Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item #04 Piggybacking on Sarasota County's Contract for Bulk Sodium Hypochlorite
be C of Good L, AGENDA ITEM COVER SHEET Meeting Date: November 1, 2011 Item # Lt Reviewed By: Contact Name: Charles K. Smith, P.E. Department Director: Charles K. S Contact Number: 407- 905 -3159 City Manager: Robert Frank Air,' - rte - Subject: Piggybacking on Sarasota County's Contract for Bulk Sodium Hypochiorite 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 $68,400.00. The department also anticipates for wastewater the purchase of 63,875 gallons of chlorine this fiscal year for a total annual budgeted amount of $57,500.00. Total expenditures for the fiscal year should not exceed $125,900.00. The City has been procuring chlorine from Odyssey Manufacturing, for which Odyssey has extended their contract conditions (piggybacking) from their contract with Sarasota County, awarded March 23, 2011, by Sarasota County Notice of Bid Award Bid No. 111333HR. Staff recommends the City of Ocoee accept the terms of this contract, effective April 11, 2011 and valid for one year, with two, one -year renewal periods for a total of three years. Odyssey's contractual price with Sarasota County is $.70 per gallon, the same price the City has been paying while piggybacking off of their contract with the City of Oviedo. Oviedo's price per gallon has increased to $0.74. Issue: Should the Commission approve the use of the contractual conditions of Odyssey Manufacturing with Sarasota County for the procurement of liquid chlorine needed for water and wastewater treatment for a cost of $0.70 per gallon? Recommendations Motion to approve and authorize the City manager to procure liquid chlorine from Odyssey Manufacturing, piggybacking Sarasota County's Bid No. 111333HR, for as long as the contract is valid. Attachments: Letter from Odyssey extending the contract conditions and Odyssey's contract with Sarasota County. Financial Impact: The Utilities Department's fiscal year budget includes $68,400 for water and $57,500 for wastewater for the procurement of liquid chlorine, which is based on historical flows. The cost of the liquid chlorine from Sarasota County's contract will help the Department's efforts to stay under budget for the fiscal year. Type of Item: (please mark with an "x') Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction 1 Original Document/Contract Attached for Execution by City Clerk Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. f N/A Reviewed by ( ) N/A 2 ODYSSEY MANUFACTURING CO. October 1, 2011 Mr. Charles Smith, P.E. Public Works Director City 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 2012 Dear Charles, As you know, you have been "piggybacking" off of the City of Oviedo's sodium hypochlorite bid for the past year at a delivered price of $.70 per gallon. The City of Oviedo recently renewed this contact for the upcoming fiscal year effective October 1, 2011 through September 30, 2012 but raised their pricing to $.74 per gallon. Per our earlier agreement, we agreed to find you Odyssey's best price in the marketplace relative to your size. 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 October 1, 2011 through September 30, 2013 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 of Ocoee would "piggyback" off Sarasota County's sodium hypochlorite bid. i have attached a copy of the bid package, bid and bid tab and renewal information. Helen Reed is the Procurement Analyst for Sarasota County Q941 -315 -1038. 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. The proposed price of $.70 per gallon is the same as last year. We understand that cities and counties are struggling in these economic times and have endeavored to maintain our pricing this upcoming year and overall have simply accepted lower margins. Over the past eleven years of business, we honored all of our commitments and never attempted to raise the price in the middle of a contract or impose a fuel surcharge. We appreciate your business! As you know, we have provided the City of Ocoee superior service over the past eight years. We have never missed a delivery and provided the City of Ocoee a superior product. We have done service work and provided construction and permitting services work at all of your plants over the years. Additionally, we have provided a significant amount of technical advice and engineering support to your plants at no charge over the years. Several key points about Odyssey and its offer to supply of sodium hypochlorite (a.k.a. "bleach "): m w [ C 7 e �l � Y l t d I E 3 'I I ,.. .. . , 1 '� N " ir c [ : n -� . S tl �° .- 1484 MASSARO BLVD • TAMPA, FL 336 1 9 • (81 3) 635 -0339 • FAX (81 3) 630 -2589 • Sodium hypochlorite is the only product that you purchase that has a very short shelf life. The shelf life is greatly impacted by the quality of the sodium hypochlorite. Product impurities such as metals and sludge are a significant source of this decomposition. In fact, one could easily feed twice as much product with poorer quality bleach and a 10% savings in unit cost could be overshadowed by a 50% increase in usage. Thus, differences between manufacturers in their manufacturing and delivery processes can have a dramatic difference on actual consumption. Additionally, the initial delivered strength can also impact the level of consumption. This means cost savings to the customer! Odyssey's unique manufacturing process results in significantly higher quality sodium hypochlorite that does not breakdown and decompose like other sodium hypochlorite manufacturers. As an example, in FY 2001, the Charlotte County EastPort WWT plant used 101,970 gallons of Odyssey Manufacturing sodium hypochlorite. The previous fiscal year, the facility used about 204,196 gallons with another supplier, despite lower plant flows (Reference: Verne Hall, currently Ocoee County Operations Manager @941- 861 - 0501). In FY 2009, all of their facilities used 234,450 gallons with Odyssey Ultrachlor sodium hypochlorite. The previous fiscal year, the facilities used 428,000 gallons despite lower flows with another sodium hypochlorite supplier (Reference: Steve Bozman, Operations Manager @941 -764- 4595). Thus, Charlotte County is actually spending more money by not using Odyssey this fiscal year The City of Jacksonville pools has averaged 355,000 gallons of usage the past two years with Odyssey Ultrachlor. Prior to that, they used 430,000 gallons using another supplier (Reference: Rick Sawyer, 904- 630 - 5401). Last year, the City of Edgewater and Port Orange threw out their previous supplier because of quality issues and is using a lot less bleach. Both of these entities documented a 30% to 35% reduction in hypochlorite usage during FY 2009 when adjusted for flows after switching to Odyssey Manufacturing Co. (Reference: Steve Miller, City of Port Orange, WT Chief Operator, 386- 756 -5380 and Bob Polizzi, City of Edgewater, WT Chief Operator, 386- 424 - 2490). In the last twelve month period from February 2009 — January 2010, the City of Tampa used 226,477 gallons of Odyssey Ultrachlor. The previous 12 months they used 700,000 gallons per year with their sodium hypochlorite supplier (Reference: John Peckett, Utility Operations, 813 -247- 3451). For a more recent comparison, please call Al Purvis at the City of Leesburg at 352- 728- 9843or Steve Parks at the City of Venice at 941- 486 -2770. • Sodium hypochlorite is the only product that decomposes by "off- gassing ". High quality sodium hypochlorite will not off -gas which leads to vapor locking of the chemical feed equipment. A high quality sodium hypochlorite will not lock up chemical feed equipment because of sludge. Many water and wastewater treatment plants had some of these problems with other sodium hypochlorite manufacturers prior to using Odyssey! • Odyssey offers un- paralleled service and quality compared to its peers based on the following: (1) Your own experience with Odyssey and other suppliers; (2) 92% market share of WT and WWT market in peninsular Florida and 92% of power plant business; (3) Odyssey's unique manufacturing process (compare to other suppliers); and (4) Odyssey's tight specifications (compare to other suppliers). • We have the lowest bromate levels in the entire United States and are the only sodium hypochlorite manufacturer who has been certified as a Low Bromate Supplier. As you know, bromate is an EPA regulated carcinogen in drinking water. • We provide a significant amount of added value through our technical assistance. Odyssey sets the standard for reliability in the marketplace. Odyssey has consistently provided the City of Ocoee a superior service and a superior product. Our service is legendary. We done numerous emergency deliveries most notably on Saturday, April 6, 2002, St. Johns County was run out of bleach by their then sodium hypochlorite supplier at the main water plant. St. Johns County contacted Jones Chemical, Allied Chemical and PB &S all of which declined to come. Only Odyssey Manufacturing Co. said they would come and we delivered a tanker of sodium hypochlorite on Saturday night within four hours of being called. This is un- paralleled service and was not matched by any of the other suppliers in the marketplace. Missing chemical deliveries would be a serious problem for water and wastewater treatment plants who must chlorinate for public health reasons. Odyssey has never missed a chemical delivery to any customer in over eleven years of its existence. This sharply contrasts with the delivery record of Allied Universal which has failed to make timely deliveries to its customers in the past (please call our reference list for additional information and see below). Specifically, these are just a few of the instances we had to make deliveries to their customers in the past two years alone. This list is remarkable when you consider that we serve 92% of the plants in Florida. Odyssey had to make an emergency delivery to the Town of Lantana Water Plant just this past month on Sunday, 10/18/09 to keep the customer from having to issue a boiled water notice (Reference: Clyde Ali, WTP Superintendent, 561 - 540 - 5751). Odyssey had to make an emergency delivery to the Village of Wellington on Friday, 12/5/08 to keep them from running out of hypochlorite (Reference: Sean McFarland, WTP Superintendent, 561- 753- 2465). Odyssey had to make an emergency delivery to the City of Orinond Beach WWT plant last year when I was told Allied refused to come and the customer ran out of bleach and called me on Sunday morning from their contact chamber as they were shoveling in HTH and we had bleach there in three hours (Reference: Sam Butler, City of Ormond Beach Chief Operator, 386 -676- 3592). Odyssey had to make an emergency delivery one weekend last year to the City of Port Orange WTP because 1 was told Allied was unable to come and previously we had to do the same thing in the past for this customer for the same reason back on 7/22/06 (Reference: Steve Miller, City of Port Orange WT Chief Operator, 386 - 756 - 5380). Another emergency Sunday delivery we made earlier that year on 5/11/08 to the Econ WTP for Orange County because Allied was unable to come according the operator and they were going to have to issue boiled water notices (Reference: Carlos Torres, Orange County, Production Section Water Superintendent, 407 - 254- 9500/5505). Even more disturbing were the two emergency Saturday deliveries were made the day before Hurricane Charlie hit to Collier County because Allied had supposedly refused to make deliveries for over a week (Reference: Steve Waller, Collier County, WWT Superintendent, 239 -774- 6886). Also as you know, Odyssey pro- actively topped off your tanks before each hurricane over the past seven years as well! Odyssey Manufacturing Co. represents the newest trend in the water treatment business — Chloralkali bleach superplants as a disinfection alternative. Odyssey Manufacturing is a new venture that manufactures bulk sodium hypochlorite utilizing a Kvaerner Chemetics chlor - alkali plant integrated with a Powell Continuous Bleach Plant. We focus primarily on industrial (e.g., power plants), municipal and private water and wastewater treatment and our Tampa manufacturing facility has been operational since March of 2000. Our business was created primarily to serve many the Customers who are switching from chlorine gas to bulk sodium hypochlorite and need a competitively priced, reliable, high quality supply of sodium hypochlorite. As the only chlor - alkali manufacturing facility in Florida that is currently operating and has a demonstrated track record (not in construction for four years and might someday operate), we can offer a unique combination of high quality combined with a very competitive cost structure. We make our raw materials (chlorine and caustic) on -site out of purified salt and deinineralized water utilizing a membrane cell electrolysis process. Not only does this process result in high quality bleach, but also makes our product cost very competitive as we do not have to pay out of state third parties to make the raw materials for us and have them shipped down by railcar. We are the only sodium hypochlorite manufacturer who is not dependent on railcar shipments of chlorine gas into the State of Florida. Chlorine shipments have been suspended three times since the September I 1 th terrorist attacks in 2001, eleven times the past five summers because of hurricanes, terrorist threats, railcar accidents and raw materials shortages. We look forward to working with you in the future. Please do not hesitate to contact me at (813) 635- (339 or cellular (813) 335 -3444 if I can provide you any further information with regard to the use of bulk sodium hypochlorite or this proposal. Additional information including sample specifications can also be found on our website @vww.odysseymanufacturing.com. Thank you for your consideration and we appreciate your business. Sincere • Patrick H. Allman General Manager Sar . ota County scgov net f 941.861.5000 1 TV19 LETTER OF TRANSMITTAL TO: ODYSSEY MANUFACTURING COMPANY I 6 ' 1484 MASSARO BLVD Q� 4 TAMP FL 33619 fT , SUBJECT: PURCHASE ORDERS BEING REPLACED FOR NEW CONTRACT DATE: MAY 9, 2011 WE ARE SENDING YOU: [x ] Attached Date Copies Description 5/9/2011 7 Copies of purchase orders for various Sarasota County Utilities locations for purchase of Sodium Hypochlorite — bid #1 11333HR. MAY 102011 Comments: lam following up to insure that your company has a copy of the new purchase requests for all our locations. Hand written in red is the replacement number of each of the new PO's. Environmental Services — Water Planning & Regulatory • 1001 Sarasota Center Boulevard, Sarasota, FL 34240 Tel 941- 861 -0660 • Fax 941 - 861 -0986 a :lnp -ado fi iy1. S. • otaCounty April 6, 2011 • Patrick Allman Odyssey Manufacturing Company 4515 Blue Marlin Drive Bradenton, FL 34208 • RE: Bid #111333HR — Water Balance and Treatment Chemicals Dear Mr, Allman: s• This letter confirms that Odyssey Manufacturing Company, has been selected to provide Water Balance and Treatment Chemicals - Bid Item #19 Sodium Hypochlorite for Sarasota County ( "County "), per Bid #111333HR. Services and responsibilities will include those listed in the solicitation, with the provision that additional related services may be added by addendum to the Annual Agreement, upon the written consent of both parties. The County's Administrative Agent for this Annual Agreement will be Jim Conley, who can be reached at (941) 650 -9162, or via email at jconley @scgov.net. Please contact Helen Reed at (941) 315 -1038 or via email at hreed @scgov.net, if you have any questions or concerns regarding the terms of the Annual Agreement. Y. ' Please return an original executed copy of the attached annual agreement to the Procurement Analyst listed above. The County will not execute the Agreement prior to receipt of a Certificate of Insurance meeting the specifications contained in the solicitation. Do not proceed with any work until have received a copy of the Annual Agreement executed by the County and a Purchase Order, Sincerely, ' )26 yy Jennifer Slusarz Procurement Manager Procurement • 1660 Ringling Boulevard, Sarasota, FL 34236 Tel 941- 861 -5266 • Fax 941- 861 -5129 c do 1 06ed NU 8Z :11 11/99/ (auoN) :ao.J 8897,0C9c181 :01 • : af0 - 00 ANNUAL AGREEMENT This Annual Agreement Is entered into as by and between Odyssey Manufacturing Company (Vendor) and Sarasota County Government, a political subdivision of the State of Florida (County). WHEREAS, County issued Bid No. 111333HR (Bid) on January 29, 2011, and Vendor submitted a response on February 23, 2011 which was found to be the lowest responsive and responsible bid; and ri WHEREAS, on March 30, 2011. County posted a Notice of Bid Action awarding the Bid to • Vendor; and WHEREAS, the Bid and any addenda thereto, and Vendor's response to the Bid are incorporated herein by reference. NOW THEREFORE, Vendor and County agree. as follows: 1 1. EFFECTIVE DATE: This Annual Agreement shall become effective on the date it is signed by the County. 2. INSURANCE: Vendor agrees to maintain insurance at all times during the term of this Agreement, in accordance with the requirements of the Bld. 3. TERMS AND CONDITIONS: Vendor agrees to comply with all terms and conditions contained In the Bid. 4. FEES: County agrees to pay Vendor for products and services in accordance with Exhibit A, Fee Schedule. 5. TERM: The initial term of this Annual Agreement shall begin on the Effective Date and shall continue for one (1) year. Thereafter, this Annual Agreement may be renewed for two (2) additional one (1) year terms upon agreement of both the vendor and the County. 6. RECITALS: The above Recitals are incorporated and made a part of this Annual j Agreement. IN WITNESS WHEREOF, Vendor and County have executed this Annual Agreement. - SARASOTA COUNTY GOVERNMENT Odyssey Manufacturing Company Name: Jennifer Slusarz Name: 01 �' / t "- Signature Signature Title: procurement Manager Title: V @vofa /1/14 n``c'l e-r - Date: Date: 741 f / 1 _ : Job eBed PH 9Z: t 1 11/9640 (0u0N) 40.1A 68=9C 191 :01 • MO - 4d0 P ti Attachment A Bid 111333HR Fee Schedule Water Balance and Treatment Chemicals Odyssey Manufacturing Company a item # Description Unit Price per Unit 19 Sodium Hypochlorite Gallons .70 I1 1 t 1 3 C JO C abed k f 61: II 11/9040 (auoN) :NOJA 695 CLRR :01 • .., SARASOTA COUNTY GOVERNMENT PROCUREMENT .. • :.re- akE4,... REVISED NOTICE OF P? rOMMENDED AWARD BID NUMBER: 111333HR BID TITLE: Water Balance and Treatment Chemicals BID SUBMITTAL DEADLINE: 2/23/11 RESPONDENTS:11 ( alphabetically) Company Name g fj#y County Line Item(s) Awarded Awarded Bidprice Allied Universal Corporation Ft. Pierce St. Lude N /A N/A Aqua Triangle 1 Corporation largo Pinellas #: -c l iiiee .909 Chemrlte, Inc. Buford, GA r ;r3 f A,*.;,; N /A _ N/A Commercial Energy Specialists Jupiter Palm Beach #6 Muritic Add - Gallon $126 ..Nall" r� £A;n_'% "? ?ls• '1? - ��• :o 1r•l ,� Yit` •'' .-9 � 13i; \`�'•ir'• . kt-r :i.';i.G� ^ ,,:!?• ;.7 1- r�'� ;��">, .'r,l .`�.: +�. _..: �i G;t, t,.. 1"y':, "�;1'v� =��.yLS;k��� ,• - -11 f 1W, 7 .,i, if�i� U �.:i'.t. \...) : : Fri Yf� k,..,.•'i v^'�'. '4I, -,,, t �. ,, >�". ;� ;.��" "' e •�.: c �� � �` x�;w�.� -�,' , ��:;'�.. ;r .�<{ � ..r $ #8 Jack s Magic Filter Fiber Stuff $204 ... . .n:k i�:r 1},+,y,.Sis,.a(.;-i• -c'b'. ., �izr ,'�"i+i:' F,.r�.C•''` %.. w Y� u L+. �t:: ;its,.. r�'•ti�Wt M , x,R `J Davis Supply Company` Ft. Meyers Lee $31,00 r:- :'r.;.e�a':.k Y'. >C��..�..1:7 `;Yid,"`. V �,�•' • r `,t�56;`�r� , T i:�' %'}� i7'i�, ���' stir. . „ . ;�.... ":�_ , `Rw , ", ' .1�,e4.3,F4 r .. i � u �,'�', ' _`,, ;,,, ,,— , r,. � ' . #4 Grade 100 Soda Ash $182.30 �, � , t W g ; j• .,y, . ",N,F F'A r ",i Sn :4, , l aM „..,..1.... y ;;: ; ; V , `V s o err t ,{ / w., ate . s!j #5 Miti Add 15 gallon drum 5691.60 u rc ▪ n y.�,. I : wl� t � t k. ' ia�rF ° +�; � , ' , • R : a e j K � J.> •M _ Q $ The Dumont Company Oviedo Seminole #1. Sodium Hypochlorite $31,900 • : ; y ; 4 #„ fi v.: 51 r. �, • p F,..•.F r� � wi* y `� ' ..wv. m , : ;: y ve, S , r :' <: <A) %r k x 1.4.4^7 " . „,,. '. v l>4 r.,. r • ,?1 }h t : 1 A #2 Chlorine Stabilizer 1 150 :...... -, ;%y.', . " s r rA ~~ ; +' '' :• ',. -. u #3 Sodium Bicarbonate 4 500 . r ,. ` ,�,p .`,c ✓ • s•. y . - jy -� �';�K , a,�r,c,s; s ; : } :•q � y �� «„ y �i,,.Cw �. , :: ""3% x.4 ° ` 'r"4.,, .r' "ri' "`? rf); .'v g4• A" - . u 0 F x '1> '�"a r 'r 1 �' , s �rin+t4' it ^' ' ` `trt #7 Calcium Chloride Flakes , $4,080 >r ip - u t a • !'• ale i • -.4. JS r!'" >< t w ; �^> ', a � .. ?..,-*4, 1. ,..! ' - 'x",s k ' „ e r �� syre 1 t SWaTri m " t i �- � n #9 Calcium Hypochlorite $6.200 ,:: • ; 'S? y , :� yyy -ht i V��1 .i ���',,1, ji il �.Y :Sa, -,?"— �i , �SfM t . , .": ' w "Y. ;R1'd y' :z�:�:Y-�,'CM 5 .; }��t . r. :. 3.lO F 7 is f,`, . .. ' `4:.a. . ,.. .' #17 Ammonium Sulfate $27 800 .. w.. :] ... .. :� V ��%. . %'N-.h u4�7:.! Y .'lYjT .�i: .i . .' �� .n�.' i �E'.:..: ;�`'' a'YHL'� ,` r Harn R/O Systems Venice Sarasota N /AS N/A Odyssey Manufacturing Company' Bradenton Manatee #19 Sodium Hypochlorite $350,000 Polydyne, Inc. ,......." nc. t< Riceboro, GA 'it ti n" '' ':i #10 Methanol 428,000 >i✓•r ,: _r�y141"•fi 4.•cn�' {!'"si' f'0 '5!$1�E.f'i.<i:44 A-:. 1 1. :i.".N.: itT ii,i''r • . 'n,l•.tl. �:tli }?. i .'�;41PIT Wit. •-.tNj:" ,.l ..fix .....- .a7Y (' ''.. ,. 4 •.si. ; :•1 . ` %:a 1 -. ti �k . ' � �::. ...:..:: ;e:�s ; 3��.,�, ; ;,. ;,� ;; �tarL K'• s�* �� �� ., ; >. ; 4� ' �. , �� ;.t..�i., rr�: ,, . .�, , tr,;�+'�'�:�': Y��, #15 Poi mer 11 500 I Allied Universal Corporation is deemed nonresponsive per General Terms and Conditions- Section 32.0 Reserved Rights 2 Aqua Triangle bas declined the award 3 Chemrite, Inc. is deemed non responsive per General terms and Conditions - Section 32.0 Reserved Rights 4 After further investigation Davis Supply is non- responsive per Addendum #3 issued 2/11/1 Hama R/O Systems is deemed nonresponsive per General Terms and Conditions - Section 7.0 Offer Delivery Requirements 6 Odyssey Manufacturing has met the conditions for local preference BID — NOTICE OF RECOMMENDED AWARD VERSION 2.0 ADOPTED 03/07/11 i • SARASOTA COUNTY GOVERNMENT PROCUREMENT • REVISED NOTICE OF RECOMMENDED AWARD 4 �� ': Line Item(s) Awarded Awarded Bid Price Company Name r�F i � `i�' :R5 West Point t ` I s ° y Southern Ionics, Inc. c 5;e ��}S'r`` MS Vii:49 °•;� '' - ,` 7; .. = ga #11 Sodium Bisuifite $26,100 Thatcher Company Deland Volusia #16 Sodium Aluminate $459,900 BID AWARD' CRITERIA: The bid shall be awarded to the responsive and responsible bidder with the lowest Total Bid Price per line item. REVISED BID RESULTS: Aqua Triangle 1 Corp., - . - - - • - - - : - : - - - - - - - : - - - - - - - ' - -- • ' . : - : - - . : - . - has declined the award Commercial Energy Specialists, having submitted the lowest responsive and responsible bid for line items #6 and #8 is awarded the procurement Davis Supply Company, having submitted the lowest responsive and responsible bid for line items #1, #4 and #5 is awarded the procurement ** **The Davis Supply Company after further investigation has been found to be non responsive per Addendum #3 issued 2/11/11 The Dumont Company, having submitted the lowest responsive and responsible bid for line items #1, #3, #7, #9 and #17 is awarded the procurement. * ** *The Dumont Company being the second lowest responsive and responsible bidder for line item #2 is awarded the procurement. Odyssey Manufacturing Company, having submitted the lowest responsive and responsible bid for line item #19 is awarded the procurement Polydyne, Inc., having submitted the lowest responsive and responsible bid for line items #10 and #15 is awarded the procurement Southern Ionia, Inc., having submitted the lowest responsive and responsible bid for line item #11 is awarded the procurement Thatcher Company, having submitted the lowest responsive and responsible bid for line item #16 is awarded the procurement SID - NOTICE OF RECOMMENDED AWARD VERSION 2.0 ADOPTED 03/07/11 SARASOTA COUNTY GOVERNMENT PROCUREMENT REVISED NOTICE OF RECOMMENDED AWARD ** *Line items #13, #14, #18 and #20 did not receive any bid submissions from responsive and responsible bidders, therefore no award was made for these Tine items. Sarasota County reserves the right to re- solicit these items at a later date. By: -� By: Procumfient M nager Procurement Analyst Date: szacv • BID - NOTICE OF RECOMMENDED AWARD VERSION 2.0 ADOPTED 03/07/11 ODYSSEY MANUFAL i URING CO. February 21, 2011 Ms, Helen Reed Procurement Analyst Sarasota County 1660 Ringling Blvd. 3' Floor Sarasota, Florida 34236 Re: BID #111333HR Water Balance and Treatment Chemicals Encl: (1) Bidder Info Forms (Pages 1 - 2) • (2) Local Preference Forms (3) Bid Forms (Pages 1 3) (4) Authority to Sign Bid Letter (5) Drug Free Workplace Form (6) Bidder References Form (Five) (7) Additional References (8) Immigration Status Affidavit (9) Local Business Receipt (10) Product Material Safety Data Sheet (MSDS) for Sodium Hypochlorite (11) Product Bulletin/Specification (12) Last Three Years of NSF Results for Sodium Hypochlorite (13) Copy of NSF -60 Certification for Sodium Hypochlorite (14) Certified Analysis for Sodium Hypochlorite (15) Odyssey Manufacturing Co. Brochure (16) Odyssey Manufacturing Co. Process Flow Chart Dear Ms. Reed, Odyssey Manufacturing Company is pleased to submit our proposal for the above referenced bid for the sodium hypochlorite (Item #19). In accordance with your instructions, we have enclosed one original and two copies of the required documents (see enclosures (1) — (16)). Enclosures (7), (15) and (16) provide additional information on our company and its products. Odyssey Manufacturing Co. is a Drug Free Workplace and has an active program in -place to randomly test its employees as documented by the fact our Worker's Compensation carrier provides us a 5% discount for our program on our rates. We are the only chemical manufacturer /distributor that is open for manufacturing and deliveries 24 hours per day and 7 days per week (including holidays) where you can talk with a chemical plant supervisor after hours. We can be reached (4)800- ODYSSEY or facsimile (813) 630 -2589. The point of contact for this proposal would be Patrick H. Allman, General Manager. Additionally, Odyssey has been granted local preference status in a previous Sarasota County bid earlier this year (Bid #101082CS) and is claiming local preference on this bid as well. 4' ti ti8 4'e�{ s - i{ .� cJ 4 Yt' •i . f.71' • T H'E ;CLEAR S O L U T I O N k il o 1484 MASSARO BLVD • TAMPA, FL 33619 • (813) 635-0339 • FAX (813) 630 -2589 Pricing/Delivery Odyssey Manufacturing is also pleased to offer Sarasota County a bid price of $.70 per gallon for its Ultrachlor 12,5 Trade Percent sodium hypochlorite for two (2) years with up to three (3) additional year renewal periods (NET 30) as outline in the solicitation. This price is fixed and not subject to surcharges or escalation for any reason whatsoever for the initial two year term. This Bid is offered under the terms and conditions outlined in Sarasota County's Bid Solicitation. Odyssey takes no . exceptions to this solicitation. Technical Assistance and Emergency Response Odyssey Manufacturing also agrees to provide unlimited technical assistance to Sarasota County to assist it with its chemical system operations and maintenance at no charge as part of the sodium hypochlorite supply. Such assistance includes, but is not limited to, safe handling training and refresher courses, operator training sessions, startup services, site inspections on behalf of the owner, FDEP permitting assistance, drawing review, engineering and design. As a licensed plumbing and general contractor, Odyssey has performed over one thousand chemical system installations in the State of Florida and provided extensive service support to its customers to help maintain their chemical systems (including fifteen chemical system installations and numerous amounts of service work for Sarasota County) and assisted with numerous others. We have also done service work and emergency chemical system response for most of the utilities in Florida. Below I have listed some of the most recent emergency service call information to assess Odyssey's ability to respond to customer emergencies: 1) 3/6/10 - City of Inverness (Gerry Lebeau, Utility Manager, 352- 474 - 9051). Customer called Odyssey on Friday evening 3/5/10 and stated that their tank was leaking badly on the ground. Odyssey had a crew up there on Saturday morning 3/6/10 which pumped out the sodium hypochlorite to a temporary tank and kept the water plant on service. 