
restoration would most likely be significantly quicker in the event of a major hurricane.
. Odyssey Manufacturing is the only 24 hourI 7 day a week sodium hypochlorite manufacttlring
operation in the State of Florida with a manned control room. Thus, we can respond quickly to
emergent customer needs.
. Odyssey has an agreement with a sodium hypochlorite manufacturer affiliated by some common
ownership (Sentry Industries in Miami, Florida) to serve as a backup source of bleach in the event
of a catastrophic event. .
Ouality
Our sodium hypochlorite is a high strength product with superior ratio control and without all the
impurities that most bleach contains. Our bleach is NSF certified and made from a continuous as
opposed to a batch bleach plant. What this means to you, the Customer, is:
. Low or zero metal contaminants resulting in significantly slower Product degradation leading to
overall cost savin!!! due to J.educed sodium hypochlorite consumption
. Lower Maintenance Costs caused by pluggages and wear because of impurities in the bleach
. Improved Drinking and Effluent Water Quality
. Superior control of excess alkalinity of Product resulting in less overall chemical additional
requirements and more stable chemical feed rates ( e.g., better pH control of your finished water)
. Less oxygen formation during storage and handling (e.g., which form bubbles in tank and lines)
resulting in reduced downtime and more accurate Cl feed rates
. Lower levels of sodium chlorate formation resulting in improved water quality
. Lower suspended solids resulting in improved water quality and less feeder maintenance
. Minimal insoluble buildup on the inside of pipes and feeders resulting ill less O&M
. Significantly lower levels of bromate than other bleach manufacturers (this became regulated in
drinking water for all plants beginning January of2004)
Based on testing done by several water and wastewater plants, along with Sentry Industries, we are
the only sodium hypochlorite manufacturer in Florida who always passes the 3-minute Filter Test
procedure and have the best times ever recorded by Novachem Laboratory which is an industry leader
in sodium hypochlorite testing.
Service
. Odyssey's delivery fleet oftractors and trailers is brand new and our drivers are Odyssey
employees. We do not use "contract haulers". Our tankers are "state of the art" FRP tankers and
thus will not contaminate the product as can happen from the conventional steel-lined tankers.
Additionally, potential contamination is also eliminated since we only use our tankers to haul
sodium hypochlorite and no other products.
. We are the only sodium hypochlorite manufacturer who focuses primarily on municipal and
private water and wastewater treatment along with industrial customers.
. Odyssey guarantees delivery on 48 hours notice and most of the time can make deliveries on 24
hours notice or shorter.
. Odyssey has three "degreed" engineers in its company to provide support to its customers. Our
Operations Manager is a Chemical Engineer who has extensive experience in the production of
bleach, handling of acid and caustic, and repackaging of chlorine gas.
Service Work
Better quality bleach has historically not been available until Odyssey began manufacturing
operations. Thus, many customers who were satisfied with their current supplier became even more
satisfied with our bleach and many reported lower consumption levels because ofthe reduced
degradation. In addition to a high quality sodium hypochlorite, Odyssey is willing to provide repair
and maintenance services as requested and has done so as required at YOlll'facilities.
Odyssey Manufacturing has perfonned over five hundred "turnkey" sodium hypochlorite conversion
projects including TOHO Water Authority (parkway WTP, Camelot WTP and Harmony WTP),
Orange County (ERF, NWRF, Cypress Walk WRF, University Shores WRF), Tampa Bay Water
(Cypress Creek and Surface wr plants), Winter Haven Cypress Wood WWT plant, Casselberry
wwr plant, Utilities, Inc. (Despinar, Wekiva wrlWWT plants), UCF WT plant, Titusville (Blue
Huron WWT plant and Osprey WWT plant), Manatee County WT plant, Manatee County SW WWT
plant, City ofOcoee WWT plant, Ocoee County Venice Gardens RO plant, Siesta Key repump
station, Ocoee County repump Station No.1, City of Casselberry 3-WT plants, Crystal River WWT
plant, City of Palmetto WWT plant, Sebring WWT and 4- WT plants, City of Mulberry WWT and 2-
WT plants, Palm Coast RO plant and wwr plant, Marco Island RO Plant, Deltona 17- WT plants,
Jacksonville Utilities Management WWT and WT plants, Lehigh Acres Booster Station, Lee County
North Reservoir. Gulf Environmental RO plant, Lake Fairways WT plant, South Martin County
WWT plant, and the City of Stuart WT plant. We have assisted with the design. engineering, startup,
tank installation and pelformed service work on numerous other conversions. All told. we have done
more conversion than all the engineers and contractors in the State of Florida combined. We are also
a licensed plumbing contractor who has service agreements with most of the utilities in Florida
including the City of Ocoee. We have performed a significant amount of service work at your plants
over the years. As your chemical supplier, we are available to provide any required assistance you
might request and have done so in the past.
Thank you for your consideration. This proposal will expire in sixty (60) days from the date of this
letter. Please do not hesitate to contact me at (800) ODYSSEY or cellular (813) 335-3444 if I can
provide any more information.
RESOLUTION NO. 2043-09
A RESOLUTION OF THE CITY OF OVIEDO, FLORIDA, AWARDING BID
NO. 09-20 TO SHANNON CHEMICAL CORPORATION, A1RGAS
SPECIALTY PRODUCTS, INC., DUMONT COMPANY, HARCROS
CHEMICALS, INC. AND ODYSSEY MANUFACTURING COMPANY FOR
THE PURCHASE AND DELIVERY OF WATER PLANT CHEMICALS
NECESSARY FOR THE OPERATION OF THE CITY'S WATER
TREATMENT PLANTS; REJECTING ALL BIDS FOR THE PURCHASE OF
SULFURIC ACID; AUTHORIZING THE EXPENDITURES; AUTHORIZING
THE CITY MANAGER TO ENTER INTO AGREEMENTS; PROVIDING
FOR CONFLICTS, SEVERABILITY AND AN EFFECTIVE DATE.
"
WHEREAS, the City of Oviedo's Water Treatment Facilities use a variety of chemicals in
the daily treatment and purification of water; and
WHEREAS, the City advertised for Bids in the Orlando Sentinel on August 9,2009; and
WHEREAS, a total offourteen (14) bid responses were received of which four (4) were "no-
bids" and two (2) were unresponsive; and
WHEREAS, only one responsive bid was received for the purchase of Sulfuric Acid; and
WHEREAS, the low, responsive bidders for the remaining chemicals included in the bid are
as follows:
4) Harcros Chemicals, Inc.
5) Odyssey Manufacturing Co.
Zinc Orthophosphate $ 11,180.40
Ammonia Hydroxide (bulk) $ 11,768.00
Ammonia Hydroxide (drums)$ 13,640.00
Fluoride $ 28,121.60
Sodium Hydroxide $ 55,500.00
Sodium Hypochlorite $ 94,500.00
I) Shannon Chemical Corporation
2) Airgas Specialty Products
3) Dumont Company
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF OVIEDO, FLORIDA, AS FOLLOWS:
SECTION 1. The City Council awards Bid No. 09-20 to Shannon Chemical Corporation,
Airgas Specialty Products, Dumont Company, Harcros Chemicals, Inc. and Odyssey Manufacturing
Company for purchase and delivery of the chemicals listed above.
SECTION 2. The City Council hereby rejects all bids for the purchase of Sulfuric Acid.
SECTION 3. The City Council hereby authorizes the expenditures for Water Plant
Chemicals as budgeted for FY 2009-10.
SECTION 4. The City Council hereby authorizes the City Managel'to enter into agreements
with the above five suppliers.
SECTION 5. The City Council hereby authorizes the City Manager to execute contracts
for secondary suppliers based on the bid tabulation for these chemical purchases should the primary
vendors become unable to supply timely chemical delivery or adequate supply.
SECTION 6. Conflicts. All Resolutions or parts of Resolutions in conflict with any of the
provisions of this Resolution are hereby repealed.
SECTION 7. Severability. If any Section or portion of a Section ofthis Resolution proves
to be invalid, unlawful, or unconstitutional, it shall not be held to invalidate or impair the validity,
force, or effect of any other Section of part of this Resolution.
SECTION 8. Effective Date. This Resolution shall take effect immediately upon its
passage by the City Council of the City of Oviedo, Florida.
PASSED AND ADOPTED TillS 51h Day of October, A.D., 2009.
DOMINIC PERSAMPIERE
DEPUTY MAYOR oftlIe City of Oviedo, Florida
ATTEST:
BARBARA J. BARBOUR
CITY CLERK
Resolution No. 2043-09
Page 2
page 1 or j
O. The .City of
. vledo
FLORIDA
CITY COUNCIL OF OVIEDO
REGULAR MEETING
MONDAY. OCTOBER 05. 2009
6:30 PM
CITY HALL
400 ALEXANDRIA BOULEVARD
OVIEDO, FLORIDA
PURSUANT TO SECTION 286.0105, FLORIDA STATUTES, ANY PERSON DESIRING TO APPEAL
ANY DECISION MADE BY THE CITY COUNCIL, WITH RESPECT TO ANY MATTER CONSIDERED
AT ANY MEETING OR HEARING, WILL NEED A RECORD OF THE PROCEEDINGS AND MAY
NEED TO INSURE THAT A VERBATIM RECORD OF THE PROCEEDINGS IS MADE WHICH
INCLUDES THE TESTIMONY AND EVIDENCE UPON WIllCH THE APPEAL IS TO BE BASED. This
record Is not provided by the City of Oviedo.
AGENDA
CALL TO ORDER / ROLL CALL
PLEDGE OF ALLEGIANCE
MOMENT OF SILENCE
ORDER OF BUSINESS
CEREMONIAL ITEMSIPRESENTATIONS
1. Presentation by BODc Foundation.
2. All SDort Award Prescntation.
3. Proclamation for National Save for Retirement Week.
4. Proclamation for National Fire Prevention Week.
COUNCIL BUSINESS
5. Aporoval of Minutes for September 21. 2009 Ree:ular Session.
PUBLIC COMMENT
6. Citizen Comment.
CONSENT AGENDA
7. Resolution No. 2043-09, Bid Award for Water Plant Chemicals.
http://www.cityofoviedo.netILegistreamAgendaIMG36762/ Agenda.htrn
10/5/2009
rage 1. or j
8. Resolution No. 2046-09. Approval of Special Event Permit No. 09-0067 and a Waiver
of Fees for "Great Day in the Country" Permits (Oviedo Woman's Club).
9. Resolution No. 2052-09. Supporting Florida City Government Week.
10. Resolution No. 2053-09, Acceptance of Dedicated Improvements - Oviedo Postal
Service Carrier Annex.
11. Resolution No. 2054-09, Acceptance of Dedicated Improvements - Eastbridge Dental
Office.
12. Resolution No. 2055-09. Selection of Professional Construction Engineering Inspection
Services for North Lockwood Boulevard Project (RFQ #09-15).
PUBLIC HEARINGS
13. Ordinance No. 1464. Updating Impact Fee Schedules (non-Water/Sewer) and Deleting
Specialty Retail, including Barsffaverns from the Fee Schedule (amends Ordinances
1371, 1419, and 1437).
FIRST READING OF ORDINANCES
14. None.
RESOLUTIONS
15. None.
DISCUSSION ITEMS
16. City Mana2er Performance Evaluation - Process and Schedule.
17. Roadside City Limit Entrance Sims for Oviedo Hi2h School Navy Junior Reserve
Officers Trainin2 Corps (NJROTC) Marksmansbip Team Achievements.
18. Joint Participation A2reement between Seminole County and City of Oviedo Re:
Capital Contribution to Seminole County for City Share of Reuse Infrastructure.
CITY MANAGER'S REPORT
City Manager Richard Oestrich
COMMUNICATIONS AND REPORTS
. Councilman Keith Britton
. Deputy Mayor Dominic Persampiere
. Mayor Mary Lou Andrews
. Councilman Stephen Schenck
. Councilman Steve Henken
FUTURE MEETING DATES
. Mondav. October 19.2009.6:30 p.m. ReRular Session
. Mondav. November 2.2009.6:30 p.m. Resmlar Session
. Tuesdav. November 10.2009.5:30 p.m. Work Session at Winter SprinRs
. Mondav. November 16. 2009. 6:30 p.m. ReRular Session
ADJOURNMENT
http://www.cityofoviedo.netlLegistreamAgendalMG36762/Agenda.htm
10/5/2009
t'age j or j
PERSONS WITH A DISABILITY, SUCH AS A VISION, HEARING OR SPEECH IMPAIRMENT, OR PERSONS
NEEDING OTHER TYPES OF ASSISTANCE, AND WHO WISH TO ATTEND CITY COUNCIL MEETINGS OR
ANY OTHER BOARD OR COMMITTEE MEETING MAY CONTACf THE CITY CLERK IN WRITING, OR
MA Y CALL 407-971-5500 FOR INFORMATION REGARDING AVAILABLE AIDS AND SERVICES.
http://www.cityofoviedo.net/LegistreamAgendaIM:G36762/Agenda.htm
10/5/2009
AGENDA
MEMORANDUM
TO: Honorable Mayor and City Council Members
FROM: Richard Gestrich, City Manager ~~,
DATE: October 5, 2009
SUBJECT: Resolution No. 2043-09, Bid Award for Water Plant Chemicals
Introduction: This is a request for City Council to award Bid No. 09-20 for the purchase and
delivery of water plant chemicals for the City's Water Treatment Plant Facilities and to reject all
bids for Sulfuric Acid.
Backeround: The City's Water Treatment Plants use a variety of chemicals, including Sulfuric
Acid, Sodium Hypochlorite, Ammonia Hydroxide, Zinc Orthophosphate, Fluoride and Sodium
Hydroxide in the daily treatment and purification of water. Currently, the City purchases these
chemicals through existing contracts via previous bids or informal request for proposals as required
in accordance with the City's Purchasing Policy.
Although the anticipated annual expenditure for some ofthese chemicals is below the threshold of
requiring a fonnal bidding process, staff opted to include all water plant chemicals in the bidding
process to ensure the City receives the best price for each product. Contractors were allowed to
submit bids for any of the chemicals listed.
Discussion: Bids where advertised on August 9. 2009 and opened on August 24, 2009. A total of
fourteen responses were received of which four were "no bids" and one bid was determined to be
unresponsive at the bid opening. One bid (from Allied Chemical) was protested by another bidder
and Allied's bid was subsequently found to be unresponsive because their dispute disclosure form
was inaccurately completed. A copy of the finding is attached hereto as Exhibit "A".
The companies listed below represent the low, responsive bidder for each specific chemical for
which award is being recommended:
4) Harcros Chemicals. Inc.
5) Odyssey Manufacturing Co.
Zinc Orthophosphate $ 11,180.40
Ammonia Hydroxide (bulk) $ 11,768.00
Ammonia Hydroxide (drums)$ 13,640.00
Fluoride $ 28,121.60
Sodium Hydroxide $ 55,500.00
Sodium Hypochlorite $ 94,500.00
1) Shannon Chemical Corporation
2) Airgas Specialty Products
3) Dumont Company
Since only one responsive bid was received for Sulfuric Acid, it is recommended that City Council
"reject" all bids for this chemical. Staff will order Sulfuric Acid based on receipt of 3 quotes in
accordance with the City's purchasing policy.
A copy of the bid tabulation is attached as Exhibit "B" and each company's individual bid sheet is
Honorable Mayor and City Council Members
October 5, 2009
Page 2 of2
attached as Exhibit "C".
For budget purposes, it is important to note that Chlorine was not included in the bid for water plant
chemicals since the City currently purchases this product via the Shared Interest Cooperative
Purchasing (SICOP) Bid. The SICOP bid offers a lower cost than the City would be able to obtain
by itself. The estimated cost for Chlorine for 2009/10 is $17,028. The other remaining chemical
excluded from the bid is Carbonic Dioxide (liquid C02) which is currently supplied from Airgas via
an existing contract that will remain in effect for FY 09-10. The annual expenditure for Carbonic
Dioxide is estimated at $52,527 for FY 09-10.
Hude.et Impact: The FY 09-10 Budget includes $311,882 for Water Plant chemicals, which is
sufficient to cover the anticipated annual expenditures. Chemicals will be ordered on an as-needed
basis throughout the fiscal year.
Recommendation: It is recommended that City Council adopt Resolution No. 2043-09, awarding
Bid No. 09-20 to Shannon Chemical Corporation, Airgas Specialty Products, Dumont Company,
Harcros Chemicals, Inc. and Odyssey Manufacturing Company and reject all bids for Sulfuric Acid.
Attachments:
Exhibit A - Bid Protest
Exhibit B - Bid Tabulation
Exhibit C - Bid Sheets
Prepared By:
Reviewed By:
Susan Sheikh, Contract Manager
Bobby Wyatt, Assistant Public Works Director/City Engineer
Tony Segreto, Public Works Director
....._....~--~~-:-~-:.- -.....:....::..::.:;...::. .::. :: _:~,~:.~:::;:~:.;::~~~::.~... ~ ;~~ ::.::.:~.~.:~::~.;:: :~.: ~ :'::'::::. -':':'~:' ':: '::.:~'~:':':~.:.:'~:':::""'- ".::'::- .- ..... -. ....~....:, ',.
Cl'f''t OF "lJ..'JI1B'D'f)
J(lA,IJ'-IIR.J!LIiN1J lJllEMlfltfl$
.INf/l1>.lTIQNTO 1JJl),'fI 'O'~2fJ.