2) 1/8/10 — JEA (Mike Richardson, Utility Supervisor, 904 - 665 -6815) Customer called Odyssey on Friday morning that their sodium hypochlorite tank at the Norwood WTP was leaking badly into the containment. Odyssey dispatched a tanker and crew with temporary tank and pumped out the hypochlorite from the bad tank to the tanker. Additionally, Odyssey setup the temporary tank to allow the water plant to maintain continuous disinfection and remain in service, 3) 12/24/09 — Sarasota County Carlton WTP (Jim Conley, Water Production Manager, 352- 861 -1510) Got a phone call in the morning that their Peace River chlorination line installed several years earlier had broken and they had no way to disinfect the water they were sending out to their system from Peace River. Odyssey immediately dispatched a crew and had located and repaired the leak by that evening. 4) 10/18/09 — Town of Lantana (Clyde Ali, WTP Superintendent, 561 -540 -5751) Odyssey received a phone call on Sunday morning requesting an immediate emergency delivery to the Town of Lantana Water Plant to keep them from issuing a boiled water notice because their regular supplier had failed to make a delivery for over a week. Odyssey provided a delivery to the plant on three hours notice. 5) 1/23/09 — City of Eustis WWTP (Rick Hoeben, WWTP Superintendent, 352- 357 -3777) Got a phone call that new sodium hypochlorite tank installed by Contractor was filled and leaking badly. Immediately dispatched tanker and crew with temporary tank and pumped out their tank to a temporary tank thereby avoiding a reportable spill. Came back and troubleshot problem and found that the contractor had cross - threaded the bolts on the bottom flange fitting and made confined space entry and did repair for the City of Eustis. • 6) 5/11/08 — Orange County Econ WTP (Carlos Torres, Orange County, Production Section Water Superintendent, 407 - 254- 9500/5505) Odyssey received a phone call on Sunday morning that they would have to issue a boiled water notice if they could not get a sodium hypochlorite deliver because their regular supplier had failed to make a delivery for a week and they were unable to get them to come despite repeated phone calls. Safety Safety is extremely important when dealing with hazardous substances as with the proposed chemical supply and should be a major consideration in assessing each of the Bidders capabilities as part of an "informed decision process ". Odyssey Manufacturing has one "Safety Incident" in the past eleven years for all chemicals that it sells (as defined by all chemical "accidents, incidents, releases, spills, and National Response Center Notifications ( "safety incidents ") "). Additionally, I would direct Sarasota County to the National Response Center website (www.nrc.uscg.mil/download.hhnl) where you can download all of the safety incidents of the various bidders. You will see that Odyssey does not have any listed there but our competitors have over thirty. Additionally, please do a website search and call our reference list to ascertain not only our record but those of other suppliers. Our single incident occurred in September 2008 where 700 gallons spilled from a pressurized line during a delivery when a fitting snapped on the tanker before the tanker could be depressurized. We assisted the customer with the follow -up actions immediately thereafter including dechlorination and testing and would be happy to provide additional information upon request. Reliability Odyssey sets the standard for reliability in the marketplace. Odyssey has consistently provided the Sarasota County superior service and a superior product in the past. As you know, we have never missed a delivery in over eleven years of service to the water and wastewater treatment industry. Our service is legendary. We done several emergency deliveries most notably on Saturday, April 6, 2002, St. Johns County was run out of bleach by their then sodium hypochlorite supplier at the main water plant. St. Johns County contacted Jones Chemical, Allied Chemical and PB &S [now Brenntag] all of which declined to come. Only Odyssey Manufacturing Co. said they would come and we delivered a tanker of sodium hypochlorite on Saturday night within four hours of being called. This is un- paralleled service and was not matched by any of the other suppliers in the marketplace. Missing chemical deliveries would be a serious problem for water and wastewater treatment plants who must chlorinate for public health reasons. Odyssey has never missed a chemical delivery to any customer in over ten years of its existence. This sharply contrasts with the delivery record of Allied Universal which has failed to make timely deliveries to its customers in the past (please call our reference list for additional information and see below). Specifically, these are just a few of the instances we had to make deliveries to their customers in the past two years alone. This list is remarkable when you consider that we serve 96% of the plants in Florida. Odyssey had to make an emergency delivery to the Town of Lantana Water Plant just this past month on Sunday, 10/18/09 to keep the customer from having to issue a boiled water notice (Reference: Clyde Ali, WTP Superintendent, 561 - 540 - 5751). Odyssey had to make an emergency delivery to the Village of Wellington on Friday, 12/5/08 to keep them from running out of hypochlorite (Reference: Sean McFarland, WTP Superintendent, .561 -753- 2465). Odyssey had to make an emergency delivery to the City of Ormond Beach WWT plant last year when I was told Allied refused to come and the customer ran out of bleach and called me on Sunday morning from their contact chamber as they were shoveling in HTH and we had bleach there in three hours (Reference: Sam Butler, City of Ormond Beach Chief Operator, 386 -676- 3592). Odyssey had to make an emergency delivery one weekend last year to the City of Port Orange WTP because I was told Allied was unable to come and previously we had to do the same thing in the past for this customer for the same reason back on 7/22 /06 (Reference: Steve Miller, City of Port Orange WT Chief Operator, 386 - 756 - 5380). Another emergency Sunday delivery we made earlier that year on 5/11/08 to the Econ WTP for Orange County because Allied was unable to come according the operator and they were going to have to issue boiled water notices (Reference: Carlos Torres, Orange County, Production Section Water Superintendent, 407 -254- 9500/5505). Even more disturbing were the two emergency Saturday deliveries were made the day before Hurricane Charlie hit to Collier County because Allied had supposedly refused to make deliveries for over a week (Reference: Steve Waller, Collier County, WWT Superintendent, 239 - 774 - 6886).. Also as you know, Odyssey pro- actively topped off your tanks before each hurricane over the past eight years! Quality Odyssey Manufacturing Co. represents the newest trend in the water treatment business — Chloralkali bleach superplants as a disinfection alternative. Odyssey Manufacturing is a new venture that manufactures bulk sodium hypochlorite utilizing a Kvaerner Chemetics chlor - alkali plant integrated with a Powell Continuous Bleach Plant. We are focused primarily on municipal and private water and wastewater treatment along with industrial customers. As you know, this business was created primarily to serve many the Customers who are switching from chlorine gas to bulk sodium hypochlorite and need a competitively priced, reliable, high quality supply of sodium hypochlorite. As the only proven chlor- alkali manufacturing facility in Florida, we can offer a unique combination of high quality combined with a very competitive cost structure. We make our raw materials (chlorine and caustic) on -site out of purified salt and demineralized water utilizing a membrane cell electrolysis process. Not only does this process result in high quality bleach, but also makes our product cost very competitive as we do not have to pay out of state third parties to make the raw materials for us and have them shipped down by railcar. As you know, chlorine gas railcar shipments to Florida have been suspended on twelve occasions over the past couple of years for up to four days due to terrorist threats and hurricanes. Thus, we are able to offer reliable service and guaranteed pricing which is a major benefit to our customers as they consider alternative suppliers. Additionally, this provides us a significantly higher level of reliability than any other Florida sodium hypochlorite manufacturers as we are not dependent on railcar shipments of chlorine gas into Florida. Odyssey combines great service with the best quality bleach in Florida. Our sodium hypochlorite is a high strength product (12.5 Trade Percent Available Chlorine) with superior ratio control and without all the impurities that most bleach contains. What this means to you the Customer is: • Low or zero metal contaminants resulting in significantly slower Product degradation leading to overall cost savings due to reduced sodium hypochlorite consumption • Lower Maintenance Costs caused by pluggages and wear because of impurities in the bleach • Improved Drinking and Effluent Water Quality • Longer Warranties from your equipment suppliers • Superior control of excess alkalinity of Product resulting in less overall chemical additional requirements and more stable chemical feed rates • Less oxygen formation during storage and handling (e.g., which form bubbles in tank and lines) resulting in reduced downtime and more accurate Cl feed rates • Lower levels of sodium chlorate formation resulting in improved water quality and reduced health concerns' • Significantly lower levels of bromate formation resulting in reduced public health concerns • Lower suspended solids resulting in improved water quality and less feeder maintenance • Minimal insoluble buildup on the inside of pipes and feeders resulting in better operations of the Customer's system Sodium hypochlorite is the only product that you purchase that has a very short shelf life. The shelf life is greatly impacted by the quality of the sodium hypochlorite. Product impurities such as metals and sludge are a significant source of this decomposition. In fact, one could easily feed twice as much product with poorer quality bleach and a 10% savings in unit cost could be overshadowed by a 50% increase in usage. Thus, differences between manufacturers in their manufacturing and delivery processes can have a dramatic difference on actual consumption. Additionally, the initial delivered strength can also impact the level of consumption. This means cost savings to the customer! Odyssey's unique manufacturing process results in significantly higher quality sodium hypochlorite that does not breakdown and decompose like other sodium hypochlorite manufacturers. As an example, in FY 2001, the Charlotte County EastPort WWT plant used 101,970 gallons of Odyssey Manufacturing sodium hypochlorite. The previous fiscal year, the facility used about 204,196 gallons with another supplier, despite lower plant flows (Reference: Verne Hall, currently Sarasota County Operations Manager @941- 861 - 0501). In FY 2009, all of their facilities used 234,450 gallons with Odyssey Ultrachlor sodium hypochlorite. The previous fiscal year, the facilities used 428,000 gallons despite lower flows with another sodium hypochlorite supplier (Reference: Steve Bozman, Operations Manager @941- 764 - 4595). Thus, Charlotte County was actually spending more money by not using Odyssey despite their higher unit pricing! The City of Jacksonville pools has averaged 355,000 gallons of usage the past two years with Odyssey Ultrachlor. Prior to that, they used 430,000 gallons using another supplier (Reference: Rick Sawyer, 904 - 630 - 5401). Two years ago, the City of Edgewater and Port Orange switched suppliers because of quality issues and is using a lot less bleach. Both of these entities documented a 30% to 35% reduction in hypochlorite usage during FY 2009 when adjusted for flows after switching to Odyssey Manufacturing Co. (Reference: Steve Miller, City of Port Orange, WT Chief Operator, 386 - 756 -5380 and Bob Polizzi, City of Edgewater, WT Chief Operator, 386 - 424 - 2490). In the last twelve month period from February 2009 — January 2010, the City of Tampa used 226,477 gallons of Odyssey Ultrachlor. The previous 12 months they used 700,000 gallons per year with their sodium hypochlorite supplier (Reference: John Peckett, Utility Operations, 813- 247 - 3451). For a more recent comparison, please call Al Purvis at the City of Leesburg at 352- 728- 9843or Steve Parks at the City of Venice at 941 -486 -2770. Summary Sodium hypochlorite is the most important chemical you purchase. Its use is mandated by an assortment of regulatory agencies and its failure can lead to severe consequences for the utility including system wide boiled water notices and hefty FDEP and EPA fines. Hypochlorite is very unique because of its essential use in water treatment, short shelf life, "just in time" delivery requirements and rapid degradation if fouled by impurities in the manufacturing process. Sodium hypochlorite is the only chemical Sarasota County purchases that if you leave it in a drum for one year will be completely gone. For example, a drum of 50% caustic will still be a drum of 50% caustic after one year. A drum of 12.5% sodium hypochlorite will be salt water after one year with no disinfection capability. A drum of 50% caustic laden with 2 ppm iron and other metals will still be a drum of 50% caustic after one week (or even after one year). A drum of 12.5% sodium hypochlorite containing 2 ppm iron and other metal impurities will be a drum of 5% -- 6% sodium hypochlorite after one week and thus have half the disinfection power and require twice as much to be fed. As you know, Odyssey provides a superior product for two reasons: (1) We have a superior process (see attached brochures and flowcharts); and (2) We care about quality (we just don't pay lip service to it and tell you we are "improved" or just as good as Odyssey). Frankly, if 95% of our business was pool stores to which we delivered 8% - 9% bleach laden with iron, metals, sludge and other impurities to them because they don't care about quality why would we bother to spend an extra $.20 per gallon to make the correct strength bleach and another $.05 per gallon to properly filter the • • bleach? Instead, we would probably target the 4% of the municipal market which buys on "price per gallon" and not the total cost when usage and maintenance is factored in and sell them the same slop. This same group doesn't care when their bleach comes late or doesn't come at all either because they continue to put up with it as long as they perceive they are paying less per gallon. It is not what a company says they will do it is what they have consistently done in the past is what you will get! Sarasota County should have a reputable supplier with a strong safety, reliability and quality record to serve their sodium hypochlorite needs for their Utility Department. Odyssey has been that supplier for the past eight years. We have never had a bid or proposal tossed out for intentional misrepresentation, lying or for being an unsatisfactory supplier. Our competitors have had over twenty bids tossed out over the past ten years despite bidding a lower unit price. Integrity should matter in the water and wastewater treatment business and especially in public purchasing) Please call our customers to compare Odyssey Ultrachlor with other suppliers! Because of its short shelf life, buying a superior quality sodium hypochlorite will result in significant savings. We have examined your specifications and can comply with all the requirements. Additionally, we hereby provide written assurance of compliance with OSHA, EPA, NSF, and AWWA regulations and consent to provide samples to Sarasota County for testing if requested. We also agree to provide a safe handling training course and "refresher courses" for all of your chemicals for the duration of the contract. A list of additional references is enclosed to enable Sarasota County to further ascertain our qualifications and those of our competitors. Additionally, Odyssey Manufacturing Co. has never had any contract terminated early for quality or service reasons in our history. This record contrasts sharply with our competitors who have had over ten contracts terminated early for quality and servlce issues in the past ten years. Lastly, we have never refused to make a chemical delivery for any product we have been awarded a purchase order. This is in stark contrast to other chemical manufacturers! Lastly, we agree to provide unlimited technical assistance for all of your chemical systems and have a strong demonstrated track record of doing so in the past. This service is worth well over $100,000 in the coming years! Please call me if you have any questions at 1- 800 - ODYSSEY or cellular (813) 335 -3444 or visit our website ®www.odysseymanufacturing.com. Thank you for your consideration. • erely, 411K4 . a . Allman General Manager • SARASOTA COUNTY INVITATION FOR BIDS BIDDER -INFO FORM • 111333HR qr r 4 t7Y+'K' i- ; ej . r 1 t' a 1. o Wo c ter- v ''t••• et7."4s 3;5 ��s u: 1"uz �� t �r u, rV K T: 'cOMP AtYY:: -'DV Odyssey Manufacturing Company - llyrs. E MAtt • PHOt4E . "; Patrick Allman, General Manager pallman @odysseymanufacturin 813 • • -1 • a \ T� -�•ax � 4r F t , + v , '�1 _ rte:, .• rr � :fir �F 3. -"SF r�+f 9 r:�3`l'Cl -, ��`x"''.aece- �y'�L� � p L �.. h, t } J�. ak {'K°,- ,��y K+r " ' } $1e 1�32.�tCd.7 ? i�f�Y i_f ��:. 4 "�. 1. il,i :�-S!L "�IZY�;:.�J��'. L.s1i �'� -<.•. ).�•w:.�' -! ^•�Ss.... L Va�]T:[Y!. �'w4.tir �'�'yn����k' "e�L� y icZNKYt 4 _ �r '� AR fST , 1484 Massaro Blvd. Tamp a . F1 33619 1 10,000 y .-, - - ?y vo•°r, :r• - ,T r. ,Yr r �13r s` -_ =1'" -FT fin ' �' ; ,,.? , � ,. • .rF' � 5 '¢ r � R . y4.i ��Y ., ��.`�'�'+ ,r�.,{y,'y ] 1. S - j �jh t t�` Y • iY � bj)i...i .i�1: C�t 1 � 4/ 4 (.ir blf st= h�i��_`�iwt�f.a.iM�+t`Y �i� -t- °A krt` i} .. f: " -ei �A zt , Y� �,._::,t $.'�(itr,�a , tiK ^` ti `�(rv,?{ .. F %a efXi!i!z J r` < ys �'a 4 '�3r �� r� �r�,�' o '• off e �• ji�� §c4 P9 s IFx� ?l7.u" t! _.. _...�.i�- a����:r_��i_s. - r. -',s. � ����� t ',�.� �3 "� ;Gt4,�,•t � ;�R ..^�e�.'a1'CS..r�`ja� `'�ix �P �f ;��c�z�m�x� ,t- �,i %s :'.�''' .( ti• *fit x �. c : Y +. v � t. - - i C i z' � �51`A'�E °� Y� 4 I L ys 4515 Blue Marlin Drive Bradenton Manatee F1 34208 +9- 3,000 IF AT ABOVE LOCATION FOR LESS THAN 3 YEARS; PROVIDE INFORMATION REGARDING PREVIOUS BUSINESS LOCATION • ';'',? - .4 .�. -. . -c- _- %i A ' ">i.= c = -' - - :, �,• , - :••t� = o . :�{�r�l►'�0 • •.. }ti + ,.f \5: •.t . '�: r :ct�`� i' 'S -[, ,,,-a. 'tZ gyp,{ - . ^. �-- '�� +ft' %= ; {...... . ^ ;• .. .. ..,iYd'�- .: ;C -.., :{,:: tyv.';.: ?f - • , r:.. i3. i.. ? .t:.: ?' .. ..� _ v 1 0109 Rea Dair Trl. B , .s 1I:s r 34212 7 1800 .vy`.:r Ai,i? r.Gi V 7Y ,ham - ,Tq ' � N , h, !. *YtG . :�'fF'.?,r II a C� � �� • � .n1 It t i� tF t ,,:4 � !— +`.`c,`rYrTr�n v'°.a..i,. "W ...,:aSlft�y +fir •`Y73w��cC_S �� + f,` •..;',rs*.'5%�XiY'�•rS OF.FUL V T1M <E M PLO. E 'S # • ' ,I, OFFICE FTE''S RES1D1NL3'TN SARASOTA; r =N- ;OFFUlL; 4V11 7:MPt:OYEEES lN'1•1.1F,I NtIR COMPAN1f ; fitif ►T1,OtAL'C#FICE} - :." - • HA IIOiTE bR DESOTOOtiFI];1L. • .. (REOARDLFSS OF OFFICE •LO A 1ON) 1 -.a.� w:; . :t, .., :ti'.- _S 1 _ :.3:: t. :] ,,,,_ s zl;. 45 O C A • N )t ER ; :. _ -- ':'r- : , � - - � �� - :'ti�ECl(1�;�4' Cil�,� • Rl - !►tV . �'(- , A T,I't,. TF. C iiV !I A'GING:.1q Eit:O -• s' e ` ;,.. Q Ef .,. e:• :N141G1E-0F. E_LOGAL`bFPICE;CQit ItA El. , P4 -� � :.1 -: t.� - ;�•� u��IPA'1icIiIJ1�4R�l�ip y: �<�:�.�.: r :tl r �:t �•.: �� �: :F " " ^ - {•' •rf. _i 't YT: "—VW-0 u Or.• .: s } ,.! N>r :<<. ❑ SARASOTA ® MANATEE Marvin Rakes, President t�gCC ❑ CHARLOTTE . ❑ DESOTO F b , k;�fi..,'al'73rL,2l - : sC.uy3rC•'- • ' LOCAL BUSINESS TAXjt II • { COPY'OF LOCAL BUSINESS TAX RECEIPT ATTACHED YES El NO N /A® 'Insert the formal legal name of the business r "Local Office" Is defined as on office located within Sarasota, Manatee, Charlotte ar DeSoto County ' The name on the local business tox receipt must be the same os the legal name of the company listed In Section 1 ` Manatee County does not have o loco) business tax BIDDER -INFO FORM Adopted 04/28/10 Page 1 of 2 • SARASOTA COUNTY INVITATION FOR BIDS BIDDER -INFO FORM When oppllcable, Sarasota County grants preference to local businesses in accordance with Section 2 -219 and 2 -220 of the Sarasota County Procurement Code. !f you wish to qualify for this preference, you must submit this form and all requested documentation with your bid submittal. Any bidder who falls to submit the required local preference documentation with their bid submittal shall not be granted local preference consideration for that bid. Bidders who submit falsified data shall be disqualified from consideration as a local business 1ti Sarasota County for a period of one (1) year. I, Patrick Allman • _ (print name), • the General Manager (title) of Odyssey Manufacturing Company (company name) swear or affirm that all information on this affidavit and submitted with this bid Is true, and that I am authorized to complete this affidav/ on behalf of the company. I difiLoAfig 2/14/2011 ■Immumm` Date gnature NOTARY • The foregoing affidavit was subscribed and sworn to before me on this 1 L A day of Aruc , 20 l . ' . SEAL Notary Public Notary Public State of Florida .31 �� j Z. MarioA! O'Donnell 4 Commission Expires: + My Commission 1)0746083 j . er * d � Expires 0310612012 BIDDER -INFO FORM Adopted 04/28/10 Page 2 of 2 REVISED ADDENDUM 3 SARASOTA COUNTY INVITATION FOR BIDS BID FORM r.e :Z104_,..-4',. ^ '�r'w s� r'Y -� .• Xi :! � J'!i:; N' 'if. ' K :. : i-0 ..0 - : ., , sue; 14.4.4 'f;r',y'.. • ,' . 6 �.• ,,... - r- '' r`tbl/� ';'+ .. ':, ` ar r i ; . ; f., x» ,c. r { h� t 7 t r ' :': r. r.,�- -. �'1::> !. s :! "`;• • 1.-.. 5 ... �. . i ..1.i � ,.. ,: : r ho -1a% -: I i':. ' _ ; :"'•' . . r . . ti„ . 1• ' 1. ^ � . ' • :• `�'•,. S. YnF .. t... �y t� • 7z1�'Glteim) �8.,/R 5 Y�F.rimf,';i''': 5 :� E a.5• r a � EVlS .� •I - 4I~ .er 5 � r : , ti. - s •v �y� ��i •. < }} �+ r5 r c •R r j. .. ,,:LJ •.t. dr ei. , •:C' '�T. :x55' - +. .:r�. r'. • r . - r �"{ y , ; {. ' . .. UNIT OF UNIT BID Estimated EXTENDED BID ITEM DESCRIPTION MEASURE PRICE Quantity PRICE Sodium Hypochlorite *(No Specific Brand, must meet Ara 05 11> 1 specifications) gallon $ 29,000 Gallons $ �� Available chlorine between 10% and 16%, specfication • 2 Chlorine Stabilizer /granules, 96% Cyanuric Add 100 LB Pail $ AV 1311 © 14 pails $ , __-4t/ j t 3 Sodium Bicarbonate 5018 bag $ /' O ti //:› © 300 Bags CI $ ,4I 4,4) 4 Grade 100 Soda Ash 50 LB bag $ Aft) RID © 10 Bags $ 5 Murltic add /Hyde otltlor{c add 20 Deg Baume 15 gallon Drum $ NI" D' _� 136 Drums $ A/1:, >// 6 Muritic add /Hydrochloric Add 20 Deg Baume 1 gallon $ „ © 50 Gallons El $ L� i 7 Callum Chloride Flakes/ 94-97% 50 LB bag $ /(f� © 240 Bags $ .../ /VQ �y • 8 Jack's Magic Filter Fiber Stuff * 22.5 LB bag $ NP /3/ 30 Bags $ �� /�O �[ 9 Calcium Hypochlorite HTH / Hydraded, Class 5.1 UN2880 100 L8 Drum $ AA, 8441 ' 50 Drums $ � /,'t/('y $/, 10 Methanol / CAS 67 -56 -1 w /water CAS 7732 -18 -5 gallon $ No Rif 111 28,000 Gallons $ ,'i6 A4 11 Sodium Bisulfate Bisuifite 38-42%, specification gallon $ AJ 2 &Z> © �. Gallons 1:1111 MIW 1,3 galier+ $ O 1/)1111 40-000-664"5, $ ....•-•--. + / 13 Vitec 1000 Anti Scalant * 52518 Drum $ AJ /e� © 50 Drums ®$ ,//lam "14 Lubrizol AF600 Anti Scalant • 500 LB Drum $ /l/C3 r , ? ® 50 Drums ® $ �' a, i . .. , tR *° .'. a•+ Y 1 � r rmGS w..''•fir•�+ 5 ;•ryicro,.7,.,.. ` .'..aye, . 3'=,f,«< r ' . . ',•1� ' _ e � r T ! t '•::.,,,..0-- l t -- . -' y .r �' • a ' +Cj j f,-Y . : ( w {k , ,ey, � V •+ e a. +v7,,,��� +,:. .. , f • •v f -_ 5 5 S `� ^s Z' , pi L^'. i r � i �;, •+- � � k t•- �r?1.� " " L m ? ti• .� ..+•. R� • -. Vie'. �i i ',--' r :'; ,� 7 .'���r'{�. r ;^ ..,,!,,� ' r ", .?� 1 r - ,.; -- r.,,`,0",1:-.,. r r / ri E .�j - ', ., ,' i r;,J,. ip(D,.r... , `'t ,� '"' -w r - a°` �: b.Y, • ',•" : '.q ,..G'U "� a " t' ' �- 5 a• y ` '. i 6,r ..;,. s t •5- ! c •,r, ,n , . . T 5 �h i ! .r r t F -r •.. :, C S ,. .1,1 Sf q, '`•u r ' - ,f ,, ^ .- "; � ,. �' �.• �1 c . a / a ' � I . a xar . ' l f , i ,� . ' , - .., . ... :•j - H ,, Y r 1(.na 7 ' x ' Jj.t '� Y L .rc `J- +r + »l„ ,,.. P.,, v ,r _ ,t q ' -i - . :- h a • i ' - k .. , "T.. ' .rr + 5 ill a . 7 ' i ..r » » ('. ''' ' -. '''' L 't'g. w. -, .rt • ` • ," U ` ' = . l'i .,,;:,"',,..+ d' r,S. 1 , yr ` . i ' L .: -,, -;, r : ti ? 4 ., . - n '1 .e e - "6 w a r ` + • rr fi y , = ..' .. - J %5i.4- c :. .7r,,, ,,. ..... .' .-,-;;*,...•-..6-0.:- r t• ti : Q.r.y. �r's<'� r Y 44... .. ;,- - : rc»'4 + . 'zi4 {'�:. 1 r • ' -It • •.• • r • ,G' .. " • 4 , � AI + 1... " Orf:cr '-y.,,:r ,'w ,r(.ts r xi i� x 'l >' ..+ :r ua� w » 2: � " '1'�' a r "� •''' �. R r " v z ; +y`fi!' a, r '''' ,7 ;k 4 "4 �• j ` 9 ' t x ■t ,n.V.. • s,_ -' t • ' , 4 •'∎ �,� . „ '.2.-":6'..f.... .i i. x . r, f. ,. r o'r o e e v 5 ii` ��� a i s r i n �J.„ t n_ S �3 x r . ! 4 ' V , r v r•L-" , ,;* ' � :4 c ti v k .a:::x ? 1' . •ri..• ; �`' ''' x .5+1,,,,/ }' . �y .{. ,.�'"r f• . ='� yT ^_''�Y r, '.,..,4',4X.4, •r- � P : , i� . . •1 ? ,.. - tV • le( 1 -e. S 7.. I. K 4 e .,l "../. : e�' . ' .i .� • _ 7 • r + . 4 : ,•••: 1 i '? �,:, �_" L54 ofc_+� U- ' . %'4, :.. u. q !,,IL:,. e arl 1 '� - �.`. ,,i�; �` �:i e, n.. . t � • t rF 4 z- _ "t;','!„7.4,:;'1,',".4.:4, }'4 r + +L 4 j • o frc. 1, _ e - e� a l iv � 4 of iia 5 i "i'5.a ; s",.' . " ri""ii' '(' r-w.� , "ma - '.- � .;.1+9 k,5' " %'- x\} ya : r 5 ./ - k-'A x1 .t , r fi ' ,, .. .e - .:%'",' .-, ;; -I, 4 1 3 r�r „ ,. 4 K., .._r e s ", - :•, r ; 1 � j �w r •1�:: • : s • ^ = .p> : i•';�• � � /S� , t � � ''y 3r y. n r:5 Y •, Y . h r � j , / _ , u.- : c' x- 'fi i �'.'.R,r F 5.� 'Y(0. Y y, ? v d .�E r y T : ; . ( •w, ""� h ve: 1 ;, 3t 4� n - `• r i:t' -,T - ' tt ,.. 1g " .:.. y± 'r � �, --'' ' .( " ' . c^ ;cy M i st Jr : •: .. `, 31! L. r N� � : ! s " '' ''''-'::'''''1. 'r1 2 S ', " •1. 11 "1 " Y �;Y � :µ` " 1 r : ' L.: { �y , - i ' p r t ' C.•1:`4 v it ' s :1 'Ore 4 ' y k v,, lY' ,o.., a ''''':-.77;:1.1:,A'" •� ';�,c S 2 r " F',:: . aY- . ;:!'kL�h?�fit? . ' 3':S r7S'.s':':. . .` t:c� . 'i�'w.': u.:.:�r : i..:G ,�v � 1t a. . ;:•: t:. ^:n:. s::. . 6�3:....ta:..:•! �_..:!... .- .. -.F,'� ' l t REVISED ADDENDUM 3 SARASOTA COUNTY INVITATION FOR BIDS BID FORM . ..�,iN /' '- t'yrl•. �.'�a �.AA• * l. .4 f� � Y , iL . ' ,�'•. i. i •s -. -„ .ve , •.• R 4 ;4?. ':',: It �; ::y ..- z , „ �`:..'' L:.r.'Z . • r' ' .. Y..,.:., .. :',... ,:: - ..:�,.., , - .;.i %j.. . n'i-'T �? � YI!.i7•aa re:., -.m.•' . ^l Q � -nri4' ,. lYr 'i <• i ..:i ' ,-• • o . +�.��; is i . , ':u . u: s ��i� . y � •�r`,. !t''' ,.. r (.. y � %• � �. , � " . i+' !$C � Y .., w •'. •.1' �7'.: 'i:' !tf• < :• A " .� ,; � • . A,A. - i fTi 1 : W ��A .f '. •y ; , ,l . � - • i�.. ; ri .tc .. -� '1c a�; .:�' >�v'e ;It ,.,'f.: a•G.fr'. ..n'• � ..•: . d . ''�tt :�� .r T .. , :a _ > y � s. . t I 2 -•;, r. •t a ..r ::'.k r. r e1, r -n` t . - r .`i t �4 t , 4 ti f . 1 - fi. i. - .,•: - .. F . ?. 4 �, .r,. t;P, e ; , , - ..'.§' :.5 i. ; .. w 4. . ,•: ;'{, ::...r < :i ,• r ` ti' �.,;.,4 q. :x• ,.• f Y [i 'r. w • f. ; r . S " � ` A y . .�4 � 1 :.tiG .t r i : i ✓'..:" h':::.6`�.. 'r f L�.�� . ; � ' ' i , . . . fi r S - 1 + r , = a, it t '. '.s� �y F v `. .r.. p 1 • 4 3 ',1'''• y r c R +a Y "1t•••: ... ii• - y , r� :C 4'Y4K` - ,r �w• 'f4 J + ^� y.'rr' � C 5•: �'�4`t , r , C.r R: ` •r �?:� N 1...1. `fib } •, ...• +. ! �:• . r i '' -i • 2� i' ^1• ;'� i�. c. v ;.., . �c fi n^ . f .. .UNIT OF UNIT BID Estimated EXTENDED BID ITEM DESCRIPTION MEASURE PRICE Quant PRICE 15 Polymer / Clarifloc RC -9490 55 gallon $ I `t� � ' /3j) X 20 Drums = $ • drum f 16 Bulk 2,000 $ 4i) !. X 210,000 Gallons = $ Sodium Aluminate / 38 %, specification gallons 17 Ammonium Sulfate Solution / CAS-N/A AS 4000 Bulk $ A/4 ;� X 2 0,000 Gallons = $ a — 40%(NH4)2504, specication r • Sodium Hydroxide Caustic Soda / NAOH CAS- 7732 -18 -5 ILO ' NSF(National Sanitation Certification) required. Must be l^A" 18 certified for use in drinking water. (No Specific Brand, Bulk $ Aid B I I) X 30,000 Gallons = $ /� must meet specifications) P1.1, • Sodium Hypochlorite * 06 19 19 125 Trade percent Available chlorine* See Tedinical Specs Gallons $ .170 X 500,000 gallons = $ '3 f 000- • for further requirements Hydrochloric acid 18 Be 28% NSF(National Sanitation • /`° 20 Certification) required_ Must be certified for use in drinking Gallons . $ »6 jf� x .gallons = $ �^ /T water., specification 1 - 7 .F-� y i q ,:•'•- • tl -- . y ...,., : ,i y , ,. „. ,;, 4 { :i' t` � r'•tiid wi N� %d�• tii�l. 'Orl`Y' �'e'14yr•= a lteti' n • :( 7 � '. i p -�� . �r: r 'r, `'i .- s .,•r . t . tY '+1 Gq ?ts i i! .. . '; b ' ' b . .., : y y . i:'C }..��.I r•.. �• y ., y r -. , ,, ..i:•47.. 1i' ". {�2.'v,� f .jA,Y .•� • :C'vw%.t d ^^ ;c3:rt. _Sn 'r f i..'.1 ':�ia�"Jf; J ' :_M y � X A C . C._. - �:� '•tt?:f; " r i 'i t s � • .. .Y i ?Y. f ,Yf' . Y..,(' ;! _ ,• �; ; �; ' . . If , a` is a dd vc��nartSe : i s 'I.i s tEd �or �Me�:C�td,fpc�i , � �' .: 1�44t�} 1���; >,, �t '� - '� ' ' ' • - vl °r .P� ,t r�r°1.^: /.ri" . Ste. ,• � .o .rsY �l��t x - ;;rc 3 �a.. ;,i�.•.:..,� "• l�,i� f • o C u }. �1. i - tl ' y ,���•��� ',"1 �•�' �.•`• •, .Y•� } � Q } -T J w ; F ;.. .'. ZY : •.. I. • !h• tyy A. : '! • '.• , .n O : 17.aS Jrte.,','.v •�': ✓'I, . .. t. ,•,., 6 , r '•; - �' Cr3. -w� .1 " . 1 i ' .•'tF. ` +' . ` :. xf`•'� ' YQ u _2i te��tfxeU it, * � . _fai .4, . :,t�.. rS ,{� .± . - ' ? .!: y S' h y >, �� y ` : A• In ... i � ' %1 r::'i ,yN� : •: �.�LY •` t y 4'" l 1 K r te ' . . w : ., i,. ..,. .., ' •', r. �.{. •f . ." s ixa; r" ,w r . .. � ..r.• ' k.. +. r� � ; rt i .1v�'. A.• {:i:+. - '' +- �{' .: s yfu +� s+ , } iP., "✓ � .x+C;i• 1 �»� , :�r• '�.t'r -i r'tr.:ti ^,:::r} P.• � 7.. y. :4,..i� � ;'It;uAO. alter!' tlie�;esliriaateda.q•tianti�y ? ; � °� �Y• r�+. . • � ' o ..:,.•,���.':� � a ' � ?u- � '- � ..•s - #t •��•. ,, .a ,��:..; . Y • : , - ��.'' J•;! .�. r l.! .�'••'rn d ..,3Ca'Y a.. o_ a f t,o r ,, ✓tif. � . 5 i4. �yte•'.u �:r .,v .�y ;•Z irjt. "y'� •.: : :: If.. V�' �'):: c'l ct; iia��itc': �, nd° 6Td : .•'�n''tli�.;i:iii.{i%lce?'a ' : a� d +' °�{d �3 . ,'� ,.Ji!; �,, .,><- .r, - :��, ff.. >... *i.��:5• �`_• _..r�1` ,ra . n , A r.}y: , J j. �� ..s r• � ta' 7° ' xwr a y ' t' .Cf ;.,•c 74•.t!k.. .•,.,„:-...i.: �, ;riff, - f • . t om ..... ✓t . , ,.. -1. ,•t -1•' • .. ..r,I . .. •Gt'�'''"- . ° i .4 }'•` .y + '« t .. a. ' r i e }g .•A• A , S; .. , ;? a• . + 7 1^f fd „ ••..��•• >.-.•- •f:,' �i ,! t ea _vr. c o`o �i �• � . � h•'I' w. . �,.. :: %. :. v l� T,!•vc•.p: rf ' 6Et.. all eros4�a ffer`.a;prodi�crttiatdc iess ,, -. =fir , .. ., :: ; :.7:' j, • r,':�. ^.c ..av: ,� �k.� '".. ' fJ% .0 C�t1`il .� ?: yr},i' •• 5 A. ,;• •Y,'� ' •r • hi -�'' 'jGIM•: J t .. .I..fA r.r : l.i. + • ' 1 7 .4e ' 1 144 �.,i r ' i! .- er r . ti, ;!•,.. a irg A ; • 41, ... -:L ti`s t g. .rii. >.'" + ', - 1 t i' :r• , � to . rr? t';.,�� i J i . a`+ "'%'e r } e! b� �� ` ^' a' S �5. {771 . J;:f �, l � t " �>, ' ,s, '�• a �i i•. rt . „' - j r �a "' °••'�,r,3�,��� ,� > Y � f � � s ... � � / a ...kE ry �; , . �•�X' �w�"• +T x- . ns . r�. "t • r r i �. t t '..'0'.':, A ▪ ri "X' .� rA :' . ' 9 tw y : L': •" e i .. . ! . • = •• - M • ,"'• ` 0 . - ty `,t• ' v r ^ • , r -w 9F° - r ;c• „c. ,t• 7 .w + w 1:,� i i.. '... r .. '.t g RN �� Y J - i � '� , .y' nay ti � �3;' � +a � � r�, { ; ,,� .r '�:i d:.y., } f! '.i . E� :, .,r `' . a ? , , rt Y • .� rF •if, ��e:.; p5, .'• a, a,. y L �+`1” u•,::x t1••' 1 • 'y r.tY ��� to n � . • F ry .. a :• �i:.tii. i r ' • y ' . o '. • .' Nta , ti' '.rY-t� _ t "'. t i -� . r. ... .-, �'� .w , . ▪ .. ..... . }: r.1 't•... ,/, . »�. �"%' ,. C1+! . .: ^ � :•, r . ,. ;� �•. �a.:s#•' r,- �' • }� =� -; 'A �'C - ' �vt.LL .u t 6 ' cC. , �. ' REVISED ADDENDUM 3 SARASOTA COUNTY INVITATION FOR BIDS BID FORM • * ** **The undersigned certifies that the bidder will provide and /or services in accordance with the specifications of the IFB and all issued addendums at the rates listed above for the term of the Agreement. fN'1 ""` 1< ' a „, :. -'1+}. Vt .r�� .Cr, y , _ ..vn' r:' _y'!:i' _ .y •_ +r.: .,'- ......r,.,, • ''�a!,.,ti .+ -{, 4� f .. GL ..- {:t. !• ..b% j `' •e "1• .k:'. r'' -,. }. v5 <. ' t :i'•in ` ! :�!. . . a.. q. !.,,.,, i , .1 L�,F, .�4a . •x_ ...f:.'''i •,i, . 1.� ...'7+'.71 �C:`�.:.4.a ..,r.,.T J"•..a,r . .. i • • Od•sse• Manufacturin: Com•an! • :,• y'.i.:. ” »'��' M":�:i�r',f.'. ' :."�i .�i ti' : �'r. � V:-7'vl 1�'�'� .0 -: '' c"' -+'r i 7, "rx`•:i1- '�°.;r. y py.s a a'� •`;':.'.11. ! .+ ? 7: »,•.•',. }: + `+�.r � . f " t4i ,�}. '..�•ir7:�.. _ a �r;'yl. • ""{;•fi }, 'y� i:. �•�lfr. ^'� yrr h•..' , +: •i4 �:.1: ! ff fi . r , :4; { ,y • „ t .i'r ° 'n fp + •�is>i:l s ,x.. S�T�' ''.;x?�i.,iLn � iil:' : f' • • r.,....., ^r ' .•l, ' '" : 1li.�.!7 • • . i•7 , ,.c.c<J r y i • '` r.` •'' ' t • n.'t •”, M .! :r 27 S r :S..: 5-9!c 4 . 1. ..fk'+i'-4..s .�k �+• ' A�`a..z,.J uiri 2;Mr•"".ts'3 ii ' .CK� v ' '�; `°�y+ . ' S �r ` {• , �t' ' fr- 1484 Massaro B1vd. Tampa, .F'l. 33619 .. p' I :R:.: c } "er _ l:ir" q " , • t t : : ^I % rv* ,..� . y ... a . 0 1 :...,, .•. a. . , r:• :JBID:PR�EPAftEbtBY:' :� ,..s y! cF iu bi •� : ,•::; . ,. • ;:r _. �.�.. :.;;. �. +. ..i.ti �!!1' , .�. : `tom ^ '�.• ; lit tie: r. p:,t l..•. .. �+Yd:. .h�.` t.�.. .,•.,._I..� +r. . •,' \:' { �+ •�I r •�d rr . ' � tl'( - ! E �'l �'. r: - rt -;ti.K •..1 -r .. f •; r /!� _ � s,. `�:+• • • r'. •mil- A ��• . 1� Y • vx 1r S r7. {' t � 1 f• A � r =r yy C a '2F .'t-• ' f T.• IAME � • -K . J• PRY[Vi+ ,,yyam� •' •g l .. `;•i `9.1 ` :tit ^ `�:. - 3 Patrick Allman General Manager /' C+ pallman @odysseymanufacturing.com - P HONE ' - •n - ,.�r . • r T.ia: F �N mot / • : .. . .._.. 1. +f 1. '1 ;yti•. +� n14 w n •I .'� t I.•- L� \v r`A L `+i 'llaf' w.� 813- 635 -0339 813 -630 -2589 2/14/2011 65- 0846345 • • • • • • • - ' Legal name of the company submitting the bid must be the same as the company named in Section I of the BIDDER -INFO form. To be considered responsive, bidder must submit the completed BIDDER -INFO form with their bid. • • • ODYSSEY MANUFACTURING CO. • January 5, 2010 Mr. Marvin Rakes Odyssey Manufacturing Co. 1484 Massaro Boulevard Tampa, Florida 33619 Re: CORPORATE RESOLUTION FOR AUTHORITY TO SIGN BIDS AND • CONTRACTS- ON BEHALF OF ODYSSEY MANUFACTURING CO. To Whom It May Concern, Odyssey Manufacturing Co. is a Delaware corporation licensed to do business in the State of Florida. Patrick H. Allman, Odyssey Manufacturing Co.'s General Manager, has the authority to sign all bid documents and contracts on behalf of Odyssey Manufacturing Company. Sincerely, e Marvin T. Rakes President CORPORATE SEAL • t .. ii1 ;. Yr; _ . �. •:1 .2 �:+..: `'.}r: tin:% i� - - `} �. ,:�L;' +.;.:''a "i , - , 1. t .& ...v -r -. - ,t''"-'a: %'� ;i3:.: < -�•. . >�'�" � ,r ,• - a t -T'fe x t .K asf. r I :�'` � ,-, �3 ,4 • �1£� r t is `� o "y"G � r 4 x � � � s • a � iS G ¢S 7�1 �� k v ��T .f � +3ff 3 3 ' f fi THE C .R SOLUTION s r,cti . .. 1 "1 - 10 1484 MASSARO BLVD • TAMPA, FL 33619 •'(813) 635- 0339. • FAX (813) 630 -2589 I'S .q�orad SARASOTA COUNTY GOVERNMENT PROCUREMENT DEPARTMENT DRUG -FREE WORKPLACE PROGRAM. CERTIFICATION DRUG FREE WORKPLACE PROGRAM REQUIREMENTS: Pursuant to Section 287.087, Florida Statutes, whenever two or more bids which are equal with respect to price, quality and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certlfles that It has implemented a drug -free workplace program shall be given preference In the award process. In order to have a drug -free workplace program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited In the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse in the workplace, the person or entity's "policy of maintaining a drug -free workplace, available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. • C. Give each employee engaged In providing the commodities or contractual services that are under bid, a copy of the statement specified in subsection (A). D. In the statement specified In subsection (A), notify the employees that, as a condition of working on the commodities or services that are under bld, solicitation, or contract, the employee will abide by the terms of the statement and will notify the employer of any conviction or plea of guilty or nolo contendere and violation of Chapter 893 or any controlled substance law of the United States or any state, or a violation occurring In the workplace, no later than 5 days after such conviction. E. Impose a sanction on, or require the satisfactory"participation In a drug abuse assistance or rehabilitation program, if such is available In the employee's community, any employee who is so convicted. F. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. The undersigned hereby certlfles that the business named below has Implemented and maintains a Drug-Free Workplace Program In compliance with the requirements of Section 287.087, Florida Statutes: Entity Odyssey Company 2/14/2011 Enti Name: Y y Manufacturin�t Gom an Date Printed Name: Patrick -n, Gen: al Manager Authorized Signature: "f /� NOTE: IF YOUR BUSINESS MEETS THE REQUIREMENTS OF SECTION 287.087, FLORIDA STATUTES, COMPLETE AND RETURN THIS FORM WITH YOUR BID /RFP. 81d /RFP# : • REVISED ADDENDUM 1 BIDDER REFERENCES FORM (COPY THIS FORM FOR ADDITIONAL REFERENCES) t i .'TZ' S e° 1 � i i+ � + e ;f -` =C! ;Z:I �j`' -7 -- v 5r1Y�. 0.,."E. ? (`� '�s?[I}7 �' Odyssey Manufacturing Company 111333HR 9 t 0 1, 01 � i• , S � �i.` k`� c..jsi _a'�t 't D c L :4' £ F`t 8 $x 2X4 F4 .n4�,h • City of Stuart ,Y.F} Ct' ,_ ' !F= e r., r x ` F Zip (. �'' ?3 . � � 1 �j° j �� : r k,'Y x , =a r tt � . '•&Y c '1`sf x� t !?EG. C �.. JT 'iioiE�Li � +r� �£ - ��.' x A.t tsI� z& % Jim Parks Chief O.erator 7r (tm 7>,R - i ii ' r q a 772- 288 -5343 772 288 -5395 jparks @ci.stuart.fl.us ... .7� ''f �, •1'tJ h2 A ra.s- ^. N ei^LF g l rz+rs �k"Y a.T �. sM' � _ � ,.�1r,, T-' # '+ . d -,c n • "?� I 'mss KTW F G_. 1'�F`fi Su'$.. �,`ui'�l r r1�,c2�~ tiS. .n `i�t 1002 SE Palm Beach Rd. F �Y p f- YtT W r y -s h �nr T ic £ mac a t � ' dS �. 1 i Z �r r c c 5, �� '; r r 5.� t . • { r : %• C2 C �f t -- 's T- g,�_'• 3 L 1+. � � a33P.'s�1L� ._ Stuart P1 ,� k ; <� F v � �� �:� 2 �. � �`, _L 7� f' •.t . e K S E � s� ` s rt � e� a 9/1/10 J J YES 0 NO �f c F T .t._. ' r,v`4 ?9 ` tG, �v .e_ sty d hu-Y' S7 Lk AS PER SECTION 8 QUALIFICATIONS OF THE GENERAL NOTES & REQUIREMENTS 1 Is this reference? 0Commercial Government 0Industrlal 2 Which product(s) were provided? Ultfa- CHL-OR Sodium Hypochlorite 08,2.2 Chlorine Stabilizer 08.2.3 Sodium Bicarbonate 08.2.4 Grade 100 Soda Ash 08.2.5 Muritic Acid 08.2.6 Calcium Chloride Flakes 08.2.7 Methanol 08.2.8 Jack's Magic Filter Aber Stuff 08.2.9 Calcium Hypochlorite HTH 08.2.10 Sodium Bisulfate Bisufite 08.2.11 Ammonium Sulfate 08.2.12 Vitec 1000 Anti Scalant 08.2.13 Lubrizol AF600 Anti Scalant 08.2,14 Polymer / Ciarifloc RC -9490 08.2,15 Sodium Acuminate / 38 %, 0 81.16 Ammonium Sulfate Solution / CAS -N /A AS 4000 40%(NH specification 08.2.17 Sodium Hydroxide Caustic Soda / NAOH CAS - 7732 -18 -5 NSF(National Sanitation Certification) 08.2.16 Sodium Hypochlorite 08.2.19 Hydrochloric acid 18 Be 28% NSF(Natlonal Sanitation Certification) 3 Was the product(s) provided In the last (3) three years? yes REVISED ADDENDUM 1 BIDDER REFERENCES FORM (COPY THIS FORM FOR ADDITIONAL REFERENCES) � ,c � x r_ct _,� �' � •`��ti.,�' S -r [iz' ��.g�}""L;1's' x ? ,y .�� yh?�`iY�` '� y� t f��.2�� , F � p er- fil . [i; {, ;. t3r`';s ":isk�.j?�t��:'Y?Fa±sc;} z "v..° _�t;?'r,.,.•,�- .f.>. 'S.cx'v.Gu'SY•i!'"i ticf.f::�' . Odyssey Manufacturing Company 111333HR • z 4 �'�� • < ?��� � :7,Y�t' �:, N'r�. }�sv��f3�?�ik,�`�'� �`,��' �S'��" c, k �''` � y�'� City of Leesburg A s + F + , p s . . -n`^ .sc . brp r. ct t , 'ts 4 wr bV -i 3•j` - F- f� �r�� � v F f t� ^¢{ � 0 � �t��s� ,� n= kY `� 1+��� L+ e � ,r ix � � ir� tE`F u_s S : firitiI € �v` Al Purvis TTP Chief Operator y � }mow i sue. y � �, s >P v. ,,'^� trs'r :. � � e S >> -, � r'v> �� �" � t��G�S ����r,� i y � �, I-C 352- 728 -9843 352- 326 - 8887 :l.purvis @leesbur:florida, :cv a t ^.fi `� f to u .."'�' . S v zs ,-�c I .;. F ,z 1 Y -stir v„ 1 1i' t ��"'z? t t s � '� � � � -C .�'� S �> - 5ti`a�C�'+ �`� �'` � J.�1� F z, x� a � c (y{ - {p{��y'e � �i �`" a�* c� ' (')' ��� � 1V i^ .��iSiCe:A1L.�.: 4 628 North Canal St. • Leesburg yy FL 34748 ml _ _. _ ,''. + {r ♦S iY..;2 1.: ,s " ...4' '$. �:? mss_ r•`iti' ss � 2/1/05 5 /1 /10 • 13 YES* ❑ NO ` .,r pm f t ' > •= r e ; s E a`Lt ti r tS � t5° � � < z� �; i `�`f " d)�K � v a j �t ,dc nt k �` \ •- / � ..L+ ,+2 +s` _<.s. n .�S�t�`s.:'%s� ti'Si''.r Lz „S_. �le.� F}t.t+ L°f f�ei Ys.�t t,4JS ���� AS PER SECTION 8 QUAUFICATIONS OF THE GENERAL NOTES & REQUIREMENTS 1 Is this reference? ❑Commercial 12Government ❑Industrial - 2 Which product(s) were provided? 138.2.1 iziltt R Sodium Hypochlorite * Still providing service 08.2.2 Chlorine Stabilizer work on Chemical System. 08.2.3 Sodium Bicarbonate 08.2.4 Grade 100 Soda Ash 08.2.5 Muritic Acid 08.2.6 Calcium Chloride Flakes 08.2.7 Methanol 08.2.8 Jack's Magic Filter Fiber Stuff 08.2.9 Calcium Hypochiorite HTH 08.2.10 Sodium Bisulfate Bisufite 08.2.11 Ammonium Sulfate ❑8.2.12 Vitec 1000 Anti Scalant 08.2.13 Lubrizol AF600 Anti Scalant 08.2.14 Polymer / Clarifloc RC -9490 08.2.15 Sodium Aluminate / 38 %, ❑ 8.2,16 Ammonium Sulfate Solution / CAS -N /A As 4000 40 %(NH4):504, specification • 08.2.17 Sodium Hydroxide Caustic Soda / NAOH CAS- 7732 -18 -5 NSF(National Sanitation Certification) © 8.2.18 Sodium Hypochiorite ❑8.2.19 Hydrochloric acid 18 Be 28% NSF(Natlonal Sanitation Certification) 3 Was the product(s) provided in the last (3) three years? Ye s REVISED ADDENDUM 1 • . . . ' . BIDDER REFERENCES FORM (COPY THIS FORM FOR ADDITIONAL REFERENCES) v �� �r' ^'S*'i r s r l''�4 + 4 t Pak . L+�'' 4 ,sTC ? 2y.y2 3 � 4? - r ci r., p s R F� r y e { 4� �� ?' -t � � C L '� y F� ''�F � r " : . �y -' " , a ' S "• { 'id 1 _ �4=`� 3 " ` R -q ,, A4:-A' ; „ ` 4 a , i { .1t c ' . i 1 ti s v ,' U i. 1 4 r" f'f4 .J.h,: .. 't,, -;;Y, !- L ._ . r .q.- _ox at . _ : ti ' t ' .,. :. _ .... . ,tv .L; h a . , . . . V.. %.srcG a:.F,. Odyssey Manufacturing Company 111333HR i . A 1v ,f;' ;+ - 's"' 1 -r . h.� s }) i �j 1 e.)-� *t W .- - t h - �: b.% 4 t� .' .0-r .�„ - '51 ' s : l `ti cF FX - 7'71 ,: : 2 Y„r'7It.,W iA r+4, z It 1! ,, �l t � � V ,1 .. ; --, , ` ,-zAr . c?lr z?�r'25a� � �i..sa�3�t_.:_ {s:<..� ,..>. . s���.a?ss,.,., siv- �,�' sx�.. �rsi ��.S��M�r fi °.r. City of Venice S :±4•4-MM-5.}.=;.,3'.1; - s 5 r V a `�., { Ii ; ' t - s t K 4 y ` ' , Y ^-'1 C c.. ' 4,.i " ;`�. � V �' 1� ' 9 t ri' At ,�I , ' -' . z' 5T2 Y t �F , � ' f t - A 414 `, Steve Park KK Chief Operator _ � i` —kf F r " r' sil Kf f., 3 �E V,P s 3 t 3 r � t y , V f-; , +T 7., Y s�': o , ,-1-. 4 -, : %id,�i .� a` P � � 5; ',A- I f. A}l t,. \ni i ` , t c.r . ( S i,,- ,; ra!Ce }?<- n 941 - 480 -3333 941- 480 -3354 .park @ci.venice.fl }.us } 7, H t` �1 Vnn NY y4 4 ' 4. : ? ^v. : v "S .?.'' - a p c? A t.4 r tty.� i t c Sf 4 y T 4 k= x..+7,3 y ' ; p `��^ . , :'. j :vi ; J 3.z".' a '�' , �� • Q E: c eR �i -, L"" '7 . : , L , <S � , i,},. d li. <�SL ,. 5• �a 5 zr' ' �Y ".� .T{ �. } 'a.� � ttt��ng »;. ?_'S�v r. ��4,���31"�:?:' r c }>' ..c'' .,f= ,r_� {:. *?�i�r � Y.t�'.�._T��� ..'4`.Y.L i,�'..vc rte.. f� �s� y� 200 N. Warfield Ave. • £' y a - l � . ithn -v:', - s c .i - • . WW - `��`,", 4_,,.OW,3 ,`� fi (, t1YAN' .;tt-5', IN :3, ... -- �� "• r tit s?r` Ei- 1 n; , if' a y �' - l'r- .. 1 ,. i t�. r 'er` i' i 'P :-? C£� � �-- nil� �z.�a�.'i��: -��.Y. � _ �1 ef'�' -. �?� '�i;;£ � n5, is� �r. 7x�t�` �1: �-• k�:��;. z�C�.Y,'��s�:.. 's L'�r`�tY.�.�,L�,a� � gnr'"" _ Venice FL 34292 - ''1 �+'+td t ' _., r r Q, C Z� '1 � . + r s Y� t; i . _ Y �y >< cr - r ,� � a ' c * g S °' ' r ∎l Yt e ". � a � O + .,; 4 1�� ; `�,.∎,5'j -'' A r -0, „1 t o r � , t � � e'er l �3 ^Y � .F' `�.$ rj ��� � tit ,.`1...4!?.'`.}k' 4G'�?.!fi: 4 :tir.r`;$ N� �i� � �. � F ' 3 �.� .51. .�4�� . 1 .,�� .45 t 3/1/02 9/30/09 , ❑ YE s ❑ NO � nT j A .SF . '� f' i '�'E `3''S� � 1,, ;�.0 Ors=7y +�c�r ; rr ', 7= 74Ya ,; a�.' t`o 4��'ia: }. i .� € 2� � ? r�� n� �� �k� fi � � x s } ` �' �� t , � � <} :C '� �;+' SS ��S �v ' , 2 p? `�7� �� � c �, r + �� 1 kt�.�T3��4 `:a�i�3 �'� :r�'7.'.4� ��s.��`: ?ir� m'' �xy?_. t? #a,rf�.l!:?.;;!�,LS�!!` <, ;u'nY, � {� 2>'`t41w� � AS PER SECTION 8 QUALIFICATIONS OF THE GENERAL NOTES & REQUIREMENTS © Is this reference? • ❑Commercial ®Government []Industrial Which product(s) were provided? . 138.2.1 HL- GRSodium Hypochiorite *Still -provide service . ❑8.z.2 Chlorine Stabilizer work on Chemical System. ❑8.2.3 Sodium Bicarbonate • 08.2.4 Grade 100 Soda Ash 08.2.5 Muritic Acid • 08.2.6 Callum Chloride Flakes 08.2.7 Methanol 08.2.8 Jack's Magic Filter Fiber Stuff 08.2.9 Calcium Hypochiorite HTH . 08.2.10 Sodium Bisulfate Bisufate . . 08.2.11 Ammonium Sulfate 08.2.12 Vitec 1000 Anti Scalant • 08.2.13 Lubrizol AF600 Anti Scalant 08.2.14 Polymer / Clarifioc RC -9490 • • 08.2.15 Sodium Aluminate / 38 %, ❑ 8.2.16 Ammonium Sulfate Solution / CAS -N /A AS 4000 40 %(NH4) specification 08.2.17 Sodium Hydroxide Caustic Soda / NAOH CAS- 7732 -18 -5 NSF(Nattonal Sanitation Certification) IN 8.2.18 Sodium Hypochiorite . 08.2.19 Hydrochloric acid 18 Be 28% NSF(Natlonal Sanitation Certification) ill Was the product(s) provided In the last (3) three years? Ye s • . • REVISED ADDENDUM 1 - • - _ BIDDER REFERENCES FORM (COPY THIS FORM FOR ADDITIONAL REFERENCES) .'.v t ;2 - -, ` - :7.Dt c1 7.``.. --",:- r" , 4F , - , MWA' Z s^3 .� .l � l., .Y 3 � �a.�' _ � .. is •' 1k 3r rQ � .Fl S' , ... , Y l..- ∎i 'tV S' : Odyssey Manufacturing Company 111333HR Yr• far � �. 4'. A .S 'A Al;., ti r 1:.- e < s r . �. . ' 2 ... �` "ANY";'''' 3i :,_t r`., . {s .t . ... , City of Cape Coral b d� .. .v`2 � 1Z.r; � �i. '.te -1. g .:'.'.,;l .': . .$ t5}. h . -W i[T ...o_ ` . ' t 4 2:. rc ,c :l,.f ',2i .. a• i W! Andrew Penske RO Chief Operator 239 - 574 -0878 239 -574 -0882 fenskeaa @aol.com y 'Y7'�`� -. f fsf-� ,f �":h'y{ r ,45' ` {4, i 3 i Y{�'r v t 3 � ! hT c _ it a .,,, 3 - t , ifs 1�,�:� -�,'� � �4n��z� �iX�?�`S- ti���c��i#:'<� fn4 Fi :<eJ ;r� _ .W4K t 4247AP �3.10 P.O. Box 150027 • F t1 M £ iv - M , t"� S -- r. '.�( v' o * 4P> .. -'O7 L i Rzr Is i ... K n ti si t , } dw,,,t., N - 9h iC zs -_ t t fd? gr:F c i. y - t l . - r} al . Cape Coral FL 33915 _. 12/1/99 Present .:D YES ❑ NO 4 !p� it_v F.' �,�r gg 1 Y5 N "1 4i Y L w�t ♦t ,- . k n4- . � 's' i ..YF i :,-;', Y =1 h3 x,1.:.7 ,. t1 , . -gthl L{' a l? ,4:ag,rn -40 c AS PER SECTION 8 QUALIFICATIONS OF THE GENERAL NOTES & REQUIREMENTS © Is this reference? • ['Commercial GGovernment DIndustrlal Which product(s) were provided? 28.2.1 UItr - £H-HLOR Sodium Hypochiorite - - • 08.2.2 Chlorine Stabilizer 08.2.3 Sodium Bicarbonate 08,2.4 Grade 100 Soda Ash 08.2.5 Murltic Acid ' 08.2.6 Calcium Chloride Flakes 08,2.7 Methanol 08.2.8 Jack's Magic Filter Fiber Stuff . 08.2.9 Calcium Hypochiorite HTH 08.2.10 Sodium Bisulfate Blsufite 08.2.11 Ammonium Sulfate - 08.2.12 Vitec 1000 Anti Scalant • • 08.2.13 Lubrizol AF600 Anti Scalant 08.2.14 Polymer / Clardfoc RC -9490 08.2.15 Sodium Aluminate / 38 %, ❑ 8.2.16 Ammonium Sulfate Solution / CAS -N /A AS 4000 40 %(NH4) specification • . 08.2.17 Sodium Hydroxide Caustic Soda / NAOH CAS- 7732 -18 -5 NSF(Nationa! Sanitation Certification) 08.2.18 Sodium Hypochiorite 08.2.19 Hydrochloric add 18 Be 28% NSF(National Sanitation Certification) II Was the product(s) provided In the last (3) three years? Yes • REVISED ADDENDUM 1 - • -- -- .. _ _ .. . .. ., BIDDER REFERENCES FORM (COPY THIS FORM FOR ADDITIONAL REFERENCES) by s -R' s c- f, i • . - • Ri-r��fitz'�t ?a , e' {�'p, " ` � . 'E ' t �;� F � y! 2n , n., Od sse Manufacturing_ Company 111333HR ��'¢ �'� '� f ,� "� i}-_a - r•; ac ; e - f ,ss` ;N v � � �P L . ,.- g ,, �2 ca zI`'(� t 0 -. 4 ` Y t ' -- i ,z,-,0_ �$ . p i, k- .,t .# k , -, , y`K x ,e ^'FS Y� � . t �Jf'�'s' -, y. c i - , , - , F o 1 s E ,, u " .. 0 ads ` e ' u: a y�.. s � . '.a . c e. 7 Y tm 4.a 3 ; i,� • t: , ,' 4 . . i?h. I�, x L. C i Cit of Port Orange 4 L� yg a,) � Fiz' r-. ";T.- -�T.`:'TT`� T' y a4 t `....kdD _ ` (1'' '� V . Y 'i j � S '_ � N t �'R, 4;. .`.; -s- {y f }[ b . f i . h 3 .' '`d q1- j 3 . . 0 ;. ^'` ,L ' 'i� '01,'- 4. -f 'f'S ik,, I ;- -- ,,q_'tt'r ft T-. �F �. � nc� s n.-.� Irv. �.., x9 si�,f�'as ��� v. � 1s_,,.A .r1� ... �.�.., tc s .�'t �Y�-s. Steve Miller y Chief Operator —WTP ' N 0 �1 t:o ' 'q4'+F� PE A 1 " S`'-jv' , c:_ a �-�z ' : 1) 5r t Z a] tif€ °' S T _I... a i4 �. - -k s, ,t471.xr 4',2:1 r' . '.it��t �t�,s�' >r t j� �z� ��������� n� �� , d�, > t E i�- - 386-756-5380 386 - 756 -5381 stmiller @ 2 port— oran:e.or: 5 ', �" \ eY4 `' W `'r p+ .Wk''''y� s T- i'- f6~l�' arc ij° X-C .:24,vw.„ . 4k.. `,- � '" y 4 ` 4 ,.S�r ` "j .. ,%. 4400 Wellfield Rd. - 1' f JzT' t : flay T i-�,k� .f it a n'r 3 : , �. 4 V '''.'" k t� �. fi ' J Y� `7 j "1"'�`'t�, y i st4r ry u� r £� ��''r`� s `x � V �' -� iz�' �•� "�s� v � ! � L ^� �• d- , 4 Y h G 9 V mot {� `, i f M } ' � -g I - -it,f- s n 92� 1 s t . t... F „ i �;�r,.x _�y.s.E. ,4 .:. fi,_ 7; t4 _'�Yl�i ;. � t�'��r .i_�5. � �. Port Orange YES ❑ No ,�� 4 w• S 1"' —! +,r �+ � iY ` � a.} ✓ �. �sf 2i YF; � � °b" 2 �� OR t atk a 9 a j' ✓ p , . '� '`� z� ` �'' i i i ° � �n 'h 'fi to i ' - - 7 ( " -�I ; , " k t Er ,--!, , c -,i;F 0 ;?.. 'is i 9�iiiv - i3 � �Jt`:.' ,^. E H '. 1 � '�A -a .ft : a` } , 4 . +1,1- . U '. £!Y.rc_ - 10/1/08-9/30/09 10 /1 /10— Present . 4 -, � } i .-7,i ' SfY lio-:Y�.r f } ' }Y '�."ai,,d.`, .; -j,.4 At p� : 4F ~ sF: S oh; M1y '� F�1.`X��. 1 ,,," twv:0 t� -'0%.' p -� w F.,. s; ' r f5tt .,f ,.e4,- f 7 2 a'5,.u43774 4fi ik,„ J }rS 3 §.�i ,gt1'si.t' Sr .,,f, tgA-A �f �r s7 r .n•. AS PER SECTION 8 QUALIFICATIONS OF THE GENERAL NOTES & REQUIREMENTS © Is this reference? • ❑Commercial geGovernment ❑Industrial • Which product(s) were provided? . 138.2.1 Ultra-GI-IL-9R Sodium Hypochlorite 08.2.2 Chlorine Stabilizer 08.2.3 Sodium Bicarbonate 08.2.4 Grade 100 Soda Ash 08.2.5 Murltic Acid 08.2.6 Calcium Chloride Flakes ❑8.2.7 Methanol 08.2.8 lack's Magic Filter Fiber Stuff 08.2.9 Calcium Hypochlorite HTH ❑8.2.10 Sodium akeifate Bisufite 08.2.11 Ammonium Sulfate 08.2.12 Vitec 1000 Anti Scalant • 08.2.13 Lubrizol AF600 Anti Scalant 08.2.14 Polymer / Clarifloc RC -9490 - ❑8.2.15 Sodium Aluminate / 38%, ❑ 8.2.16 Ammonium Sulfate Solution / CAS -N /A AS 4000 40%(NH specification 08.2.17 Sodium Hydroxide Caustic Soda / NAOH CAS- 7732 -18 -5 NSF(Natlonal Sanitation Certification) . I 8.2.18 Sodium Hypochlorite 08.2.19 Hydrochloric acid 18 Be 28% NSF(Natlonal Sanitation Certification) II Was the product(s) provided in the last (3) three years? Yes ; rte • ODYSSEY MANUFACTURING CO. Odyssey Manufacturing Co. Sodium Hypochlorite Reference List - Bob Polizzi, City of Edgewater, WTP Superintendent, 386 -424 -2490 - Cliff Morris, Bonita Springs Utilities, East WRF Superintendent, 239 -495 -4247 Tom Milazzo, Bonita Springs Utilities, RO Chief Operator, 239- 390 -4823 - Scott Berge, Pasco County, WT Maintenance Manager, 727 - 847 -8145 Jim Kaplan, Pasco County, Chief Water Operator, 727 - 834 -3255 - Shawn Kopko, City of Cape Coral, Water Production Supt, 239 - 242 -3423 Andy Fenske, City of Cape Coral, Chief Operator, 239 - 242 -3411 Brian Fenske, City of Cape Coral, Everest WWT Plant Supt, 239 -574 -0872 - Keith McGurn, City of Bradenton, WT Superintendent, 941- 727 -6366 - Mike Richardson, JEA, WTP Superintendent, 904- 665 -6819 - Ron Weiss, City of Marco Island, RO Plant Supervisor, 239 -642 -5405 Jeff Poteet, City of Marco Island, Utility Operations Manager, 239 -389 -5181 - Tim Gregory, TOHO Water Authority, WT Superintendent, 407- 518 -0613 - Jim Smith, City of Deltona, Operations Manager, 386- 575 -6800 - Scott Ruland, City of Deltona, Utility Superintendent, 386 -574 -2181 - Pat Henderson, City of Palm Coast, WWT Chief Operator, 386 -986 -2343 Pete Roussel!, City of Palm Coast, RO Plant Chief Operator, 386- 931 -8014 Jim Hogan, City of Palm Coast, WT Manager, 386 -986 -2374 - Cal Boris, Applied Specialties, Power Plant Consultant, 813 -390 -3138 - Bill Kuederle, Manatee County, WTP Superintendent, 941 -746 -3020 - Chad Denny, Lee County, WT Superintendent, 239 - 694 -4038 Dennis Lang, Lee County, Utility Operations Manager, 239- 481 -1953 - Mike Missoff, Sarasota County, WT Superintendent, 941 - 316 -1371 Jim Conley, Sarasota County, WT Manager, 941- 861 -1510 Verne Hall, Sarasota County, Utility Operations Manager, 941 - 861 -0501 - Sam Butler, City of Ormond Beach, WWT Superintendent, 386- 676 -3592 - Steve Park, City of Venice, Chief WT Operator, 941 - 486 -2770, Ext. 236 - Andrew Greenbaum, WT Superintendent, Tampa Bay Water, 813 -910 -3246 - Shannon Roberts, Polk County, WT Operations Supervisor, 863- 298 -7919 Mark Lowenstine, Polk County, Utility Operations Manager, 863 - 298 -4100 - Marvin Drake, Plant Chemist, Indiantown Co- generation plant, 561 - 597 -6500 - Kay McCormick, Hillsborough County, Water Manager, 813- 264 -3815 Mark Lehigh, Hillsborough County, Water Manager, 813 -744 -5544 - Terry Carver, City of Winter Haven, WWT Superintendent, 863- 291 -5763 Steve Warder, City of Winter Haven, WT Superintendent, 863 - 291 -5767 - Dale Waller, Collier County, South WWT Plant Chief Operator, 239- 597 -5355 Jon Pratt, Collier County, North WWT Plant Chief Operator, 239 - 597 -5355 - Steve Miller, City of Port Orange, WT Chief Operator, 386 -756 -5380 - Pete Williams, FP &L Indiantown, Plant Chemist, 772 -597 -7387 - Robbie Parks, United Water, Operations Manager, 904 - 260 -5562 - Jim Parks, City of Stuart, WTP Superintendent, 772 - 288 -5343 ➢ � � . r _ :, ` -'„C .U l r; .l:— i -'•f i _, ,y. ..: J 2. + 1 i T .5 _ ._ 'I5 — i :Y 4 iFi t :1 � la S ''.'S]� .iK ;• . ` 1. 7`ti - `Y Y. .'•^ 1 1 . � 7 � r `- T. v� `�_ � 5 ? L i T THE'' CL EAR SOLUTION it 1484 MASSARO BLVD • TAMPA, FL 33619 • (813) 635- 0339 - • FAX (813) 630 -2589 I I I Page Two of Odyssey Manufacturing Co. Reference List: - David Parker, St. Johns County, WWTP Superintendent, 904- 209 -2642 - Jamie Hope, Gainesville Regional (GRU), WRF Director, 353- 393 -6616 - Steve Bozman, Charlotte County, East WRF Superintedent, 941 - 764 -4595 Stephen Kipfinger, Charlotte County, Water Superintendent, 941- 764 -4555 - Bob Dick, ST Environmental, South Area Manager, 239 - 707 -4275 - Gerry Lebeau, Woodard & Curran Inverness Project Manager, 352 - 474 -9051 - Jon Meyer, U.S. Water, South Area Manager, 239 - 989 -9791 - Bill Johnston, City of Eustis, WWTP Manager, 352 -357 -3777 - Greg Turman, City of Clearwater, RO Plant Superintendent, 727 - 462 -6236 - Craig Dough, City of Tallahassee, WWTP Superintendent, 850 -891 -1335 - Al Purvis, City of Leesburg, WTP Superintendent, 352- 728 -9843 - Bob Bogosta, City of Ocala, 352 -351 -6682 - Carlos Torres, Orange County, WTP Supervisor, 407 -254 -5405 • 1 1 . Sara ota County IMMIGRATION $TATUS AFFIDAVIT Contractor agrees that It shall confirm the employment eligibility of all employees through participation in E- Verify or an employment eligibility program approved by the Social Security Administration and will require same requirement to confirm employment eligibility of all subcontractors. Contractor acknowledges and certifies that any person assigned to perform services hereunder meets the employment eligibility program requirements of the State of Florida and the United States of America. . I certify that the company shown below is in compliance and that I am authorized to sign on its behalf, RFP or Bid# 111333HR Business Name: Odyssey Manufacturing Company Business Address: 1484 Massaro Blvd. Tampa, F1 33619 Phone Number: 813 635 -0339 Fax Number: R11-630-45E0 Email: Pallman @odysseymanufacturing.com I, Patrick Allman (print name), the General Manager (title) of Odyssey Manufacturing Company (firm name) swear or affirm that all the information on this affidavit and submitted with this bid or proposal Is tri'e, and that I • m authorized to complete this affidavit on behalf • - ; r A or Signature: 111M �� -Date: 2/14/2011 • Notary The foregoing affidavit was subscribed and sworn to before me on this •cw day of , 20 t k . th „....,,..e...„ • SEAL Notary Public: N . ,,.liciinor ° C •� mission Expires: 3 S� 1l=- . 4 [= ;; -MUM •' xteq►_Oaf4 012 ISA -1 • • fat' - • • • • s: • MAN I Oj.JNT'Y. FLQ A . • • • . . To Whom It May Concerti: • - • • • We have received a request for information.concernirg " Local Business Tax Receipt'. Unincorporated, Manatee .County does not have a • "Local Business Tax .Receipt” - (previously known as "Occupational License "), at-this time. This is not to be ifiised with the construction contractor licensing, which is a requremept by the ; State of Florida (FSS, Chapter 489). If you need. additional. information, -please- contact-our department at R41)149-3047 .