I
!JtlD j'.Q1.UV,f
Clt.Y'<1f.O~.fb<f~ P.U\.rO=nIt_~p'a\'tJifjjne
~OO:a1~X~llal.:iji 13ijijl~~~d'~
OVf~aQ) :nx;.;$~g,5.. ; .
'Tho ltlId<Jl'8iW,1ed horehy.dooltrres tha~ffef! ~mml~:e~a'iiit~ di:~6~I:JUI no~~mo.utsj:tlrlS.'y
std' tidt~ iW.6.1'A 'of :1l1t t!.{)n.at€f.Ciiltl. tair~lbi~ .6!tdh. Wb)'k./ife)fis., f(l)':' :wblQh :bIdS:' wlt~{$
'l\d\".~'fJflli<t f3:l~ .b"f)!;t(ltj1~ 'l51!.An~llll52'4, ~a~; $lia: d;~:'Fr~~Q.y. 'Jilw..1.~ tlr~ ~n~w1ntt liW
-f~t.oq~'Pl~!fU't p~~td ;sr.oflilttM1t ,I .
:Pl~sc. Hs' '8111 Indhildudi j}11l1!>: it&~ifu llmsJ atUt!J\o mt~i bId, Plt~~1 c.'~i)tYalWl~ .ltt~ :bO:t
~\lii~ [~iJ)l'ovldt>!r~~ t6li\\11;~~1lI n~~ .~t(a~t(n~-ri:e; tn1~\ll'A~e~'io p,ro.,9Jd,,-
'bfM (Qt' t'\jt;Y. el.\<1.(fii.Wllt ~l<<t~ ~14~.' i*lt;dhlW$01:U)J.flJf, b.~ lu.fOa1\!~{.J.n: ~l1ts' ':i:JjJs.l1ld fonn
$tst'~lr\lB~ to I$~mi.l:yaudl~tl, ' ~
. .
To:
:P1'1clngdildludo8' aenveVRb1t$anUh~ ttt1fQfeklJ.IHh(j.S~tbl.flO<<tro1;O
To.t(tIRnsb:BJt1lll:W\jl'~.~; .Ni-ne~y.. F.111'p1Ulfh~.uB8nsLFiv.e Hundred and. 00 ~4.tOO Dolla B
6 ) v'V\u~ rtiy\~';'-:~~~~ -
iJlbllQ IT'9.i.k.r,Moff, !Af1~ll.PH ,- p.age.M.
~~th\tllte<l
~1(R1.
fi)U$.fltv..
S.J)O.O~If11()lll!;
.
lASiO'QQ: ~a1t~~,
8,{)OO .g~trQW'
4iiQ(t-gall\l118'
j~lJ~IIO'Jfai
. 'St 18.8 ,gaUoH8.
.3.(jtQOO:$~nQl1lf.
Totfll Bftse' JJJa
)>esoi.fu(iOll;
;$ll1fitt1~A.Q1U:Ya~.
.nldtf:C'os'f(.ue~ 2lJt~ T6.ti\In'Vli1e
no bid
.... .. '.
. .
f30Q~~~~Q.rJ.(~.'l~~k... $ L' 7.f1/gal.
J\1UintthUi f.ft&:{)x-1~ft;t~,
xpulf<;) : . no bid,.
!
,A.m)J1.QpiJt';~4hn4!I~~~
(S>S:.gp.nQfudiUO't~ no bid
I
a9~.500.QO
.
Wn~Ol~l\.Q~.Plia~'
~',.~Pn:&~!)
. I
B!tiI:Md~~!% ~
frot{{\1ltl J-l',yd.r:Q1dtle- ~~
no bid
.,
.\
<
no bid
.
no bid
. .
.~94, 500
,~
"
;
.'
. '.
"
I
!:
...~~........U:........ "
.. ......::. . .:1......... ...'V" ....... ..t... . ......:...................... ;_...:.......... ~.......,._..............................:.........'9.n........................... .'. ..'0. .... ......~...':....-,... ....
.J-~....r.-...'4 .: i.. '. . "'..'". ... .. - ...... ~(......1...t.."'..=-~- .
. . .:....:..~.-
.....1................... . .... ... :~:~.r_. .:
. ..~'.:. :....... ., '. . ~..'...-. .' . ~.. ....
. C/:r:J.II"(JP'OYlHDO ./N.YJ1:I.f1JlON 1.fHIJJ)'III"OR;;~'!l
TYiJ/1'8R. R1;ANTC1JP!tf.liJi1M.
T~W .aldd~r-1i'dre~y 1\cJo1dwiejJlt~i&(l~J.l.t.o'f.f\l.~tQli6~~l1g.J\alJbt1'sr~:fr~m~:
No..-L p.~tc(~ 8/18/09
No:- n~wd
No..~ ~{tteil
t,t'hQ fQ119wl.,,&. .~gu.lr~4. \nfQnnJtltqllllll!l.~lf()n. tlQml1J~~~l:;ap.(l. i~ ~Mh\4!f~. '~Oh fh~ blt\:
:.s\\~mUbft~ . ,
". f <l ,'~ .' 1-,1"'..
:1.
. ?t.
a,
\.4{,
6-.
6.
!'J.,
'Stfitemertt.ot.IIls'tJtiUroe COI~l.?lfbl1Cll.'
Utd BOll~ .
NqnvC<iJf\lslon ~ftUfujn
eanfllot of.Il\terest~fatement
Disputes DI$.'6l~'iltiS:.Fol'm.
. Drpg' Fl~b Worjffililelt '(1bxtift<;l\tlo)1 Eorm
n;~Well~es .
As l'equosted ~\1 tho Instructions tor BIttdeIs, .subinf~slo[i. Qf. BIas ieCli"at11ttilchtiUifll. 6n'fS
. marked. dupilcnf<t ~py of IheiO'dg1.rtal :Bld~FOrrtlil\lfdJitLlUtt\bJtntehfil. __'y ~ -.-:'N.o
:(Orli;ik:O)ll~) . .
rho ~ity~~>>~. ~\Q.lJ.ght '~Q. "@~9lU~ny:.0.1..~tt bid~ lo,IW{l1"6~tnfonnl\1itlesl. and to .rejedt
~Ii .ot: 1my pat~of all.y bid fts:t1i~.lJl'(a}?-deen\ f6. De. 'irf;tfie.:heUlnf~t bf.thc Cl~..
This. lUtl" y'.@b..1~..il mlllt~i\tQt:Y rOm1 !t)"lI.1l(a~ bUT: {qb.~hltio.f). .l\\ltlll.l1ll~~S J\J;>W$lV~t'1 jt mO-l
~~:(\lf.q(jJllp.ttt1te6 by adamIJJI.61~fCJl?tl~illY~ furJl1~I" .Aw.llffi~r-<'~~6.Pt.~~t\tJ\{ty~ WU\). hp;
;siftl~la1 :autl\9\i~ij2~ it~H~I~:aRt~.~\f~I~I~~Ia::FJ)rml FaUU1'.6 fo' 8~&n triit1\etsllllCtt
~l'Ov.lded below ;wjU;f~ulhn the btcLbalft8:~JeGttl~:
~.ol1\"pftl)yN(l~n6 ~~.Y8.s.ey ManufacturJ,I},8_.Gompany
~IN':OtSS!: 65-084634~ " .... ..
NameotOw1l.eliPlU1nel'lOffloel~ Patrick ~~lman... "':.".~: ";. ..
'TitIWPo~lti(m.or'9"wMl'l.P."~l'ln~r/Omcer' GA n e r a1 Me p e 2e r
~ig,I1IJti.(t'~ Qet)wn~r.1.PIl~JI.1~l'/QXf~~l" ~ -
:B..\l~J(lesa.'IC)ltl~hQae 81~-635-0339 .
).78" Teleph.llfI6'.. .8 ~ 3:":.630 - 2 ~ ~ 9. : - . ::.
~EmllUaadr6Ss-. pal).man@odYSB.eymanufaGturinR. com
If\lsh~e~$.Ad~ress 1484 Massaro Blvd.
.Ct~t.$.lof~Zip Tamps, F 1 33619
.. l."
".J '.. .
1?!(~hA ~~>,'Ii,f A~ltlf<<!S.(''tJ1J~l! -.....
. . ....<... -..._:.i!r" ... -', .
.., . - . \. ....JiagfJT.
,.
..
".:
O\~
o.
o'r::
~~
1.g
p .~
-<0
i1
a8
(/)~
.g~~ J
JBJl
C5 Cf.l
6) < ~ .e
o:S CI.l ~
.S ~ ~ '1
l~r ~
>. ~.~. '8
]u'~, 5
~ ~ ~. g.
fn . s:l 'at
B~o
.~ ~.'~ >
.....
6)
(jC?,fa u
N .... ~
0\ ... ~o ~
0 s:l' .~
0 ~ 'H'~. .~
N
.. ~ ~S ~
~ .....
u ~fa~ co
6'.0 ~'8co .~
~ t'd a ... tl.
~~g.J ~
~i' K
. I '"' ~
~0\8 bl>
=l*:8u .f!
~:~J 6)
~N S
.ei 6)
... l i3
fl P "d
~ ~ v 6)'
5
.~ ~ ~ go
... . 5 l:>
~~ ~
fnC)~
~ C) f-c
]C=-i . ~
5=E~ ~
~.Q
~1ia co
bg< ~
u8i:1
6)ctl u
.;:l e ~ 0
B~8 8
~:S .~ .afJ
o.ou ~
ac "'3 u l
e] i3
.a .13
0
0
d
00
"<t
<<S
..,.... 0 :(;)
8 ~ '0 b
~ o~ .,.
'r:: co 0" (:)
~ :'<f' ....!:Q. q
O' '0.0 ~.'(ra" .tj
~.~ -
'0 . t....:~: .~~ "d 'i
"1:1....-
-co~ '0 co.... fO~ .;;,;:g ~ ~
....~ COol:> ..... .........
tQ. co 0 ,~. ]{.]iri co o1f
8 oz. "'0 o Z .~: "0
'd 't3 Z ] .... 'O'dz ~ ..... ...;;;:j: oZ .,.,...
........ I I) ~ ;... ... I . t!l -::0\ Z I Q\
... CO~'jC5 0 ~CQIJ ~b;O I ! 'd f"!
'a o "': 0
~ ~ :g. ~ ~ ~ o i.t"-; 't3 Z '. d ~ iil .,..
~ z z =a. l;~' ..... 1 'f;f~''d .~
I 1.0. .-.. co I. " '". . ....c.. I'
I 1..0 .,~ ':.'....::.j:'".o Z CQ ':"
op 0 O' 0 ~ 0 ~ ~. ~~ ~!:m!~i .. .- '0
~,::Q ~ 0 . o:ia
~ ~ f ~ .~ ~ .~ "S'~ ~ I z:
o ...... :~> .' >. >-. 0 .;~
.::Q~IIl~ tIt < li:l >-.. >-.'~~i I :::0 '.. ":I:Q' ~ I'\:II
i~Jlo~.1 o .~ lit ~" .' " '6) :;.;;;:;,~;~1Il ~\~
~ 0 0;' ; "'0 ~
'. .;g ! J i;'~::~ . .IU 'j j u 'a'i
o .a ~ :..' ::.:a. . S ::l:!a
CI.lCf.l N. en lZl rn .,~~ ~ <I.l Q{~' .: N fi: :.~
IifP~V ~ x X
'.
S\)omU~J;)}t : ~ l>< X
Q:JUlml~'
JO lU:}\U~)~S X X ~x
~.1llS0r~S!a .~
~ x ~
~lnd~!a -o~
l!^~P!JJV ~~
X ~~
UOISnlIo;:>-trON: X ~.~
~ ~
~:),1tl groa . l>< x .%-'~-
~-
lS"~41JI ~
J~ lQm~00 >< ~ x
pttog P!s: ' X X ~
UT.l9tI pm x x x
u
~ rI ~
CI)
"!j 0 '"il
:g ~g' .~ ~
.... lZl a
CQ >tj 'a
5 ~ ~
t!l J '3
~ ....
~ ~
co
I-
m
5:
~
,0...
0,
'00:
<'i I 0 :~'
ci 0 ~'d'.
r-.. ci
o:i O' :Y-i
:0 0 .~
Ii"I \0. .~ ".',;..
00 ,~ 'd r:
'dcri 'd .. .'f""!I 'n 'i'd
'0.- ...... "d .... &i :g,~ ~ '.~'.""
....~~ '..... CQ t:;:ril
cooi rile> ~ . ~ .CO e> i lOt, .0
-o-ozZ Il :g oZ "d ~~ ?1l'O'O Z f. "d~Z :g
-0 "0 Z .... -0
.... .... I -.... CQ .... ..... I CQ -........Z, (::! :g .... 'fi') I ril ....
CQCQI!~ 0 CQtn'l"d 0 ~~~j ~ O'Itnlj'O ~ ril tn', "', ! "0 CQ
00 -.:!'''dZ ~z~ ~:-s~ ~ 0 .......... Z z:,~.: iii:s! Z
ZZ~ 0...., C'l Z ~ ,CQ '0 ~ 0
Z
".0 ......tno ,'.0 ZCOo I 1,.0 ~ I v; toO Zi:Q1 1;0' 0 tn I ,
'0 ~o~~ O.{:l "d~OO o~ "d ~ 0 ~ ~' .g "00 0 0 0 ~ ~ ~:;6 '0 ~ '0 ~ '0
'U .{:l ~ Z .;:; '0 ~~ I Z::>,: '..... I ~ ....~'~ 43 I Z
~:Ii~,,~,Jj o ,~ .t:J Z .~ ....
< tQ I>:>~ 0 I ~ u
~~&'&'~~~ ~~&,~~;'P:: ~ ,{>.:>:\o ~
o~~;:Q 4)~ i~ll~H . p::,~,~ ~ I ~
~~oo ~~ j 9 0 0 ;<>. .9 i9iU ]9 '0 "d ~
:a . u6:a l'8jj ~h txi ~
. jjoo~ ... ~jl~~~ . ' 0 o:g :a":; , 0 o:g
,'0 . ~& '. . =' z 0
o .S ~. .0 . 0 ;,i. ;. ~ Ii: b1
CIltl) ,N.~ l'J) CI). ,~~ [I) [I) 00 . . . en en (/):.. CIl Z
;>< I X ~ ;>< I I ~
>< I ;.< X X I I X
;>< I X X ~ .1 IX
>< I X .r>< :>< I I ;><
;>< I ~ r>< ?< I I ><
l>< I >< l>< X I I X
l>< 1 X X :>< I I l><
>.< I X >< X 1 I ><
>< I I r>< X I I X
~ ] I
.~ ~
0
.~ t3 W ~
j ...... (/).
0 ~ ~ ~ 0
CIl rr ,00
B 0 -b
~ ~ .0 .....
~ ~ ~ 0 ~
u 0
~ ~ ~ & ~ Of.
.~ I '5 ~ ~
S 'S ~ ~ 00 I
~ ~ 0
~ Z ~' ~
o)~
0':(:).
6 o. 0
d ~~. f6}~,O ~
o d ~i.~:'o. g
o If), ~:.! ~ ;~...'. 0 '0' "1
QO \r.l .,!\. ,~!.':. . ""\0""
-0 . In 'd .o;:t.,~ '0 ~,;.: {) ~\.,J; 0\
'0 ..... 0'\ Y? '0. .... 0\(-0 .... b1):~. t"l ~.~. ~
.... t:Q ~ ..., .... t:Q ~.,!"" P::\, 'iI1,;~:,,""..,S~l .,
CQ 0 ...~ CQ 0 .;..."'.:t:Q 0 '. ,....~t;.09...,.,";;j
"'d ~ Z a ~ 'd 'd zt:> Z :5! 'D ~\$ Z ~ '0 'D ~;~;~~i~:~
~ ~~' j' :sl -=r 5 ~ ~ :a" ].I:g, ~ fii ~')F-<~, )':-$! '6 ~ tE, .~~}!~'tT~"~ ~.
Z ~ .tn0,': Z "!". t:Q "c::I Z' z'O .a,,:' t:Q "dZ zO~'. ;,:.~:o"'l;~~
o on ,. A 0'- I . <...... 0'" I ,~ ,.,. ''0 I
I,J:J Zr"IO I I,J:J z~ 0 I '.'o'P ..zt:Q 0 I l .p,\,<:......:.~l:O
~i~~~I~~~~~~f]I~I~~~~!~~!~j
~ &' &' ~ I ::r: -< ~ &' &' of! I lIt < ;; &' &' ~ I ~ <tJ:l &';~ '@;'-,.',';:If
] jO ~o ~] l:8! JO ~O~-] j l~..~o!o~i ~~:8 j.!Oi.~~b.~;;:~-~
o .s ~ 0 ~ 0 . .e..e.o ~ (0" ;8 ~ . ~ 0 ;,~,.;.S'J\! 0
CIl . N \oLl C/). CIl CIl t') J%.< CIl CI.l v,l. ~ . N ~ CI.l r/) \ ~ N '.~ C/)
I X X
.1 X X
I ~ X
I X X
I X ~
I. X ~.
I X X
I X i><
I X. X
~ ] f
.~ .~ ~.
e (J
! ~ ~ II
." 0
] ~ ~
ootj
~ CI.l 0
:It:
~.