(option 4, *3800). Manatee County Building DOpaftmetit • •••• • • • • • • • • • Building Deportment Mailing Address: P. 0. Box 1000. Bradenton. FL 34206 s Street Address: 1112 Manatee Ave. W.. l Floor. Bradenton. FL 34205_ . PHONE: 941 -749 -3047 * FAX: 941 -749 -3098 (Building ArFmir:igtmtion) 941- 742 :5815 (permitting] Inne:un aternaRee'.oIg • LARRY BUSTLE * OWENDOLYN BROWN • JOHN R. CRAPPIE t RON GETALAN • DONNAHAYES < CAROL WHITMORE ' JOE I+1CCT. ASH District Th•,t :rt n..M•.• • • ODYSSEY MANUFACTURING CO. • MATERIAL SAFETY DATA SHEET REVISED 1/11/10 SECTION I CHEMICAL PRODUCT AND COMPANY IDENTIFICATION ODYSSEY MANUFACTURING CO. EMERGENCY RESPONSE NUMBER: 1484 Massaro Boulevard 1- 800 - ODYSSEY (FLORIDA) Tampa, Florida 33619 1 -813- 635 -0339 (OUTSIDE FLORIDA) 1 -813- 635 -0339 (24 hours) 1 -813- 340 -9093 (Control Room Cell Phone) SUBSTANCE: SODIUM HYPOCHLORITE TRADE NAME: Ultra -CHLOR CHEMICAL NAME/SYNONYMS: Sodium Hypochlorite Solution, Bleach Solution, Bleach Liquor, Hypo - solution, Bleach, and Liquid Bleach. CAS NUMBER 7681 -52 -9 CHEMICAL FAMILY: Alkali FORMULA: NaOC1 DOT PROPER SHIPPING NAME: Hypochlorite Solution DOT HAZARD CLASS: 8 (Corrosive) PG III; PG II (For solutions greater than 16% available chlorine) DOT IDENTIFICATION NO: UN1791 RQ: 100 pounds (Approximately 100 gallons of Odyssey Ultrachlor 12.5 Trade Percent Sodium Hypochlorite) DOT EMERGENCY GUIDE NO: 154 SECTION II COMPOSITION, INFORMATION ON INGREDIENTS INGREDIENT(S): Sodium Hypochlorite (NaOC1) 10.0 - 20.0% wt Sodium Hydroxide (NaOH) 0.1 - 0.4% wt Water (H 79.7 - 89.9% wt SECTION III HAZARDS IDENTIFICATION NFPA CLASSIFICATION (SCALE 0-4): Health =2 Fire=-0' Reactivity =l EC CLASSIFICATION (ASSIGNED): C (Corrosive) EMERGENCY OVERVIEW COLOR: Yellow PHYSICAL FORM: Liquid ODOR: Chlorine Odor MAJOR HEALTH HAZARDS: Respiratory Tract Bums, Skin Burns, Mucous Membrane Bums, and Eye Irritation HAZARDOUS MIXTURES WITH OTHER LIQUIDS, SOLIDS, OR GASES: Reacts violently with acids liberating chlorine gas. Also reacts with organic substances. Reaction with water is not exothermic. 1 ,P OTENTIAL HEALTH EFFECTS INHALATION: • SHORT TERM EXPOSURE: Irritation to respiratory tract. May have same as effects reported in other routes of exposure, burns, blisters, nausea, difficulty breathing, and lung congestion. • LONG TERM EXPOSURE: Same as effects reported in short term exposure. SKIN CONTACT: • SHORT TERM EXPOSURE: Irritant, reddening of the skin. May have burns, blisters, and itching • LONG TERM EXPOSURE: Same as effects reported in short term exposure. EYE CONTACT: • SHORT TERM EXPOSURE: Irritation (possibly severe), possible eye damage • LONG TERM EXPOSURE: Same as effects reported in short term exposure. INGESTION: • SHORT TERM EXPOSURE: Bums, vomiting stomach pain, disorientation, bluish skin color, convulsions, coma • LONG TERM EXPOSURE: Same as effects reported in short term exposure. CARCINOGEN STATUS OSHA: N NTP: N IARC: N SECTION IV FIRST AID MEASURES INHALATION: Remove from exposure and get fresh air. Use a bag valve mask or similar device to perform artificial respiration (rescue breathing) if needed. Keep warni and at rest. Get medical attention immediately if artificial respiration is required. SKIN CONTACT: Remove contaminated clothing, jewelry, and shoes immediately. Flush affected area with large amounts of water, preferably a safety shower. Use soap or mild detergent and large amounts of water until no evidence of chemical remains (at least 15 -20 minutes). For burns, cover affected area securely with sterile, dry, loose fitting dressing. If skin is burned, get medical attention immediately. EYE CONTACT: Wash eyes immediately with large amounts of water, occasionally lifting upper and lower lids, until no evidence of chemical remains (at least 15 minutes). Continue irrigating with a normal saline solution until ready to transport to physician. Cover with sterile bandages. Get medical attention immediately. INGESTION: Rinse mouth with water. Drink large quantities of mills (water if no milk is available). Milk of magnesia may be helpful. DO NOT USE ACIDIC ANTIDOTES SUCH AS SODIUM BICARBONATE. When vomiting occurs, keep head lower than hips to help prevent aspiration. If person is unconscious, do not induce vomiting and turn their head to the side. Never make an unconscious person vomit or drink fluids. Get medical attention. NOTE TO PHYSICIAN: For inhalation, consider oxygen. For ingestion, avoid gastric lavage, emesis, sodium bicarbonate and acid solutions. Consider the use of antacids. SECTION V FIRE FIGHTING MEASURES FLASH POINT: Non - flammable FLAMMABLE LIMITS: Non - flammable FIRE AND EXPLOSION HAZARDS: Negligible fire hazard. Toxic fumes can be liberated by contact with acid or heat. EXTINGUISHING MEDIA: Regular dry chemical, carbon dioxide, water, or foam suitable for surrounding fire. For large fires, use regular foam or flood with fine water spray. FIRE FIGHTING: Wear self - contained breathing apparatus and full protective clothing. Move container from fire area if it can be done without risk. Cool containers with water spray until well after the fire is out. Stay away from the ends of tanks. Use extinguishing agents appropriate for surrounding fire. Do not get water directly on material. For large fires, flood with fine water spray. Reduce vapors with water spray. Apply water from a protected location or from a safe distance. Avoid body contact or inhalation of material or combustion by- products. Stay upwind and keep out of low areas. 2 SECTION VI ACCIDENTAL RELEASE MEASURES OCCUPATIONAL RELEASE: Do not touch spilled material. Stop leak if possible without personal risk. For small spills, collect spilled material in appropriate container for disposal and consider absorbing with sand or other non - combustible material (e.g., do not use sawdust or other combustible material). Be advised, however, that the use of absorbing material is creating hazardous waste and this absorbing material must now be disposed of properly. Collect spilled material in appropriate container for disposal. For small dry spills, move containers away from spill to a safe area. For large spills, dike for later disposal. If possible, do not allow material to enter sewers, streams, ponds or storm conduits as concentrated solutions will seriously injure aquatic life. Keep unnecessary people away, isolate hazard area and deny entry. Contain in as small an area as possible, such as a holding area for dilution and neutralization. Contain spill in plastic drums when available. Dispose of in accordance with Federal, State, and local regulations. Personnel engaged in cleanup operations must be equipped with NIOSH approved respirator protection, rubber boots, gloves, and clothing to avoid body contact. Reportable Ouantity (RO): 100 pounds (approximately 100 gallons of Odyssey Ultrachlor 12.5 Trade Percent sodium hypochlorite). In the event of a spill (e.g., defined as any release to the environment), call Odyssey Manufacturing and/or the emergency contact numbers as soon as possible. For releases higher than the Reportable Quantity (RQ), you must notify either the State Emergency Response Commission (U.S. SARA Section 304) at (800) 320 -0519 or the National Response Center at (800) 424 -8802 or (202) 426-2675 (CERCLA Section103). Both are tied together and will communicate to the other. ADVANCE PLANNING: Plan in advance for an occupational release and have necessary equipment and neutralization agents on -site. Contact Odyssey Manufacturing for assistance. SECTION VII HANDLING AND STORAGE Store in vented, closed containers that provide protection from direct sunlight. Keep separated from incompatible substances and do not store near acids, ammonia, heat, or oxidizable materials or organics. When handling, do not mix with other cleaning agents that may liberate chlorine gas vapors (e.g., acidic agents). Store and handle in accordance with all current regulations and standards. SECTION VIII EXPOSURE CONTROLS AND PERSONNEL PROTECTION EXPOSURE LIMITS: 2 mg/m3 ATHA recommended STEL 15 minute(s) for Sodium Hypochlorite VENTILATION: Provide local exhaust ventilation system. Ensure compliance with applicable exposure limits. EYE PROTECTION: Splash goggles are preferred to a faceshield. Another option is to wear splash resistant safety goggles with a faceshield. Provide an emergency eye wash fountain and quick drench shower in the immediate work area. CLOTHING: It is recommended to wear appropriate chemical resistant clothing to avoid body contact such as a rubber apron or rain suit. Boots are preferred for footwear. GLOVES: Wear appropriate chemical resistant gloves. RESPIRATOR: Under conditions of frequent use or heavy exposure, respiratory protection may be needed. Respiratory protection is ranked in order from minimum to maximum. Consider warning properties before use. • Any chemical cartridge respirator with organic vapor cartridge(s). • Any chemical cartridge respirator with a full facepiece and organic vapor cartridge(s) • Any air - purifying respirator with a full facepiece and an organic vapor canister • Any supplied -air respirator with full facepiece and operated in a pressure -demand or other positive- pressure mode in combination with a separate escape supply (Use for Unknown Concentrations or those that may be Immediately Dangerous to Life or Health) • Any self - contained breathing apparatus with a full facepiece (Use for High Concentrations or those which are immediately Dangerous to Life or Health) SECTION IX PHYSICAL AND CHEMICAL PROPERTIES PHYSICAL APPEARANCE: Liquid APPEARANCE AND ODOR Clear - Chlorine odor like household bleach. COLOR: Greenish —Yellowish cast MOLECULAR WEIGHT: 74.44 MOLECULAR FORMULA: Na -O -CI 3 BOILING POINT: Degrades at 230 Degrees Fahrenheit FREEZING POINT: 7 Degrees Fahrenheit SPECIFIC GRAVITY: 1.15 - 1.17 at 60 Degrees Fahrenheit PH: Approximately 11 -13 VAPOR PRESSURE (mm HG): Vapor Pressure of water + decomposition product Vapor Pressure VAPOR DENSITY: Not Available SOLUBILITY IN WATER: Complete VOLATILITY: Not Available EVAPORATION RATE: >1 COEFFICIENT OF WATER /OIL DISTRIBUTION: Not Available SECTION X STABILITY AND REACTIVITY REACTIVITY: Stable at normal temperatures and pressure. CONDITIONS TO AVOID: Avoid heat, flames, sparks and other sources of ignition. Dangerous gases may accumulate in confined spaces. May ignite or explode on contact with combustible materials. INCOMPATIBLES: Acids, metals, amines, combustible materials, reducing agents. Specific reactions with sodium hypochlorite include the following: ACIDS: Violent reaction. ALUMINUM: Corrosive action. AMINES: Form explosive chloramines. AMMONIA: Form explosive chloramines. AMMONIUM SALTS: May form explosive product. BENZYL CYANIDE (ACIDIFIED): Explosive reaction. CELLOLOSE: Violent reaction ETHYLENEIMINE: Forms explosive 1- chloroethyleneimine. FORMIC ACID: Explosive mixture. METHANOL: May form explosive compound. NITROGEN COMPOUNDS: Forms explosive N- chloro compounds. ORGANIC AND COMBUSTIBLE MATERIALS: Fire and explosion hazard. OXALIC ACID: Intense reaction • REDUCING AGENTS: Fire and explosion hazard ZINC: Corrosive HAZARDOUS DECOMPOSITION: Thermal decomposition products -- Chlorine and Hydrochloric Acid Vapors Decomposition Products — Hypochlorous Acid Vapors POLYMERIZATION: Will not polymerize. SECTION XI SODIUM HYPOCHLORITE TOXILOGICAL INFORMATION IRRITATION DATA: 10 mg eyes — rabbit moderate TOXICITY DATA: Igm/ kg oral - woman; TDLo; 45mg/kg intravenous -man TDLo; 5800 mg/ kg oral -mouse LD5O; 140 mg/ kq /9 week(s) continuous oral -rat TDLo CARCINOGEN STATUS: According to the IARC, animal inadequate evidence, human no adequate data, Group 3 (Hypochlorite salts) LOCAL EFFECTS: Corrosive: inhalation, skin contact, eye, ingestion hazards ACUTE TOXICITYLEVEL: Slightly Toxic if ingested MUTAGENIC DATA: Mutation in micro organisms — Sahnonella typhimurium lmg / plate ( -S9); DNA repair — Escherichiacoli 20ug/ disc; DNA damage —Esoherichiacoli 420 umol/L; phage inhibition capacity — Esoherichiacoli 103 ug/ well; micronucleus test - non- mammalian species multiple 200 ppb; cytogenetic analysis - non- mammalian species multiple 120 ug/ L; cytogenetic analysis — human lymphocyte 100 ppm 24hour(s); sister chromatid exchange — human embryo 149 mg/ L; cytogenetic analysis — hamster lung 100 mg/ L HEALTH EFFECTS: INHALATION ACUTE EXPOSURE: May cause severe bronchial irritation, sore throat with possible blistering, coughing, 4 stomatitis, nausea, labored breathing, shortness of breath and pulmonary epedema. 10-20 mg/m3 causes burning of the nose and throat; 40 -60 mg/m3 may be fatal. If sufficient amounts are absorbed, may cause effects as detailed in acute ingestion. CHRONIC EXPOSURE: No data available. SKIN CONTACT ACUTE EXPOSURE: Extent of damage depends on concentration, pH, volume of solution and duration of contact. May cause redness, pain, blistering, itchy eczema and chemical burns. Sensitization reactions are possible in previously exposed persons. CHRONIC EXPOSURE: Effects depend on concentration and duration of exposure. Repeated or prolonged contact with corrosive substances may result in dermatitis or effects similar to acute exposure. Allergic dermatitis has also been reported. EYE CONTACT ACUTE EXPOSURE: May cause redness, pain, and blurred vision. Solutions of 5% splashed in human eyes have caused a burning sensation and later only slight superficial disturbance of the corneal epithelium which cleared completely in the next day or two without special treatment. However, one animal study reports a 5% solution causing only moderate irritation with clearing within 7 days. A higher concentration of 15% tested on rabbit eyes caused immediate severe pain, hemorrhages, rapid onset of ground -glass appearance of the corneal epithelium, moderate bluish edema of the whole cornea, chemosis and discharge for several days. Such eyes have sometimes healed in 2 -3 weeks with slight or no residual corneal damage but they had neovascularization of the conjunctiva and distortion of the nictitating membrane by scarring. CHRONIC EXPOSURE: Depending on concentration and duration of exposure, symptoms may be as those of acute exposure. INGESTION ACUTE EXPOSURE: May cause irritation and erosion of the mucous membranes, vomiting (possibly bloody) and abdominal pain and spasms. A drop in blood pressure, shallow respiration, edema (possibly severe) of pharynx, larynx, and glottis, confusion, convulsions, delirium and coma may occur. Cyanosis and circulatory collapse are possible. Esophageal or gastric perforation and strictures are rare. Death may occur, usually due to complications of severe Local injury such as toxemia, shock, perforations, hemorrhage, infection and obstruction. Massive ingestions may produce fatal hyperchloremic metabolic acidosis or aspiration pneumonitis. CHRONIC EXPOSURE: Sensitization reactions are reported in individuals who are exposed in small amounts through their water supply. High doses have caused sperm abnormality in mice. SECTION XII ECOLOGICAL INFORMATION ECOTOXICITY DATA: FISH TOXICITY: 94.0 ug/L 96h hour(s) LC5O (Mortality) Cutthroat trout (Oncorhynchus clarki) INVERTEBRATE TOXICITY: 31.6 ug/L 7 hour(s) 1050 (Species Diversity) Protozoan phylum (Protozoa) ALGAL TOXICITY: 90 ug/L 96 hour(s) LC5O (Mortality) Algae, phytoplankton, algal mat (Algae) PHYTOTOXICITY: 230 ug/L 35 hour(s) (Biomass) Curled pondweed (Potamogeton crispus) OTHER TOXICITY: 2.1 ug/L 28 day(s) (Chlorophyll) Aquatic community (Aquatic community) ENVIRONMENTAL SUMMARY: Highly toxic to aquatic life. SECTION XIII DISPOSAL CONSIDERATIONS Subject to disposal regulations: U.S. EPA 40 CFR 262. Hazardous Waste Number(s): D001. Dispose in accordance with all applicable regulations. • SECTION XIV TRANSPORT INFORMATION U.S. DOT 49 CFR 172.101 SHIPPING NAME-UN NUMBER: Sodium Hypochlorite) - 1JN1791 U.S. DOT 49 CER 172.101 HAZARD CLASS OR DIVISION: 8 U.S. DOT 49 CFR 172.101 PACKING GROUP: III (less than 16% available chlorine) / II (16% or more available chlorine) U.S. DOT 49 CFR 172.101 AND SUBPART E LABELING REQUIREMENTS: Corrosive U.S. DOT 49 CFR 172.101 PACKAGING AUTHORIZATIONS: 5 EXCEPTIONS: 49 CFR 173.154 NON- BULK PACKAGING: 49 CFK 173.203 (less than 16% available chlorine) / 49 CFR 173.202 (16% or more available chlorine) BULK PACKAGING: 49 CFR 173.241 (less than 16% available chlorine) / : 49 CFR 173.242 (16% or more available chlorine) U.S. DOT 49 CFR 172.101 QUANTITY LIMITATIONS: PASSENGER AIRCRAFT OR RAILCAR: 5 LITERS / (less than 16% available chlorine) / 1 LITERS (16% or more available chlorine) CARGO AIRCRAFT ONLY: 60 LITERS / (less than 16% available chlorine) / 30 LITERS (16% or more available chlorine) SECTION XV REGULATORY INFORMATION U.S. REGULATIONS TSCA INVENTORY STATUS: Y TSCA 12(b) EXPORT NOT FICATION: Not listed. CERCLA SECTION 103 (40CFR302.4): Y SODIUM HYPOCHLORTTE: 100 LBS RQ SARA SECTION 302 (40CFR355.30) : N SARA SECTION 304 (40CFR355.40) : N SARA SECTION 313 (40CFR372.65) : N SARA HAZARD CATEGORIES, SARA SECTIONS 311/312 (40CFR370.21): ACUTE: Y CHRONIC: N FIRE: N REACTIVE: N SUDDEN RELEASE: N OSHA PROCESS SAFETY (29CFR1 S 10.119): N STATE REGULATIONS: California Proposition 65: N EUROPEAN REGULATIONS: EC NUMBER (BINECS) : 231 -668 -3 EC RISK AND SAFETY PHRASES: R 31 Contact with acids liberates toxic gas. R 34 Causes burns. S Va Keep locked up and out of reach of children. S 28b After contact with skin, wash immediately with plenty of soap and water. S 45 In case of accident or if you feel unwell, seek medical advice immediately (show the label where possible) S 50 Do not mix with incompatible materials. CONCENTRATION LIMITS: C>10% C R 31 -34 5 % < =C < =10% Xi R 31-36/38 GERMAN REGULATIONS: WATER HAZARD CLASS (WGK) : 2 (Official German Classification) SECTION XVI OTHER INFORMATION For additional information, contact our technical service department. Information contained in this MSDS refers only to the specific material designated and does not relate to any process or use involving other materials. This information is based on data believed to be reliable, and the Product is intended to be used in a manner that is customary and reasonably foreseeable. Since actual use and handling, are beyond our control, no warranty, express or implied, is made and no liability is assumed by Odyssey Manufacturing in connection with the use of this information. 6 'A i " K:•.'' ., „ ..... , • , . , 0 . , N SF Live safer , _„... , _ :" • N 0 IL -v r•L'r . • ,,. . - - -,,-:. ,- •.:...:--,„.-,,,,..---...,-,.,,-, ._.,..„ ....---.,,, .-.4„,,,,,....,,„, ,_::.,,-,.,.- ,,,,,,,,,,.....„,-..-.,_ ,-.,. ,,, .- , . .,,•,•• . ,,,3; , 5.,F.- , , r- ' - 1 - - - 104 :.c•: '_ . • 1 Customer: Odyssey Manufacturing Company , .:•,.F . • ,., • . ' eg i l _•-•-As.? g1, ;!:-,,:;,,,, ,,- _.-- ,-; it ,-,/,•:;,,,,, ,t : .,':- - ..c..c ., :-,. _-*,-, ...1,..:,( 7, .,•,;;•.!'•••• -.'■ i II ,:!..'-` '-''-'. ' " : *■3 '‘ .; -= ' s ‘'`: t `. ,',.- - CLIENT .. ,::',-,' -..7..-..1,41— 4 ,, ,, ,i - i. ,, i,:7,61.,-;-- ,, , ,,,.i • . .:;:4 s ' ''''- 6' • ': Attention: Mr. Patrick H. Allman ; ,..:',. • ■`;•_;:: 'f. -. ”- *s., %, _ J C'e',Q.T.C5 1" ,7■esP ''V 'It !: " • - -'' ; 4 4 , 7 , •:, "; t 1: - • '' :ifi'& ' ze•-5-*!; , -.„ . • . . ri . ='-if.. ----..: -,..,- • • ., .•,-, • 1 , _..2-::r.'. ' t-.-, • ,. 7,f. a•- .• ''> , 1, - 44 , ••• ",' .• If -- ',..--- • -:- k--`;' `<4.5/it -IV _''' t s lIT-:?•. 4,-- = „i -.-n...-A.,*2.,o,` .,---, '., .....,..,. ,4 ..i• .' --. , - ' ,'•''.- ' , -... , 5 ■ 4=',.. A...tr. S ,'' if• :',..',.;,f. , . 3 - ;_r - 1 , .., :"?...,./,',4-; "7" .;',;,--4,-, tn-,7t, - -..-- `,..,-- - . ' '-.- -- ._- -,: •'- ,,...c.7 -- "- ,t'..- - .., 'i , . - ,..- -,, ie.'', •"1.--:' . .,, ,'",•-,r,„ ,:;•",: -',. ,'.• , - - "k- - 'i.,_ -*,..' --, -,-;:--_ :-' A -, -...l.. -,,- .`Z.s.?i, ' - c't "..., `:...-V-` -. ':".C. I■tr 1 0, 4'4, ---= , '-, '-:' ----- ' ,- '-: ,-- 5,p - 4 . -.:1•'-_22-‘''' - t- -4.-..:. - , - ,_ ,,i,;' `,.: , "....,'":.,,,,,,,,,, : r 7 , , ,,,s , ,,,-.; : ;„ 1,-„,:i..: ‘,":--.`;`- '''...., '/' -, '.:; , .,' , ': ',1 11 - '5 ., : ‘ ',"/, 'V.' ', ' ', '. - ,. :" 1 .' ' -' ' 4. ' ' ' '' ' , ' , : '..- 'e ' %ai '''' • '''::*, , ' ,:' : :, ' ' - , , • . -, : - 1 Sample Description: Sodium Hypochlorite OP. -..-...-$`--., '- '' -• "' 1 ;4..,..‘ ',.• -0,- .,.:--: ‘ , .; . '.., ',,, - • ...,1 I; , . - t i - 44••• ,...- ,-*''' ' c• "- .. -, -,. ''', --., .' • • ;',. 1 Trade Designation: Ultachlor ,: -.,.,...-,...-,,-. , i I . " ' : ' ' 1 Evaluation Standard: NSF/ANSI Standard 60 , -. - - ' " ...:.,-,- ..,,c.',, . ,., - ,' , REQUESTED ' -' ''' _, , ,` 1 Status: • Pass • - 1.,;(..'. - „J • ,-;,,, - . :•_ . ,,, I .1,v,.,,,•-' ,, • '' - ,I Report: 11:AUG i • ._ .• ... i . . ' ' :,,,0-....,-- . ,- ..,....7 0..... ,.• , ,,,,,',...-= ,...."-„, -■ t ,_,,,, z ,': If., M.i', , ,1 1 4 ` ' ` - "E', 1. .: , • ' ' ' • , ,`: , , ...' r * ,', '- '. -.. P ., . • ' - ,. ■, ' .' ' . ' .. ' i: '.' '...' ' '',.',:.' ' 1: ::'- '''' ' ''' ','. i C7 : 1' .;;‘ , s". t i.-: 7 4 : '''',.. ; ■'''''••,;.;-:••■1 :-:'.: ');',1--;".'..',.' '.',"! '''''''" , ■-:, . ' ' ' \ '1, 1i r ',...'‘ '1''. ‘ 1:3 ' 4 % q; . ',.' i, .." ' ' 4 - ' ::- ■ ''- . : 7-.'-' ' i t .- '': ' -1 '',..:', . '.. ' ' t.; -''' ' . '),.( ,' ..C. .... i ■• : 4 v ? -, .„ ' .=•,;,----:,:• .' i t. '' • 'c '' - ',' , , " . ; ...' ?,...- - 4_ a ici ; 4, 'I ' '' ,' ‘ ' .3.;;, - ,i: . :::• . ',',,,: "' . . 2, 1-: - -Y 7 'A l .'„,;;;:.',- , , , ...0', •;-:. r . •.; , ' :„ ':.' •:_,,,-; ‘. 441r,,i' . ,,:„ . • - c''' . S' 4 1, ' , '- .: ' • ■? :s Iv:: ; 's - • 3 - - -- ., • .-.._ z- . t- •.•• - , . - ■1- . L - , - . - . • . .., , ; 1 , -'-' -"..."•''-:-.,.-- r “' ,4-.a ' -,•:-. - , ,,s.: 1- 7:: ' -,*.,' Project Manager: Soncea Braden-Mccann . .--. - ..!. , ..,_,,,,,,._ ' - - 1 ',",•,• ‘i l'1 _ r•,-. - ,. ,' *-:-, .,, i; NSF Program: 0045 - DWA Std. 60 (Health Effects , ,L ,,,, ' - , -,. , ,, , V , '''' ' ''''-' , --,-' Testing) . .;.... . -- • — - 4.. ', ..,- - i ': - ' 441-.4 *4'-'•' - t r•w'' . " t''''''''` . :: NSF INFO Report ID: 25071 A-00044937 .--.• ,4 roAnWv..,-,.."- ,, ,,.- .6:-.-5,./..,.. „ .. , - - -v ,,,, d: ,,,, '-v . ..'- ,, t,.“.• ,, .-7-,•.. , = ‘. ,. - ....,.ve—. , , , ,:.:2,.. , ‘ , -,_".:-..,..k-' . t', ,..!, A ,„ * V . ■ li -...` tii rr't ' '':' .:'' .4'1' i NSF PA: 9077685 (CLA, TEA) '.g .,,-;;;,- • s '■-',A , ? ",. •••,,,4' . - . 4 - • Z4 '.■-= 'Z','I'S',0; ' ; .,; ,•_•=, ,i . : i ."'"':i•' - ''' .- ,,,,,•'.'-'•:' : .1 nr•v.z• . ,A , il Report Issue: FI20100811083846 l';2 4 4 C, - +:"KA3 4 `,;',' ..., . •i" 1 ' ,', .-',, '..' ',,,7 '‘'''' L''.2'. ". ■'''','''' :'''' , 5 ' ' -- t, ,-7 I. -k. . .... • ,..,....-.;.....,., 1-'7:-' - !-:',(1,, , „.:" 1, i - ....,. . . „ .... . .. ,, . - r , • - --• - ..., • -,... .",- . .-, :.-.,.-: , .., N 3 ... , -- " ,'`''' ,,..!' SY • ' ...; - -IC , •‘- ■I■linx z u •■ , ,,,,,,,..- ••••,,e,,, ,- .(4 - . • . , .7. , se= y • • , 0-4 _ ,,,:. ,..,-...tp -,i, -A ^-,‘,.: ,' - - -,•,...., -,,,.•,,,. ., ----, .'6,-_". --- - tit .•: %We' ' ''''''''''' '' ' '''''''''' . iii,j-Cs-7• 14 , ....t.r:t 1.',S, V.: k ' ' ' , -.' - t.;,r4 . 1 y,1„s , - , , '.- ,r. -.,..,,_,4 wit - 4,.... •,,- . 6.--,-,.. 0 ,....K.12.-- .1 -- , - - ,‘, , ,.,„. , , ,.,1„ , .: 4 ,,,, , .. _ ; ; _ -,,;41.74- •-, icls., c . ' .....41.11 i , calFilt! 1. 1,1 L ,.. t.,.,i,, -7, Z,;"4,•• ` T ;', ,',C,•': ,, ' A jr. ,IVITI : fi* ' _!k l' ittI V■`';' { '' f.;! ";,V : -. ' ! 1: . :: ; ; 6 .e.i . a A ';' V ilitl'ilY4iPii5 R TVY-014/ \-4:4V°10,-;liNfWEJW61.*;k1.:(''41,7Yrii;C:,14 v r.1 3-1 .4"-i- :, -' r i' ' V • ^,-:-.-= 1 ' -i- 'r , ,:-.:".-- ' ' '-'.. , t-1" , ' -.. ' -, --- -1' gi •,) .. F _,`` . ..:' ';',' ., . . •_;',; •:,;^%, v '-4•, .-f. : : WI: t :' ''.--2-4-1.:- . --,. , .,,,,,.•.•.-.,..;;,, 2,-*;-;,,,....1 - 0 1 ;2%1, . .' ,;;;,--,:.-,-..,.... 4,-..• -,;.-",,-.,,,,,,;-„,---,',...- t , -,.. k i-,..1.;,. , ,, „. ...A ,7 . ,. .:77-_ , ,i1 ,4 ,;..?: ; ?, -1 =--- , ':,.4 , -.,' , ,*". - ,--‘--"- ''' : :/i,';' ■ :.--) ' -" -.' ' - - -* !,- ; .4.,.-S4 , ' - ,:...-' ,''''''; .',./-,- :, '')'' - .,"•' • ;`' • ",-. ':.g'''.,...-;`, ', ,- '.,..',,,.4 Ae-1 e-,. 7: ,.;,•-, ."•:',..;,„ .,',i_ 7 ,',";.7.:rx_r".V.-".:.- : ...1- ,:.-.", '..?::',-.1..t T.-JP' i . ..`.', '- --;.';',- , ',,-,,,';',.,;'" '-` * r . ' '-'',-; f'"r''''' ' ''''', .= =' - -"- A t:- "2 •: , --,.--..".--- ':::- -' • :` .--;---..,-'-'-' • - " - -.1-' ,, :-,‘,.. .:-,..,,,,-.),----..•‘ -,,, -.,, ,- _, . -,, • -......--, - . -7 . , ..< - . f„-/ , .., `,..A. , , • ,, _ , 1 ',lief -;-1....,: . ,:,,-, ,,, :, :,-i--:,..1 , ;:r. , 11,7 7 -,- :,,1 - .. , ' , .";" 1 1 , - , '6, -.. ',I.` 2 ' . ...::. ':','''', ';'-': ..i.-- , 'I'' - ' - :--- ' ,-. '.: " s ''',r . k. 7 .-- '',:': 1- :'- , 7 : , '-''', . Y ''' - I' `'-';' - ' -4 ' ' '''', , ' ‘:"..!'“ 'V .„'<.' ';. ':,,ti`: .,- ,..,,r,'LLt:1- 4.1., '.1:÷•;';'F •`;' ' '%';',.'.:'-"'-‘ ''-.-,•^' ' ''''',i' e '•th'•• • vr-: . ",' , :•: , 4%•••••.i % :'C•.- ,=' :.. ,, ,,, , ,,,i , , _ , % ,..,, • -_,..,• 2 ',,•,`, -,.'2".. -,:;,: '.-," • t L -•'',.' 7 .',, ,, - --- , , - - • z • ■-1 , ,,•-•:,,,--;-:,; l' ; 4...7 ; ,•„--, %;‘, % 1,•/ :;••-•,,,;,1. , , , ,:.." - ,4: - ,: ,, t r ,V , , , , ,! . ,-,:,V,I,•,4, ,V , - ',C., tc, ,.,....; ‘ ,,,,,, e ,-_,...■, ,,... ,,■-..,„, '. ' C--- -- 11, , '...,...:',. - 4.-.7t,', '' ,■.'-`;) ',.,. -,,,, pi' ."---- -. `,"•., -',',1 ' ,. -.-",-- = ''-'`,-- -4." -.---•` ,- -- • -, - - .• ' .. SF NSF International_ • • • Test Report this report documents the testing of the referenced product to the requirements of NSF /ANSI Standard 60 (Drinking Water Treatment Chemicals - Health Effects). This standard establishes minimum requirements for chemicals, the chemical contaminants, and impurities that are added to drinking water from drinking water treatment chemicals. Contaminants produced as by- products through reaction of the treatment chemical • with a constituent of the drinking water are not covered by this Standard. Reference the °About the Standard" section at the end of this report for additional information about NSF /ANSI Standard 60 and the products covered under this Standard. • • Sample Description: Sodium Hypochlorite TradeDesignation: Ultachlor Test Type: AA - Annual Collection Result: Pass • 'Thank you for having your product tested by NSF. This report details the results of testing performed on your product. Please do not hesitate to contact Soncea Braden- Mccann, at 734 -827 -3811 if you have any questions about your product test results. • Authorized by:Zet`— Date: 11 -AUG -2010 Mcieilan, Clif - Director, Toxicology Services • • • • • 100811083846 A- 00044937 Page 2 of 9 r eport shall not be reproduced, except In Its entirety, without the writtert approval of NSF: MIS ieport does not represent NSF Certificatlon or authori?atlon to he NSF Mark. Authorization to use the NSF Mark Is limited to products appearing in the Company's Official NSF Usting (www.nsr.org). e sults relate to those Items tested. • ,i 0 NSF International . feral information • ndard: 060= DRINKING WATER TREATMENT CHEMICALS - HEALTH EFFECTS Collected Retain Samples - YES ' DCC Number Tracking ID - DA02366 • Date Collected - 22-JUN -10 Lot Number .- 6/22/2010 Maximum Use Level - 94 mg/L Monitor Code - A Primary DCC Number - DA02366 . Sample Code - ACEVAL Sample Description - Sodium Hypochtorite Sample Taken - INVENTORY Trade Designation - Ultachlor • mple Id: • S -0000761486 .scriptfon: Ultachlor . mpled Date: 14-Ju1 -2010 ceived Date: 09-Ju1 -2010 Tox Normalization Information: Lab Normalization Information: Calculated NF 0.0913 Date exposure completed 14-JUL -2010 Preparation method used B Final volume of solution 0.5 L MUL 94 mgiL Mass of material used 515 mg Compound Reference Key: SPAC )rmallzatlan Calculation: ' Jormatized = Test Result (ug/L) NF m Where NF = MUL Final Volume Of Solution g ) _ { tom) * (�) - Mass of Material Used (mg) . - MUL = Maximum Use Level; - • - - Mass of Materiai Used = The mass of sample analyzed In the laboratory; • - Final Volume of Solution = The volume of water used to dilute the sample; ' - An additional factor may be used to adjust the analytical result to field use conditions to account for product carryover, flushing, or other assumptions stipulated with the use of the product if an additional factor le used, It is included in the iriformation above. • v k)1i1i : 1i1 )t ,( eIIY 11 4 thrift - �4Ct IY Y�4�, �i LSti t# stt�ril, , y , : :mistry Lab Arsenic ug/L ND(1) ND(1) ND(1) ND(0.09) 1 Pass Barium ugA. ND(1) ND(1) ND(1) ND(0.09) 200 Pass 1 Beryllium ug/L ND(0.5) ND(0.5) ND(0.5) ND(0.05) 0.4 Pass • Cadmium ug/L ND(0.2) ND(0.2) ND(0.2) ND(0.02) 0.5 • Pass Chromium ug/L ND(1) ND(1) ND(1) ND(0.09) Copper ' ugiL ND(1) ND(1) ND(f) ND(0.09) 130 Pass Mercury • ug/L ND(0.2) ND(0.2) ND(0.2) ND(0.02) 0.2 Pass • Lead ug/L ND(1) ND(1) ND(1) ND(0.09) 1.5 Pass • Antimony ug/L ND(0.5) ND(0.5) ND(0.5) ND(0.05) 0.6 Pass Selenium ug/L ND(2) ND(2) ND(2) ND(0.2) 5 Pass • Thallium ug/L ND(0.2) ND(0.2) ND(0.2) ND(0.02) 0.2 Pass Volatile Organic Compounds (Ref: EPA 524.2) • Dichtorodttluorornethane ug/I. ND(5) ND(0.5) ND(5) ND(0.5) Chloromethane ugA- ND(5) ND(0.5) ND(5) ND(0.5) 0.3 Pass Vinyl Chloride ug/L ND(5) ND(0.5) ND(5) • ND(0.5) 0.2 Pass )1 0081 1 083846 • A- 00044937 Page 3 of 9 reportshall not be reproduced, except in its entirety, without the written approvatotNSF ..Thls.repoit,does,notrepresent NSF Certification or •authodzattanto • • _.:i the NSF Mark. Authorization to use the NSF Mark Is limited to products appearing in the Company's Official NSF Listing (www.nsf.org). results relate to those Items tested, 1 3 0 NSF International • mete Id: 8 -0000761488 . - `{ (�,��. r a r �,�r ' 1,17.)41i.,,-1 y L3 i t,; z ,[ X,: t� ir� � L�iaqZ■r%� ' � $ ti( E +j l41111/11 , ' - ' • .1 '; )Th �F.