~
~.
*
~.
:E.~
.~..
o
-;::
l:;1
~:
.,Pi
~
4)
.0
::::l
.~
]
e
~
.~
~
.~
o
B'
':d
m
t
e
Po
~
]
~
~ .
.=~
e .
I-op..
Oon
-g.<:'l
g~
~-
~.1
~Q 0
.s~
III
i~
~"Cl
5
-3 b/)
~ 'I
~ a
S~
4) .
f3gfl
~ '3
.~
1~
~
iu
:B~
il
~~
~ !
l:>
rei;
f)~
M'
lot 0
o 0
-u
~ bO
!-- ;S
j~
~~
.., . .........<0......... " ........ ......0.'. .... 0 .~ ... ..... 4' .... . . ",'. .... ... .... '" .... .
:O~iC;do
, .'
'. FLQRIDA
400 ALEXANDRIA BOULEVARD. OVJI;DO, FLORIDA32766
September 16, 2009
Patriok Allman, General Manager
Odyssey Manufacturing Company
1484 Massaro Blvd
Tampa, FL 33619
Fax: 813.630.2589
RE: City of Oviedo Bid #09-20
Dear Mr. Allman:
The City of Oviedo is in receipt of your letter dated September 7, 2009 registering Odyssey
Manufacturing Company.s protest of the recommendation of award for sodium hypochlorite for
City of Oviedo Bid 4#09-20 to Allied Universal Corporation.
The information that was provided wIth your formal protest has been researched and the City of
Oviedo has detennined that Allied Universal did not truthfully complete the Disputes Disolosure
Fonn with its bid proposal. Based on this determination, Allied Universal's bid has been deemed
non-responsIve to therequiroments of the bid docUments.
Based on this determination, a recommendation to award the sodium hypochlorite portion of the
bid to the lowest responsive and resp.onsible bidder, Odyssey Manufacturing, will be made to the
City Council in Ootober.
./
:'i
.'
.;~
~
Sincerely,
~~+
Purchasing Coordinator
~~:
~.
c:
Catherine OulllarmQd, Allied Universal
.'
HXIIlnrl' J\
www.cltyofoviedo.net
','
.,
Mayor:
CouncilmaIl:
COllIlcilman:
City of Ovie.do, Florida
Public.Worl{s Department
Bid # 0,9-20
Water Plant Chemicals
^ugust.9~ 2009
Mary Lon Andrews
Steve Henken
Stephen Schenck
Depiltv IVtavot: Dominic PC1'salnpiere
CoullcllJnl\n: Keith Britton
. .
City Maual!:er: Richard Ge~tdcb
PtlbHe Wod<s DfrectOl': Tony Segreto
.INVITATION TO BID
City of Oviedo
Purchasing Oivis,ion
400 Alexandria BlvQ
Oviedo, Florida 32765
BID NO. "09-20
OPENING TIME:2:0Q P.M.
OPENING DA TB: 08/24/2009
Email: btaylol.@cityofoviedo.net
Facsimile NU1l1bei': 407-971-5806
yOU ARE INVITED 'TO BID ON THE FOLLOWING CHEMICALS FOR USE
AT THE CITY'S W ATER,TREATMENT FACILITIES:
. Sulfuric Acid 93~%
. Sodium Hypochlorite 12.5% (10% by-weight = 1.5% by Trade)
. Ammonia Hydroxide 1.9%
. Zil1c Ottho'phbsphate
. Fluoride 23%
. Sodium Hydroxide 50%
SEE ATTACH,ED SPECIFICATION
FOB Point: City of OVIedo
Terms ofPaY~l1ent: Net 3Q ~RY$11p~n acceptal1ce Md delivery of illvoice
Bid m.llst be I'ccclvcdlll tbe P,m:'chaslngO(fice, 1s1 Floor~ Oviedo City Hall before:
Time: 2:00 ~.M. AllgJ1Sl24j 2009
Bids \Yilt he immediately opened after the aid Due Dilte: ~l1d Time~
You are invited to be present.
Slale or Florida Tax E.~elDplion Number ...
8$.8013S73QS3C-O
81imed:Barbara A,'Taylor. CPPB
Date:08/0Q/2009
CITY OF OJlIEDO
. WATER PLANT CHEM1CA~
JNVITATION TO BID #I 09-20
!
i
I
I
TABLE OF CONTENTS
Legal Ad.......... ... ... . .. .... ........... . . ................... ... ................ ........ 3
General Conditions..... ....................,...... .............. ........................ 4
Public Entity Crime Infonnation Statement............... .....................f... 7
InshllctiollS to Bidders........... .... ~........... ...... '.' ..... .~.... ............ .............. 8
Specifications ............................................................................ 13
Bid FQnn .... " ..... .................. ..'. ..... .... '.'~"'.""''''. ..........;.. ............... 16
Standard Insul'ftnceRequil'elnent.. ... ...... .............. ............ .... .............. 18
Statenient of Insurance "Col11plif.lMe ........... .. .... ..... .. .... .... .......... ...... . 19
Bid Bond......! ...~... ....!., !"" '.'! ..~! ':'.' ,.' ..,.. .... ....~... ..., ................... ........ 20'
Non-Colluslon'Affidavit of Bidder.... ... .......................... .................. 21
Conflict.ofInterest Stat~ment .... ,....;... ,.... !.... ..'......... \....!................ 22
Disputes Disclosure Form.....,; ....... ........ .......n ...... ....... .................... 24
D111~-Free Workplace, Certification FOl.nl .."..,. .................. .. ........ ... .. .. 25
"No.Bid" Response ..",', !',,~ ".! .," .,... ," ......\ .... ,....... ........................ .... 26
Reference'F01'ln .......... .......... ..... ............... ..... ..... '.'.' ...... ..... r.......... 27
PI/bile Works Allli,ill;sfratloll Page 2
CITY OF OVIEDO
WATER PLANT CHEMICALS
INVITATION TO BID # 09-20
LEGAL ADvERTISEMENT
CITY OF OVIEDO
BID #09..20
WATERPLA.NT CHEMiCALS FOR FISCAL YEAR20Q9-Z010
The City of Oviedo is seeking bids frOll\ suppliers for the following cheniicals for use at
the City's Water Treatment PI~nt Facilities: suH\.rric Acid. 93%s Sodium Hypochlorite.
12.5% (10% .by weight - 12.S.%by tra(Ms Ammonia Hydroxide 19%, Zinc Orthophosphate,
Fluoride 23% 8nd Sodium ijydroxide 50%. Bid documents are avai1~ble tlU'ough
DemandStar.com at l-aOO- 7lt-1712 0.1' www.demnndstnr.com. Bids nr~ due on or.before
2:00 p.m. on August 24, 2009 to the PU1"chaslng offices 400 Alextmdl"ia .Boulevard, 1st
Floor,.Oviedos Florida 32765.
End of Advertisement
Advertise one time, All,gtI.St 9s ZOM
Page 3
Pl/blic.1fIo/'ks Admllllstratloll
CITY OF OVJEDQ
WATER PLANT CPBMlCALS
INVITATION TO l)ID II 09-20
QENERAL CQNDlJ;IONS
EA'ECUTION OF BID: Bid must contain a manual signature of an authorized
representative i11thespace prQvided.
SEALED BIDS: AU Bids must ~e s\.lbmitt~d il~ a sealed envelope. Th~ face of the
envelope will contain the:dateand time of the bid opening' and the bid number. Bids not
submitted .on the City)s bid forms may be rejected" All bids are sllbject to the conditions
specified her.ein and on any attach~d sheet&, specifiqations, special COilditiollS oi' vendor
notes. Any Chal,lges to theb.id document pricing inust be in ink. ana must be initialed.
NO BID FORM: lnthe event youelect.not to bid .this requirement, respond by returning
this fOrm, marking it '~b BID" arid. the: :~easol1 .thel'efore. Repeated failure. to quote
without s\\ffici~ilt jl.lstificiltiOll tnaybecailse for l'ernoval of1b,e;supplh~l'Js nalhe from the'
bidlisf. NOJE:Tp .quullfy' ~sa respolidellt)'bidd~r.l1:lust sublnit a .'BID"or "NO BJ,D"
and it must be l'eyeived no 'la~er'tha~t'he sta'~l;:d;bi~l pp.el1ing droe .Rlld 'time.
BlD OPENINGi Shall.be 'publiC', oil the date and at tlte.time specit'ied 011 the bidforin..Jt
is the bid.der'~ i'eSPOllsibltity to ilssute that thbit bid is. c{elivcred at the proper time 'and
place Clnh~ bid opepitlg. B~i:Is which fon!l1y;t;~as<.>p,ar6 .l1ot~9d~Uvered, shall be l'etumcd
to the bidder unopened. Offers by telephol16 or ~csimile canrot be accepted.
PRICES, TERMS:, and PAYMENTi All price& rol.lst be fitrt) 'fo1't11e d.elivery schedule
quoted herein. Bids fltipu1.ating~'p.rice in effect ~t time. of shipment" or otner .siniilar
conditions will be considered nQt. responsive to (h~ bid .IQviWioJl ahd wJU 'not be
Rccepted, Allpdces shall be quoted F.D.B. delivered to any City of Oviedo Department
unless otherwise stipulated in the:bid,invitatidli. .Bidded's requested.to offer cash discount
foi' pron'ipt invoice payment.. Uis the policy of:the City ot Oviedo to' make'payments of
itwoices in tjrne to eJlr~an5'.dfteted,~~~hdj$coQntll;:Ois.c()Uut.tiine will bec<)111pute4. from
the date of slltisfaotQry delivery.~tplace:qfacC"~t.a.!1ce PrJ~:.()m]:eceipt ora cOlTect invo.ice
at the Fillsnce Department officej\vhiohever is'later. .
TAXES: The City. of Oviedo :docS'.llot p.ny Federal excise and State sales taxes, Our fax
exemption .number is 85-8013,$730$.3C-Q and Is also listed ~>nall of 01)1' J:lurchase Orders.
POLITICAL SUBDIVISIONS: Under Florida 'Law.pl'ices contained in State Contracts
shall be available to the City of o.viMo, \vho ;might \vish to purchase urider a' State
Pui;cllase CO~ltract The City of Oviedo. .therefol'el'e8'erves th~ right to purchase atiy
commodities, from a State Purc4l\s.~ Conttnc.t, nSicop Bid. or. any other State or Local
Oovel'nnwnta1 entit~es bid or .<;loriJr~ckifin 1he'b~s.t iiltel'est ofthe City.
MISTAKES: Bidders nreexpected to exafllille,tlie specifi~atiolls, delivery schedules~bid
prices, and all inst1'\.1ctions pel'ta.irting to supplies and .services. Failure to ;do so will be' at
bidders' risk. ."
Public Works Adm(IIis(/'a(/oll
Page 4
CITY OF OVIEDO
WATER PLANT CHEMICALS
CONDITION AND PAci{AGING': It is urid~rslood abd agl'eed that allY item offered or
shipped as a 1'esult Qfthis, bidshaU b~ new (C\ll'rent produ~tioil model at the time of this
bid). All containers .shall bes\1itaolefor storage or.shipmeQ.t) and aU prices shall include
standard .commercial packaging,
INVITATION TO RID II 09.20
SAFETY STANDARD,S: Untes~ othenvise stipulated hi the.bid) all mamifactured items
R11d fabricated asse,tti:bJies, shall C,(mlp~Y Wft,Q ,'appli~~B~e, n:q1.tirement~ of Occupational
Safety and Health Act and any standards there under:
MARKING: Each individual cOliUllllcr shatl. be iliarked wlth the brand name 'of the
product, quantity ~fnd the "ilame.aQ.dacl~ress of the man:\ifnctutel'i Each~hipping container
shall it\clude the.JUlme ofthe'vendor and m~st 'also cleady:indicate the City of Oviedo
Purchase Order Number) and the Department that is taking the delivery,
INVOICING AND PAYMENT: The supplier shaH bepa.id upon.submission Ofulvoices
to the Requesting .Oepartment, 'C~ty ofOvie.do) 4()0 Alexi}lidria Blvd, Oviedo, Florida
32765. Invoices are to be billed at the prices 's.tipul~te(l on the Purchase Order and as
outlined in this bid. All invoices must show the City ,Of Oviedo Purdlase Order Numbet',
CONFLICT OFlNTERE$T: TI1f} -award hereunder is' subject to chapter 112) Florida
Statutes. All bidders mlJ$t~i!icJos,e wit4 theil"' ~id, the ,n~ne '<;If RllY9f'tiger, qirectQl" or
agent who is a(sonnemPloye~: ofth~ City .of Qvie,do; :J?ur~her, all bi~del's must disclose
the Ilame of any City of Oviedoehiployee who owns, directly or. irtdu'cctly, ailY intei'est
of ten percent (10%) or'mOl'e of the, bidders' fhIn 'ar 'ittty Of'its branches, Gifts frain
bidders to Employeei:; or'Em.ploYc,e's fl\llUU~ a"rc strictlY:Pl'ohibited per'Florida Statut<:s
112.313 and 1.12.3148.
A WARDS:. As the. best iriterest of the City 'of Ovledoniily require, the right' is resel'\ted"to
J1ln~e aWard(s) by Individual itetnsl gro~p: of"items,.all or noile) 'ot 'acombination thereof)
with one oi'"jnor.esupp.!iers: to tej~~tarttbid$:arwaJve,atiY ii\fo~muUWor te~hnicalityin
bids rece,iv~d. Vel1dprs who 'a).~ ~\Vtlr~ed. ~Qntrf\c.ts ~re,a~k~d to ,~xtend the s.ame pricing
lI\1dcon~it{ons tl) oUwrentlties wh9 maY'Wl!l1t 10 J!piggy..back'r a City,of.Oviedo Bid or
Request for Proposal.
mSPECTION, ACCE~tANCE; JHldTI'tLE: LilsPe.~tiol1and acceptance ,vill \?c;} at
destmatlolll.lilless otherwise ~tip\,lll\ted.. title 8ml rj~k of loss or damage to all items 811a11
be the n~sponsibi1ity of the shipper (vendor) until accepted by the using department of the
City of Oviedo, unless ioss 01' damage results fion} fiegligence'by the city of Oviedo or
its Depnl'tfilents.
DISPUTES: In ctlse of allY doubt'or ~iffet:e!lce of opinion as to the 'items to be furnished
hereunder) the decision ofthe City of Oviedo 'City Managel' shall be final and binding on
both parties,
PIl~lIc Works .Admilli~il'tlt/OI"
Page 5
CITY OF OViEDO
WATER PLANT CHEMICALS
INVITATION TO ElDil 09-20
LEGAL .REQU1REMENTS: Fedeml,State, County a)td IQcal Jaws, ordinatlce8, roles
~nd l'egulatiOlls that in any manner effect t1,e itetl1(s) covered herein apply; Lack of
knowledge by the bidder will in '-!IO way be ca\1se forrelief from responsibility,
LIABILITY: The.vendor shall hold and save the City orOviedo, its officers, agents and
employees harmless froill liability of any kind in the perfonuance of or futfilling the
requiremeut of the Pl~rchase 01:ders wbich.mayre~ult fi'omthis bid.
CANCELLATION: This agreemeilt.may be termmated Inwhole or i.n part in writing by
either party with 30 daysl10tice in the everi.t QIsubstantial failure by the other party to
fulfill its obligati<;ms under this agl..~ement throqgh no fault.oftbe terminating party.
NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO, AND
AGREEMENTS ENTERED INTO AS A,RESULT'OF THis BID WHICH' VARY
FROM THESE .GEl'lEML CONDITIONS, SHALL HAVE PRECEDENCE.
Plll'chasiilg Coordinator
City of Oviedo
END OF SECTION
p(fge6
PI/hUe Works Admill[sti"(ffioll
CITY OF OVIEDO
WATER PLANT CHBI}flCAI.8
TNVITATIQN TO BID II 09-20
PUBLIC ENTIty ClUM.E INFORMATION STATEMENT
All invitations to bid ~s deful!::d by S~~ti9n.4-87.p12(l1), Florida Statutes; requests (9r
proposals as defined by Section 287.012(16), Florida Statutes, and any contract-document
described by Section 287.058, Florida Stanltes, slulll contain n statement infolll'iing
persons of the provisions of pamgi:'aph (2)(a) of SecliQJi 287,133, FlOrida Statutes, Which
reads as' :follows': ... .
"A person 01' affillate ,vlioliits beell placed. on: the convicted VClldor list
following n .cOJivtctiOlifo]~ n public entity crhile lua)' ll()t Sllbmit R bid. on n
contract to provide llny goods ors.ervlQes t~Hl pll,bll.c ~"tJty, lllllY 11otsnb.nrl~ ft.
bid 0.11 n cOll.trJ\ct wUha pupllcentity fpI.the construction .01' rep.air of public
buDding or .public worlt, may not submit bids on leoses ofr-enl ptopCl"ty to a
public entity, nlliYJlot bea,vRrcled or pel'form work aSR contractor, 'supplier,
subcontractor, oi' consldtant tlndel'o contract with. any publJc elltfty; nml
mnyilot tt'tUlsnct bllsht,eSS with any puhllccnttty .hi excess p.f tl1ethreshold
Rmount 'provid~d In S~CtlOll :281.017.101' CA.TJiG01l.Y TWO for R period of
36 months from the date of bchlg plnccdon the convicted vendor list."
All vehdorS who '~ubmita. Bid or :R~quest fql' Propqsal to the City QfQviedo, are
guaranteeing tl,1atttIey have . read the previous:.statement; and. by signing the bid
documents, are qualified to 8\lbmitabidU1\dei' Sectio1l287.133, (2)(a)Flbtida Statutes.
END OF SECTION
Page 7
Pub.lic /YOl'kS Ad,llillfsfl'aflon
CITY OF 0 VIEDO
WATER PLANT CHEMICALS
lNV11'A TION TO BID #I 09.20
INS1RUCTIQNSTQ ~IDDE~S
A. Official Bid Docun~c)\~s:
1. The ccoffioialu'bfd documents,. htcluclingspecificaUons ~n~' Bid ponn, are
available. tllro~g~l DemancfStar,cQIn at 1.800-711-1712 or at
www.demands.tar.com.
It is mandatory th'ilf interested. bidders .l'equeSt the bid doouments directly
from Dell1f\lldStar;compriQl' tosuhtniWng a bid. Tills is necessary to
ellsurethaf bld~ers l11lVe a complete o-tnci~1 .bid package and to record
interested bidders' infomlation for issuance ofntlY addenda. Bids will not
be accepted fro III bidclei's who have Qbtl\lned bid documents from 8ny
patty othe1' thart the DemandSUu:.cotn system,
B. Prepm'R~.o,n Qf)jJ(fs:
1. The Biddm'-.Jssoleiy responsib.le for teadIllg and coItipletelyunderstandillg-
the bid d6cUinehts 'andattaclWielits trh.ny). Faihll'e to d~~b wiUbe.at the
Bidc.ler's risk. .
2. Bids:must be submitted on the attached Bid Forni. Bids submitted hi any
other fOl~nlat. will'be disqualified.
3. Each Bidder.\vH1 ftt~n.isb'theinf9rtl)*'ti()n 1'eql1il'~d on the Bid Fonnand
eacti accompanyingshef?t thereofou\vhich he makes an entry. All prices
and blank spaces in the Bid Form .and accoinpEUlyingsheets. niust be filled
illlegiblyand.'cortectly in irik bt-typo written,
4. No erasure pel'm.itted. Mi;;take.s',m(ly bocr<?~sed out Rl1;d corrections typed
adjacej:1tUt).d lU:ust he-~nitiRled and dated in ink by the person signing the
bid. No white~out orally-othel' form 'bf cOlLection fluid shall be \.lsed.
5. Please quotelowest price, at wl}j.ch Y9u will furn.ish the prpdllqfs/scrvices
listed and check Y011f prlcesbefore'~ubmission ofbids)8S no change in
prices will Qe allowed afte{bid opening.
6. Bid {>('kes.shall relnain filln for (\ p,erlod.ohixty (60) days in01.der to
allow th~ Cityade,quate time to evahJ~te the bids.
7. An officer or representative who has officinlauthorizntion to sign bids
MUSTsigilthe.BldForlli. Alruilsigiiedbid is 110t a valid offer, therefore,
failul'eto sigii+nfhe. si~ace provided Oli the Bid Forlll \ViiI t~ultin the bid
being C611sider~d'.bQfi.respO~1,siye ~lld thQt>~dJejecte~t. It is nota minor
techni:cality whi.eh the City reserv~ the right to waive.
1'lIblic 1f'ork:rAtbllllllst/'Otioll
Page 8
CITY OF OVIEDO
WATER PLANTCHEN.llCALS
I,W/TATION TO BID # 09-20
8. All bids mllS! be signed wHh the firm name and by atesponsible officel' QI:
employee; Obligations a~sumed .by'such signatul'e~ must be fulfilled. If
tlW bjq is l:na~e by an individual) heJn~st sign his name therein and state
hisbusitlessildciress and the Ilsme 811d address of every othel'person
interested ili the bid as principal: .It"thebid is made by a finn or
partnership, its ria111ef,ln.d busli1~s ll-Qdress1l1ust be:stated as well as the
n~me ~nd&ddressofeac.h mel)1beJ of Ole f1r~ orp~t.1~er.ship. Ifthe bid is
made bYRcorpol'ation~. the bid niust be signed by an authorized officel' or
ag.ent,subscribing. the name of theco't'Poi"ation with his' OWll name and
affixitig the c.ol'poratiOll s~aL
9. The Bidder i.s r~p(;msfbl~ f9rm~kings~lI'e that any and allnddenda have
been'receivedprior,to. submission of the bid.
C. Questions and mqulrtcs :Relating. to :Bf(}~
1. Every request for interpretations or con'ectiolls, wllether technical or
general in nature, ~ be in writing onlybYlnail~ fax or e-mail to:
Barhart\" T~ylQr, Purchasjng .Coontinator
City pfOYieqbPul'chasing'D~partme~t
400 Alexandria.Boulevard .
Oviedo, FL 32765
.Fax:: 407..971-5806,
E-maU: btay-lor@ctty()fovi~do.net
~. Th~e inquiries must be. received in :the. Purchasing Department Uo later
thall.AugUst 11,2009 at lO:OO'ft.ri1.. inordel' to provide adequate resp'oilSe
time to queries and issue an addel1d\lm~ if ll:ec~'sary.
3. Questi.on~ ~onct(rnillg the tecb:nigJ,\l'~p'!,':vifi:caH~,I,1s wjll, be fonvRrded by
this office to the. appropriate 'requesting depadmentldivision. Prospective.
Bidders are .riot to ,contaot .allY .meil1b.er Of the: City :of Oviedo. staff 01'
offiCials .othet. thall the above speclned cQlitactpetson unless expUciHy
f\uthoriz~d 'by tlus office.
D. Addenda
Any cladfiG'utiol1/changes will 'be, tl)to\l19l written ltddend\lIll only ;ss\.led by the
City. The follQwhlg informatioll applies:
1. No interpretation of the niemung of the bid documents,attac1unents (if
any), or allY other related documents, nor cone.ction of any apparent
ambig\.iity, inconsistency or errortherehl, willbcmad~ 'to atiy Bidder
orally.
P"blic Works Administration
Page 9
Cl'l'Y OF OVIEDO
WATER PLANT CHEMICALS
ljI/VITATION TO BID #I 09-2Q
2. All COrtcctit)lis. interpretations and supplemental instructions will .be in
th~fortn o.fwrittep addend.ato the l,;id documents which will be available
thro\lgh the DemandStar.com system~
3. the Bidde.ds responsible for m.nking slIl'e that any and all addellda have
beenl'eceived pdo!" to su.bmiss'ion .of the bid. In case any 13idcler fails to
acknowledge -receipt of ~t1Y ~uch fl~d~ndum in the space provided 011 the
Bid Form) the bid will nevertheless be construed as though the addenda
have been received and acknowledged) i1ild the sUbmission of the bid will
constitute acknowledgment of the receipt of the addenda.
4. Qn1y the int~rpretation o~ correction given by.the Purchasing Department
01' authOllzed representative, ih wrlting, will be binding, aild prospective
Bidders are wante.d that h6 othel'So\lrc6 III a\lthodzed'to give infotmatio.il
coi1ceming, or explauiingor interpreting the-bid dqc'lments.
E, Exceptlons taken to Sp~ClflC:Rtlons:
I. In the event you elect to bid, but .must take~x.ceptioils to the pici
specifi(:~tiQns. the a.i.dder .wUf. ~e l~equired. to. plake a notation by the
parti~~l~r.s.p~qi:ijcati.on -.that ~oes 'llotconfQrm .to the minimum
requirement. '
2. Notation wiH h~. ip th~ fotll1 .of marking thl'ough the particulll1:
spcGiUcatlon taking e~c.cp.ti.9.n (q@d iQd~<!.~ting the. t.rue. specifi~tioll of
the item either. 01~ t1~e ~~l).epage the specification ~is listed 01' .on. the
bidder's company letterhead.
3. Only those Pl1geS tbat the .BIQderistJ\{{illgexceptio~.toshould be l'ctumeq
with .(he BidF~1'll1. ' .
F. Submission of-Bids
1. This bid UUlst be1'eceived. intheO(fice o.fPurchashlg, City of Oviedo) no
latel.'tha.1l2:00. p.m" Allg\lS.t~4t2.009.
2. Bids and. modifications thereof ,yHlbe enclosed in l\. sealed package, with
the Bid ForlT1, any othei'l'equited {Ol'ms, ahd each accompanying sheet on
which a.n cl1t1'yl1as. been.~ade by the Bldcler.; The s.ealed package is .tobe
mailed or, delivered .0 'the City of:OviedoPurcha~ingoffice witll thel1ame
and address of th~ Bidde~, the due:date and time) and the bid number on
the face of the package.
It isdi"e'Bi9der~~ respQl1s.1lJ1Utyto ftSsute that the. bid is properly addressed
or delivered 10 the following locatioll: ' .
PI/blie Works Adml"rSlrafloll
Page 1 0
CITY OF OVIEDO
WATER PLANT CHEM.ICALS
INVITA TIQN TO BID 'n 09-.20
City of-Oviedo
, Purcl)a~~g O"ffiqe, First Floor
400 Alexandria Boulevard
bViedo,:FL 32765
3. The City will In 110 way:1;le r~p"onsiQle fo.' delays In delivery caused by the
United States Postlll Servioe, other mail or courier service, delivery to 'any
other City office, traffic, 'location of facilities or office, 01' delays callsed
by any other oecuo'elices, The delivery date and time will be scrupulol1sly
observed.
4. Bid~ Will be received and officially..recorded aueceived in the PUl'cluising
office ONLY. 1']le t(iJieldtlte still~p .1bMted.iti the purchashlg office will
selve as the 'offiCial authority to.determlne lateness Many bids.
S. Undenw circumstances will bid~ .del,iv.eredafterthe due date and time
specified be considered. Bids received nfter the due date and time will be
disqualified as late bids mid will not be recorded as a l'espondingBidder.
Late"bids \villbe:i'etulned.to.tbeBjdder unopene<\,
6. DQ not re,tut1l: the ~ntJre bldP!'~~{f.\g~. Only the Bid FOl1n,.any other
required fOlms and each accotripnnylrtgshc'etort which an entry has been
made brthe Bidder should be.teful:iled l1i illes,eaied packag~;
7. To fhci!itnte the'e~ah1aHon. pl'Oc~~) each bidder is to submit the 'bid in
d\lplicate (ol'igiQalBid FQrll1; ma~kedoriginal with attachments and one
copy ofihe:Bid :Formand allattaolurtents.)
8. The Bidder r~pt~entstlill'tth~ (u:tiol~(s) to. be. Jurrij~hed \lllQer this
Invitation to Bid is/l\re ~ewaJld ulll.ls.<::d, ~I~r~s speciijcally so stated, and
that the ql.lalitY has notdeteI'iorated so as to:impair its \lsefulness.
G. WithdrawnlorCoi'i;ectlon ti.f:Bldsl.
1. Bid.s may be\vith9rawn Qt;. corrected priQr'tQ the due date and lime by
wriUep. l'equest'~y the Biddc::r flnd received by the purchasing office before
the time for,receiving,bids has expired. 'Wrltlert requests hand delivered.to
the Purcha'singofflce niay also' i'eqt.lire ideiitiflcl\tlOh, such as. a busines's
card a.nd/or drlverls lic~nse.
2. Aft~r-t!l~bid du.e date and time. a Biddercannot.withdl'aw or cori'ect 11 bid,
Negligel1c~ OIi the part Of the Bidder'in prep'adng. l\ bid Is not gro.unds_for
withdi'awaL6.r,mddification of a bid rtfte.r tlie bid due date l\nd t4ne and thi:)
bid subni.itted lnuit be'inforce f'Qr~b caJenoar days aftel' opening. Bidders
may not assign or otherwise ~ransfer their bid.
Ptlge 11
Public Works Adllli"fslra(ioll
CITY OF 0 VIEDO
WATER Pl..ANTCHBMICALS
INVITA710N TO BID II 09-20
H. Bid Opeiuug:
Bids will be publicly 9pened and read in Council Chambers, City Hall) 40Q
Alexalldria Boulevard, Oviedo) Florida, 32765 at 2:00 p.m., August 24,2009 or RSsoon
thereafter as possible.
END OF SECTION
Page 1-2
Public Works Ad1llliiislralio1l
CITY OF OVIEDO
WATER PLANT CHEMICALS
INVITATION 7'0 BID fI 09-20
SPECIFICATION
A. DESCRIPTION OF SERVICE
The ContraQtor ~hall provide and delive"rthe follQ\ving chemicals to one or both
Water Treatment Plant Facilities lOC6ted within the City of Oviedo at 250 West
Mitchell Hammock Road and/or 1600 Alafaya -Woods Boulevard:
. Sulftu1cAcid 93%
. Sodium Hypochlol'lte 12.5% (JO%b)lll'ei~/'t ~ 12.5%6>, t/'Ode)
o Amniollia.Hydr6xirle 19%
o Zinc:Orthopliosphate
. Fluoride 23%
. Sodium Hydl~Qxid(!'50%
The table below iudicates-thea.vctage;deliverable qUl\lttity.for each chemical and
the esthnatedannual \lsage. 'The estimated anllualquftl1tity shown is theCHy's
best -attemp~:at QalC1,llaHng _their a'n_llualneeds; but in no way obligates the City to
purchase aity minimum amount
ChemiCal Name 'UJitts Dellverilblc EstimatcdAm1l1ill
QUtlJitltv O'tailtlty
Sulfuric Acid 93% g"llons 700 3,000 gal.
Sodium HYP9chlorite: lZ;$.% gallQos 4,5.00 135,000 gal.
(10% :by wi -~ J 2.5%' ~y .(i'M~)
Anunollia Hydroxide 19% gallons _ 1,000 to 8,000 gal.
(I!ll1kct lilielc) 2,000
Ammonia Hydroxide 19% 55,gal 6 4,40.0 gal. (80drul1)s)
qnlitis
Zinc Orthophosphate SS,;gril 4 1,320 gal. (24 drums)
9nlm~
l?luoride 2~ % gaUcms 700 .8,788 gal.
S6diulil Hydroxide 50% gallons 1,5_00 30,000 ,gal.
Contractors are llot-require4 to provide prices for all -chemicals listed, b\ltl\1'e
encouraged to provide bids- for any.chemicaUistedabove which they supply,
All cilelilicnIs milst bCJ)ppl'oved fOl' clriuIdng WlltCl' nppllcatioll nlldmeet 01'
excc~c1 the American Watcnvorks A~~ociatlon (AWWA) and thc National
Snnltation Foundation (N~li')stl\l1dJ\rds.
Public Works Admlll(sli'(ltioll
Page 13'
CITY OF OVIEDO
WATEll PLANT CHEMICALS
TNVITATION TO JJID #.09.20
All Hems quoted must be itl compliance'with all Specifications and Contractor
shllllbe houud by all reqtiii'emetitsas con.tltitl~c1 iit this soHcitatiollpncl<age ane! all
addend~ .th~reto_.
Delivery must be withhl.one week oforde(l betWeen the hours of 8:00 a.lli. and.
2:00 p.m., Monday throng.1i Friday. Therettlustbe,a 48 "ilotJr notice on delivcdes.
Supplieds .'esponsible fot aU connections and ad.apte~s required to match the
City's piping a(thedelivery/discharge location.
As stated in the Genei'nl ConditioJls, the City of Oviedo reserV6$ the light to
ptll'chase these chemicalsfr9,tt1 a State Purcha~e Contract, a Sicop Bid, or any
other State or LocalGoyernmenta~. elltUies b.id or contract if in the best interest of
the City. This action will not waive or' void any of the terms and conditions
containe.din the Agreement.
n. EFFECTIVENESS AND DU:RA,TION
Theagl'eement(s) l'estiltingfro1n 'this soficitationJs.for the items described .in this
bid docuinent. ,A siunple 'COpy anhe CitisGoods anclServices Agl'eemellt is
attached hereto. as Exhibit.A. .
The :agreement al(m~ wiJl.not~uthorize the:purchase' of materials '01' l'eqliire the
City to place any orders 1'01' wdrk 01' matefh\1s.. Requitecl J11arerials ,vill be
specificallyenumenited, de-scdbed lU1d del)i~ted in the Purchase (jrdef.~1JdlQrlzing
the'purchase Qfthespecifi~'matedat.
The pedod of'agl,'eenle.lJtwill be one (1) year'from the date of the agreement. The
agreementniay. be renewetl fat" two (2) additional on-e (1 ) year periods ifmutually
agreeable .to both partl~s..
c. BID tRiCE
Each bidder'will be expected "to daacost breakdown oil the Bid Form. Failure to
do sO \viIl caliSe the bId to beeliltilllated' as )1,oJl.:.r~~p611sive.
Unle.ss othelwise 'stated, th~ pl;ices wlll. includ~nllcosts of l>ackaging,
transportation,delivel'Y, unloading) labol',equipliiellt, tools, materials, atid all
othel' costs not specifically' Hsted herein. Price wii1 be aU inclusive with no
additional hidden costs.
D. B~D BOND
PI/blie Worb Admi!lfs{mlloll
Page 14
CITY OF OVIEDO
WAXER PLANT CHEMICALS
Bids shall containi toand,be:responslve to lhe.}3iddii1g' DO,cuments in this Bid and
must be 'accompanied by a, Ce~1ifled Check; Cnshiel"sCheck. 0'1" Bid Bond, in an
amount equAl to 5% qf the Total Bj<l A1IJ.ountJ ~ade paynl,>le to the City of
Oviedo.