� '�L1 I i 4 " smistry Lab Cont'd) . Bromomethane ug/L ND(5) ND(0.5) ND(5) N0(0.5) Chloroethane ug/L ND(5) N0(0.5) ND(5) ND(0.5) • 0.04 Pass Trichioroflooromethane ug/L ND(5) N0(0.5) ND(5) ND(0.5) 50 Pass Trlch$orotdfluoroethane ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.3 Pass Methylene Chloride ug/L N0(5) ND(0.5) ND(5) ND(0.5) 0.5 - Pass 1,1- Dichioroethylene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.7 Pass trans- l,2- Dlchloroethylene ug/L ND(5) ND(0.6) N0(5) ND(0.5) 10 Pass 1,1- Dichloroethane • ug/L ND(5) N0(0.5) ND(6) ND(0.5) 2,2- Dlchtoropropane ug/L ND(5) ND(0.5) N0(5) ND(0.5) cis- 1,2- Dichloroethylene . ug/L ND(5) ND(0.5) ND(5) ND(0.5). 7 Pass Chloroform ug/L ND(5) 0.6 ND(5) ND(0.5) [TTHM) Bromochlorornethane • ug/L ND(6) ND(0.5) ND(5) N0(0.5) 0.3 Pass 1,1,1 Trichloroethane ug/L ND(6) ND(0.5) N0(5) N0(0.5) 20 Pass 1,1- Dtchloropropene ug/L N0(5) ND(0.5) N0(5) ND(0.5) • Carbon Tetrachloride ug/L ND(5) ND(0.5) • ND(5) ND(0.5) 0.5 Pass 1;2- Dtchloroethane ug/L ND(5). • ND(0.5) ND(5) ND(0.5) 0.5 Pass Trlchloroethylene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.5 Pass 1 Dlchloropopene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.5 Pass Bromodichtoromethane ug/L ND(5) N0(0.5) N0(5) ND(0.5) [7THM] • Dtbromomethane ug/L ND(5) ND(0.5) N0(5) ND(0.6) . cls- 1,3- Dlchloropropene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.2 . Pass - trans -1,3- Dlchloropropene . ug/L ND(5) ND(0.5) N0(5) ND(0.5) 0.2 Pass 1,1,2- Tdchloroethane ug/L ND(5) ND(0.5) ND(5) N0(0.5) . 1,3- Dlchloropropane. ug/L N0(5) N0(0.5) ND(5) N0(0.5) Tetrachloroethylene ug/L ND(5) ND(0.5) • ND(5) • ND(0.6) 0.5 Pass Chlorodtbromomethane ug/L N¢(6) N0(0.5) ND(5) ND(0.5) • [ITHM) Chlorobenzene ug/L ND(5) 1.0. ND(5) N0(0.5) 10 Pass • 1,1,1,2- Tetrachioroethane • ug/L ND(5) ND(0.5) N0(5) N0(0.5) 1 Pass Bromoform ug/L N0(5) ND(0.5) ND(5) ND(0.5) t1THM] . 1,1,2,2- Tetrachtoroethane ug/L ND(5) ND(0.5) ND(5) N0(0.5) 0.2 Pass • 1,2,3- Trlchloropropane ug/L ND(5) N0(0.5) N0(5) ND(0.5) 5 Pass 1,3- Dtohlorobenzene ug/t- ND(5) ND(0.5) N0(5) ND(0.5) .60 Pass 1,4- Dlchiorobenzene ug/L ND(5) ND(0.5) ND(5) N0(0.5) 7.6 Pass 1,2- Dichlorobenzene ug/L • ND(5) ND(0.5) ND(5) ND(0.5) 60 Pass Carbon Disulfide ug/L ND(10) . ND(1) Nb(10) ND(0.9) 70 Pass Methyl -tart -Butyl Ether (MTBE) ug/L ND(5) N0(0.5) ND(5) ND(0.5) 50 Pass • tert -Butyl ethyl ether ug/L ND(5) ND(0.5) N0(6) ND(0.5) Methyl Ethyl Ketone ug/L ND(50) ND(6) N0(50) ND(5) 400 Pass 1100811083646 k00044937 Page 4 of 9 • report shaltnot be- reproduCed, OVI I in its entirety, without-the .wrItten. approval :of• NSF:.,T -bis:feport.does not.represent NSF Ceitiflcatlon•or authodzatlon,to 4•.- •u -. :he NSF Mark. Authorization to use the NSF Mark Is limited to products appearing In the Company's Official NSF Listing (www.nsf.org). results-relate to those items tested. . N _NSF International i.- pie Id; S- 0000781488 . �,u1T (j7 = ' i�t;i�i ' f l,q its 1 iC1,i 3 ti 0 010 ti i I„ ) .r.�, .. , ._z_ ' ` .. fit Ea (ci4k )at` y. �3ciiy olstry Lab (Cont'd ) Methyl Isobutyl Ketone ug/L ND(50) ND(6) ND(50) ND(5) 700 Pass Toluene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 100 Pass • . Ethyl Benzene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 70 Pass m +p- Xylenes ug/L ND(10) • ND(1) ND(10) ND(0.9) [ Xylenes) o- Xylene ug/L ND(5) ND(0.5) ND(5) ND(05) (Xylenesj Styrene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 10 Pass lsopropylbenzene (Cunene) ug/L ND(5) ND(0.5) ND(5) ND(0.5) 400 • Pass n- Propyibenzene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.3 Pass Bromobenzene ug/L ND(5) ND(0.5) ND(5) ND(0.5) - 2- Chlorotoluene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 4- Chlorotoluene ug/L ND(6) ND(0.6) ND(5) NO(0.5) 1,3,5- Trtmethytbenzene . ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.3 Pass tart - Butylbenzene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 10 Pass 1,2,4- Trlmethylbenzene ug/L ND(5) ND(0.5) ND(5) ND(0.5) sec - Butylbenzene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.3 Pass p- Isopropyltoluene (Cymene) ug/L ND(5) ND(0.5) ND(5) ND(0.5) 1,2,3- Trimethylbenzene ug/L ND(5) N0(0.5) ND(5) ND(0.5) 0.3 Pass n- Butylbenzene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.3 Pass 1,2,4-Trlchlorobenzene ug/L ND(5) ND(0.5) ND(5) ND(0.5) Hexachlorobutadlene ug/L ND(5) ND(0.5) • ND(5) NO(0.5) . 0.1 Pass 1.2,3- Tdchlorobenzene ug/L ND(5) ND(0.6) ND(5) ND(0.5) • Naphthalene • ug/L ND(5) ND(0.5) ND(5) ND(0.5) 10 Pass Benzene ug/L ND(5) ND(0.5) NO(5) N0(0.6) 0.5 Pass Total Trlhalomethanes ug/L ND(5) 0.8 ND(5) ND(0.5) 8 Pass Total Xylenes ug/L •ND(5) ND(0.5) ND(5) ND(0.5) 1000 Pass • 00811083846 A-00044937 , Page 5 of 9 eppj-t shell.not.bp,teprodu L e xxepUn. Jts_eydlrety,mIttiout.Ittemitten appro aIot•NSF.:.Thts not: represent• NSF Certification •or•suthodzatiomto -^- •- v -- ie NSF Mark. Authorization to use the NSF Mark Is limited to products appearing In the Company's Official NSF Listing (www.nsf.org). suits relate to those Items tested. • D IISF International rnpie Id: S- 00007.81486 hfiWi i CT- E�idii'h ';'.1'1 I.°iii' ' i iftr ` f:C1au, /) (�J ..1, - I ,'C 1'f1Ihi 1��71i 1'11 { �ii'ir'rl - ; t r 111 1.)h 5i ?:- 3 +c If the acceptance criteria is blank and the evaluation status Is 'Fall', then the criteria used will be noted on the letter accompanying these results. (TTHM] - Acceptance based on Total Trihalomethanes • [Xylenes] - Acceptance based on Total Xylenes . • ample Id: S -0000761487 scriptIon: Ultachlor . tmpted Date: 22 -Jun -2010 • ?calved Date: 09- JuI.2010 • • Tox Normalization information: Lab Normalization Information: Calculated NF 0.094 Date exposure completed 12-JUL -2010 MUL 94 mg/L . Compound Reference Key: . SPAC ,rmalizatlon Calculation: - 1 kg 10 ug Normalized Result = Test Result (mg/kg) * NF Where NF = MUL(mg/L) ' 104ng • • 1 mg • MUL = Maximum Use Level; • Unit conversion: 1 kg =10rng, 1 0.,ug =1 mg; • An additional factor may be used to adjust the analytical result to field use conditions to account for product carryover, bushing, or other assumptions stipulated with the use of the product. if an additional factor is used, 11 is included In the Information above. e '. ' +aj'i{ s'1: +1i`1t' '` ' 1 l ..,'w 1 t lint A. 4,l j ii I 1 1 ]itn f- rjlir]1ti s ]lld I, ri r 1 `1r1 1 n[ aitll L 1,11 ' -1k ,, - , _ .._...s. ... _ ,, , . i, r.._., i7. . _t. _, ernistry Lab * Bromate, In bleach by Titration (NSF) . Bromate mg/Kg. 19 19 ug1L 1.8 5 Pass • Date Analyzed 30-JUL-2010 - • • 3100811083846. .. . A- 00044937 Page 6 of 9 — ' ' . repgrt, slta llgpt bereproduced,•sxcept.to .. its:• arilr ety, :withouttbemritten•approvaJ.ot. NSF. - .This report does- notrepresent•NSFr . ertification •mauthorizatlon -to•- the NSF Mark. Authorization to use the NSF Mark is limited to products appearing in the Company's Official NSF Listing (vwrw.nstorg). results relate to those Items tested. ' 9 NSF International • Irnple Id: 8- 0000761487 • y} _ r �nYiflr � ua��� _ ^3 Pll � � s ` �tiC7?i7 -0 rT • u \,',-Yj1`11t,"1 � `C1L Z l {{ {{�F l } ,igiAt�1t ... . ' 1 lll t la��l?lIs • If the acceptance criteria Is blank and the evaluation status is `Fait', then the criteria used wtli be noted on the letter accompanying these results. • • • • • • • )1 008110838413 . . _ . ........ • - A- 00044937 Page 7 of 9 .r epolishallopt ba,[eprodpced, except,ln-Its vdthouktbe written;appcovai.of NSL•,This.report,dpes. not - represent. NSF - Certification or-authodzation to --. the NSF Mark. Authorization to use the NSF Mark is limited to products appearing in the Company's Official NSF Listing (www.nsf.org). results relate to those items tested.. • SE NSF International • anon Terms end Acrdnyms Used: • • Sample Test result on the submitted product sample after prepared or exposed In accordance with the standard. Control Test result on a laboratory blank sample analyzed in parallel with the sample. Result Sample test result minus the Control test result. Normalized Result Result normalized in accordance with the test standard to reflect potential at- the -tap concentrations ND() Result Is below the detection level of the analytical procedure as identified In the parenthesis. DCC Number NSF document control code of the registered formulation of the product tested ug/L Microgram per ter = 0.001 milligram per liter (mg/L) - SPAC Acceptance criteria of the standard (Single Product Allowable Concentration) • 'ferences to Testing Procedures: NSF Reference Parameter / Test Description 03022 * Bromate, In bleach by TitraUon (NSF) 03035 Total Arsenic in Drinking Water by ICPMS (Ref: EPA 200.8) C3038 Barium in Drinking Water by ICPMS (Ref: EPA 200.8) C3041 Beryllium In Drinking Water by ICPMS (Ref: EPA 200.8) C3046 Cadmium In Drinking Water by ICPMS (Ref: EPA 200.8) C3052 Chromium in Drinking Water by ICPMS (Ref: EPA 200.8) C3058 Copper in Drinking Water by ICPMS (Ref: EPA 200.8) C3071 Mercury In Drinking Water by ICPMS (Ref: EPA 200.8) 03100 Lead in Drinking Water by ICPMS (Ref: EPA 200.8) • C3113 Antimony In Drinking Water by ICPMS (Ref: EPA 200.8) C3115 Selenium in Drinking Water by ICPMS (Ref: EPA 200.8) C3127 Thallium In Drinking Water by ICPMS (Ref: EPA 200.8) . C4862 Volatile Organic Compounds (Ref: EPA 524.2) • • Test descriptions preceded by an asterisk "` indicate that testing has been performed per NSF intemationai requirements but is not within its scope of accreditation. ,tang Laboratories: Id Address All work performed at NSFJiA NSF International 789 N.. Dixboro Road . Ann Arbor MI 48105 • • • • • • • • • 20100811083846 A- 00044937 - Page 8 of 9 la! Std 60Nonn cis report shall not be reproduced, except in its entirety, without the written approval of NSF. This report does not represent NSF Certification or authorization - • use the NSF Mark. Authorization to use the NSF Mark Is limited to products appearing In the Compant Ofic NSF listing (yrw ►rsf.or�. i a'r9srilts7elittetirthiSsd lfefns tested. ' ' ` • • .21" NSF International ; the Standard:' 3F /ANSI Standard 60: Drinking Water Treatment Chemicals Health Effects SF /ANSI 60 establishes minimum health effects requirements for the chemicals, the chemical contaminants, and the impurities that are directly to - inking water from drinking water treatment chemicals. It does not establish performance or taste and odor requirements. The standard contains quirements for chemicals that are directly added to water and are intended to be present in the finished water as well as other chemical products that are died to water but are not intended to be present in the finished water. Chemicals covered by this Standard include, but are not limited to, coagulation and 1. :culatlon chemicals, softening, precipitation, sequestering, pH adjustment, and corrosion/scaie control chemicals, disinfection and oxidation chemicals, iscellaneous treatment chemicals, and miscellaneous water supply chemicals, , le testing performed to this standard Is done to estimate the level of contaminants or impurities added to drinking water when the chemical is used at "Maximum Use Level' under attestmant. Prior to testing, information Is obtained on the formulation and sources of supply used to manufacture the :emlcal. This information is then reviewed along with the minimum requirements of the standard to establish the potential contaminants of concern. A . pKesentative sample of chemical is obtained for testing. The chemical sample Is prepared for analysis through specific methods established In the ndard based on the type of chemical and Then Is analyzed for potential contaminants determined during the formulation review. The laboratory results r normalized to represent potential at-the-tap values and then compared to the 'single product allowable concentration' (SPAC) established by the andard. The product is found to compliance with the standard if the normalized value Is less than or equal to the allowable concentration. • • • • • 20100311083846 A- 00044937 Page 9 of 9 ''ai. StcLBONorrn - ifs report shall not by reproduced,.except in its entirety, without the written approval. of NSF. _This report does not represent NSF Certification or authorization - use the NSF Mark. Authorizations to use the NSF Mark is limited to products appearing in the Company's Official NSF Listing (www,nsf org). . le results - relate'tbili se items tested. _:._. . . "' "..' -., ' ... ; ` °. " "'" .. y.., c . .. • i • - 40 r .. _ _. .. .. . Live safer. ' hiSr. • ,• • • - - -- - -- - - - - — - - .-- -- - " - ' - - ,--- -r-- --- - - ------ - -,,-- --, - 7 ' ------ ,7 , -- .7. „.,, ":"7. Z. ., . ' , , - ' . ' . ',=.`"..''''' ' -- ''' ) 2': -' -`.:--,-'..„,-- -,' 1‘ ' ,,....,-- " ,- ',„ .1.- ....," it,..-:--,,_ -.- , ,-. -..1,.. :.--:-("-,,:, •••••=-.A •,-- - , • • - - , . _ -,-• ..„ ••••.t.•-,.,- ••„..,,_;.•••:;. ,•••••-4...-,,,,;,•?., ..••••.-w-t• -,•• I,. ,.....-•,„, -...L.- - ,.. ••.....r.,, • . -. •-• .. - • • .. ' ...' Customer: ODYSSEY MANUFACTURING .•:- • . -,, „ .. . • • . •,•.,--• COMPANY .,,.. t.,,•'• ••,---••,•• - • -..,... -..„.‘0.- 1 • , - . - , s. , • 41-, ., • ,, , . , IT . - -,,...•4 - ...,-.!,,, ••,•„„ - x•••-•,..„ . ,,,,..,-... • -„,.•., --- ,•,•.- -_.- - -------,,,- 11 . . '''-• --• , '•.., ' •,- • CLIENT -,-- ,' • . 1 .;;.zp v a.:;.;;A '1:; -..: "r• ,IA V: t- •: ,- :' : "'" - ''' I . • v :" Attention: MR. PATRICK H. ALLMAN ' . . . ‘'' 0 .4:7, -.:-..• : , I , ...“•-',,, ...,--.3.1-, ,_- 3 ''-' - ':::-',„,:`' ` - ,..v -ir.L:q1 _, r ,- - ..,-.'..-, ,- , Ar'''-',IV ,; ",, '', ,,,--, •i",i i ■,,- S Vc: . .„=„i`, '1 4 , • , ..1 ' ' ' '. ''• ' ' -. • '''','1 . . 7 ' • • ‘: ' , , , : - • . . .• . '' ■.: 4 4.11 r •• - .....' . ..,1 ,r . "C} : •V. Z.- '' . :>."..' 1 ,.:- ,'''' ' • , .' , ,, • ,-.‘. '' '-. - .3‘;',,,,,,- , - , -,v, -., ---, I.,, ,..-.•:,T,..,-,..0*w.,,, x 4. , ..i-,.....s.,.„-.., : •.;, • , , . , , ,. , 7, , ; , .--":4 - -0 - t*..:,• , - - -; .,= --•- ,-•,• .. - ,-- -)A .,-, - ,, ,y ,, t,.- , ..:%- , _--1 ,, ,- ,, tE .,,, N: 4 2 , -.„ - - ' 2,- - ,--'' . .'-' 1–, ,-,-‘,!--• ,:-".' - • "- --, , = . ,-, , -,,.;',; ,5, ', - , ,, .. 1 ' ,--, -',Ii . i . A7,14.'=.:.--'; Yo.:J.:',,-.)4,7:.,,,=',211;‘.'"&.-.7..ipixii0r-,-:i.....‘-1- 4r: ': '' ''';.-, '",-,-, We ' -' ,` V :. '.- -` , '' '''` l'''''?-:CO'--i.'" '‘:1":;4'' 16 1;" t 4 S -30- V`biX:ii•1 1 ....i•i' \''e; ''. ', - .',:i'-,..-4,..r.,;'''f" .-' . , ' . -' R 4 ,,C,str., : .. ''.....,,.. ' . t 7 eAt....t. - .- 4, ,, .„,,,-,- ---. . • ,, ..,. -.- .., „.., .,-, ' ..., ,'t - Sample Description: Sodium Hypochiorite • ?'. ,' .--.-• 2 , , ' •-•, • • &•.,, ,, ,-• .., •••,- L. • ..,i ' . ri ,...4„, .z.-- • - ••• ••• • - i,-,-...„, •••• „ .. . ... , -, '` Trade Designation: Sodium - Hypochlonte 12Z% ,. ., ` ' -, `,-,-''', `'' ' ' • ., ' . . 1 - ,. , , SERVICE Evaluation Standard: NSF/ANS1 Standard 60 :- ' - : - .- -.,- - ' - ' ' ' • REQUESTED . • . 1-f • - - ,..4... , 5. --,- . - ..,?-1-., , • , - V. •••46 ,.:: -: , . - - • Status: - Pass • -:-• - - . ,_;. •, ' . , ,i-,--. • • . - . . . , • , p..„ r, •,, - • - , • , - • 25-JUN-2009 ( 4 ‘:-.':•:-.-; `.. , - ' , , ,. ,-. Report: . , L „V•.:.,..'"( ...',- , - -•_ - . , , . . . , •g ,,,,=• -...•••=, • .-•••• „ _• . . , .,„. • . i • ; „•••0: 1- . . - - - -:: ' •-...••••-•••••; --,--••••••' - -k.- ••‘• -'-,, --.1 -, -- • . \ ' '-, '•••-• ":' - • • •• ' , -1- , . ,.- , „.,,-, .-•• ..,, ' - - , V r" • ' "..' •-• • • ' - i ' ..• , . • •'•■') '‘'• k -)'" `':••■: • • '' , :! . ...1 •• -,- - 4 ...' rj.: t,"..,,;:- 7 e'V', ',.. .- '1. - ') ''.-- ••• .• • •• ‘• ." ' '••• :- . ,, r _.,,, ‘,..,.. , ., „. . „ ,.. ,,,,.,.._..3:,./., r _.,„ -,,.....,, ,, ,,•-a`r,f i'''`,•.. 2X_:-.\ ', „‘..,,,,.• 1 {-:„.",,,, ' ,..-.. - ..: ',., ,•■••`' ,'', , , ' t ' , - 4 ),..` .!" '-• . ." ' . " „_. n -, ,,,-.•• ‘• 1 ,' . •,` ,-• , •.? ..'-t.' ,N. ' rt'• ,Ars'' :: -, 11- ' '' '' , , ,1 -;;.-'?... ' ' ' --..-',-, '.. ,'- .: x„ , ,1 , . •. - s"?':1•., - .` -- - ' • ‘', - "i s , ',-;-•.' ..,) , '4 '.....') 4 , ”:-.f.! • •., , /- ‘-f ,: L',.. u • ;14';,..,,,k,:-.. Istf .. I •va'.:-.- '' - , .=-,--!- •• . ', ,•'- 3 . ' ''. . ',' ... ' C ' 9. ;'-' 7" lk i . . -..!' . ... . 1 ' . .,',' •,." - ''•'• ," :, ..."'', ' - ^4, - ; . ,L:', 1 .„ 4, , ''''-`-*, . ..\-. -1- -',--, --‘"" ' ' - - ' • '''- ' '' ' - • , 7 ' ' V al.. ' '' !' "■•• - •.' 1 , , • , . '' . • • '-' ,Z.TT ' _.,,t, i'', Z. ' '• •• , .;•',. -••' , ,_ • • , 1.-.-9-,. 4-....1 . 4...,' , .-,` '..9...„ ■-, , .,- I , _ Soncea Braden-Mccann Project Manager: •,-• ,' •,' '.'t- NSF Program: 0045 - DWA Std. 60 (Health Effects , .., •' . . . _ . l• ...,• • *-',.--",,-, r r., :,,,1„ - . -,,,--•.: ,. ii - .. ,...... 1 , ■ . ‘ Testing) ' ' ' Report ID: 25071_A-00036450 ..,- - cce, ,,•• - : -:), .,.. - ••,;, , , ... -, Tr"v}_i_i•, - -.,- - --s•••,,,- -;-.;,- :„. ' -.• . '. Ige_..•_i ' . ,, ..'if 9057423 (CLA, TEA) _••••.-,-.,. •./... . •'„,,- . --- •,:•---,,„, 1 NSF PA: ,• • r. , , . . 1 sif s . 4.-,,- - P ' 7,1' 1 ''''''''' 1 . Report issue: FI20090625131843 •••,-p.,,,v! -••, •k I ••••-,-;',.,,,.• .,,, ,,. i • - - . ., .. - I .•;"-=- '41-t4 •,.-.. .1:••.. - , , . •• -, , .... • ..-, - = F - ,, t.■ '" : , ' ' 1, jC? --171':'„:,', ' .',.'! • •,`,,, ',..,--% --, . - ‘ ?- ' 414 i 5, ;..k0 : 1'fil , *?' 41 A - - . . t _ ,kr' P W .4.,5tVl<.11,t71t:;FZiCii:,;";Y:t.*4.,';';',"'`,,,-,-, `if•Al,„,,k: ' 4 ',V,,, , : ' ` ', 1 ,.:' 1 `; -` ' t ; ‘ 7, ``' ',::''`'' :` ' :' I ritt):, Ts'N '‘ lia, , M• ...t c7.g, .- r, •'- • ,._•`-• .;=, ',2 ',.< , , ,- .4:.-4" . -42-..1S.L:i• ;, Y.;.: :`,-----`,'• tiK63j:40-,i'aI.eVrtiiifi•)iqq4,■?(Ir .. ':'!'• . --, ,,' , '. . .., `,4;z:_, '. I ' r VZ. j ' 1 ;— : , ,, ' ) i ',- -% '! ' -^ ' 0‘. ... ' ' . k' ' .. VC ' ■,. ' A ' _,... >k . { IV ‘..1 ., ' ' ' ' ' il` ; '.7.-,4,:iii;'(?r,AN.2,-.,*, ,', ,,.4' ---:, ',.. '' ":"-: ' L '' ' , ■- % e 1 .,, , • f , ;3 - IA "I; L'..> J'''' fcifijoi44:17..;0 Ilk, ni) •i;'?.. 6 ; )14 4*1,"\ - -?• 1 ;- - t - ':A . 5 u `S. ''/- '-',,‘:,•:-.','' s ' '' - 41 `',.';‘. IV ‘;. • 1 ,711 _ , -arp i. !:„ , .:C , !( ,. ',1••',-4 .:-;,::;.i, f 44-,;,' i ,47,,,0 4 ..,7 ,,'''S , '•.--' , , ' ''■-*,-:',;',...:`,';,`,7 ,r,,,-;'::::--''r-S*4".+ ,,..e :=''' Z t ' - i' *,-1‘,*. .t r '- P. *. ''' - ' .., . ' .. *:.','„' 4 *.,'..,' '', '**., i'- ''"'-f.:"., -*,s ':-. ,' "';','-.;. '--- '.'*,. I '* A''T. ' r ,'''' ^ ...',',"..,',,:";;+-*,•,,, ':',-,,. ;t'•;1,'j, f - l' , ' ,,.;,,t- `, ',_ , • , ,, , ..,i' ,,,, -,' „ ,,,-;.;,-..:- ...,,-, t, .., ‘....-‘ „',. , .'„ .....,-,Y.:;,r,': - Z`V ) • ,...-Z,.- ; - 3 ..:t=:-....."'A `',.k...-,:i 4 .-.' 'I --,.■.1...., , t‘ ..->;.,,ym;,, 1 - ...,... - Job Name: • A- 00036450 • Program Manager: Soncea Braden - Mccann • • • Program ID: 0045 • • Status: Pass Collection Type: AA - Annual Collection • • • • Send To: 25070 RECEIVED JUL 0° 2009 ODYSSEY MANUFACTURING COMPANY 1484 MASSARO BOULEVARD TAMPA FL 33619 Attn: MR. PATRICK H. ALLMAN • • • Customer: 25070 Plant: 25071 ODYSSEY MANUFACTURING COMPANY ODYSSEY MANUFACTURING COMPANY 1484 MASSARO BOULEVARD 1484 MASSARO BOULEVARD TAMPA FL 33619 TAMPA FL 33619 • Attn: MR. PATRICK H. ALLMAN Attn: MR. PATRICK H. ALLMAN • • 1 . el NSF International Sample Id: S- 0000662767 r. ' ' - - - t7 r �7� r r lUJ ! frr ' �. 1,�1 r, leu r , . 1 lhtl�b . hemtstry Lab (Cont'd ) Thallium ug/L ND(0.2) ND(0.2) ND(0.2) - ND(0.02) 0.2 Pass Volatiles: Unregulated VOC's by EPA 502.2 . Dichlorodifluoromethane ug/L ND(5) ND(0.5) ND(5) ND(0.5) Chlpromethane ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.3 Pass - Vinyl Chloride ug/L ND(5) ND(0.5) - ND(5) ND(0.5) 0.2 Pass Bromomethane ug/L ND(5) ND(0.5) ND(5) ND(0.5) Chioroethane ug/L NO(5) ND(0.5) ND(5) ND(0.5) 0.04 . Pass Trlchlorofluoromathane ug/L ND(5) ND(0.5) ND(5) ND(0.5) 60 • Pass Trichlorotrifluoroethane • ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.3 Pass 1,1- Dichloroethylene ug/L ND(6) ND(0.5) ND(5) ND(0.5) 0.7 Pass _ Methylene Chloride ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.5 Pass trans- 1,2- DIchforoethytene ug/L ND(5) _ ND(0.5) ND(5) ND(0.5) 10 Pass 1,1- Dichtoroethane ug/L ND(5) ND(0.5) ND(5) ND(0.5) 2,2 Dichioropropans ug/L ND(5) ND(0.6) ND(5) ND(0.5) cls- 1,2- Dlchloroethytene ug/L ND(5) ND(0.5) ND(5)_ ND(0.5) 7 Pass Chloroform ug/L ND(5) 0.8 ND(5) ND(0.5) UTHMJ • Bromochioromethane ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.3 Pass 1,1,1 Trichloroethane ug/L ND(5) ND(0.5) ND(5) ND(0.5) 20 , Pass 1,1- Dlchloropropene ug/L ND(5) ND(0.5) ND(5) ND(0.5) Carbon Tetrachloride ug/L ND(5) ND(0.5) ND(5) ND(0.5) - 0.5 Pass 1,2- Dichloroethane .ug/L - ND(5). ND(0.5) ND(5) ND(0.5) 0.5 Pass Trlchloroethylene ug/L . ND(5) ND(0.5) ND(5) ND(0.5) 0.5 Pass 1,2- Dichloropropane ug/L ND(5) • ND(0.5) ND(5) ND(0.5) 0.5 Pass Bromodichloromethane ug/L ND(5) ND(0.5) ND(5) ND(0.5) [TTHM) Dibromomethane • ug/L ND(5) ND(0.5) ND(5) ND(0.5) cis- 1,3- Dichloropropane, ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.2 Pass trans- 1,3- Dichloropropene . ug/L ND(5) ND(0.5) ND(5) ND(0.6) 0.2 Pass 1,1,2- Trichloroethane - . ug/L . ND(5) ND(0.5) ND(5) ND(0.6) 0.5 Pass 1,3-Dl hloropropane ug/L NO(5) ND(0.5) ND(5) ND(0.5) Tetrachloroethylene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.5 Pass Chlorodibromomethane ug/L ND(5) ND(0.5) ND(5) • ND(0.5) (TTHM) . Chlorobenzene ug/L ND(5) - ND(0.5) ND(5) ND(0.5) 10 Pass • 1,1,1,2- Tetrachioroethane ug/L ND(5) ND(0.5) ND(5) ND(0.5) 1 Pass Bromoform ug/L ND(5) ND(0.5) ND(5) ND(0.5) (TTHMJ 1,1 ,2,2- Tetrachtoroethane ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.2 Pass 1,2,3Trichloropropane ug/L ND(5) ND(0.5) ND(5) ND(0.5) 5 Pass 1,3- Dichlorobenzene ug/L ND(5) ND(0.5) - ND(5) ND(0.5) 60 Pass 1 Dlchlorobenzene - ug/L ND(5) ND(0.5) ND(5) ND(0.5) 7.5 - Pass 1069 62613it343 _ . - - _ 50 036 A- 004 - - ..._...-- _.______....:...___. ,.. : • > :., . val sreport shell not be reproduced, • except In Its entirety; v4thout the written appro of NSF. This report does not represent NSF Certification or authorization to the NSF Mark. Authorization to use the NSF Mark Is limited to products appearing In the Company's Official NSF Listing (www.nsf.org). 1 3 results relate to those Items tested. i 1 . cll., NSF International Sample id: S -0000662767 IJi, i r' ti - S iti'(:c.IL ' 1 = 6W r (.J77ii, I: .t ;� tes - t� l' ' 1 117 r N fa „110 a! a t' - ' r _ I J S y f r �.0 -:3 fit 0,1..(r1xEl.11 .; �Y I0t :hemistry Lab ( Cont'd) _ 1,2- Dichlorobenzene ug/L ND(5) ND(0.5) • ND(5) ND(0.5y 60 • Pass • Carbon Disulfide . ug/L ND(10) ND(1) ND(10) ND(1) 70 .Pass 'Methyl -tert -Butyl Ether (MTBE) ug/L ND(5) ND(0.5) ND(5) • ND(0.5) 50 Pass tert -Butyl ethyl ether ug/L ND(5) ND(0.5) ND(5) N0(0.5) Methyl Ethyl Ketone ug/L ND(50) N0(5) ND(50) ND(5) 400 Pass Methyl Isobutyl Ketone . ug/L ND(50) N0(6) ND(50) ND(5) 700 . • Pass Toluene ug/L ND(6) N0(0.5) ND(6) ND(0.5) 100 Pass Ethyl Benzene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 70 Pass m +p- Xylenes ug/L ND(10) ND(1) ND(10) ND(1) [Xylenes) o- Xytene ug/L' ND(5) ND(0.5) ND(5) ND(0.5) [Xylenes) Stye ug/L ND(5) ND(0.5) ND(5) ND(0.6) 10 • Pass Isopropyibenzene (Cumene) ug/L ND(5) ND(0.5) N0(5) ND(0.5) 400 Pass • n- Propylbenzene ugA- ND(5) ND(0.5) ND(5) ND(0.5) 0.3 Pass Bromobenzene _ ugA: ND(5) ND(0.5) ND(5) ND(0.5) . 2- Chlorotoluene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 10 Pass 4- Chlorotoluene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 1,3,5- Tdmethylbenzene ug/L N0(5) ND(0.5) ND(5) ND(0.5) 0.3 Pass • tert- Butylbenzene ug/L . ND(5) ND(0.5) _ ND(5) ND(0.5) 10 . Pass 1,2,4- Tdmethylbenzene ug/L ND(5) ND(0.5) ND(5) ND(0.5) sec- Butylbenzene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.3 Pass p- tsopropyltoiuene ( Cymene)• ug/L . ND(5) ND(0.5) ND(5) ND(0.5) 1,2,3- Ttimethytbenzene • ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.3 . Pass n- Butylbenzene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.3 Pass 1,2,4- Trlchlorobenzene ugA_ ND(5)' ND(0.5) ND(5) N0(0.5) Hexachlorobutadiene ug/L . ND(5) ND(0.5) ND(5) . ND(0.5) . 0.1 Pass 1,2,3- Tdchloroberizene ug/L ND(5) ND(0.5) ND(5) ND(0.5) Naphthalene ug/L' ND(5) ND(0.5) ND(5) ND(0.5) 10 Pass Benzene ugtL N0(5) ND(0.5) ND(5) ND(0.5) 0.5 Pass Total Trlhatomethanes ug/L ND(5) 0.8 ND(5) ND(0.5) 8 Pass Total Xylenes ug/t. • ND(5) ND(0.5) ND(5) • ND(0.5) 1000 Pass - If the acceptance cdteda is blank and the evaluation status 1s 'Fall', than the criteria used will be noted on the letter accompanying these results. [TTHMI - Acceptance based on Total Tdhalomethanes [Xylenes] - Acceptance based on Total Xyienes . • Sample Id: S- 0000662768 • >escriptjon: Sodium Hypochlodte 12.5% iampted Date: 07- May -2009 iecelved Date: 10-Jun-2009 ' . - Tox Normalization Information: Lab Normalization Information: Calculated NF 0.094 Date exposure completed 10-JUN-2009 ?0090625131843 '.. - -.... - - --- - . .... .. - A- 00036450 _ .. _ ... Page 5 of 8 . s report shall nbtbe'repr& heed, except in Its entirety, without written approval of NSF, Thie report does not represent NSF Certification or authorization to 'the NSF Mark. Authorization to use the NSF Mark Is limited to products appearing In the Company's Official NSF Listing (www.nsf.org). 3 results relate to those items tested. 1 ' NSF International • Sample td: S- 0000862768 • Tox Normalization information: Lab Normalization Information: MUL 94 mg/L. Compound Reference Key: SPAC • .lormalizatlon Calculation: • • • '1 kg 10'ug Normalized Result = Test Result (mg/kg) * NF Where NF = MUL(mg/L) ' g • mg - MUL = Maximum Use Leyel; - Unit conversion: f kg = 101ng, 1O,ug = 1 mg; - An additional factor may be used to adjust the analytical result to field use conditions to account for product carryover, flushing, or other assumptlohs stipulated with the use of the product. If an additional factor is used, It Is Included In the Information above. s ` " i 1 4 l a11(f a f�' t J;:jr 1 ■r•Siu i` • ~t).Jd0 ?3 • u3. _ �. F -� 1 . , a �„ ;� •.- � t� �yi � 4`.�.,3� _�'}i. 1 v �� _. - f - � - .. _ .. _• — ` _. ' - .... hemistry Lab Bromate, In bleach by Titration (NSF) • Bromate mg/Kg 19 19 ugIL 1.8 6 Pass Date Analyzed 18-JUN -2009 - if the acceptance criteria Is blank and the evaluation status Is'FaW, then the criteria used will be noted on the letter accompanying these results. • • • • • • • ?00306251 • A- 00036450 , . _ _ _ . : Fage r 6. of 8 s report shall not be repioduced, except In its entirety, wiiliout the written approval of NSF. This report does not represent NSF Certification or authorization to the NSF Mark. Authorization to use the NSF Mark Is limited to products appearing In the Company's Official NSF Listing (www.nsf.org). 5 results relate to those items tested. I ..,,,.. ;„.._.11 1._ _ * NSF ____ Live safer.' _ - ; L , , ■ , , 0 ." ' . , , ' ' : ■ ' 1 } t '. : ' . 1. .'■.::', ,1.yr.„,; i, ,i ,.. 4 • ' 1,-. , c , ., ', Customer: 4 + ,,t41 a , 1 . • C O O DY N S P S A E N Y Y MANUFACTURING . , ifs* ,- , ,- „, , , . kl; f- . , K t.,. - 4 t - t, T .,3-r t- ; '. MR. PATRICK H. ALLMAN Attention: . , . -. -.., , .- — .... ,-, ',,,.. z...4., P,-.... 5 -,. , ,... , , , ,, . , . _ - k. , . - ,.., . 0 , ,• , .` - ; - :', g -" ' %, ----.1. , , ' 4 er'''''..-' ' ' - - i ' ' ,`. , ' „V ‘ ;‘, • ,,, 'Is' r, ' -;.c",; 1.1 ',', : ,...,'„ , ,, r , .. 1 I. , N.,. ; :::.. 4 1 . 7, , ,t: , 4 ' ,-!,' I". - • : ' ' , • c ' • . *--;;''' ' • ' . , , - ,, , ' ' - '• ' . ' ' -, ti- - , etw--,-, Sample Description: Sodium Hypochlorite it-- Trade Designation: Ultrachlor -..,- ri , ,its'Pt SERVICE ' REQUESTED Evaluation Standard: NSF/ANSI Standard 60 Pass Status: Report: 21-APR-2008 4. , ., ,.... 5,1, 2, :a t -.,1t- N , ti ii..,', ■.- c. ''.- : '' .,_ '"-- ■-*-',' ' ' . ''' ' ' 1`1:.,4 ' :i ' Y. s ` ' Oft, .," ‘ ,- . 1 :c1 77 ,''' 7 -rl,',,,,?•';` = , - .7 7 ' .-. ' '' ' 1-t, ' y ' i-A , '''.'. 1 ' ''., ' ':k '''. , , , '',`', : ■ , ' 2, , ' : ' p. . ,-'‘, 'L ;.,' ,'' ',,. -:"'"-4" 'll,sf" ,tejs ;,'' .etrl• , ' ' ':, '` _-'1-''''''''' 4, ' tY ' ' ' ■ ' '' ; ' ' . ,' - ' ' s 1‘ , : i n ' 1 ; '‘* k.' L. '`; ' ', ' ,.&I' , J ' ''.-.' V I .'=" • - ' ■ , - ,. , 5' ' ' _. • ' , ■ , . ` ,,, ',,S ... ; '_.. , s • ,,,''11 ',, '' , 0 , ... v - - , ' . Project Manager: .„., ; - .. Soncea Braden-Mccann . .„ NSF Program: 114 1, . T O0 e 4 st 5 in - g D ) WA Std. 60 (Health Effe ' r ' NSF INFO 25071 A-00029599 Report ID: A. , '' -, NSF PA: 9016677 (CLA, TEA) - . . , , . .. _ 5 .. Report Issue: F120080421110811 , -,, 'S ,.■ '•-• , ,,,,, 04 -5: ...,.....,....-,.7.., ' ' , , '• ., .,.. ,,...‘,,A,,,z, , ,7 2 , 1-%4 . .--$- - A'. 2 - C ' ' '' ' ' ' ' ' .,- ',-.4.i.? , . , ' ' , ,,,,:';`,-, e - -■,, ,.) , ' 'J 6 ' [ I'll " J .I 4 1 ;11114'Val r' •.` '1-,„:,•,-'1'' ■ -' --:'... , -- - ' -...- 1 `, c,, %.. ,.- ' ' -: 'z * 41 : ;'- 4' '. .t • 4 / - 1 1 #0 4- -0 .' t (- 4'111°:1,1', ' ''''''' :'" : t `.. -7 ', ' ' ' 1.' ' ji ‘ ' .)''' ' . ` 't '. • '' ' ' ''-' ' • : 7 i`--..1,./4001"..1'1!.fti' " 1" ,., , !L■ fr 'F'ji .. . " l'' ' - ' ' ' - - 2 '' ' 'I'' ;4'"■.' ' :ei r1' Xi ''' -_.,-•_; - ,e. l' ' • , , , I. , !„ , ;e, , , , i-,,j . t 0 ■ P` 3 1;i 1' i '' . -tel,:' 71*-t' % 3- ''''A"''‘4(°1,.!!!!' .., , , , , 1 ' i - ,, ,,, -,■":„ ,'', -±, -,- _,-. ,'' ,,,, -;', :. , '', ' r _ • ''' ' '' `, ' , ', ',':,,,-, '.,`'s .,' ,.,- , • ' - ‘, „.,..; • " - SF NSF International • - • r: ; *yf • • Test• Report • • _�:> n•: This report documents the testing of the referenced product to the requirements of NSF /ANSI Standard 60 (Drinking Water. Treatment Chemicals -.Health Effects). This standard establishes minimum requirements for chemicals, the chemical contaminants, and impurities.that are added to drinking water from drinking water treatment chemicals. .Contaminants produced as by- products through reaction of the treatment Chemical with a constituent of the drinking water are not covered by this Standard, Reference the "About the Standard° section at the end of this report for additional information about NSF /ANSI Standard 60 and the products covered under this Standard. . • Sample Description: Sodium Hypochlorite • • TradeDesignation: Ultrachlor • Test Type: AA - Annual Collection - Result: Pass • • • Thank you_for having your product tested by NSF. This report details the . results of testing performed on your product. Please do not hesitate to contact Soncea Braden - Mccann at 734 -827 -3811 if you have any questions about your product test results. Authorized by: L `l,/ yj_ef Date: 21- APR -2008 • Clifton M - Director, Toxicology Services • • • • D421110811- .. ..__„ ._. A - 00029588 • gage•2.of @.. :: f of the'resuits of evaluations end the reports thereof (If the name of NSFIs Tn etiiy way used, implied or mentioned), for product(s) not NSF certified, and for an Internal purposes, e.g., Internal research, product development, quality as,surance, etc., is prohibited unless specifically authorized by NSF. if so ed a date of expiration and conditions relating to the use of the report may be established by NSF and will be Indicated In the report.' II. 2 NSF Internationa . • . . , . • mple 1d: 'S- 0000518415 t.,:-.7- r s ..fix v -� x R� � ,Fi 1aU s , ,, 5 �l riTY, lIli(1 , 3 .1'_S� fs '-: I: �` € `i T�141 r - l !` t i fi J l IiT1 a _ x } f 1 E t i d[7tasp 1 ` � , e i .--,,-...,.---,':--1,31-„,',..- s 2 t R� - c am . } y�t h -.. �L_ r _.. �_5 �._., c. �s � S.Y .. i f� 1!. � ..ti � 6 1 ..ti _ .... � . ; . .. ._. ._.. . mistry Leb ( Contld) • ' Thallium ug/L ND(0.2) . • ND(0.2) . ND(0.2) ND(0.02) 0.2 ' Pass . Volatiles: Unregulated VOC's by EPA 502.2 • . Dichlorodifluoromethane ug/L 140(5) 140(0.5) ND(5) ND(0.5) • Chloromethane " r ug/L • ND(5) . • ND(0.5) 140(5) ND(0.5) • - 3 • Pass Vinyl Chloride ug/L 140(5) ND(0.5) NO ND(0.5) _ 0.2 Pass Bromomethane ug/L ND(5) . ND(0.5) 140(5) N1)(0.5) Chloroethane ug/L ND(5) ND(0.5) N0(5) 140(0.5) 0.04 Pass Trichiorofluoromethane ug/L 140(5) ND(0.5) ND(5) ND(0.6) - 50 Pass . Trichlorotdfluoroethane • ug/L ND(5) 140(0.5) N0(5) N0(0.5) 0.3 Pass 1,1- Dichloroethyiene ug/L ND(5) 140(0.5) ND(5) . 140(0.5) 0.7 Pass Methylene Chloride ug/L ND(5) N0(0.5) 1413(5) N0(0.5) 0.5 Pass trans- 1,2- Dichloroethylene ug/L ND(5) • ND(0.5) • ND(5) • 140(0.5) 10 Pass 1,1- Dichloroethane ug/L 140(5) N0(0.5) 140(5) ND(0.5) 2,2- Dlchtoropropane ug/L • 140(5) ND(0.5) ND(5) ND(0.5) cIs- 1;2- DIchtoroethyiene . • .. .. ...... ..... _ . ._ - .....ugh.. .....140(5) .. ND(0.5) . ..._.. ......... T ..........._ .. Pass Chloroform uglL 140(5) ND(0.5) ND(5) ND(0.5) [TTHM] . Bromochloromethane ' ug/L ND(6) ND(0.5) 140(5) 140(0.5) 0.3 Pass 1,1,1 Trichloroethane ug/L 140(5) 140(0.5) ND(5) ND(0.5) ' 20 i Pass 1,1- Dichloropropene • ug/L 140(5) ND(0.5) ND(5) ND(0.5) • Carbon Tetrachloride ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.5 Pass . 1,2- Dichtoroethane ug/L 140(5) 140(0.5) ND(5) ' ND(0.5) 0.5 Pass Trichioroet ylene ug/L 140(5) ND(0.5) ND(5) 140(0.5) as Pass 1,2- Dlchloropropane ug/L ND(5) ND(0.5) 140(5) 140(0.5) Q.5 Pass Bromodichloromethane ug/L ND(5) ND(0.5) 140(5) ND(0.5) (TTHMJ ' Dibromomethans ug/L ND(5) 140(0.5) 140(5) N0(0.5) - cls- 1,3- Dtchloropropene ug/L ND(5) ND(0.5) 140(5) ND(0.5) 02 Pass irans-1,3- Dichloropropene ug/L N0(5) • ND(0.5) ND(5) • 'ND(0.5) '0.2 ' Pass 1,1,- Trichioroethane ug/L ND(5) - N0(0.5) ND(5) ND(0.5) 0.5 Pass 1,3- Dlchloropropane ug/L 140(5) N0(0.5) ND(6) N0(0.5) Tetrachloroethylene • ug/L ND(5) 140(0.5) ND(5) 140(0.5) 0.5 Pass Chlorodibromomethane ug/L ND(5) . 140(0.5) ND(5) 140(0.5) [TTHM) Chiorobenzene ug/L ND(5) 0.5 ND(5) 140(0.5) . 10 Pass 1,1,1,2- Tetrachloroethene ug/L 140(5) N0(0.5) ND(5) N0(0.5) • 1 Pass ' - Bromofonn. - ug/L ND(5) ND(0.5) 140(5) ND(0.5) [111-1M) 1,1,2,2 Tetrachtoroethane ugA. ND(5) ND(0.5) ND(5) 140(0.5) 0.2 Pass 1,2,3-Trichloropropane - ug/L ND(5) 140(0.5) 140(5) 140(0.5) 5 Pass 1,3- Dtchlorobenzene ug/L ND(5) • ND(0.5)_ ND(5) N0(0.5) 60 Pass 1,4- Dichlorobenzene ug/L ND(5) N0(0.5) 140(5) N0(0.5) 7.5 Pass {}} 30421110811• A- 0002P592---:., - . , -. P.aga- a�f•8:. . e of the results of evaluations end the'reports thereof pf file name of NSF is in any ay used, Implied or mentioned), for product(s) not NSF certlfted, and for f -an Internal purposes, e.$., internal research, product development, quality assurance, etc., is prohibited unless speciflcalSy authorized by NSF. if s0 zed a date of expiration and conditions relating to the use of the report may be established by NSF and will be Indicated In the report' 1 NSF NSF International • • • ;mple Id: S -0000518415 • . ''' r Y ; ""•-" •, 'Y f C ti a _ � ; t , y � jr r C q 3 fe'l.i01 '7 i? 7 i -k'i3ft { q c „ -`k z � 7 '� l�t�l r �� jl +�},� s ��1� nr���t� � � � ) t) Y � i�; Iolit 1ii0t- y r rti' � � e , - - .:: 4 ., : . p i k .r..:+ t 4 > , S c r +s g ' 1 :1:', + 4 a --_ y�..�1r i l �] ,i -- , - rmistry Lab (Cont'd )- - 1,2- Dtchlorobenzene . . • ug/L ND(5) ND(0.5) ND(5) . ND(0.5) 60 Pass . Carbon Disulfide ug/L ND(10) ND(1) ND(10) ND(1) 70 Pass • Methyl -tert -Butyl Ether (MTBE) ug/L ND(5) ND(0.5) ND(5) ND(b.5) 50 Pass Methyl Ethyl Ketone ug/L ND(50) ND(5) ND(50) ND(5) 400 Pass Methyl Isobutyl Ketone ug/L • ND(50) ND(5) ND(50) • ND(5) 700• Pass. Toluene ' ug/L ND(6) ND(0.5) . ND(5) ND(0.5) 100 • Pass • Ethyl Benzene . • ug/L ND(5) ND(0.5) ND(5) ND(0.5) • 70 Pass. m +p- Xylenes ug/L . ND(10) ND(1) ND(10) • ND(1) [ Xylenes] • o- Xylene ug/L ND(5) ND(0.5) ND(5) ND(0.5) [ Xylenes} Styrene ug/L •. ND(5) ND(0.5) ND(5) - ND(0.5) 10 Pass Isopropyllienzene (Cumene) ug/L ND(5) ND(0.5) ND(5) ND(0.5) 400 Pass n- Propylbenzene ug/L • ND(5) ND(0.5) ND(5) ND(0.5) 0.3 Pass Bromoberizene ug/L ND(5) ND(0.5) ND(5) ND (0.5), 2- Chlorotoluene ug/L ND(5) ND(0.5) ND(5) • ND(0.5) 10 Pass .• 4- Chlorotoluene...... ug /L ... ND(5) ._.... ....ND(0.5) .._.. ND( 5) ...... ND(0.5) ................. 1,3,5- Trimethylbenzene • ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.3 Pass tent- B•utyibenzene ug/L ND(5) ND(0.5) ND(5) • ND(0.5) • 10 Pass • 1,2,4- Trimethyibenzene - ug/L ND(5) ND(0.5) ND(5) ND(0.5) . sec- Butylbenzene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.3 • Pass p lsopropyltoluene { Cymene} ug/L ND(5) ND(0.5) ND(5) ND(0.5) 1,2,3- Trtmethylbenzene ug/L- ND(5) ND(0.5) ND(5) ND(0.5) 0.3 Pass n- Butylbenzene ug/L ND(5) NO(0.5) ND(6) ND(0.5) 0.3 Pass - 1,2,4- Tdchlorobsnzene ug/L ND(5) ND(0.5) ND(5) ND(0.5) Hexachlorobutadiene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.1 Pass 1,2,3•Trichlorobenzene ug/L ND(5) ND(0.5) .ND(5) ND(0.5) . Naphthalene • ug/L ND(5) ND(0.5) ND(5) ND(0.5) 10 Pass Benzene ug/L ND(5) ND(0.5) ND(5) ND(0.5) 0.6 Pass Total Trihalomethanes ug/L ND(5) . ND(0.6) ND(5) ND(0.5) 8 Pass Total Xylenes • ug/L ND(5) ND(0:5) ND(5) ND(0.5) 1000 Pass • the acceptance criteria Is blank and the evaluation status Is 'Fail ", then the criteria used will be noted on the letter accompanying these results. • E THM] - Acceptance based on Total Trihalomethanes • j tylenes) - Acceptance based on Total Xylenes • • nple Id: S -0000518416 ' • ;caption: Ultrachlor • noted Date: 14- Mar -2008 :eived Date: 04- Apr -2008 • ox Normalization Information: • Lab Normalization Information: Calculated NF 0.094 Date exposure completed 09- APR -2008 MUL 9 4 mg/I_ • Final volume of solution ND(0) 80421110811 _..._ . ._.. _ - A- 00029599 Page 6 of 8 ( ;e of the results of evaluiitldri and the reports thereof (if the name of NSF Is In any ied or mentloned), for products) not NSF certified, and for han Internal purposes, e.g., Internal research, product development, quality assurance, etc., Is prohibited unless specifically authorized by NSF. If so Ized a date of expiration and conditions relating to the use of the report may be established by NSF and will be Indicated In the report' . • • 1 NSF NSF International • • ninon Terms and Acronyms Used: Sample Test result on the submitted product sample after,prepared or exposed to accordance with the standard. Control Test result on a laboratory blank sample anal'y'zed Irt parallel with the sample. . Result Sample test result minus the Control test result. • • Normalized Result Result normalized In accordance with the test standard to reflect potential at- the -tap concentrations • NOO Result Is below the detection level of the analytical procedure as Identified In the parenthlsis. DCC Number • NSF document control code of the registered formulation of the product tested • ug/L Microgram per liter = 0.001 milligram per liter (mg/L) . SPAC Acceptance criteria of the standard (Single Product Allowable Concentration) • 3ferences to Testing Procedures: • • NSF Reference • Parameter / Test Description 03022 • Bromate, In bleach by Titration (NSF) • 03035 Total Arsenic In Drinking Water by ICPMS ( Ref: EPA - 200.8) C3038 Barium In Drinking Water by ICPMS ( Ref: EPA - 200.8) • C3041 Beryllium in Drinking Water by ICPMS ( Ref: EPA 200.8) C3046 - Cadmium In Drinkng Water by ICPMS ( Ref: EPA - 200.8) • C3052 Chromium In Drinking Water by ICPMS ( Ref: EPA - 200.8) 03058 Copper In Drinking Water by ICPMS ( Ref: EPA - 200.8) C3071 Mercury in Drinking Water by ICPMS ( Ref: EPA - 200.8) 03100 Leadin Drinking Water by ICPMS ( Ref: EPA - 200.8) • C3113 Antimony in Drinking Water by ICPMS ( Ref: EPA - 200.8) • 03115 Selenium in Drinking Water by ICPMS ( Ref: EPA - 200.8) • C3127 Thallium In Drinking Water by ICPMS ( Ref: EPA - 200,8) - C4416 Volatiies: Unregulated VOC`s by EPA 502.2 Test descriptions preceded by an asterisk "` indicate thattesting has been performed per NSF International requirements but is not within its scope of accreditation. . • sting Laboratories: , • Id • Address • AU work performed at P NSF. AA NSF INTERNATIONAL • 789N. DIXBORO ROAD ANN ARBOR MI 48105 • • • • • • • • • ' l 0080421110811 . A- 00029599 Page 7 of 8 . a/ Std 60Norm . . s report shall not be reproduced, except In Its entirety, without the written approv of NSF. T his report does not represent NSF Certification or auth_ odzation „_ „ , mg* the appearing the NSF Mark, Authorization to use the NSF Mark Is limited to a the'Com P pP 9 in par►Y a Officlal'NSF'Listin g'{VfAVUv:risf.oig): .,. 3 results relate to those Items tested. • :TS In • .. ...... ...- •-• • -- - --.-- -- • • . .•.. .. •• • • • .•.••• • ..• . " ... ..:._ . ... . • • •• . •••••• .. • • . . RECOGNIZES J: • •.: .ODYSSEY , c G'..COMPANY......: . • • _ ;.. _ . - • ;r ... + • ;6 A i Mti J1.�L. .:�.. • 'ti-+• . J r 1. - • • • •AS 'COMPLYING WITH ANSI /N8.0. 60,. • .- - PRODUCTS APPEARING I•N THE'•1 SF: O- FPICIAL': LISTING ARE . ' .• t "''' '" • . ' ' AqT ORIZED •TO Ems` R THE •N F MAR:I • i�W. • f ;• • • - _ • � � ; t t' i s �/: ^ " L' :'i:1: y�t • '-:-..1_:•,.-...•••,, :•••„...t....,;•!..:... •,i • • •Y i ..-•,.......• ' • Ihi,ln pl .tSicl�pe114a2'Yo�rre •: r• C7otll{eNifalw�. + . :. .. ... " .. Alladt ?Ihe Aooeditdb]M/l , AaarM16td7rreue • �1, f : r f. /1NMl�dn t • • the GRed� :,t.:•..'+ $fitllldttd� cc.i, • �. �q�'r .` 54ted�ablwAildR lseAt+""'nf, . . ¢,-: • (; f ` • 1 , ,' • •' This cerf&ale is the property sENSP]nteaxHal on end must be returned upon request. To verffycerd&mn • tig,.cml 8t10 N MARK or,(i) 734964 8010. . • • ' • , • - • M 4, 2000 ... Stan S. az ,•G a • Certiiicate#2507b/25070$ : ' DrinkiigW rAdditives • • • • • y )ovaChem . • • • Laboratories, Inc Date: 7 September 2010 Call for results over the phone 513- 523 -3605 • To: Pat Allman — Odyssey Manufacturing • (FAX: 813- 630 -2589) • Analysis Results . Bleach Recd Parameter 8/28/2010 Wt% NaOC1 11.13 - GPL Available Chlorine 124 Trade% 12.4 Wt% NaOH 0.366 Calculated pH 13.0 Wt%Na2CO3 0.131 Specific Gravity 1.1690 • C10 mg/L 1,418 DL = 100 mg/L • Cr, mg/L 73,812 DL = 100 mg/L Br0 - , mg/L 8 DL = 4 mg/L mg/L <10 DL = 5 mg/L • • Fe, mg/L 0.27 DL = 0.02 mg/L Cu, mg1L <0.02 DL = 0.02 mg/L • Ni, mg/L <0.02 DL = 0.02 mg/L Sodium , g/L 53 (ESTIMATE) Wt% Suspended Solids 0.003 • Filter Test (1,000 mL) 0 min 59 seconds (Millipore 0.8 µM, Type AAWP) • • 5172 College •Corner Pike; -P:O: Box 638, Oxford, Ohio 45056 • -44- •- - _ *_� i Tel: 513 - 523 - 3605, FAX:, 513 -523 -4025 E -Mail: bbubhis@brecnet.com • SARASOTA COUNTY GOVERNMENT INVITATION FOR BIDS ( "IFB ") This Invitation for Bid (IFB) document Is available at www.demandstar.com. Sarasota County is not responsible for the accuracy of bid documents and information obtained from any source other than www.demandstar.com. BID NUMBER: 111333HR BID TITLE: Water Balance and Treatment Chemicals ADVERTISEMENT DATE: January 29, 2011.1 BID SUBMITTAL DEADLINE: February 16, 2011 at 2:30 pm BID OPENING LOCATION: Sarasota County Government, Procurement 1660 Ringling Blvd. 3'd Floor Sarasota, FL 34236 PRE -BID CONFERENCE: 0 Mandatory ❑ Non- Mandatory ® N/A TIME /DATE OF PRE -BID CONFERENCE: N/A LOCATION OF PRE -BID CONFERENCE :, N/A SITE VISITS: 0 Mandatory ® Non- Mandatory ❑ N/A LOCATION CONTACT ' LOCATION CONTACT Carlton WTF Gary Shaffer Central County WRF Bob Selbel 1255 Mabry Carlton Parkway 941 -650 -3999 7905 S. McIntosh Road 941- 650 -5117 Venice, FL 34292 Sarasota, FL 34238 Venlce Gardens WTF Kevin Brown Siesta Key WRF Roger Hostetler 1350 Jacaranda Blvd. 941- 650 -0751 5200 Oakmount Place 941- 650 -9214 Venice, FL 34293 Sarasota, FL 34242 Pump Station No. 1 Mike Mlsoff Venice Gardens WRF Mark Harris 3120 University Parkway 941- 650 -9218 375 Venice East Blvd. 941 650 - 2698 Sarasota, FL 34243 Sarasota, FL 34293 Pump Station No. 3 Mike Misoff Bee Ridge WRF Dave Sell 5508 Ruby Lane 941 -650 -9218 4001 Iona Road 941- 650 -2706 Sarasota, FL 34232 Sarasota, FL 34241 Pump Station No. 5 Mike M }soft ' 5949 Proctor Road 941- 650 -9218 Sarasota, FL 34243 BIDS SUBMITTAL INSTRUCTIONS: Three signed copies of your bid must be submitted in one sealed package with the name of the bidding company and "SEALED BIDS FOR BID 111333 Water Balance and Treatment Chemicals" clearly marked on the outside. Packages must be delivered to: Sarasota County Government, Procurement 1660 Ringling Blvd. 3' Floor Sarasota, FL 34236 The County assumes no responsibility for bids received after the bid submittal time or at any location • other than that specified, no matter what the reason. Late bids will be held unopened and will not be considered for award. FOR INFORMATION REGARDING THIS IFB, CONTACT THE PROCUREMENT ANALYST LISTED BELOW. The bid number and bid title must be identified In the subject line of all correspondence. Helen Reed, Procurement Analyst E -MAIL: hreed@scgov.net PHONE: 941 -315 -1038 FAX: 941-861-5171 IFB Template Adopted 09/24/10 IF8 #1111333HR • . . - -Page 1 of.9 , , SARASOTA COUNTY INVITATION FOR BIDS GENERAL NOTES AND REQUIREMENTS 1.0 PURPOSE Sarasota County ("County"), a political subdivision of the State of Florida, will receive sealed bids on the date indicated below for the purpose of selecting a supplier for Water Balance and Treatment Chemicals. Bidders are required to comply with the scope of services specified in Attachment "A ", Technical Specifications, attached hereto and incorporated herein. 2.0 TERM The County Intends to award a firm fixed -price contract for a two (2)year period. There will be an option to extend the contract for three (3) additional one year periods, adhering to the original bid terms and conditions. These extensions will be contingent upon approval of both the County and the Bidder at the time of extension. 3.0 BIDDER For the purpose of this IFB, the term "Bidder" is defined as the legal entity submitting the bid and identified on Part I of the Bidder -Info Form. 4.0 GENERAL TERMS AND CONpITIONS Bidders shall be required to abide by all terms and conditions set forth in Attachment "B ", General Terms and Conditions of Solicitations, attached hereto and incorporated herein. • 5.0 ASSURANCE OF OUALITY 5.1 Preferred makes and models are listed In the Technical Specifications. These makes • and models are specified for the purpose of establishing a grade or quality of material. • 6.0 PRICING 6.1 Prices shall remain firm for the first contract term. Price changes will only be considered within 30 days before the renewal date. 6.2 All trip charges, mileage, vehicle charges, and travel time is to be included In the hourly rate. Only time on the job site may be charged. 6.3 In the event of industry-wide market changes, the awarded bidder may request justifiable price changes to this annual bid contract at the time of extension. A minimum of thirty (30) days advance written notice of such change Is required along with a written explanation for the price Increase. If the price adjustment is requested, the County, at the County's sole option, may deny the price adjustment and rebid the contract, transfer the bid award to the next lowest bidder, extend the contract at the new prices on a month to month basis, or accept the new prices and continue the contract. In the event of such price adjustments, any purchase orders or shipping IFB Te Adopted 09/24/10 IFB #1111333HR • -. -- • Page 2 pf 9 • -- SARASOTA COUNTY INVITATION FOR BIDS GENERAL NOTES AND REQUIREMENTS releases Issued prior to the effective date of the requested change or before the end of the required thirty (30) day notice period, shall be at the original price. 6.4 Estimated usage for each item is listed on the bid form. This is an estimated figure only and. no guarantee is made or implied as to the actual quantities that will be acquired under resulting contracts. Quantities listed herein are subject to increase or - decrease during the term of the agreement. In either occurrence, the Offeror will perform the work at the unit price as bid, • 7.0 SITE VISITS AN INFORMED BIDDING 7.1. When applicable, bidders are advised to visit each location to familiarize themselves with all work areas. Failure to do so will in no manner relieve the awarded vendor from the requirements of the IFB, This Inspection Is a silent inspection; no questions are to be asked of County staff. All questions are to be submitted following the procedures set forth in Section 8 Clarification & Addenda of Attachment 8 General Terms and Conditions, Site visit Information is noted on page one of this Invitation For Bid. 8.0 OUALIFICATIONS 8.1 The firm represented on the bid form by name and signature must have .. experience providing Water Balance and Treatment Chemicals for their bid to be considered responsible. 8.2 Bidders must provide verifiable commercial, governmental or Industrial references where Water Balance and Treatment Chemicals listed on the bid form have been provided within the last three (3) years using the "Bidder References" form provided. One reference is required for each chemical the bidder submits a bid for, unless a reference can be applied to multiple line items. Bidder Reference forms may be duplicated as needed to provide the required references. Failure to provide references that verify required experience will cause the bidder to be deemed non- responsible. Chemicals being bid are as follows: 8.2,1 Ultra- CHLOR(Sodium Hypochiorite 8.2.2 Chlorine Stabilizer 8.2.3 Sodium Bicarbonate 8.2.4 Grade 100 Soda Ash . 8.2.5 Muritic Add - 2 Varieties 8.2.6 Calcium Chloride Flakes 8.2.7 Methanol 8.2.8 Jack's Magic Filter Fiber Stuff 8.2.9 Calcium Hypochlorite HTH 8.2.10 Sodium Bisulfate 8.2.11 Ammonium Sulfate 8.2.12 Vitec 1000 Anti.Scalant 8.1.13 Lubrizol AF600 Anti Scalant 8.1.14 Polymer / Clarifloc RC -9490 8.1,15 Sodium Aluminate / 38 %, 8.1.16 Ammonium Sulfate Solution 8.1.17 Sodium Hydroxide Caustic Soda _ 8.1,18 Sodium Hypochiorite 8.1.19 Hydrochloric acid 18 Be 28% NSF IF8 Template Adopted 09 %24/10 IFB' #111'1333HR - Page 3 of 9. _ SARASOTA COUNTY INVITATION FOR BIDS GENERAL NOTES AND REQUIREMENTS 9.0 COUNTY WORKPLACE POLICY COMPLIANCE • 9.1 Smoking - Smoking Is not permitted inside any County facility. Smoking is restricted to designated smoking areas outside a facility. 9.2 Parking - The bidder's representatives shall abide by all parking restrictions. The bidder's vehicles are subject to the same restrictions, limitations, fines and tickets as posted for any other vehicle. Where time limit restrictions exceed the required time to provide services, arrangements shall be made in advance. 9.3 Alcohol /Drugs - Service personnel under the influence of alcohol and /or non - prescription drugs are not permitted to work in County facilities. Any person known or thought to be under these influences will be escorted off County property. 9.4 Security - The bidder must adhere to all Sarasota County security procedures. The bidder's work force shall be made up of persons legally authorized to perform work In the United States. The bidder shall, at the County's request, submit the following Information for each of their employees: name, date of birth, social security number and green card (if applicable). 9,5 Identification - The bidder shall require all employees to visibly wear identification while on County property. Said identification shall contain a color photograph of the employee, the name of the employee and the name of the company. The bidder shall require all employees to wear a company uniform, which shall Include the name of the employee and the company. Persons not conforming to this requirement may be denied access to the building. Denial of access does not alleviate the bidder's responsibilities herein. 10.0 DELIVERY 10.1 Unless otherwise specified, all prices are to be FOB - delivered prices, to any location in the County. Should a bid call for delivery to either north or south County atone, with separate bid prices, the dividing line Is Blackburn Point Road, between Laurel and Osprey, Florida. 11.0 OUALITY 9VARANTEE 11.1 Unless otherwise specifically provided in the specifications, all equipment, materials and articles Incorporated in the work covered by this contract shall be new and of the most suitable grade for the purpose Intended. Unless otherwise specifically provided in the specifications, reference to any equipment, material, article or patented process, by trade name, brand name, make or catalog number, shall be regarded as establishing a standard of quality and shall not be construed as limiting competition. If a bidder wishes to make a substitution in the specifications, the bidder shall furnish to the County the name of the manufacturer, the model number, and other identifying data and information necessary to aid the County in evaluating the substitution. Any such substitution shall be subject to County approval. Substitutions shall be approved only if determined by the County to be equivalent to the prescribed specifications. 11.2 A bid containing a substitution is subject to disqualification If the substitution Is not approved by the County. Items bid must be Identified by brand name, number, manufacturer and model, and shall Include full descriptive information, brochures, and appropriate attachments. 11.3 If any product /service delivered does not meet performance representations or other IFB Template Adopted 09/24/10 IFB #111I333HR ••• • • • . Page 4 of 9.. ..., SARASOTA COUNTY INVITATION FOR BIDS GENERAL NOTES AND REQUIREMENTS quality assurance representations as published by manufacturers, producers or distributors of such products or the specifications listed in this bid, the vendor shall pick up the product from the County at no expense to the County. The County reserves the right to reject any or ail materials if, in its judgment, the item reflects unsatisfactory workmanship or manufacturing or shipping damage. Also, the bidder shall refund to Sarasota County any money which has been paid for same. 12.0 INSURANCE REQQIREMENTS Before performing any work, the successful bidder shall procure and maintain, during the life of the contract, unless otherwise specified, Insurance listed in Attachment "C ", Insurance Requirements, attached hereto and incorporated herein. 13.0 REOUIRED SUBMITTAL DOCUMENTS 13.1 Bidders are required to complete and submit with their bid any of the forms or documents checked below. All forms and documents (with the exception of the local business tax receipt) are provided as attachments to this IFB, and incorporated herein. l Bidder -Info Form' (REQUIRED) ® Bid Form (REQUIRED) ® Drug Free Workplace Certificate (REQUIRED) 23 Bidder Reference Form (REQUIRED) ® Immigration Status Affidavit (REQUIRED) ® Local Business Tax Receipt (REQUIRED ONLY W LOCAL PREFERENCE IS APPLICABLE) ® MSDS submitted, as applicable for each chemical being bid CO Product bulletin for each chemical being bid ►_ Certified Analysis for each chemical being bid 13.2 Bidders wishing to be given preference as a local business must submit the applicable local preference documentation with their bid. 13.3 Failure to provide any of the required documents may be cause to declare a bidder non- responsive. 14.0 AWARD OF BID 14.1 The bid shall be awarded to the responsive and responsible bidder with the lowest Total Bid Price per line item. 14.2 In awarding this bid, preference shall be given to local businesses in accordance with Section 2 -219 of the Sarasota County Procurement Code. If the responsive and responsible low bidder is not a local business (hereafter non -local business bidder), the lowest responsive and responsible local business bidder shall have five (5) business days, from the date they are deemed the responsive and responsible bidder by the Procurement Official, to submit an offer matching the bid submitted by the lowest responsive and responsible non -local bidder, provided the original bid submitted by the lowest local bidder is within 10% of the bid submitted by the lowest non -local bidder. 14.3 Only the lowest responsive and responsible local business bidder within 10% of the low bid shall have the opportunity to match the bid submitted by the lowest non -focal bidder. 1. The signatory on the Bidder -Info Form shall have the authority to bind the bidder to the submitted bid. IFdTemplate Adopted 09/24/10' IFB #'1111333HR .....P ,,, , SARASOTA COUNTY INVITATION FOR BIDS GENERAL NOTES AND REQUIREMENTS 14.4 If the offer submitted by the lowest responsive and responsible local business bidder matches the bid submitted by the non -local lowest bidder, award shall be made to the local business bidder. If the local business bidder fails to submit a bld that matches the bid submitted by the non -local business bidder within five (5) business days, award shall be made to the non -local business bidder. 