,INVITATION TO BID# 09.20
E. PAYMENTIPERFORMANCE BOND
No Perfonnance/Payment BOlld will be required 'for this bid.
F. RIGHT OF ENTRY
The City will secureright'ofellh'y for all property upon whioh the work ista be
perfonned. .
END OF SECtION
Pllblic Works Admi"istration
Page 15
CITY OF OVIEDO
WATER PLANT CHEMICAI~
INVITATION TO DID # 09-20
"NO BJI)"RESPONSE
TO
INVITATION'TO BID
City of Oviedo, Florida
400 AlexlUldda Blvd
Oviedo, Florida 32765
If your firm is unable to subniit a ,bid at this time; wouid you 'Rleaae provide the
infolTIlittioiHe.ql1csted hi thesp'ace providedheloWandt~tumto.:
City .ol'Ovled9
:P111'ch~sillg.Dlvlsloll
400 AlcxntldtJa Blvd
Oviedo, Floi'fda 32165
We h~ve received. Invitati~n to Bier N9.
on (date).,
,opening at
PM
ReaSOIl for 110{ bidding:
nla
ay:
" Sigoature
Ne.llie &, Title, Typed OX Printed
Company Nnme
Public W(Jl'ks Admil/istratiQn
Page 26
EXHIBIT A
CITY OF OVIEpO AGREEMENT FOR
GOODS AND SERVICES WITH
THIS AGREEMENT made ,and entered Intd the , d~Y-~Qf' I
200- by and between the City of Oviedo, Florida, whose addr.~,~:s;'ls 400 Alexandria
BoulevarQ, Oviedo, Flotida 32765, .a. munlclpalcorporatlog;{9'f'the SM*~ of Florida,
holding tax ~xempt status, hereinafter referred tO~~!i?,S ~.~X~';""CITY" ,and
. whose prlnclp,al andv;,:" 19.~:all addr~~s Is
. hereInafter referred~~l1if as t~.<li~~ the
"CONTRACTOR". The CITY and theCONTRAOT i "are collectlveIYJ~~fe~r~;~~l6 herein
as the Parties. -"fXt~)2;~F
~-:..;:~!;V
WHEREAS, the 'CITY desli'es to
In the bid and/or propos~1 spe GaUo,
, (O~ RFP, :ETC.) ; ~ .
W.HEREAS, the
WHEFtEA
necessary to supp.'
and conditions h~r I .fte~'
and provi ' ,such g,. '
(I $'
:~~ HEREA~,the ' NTRACTOR hereby warrants and represents to the CITY
that It~!~ cO!!lP~~~~d : : e"Ylse~ble to provide professional and high quality goods
and/orre.~~lsr&s.to thSl1IT " a,nd
l'.
WHE.~~~...~#all CITY promulgated bid documents pertaIning to
~. .~~~ :and all. submissions submItted by the CONTRACTOR In the
proposals/bid submitted to the CITY are hereby Incorporated herein to the extent not
inconsistent with the terms and conditions as.set forth herein.
WHEREAS, the CITY desires to retain the CONTRACTOR to provIde all labor,
materIals, equipment, facilities and services in accordance with, but not limited to, the
gUidelines In the Scope of Work; and
Page 1 of 24
WHEREAS, this Agreement Is. not (O.F~ "Is") subject to the provisions of the
Consultants Competitive Negotiations Act; and'
WHEREAS, the CITY desires to use the expertise and knowledge of the
CONTRACTOR; and
WHEREAS, the CONTRAGTOR reCQgnlzes the Im'portance tg, the public of strict
adherence to .all laws, rules and regulation's' with particular regax~~O' safety procedure
and process; and .:#t~V
..f,~~~~'" ,,:~ii'>
NOW, THEREFORE, In co.nslqeratlon of the mutualca:~[oant~~"t1d agreements
hereinafter contained ,and oth~r good and valuableconslder~l!!!>l!fthe rec~IRJand
sufficiency of which Is hereby acknowledged, It Is agteed by ancHY~,l~eenof~n~'~partles
hereto as follows: ",ne:. .!~~;~,,.,
\:;~iit}r~I'
SECTION 1: GENERALPR,OVIS.ION
. t Is hereby deflhed
partners; principals,
t the CITY may retain other goods
. e 00 nd/or services for CITY projects.
he . . ,at the CITY's option, may request
proposals from the CO NT . eo.' r :goods and/or service providers for
CITY projects. T " CITY re '. ~s . fi . t to select which good$ and/or services
provider shall pro~.' ' ds an ' . ervlc s for-the 'CITY's proJects.
~. .
(c) The G~ T It.. Iilr es to 'provlde and ensure coordination between
900d~provld . '.
'dt Tam~~e.' nt Is for .. .. ,.a~ .set f9rth herein
and 4~&~se" CfJr." te, . y.the CITY tolnch.lde all If;lbor and materials that may be
requlreaf-.t.<~' -';;
(e) 1~],h~i~~';"~~~IS herein are true ~nd correct and form and constitute a material
part of this AgreeYnent upon Which the parties have relied.
(f) Each party hereto. represents to the either that It. has undertaken all
necessary actions to execute this Agreement. and that It has the legal authority to enter
Into this Agreement and to undertake all obligations Imposed on It. The person(s)
exeoutlng this Agreement for the CONTRACTOR certify. that he/she/they Is/are
authorized to bind the CONTRACTOR fully to the' terms of this Agreement.
Page 2 of 24
I
I
r
(g) Time Is of the essehce of the lawful performance of the duties and
obllgatlons contained In this Agreement to Inolude, but not be limited to, each
Purchase/Work Order. The parties covenant .aml agree that they shall diligently ahd
expeditiously pursue their respectlvEl obligations set forth In tlils Agreement 'and each
Purchase/Work Order.
(h) When the term "law" Is used herein, said phrase shall Include statutes,
codes, rule and regu.l~t'ons of whatsoever- tYPfil or nature ena.cted or adopted by a
governmental entlty.of COh'lpet~nfjurisdlctloh;
"'"
(I) packages must be plainly marked with the :shlpper's name and the
Purchase Order Number; charges are not allowed for boxing or crating unless
previously agreed upon In wrltln.g.,
0) All materials m'ust be shIpped by the CONTRACTOR to the' CITY. The
CITY will not pay shipping, freight or exp a _ arges. The CONTRACTOR shall
(1<) The
Data Sheet (MSD
or substance pur' I
shipments and relat
".";j:.,, .
"Ir~~~':phe CO
mate " , sUPpJI~,~e
requ', ,_ .~gtP1$1~<featfi,~a
Occu YOmis~Safety i111\i
the date hereof. . !II)
'::'" _ .A~~fti
'-.(f..'\.........(.~.-,07
""'~..o,:.,.};,.'.:.e.;:1i' -
(m) .1t~jls~,:.agreed that nothing herelnc~mtalned Is Intended or should be
construed as In any manner creating or establishing a relatlorishlP of co-partners
between the parties, or as constituting the CONTRACTOR (InclUding, but not limited to,
Its officers, employees, and agents)' the 'agent, representative, or employee of the CITY
for any purpose, or In any manner, whatsoever. The OONTRACTOR Is to be and shall
remain forever an Independent contractor with respect to all services performed under
this Agreement.
, affected within the time stated on
serves ,e right to cancel Purchase Orders
tlmel stated on the Purchase Order.
l' :00 P.M., Monday through Friday,
, the CONTRACTOR, the CITY may
: ~ ase Order' from other sources and
e ~s expense occasionally incurred
prepay shipping charges. Delivery must
the respective Purchase Order. The. C.I
and purchase elsewhere If delivery Is ,
Deliveries shall be mad e betwee . 0
unless otherwise stated. In case
procure the articles or ~ervlces COY
hold the CONTRACTOR' ponsll:il
thereby.
~h the .aITY with a current Material S~fety
.. ~e of-~~ch and every hazardous chemical
. labels and MSDS"s shall be provided for all
ch 'materlals,
ClOR hereby gyarantees ttle CITY that all work and all
sand equlpment,-as listed on a PlIrchase Order meet the
" . s and standards as provided for under the Federal
, althAct of 1970, from time to time amended and In force' on
Page3.of24
(n) Persons employed by the bONTRACTOR fn the provIsion and
performance of the goods and/or services and functions pursuant to this Agreement
shall have no claim to pensJon, workers' compensation, unemployment compensation,
civil service or other .employee rights or privileges. granted to the CITY's officers and
employees either by operation of law or by the CITY.
(0) No claim for goods and/or services furnished by the CONTRACTOR not
specifically provided for .herein or In a Purchase/Work Order shall tie honored by the
CITY.
SECTION 2: SCOPE OF SERVICES.
(a) The CONTRACTOR shall safely, diligently and In a profe~~lp.hal and
timely manner perform, with Its own equipment and assets, and pr6\ildeg~ods and/or
services Included hi each subsequently entered PLirchaselWork Order. Unless
modified In writing by the parties hereto, the duties of the CONTRACTOR shall not be
construed to exceed the provision of the goods and/or services pertaining to this
Agreement. . .
(b) The CONTRACTOR shall pro'i/lde' the goods and/or services ..as generally
set forth and described In Bid Form and speclflcailY detailed In various Purchase/Worl<
Orders as may be Issued from tlme-to-tlme by the C'ITY.
SECTION 3: PURCHASEIWORK ORDERS.
(a) The provision of goods and/or services to be performed under the
provisions of this Agreement .s.hall be commenced as set forth In the CITY's
bid/procurement documents upon .the exeoution of this Agreement and a
Purchase/Work Order. Issued on. a form provided bY the CITY hereunder commencing
the provisl.on.Qrgo.pdl;)~nd serVlce's. AdditIonal services-to be performed or goods to be
provided. by "the CONTRACTOR to the CITY,shall be authorized In written
PurchaselWork..Or.derslssued by .the CITY on a form proylded by the' CITY.
Purchase/Worl(O"rders executed by the CITY shall Include. a detailed .descriptlonof
quantltie~i :serVlces .~i1d a completlon ~chE!dule. ThE;) CONTRACTOR shall review
Purchase/Work Orq(;)rs and notify the CITY In writing of .asserted Inadequacies for the
City's correctlon,._If:'warranted.ln every case, If work Is completed by the
CONTRACTOR'wlthout authorizatIon by ~ purchase/work order or a change order; the
CITY Is not obligated to compensate the CONTRACTOR for ttte unauthorized work.
(b) If the services required to be performed by a Work Order are clearly
defined, the Work Order shall be lssued on a "Fixed Fee" basis. The CONTRACTOR
shall perform all servicesrequlre<;l by the Work Order but, In no event, shall the
CoNTRACTOR :be paid more th~n the negotiated FI?<ed Fee amount stated thereIn.
Page 40f 24
(c) If the services are not clearly defined, the Work Order may be Issued on a
"Time Basis Method" and contain a Not-to~Exceed amount. If a Not-to-Exceed amount
Is provided, the CONTRACTOR shall perform ~II work required by the Work Order; but
in no event, shall the CONTRACrOR be paid more than the Not-to-Exceed amount
speCified In the apPlicable Work Order.
(d) If the services are not clearly defined, the Work Order may be Issued on a
"Time Basis Method" and contaJna Limitation of Funds amount. "The 'CONTRACTOR is
not authorized. to exceedthatajiiount without the prlorwrlUen'approval of the CITY.
Said approval, If given by the CITY. sha/llndlcate a .neW qr;ri!tatlon of FOnds amount.
The CONTRACTOR shall. advise theCITV whenever the CONTRACTO~ has Inc.urred
expenses on any Work Order that equals or exoeed.s eight y:'> perPe nt (~O%). .pf the
Limitation of Funds amount. ..- -.'
(e) For Work Orders issued on a ,jFlxe.d Fee Basis;" the CONTRACTOR may
invoice the amount due based on the percentage oftotal Work Order services actually
performed and completed: but, In no event, shall the Invoice amount exceed a
percentage of the Fixed Fee amount equal to a percentage of the total services actually
completed.
(f) For Work Orders 'Issued on a "Time BasIs Method" with a Not~to-Ex~eed
amount, the CONTRACTOR may Invoice theamQunt due for ~ctual .work hours
performed but, In np .event, .shall the IIJYolc~ amount exceed a percentage of the Not-to'.
Exceed amount .equal to a percl3nta'ge .of the tbtalservlces .actually completed.
(g) Each Work Order Issued on a "Fixed Fee Basl.sil or "Time Ba~!s Method"
with a NoHo-Exceed amount shall be treat~d separately for retaln~ge purpose~ whlqh
shall be prescribed on thef?ce of the Wqrk Ot~.er. If the CITY determines that Wotk Is
substantially complete and the amount retained Is considered to be In excess, the CITY
may, a~ Its:sole andabsolllte discretion, release the retalna~e or any portion thereof.
.:(h) For..Work Orderslssu6ld on a "Time Basis Method" with a Limitation of
FUllds:amoll.nt"th~'P9NTRACrOR may Inv61cethe amount" due for services actually
performed';ahd c"orr{~l~ted. The CITY shall pay the CONTRACTOR one hundred
percent (100%) of Uta approVed amount on Work Orders Issued on a "Time Basis
Method" with a LJmJtatlon of Funds amollnt.
(I) Payments shall be made by the CITY to the CONTRACTOR when
requested as work progresses for services furnished, but not more than once monthly.
Each Work Order shall be Invoiced separately. The CONTRACTOR shall rencler to the
CITY, at the close of each calendar month, an itemized Invoice properly dated,
describing any services rendered, the cost of the se.rvlees, the mime and address of the
CONTRACTOR, Work Order Number, Contract Number and all other information
required by this Agreement.
Page 5 of 24
SECTION 4: GONTRACTOR UN.D,ERSTANDING OF GOODSISERVICES
REQUIRED.
Execution of this Agreement by the CONTRACTOR Is a representation that the
CONTRAOTOR Is familiar with the goods and/or se.rvlces to be provided and/or
performed and with localcondltlons. The CO~TRACTOR shall make no claim for
additional time or money base~ upon Its failure to comply with thl~ Agreement. The
CONTRACTOR has Informed the CITY, and hereby represents tq~lh~ CITY, that It has
extensive experience In performing and providing the servlce~j~~cl/or goods described
In thl~ Agreement and to be Identified In the purchaselWor.~"(t!raers, ~g~:~.that It Is well
acquainted with the work conditions and thecompo~effis~rir.at.~~;~r.f;F'properIY and
cust6marllylnoluded within such projects and thereqUlrement~.~gJ?lawsr' or~Q.ance,
rules, regulatlohs or orders of any public authority or licensing eritllli~_~avlng .j,yflsdlctlon
over the CITY's Projects. ExeC.uUonof a Purchas' ork Order $ha1l:~,~gtafflrmatlve
and Irrefutable representation by the CONT. OR to the "'~JWYth~t the
CONTRACTOR Is fUllyfamlllar with any .r .. site work 'kmClltlons of the
provisions of the goods and/or services.
(~) The CITY may revise.
ahy particular PurchaselWork Order.
(b) Revisions t rch~ " rder shall be al.lthoriz;ed In writing by
the CITY as a Change '.' ., an .. Ord~rsha" ,lricluo$ ~ schedule of
completion for the goods and. :. horlieOd. Oharige Orders shall. Identify this
Agreement and the appro"priate . ~ has. ork e>rdernumbet. Chahge Orders may
contain additional Instructions or ~ ~slons specific- upon.. certain aspects of this
Agreement pertinent to the goods an ior servJces. to pe prpvlded. Such supplemental
Instructlons..QT provlslpns shall not be construed ~s a modification of this Agmement.
An Agft:lement between the parties on and .executlon of .any Chang~Order shall
constitute a final settlement and a full accord and satisfaction of all matters relating to
the change and to .:the Impact of the change on unchanged goods andlor work,
Including .all direct and Indirect costs of whatever nature, and ~II adjustments to the
CONTRACTOR's sch~dule.
SECTiON 6: CONTRACTOR RESPONSIBILITIES.
(a) The CONTRACTOR shall be responsible for the professional quality,
accepted standards, technlcal~ct;:l..!raoy, neatness of app~ar~nce of :eniployees,
employee conduct, safety, and the coorcllhatlo:n of all 990ds and/or seivlces furnished
by the CONTRACTOR under 'thIs Agreement as well as the conduct of Its staff,
personnel} employees and agents. The CONTRACTOR shall provide to the CITY a list
of employee working days, times and asslgnmentf? within two (2) hours of the CITY"s
request for such Information and the CITY may request and the CONTRACTOR shall
Page 6 of 24
provide employ~e addresses and drivers' license:s.. A\I""CONTRACTOR employees shall
at all times when performing work wear IdenUrlpaUon badges which, at a minimum,
provides the name of the employee anc;l the CONTRACTOR. The CONTRACTOR shali
work closely with tbe CITY o"n all~spects of the provision of the goods and/or services.