15.0 TERMINATION 15.1 Any resulting agreement may be terminated for convenience by Sarasota County by giving written notice to the Vendor thirty (30) days in advance of termination. Any failure of the bidder to satisfy the requirements of this specification, as documented by the user division, shall be considered a default on the contract and sufficient reason for cancellation. The bidder shall be notified In writing by the County and shall have an opportunity to cure such default within ten (10) working days after notification. 15.2 The County reserves the right to cancel the contract on shorter notice if, In the sole opinion of the County, vendor performance poses a threat to County property, operation, • or to the health or safety of any person. • • iFB Template Adopted 09/24/10 IFB #1111333HR • • F I SARASOTA COUNTY INVITATION FOR BIDS I BID FORM �yy ' � r N 4 ..' ' ` t :< : :4,irtir..yi,: :'. rtw.l., /.S:v '.R.� .<_ 1 1 ~ - • L r ..'. •:.I::.; , , '?: W ce and<T. •yY5 th emicaftlE � rdi orin. • r , Y� . , i.„,, ,.- : •. w ra . r Y h } Yi e. S `�. 5 l . : x333 .l • �`• r i UNIT OF UNIT BID Estimated EXTENDED BID ITEM DESCRIPTION MEASURE PRICE Quantity PRICE • Sodium Hypochtorite * X - 1 Available chlorine between 10% and 16%, specification gallon $ 29,000 Gallons = $ - - 2 Chlorine Stabilizer 100 LB Pail $ X 10 pails = $ + 3 Sodium Bicarbonate 50 LB bag $ X 300 Bags = $ 4 Grade 100 Soda Ash SO LB bag $ X 10 Bags = $ 15 gallon Drum $ X • 136 Drums = $ 5 Muritic Acid _ 6 Muritic Acid 1 gallon $ • X 50 Gallons = $ 7 Calcium Chloride Flakes 50 LB bag $ X 240 Bags = $ 8 Jack's Magic Filter Fiber Stuff * 22.5 LB bag $ X 30 Bags = $ 9 Calcium Hypochlorite HTH / Hydraded, Class 5.1 UN2880 100 LB Drum . $ X 50 Drums = $ : 10 Methanol / CAS 67-56-1 w /water CAS 7732 -1.8 - 5 gallon $ X 28,000 Gallons = $ 11 Sodium Bisulfate 38 -42 %, specification gallon $ X 15,000 Gallons = $ ' 12 Ammonium Sulfate gallon $ X 40,000 Gallons = $ 13 Vitec 1000 Anti Scalant * 525 LB Drum $ X 50 Drums = $ ' 14 Lubrizol AF600 Anti Scalant * 500 LB D rum $ X 50 Drums = $ • r , a r - 3 -•r at a _. � u ,,- •v-,. •r_ Ya, �,.. u +.,N r t< ,�, • ?« ;' liC� I , '•:'� �'S'c±�'� *�.� , , ' F' % ,.e, rt� �1 :q :;:: ^..�aa-.' ; ` , , . ';.`5f ;'= "' +:"� • ,' "dir^. +. ..h' {I,[{�idi ',{L ,/� ra i of . �: �, z, r . ! i i .r_. o , . . f•,, S ": .' r:w • •^ S;4 ' SnS+'4 a X - 4fi..' ; A y 3 *, ;- i ', '�v I F o ,, - 5�. 4 py 'tm. r La . . 14 '' '.f -;' ' •. ' 1 �: 1 i s � ? ' '' r A ^ �" � ., 'k.�' `,7'Nr_ _ v , -1 * Z .4 ,. ""I ' 7 . ? .: a lr � n '♦ i d �.��� ti L 1r ..�' •� ,fi v „ y: x r •I. J y, .a I . � �i ! �S j A' ''ty 'Y,1 r�tit r l �c t. �Z 't.�, 'C"�-`^'� +?.i. - .G.�..7h �.+`'^�r."� r � • � ,y� fir � rt 3 �. l ' ' w ��'': �. _S� ' - :4 ° " I.. e ;• 3 ' • t , > i 1,..1 4 r/Y.J" r , 4. 4 tit ^� . y�.. '1 .l II � .'�" t +. rJ•. Sa 11. ` 'L.y,"� - �"t : �"t �� �S +'�'�'Y•;' � l t, ii ,v1,..10, t. r °4J� r`'' ..��.1. ��' ; '1Ff. .a• } : + :411 .•Y ' � . .G triitil- i „ 4 .t. r . ,t ; t • .i. . r: ' t r r + Y rr� . .s.� ''"� ti � ��. I S+ ' � ter.. I ?t' :rx�•. .�.,� ;,�.�^''. � >, 4 YSOi,, 9t"� r _ . w ..'S1 Y`+� Yi K.� , c r . ti � '• � r � .I f y} t.. 'dr(•� 1 � If Y 1, S' ;��6 !�' ' 1 �` f r . — -.! �+. , : %�t' {r y' ? tfi; > ^&' :.' l'e , y .' . "1 � } 7 M r. G . - • '. 'cis _ g %;.L.1t7t „ rX r 0 •4 "C44:4}4 . .Y a u ria ; r t "NV. 4:11,t I, .. i :ti1q- -i I;. 4 �fa�f la.3 , 0'rr 1 r_ o ' . y ( 4 7 , i . x-l i z �' r�, h ..,,i � �i� ' t��,s r 3 � ` , ,_ Sr� • � ,?` - `� i , ��� ,. J:q'.�q� 4 '-'4'!::: � r ,�r. NS ? �iu� 'drrT ., }.r i W r n ., r e .., , . o {e y g v , ..J rs i';,..4' ; ,"4e• , -4I , „ . ..., 1 .: �ik, r^ l fi, , ft. S '� ' .. . :fi v A . - . ' tkf" 'a -T `7' • -*:• i s � p #,.. �`ry'.1`.rit f i st ,- v .. l R 4 f.Y. z . 4 r �y : ' i " p rf'..A4 . . rf , � 7 .w: r .,}i . ,,_," '�..�^� a y' I _ o . ,'"a w. 4k�. 4 . •.^7' "t" l .t "4r.•:9 "•1 i :0,-........,-,4v f 1p o• ae r / R 1• r a -lui o ? .. 1 6 . r: °,'„,} 1 ,,� s7- 4 1.E . :� 1 . r e„ . , S`c:a. 1 � • + .Y.' r ? 'SI" l ' !t• ''''. a `'t r r.r ae�.,'.,',.r,4 -.. .� ' -A ,*e ^ ;', , • .7 ' 4 );s' .'.'' ,•, . ...' � ' , i ? ,• . ,: J'. , , '� of t �! 'M, •. ; �Y `' F .. � 7 �/ �. f ,r Y Y ' ur•... Y }• r`,.' i1 rk ..t. M 7! �_ b ,-.7, ' -. d Rr. ' S • , • �S" r . . a . . t.A • :+r � �, '. , w. 'Y'.`. 0. i i4 . r 7 14 .: : f4 5 Y- 't r �.'.0 f t t r. � ..,� �'•� �:r _ �.•.:,tr, • y r3' •J::.'. 4 : ..:,`,,. .��� �i,;�• 46. .!. � ' c�f �''a; .°r •:\.RaJ�t�t ^� a��'� t. ',•; o" r . . I - ,.�,.�. , +,1 �,,. _ � a,.!" ,fxri " • .,�Y ; :" «.nr•f : ".+'. v ° '« ..r : ' 4 f <!"ES iI •� r ; • T v� >ti �i�,n r�• r te' . :'?.`� t. .r'inSS`'': •tom. r,, r I.+.•ti:%`1:4�1 ?.l. t/�!' J� ?•I�� v�� S:' :. ? .: v.t . t u :>w: .S. , ' . ;;k. ;' i r ' - y g ' ' +h i.t ,i' +:r ,A�' , t r�:r. . i•. 4 ti. 4: `' n, 3 eitt cr tiO !!y .I• GEk; ;f3f4sI' : r , `r ..t y `. .. r :Q '. _ ,w : ; : r''. A t'. _, .., :i. ',41.1.•; ,�' :x? - -.:: ■ �.1:, • 4. • ..,.. • I' Zvi! FT. F _. f".c :, �S '� > ° .. ... ... ., ..:)C(a!�� ; =i... ,, £h,7?I!."s S,:. ..51+:: LYtiv ��. ,. � ..�:1�: ...a.. +.• .JL� . .. � . �.�1T� " • IFB Template Adopted 09/24/10 IFB #1111333HR Page 7 of 9 SARASOTA COUNTY INVITATION FOR BIDS BID FORM k N r . '''7 :w itil•.'.1;"'"r„'' ^t•�{L••'✓`.r �.I• .. 1'".',ti -" 1 '7.:44!-- �t tS .�... " -+•' ° "n -,n.� '£' i ;; : t %�",• : - .r.. rt;. w e + "1^r'c ` 4 .,0'.. 4 •K ;'1 ~ 7 ! r c F - c • -• 7 : ' ? t o „' ". i w . , Q t h' , ;.,''. , 1g t3 y `:4 ? . 1 •1Y . * . , e, ,d. �t,, ? �l ` - ; ' , ,. ' �E ,,, , i w ,S.. „,,. y$ -£ tJ ',, ° zi `� >' . i . o =lei o .,, ' ' ,1 71 7 .: ,rC' -A' - ,. f • •.,. •K6i,a; Gl S'. . 7,-"A% .... r j �"`- ' T{,.. 4 ' �' ��6r t' �e • a , . 1 , } u ! , ? Y,,, , ,e � r ,1, t•.i . ;'�: y a`i( } � ' ,t ! v cY- ,, , v k e•�d" '-�" � ! :.?-i xv.'�.ts r' � . aP4j., '$ � ` ,v • Su ly: , . r r '. f ° t.,�.t '"F1J . i Vr' 4 Y r • l ; , , Y /4-i• 4 . ' r 4 " 5 '{' !'� ; 1 4 , ' ,• F . kj - ., s 'F o•. r ^ C 1 .t ''' f 1( -, fir, .:, - •.i �� ? a '�.i! ��/ ' F r nl . ,(' r J . " i' r i y i t? `!; r µ R', n . x 3.2.:4.: sA t . ." 4. �" .� ) ` � ,�' ,r,,,.r�iy 3 � '2 L .!'',,� : k ; . � x K/ r� :+�` t L'+a .'(�'.S?r.,s``I l: �y • r ,:i: .tr• •�nu;l%c. rd „�,�.' si:,u no- ^,'!: I• r�r. ��«. �aJ. � � �! �ueWS: C"e!.ds,.r.:3�Cu.),.r..� v!';tsar 2$ h • UNIT OF UNYT BID Estimated EXTENDED BID DESCRIPTION MEASURE PRICE Quantity PRIG 15 Polymer/ Clarifloc RC -9490 55 r�u n $ 20 Drums $ 16 Sodium Aluminate / 38%, specification Bulk- 2,000 $ 210,000 Gallons $ gallons • 17 Ammonium Sulfate Solution / CAS-N/A A 4000 Bulk $ i 20,O0 0 Gallons I $ 40 %(NH4)2SO4, specication . . Sodium Hydroxide Caustic Soda / NAOH CAS- 7732 -18 -5 _ 1 NSF(National Sanitation Certification) required. Must be Bulk $ II 30,000 Gallons 111 $ certified for use in drinking water. Sodium Hypochlorite 19 12.5 Trade percent Available chlorine* See Technical Specs Gallons $ III 500,000 gallons I $ • for further requirements ' Hydrochloric acid 18 Be 28% NSF(National Sanitation 20 Certification) required. Must be certified for use in drinking Gallons $ III 300,000 gallons I $ water., specification }} 4 o M t e' s - - e yes r..1, r y x •. ; 1 , s 's c . - J `• . e y a: f , :� e s r u' t t ' �7�� M5.1rG .� ` vs.r,':; " IF,'7' �,� '' '.`� - ' Y t ��q r �, p�c`�' `Nw�� �}r, :x 10', ,+ 6 0 ! r fn ; ��� � r _ S l r y ,v. . !a ," L, t ; r . +7 o E 1 ti . t. .v.�'1 =' t � � ••, 1 Kn->?�rt t, nF .;, .z' '.�' '�•�t ; 1? n �- •,��,, ',�,�r -y .s ! ` +. J � `` r•{ r. ' , �` - - � .n �'� � ;. a� x .r• .* Y � ,>;✓7?_� 7 a .�� r��`.�:r.J� A �4c y � ��� y t�; u:"t� Y"; U � k % "1. • : ::,4 : � � a_, t - : - -c 1 -'-� ^ .a r S °' •4` .l .,, �, ' M' rr.. S ,* -,-, a t 4 �, {• 2,� .„ ,• r • , .n , c' . , -'. . r.' �•.1 • a ..yi 14 "f ""r.:� 1.. 4,r` . ��' • .:+. "•' „ ',.... �•T. , f t ,,J�p34 ; r ; t �.s.,* y „ F • - Snvf < . ,. �,t :!l-'• � J� ^r ` � 7 _ � tr' X.� F r d �,"��r , n, ''t r -' ... , • ' r r ; ..7 r � { ? ? , ..„.. . K� y , ,, , , ,,,,,,, � 3' j - Jr !� �,4 5 : � ; r' z ..A" 1 . . k •$ w: �r't r r �C�,',� r y h y . a rk: : *i- t � .. ar . 4 w s ?,' dy"4 y � .'; - ;y4;.$..) : `.I.v f { cr ,b t �1 , �'r-r -• • g �'u o a. o , p • S r ' ^ �. � .r i ,I p — . , %0 a .- ( . c of'i v r� .� 4' ... ,1 . j,'‘-^k. � � e ,F 7 { V•„'` "o'�r.• r . r; .";`= •�?,4yr 1 '•.k }.c., ,•';. k No - c4 .. t. , , , r r d .{ � c; `� 'fi) '^ .• z! , F '.. s � .t w , , : • Ye:e.cs , .• ,, • ( + : irV �` ^f, 11 ., ?a o , .. i. , ,,n .— F �.t.�v r a .1. - •4 W. ,. , i.Z.. �44 ,a i0 - ti"` ir !,` rf "q, f ssc S %b '."•, '�?. . h . t - � 1 — .. L.I C ! :s' 1 ? - - , , o t - - h.e '. .,cwr f��t4', _ v, a'4"y 1 'i..4::i. .("�' A•t �1',; " r• -� �"% ✓ ml r• L°tr ,•y: r'1. F 'h .. S' " 7'^ , . r 1 M-rM 1 ' ' ;� I ro^'F t y `vn raj • G � , � ? i .. . r .:..y ,.,4 ..i$.,,,,,,,...:,,,,..,:,...., '4 .iF . t - 13 5 , - , - , - •" 4,-v rI {f '%t — . ti . e . .5 3;t i f { ry ` � - . .4(` >%) :1•: ;� `, '`i y . s . t „ • ' ;1� rl - � t . A. , 9 5' o-:44::. t y •Q ` ' c, t Imo. • � nv .7 Y : [- c c,r� a f t n c n �l _' - a, 't t ' r t rrY ? ...n Jr✓fi y1• �yF: f r r ° r,p ' •4Ki ��.�Cv�.,* ��,�. ��� � 'fit Gr. �. � t � } -r , a - ; 7 1 � f � , y�c�i. C" , +,. �'. r � � ?- ,.. - . r ^`' u r l 1 i r, "e`, i.. .M a Y . „, , ..o ?p � �. ,, srt; e „,,, i } � ,rd , . , . c r . , r ., (4 v _KI, , ;1 '-g;f, ir:Acie t+ 1' x1.0 ?-. N '" "k “ :y a- .' >: r , r �, . + t . -..x }4. ‘ ` f.: * ', ; f ^,0 " . r a �. fr .,` "R`1 '� T �,' - l t i , '! <t 1 s• ..� 4. .. � 5,' µ ys y °3::N ti' : 1q n 2 ri r ` y {'' y. �� dS e t 'T ti v j f . g .. _ �.r . ;t4;.. L y��,• '',,,,. i • Ji;�� s +1: � , y ; {,wr,,, 7 r? r f •,:,= , '$ - '?» 1 ' l.r 4r 1; '' ``: , ;; cJ s?k 4^ • �j�'r ' v.0 •. x' '•'ti 4 r" _ ' ••r r • '- "' - / ' r �3� ...�•� � -L �V .2 r 7 � fir' 7 '� V ' ! ,S ".,..^ X.r � � � M r s , G� r�. a S.. ^t T� v } ~', :{ 1y �� x � J , „tr'µ�' '� T"i44C4?+ �-. �4i�' I T ���,. '� f.� �` , < �} t "� a; i� }*; . j'r 4i r N : 1: : i:i° t r y 1 _`,.g;LC ; •R N "� '�` ,. rY ,�" '.yi, ,"7,, -: 'G; . ' 14 ,4rr y �' .,, : �r . V -: :a. ., Q Y4ihjl l l ..tex= /. ' n O� � J� 11.1 �t rl R -{I l tea. . Y w a z,DL:NU '..a.ti4 ....• . IFB Template Adopted 09/24/10 IFB #1111333HR Page 8 of 9 • SARASOTA COUNTY INVITATION FOR BIDS BID FORM * ** **The undersigned certifies that the bidder will provide products and /or services in accordance with the specifications of the IFB and all issued 1 addendums at the rates listed above for the term of the Agreement. - •Y " :,, i.;>QYQDI: > l� • ! : r 'i.'. !'s aC;i., ,,.: •� :'f4,:. �:: t. =`! :ry ?,. J , I•.: a . ' • r .t.•• 1 _'r " ^ - t�-. ., �F; : (': ... � . ,. _ ' * * s';= :•i.•,,� ->_ ..i < :r•: 3 r.: Nr,+ ;•::. , ` � ., .. ... •'r ;',t .....r •, .. � _ .. •. ..., . ' _. l.r.. -+. •• .�:..1.a ww'•j; :'1� "e: "Y. t` }k�.;,}'.�::a_,i•;kala'� -,rt '+x�;;r k' + ?aJr'�r:• • ^:r. s'D:- t' i l ::,1.•' - y, c' ir. d Y• ti �.. * .1,t �' !!,� e ++ ; ,. ; r ;' wh !,,' ,.,k � r •�otv: ,rl: ^;:tk• ,W ;.1 e" .t}•`0 "y Y' �%: � r'f i Y::+n. � r 'nom � .S .,4�iA`r. rt .• .� fi .f�� `j + ° (! X '.` ' �!ir •.e:,ti :, 7a:1. -'rte! I•' i� : +�.::. •; C: i : , r`'?S ti_ .S 4w t . 4 . .i • 4 _ . •' r .Y ' ' ...:"�.. ->• [ . i1 .,, .r . r- :[ hr ti w l; ' aK� ,�.ir;?w.y• T.f r .: ,� '. `' ,'`, ?�; S + J 3 ,. i. , i F: ik -„; T ; .d''rr! ::',_..N •+!: "ii�' :x� A,: ]hr ••J':-crX,.' ,� tysy,R. • C : Si 6J 4 " "5. � ,,.., .a, �: '�.+:."{.. F; <�l i • : � :....... _ : J'. a . .:,.. 1�.� , e ',} x r . �.t1 . " .t, l ey �g t ,� Y 9 �r. rl;�'i�• •: 11,: .: r,• -s • .r • r •, .... i .. i}•`•: L'lv r,• . f..? . .i7:.�.Yl'fr 7�..G.:.` or.+w ' : '.; !, • .:liC� �. ?:.. .�s. • <7{�•'}.�:�.:�r J+- r: Yx PRE A L.. , :r BIQ RED ' • vL, t y :�=� : �� ,•v •{�� qt qq�y•�.L 'A' 1 .:,. A. , -? - 5 t`i 3r r , . sL. thr., t � 1. i �i'C 3 •f' S:. '4 •. y}' I ' ... � :J -:•• c f,•;' r�..<r,TS'•�:P� ;•i i .: . .�,. � �}•k : '.7�,'Ir•fiy`:r . � 'L1w""' 'r. : •V. al I• ti i . r .Y. ::. i'i: • ;i:Cr•. ,' :j::: . Y S:.t •,J- ,, a� l: .., .... •'J • • 'Sn.• � .� .. 44 'S'r:T ".ri' .•1.. J;x :•1:." ••••• ••• •,i .,fL'; >.l . . :. t;•a%:•:�• - 1CY .Z..... µ',j�i^ui :.�,..'�a'r r; a_.,,,r• :l; n ,•.y ,•„n ' • *a.•iS • Y ,'•! :i %. .1 . •t`.: ti i 'r'. .. •L• ,� �..F J t Y • �.• �F•„ i k• r' ^9f•. r- <a1�• ti: ", � ':,s.. ,•,y.. .�.:'• ti ° A� , :. c ;4a..L, • i r „ILA"- N>!! CS. J: (, Sn ,t P� a " `v' : �•!. • ;.' • • ^i.7 :�rt n.y. Y A : K• 1 C -. S� X =r.: .ry ' ...: ... '.., • ,•:. ':. • ,. _ll•:,'1� ` •G'S1a .... 1.. ... �.. � ..: : ,'1�!:.1.. .. Y � r �'iS - "14:.]r/\ -. .. •• • • • • • • • • • 1. - 2 Legal name of the company submitting the bid must be the same as the company named in Section I of the BIDDER -INFO form. To be considered responsive, bidder must _ submit the completed BIDDER -INFO form with their bid. Page 9 of 9 IFB Template Adopted 09/24/10 IFB #1111333HR SARASOTA COUNTY INVITATION FOR BIDS BIDDER -INFO FORM _'r' _ = _r+f.. w,xdy,;5(:.: i,k;,Si :• .js.i.• r ., _ - iN• - -tE - f._ _ . , . ;c >. . ... i ?'� _ ;.., ' �' - r�3 ._. _ ""�`. `_ ... - - .:' tNES • .. GO�tfiCitNAAlJE/TiTll) :' r �,. EMIUt`' PHONE � ,�. e y ` �`� y 4 'u71 a Ile ite� • ►�a t g Y 1s d .• Sn - � }��� � 4 44� J ,-L � .a � :•�i � act 4 �.,u `EIAR5 - x� . _ �• i� ' i • 7 S � • nt - J y f FTi • +.> 77yY ar�- scts } 47 f?- 1t= r'{, .,7 - 'T:r 'vy^ 4,,•s'r. - :, -_ ��'�`5` �. c za^•-' x h., t•"z <q" h a "T• -',�P v ,��$'7 . - "` -.iy F� �r t Md1 3C J �' 11 i iy � � 9 8 �y � r f�6� ��� r y 4.t L- :�f'i.� •'S, } � �f�. �� .[yA S,�F��1' '��� $'� +n f r v E �' ", 'LE. 1 f�`' 6} '��.".S!- Z #�,a af'1': •'� ',tf',a' 11. I i n< • ` 1 • . { { -` F �.� Tf t `4 ��-?`3 5 Y •�.: ,t }-. .. t,): a t s .1 t � {s{ 17 < i i L�- f3 � 1 � J� t l d£Y'Fj J ( � 7 i uTf fdt'YrE y iX 1 7 �' dt+� � � �� �� 1 � _hZ r' i3 - -S-� fi , 2' .X ,,,• Sx`Ta 3 i".h 47 S ' ! C�•r 'a , 4 1' :.: n•. a r ` ; .' �; . + ��1N ; 'htto ' ,; : sc itEa* zt =,• st . F r.. }. J.. ;'.z : ,:r`- -•:R fr t } 7 r r•o '<4y:.+' �. a�: >i. . ;` f�: ? L1 CAT[D�1:" • • W AT ABOVE LOCATION FOR LESS THAN 3 YEARS, PROVIDE INFORMATION REGARDING PREVIOUS BUSINESS LOCATION 'rt - e ,: J.y tip: ar`r,•lUY.:. -,y: wri i is _ .;'vi _ E ARS - — . • h x �{ pp `r I • , V j ' _•r ; um/0'0c, f s r S u'°f"' ;+,�.'F r;;%" r 7 ` x?i ; d a l t ,T Tr, ^• - y rr y' - r+ z Zt r ,..a..: ti i`� k ' ` .. T?r ` ` iii • l Y,� ` � �" � { 5 5 � • r j i -�„ ° { 9 r' �� €� '1� � ui� 1,t! ° '! 4 ' `r i�'k' x r t3 -4 .01ft UI TlI E11A . oY <` *' # ofi ► I i iG I 0 ? - 1VII EM ES I ':Th 4 .h>.:.s Ci5 ���r�'�''�( -� „„ �,,., �� ��'s►ti� G L #��jl� P1.3``1'� �M'1REtOMP/INY�v :- :�FTE'sj A`f LOCAL'OFFIC? `= ,N1F t t, d • ARtO 1 S SPTO'I;Q fr �', tint 'I CsARO1.EU OF.2OFf C: LOCAATION) ; _ _ :' =: " A'�ORPORQ OFFICrMANAGING- PARTNER NANJE`¢F THE VOCAL Orf leE C RPQR•¢TE OFfICOVOIANA:GINO P RIVE Oif , . r - �','- rt `..• :} " F PRINCIP�ItL Qyi�JEli, i i e�c < '' G a 1 h :f .: ; .. : O E & - TI•IE�COUNTy S S LOW ❑ SARASOTA ❑' MANATEE ❑ CHARLOTTE ❑ DESOTO ?"•r q , -,.� +'Y t „„,, r ice$ - ..e• -G t.77zr�; S � -F :.� 7 -R•z ,Tc-•s, s�'c.; .'mac« ., - - t - � IA AA 2, ! 1 �7 y r C 'F { a A .,;e, sea ms '�F �.5 .3 ,G. i 3. G'S'7- 3 •ui�i �:� '1.° ^d r7: nut- � ' t -t ` r Yl s , 7< k ry S 4"- -:x, =. • s ; " .� {%�:rF:x4-• .. r•- o ..,+c'9 „r: ` t ` `V� ✓� ;ri-� . i �� a• p xr1. 'LOCAL Bi 51NESS,`1AX RECEIPT:I!' "= < '_' ; _ [OP• F.LOGI1 �1 1 T ;RE EI)'Ti YES ❑ NO 0 N/A ❑ 3 insert the formal legal name of the business - 2 "Loco( Office' is defined os on office located within Sarasota, Manatee, Charlotte or DeSoto County 3 The name on the local business tox receipt must be the same os the legal name of the compony listed in Section Monotee County does not have a local business fox - BIDDER -INFO FORM Adopted 04/28/10 - Page i of 2 . - - . SARASOTA COUNTY INVITATION FOR BIDS BIDDER -INFO FORM When applicable, Sarasota County grants preference to local businesses in accordance with Section 2 -219 and 2-220 of the Sarasota County Procurement Code. If you wish to qualify for this preference, you must submit this form and all requested • documentation with your bid submittal Any bidder who falls to submit the required local preference documentation with their bid submittal shall not be granted local preference consideration for that bid. Bidders who submit falsified data shall be disqualified from consideration as a local business In Sarasota County for a period of one (1) year. 1, (print name), the (title) of (company name) swear or affirm that all Information on this affidavit and submitted with this bid is true, and that I am authorized to complete this affidavit on behalf of the company. Signature Date NOTARY The foregoing affidavit was subscribed and sworn to before me on this day of , 20. SEAL Notary Public: Commission Expires: • BIDDER -INFO FORM Adopted 04/28/10 • Page 2 of 2 . _ • BIDDER REFERENCES FORM (COPY THIS FORM FOR ADDITIONAL REFERENCES) • S�tvf:.`rT+w ; 111333HR WRV' ''� 4 .S'2 s • : z , .•°. . rs •+ &s ay. EtU; • 7'.. y+. : - +r '� -p s •, s.. • .1�} � :._ , vy`' y . + .. ..'- s a •`� ^ :a 'F �*' • A., • +f.'Yr` c � .i:i i1 ` ` Gf fU rX (:A,`a..` ;f" :yil- rs.'z' •iTF QZ. z i .�? 3 5 w : . .x ,• ' ` +`� Y't • . �tc y l44, . • � . 3. : ®1 • .� • ..c+ A . 4{ �.� , s' I ;4:;'T•4. 14 .• `� ' > ' �` - f } • 3 , �{ �' � `Sfi. ri:3 a'.'c.'4'�- .:k= f•..� !. c'a �•. �.:. . y�. • :J' . s 2 r....•F• a + °. i • •- •i� ,�/'_t5 • S. - • tc L.si; :i�`. t . ..� xQ �� . _ •ta.S•:5•hi• .. }d., �" • .1 ^`Y�.i'. � . = '�:'i°Z� }. 1.* r- .4• � `7- :�ae, t'e0 • �: i *'• ' �,+ • Yx•" ^'•1�.1� �:-tr •.Fa�N iY. - , -.,.�� x1. a•• � - t '. ?ai'`�?� -:�'f~•. � 3'�' � r � •,'• :7. •3' ^.",•c� •. dt;��°`"�'4.•5 -'k•_n ,K +• <• i,� 1 fi +5' } ,: - ,5'.>! a - y am . 'y � '�'y`n l�" k �5 ?. ?' f3' ';tl}'��i3.Li'i•�� ' � -i.�- '�'i�Y?C��dUs'r� }'�"..§ r�' � � � � �. � �..' '�3e { ��� j f `"'._'�v it >� .: sA, •Y- �f �,k�i'ne^ 5 i i s y y 1 ~ . � ; �a.�s.'�5T - •,�; a � .1 •#::� t a 5 �, y . WFSt•,75lL.'�'�.. :e•` = 4�:rY.:; k.. ;.•lae •:,�,r+;^.v,.f•• � aYxik.. �Y r '•4'.:. ^' #••�••'w.�i!; 1 • •�•' lf� =',�. :o-Y�:'4.rs�i:J •� p � .. +4' k,.41.- 41 j } c" 5 • - > _ ` �• ^. eta r , ti+ • .,*a�-: .. ; ,' 'l!;d: .H.�..i�+t'r(5fe,a�'A.� ,r...�'`:`.�j�•{ 't+s.. •,fY- eiQt� ",+,,��Zr:',+�� � �ir:y�r ] , r � } y ��..cg','• .'�i `��Jj,5- f�+�^j� " i.4 •�.,, `yr� ;„.�.���yy'•f'+5G -•fti 'Y :i ti 'AF �n YwT o .' u • 'np� 44,14104 • ;.0 1. 1w u++ •<'q 4:1T• gy�pp '�f a . `S�i'SFb' �?�:;r, v..• ,z�i`t j� <i:'; �Zrt :.a .t a +.'ir '.{��.r • c+Y. _ ii ' 1 1. 0 ' .. A t: a 'rii t t �, C1# 0 YES 0 NO Y'•'y+ 07g4U •�,.��dc 1 A5 +t y ... {k,�.Y ?�> -z� ' ii ' d (�(��;+�, t:�'^s W:', i �'•..�..: z f4r..�r• r ! I- : '�., } y ,�;�w �v tf „�:�”- . �%ba< f`"€�lf5pp1 i�• <• '••t''� � :. � � �T"i i::. Y �`.�', �y, }a.. 7 .3�`.•�'` 3�' �t ' ;'r� ; #; s-•a•�r�< 4 .,,,, � � t ..: f. l ;-��. ct c� s! "' v� 1 � 'S•7• }. s. . k y xr.,� 1:: S�`�I: .::.A ? 7 ?: OZ ;^�•.f.''fni t 2 •> , 414 +. y_ j J tiz P, • i � M t L.. •• ri. `. '1 :?N• 7!•t` „'•.'s � , >5 4 �' S� r�4- r'•t:'� �'S�"aS :A'i`.+t :t; s }T�•- ��. f, C.S."^.LYi .� k "- •5`.i-4r• 3.n�` ... AS PER SECTION 8 QUALIFICATIONS OF THE GENERAL NOTES & REQUIREMENTS 1 Is this reference? ❑Commercial []Government ['Industrial 2 Which product(s) were provided? 08.2.1 Ultra- CHLOR(Sodium Hypochlorite 08.2.2 Chlorine Stabilizer 08.2.3 Sodium Bicarbonate 08.2.4 Grade 100 Soda Ash 08.2.5 Muritic Acid 08.2.6 Calcium Chloride Flakes 08.2.7 Methanol 08.2.8 Jack's Magic Filter Fiber Stuff 08.2.9 Calcium Hypochlorite HTH 08.2.10 Sodium Bisulfate 08.2.11 Ammonium Sulfate 08.2.12 Vitec 1000 Anti Scalant 08.2.13 Lubrizol AF600 Anti Scalant 3 Was the product(s) provided in the last (3) three years? A lta County mount IWLI NIXICOITV SARASOTA COUNTY GOVERNMENT PROCUREMENT DEPARTMENT pRUG - FREE WORKPLACE PROGRAM CERTIFICATION • DRUG FREE WORKPLACE PROGRAM REQUIREMENTS: Pursuant to Section 287.087, Florida Statutes, whenever two or more bids which are equal with respect to price, quality and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that It has Implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited In the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse In the workplace, the person or entity's . policy of maintaining a drug -free workplace, available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. C. Give each erhployee engaged In providing the commodities or contractual services that are under bid, a copy of the statement specified In subsection (A). D. In the statement specified in subsection (A), notify the employees that, as a condition of working on the commodities or services that are under bid, solicitation, or contract, the employee will abide by the terms of the statement and will notify the employer of any conviction or plea of guilty or nolo contendere and violation of Chapter 893 or any controlled substance law of the United States or any state, or a violation occurring in the workplace, no later than 5 days after such conviction. E. Impose a sanction on, or require the satisfactory . participation In a drug abuse assistance or rehabilitation program, if such Is available in the employee's community, any employee who is so convicted. F. Make a good faith effort to continue to maintain a drug - free workplace through Implementation of this section. The undersigned hereby certifies that the business named below has implemented and maintains a Drug -Free Workplace Program in compliance with the requirements of Section 287.087, Florida Statutes: Entity Name: Date Printed Name: Authorized Signature: • • NOTE: IF YOUR BUSINESS MEETS THE REQUIREMENTS OF SECTION 287.087, FLORIDA STATUTES, COMPLETE AND RETURN THIS FORM WITH YOUR BID /RFP. Btd /RFP #: • • Sara ota County IMMIGRATION STATUS AFFIDAVIT Contractor agrees that it shall confirm the employment eligibility of all employees through participation in E- Verify or an employment eligibility program approved by the Social Security Administration and will require same requirement to confirm employment eligibility of all subcontractors, Contractor acknowledges and certifies that any person assigned to perform services hereunder meets the employment eligibility program requirements of the State of Florida and the United States of America, I certify that the company shown below is in compliance and that I am authorized to sign on its behalf, RFP or Bid# - Business Name: Business Address: Phone Number: Fax Number: Email: I, (print name), • the (title) of (firm name) swear or affirm that all the information on this affidavit and submitted with this bid or proposal is true, and that I am authorized to complete this affidavit on behalf of the firm. Signature: Date: Notary The foregoing affidavit was subscribed and sworn to before me on this day of , 20 SEAL Notary Public: Commission Expires: ISA -1 ATTACHMENT "A" TECHNICAL SPECIFICATIONS BID 111333HR 1.0 PURPOSE 1.1 Sarasota County Operations and Maintenance and Public Works require chemicals for maintaining water balance and treatment with product delivery to specified locations. 2.0 DELIVERY REQUIREMENTS 2.1 The awarded bidder will furnish bulk delivery of chemical to specific locations on an as needed basis. 2.2 Deliveries will be received Monday thru Friday(with the exception of holidays between the hours of 6:30 am and 2:30 pm and must be scheduled with County staff 24 hours prior to delivery. 2.3 Bidders are strongly encouraged to visit site locations as part of their bid preparation. Failure to do so will in no manner relieve the awarded vendor from the requirements of the IFQ. This inspection is a silent inspection; no questions are to be asked of County staff. Ali questions are to be submitted following the procedures set forth In Section 8 Clarification & Addenda of Attachment B General Terms and Conditions. 2.4 If spillage or leakage should occur, the Bill of Lading or invoice will not be signed until spillage is contained, neutralized, and removed from the site according to industry standards. The County will not provide any containers or materials for cleanup, 2.5 The County reserves the right to require unscheduled orders and delivery of product(s) at the quoted rate. The County recognizes said delivery will happen on a mutually agreed time and date with supplier, which can be outside of the normal delivery days and times. • 2.6 Hand truck: Delivery of some chemicals wits require the hand trucking by delivery person to a filter building and /or out building, which are located on said properties. 2.7 All delivery personnel must have company cell phones to facilitate deliveries to unmanned and manned facilities. 3.0 SAMPLING 3.1 After award of Bid, the County may at any time require the supplier to furnish a certified analysis of a batch or shipment as it leaves the point of origin in order to ensure compliance with product specifications. 4.0 CHEMICAL SPECIFICATIONS 4.1 If a product name Is listed on the bid form (denoted with an *), and the bidder offers a substitute product, the bidder will be deemed non responsive. 4.2 Items #1 -8 a. The Sodium Hypochlorite product shall be delivered by a tank /bulk truck that can unload through a reinforced hose with connecting adapters compatible with current receiving ports. Adapters are in- place at the two sites. Offeror shall make provisions for delivery distance up to 200 feet and possess adequate delivery hose for that purpose. b. Unloading shall be accomplished by a truck mounted pneumatic or air- unloading system or by use of a reliable pump designed for corrosive liquids as necessary or vehicle equipped with a lift gate as needed. Attachment A IFB #111333HR Page 1 of 5 • ATTACHMENT "A" TECHNICAL SPECIFICATIONS BID 111333HR c. Sodium hypochlorlte will not be allowed to leak or spill from the suppliers /carrier's transfer hose or fittings when unloading. The supplier /carrier will be held responsible for any cleanup of spillage or leakage. d. DELIVERY LOCATIONS: 1. Arlington Park, 2650 Waidemere St. Sarasota, Florida Contalner- 850 gallon, vertical storage tank 2. Lido Beach Pool, 400 Ben Franklin Blvd. Sarasota, FloridaContainer - 275 gallon, tote, tank e. Delivery shall be made to each of the two County managed swimming pools sites, Arlington Park and Lido Beach on a weekly basis. At the request of the County, during the winter months, deliveries may be reduced to a bI- weekly schedule f. Contact: Primary Jose Duque, 941 -315 -0155 Secondary Call Center 941 - 861 -5000 4.3 Item #9- Calcium Hypochlorite- HTH Granular a. Hydraded Class 5.1 UN2880 b. Product will be delivered by vendor from a vehicle equipped with a lift gate c. DELIVERY LOCATIONS: 1. Central County WRF, 7905 S McIntosh Rd. Sarasota - Contact; Bob Selbel-941-650-5117 2. Siesta Key Utilities, 5200 Oakmont Place Sarasota - Contact: Roger Hostetler 941 - 650 -9214 3. Bee Ridge WIT, 4001 Iona Road, Sarasota - Contact:Dave Sell 941- 650 -2706 4. Venice Gardens WRF, 375 Venice East Blvd.,Venice- Contact: Kevin Brown 941 -650 -0751 4.4 Items #10 - 11 Methanol, Sodium Bisulfate a. Methanol CAS # 67 -56 -1 b. Sodium Bisulfate CAS #7631 -90 -5 (35 44 °1°) and water with CAS #7732- 18-5 (56 -65 %) c. DELIVERY LOCATION: 1. Siesta Key Utilities, 5200 Oakmont Place, Sarasota, FL34242 d. Contact; Roger Hostetler 941 - 650 -9214 4.5 Item #12- Ammonium Sulfate a. Ammonium Sulfate Solution CAS # N/A (40% aqueous solution) b. DELIVERY LOCATION: 1. Central County WRF, 7905 S McIntosh Rd. Sarasota c. Contact: Bob Selbel 941 -650 -5117 4.6 Items #13 -14 - Vitec 1000 Anti Scalant( No Substitutions) Lubrizol AF600 Anti Scalant( No Substitutions) a. Product will be delivered by vendor from a vehicle equipped with a lift gate b. DELIVERY LOCATIONS: 1. Carlton Water Treatment Plant, 1255 Mabry Carlton Parkway,Venice, FL 34292 2. Venice Gardens Water Treatment Facility, 1350 Jacaranda Blvd., Venice, FL 34293 Attachment A IFB #111333HR Page 2 of 5 ATTACHMENT "A" • TECHNICAL SPECIFICATIONS BID 111333HR • c. Contact: Kevin Brown 941- 650 -0751 4.7 Item #15 - Polymer a. Clarifloc RC -9490 b. DELIVERY LOCATIONS: 1. Central County WRF, 7905 S McIntosh Rd. Sarasota - Contact: Bob Seibei 941 - 650 -5117 2. Siesta Key Utilities, 5200 Oakmont Place Sarasota - Contact: Roger Hostetler 941 -650 -9214 3. Bee Ridge WTF, 4001 Iona Road, Sarasota - Contact:Dave Sell 941- 650 -2706 4. Venice Gardens WRF, 375 Venice East Blvd.,Venice- Contact: Kevin Brown 941- 650 -0751 4.8 Item #16 - Sodium Aluminate a. 38% Sodium Aluminate b. DELIVERY LOCATION: 1. Siesta Key Utilities, 5200 Oakmont Place, Sarasota, FL34242 c. Contact: Roger Hostetler 941- 650 -9214 4.9 Item #17 - Ammonium Sulfate Solution a. CAS -N /A AS 4000 40 %(NH4) b. DELIVERY LOCATION: 1. Central County WRF, 7905 S McIntosh Rd. Sarasota, FL 34238 c. Contact: Bob Selbel 941- 650 -5117 4.10 Item #18 - Sodium Hydroxide- Caustic Soda - a. NAOH CAS 7732- 18- 5NSF(National Sanitation Certification) required. Must be certified for use in drinking water. b. DELIVERY LOCATION: 1. Siesta Key Utilities, 5200 Oakmont Place, Sarasota, FL34242 c. Contact: Roger Hostetler 941 - 650 -9214 4.11 Item #19 - Sodium Hypochiorite a. Liquid sodium hypochiorite (12.5 Trade Percent Available Chlorine) FOB destination in accordance with the American Water Works Association's (AWWA's) Standard B300-10 for hypochiorite pec. Additional containment concentration limits are as follows: a. Iron< 0.3 mg/L b. Copper< 0.03 mg/L c. Nickel< 0.03 mg/L d. Chlorate< 2,000 mg/L e. Bromate <20 mg/L f. Perchlorate < 20 mg/L g. Bidder shall submit a copy of the three(3) most recent years of complete NSF (National Sanitation Foundation) sample results of their product from the manufacturing facility supplying their product which would serve the customer. Sarasota County shall use these results to ensure compliance with the Specification. Attachment A IFB #111333HR Page 3 of 5 ATTACHMENT "A" TECHNICAL SPECIFICATIONS BID 111333HR h. The awarded bidder shall make "normal" deliveries within two (2) calendar (i.e., not "working" days) days after receipt of order and must make "emergency" deliveries within 24 hours. An emergency delivery Is defined as a delivery which is necessary in order to prevent Sarasota County from running out of sodium hypochiorite In less than 24 hours. Sarasota County shall endeavor to minimize the number of "emergency" deliveries. 