With respeCt to services, the CONTRAOTOR shall be responsible for the professional
quality, technical accuracy, comp.etence, mefhodology, accuracy and the coordination
of all of the (ollowln~ which are listed for lIIustr~tlon purposes :.Qnly and not as a
limitation: documents," an~lysl~, reports, cjata, plans, pJ~~~F' maps, surveys,
specifications, and any and ~II other services of whatever tYRl.%,:.9t nature furnished by
the CONTRACTOR under this Agieement. the CONJ)t~ACTORI/~halli witho.ut
additional compensation, correct or revise any .errors or defi~r~hqles l.ntgIS)her/lts plans,
analysis, data, reports, designs, drawings, specifications, and afi~<~p.~Wall other ~~fVices
of whatever type or nature. The GONTRACTOR'ssubmlsslori~~f!b respoJ:)~.~qo the
subject bid or procurement processes are Incorpor herein by thls4:~f~r~d;gethereto.
" ";f.1~f;7
(b) Neither the CITY's review, ap; 'r~etance of,.ot Pf3ym~nt .for,
any of the goods and/or. serVlce.s. f(:l"qulrs" I ~. J ..' .. os' ~ e. to o. . :a e as a waiver of
any rlght~ ur)der this Agreement or . any :c e of '!" . arising out of the
performance of this Agreement and tli . NT' . OR sha I :'~ and remain liable to
the CITY In accordance with appll '. e la ~mages to the OITY caused by the
CONTRACTOR's negligent. or 1m' .. r. pe. ance: or failure to perlorm any of the
goods and/or services furnlsh(;3d un ~gr nt.
(d) Tim
provided by the C \ ,
PurchaselWork .Or
'~~N 7:.01 . . 1(;1115 AND RESPONSIBI.LIT!ES.
~'~)_~r:fTJ!i.-&f~', ~~~ '.s". . 1 reasonably coo~erE(te with' the CONTRACTOR In a timely
fashlo'f1'1atul~~~ostto. ,. C NTRACTOR as set forth In thIs Section.
.. . . ;,~: .. .
I.'ffj
(b) 1t~B1a.(ji~WY 'shali furnish a CITY representative, as appointed by. the
designated r~~rerrEffita.tlve to ~dmlnlsteri revl~w and coordinate the provision of services
under PurchaselWork Orcters.
(c) The rights
are In addition to any other
(c) The CITY shall make CITY personnel avall.able where, In the CITY's
opinion, they are reqLilred and necessary to ,assist the CONTRACTOR. The availability
and necessity of said personnel to assist the CONTRACTOR shall be determined solely
at the discretion of the CITY.
Page 7 of 24
(d) The CITY shall examine all of the CONTRACTOR's goods and/or .servlces
and Indicate the CITY's approval or disapproval within a reasonable time so as not to
materially delay the provisions oHhegoods anq/or services of the CONTRACTOR.
(e). The CITY shall transmit Instructions, relevant Information, and provide
Interpretation and definition of .cITY policies and decisions Wfth .respeot to any and all
materials and other matters pertinent to the services covere.d by thl~^Agreement.
..4iY't
(1) The CITYsl1all give, wrltt~n notice to the CON1~CTOR whenever the
CITY's designated. repre~enta'tlve krioWs~f a develo'pment t9~~ifffects t.~goodsand/or
services provided and performed under this Agreement, t1mlng,p'f. the ,G~NTRACTOR 's
provision of goods and/or services, or a defect or change nece'~~f!rwi!11H;e go09~1.~nd/or
services of the CONTRACTOR.:~~:~L, ..:;,:;:.:t'
. ";'~:;~~f>i' fd.f;::'
(g) The rights and remedies of the CITY , ,~ded for unde'i'~.\H"WAgreement
are In addition to any other rights and reme "vi ~~. law. Th~CliY may assert
Its right of recovery by any appropriate m~ s n g:.., S' otEII 'ff:etl to, set-off,sult,
withholding, recoupment, or .countercl.: either Ing o. .' eriormance of this
Agreement as well f,lS the adjustm!;3nt ofl(. ... ent ade to t . ,; ONTRACTOR based
upon the quamy of work of the CO C
eco ny and all. legal cosls Includ.lng, but
, ts . ~It maY Inc4(1n any legal actions. It
l d conditions: of tlils Agreement or the
car lout the duties and responslblHtfes
(I) The I . !'l '~olnslst I.n ~ny histat'lce upon ~he strict
performance of an . ' bvl' . s greeniehtj.or to .exerclseany .rlght or privilege
grante~a CITY., . .' I S. .. not cOhstituf~ or be construed .as a waiver of any
such I@'VISlon ~.~;~ht . the same shall continue In force. .
t~aJ . ,q-:J!~~llfie~~E) ,IT.Y I S review, approval or acceptance of, nor payment for,
any ol~tFfa~d8ds and~~r s rvlcas (eqL!lreg shall be construed to operate as a waiver of
any rignts under th~1 Agreement nor or any cause oJ action arising out of the
perf()rmanc~t(QfrJ~!~.!,(greenient and the CONTRACTOR shall be and always remain
liable to the (ji;PY:)ln accordance with applicable law for any and all damages to the
CITY or the public caused bytheCONlRACTOR' s negllg~nt or wrongful provision or
pelforlnance of any of the gooc!s a.nd/orservices furnished !Jnder this Agreement.
(k) All deliverable analysIs, reference :data, survey data, plans and reports or
any other fonn of written Instrument or document that may result from the
CONTRACTOR I S services or have been created during the course of the
Page 8 of 24
CONTRACTOR' 5 performance wider this Agreement shall become the property of the
CITY after final payment is made to. the CONrRACTOR.
SECTION 8: COMPENSATION.
(a) Compensation to the CONTRACTOR shall be as set forth In each
Purchase/Work Order which assigns goods to be provided or services to be
accomplished' by the CONTRACTOR. ..
(b) The CONTRACT shall be paid In ~ccordal1ce with the'schedule of
charges asset forth In the bid documents and In the Bid Form attached hereto as
Exhibit A. .
(c) There are no relmb.ursable expenses to be paid to .th~ CONTRACTOR
except a.s specifically set forth her~ln.
SECTION 9': INvoicE PRO'CESS.
(a) Invoices, whIch are .In an a.cceptable' form to the CITY and without
disputable It~m.s, which are rec~i.ved by the. CITY, will b.e prpces.sed for p~yment within
thirty (30) days of receipt by the CITY.
(b) The. CONTRACTOR will be notified of' any disputable Items contalhed In
Invoices submitted by. the CONTRAOTOR within fifteen (15) days of receipt by the CITY
with an explanation of the deficiencies. .
(c) The CITYalid .the CONTRACTOR will make every effort to resolve all
disputable Items contained In the CONTRACTOR's Invoices.
(9) .gach hW9.1ge sh~II referenc~ this Agreement.. the approprlat(il
Purcha~~1W6ik Orderatid Change .order If- applicable, and blllln'g'perlod.
'(e) The Florida Prompt ,Payment .Ac/shall apply when applloable. A billing
period. represents the..dates in which the CONTRACTOR completed goods and/or
services referenced In :an Invoice.
(f) Invoices are to be fOlWarded directly to:
Finance Departtnent
City Of Ovledo
400Alexandfla Boulevard
OvIedo, FlorIda 32765
Page 9 of 24
SECTION 10: COMMENCEMENT/lMPLEMENTATION SCHEDULE OF
AGREEMENT.
(a) The CONTRACTOR shall qommence the provision of goods and/or
services as described In this Agreement upon .executlon of this Agreement or execution
of this Agreement or execution of. a PurchaseIWor'k Order Issued by the CITY.
(b) The CONTRACTOR and the CITY ~gree to m~ke every'effort to adhere to
the schedules required by.the CITY or as est~lJl.ished .feir the various Purchase/Work
Ord~rs as described hi each PurchaselWotk .Order. However, If the CONTRACTOR Is
delayed at any tlineln the. provision of goods and/or services: by any act or omission of
the CITY, or of any employee, tumult of the CITY, or by any other ~Qritractor employed
by the CITY, or by, changes ordered by lhe CITY, or by strikes, lockouts, flrej,...uhusual
delay In transportation, tt)rrorrsml ullavolC!ablacaSlialtles, or any other cauSeS of force
majeure not resulting from the Inactions or'actfons ofthe CONTRACTO~'and beyond
the CONTRACTOR's ,control which Would not reasonably be expected to occur .In
connection with or durin"g performance or provision of the goods and/or services, or by
delay authorized ,bY the CITY pending a declsh;m, or by any calJse which the CITY shall
decide to Justify thed.elay; the time of'<~Qmple,tion shall be extended for such reasonable
time as the CITY may Cleclda In its sole. and absolute discretion. It is further expressly
understood and agreed that the CONTRACTOR.shall hot b.e entitled to any damages.pr
compensation, or be reimbursed for any losses' 'on account of any delay or delays
resulting from any ofthe afores~ld causes or any other causEI'Whatsoever.
SECTION 11: TERM/LENGTH OF,AGREEMENT.
(a)
The Initial term ofthls Agreement shall be fora period of one (1) Year.
After the Initial term, this Agreement may be renewed for two additional
one-year periods If mutually agreeable to both parties.
The .maximum term tor the contract .andall renewals Is a. cumulative term
of " L) years. Should the CITY 'not wish to not have' the
GonraGt.~utQlTlatlcally renewed, the CITY shall provide written notice
ninety (Q'Q) days prior to the automatic renewal.
SECTiON 12: DESIGNATED REPRESENTATIVES.
(b)
(cj
(a) The CITY designat~s the City Manager or his/her designated
representative, to represent the CITY In all matters pertaining to and arising from the
work and the performance of this Agreement.
(b) The City Manager, or his/her designated representative, shall have the
following responsibilities:
Page 10 of 24
(1) Ex.amlnatlon of ~II work 'and rendering, In writing, decisions
Indicating the CITY's approval or dlsapprqval within a reasonable time so as not to
materially delay the work of the CONTRACTOR;
(2) Transmission of Instructions, receipt of Information, and
interpretation and definition of OITY's policies. and decisions wltn.;,~espect to design,
materials, and other m~tters pertinent to the work covered by thls~~reement;
.~~~jfi~~~-'I
(3) Giving prompt written notice to the Cq~fi)RACTO~;,\'<<henever the
CITY official r'epreseritatlve knoWs .of a defect or change neC~~Jilry 100:JOe' 'proJect; and
. .'~~~i~"i:~~~~t:~~. .~~~t,
(4) Coordinating and. rnanaglhgthe CONTRAd1t~~~'s pr~p.t(fatloh of
any nec,essary appll.catlons to governmental bodle~o arrange for ~~.~!(~~}..oti of such
applications. ~,';-};:'C!/
(c) Until further notice from the City Manage'!"
for this Agreement Is:
City Manager
City Of Oviedo
400 Alexandria Boulevard
Oviedo, Florida 32765
(d) The CONTRACTOR!s designated representative Is:
Patrick Allman.. General Mgr.
Od~SSey Manufacturing Co.
14 4 Massaro Blvd.
. Tampa, Fl 33619
SECTION 13: TERIVUNATION/SUSPENSION OF AGREEMENT.
, ,
(a) The C'ITY Iliay terminate this Agreement or any PurchaselWork Order for
convenIence at any time or.thls Agreement.or'any PurchaselWork Order for anyone (1)
or more of the reasons 'as follows: .
(1) If, In the CITY's oplnlol1, adequate progress to be provided or under
a PurchaselWork Order Is not being made by the CONTRACTOR due to the
CONTRACTOR's failure to perform; or
(2) ,If, In the CITY's opinion, the quality of the goods and/or services
provided by the CONTRACTOR Is/are not ',In conformance with c()mmonly accepted
professional standards, standards of the' CITY, and tt1e requlrements,of Federal and/or
State regulatory agencies, and the CONTRACTOR has not corrected such deficiencies
In a timely manner as reasonablydeterinlned by the CITY; or
P~ge11o( 24
(3) The CONTRACTO"R or any employee or agent of the
CONTRACTOR Is Indicted or has a direct charge .Issued against him/her for any .crime
arising out. of or In conjunction with any work that ha!3 been performeqpy the
CONTRACTOR; or
(4) The CONTRACTOR becomes Involved 111 either voluntary or
Involuntary bankruptcy proceedihgs. or makes an assignment . for the benefit of
creditors; or .
(5) The CONTRACTOR violates the Standa'rd~ of Conduct provisions
herein or any provision of Federal, State or local law or any ,provision of the CITY.s
Code of Conduct. " " . ".
.~"t~ . . -. '.
. (b~ In the. event of any qf the ca~s~s d.~~9~lbed I~ this Sectl~~J the CITY's
designated representative may'send a certlfleg letterr.t~~t~e CONTRACTOR requesting
that the OONTRACTORshow cause WhttPI~';Ag~~1.,T1I:)(Rl~qrany P}g~!1ase/Work Order
should not be t.erm1nated. If assurance .~~trSfa~tOry:t.p the"Q1JkY9.k~OTrecUve meaSiJres
to be made within a re'ason~plet.lme Isog\'glven t~rt.'w CITf~~~ln seven (7) calendar
days of the date of the lefter. th~1:~9ITYti",~Y .~p'lisldetthe C()NTRACTOR to be In
default, and may then imii1edlatel~~~t!Jllnat~'~hI8 Agreerrtent or any PurchaselWork
Order In progress under thlsAQreem~~~~~~ .
\~'';: '~~:'{.:~')
(c) In the ~vent-;.t~~.!-jtl!~ Agr~m~\g.r a PurchaselWork Order Is terminated
for cause and It Is later dE1t~lP!~,gt~~al\\e cal{~~ does not exist, then this Agreement
or the Purchase/Work Ordet"fj~.edl\jfjet~'i~med t€trmlnated for convenience by the .CITY
and the CITYSliqU~U~.l y~ 'the rlgA:~t.?. so~le"natethls Agreement wltho!.!t any recourse
by the CONTRAOU-~~~'<h"""i ~~;}~.!\
. ~~.'n" ''4t1~'' ...... '.'''-
't?,;n .;,To "-'t'''i'
SECTION.14ftE,~:1fy CONTRACTOR FOR CAUSE.
.'
he 00 " I. . CTOR may terminate this. Agreement. .only .If the CITY falls
i ',T .~n accordance<wlth this Agreement.
'IV
In the e ntof-~he oause described In ~ubsectlon (a), theOONTRACTOR
shall send ~::certlfl . etter requesting that. the CITY show cause Why the ,A.gre~mElnt
should 'not l5~3l ,'ated. If adequate assurances are not given to the OONTRACTOR
within fifteen (1 days ofthe receipt by the CITY OfSc;l!d show cause nQUce, then the
CONTRACTOR may consIder the CITY to be Iii default, and may Immediately terminate
this Agreement.
SECTION 15: TERMINATION BY THE CITY WITHOUT CAUSE.
(a) Notwithstanding any other provision of this Agr~ement, the CITY shall
have the right at any time to terminate this Agreement In Its entirely without cause, or
terminate any speoiflc Purohase/Work Order without cause, If such termination Is
Page 12 of 24
deemecl by the CITY to be In the public Interest, In writing of deficiencies or default In
the performance of Its duties under the Agreement and the CONTRACTOR shall have
ten (10) days to correct same or to request, In w'rltlhg, a hearing.
(b) Failure 9f the CONTRACTOR to. remedy sald.speclfled Items of deficiency
or default in the nollce by either the CITY's' designated representative within ten (10)
days of receipt of sUch notlcebfsuch deolslons, shall resUlt In the termination of the
Agreement, and the CITY shall be relieved of any and all responsfbllltfes and liabilities
under the terms and provisions' of the Agreement
(c) The CITY shall have the right to ternilnate.thIS"Agreement without cause
with a one~hundred twenty (120) day writt~n not/ceto the CONTRACTOR. The OITY
reserves the right to termln~te any Agreement for cause witl1a- five (5) day:wrltten
notice to the CONTRACTOR. Notice shall be 'se~~,~ to the parties' as specified In the
Agreement. ":i:~:.
.;}~~~.
(d) In the event .that this Agreemeritl$t~rml~{tf~9, the CIT.Xtshallldentlfy any
specific Purch.ase/Work Order(s) being :.te.rmlnated. ;'.an.d ...(~~~ sR~qlflc PurchaselWork
Order(s) to be continued to completion pursl,Iantto tt.1~ pro\ilsl0fi:~tof this Agreeme.nt.
: '.' '<1-"
(e). This Agreement will ~&m.~ri 'in;:~fyU.j6rce aild effect as to all authorized
PurchaseIWork Order(s) that Is/are l~~Q!~~mtInUe.d to. cOl'\1p.letlon.
~ Vi '~~~ ..~..~:_.::-..
(f) In. theevent?t~kllafter tH..t\ ~4~ tarh1Jn~~.lon Jor ~aus~ for failure of the
CONTR.ACT~R to fulfill 1l~~\,QfiU.~~J!~h8tundt3'f~i!.hIS. Ag.reement It IS found that the
CONTRAOTOR has '.not so. f~D~d, lB~., : Inanon shall be ,deemed to have been for
convenlence.and 1v.l~hput cause~~~ .
~,t}.",,~. "','
\~~ ~!~{\~~~~ .
SECTION 16ThPA'l~~ :IN." E. EVENT OF TERMINATION.
llil~event"~'~l~~~~m~~' or any ~lirchase/Work Order Is terminated or
canc~ prior to fln.al a9,w. .~Pletion Wltho.ut cause, payment fo.r the unpaid portion of the
servl~ s ;irov ., . . tha{{~pNTRACTOR to the date of termination and any Ciddltlonal
servI8" S,' , pa I tn;e CONTRACTOR.
~
SEC~lPN 1 CTION FOLLOWING TERMiNATION.
Upon receipt of notice of termlna"tlon given by either 'party, the terminated party
shall promptly discontinue the provision of all :goodsand/or services, unless the nqtlce
provides otherwise.
SECTION 18: SUSPENSiON.
(a) The performan.ce or provision of the CONTRACTOR's goods and/or
services under any Purchase/Work Order or under"thls Agreement may be suspended
by the CITY at any time.
Page 13 of 24
(b) In the .event the CITY suspends the performance or provision of the
CONTRACTOR's s.ervlces. hereunder,. the CITY shall so notify the CONTRACTOR In
writing, such suspension becoming effective within seven (7) days from the date of
mailing, and the CITY shall pay to the CONTRAOTOR within thirty (30) days all
compensation which has become due to and payable to the CONTRACTOR to the
effective date of such su.spenslon. The CITY.~hall thereafter have no further obligation
for payment to the CONTRACTOR for the suspended provls!QQ;: of goods and/or
services unless and until the CITY's designated repr~,~.~i1tatlve notifies the
CONTRAOTOR In writing that the provision of the good~Hand/or s~.rvlces of the
CONTRACTOR called for hereunder ~re tob.e resumed by tt{~!CONTM~TOR.
~.~f5}~ ,.~~::~f!:~~;Y .,
(c) Upon receipt of written /'lotlce from the. CITY thaWm~'t~ONT~~TOR'S
provision of goods and/or services hereunde.r.are to be r.esumed~-:tlt~~CO.MmRACTOR
shall continue to provide the services-to the .CITY. :..":. . :':::~~;~~S~r'
SECTION 19' EQ'UAL 1l1-ej3lir~TUNilY EMP"LbYMENT/NON-
DISCRIMINATION... ,~?;/..~ .. .
41 '-Y~I:l . .
The CONtRACTO~ agrees that' I ,lk.nol<tdflrlmlnate a-galnst any employee or
applicant for employment for work .under~fhl~jAgreement. because of ra c'e , color,
religion, sex, ~ge, nat!on~1 origin o{/d!,s;iplnty~,p.~~1II take affirmative steps to ensure
that appllcantsara emp.loyed and employe~s af~~~ated during employment without
regard to race) color, rellglon;::sex, age; hatlonal origin or disability. This provision shall
Include, but not be limited tp,the folloWing: employment, upgrading, demotion or
transfer; recruitment advertlslt:'lg; layoff or. t!3rmrhatlon; rates of payor their forms or
compensation; ~%~~~t~'~electJon.. }or . tridnlng, InCludln.g apprenticeship. The
CON:RACTD.R. r11~tEf~9~~!~~hall ~pmp'ly With. ~!! th!3 reql,!lrements as Imposed by the
Amertcans with dl~'@lmii,~Rh~~;!.her:.~gulatlon~s of the F~deral government Issued
thereunder and any ~~~A~~t~ret1tllt~tpents of Federalor'State law related thereto.
~ il~~~~);'.'
.. CTION 20: IN~EMNITY AND INSURANCE.
:~ ~~~~~
ea,~. ;. ~ . eJ~f&xtent permlttecj by law, the: CONTRACTOR sha/llndemnlfy,
hold harl ess and ' fend the CITY. Its agents, servants, officers, officials and
employees, ~.n~l' em. from and against any and all claims., damages, losses, and
expenses IlfdI.t'WJDg~ but not IIm1ted to, attorneys fees and other legal costs such as
thos!3 for paralegal, Inv!3stlgatlve, and. legal support services, and the actual costs
Incurred for expert WItness lestlinony.arlslng Qut of or res ult./n g from the performance or
provision of servloes required under this Agreement, provided that same Is cause~ In
whole or part by the error, omission, :neglIgent act, failure to act, malfeasance,
misfeasance, conduct, or mlscandLlct of the .CONTRACTOR, Its agents, servants,
officers, officials. .employe~s, or subcontractors.. Ac!dltlonally, the CONTRACTOR
accepts responsibility for all damages resulting In ~ny way related to the performance of
work.
Page 14 of 24
(b) In a(fcorqanc.e with Section 725.06, florida statutes, adequate
consideration has been provided to the CONTRACTOR for. this obligation, the receipt
and sufficiency of Which Is hereby specifically acknowledged.
(c) Nothing herein. shall be deemed to affect the rights, privll~ges, and
ImmunIties of the CITY (1S setforth In S~ctloh 768.28; Flof/da Statutes.
td) In claims agalnst'any parson or entity lI,demn/fled lJ.ljg.er thIs Sect/on by
an employee of the CONTRACTOR '0(1\8 ag'Elnts or sl,.lpcontragt~(,s; anyone directly or
indirectly employed by thernor anyone for who~eacts.l<tg$fY may "Q,~ liable; the
Inden:llilflcatl6nob"g~t1dn !:f.nder this.. Section. shall hot bei\!lfP,lted b.~t~?lImlta~/on on
amount or type of damages, compensation 'Or benefits ~p',~y'aJ?.l~f)'by or (9r the
CONTRACTOR or Its l;l!;Jantsor' subcontractors, under Worke~m~:ompens~Jlqti' acts,
disability b.enefits acts, or other employee benef/taQts. -"~1ik~. 3;j;;iP'
. '~~:;t):.uj~*~'}~'
(e) The execu.t/on of this Agreenient,.b~~the' CONTRACTOR sWinT obligate the
CONTRACTOR to cO'mply with the Ind~qif.fifl~lpl1 ptov/slon In this Agreement;
provided, however, that the CONTRACTGfif1ust al~~ comply with the proviSions of this
Agreement relating to Insurance,cover~r~~'. .. '
~ <I .
. .~:.!%"
(f) The CONTRACTOf{'$~Ed'sut:rifj!t teport to .the CITY within twenty-four
(24) hours of the date of any Incldetit :reSi.Jltln~~ ~~,damage .or which .Is reasonably likely
to result In a claim of damage. . ......;~~.
~)~~,'\.
'f
SECTION 21:, INSURANCE,
. . ,....
. ." .' . ."
(a) The :CONTRACr6R:shan'(jbi~lIn or possess and continuously maintain
the following Insurahd~\o()verage, Nom a c.ompany or companies, with a Best Rating of
A- or better,authorl~~d td'ijo,:.~l;l~ln~~~4n.the Stat~ .of Florida and In a form acceptable
to the City and with ory!X ~:~?I;l~lerm_$;~nd co.ndltlom~ as may t>e acceptapleto the CITY:
(1) wrii~~ts Compensation/Em plover 'L1abllitv: The CONTRACTOR
shalUI provide Workerr~hpompensatlon for all employees. The limits wlll be statutory
limits for Worker'sCompensatlon:lnsuralice and $1"..000,0'00 for Employer'S liability.
(2) ComprehensiVe General L1abllltv: The CONTRACTOR will provide
coverage for all operations InclUding,. but not limited to, contractual, products and
complete operations and personal Injury. The illtl/ts will not be less than $1,000,000
Combined Single LImit (COL) or Its equivalent.
(3) Comprehensive Automobile Liabllltv: The CONTRACTOR shall
prOVide complete coverage for owned ahd non.owned vehicles for limits not less than
$1,000,000 CSL or Its eqUiValent.
(b) All Insurance other than Workers Compensation to be maintained by the
CONTRACTOR shall specifically Iriclude:the.CITY asah additional Insured.
Page 15 <)124
(c) The CONTRACTOR shall provide Certificates of Insl,Jrance to the CITY
evidencing that all such Insurance Is In effect prior to the Issuance of the first
purohaselWorkOrdet under "this Agreement from the CITY. These Certificates of
Insurance shall become part of this Agreement. Neither approval by the CITY nor
failure to disapprove the Insurance fUrnish~d by f:l CONTRACTOR shall relieve the
CONTRACTOR of the CONTRi\CTOR' s full responsibility for performance of any
obligation Including the CONTRACTOR is indemnification of ~he;:> CITY under this
Agreement. If, during the period which an Insurance cOlT.lg~'i1y is providing the
Insurance coverage required by ,this Agreement, an insLJranc.e[;;'bompany,{shall: (1) lose
Its Certificate of Authority, (2) no longer comply with Sectlon'(41q.57. Flq.tlFi& Statutes, or
(3) falf to maintain the requisite Best I S Rating and Flna'nQJ~I. ~,I~Ef CategQ'Y. the
CONTRACTOR shall, as soon as the CONTRACTOR haskriq~l~dge ~f;"#J~? such
circumstance. Immediately notify the CITY and Immediately replijAA t~~~tln-surance
coverage provldeq by the InsuranCe company' with - a different InS'(j&g~tf company
meeting the requirements of this A~reement~otll such time as theO(:)NTRACTOR
has replaced the unacceptabl~ Insurer WI~'$JI~-rlfi>~.. ce . a~ceptableto the CITY, the
CONTRACTOR shall be. deemed to be .~fault o~~s Agre~ement.
(d) Tne Insurance covEli1)ge, shdl!~!I~.'~) I?rovlslon .that req. ulres that prior to
any changes In the coverage, excepHncreas'~ ~ . aggregate coverage, thirty (30) days
prior notice will be given to the CITY bysubmlss -~ a new Certificate of Insurance.
(~) The CONTRJ\qrpR shalJ:Jurrtlsh C;~~cate .of Insurance directly to the
City's desIgnated represeiit~tM~.. The: :certlflo'ates shall clearly Indioate that the
CONTRACTOR has obtained ~In~~tahc,~:ql:the. typel 8niburitand classification required
by this Agreement..;:: .'. . ..... -,.'-.
(f) Nothing:. In thls'iAgre~Jl1~ht pr.aflY aqtl911 rel~t1ng to this Agreement shall
be oqnstrued as th~;I~:GJTY~~:;:WiWje;t::Qf $oVerelgnlmmuhlty beyond the limits set forth lil
Section 768.28, Florlda.:Slafufes;
(9) The CITyJ.hall riot be obligated or liable under the terms of this
Agreement to any party other than the CONTRACTOR. There are no third party
beneficiaries to this Agreement.
(h) The CONTRACTOR Is an independent contractor and not an agent,
representative, or employee of the CITY. The CITY shall have no lIablllty except as
specifically prOVided In this Agreem.ent.
(I) All Insurance shall be: primary to, and hot contribute with, any Insurance or
self-Insurance maintained by the city.
SECTION 22: STANDARDS OF CONDUCT.
Page 16 of 24
(a) The CONTRACTOR warrants that It has not employed or retained any
company or person. other than a bona fide employee working solely for the
CONTRACTOR, to solicit or secure this Agreement and that the CONTRACTOR has
not paid or agreed to pay any person, company, corporation. Individual or firm other
than a bona fide employee working solely for the CONTRACTOR. any fee, commission.
percentage. gift, or any other consideration, contingent upon or resulting from the award
of making this Agreement.
(b) The CONTRACTOR shall not dIscriminate on the grounds of race, color,
religion. sex, or national origin In the performance of work. ,un.der this .,Agreement or
violate any I~ws pertaining ,to civil rl.ghts;equa.l protection or dh3q~lmlnatlOn.
.....
(c) The CONTRACTOR hereby certifies that no UJ1dl~closed (In writing)
conflict of Interest exists with respect to th~ AQreeQ;J.~nt, Including, 6u(n~t limited to. any
conflicts that may be dUe to representatIon Qfol~~;,?lIen~s, cu~torn~rs or ,vendees,
other contractual relationships 9f,the CONT%QTO~'~~m:. any Intere~t In property that
the CONTRACTOR may have', The CONTBACT0R futt[~J, certlfle$itbat any conflict of
Interest thatarls'es during the, term of thls)~\greemeht :shal'i~~lh!rno.i~:ttHateiy' disclosed In
writing to the 911Y, VIolation of this 'S;e~8t1on sha":<~b.e con~i~~t:fd as Justification for
Immediate termination of this Agree. 13.nt. ' ":, ;~:::::,. . .,
(d) The CONTRACTO~.'.' Ji. eJ1ii9.r~ 'that all taxes due from the
CONTRACtOR are paid II}~tlmely(.,,(r6~mPlete~tnanner Including. but not limited to.
occupational license tax,,;t~{rfl~~~.. \~~~, ~~~ ' '
(e) If the .CITy';'~;~mi~~:'1~:~.t ;~~"emPI0yee or representative of the
CONTRACTOR "J~'~~11.~o.~ ,satlsf~~~liy"~a.fttro'rming his/her assigned duties or Is
demonstrating ImP&?Fef~1f~JJ~uct "~ltant tb any assignment or work performed under
this Agreement, tA,~\ CI~~~~!:!~1l s~;rnotlfy the CONTRACTOR, In :wrltlng, The
CONTRACTOR 5hal!;i~lm~~ararEl)~~ernove s!Jch employee or representative of the
CO NT ! @~ from~'tas's.lgnmen~,
..t.!;J~
'(,~'''~
f) ~~9r/oJff3ACTOR shall not publish any documents or release
Inform. ", ~Trt~ 'I~'f.!\greement to the .medla Wl.thout prior approval of the CITY.
(11) . The ,I' TRACTOR .shall certlfy,up'on request by the CITY, that the
CONTRAC -',' talns a drug free workpfece :pollcy In accordance wlth,Sectlon
287,0878', F/ori a Statutes. Failure to submit thls,ce.rUrtcatlon may result In termination
of this Agreement.
(h) If the CONTRACTOR or an affiliate Is placed on the convicted vendor list
following a conviction for a public entity crime, such action may result In termination of
this Agreement by the CITY. The CONTRACTOR shall provide a certification of
compliance regarding the public crime requirements set forth In State law upon request
by the CITY,
Page 17 of 24
(I) The CITY res~rves the right to unilaterally terminate this Agreement If the
CONTRACTOR refuses to allow public access to all documents, papers, letters, or
other materials subject to: provisions of C/;Japter 119, Florida Statutes, ahd other
applicable law, and made or received by the CONTRACTOR In conjunction, In any way;
with this Agreement.
OJ The CONTRACTORshall comply with the requirements of the Americans
with Disabilities Act <ADA). ~nd any and all related Federal or St~te laws which prohibits
discrimination by public and private entities on the basis of disability,
(k) The OITY will not Intentionally award PUblicly..runded contracts to any
contractor' who knowingly employs unallt,ho.rlzed ~"en workers,>c~!1s1JhJtlng a vIolation
of the employh1'~rif pi'ovlsI9T1s, contained 1n-,8 U.S,C. .Seotloh 1324~(~) Sectlon,~74A(e)
of the Immigration and NaflonallyAct(INA). The BITYshall conslder,the employment
by the CONTRACTOR of unauthorized aUens.a vl({I~}!Qn of Section 274A(e} o.f the INA.
Such violation by the CONTRACTOR of theemJj'!qYment provlslon's contained In
Section 274A(e) of the INA shall be gro.l.Inds'for 'Im!n!3dlate ,~~rmlnatlon of this
Agreement by the. CITY. ' ',' ~:{;~ ", .,~,:';\):
';~~:1~~;{F
(I) The CONTRACtOR .~grees>;;tocomply with F~;8~ral, State, and local
environmental, health. and safety lr~~i~~nd ;t~~,~lidlotis applicable to the goods and/or
services ,provided to ~he. CITY~1!t1l~~.QNTRAQ.TOR ~grees th~t any prowam _ or'
Initiative involving the work.Jh~tcoUldt~~~~$1ly'affe9~ any personnel Involved, cfUzens,
residents, users, nelghbor~'~\g,~. surro~~dr~vl~onment will ensure. compliance with
any and all employment sa1~1X~:Q.y)!qn~l1tal titl9 health laws.
."'\.~t\ .":'.i";:~''':~.. \~~, ','
(rn) ThelW~TRA~f&~;;:'-=~f~~~ure.thatall goodsand/or services -are
provided to the cmw~ft~~, he ca~r.fA6'tOR has obtained, at Its sole and exClusive
expense, any ahd ~Ililletrlirt '~L~.~l:'ses~permlsslons, approvals or similar consents.
~}>'..1 ",")~,,:~~*~""~; .
~:~ .'f ,.~....~i'~i.~'~
Vi.';"....~~...,.
~).fdllb appllc~~!::r n ~cco1dance with Section 216,347, FlorIda Sta.tutes, the
CONMJ~CT(fR shall ft~t..use funds provided by ,this Agreement for the purpose .of
10bbiD, g the - r~~tfje judicial branch or State agency.
\~~ . "'14'
~~, ~:~t,~~
The C' MOTOR .shall advise the OITY In writing of It who has been
placed on a.&jscrl ! tory vendor list, may not sui)mlt a bid on a contract to provide
goodS or sef\il.q~ .,,~, a public entity, or may rioUransact business with any pl!bllc entity.
(p) The CONTRACTOR ,shall not engage In any action that would create a
conflict of Interest In the performance of that actions of any CITY employee or other
person during the course of performance of, or otherwise relat~d to. this Agreement or
which would violate or cause others to vlolat$ the provisions of Part III, Chapter 112,
Florida Statutes, relating to'ethics In government.
SECTION 23: ACCESS TO RECORDS/AUDIT/PUBLIC RECORDS.
Page 1a df 24
(a) The CONTAACTOR shall maintain books, records, do'cuments, time and
costs accounts and other eVidence directly related to Its provision 'or performance of
services under this Agreement. All time records and cost data shall be maintained In
accordance with generally accepted accounting principles.
(b) The CONTRAQTOR shall ma,lntalnand allow access to the records
required under this Section for a minimum period of five (5) years after the completion
of the provision or performance goods and/Qr services under this .i.MJreement and date
of final payment for said goods and/or services, or date:;~gtfffermlnatlon of this
Agreement. ,;:N:f"" .-'
4]~J$~ ,dkF
(c) The CITY ,may p~.r1orm, or cause to 'have pEtffst"tme,(j1t;i~'n audit of the
records of the CONTRA9TO~ before or after fl!1~1 payment to~~tf6J5'ort f1naJ.1p'~~l11elJt
under any PurchaselWork Oi'der,lssued .hereuhder~ This audltshal[M?~ PElJ1Rtrned at a
time mutual!~ agreeable to the', CONTRACTOR an'd:th.e, CITY 'sUbseCltt~L1ltto the ,close
of the final fiscal period In which goods andlp.r servloe~ are provlded'tor performed,
Total compensation to. the CONTRACTOR.maY~b.e;deterinloed 'sulJsequent to an Eiudlt
as provided 'for In this SecUe)'n; and the totaicoh1p~t}~,l:lU()rfso.qetetm1ned shall be used
to calculate final payment to theCONTRj\bTOR. ,conduct 6fthis' audit shall not delay
final payment as requIred by ,this S~QJ Ion.' . c:: . .
.... ...:'
.~ :.. ", .
(d) In addition to. ,th~ ,ab,o \".' , h'fecl~'r~k.~tate, County, or other entity'fl,Jnds
are used !or any goods'ancj!or servlc~~i1t\~.~r.thrs;~~reel11el1t, the Co~ptroller Ge~eral
of the' Umted States or tb~~W.Q~f Flnan~~al .<m1~g~r- ~fthe State of Florida, or Seminole
County, or any representalw,ij;~'~ll~JI. ~&S~ acij'~.$s to any' books, documents. papers,
and records of the CONTRAGI!t~.~nlG!(~e dlrtfctly'p.ertlnent- to goods and/or services
provided or perforID~~4:under thIS~~Q.ree-m'~tt~for.purpos~s of makin.g audit, examination,
excerpts. and tran'~U~~~t',;1(;~ '1~~~~~, .
.~ti:~ . ~~t~~~?r:a:\~, ~i;.~) ,
(e) In the~~~V~R!fi>t)f!},'{{W: aud.1t or Inspection conducted reveals any
overp M I 'Y the ot~r~(fn~er the te,rms of theA9reement. the CONTRACTOR shall
refu. ch 0 erpaym8'~f~to the CITY Wllhlnthlrty (30) days of notice by the CITY ofthe
requ . t forth r f, d, \\'tik
~J;~p
'.~,
RACTOR agrees to fully c,omply with all State laws relating to
(g) The CONTRACTOR agrees that If-any litigation I claim, or ~~dlt Is star1ed
before the expiration of the, re.cord:retentlon period established above. the records shall
be retained until all litigation, claims or audit flhdlngs Inv.olvlng the records have been
resolved and final action taken.
SECTION 24: CODES AND DESIGN STANDARDS.
(a) All goods and/or services to be 'provlded for performed by the
CONTRACTOR shall, at a minimum, be rn conformance with commonly ac.cepted
Page 19 of 24
Industry and professional codes and standards; standards of the CITY, and the laws of
any and all Federal; State and local regulatoryag'encles.
(b) The CONTRACTQR shall be responsible for keeping apprised of any
changing laws, applicable to the goods and/or services to be performed' under this
Agreement.
SECTION 25: ASSIGNABILITY. Ai~}~!-;;'
(a) The CONTRAc;T?,Rshall notue~pleti '~sSlgno~Jl,;~r~r anYJ~terest In this
Agreement, or claims for the tl,loney. due Qr te,) be9om~:r due~Q!ll o( thl~;~~'greement to a
bank. trust company, or otherfinanolal histltutlcin Without writ~eQt9IJj~;~pproval.~ When
approved by the CITY. written notice of suohasslgnment or traJl~tqfl~shall beJ~r-nlshed
promptly to the CITY, "6';;/;.... ,'~"{:f;r
'<t;i*\, (,,'.W~W7
(b) The CONTRACTOR agrees to~~s, oriably participate i/l'j'?lhe contract
"piggybacking" programs pertlneht to local~~efnll{e,' ts.
SECTiON 26: SUBCONTRAcretf' :~~j '.
~~" il1p'
fa) Any CONTRACTOR's 'Pf.9P9~~~I' Bb~ntractors shall be submitted to the
CITY for written approval prior .tothe,.:CONli .: 'CTOR entering Into a subcontract.
Subcontractor infOrmatiOn. ~hall Inclij~" .~, :byt 'ri8,~~~ limited to, State registrations,
business address, occupational: f1csl1se :;tax .p'f()Of of payment, and Insuranc~
certifications, . . . , . , '
(b) The GQNTRACrOR,.shdW':citidrdlhate the provision of goods' and/or
services and work ~ptbduct of anY>CITY approved subcontractors, and remain fully
responsible for slich gciod$ 'G\od/or'; :servlces and work under lh~ terms of this
Agreement. "
..
(c) Any subcQ~Ji'act.shallbe Ih writing and shall Incorporate this Agreement
and reqLilre the' subcolltr~Rtor.to assume. performance of the 'CONTRACTOR's d.utles
commensurately with the 'CONT.RAOTOR's duties tQ the .CITY under this Agreement, It
being un~.erstood that nothing herern :,sh~IIIn-.any way relieve th$ CONTRACTOR from
arw of Its duties !Jnder this Agreement. The CONTRACTOR shaH provide the CITY with
executed copies of all subcontracts. '
(d) The CONTRACTOR shall reasonably cooperate at all time,s with the CITY
and other CITY contractors and professIonals,
SECTION 27: CONTROLLING LAWSNENUE/INTERPRETATION.
(a) This Agreement Is to be governed by the law.s of the State of Florida.
Page 20 Qf24 ,
"
1
(b) Venue for any legal. 'proc~edlng related to thfs Agreement shall be In the
Eighteenth Judicial, Circuit Court In ;and for'Semlnole County, Florida.
(c) This Agreement Is the result of bona fide arms length negotiations
between the'CITV 'and the CONTRACTOR and all parties have contributed
substantially an9 materially to the preparation of the Agreement. Accordingly, this
Agreement shall not be construed or Interpreted more strictly against any one party
than against any other party. .,:''>,
'. ::':" ~.:
.:.~.::.::.~..
.' , ,,:lJ.'~'
SECTION 28: FORCE MAJEURE, .',~~if/'. ,
,';.i.f.E~f~" . :' L'::.;.:..~;'
Neither party shall be considereqln default. In perfar1\t~r.9~;K6f"lts obllgatipns
hereunder to the extent th~t p.erfbrmance df ~lich obllgcltiohs, or 'an~~f them, ltlffe1ayed
or prevented by Force Majeure, Force MaJeure~nall h,clude, b't1t~ot b~;alJrnlted to,
hostility, ,terrorism, revolution', civil. commotion. 'strl~e, epidemlcl'fl~~,~~Wltrod, wind,
earthquake, explosJon,any law, proclama,tion ..~gLilatlon! or ordlnance"""of other act: of
government, or any act of God or any ca e 'Wel ~er bf~1l:'le sam(;l ot different nature,
existing or future;provldedth.a1t~e ~~4 " 'f)t,her.' ~not eI1U,rrre..r~ted In this Section Is
beyond the cohtrol'.and without the faul ~gnge I r;.of the"j:>.a~y seeking relief under
thIs Section, ' ' .
'. ,
SECTION :29: EXTENT OF AGR13E,~E " ,J~EGRATION/AMENDMENT.
(a) This Agreen:lI~r.i~itQgether)N.lt~:'~~~ ~XffMlt(S)i If any, constltlJtes the entire
Integrated Agreemeht between the ,CiTY,andAhe CONTRACTOR and supersedes all
prior written or oralllnderstah~iQgs;h". cqrlhectldn 'therewlth. This Agreement, and all
the terms and, prbvl,slom~ contalhE:)d he"f~ltj, Incllld.lng without limitation the exhibits
hereto, constl.tutethe, full "and comp.I.~~e agre.ement, between thE} parjles hereto to the
date hereof,ahd' s\lperse,(f~~ ~hd".contrbls over any and all prior agreements,
understandings', repi'~~eii~a~18fis/:pprrespohdence and statements whether Written or
oral. . .::.';" ' , '
(b) ThlsAgreeti:l~nt may onlY be amended, suppleme!lt~d or modified by a
formal written amendment .' .
(c) Any alterations, amendments, deletlon.s, or waivers of the provisions of
this Agreement shall be valid only when expressed In writing and duly signed by the
parties.
SECTION 30: NOTICES',
(a) Whenever elth~r party deslres:tp give notlpe unto the other, It must be
given by written notlge, sent by regis,tered Unlted S.ta~es mall; with return receipt
requested, addressed to the party 'for Whom it Is Intended, ,at.the. place last specified,
and the place for giving of notice shall remain such unUl1t shall have been changed by
written notice In compliance with the provisions of this Section.
Page 21 0124
c '
(b) For.the present, the parties designate the followill9 as the representative
places for giving of notice, to'"wit:
For the CITY:
City Manager
City of Oviedo
400 Alexandria Boulevard
Oviedo, Florida 32765
For the CONTRACTO~:
~m~~~B~:~~::~~;~~~~B~O ~gr. '!'I~~~~.
Tampa, 11 33619 ,"~~.~,l~\ ."",
. . . ..:.;;:_~~. ~j\}~.~."
<.c) Written notice requlreme[lt~:onhls AgrE3em~ht~~Qa.M!i~r strictly construed
and such requirements are a condltlon:-.pr~cedenU(1' pursulf1~~liy rights or remedies
hereunder. The CONTRACTOR agrees neino ~lahi1any walver"by CITY of such notice
req,ulrements based. upon CITY ha\{(~~1lctuatk90W,'I,edge, h1'1~lIed, verbal or constructive
notice, lack of prejudice or any offt'{~QI.~,unds~~ a substitute for the failure of the
CONTRACTOR t? c~mp.~ with th'l'~{)e~~~.~s 'w~.ltten notice re~ulrements herein.
Computer notiflcatl.on (~-rn~J.!~~~_d nies,l.~g~~~e~,rds) shall not constitute proper written
notice under the terms of {He.~gr.~~men~h "'~~~~,
';~~~i~}. .~~;'tt~.~.~~i~\ ;/
SECTION 3J;,:},,{AIVISR:~"S1i,. '~-ci~t.~l~
'.'. ."::. .",. -to .. "I
The failure offlne' 'GI~:Jq.,I!ul!~!;ln any Jn~tanGeupon the strict perform.ance of
any provision ot-thls Ag.re<?rn~nt/dr.:1Q 'exerclse any right or prIvilege granted to the CITY
hereunder shall not con~(IfU'teeir be construed as a wa1ver of any such provision or right
and the same shall cor1tiri,ue In force,
SECTION 32: NO (;ENERAL CITY OBLIGATION;
(a) In no event. shall any Obligation of the CITY under this Agreement be or
constitute a general obligation or Indebtedness of the CITY, a pledge of the ad valorem
taxing power of the CITY or a general obligation or Indebtedness of the CITY within the
meaning of the Constftutlonof the state of Florida 'or any other applicable laws, but
shall be payable solely from legally avallablerevehues'and funds,
(b) The CONTRACTOR shall not have the right to compel the exercise of the
ad valorem taxing power o'f the CITY,
SECTION 33: EXHIBITS,
Page 22 or 24
~'----
-,
. .
!
I
Each exhibit referred to and attached to this Agreement Is an essential part of
this Agreement. The exhibits and any amendments or revisions thereto, even If not
physically attached hereto, shall be treated as If they are Pl;lrt'of this Agreement.
SECTION 34: CAPTIONS,
The Section headings and captions of this Agreement are for convenience and
reference only and In no way define, limit, descrIbe the scope or Intent of this
Agreement or any part thereof, or In any way affect this Agreement or construe any
provision of this Agreement. ' , ,
'.
SECTION 35: SEVERABILITY/CONSTRUCTION.
".
~~~. ",
(a) If anY ~e.rm, provision or condltlan c'$q~l~ed In this A!;Jre,e,ment shall, to
any extent, be held Invalid ,or une.nforce~ble,l' th~. rerrt~!Il'per of thl~ ~greement, or the
application of such term, provision ;9r con9,1~~?n:,tb'i~;~~sbh.~~~ clrcym~!ances other than
those In respect of Which It Is Invalldor,.~nenforce~~~(e! st'i~R~~.2:tf~. affected thereby,
and each term, provision andcondJttonof,thls Agre,~rtient sh~Il~P,~~ahdand enforceable
to' the fullest extent perm!tteq byla , hen:cpn~lstE)tlrwlth equl{~tand the publlo Interest.
. (b) All provisions 6f,thlsA ',~:!lfu~"nt sh-all.;be read and.applled In para materia
with all other provisions he~?-~f. '\~~ "q~;~~, '
SECTION 36: AL 1l~~~IME J~~~~\t\\sESOLlJTION (ADR).
''<;W;4~:1';;~\~1i'r,''. ~4~t ','
(a) I~ th24~~~~t 01a a)~'~je te'f~~$)toany performance or paymentobligatlon
arlslr)g underthls~~gfe~~J)}~nt, thlfj'~rtle.s agree to exhaust any alternative dispute
resolution procedur,~~; rea~g.Q~~~~!Ii1~sed by the CITY 'prlor to filing suit or otherwise
pursuing I al remedl~~,.,tj,~,%,p '\~~\:r.{i~,
"{~. ~::~~~ ~,;;:t'
,-'
I ) The CO \~" CTOR agrees th~t It will file no suit or otherwise pursue
legal :' medl ~~I.~ .0~Iacts or ~vldentlarY materials that Were. not presented for
consl, ...It mthEl, IT'i$"'ln ,alternative dispute resol~tlon procedures or, which the
CONT~ OR had ,~ wledge and failed to present dunngthe CITY procedures.
(c) ~1lmf-a event that CITY proct;idwes are exhausted 'and a suit Is flied or
legal remedies are: otherwise pursued, the parties shall exercise best efforts to resolve
disputes through voluntary mediation. Mediator selection, and 'tfle procedures to be
employed In voluntary mediation shall be mutually acceptable to the parties. Costs of
voluntary mediation shall be sh~redequally among the parties participating In the
mediation.
SECTION 37: COUNTERPARTS.
Page 23 of 24
.':
This Agreement may be executed In any number of counterparts, each of which
shall be deemed an orifjinal, but all 'of which, taken together, shall constitute one and
the same document.
IN WITNESS WHEREOF. the parties hereto have ,made 'ahd executed this
Agreement on th~ respectlye dates under efJch slgnah.lre: the CITY through Its City
Council taking action on the _ d~y of , 200__, and the
CONTRACTOR sighing by arid through Its di.dyauthdrlied corpQr~t~ offl.cer having the
full and complete authority to execute same,'
ATTEST:
By:.f"
":t~21~1h"
Oate, ,".'.,..
. ........ '~'f~\\1t;(~#-~:!!'
.ClmY -OF OVIECfo'
ATTEST:
.-!i.
.' .,.
"~;~~:r." 'Ehi:'
~j',!t, "..J:':,::> .~. ,'.
.~ '\5i.r{~i).
'''00-, . ~.\Th
., t. .. ~',l,'l~" '?':?',.'.;..~~~.>.
:...~~..~~~~~.;.\.1... ,~.~. ..
~~~~~';.~:~,~;~-, ~{~~ "'''11Y Manager
./;~, . .\ff.~~~~1i:~~J.t.~, \"\~ -';j ,
,,:!);!l;.:..,. "j" ,~i' Date.
.:~~"~!{~~~*~,'~ " "d' '
",>,,\ -:<:1",,1,0-,, "'~':.
"~I:~J-) +";l~*)':.... \.~}'
\'Jt.\A%~'t'?:*-~, '.
\f{;.f", . -.1,O'f." . .;,.4~Y!~f.\:V4,~
.r",,,,,~ /.r.*.'~ '-""~V'"
For th~, ~cl rell~uf~~ef'the City of
Ovle: t lSnly. Approved\~~ to form
and 'I sul2 ~~!.
.:f'j~.
City Clerk
Page 24 of 24
.11 :--
ADDENDUM NO.1
CITY OF OVIEDO
Bid #09-20 Water Treatment Chemicals
TO: Prospective Bidders and Others Concerned:
This Addendum is in response to questions from interested bidders and forms a part of the
Contract Documents. Acknowledge receipt of this Addendum on the outside of the Proposal
envelope.
1. The city's bid documents do not indicate the pricing terms being requested for this bid.
Could you please advise if the city accepts pricing increases as indicated by the market or
if pricing is to be calculated as firm for the contract length? If pricing increases are
accepted, how often will they be allowed?
The pricing is to be fmn for the ftrst year of the contract. At each contract renewal,
pricing will be negotiated. If a price cannot be agreed upon, the City reserves the right to
rebid the chemical in question.
END OF ADDENDUM NUMBER 1