1. The awarded bidder shall be responsible for pumping liquid sodium hypochiorite into the storage tanks at the delivery sites and shall provide all necessary hoses, fittings, air- padding, pumps, etc. required to safely and efficiently "offload" the liquid sodium hypochiorite Into designated storage tanks. The awarded bidder shall be responsible for ascertaining the correct storage tanks and fill point locations to prevent accidental discharge of the product Into the wrong storage tank(s). j. it is the responsibility of the awarded bidder to inform Sarasota County that its NSF or UL certification has been revoked or lapsed within 24 hours of the time the supplier receives verbal or written notification. Loss of certification shall constitute sufficient grounds for immediate termination of the contract between Sarasota County and Contractor. k. DELIVERY LOCATIONS: LOCATION STORAGE ESTIMATED CONTACT CAPACITY ANNUAL OUANTITY Carlton WTF 4 - 4,000 GALLONS 220,000 GALLONS Gary Shaffer 1255 Mabry Carlton Parkway 3 - 2,500 GALLONS 941 - 650 - 3999 Venice, FL 34292 Venice Gardens WTF 2 - 1,000 GALLONS 20,000 GALLONS Kevin Brown 1350 Jacaranda Blvd. 941 -650 -0751 Venice, FL 34293 Pump Station No. 1 1 - 3,000 GALLONS 60,000 GALLONS Mike Mlsoff 3120 University Parkway 941 -650 -9218 Sarasota, FL 34243 Pump Station No. 3 1 - 850 GALLONS 15,000 GALLONS Mike Mlsoff 5508 Ruby Lane 941 -650 -9218 Sarasota, FL 34232 Pump Station No. 5 1 - 650 GALLONS 15,000 GALLONS Mike Mlsoff 5949 Proctor Road 941- 650 -9218 Sarasota, FL 34243 Central County WRF 4 - 2,700 GALLONS 240,000 GALLONS Bob Seibel 7905 S. McIntosh Road 1 - 1,000 GALLONS 941 -650 -5117 Sarasota, FL 34238 Siesta Key WRF 4 - 1,500 GALLONS 60,000 GALLONS Roger Hostetler 5200 Oakmount Place 1 - 1,000 GALLONS 941- 650 -9214 Sarasota, FL 34242 Venice Gardens WRF 2 - 2,800 GALLONS 160,000 GALLONS Mark Harris ' 375 Venice East Blvd. 2. 1,000 GALLONS 941- 650 -2698 Sarasota, FL 34293 Bee Ridge WRF 6 1,000 GALLONS 200,000 GALLONS Dave Sell 4001 Iona Road 1 - 1,200 GALLONS 941 -650 -2706 Sarasota, FL 34241 1 - 4,500 GALLONS • Attachment A IFB 111113331-1R Page 4 of 5 ATTACHMENT "A" TECHNICAL SPECIFICATIONS BID 111333HR • 4.12 Item # 20 Hydrochloric Acid 18 Be 28% a. NSF(Natlonal Sanitation Certification) required. Must be certified for use in drinking water. b. DEUVERY LOCATION; 1, Carlton Water Treatment Plant, 1255.Mabry Carlton Parkway,Venice, FL 34292 c. Contact: Gary Shaffer 941 -650 -3999 • Attachment A IFB #111333HR Page 5 of 5 A L ty ATTACHMENT "B" GENERAL TERMS AND CONDITIONS OF SOLICITATIONS 1.0 ADDIIIOJVAL INFORMATION • 1.1 The County reserves the right to request clarifications or additional information from any offeror. Specific questions may be addressed to each of the offerors and the County's Review Committee or Procurement Analyst, as applicable, may consider any further elaboration by the offerors of any information previously submitted. 2.0 AMERICANS WITH DISABILITIES ACT 2.1 Sarasota County does not discriminate upon the basis of any individual's disability status. This non - discrimination policy Involves every aspect of the County's functions including one's access to, participation, employment, or treatment In Its programs or activities. Anyone requiring reasonable accommodation for the public meetings related to any solicitation should contact the Procurement Analyst named on page 1 of the solicitation at least 24 hours in advance of the meeting. 3.0 APPLICABILITY 3.1 These General Terms and Conditions apply to Sarasota County Invitations for Bid (except for Invitations for Bids for Construction Services), Requests for Professional Services, Requests for Proposals, Invitation for Quotes and purchase orders. 4.0 APPLICABLE, LAWS 4.1 Offeror must be authorized to transact business in the State of Florida. 4.2 Ail applicable local, state and federal laws, ordinances and regulations will apply to any resulting agreement and each offeror Is responsible for full compliance therewith. 4.3 Any Offeror who, as a result of a code enforcement hearing conducted by a Sarasota County Special Magistrate, has been determined to be In violation of any provision of the Sarasota County Code of Ordinances (whether related to the subject matter of this Request for Proposal or not), shall be deemed non - responsible and Ineligible for award of any contract hereunder. This prohibition shall be in force until the violation has been corrected and any fine Imposed by the Special Magistrate has been fully paid and during the pendency of any appeal concerning such violation or fine. In the event an Offeror Is awarded an agreement hereunder and subsequently is determined to be in violation of any provision of the Sarasota County Code of Ordinances as stated above, such violation shall be grounds for termination of that contract. 4.4 Offerors located In Sarasota County must comply with the Local Business Tax ordinance. It shall be the responsibility of the Offeror to obtain a current local business tax receipt from the Sarasota County Tax Collector (www.sarasotataxcoltector.corn) and supply a copy of that receipt to the County upon request. 5.0 ASSIGNMENT OR TRANSFER 5.1 The offeror shall be prohibited from assigning, transferring, conveying, subletting, or otherwise disposing of its responsibilities under the Agreement, or Its rights, title or interest therein or its power to execute such Agreement to any person, company, corporation, or partnership without prior written notice and consent and approval of Sarasota County which consent and approval may be withheld at Sarasota County's sole discretion. General Terms and Conditions Adopted 12/28/10 Page 1 of 9 i z. acy�Y ATTACHMENT "B" GENERAL TERMS AND CONDITIONS OF SOLICITATIONS 6.0 AVAILIBILTY OF DOCUMENTS 6.1 Ali documentation related to Sarasota County solicitations are available for download at www.demandstar.c9m. It is solely the responsibility of each offeror to ensure they have obtained current copies of all documents issued by the County in relation to any • solicitation. 6.2 Only documents obtained directly from Demandstar, or from the County are official versions. Offerors who rely on any other sources for such documents, do so at their own risk. 7.0 OFFER DELIVERY REOUIREMENTS 7.1 It shall be the sole responsibility of the offeror to have their offer delivered to the Sarasota County Procurement Office for receipt on or before the time and date indicated on page one of the solicitation. The time stamped on the offer by Sarasota County Procurement will be the official time of receipt. Any offers stamped after the time and date specified on page 1 of the solicitation will not be considered. 7.2 Delivery of offers by the time and date due Is strictly the responsibility of the Offeror. 7.3 Offers delayed by mall shall not be considered, shall not be opened at the public opening, and arrangements shall be made for their return at the offeror's request and expense. 7.4 Offers shall clearly identify the legal name, address and telephone number of the offeror. 7.5 All printed and photocopied documents related to the submission of this solicitation and fulfillment of any resulting contract shall be double -sided and printed on recycled paper with a minimum of 30% post- consumer content. 8.0 CLARIFICATION & ADDENDA 8.1 Any Inquiries, suggestions or requests concerning interpretation, clarification or additional information pertaining to the solicitation shall be made In writing to the Sarasota County Procurement Analyst named on page one of the solicitation, Sarasota County Government, Third Floor Procurement, 1660 Ringling Boulevard, Sarasota FL 34236, fax 941- 861 -5171 or 941- 861 -5129, all requests for Information must specifying the solicitation name and number. All request for Information must be received no later than 5:00 p.m. EST, five (5) business days prior to the solicitation submittal deadline as Indicated on page one of the solicitation. No verbal requests for information will be honored. 8.2 The issuance of a written addendum Is the only official method whereby interpretation, clarification or additional information can be given. If any addenda are issued to the solidtation, the County will attempt to notify all prospective offerors who have secured same, however, it shall be the responsibility of each offeror, prior to submitting their offer, to visit www.demwidstar.com or to contact the Procurement Analyst identified on page one of the solicitation to determine If addenda were issued and to make such addenda a part of their offer. 8.3 The County shall not be responsible for oral interpretations given by any County employee, representative, or others. 8.4 By submitting a response, offerors acknowledge receipt of any and ail issued addenda, and agree to the provisions of each. General Terms and Conditions Adopted 12/28/10 Page 2 of 9 Santa County • ATTACHMENT "B" GENERAL TERMS AND CONDITIONS OF SOLICITATIONS 9.0 CODE OF ETHICS 9.1 With respect to this offer, If any offeror violates or is a party to a violation of the State of Florida per Florida Statutes, Chapter 112, Part III, Code of Ethics for Public Officers and Employees, such offeror may be disqualified from performing the work described In the solicitation or from furnishing the goods or services for which the offer is submitted and shall be further disqualified from submitting any future offers. 10.0 COL.LUSIOR 10.1 By submitting an offer to a solicitation, the offeror certifies that he /she has not divulged to, discussed or compared his offer with other offerors and has not colluded with any other offeror or parties to this offer whatsoever. Also, offeror certifies, and in the case of a joint offer, each party thereto certifies, as to their own organization that in connection with the offer: a. Any prices and /or data submitted have been arrived at Independently, without consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices and /or cost data, with any other offeror or with any competitor; b. Any prices and /or cost data quoted for this offer have not been knowingly disclosed by the offeror prior to the scheduled opening directly or indirectly to any competitor; c. No attempt has been made or will be made by the offeror to Induce any other person or firm to submit or not to submit an offer for the purpose of restricting competition; d. The only person or persons interested in this offer as principal or principals is /are named therein and that no person other than therein mentioned has any interest in this offer; and e. No person or agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee except bona fide employees or established commercial agencies maintained by the offeror for the purpose of doing business. 10.2 An offer may be disqualified If an offeror submits more than one offer or If there is evidence of collusion. 11.0 COMPLIANCE WITH SOLICITATION REOUIREMENTS 11.1 Each offer must meet the requirements specified In the solicitation. 11.2 Failure to submit all of the required forms and Information In the manner specified may result In the offer being found non - responsive, at the sole discretion of the County. 11.3 Offerors failing to demonstrate the stated minimum qualifications may be deemed non - responsible, at the sole discretion of the County. 12.0 CONTACT WITH COUNTY STAFF 12.1 After the Issuance of the solicitation, prospective offerors or any agent, representative or person acting at the request of such offeror shall not contact, communicate with or discuss any matter relating in any way to the solicitation with any officer, agent or employee of Sarasota County, including members of review committees, other than the Procurement Official or Procurement Analyst named on page 1 of the solicitation. Failure to comply with this provision may result to the disqualification of the offeror, at the option of the County. General Terms and Conditions Adopted 12/28/10 Page 3 of 9 . is • Ata County ATTACHMENT "B" GENERAL TERMS AND CONDITIONS OF SOLICITATIONS 12.2 This prohibition begins with the Issuance of any solicitation, and ends upon execution of the agreement or when the solicitation has been canceled. Violation of this prohibition may result in the offeror being considered non - responsible. • 13.0 CONTRACT FORMS 13.1 Any agreement or Purchase Order resulting from the acceptance of an offer shall be on forms either supplied by or approved by the County. 13.2 Any amendments to the resulting agreement shall require the formal written approval of both parties. 14.0 =magma 14.1 Due care and diligence have been exercised In the preparation of the solicitation, and all information contained within Is believed to be substantially correct. However, the responsibility for determining the full extent of the services or goods being solicited rests solely with the offeror. 15.0 EQUAL EMPLOYMENT OPPORTUNITY 15.1 Offeror shall comply with all federal, state, and local laws, regulations and ordinances applicable to the work or payment for work thereof, and shall not discriminate on the grounds of race, color, religion, sex, or national origin in the performance of work under this Agreement. 16.0 FUNDING 16.1 This solicitation is subject to the appropriation of funds In an amount sufficient to allow continuation of the County's performance In accordance with the terms and conditions of this solicitation for each fiscal year for which an agreement Is awarded. 17.0 INDEMNIFICATION OF THE t<OUNTY 17.1 The offeror shall pay on behalf of or indemnify and hold harmless Sarasota County Government from and against any and all claims, actions, damages, fees, fines, penalties, defense costs, sults or liabilities which may arise out of any act, neglect, error, omission or default of the offeror arising out of or in any way connected with the offerors or sub - contractor's performance or failure to perform under the terms of any contract resulting from any solicitation. Depending upon the nature of the services being provided, additional indemnification requirements may apply. 17.2 If procuring professional services, as defined by Section 287.055, Florida Statutes, the following indemnification requirements apply: Pursuant to F.S.S 725.08(1), the design professional shall indemnify and hold harmless Sarasota County Government from liabilities, damages, losses, and costs, including but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional In the performance of the contract. This provision shall survive the termination or expiration of the contract. • General Terms and Conditions Adopted 12/28/10 Page 4 of 9 Sata County ATTACHMENT "B" GENERAL TERMS AND CONDITIONS OF SOLICITATIONS 18.0 INSURANCE 18.1 The offeror shall submit proof of Insurance per Sarasota County's specifications including additional insured upon request. 19.0 INVOICING 19.1 All invoices must be mailed to the Sarasota County Finance Department, Clerk of the Circuit Court, P.O. Box 8, Sarasota, FL 34230 -0008. Invoices must contain the Purchase Order number, required Identification information, and reflect the Contract prices, terms, and conditions. Invoices containing deviations or omissions will be returned to the vendor for correction and resubmission. 19.2 The COUNTY shall pay offeror through payment issued by the Clerk of the Circuit Court in accordance with the Florida Prompt Payment Act of the Florida Statutes, Chapter 218.70, upon receipt of the offeror's property submitted Invoice. 193 Offerors shall not perform any service or provide products until they have been Issued a Purchase Order number. If the County has arranged to make payments with a purchasing card, the procedures below shall apply. 19.4 The County reserves the right to pay for purchases made under any agreement resulting from a solicitation through its Purchasing Card Program which utilizes VISA credit cards. When payment Is received utilizing the County credit card, an original invoice should not be malted to the Finance Department as defined above. Only the credit card receipt is issued for this charge with the original receipt being provided with the delivery to the individual cardholder pladng the order. No surcharges will be accepted for the use of purchasing cards. 19.5 The County's administrative agent will approve invoices for payment only if the work is completed to the satisfaction of the County. Upon completion of a project the Offeror is to mail or deliver to the administrative agent a work order Indicating the location, the work performed, and the Purchase Order number. Invoicing must comply with the directions per the Instructions, Terms, and Conditions section listed above herein. 20.0 IRREVOCABLE OFFER 20.1 Any offer may be withdrawn up until the date and time specified on page one of the solicitation. Any offer not so withdrawn shall, upon opening, constitute an irrevocable offer for a period of 120 days. 21.0 LICENSES Af1D CERTIFICATIONS 21.1 The successful offeror shall be required to submit proof of all Licenses and /or certifications required by the County upon request. 22.0 LOCAL PREFERENCE 22.1 Unless otherwise noted in the solicitation, preference shall be given to a "local business" In the awarding of any Invitation for Bid or Request for Proposal in accordance with Sections 2 -219 and 2 -220 of the Sarasota County Code. Local preference shall not apply to other types of solicitations unless explldtly stated In subject solicitation. 22.2 "Local business" means the vendor has paid a local business tax either to Sarasota County or to the county in which the vendor Is located, if applicable prior to bid submission that authorizes the vendor to provide the commodities or services to be General Terms and Conditions Adopted 12/28/10 Page 5 of 9 • sa te County ATTACHMENT "B" GENERAL TERMS AND CONDITIONS OF SOLICITATIONS purchased, and maintains a permanent physical business address located within the limits of either Sarasota, Manatee, DeSoto or Charlotte County from which the vendor operates or performs business, and at which at least one full time employee is located. 22.3 In addition, fifty percent (50%) or more of the employees based at the local business location must reside within Sarasota, Manatee, Desoto, or Charlotte County. 22.4 In the event the local office is not the primary location of the vendor, at least 10% of the vendor's entire full -time employees must be based at the local office location. Alternatively, this requirement may be satisfied if at feast one corporate officer, managing partner or principal owner of the vendor resides in Sarasota, Manatee, DeSoto or Charlotte County. 22,5 To determine if you may qualify for local business preference, please refer to the Local Preference Checklist for Vendors located at: http: / /www.scgov.net/ CFPO/ ProcurementPurchasing /procurementpurchasing.asp 22.6 Offerors wishing to be given preference as a local business must submit with their offer, all of the Local Preference documentation identified in the General Notes and Requirements of the IFB. 22.7 For local preference to be granted, the name of the company represented on the required forms must be the same as the name on the Local Preference documentation 22.8 Information regarding Sarasota County's Local Business Tax can be found at http:// sarasotataxcollector .governmax.conb 22.9 In the case of a proposal submitted by more than one entity, any one of those entities can qualify the proposal for the local preference. Sub - contractors or sub - consultants cannot qualify a proposal for local preference. 23.0 MATHEMATICAL ERRORS 23.1 In the event of mathematical error(s), unit price shall prevail. All offers shall be reviewed mathematically and corrected, prior to award. 24.0 OWNERSHIP AND FORMAT OF WORK PRODUCT 24.1 All plans and specifications developed for a solicited project shall become the property of Sarasota County Government and may not be re -used by the offeror. 25.0 OWNERSHIP OF RESPONSES 25.1 All documents submitted as part of an offer shall become the property of the County. 26.0 PRE - SUBMITTAL CONFERENCES 26.1 Failure of an offeror to attend any mandatory conference will result In their offer being considered non - responsive. 27.0 PROTECTION OF RESIDENT WORKERS 27.1 Sarasota County supports the Federal Immigration and Nationality Act (INA) which Includes provisions addressing employment eligibility, employment verification and non - discrimination. The Offeror is held responsible to establish appropriate procedures and controls so no service under this contract will be performed by any worker who is not legally eligible to perform such services. General Terms and Conditions Adopted 12/28/10 - Page 6 of 9 • Saota County ATTACHMENT "B" GENERAL TERMS AND CONDITIONS OF SOLICITATIONS 27.2 Sarasota County shall have the right to immediately terminate an agreement If the County determines that the Offeror has failed to perform satisfactorily with respect to Its employment practices in support of INA, 27.3 Offerors shall be required to confirm the employment eligibility of all employees through participation in E- Verify or an employment eligibility program approved by the Social Security Administration and will require same requirement to confirm employment eligibility of all subcontractors. 28,0 PROTESTS 28,1 Protest procedures are available by contacting the Procurement Analyst listed on page 1 of the solicitation. Protest procedures are also available online at: http: / /www.scaov.net/ CFPO/ ProcurementPurchasing /PoliciesProcedures. asp 28,2 Any protest of the terms, conditions and specifications contained in a solicitation and subsequent addendums, Including, but not limited to, any provisions governing the methods for awarding the solicitation must be filed In writing with the Procurement Official, via facsimile at 941- 861 -5171 or delivered to the physical address referenced on page 1 of the solicitation within five (5) working days of the posting of this solicitation or issuance of applicable addendum. Email is not an acceptable means of submitting a protest. 283 Any offeror who believes that they have been aggrieved In connection with the award of this solicitation, as the result of a violation of the requirements of the Sarasota County Procurement Code or any applicable provision of law, may protest the award action. Protestors must verbally notify the Procurement Official, at 941- 861 -5000 of their intent to protest within three (3) working days of the posting of the Notice of Award Action. 28.4 Pursuant to Section 2- 223(b) of the Procurement Code, protestors, and those acting on behalf of a protestor, are prohibited from directly contacting any County officer, agent, or employee other than the procurement staff, to discuss any matter relating in any way to the solicitation being protested. This prohibition begins with the Issuance of the solicitation and ends upon the execution of an agreement or cancellation of the solicitation. Failure to adhere to this restriction may result in the protest being rejected or denied by the County without further consideration. 29.0 PUBLIC ENTITY CRIMES 29.1 In accordance with Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit an offer on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity In excess of the threshold amount provided In Section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list, 29.2 Additionally, pursuant to County policy, a conviction of a public entity crime may cause the rejection of an offer. The County may make inquiries regarding alleged convictions of public entity crimes. The failure of an offeror to promptly supply Information In connection with an inquiry may be grounds for rejection of an offer. 30.0 pUBUQ MEETINGS 30.1 Notice of any public meetings pertaining to this solicitation shall be posted at General Terms and Conditions Adopted 12/28/10 Page 7 of 9 A armaty ATTACHMENT "8" GENERAL TERMS AND CONDITIONS OF SOLICITATIONS www,scgov.net, 31.0 PUBLIC RECORDS 31,1 Offerors acknowledge that ail documents submitted with their offer are subject to disclosure under Florida public records laws. if an offeror wishes to claim exemption from disclosure to the public records law for any of Its documents submitted, the offeror must cite the specific statutory exemption being asserted. 32.0 RESERVED RIGHTS 32,1 The County reserves the right to accept or reject any or all offers, to waive Irregularities and technicalities, and to request clarifications or additional information from offerors, 32.2 The County reserves the right to accept all or any part of the offer and to Increase or decrease quantities to meet additional or reduced requirements of the County. 32.3 Any sole response received by the submission date may or may not be rejected by the County depending on available competition and current needs of the County. 32.4 The County reserves the right to cancel a solicitation at any time and to cancel any recommended award or recommended contract at any time prior to execution. 32,5 To be responsive, offeror shall submit an offer which conforms in all material respects to the requirements set forth In the solicitation. 32.6 To be responsible, offeror shall have the demonstrated ability or capability to fully perform the requirements of the solicitation and has the integrity and reliability to assure contractual performance. 32.7 Offerors are advised that any person, firm, or other party to whom they propose to award a subcontract must meet all minimum qualifications as stated in the specifications. 32.8 Offerors are required to submit pricing on forms supplied by the County. Offers, may be deemed non - responsive if required forms are not used and duly signed by an authorized representative of the offeror. 32.9 Offerors submitting more than one bid form or price proposal In response to a solicitation will be deemed non - responsive. 32.10 Unless otherwise stated in the specifications, any contracts resulting from this solicitation are non - exclusive. The County reserves the right, In its sole opinion, to direct purchase items listed In this solicitation 33.0 RESULTING AraREEMENT 33,1 Any agreement resulting from a solicitation may, at the sole discretion of the County, contain provisions that differ from the terms of the solicitation. 34.0 ROYALTIES AND PATENTS 34,1 The offeror shall pay all royalties and license fees for equipment or processes in conjunction with the equipment and /or services being furnished. Offerors shall defend all suits or claims for Infringement of any patent, trademark or copyright, and shall save the County harmless from loss on account thereof, including costs and attorney's fees. General Terms and Conditions Adopted 12/28/10 Page 8 of 9 Sala County • ATTACHMENT "iV GENERAL TERMS AND CONDITIONS OF SOLICITATIONS 35.0 SOLICITATION EXPEN E . 35.1 Offerors shall bear all costs and expenses Incurred with developing, preparing, and submitting their offers. 36.0 SUSTAINABILITY 36.1 As stated In Sarasota County Code, Section 2 -230, "The County Is committed to the procurement of products and services that minimize negative environmental and social impacts and emphasize long -term values. Preference shall be given to products or services that have a lesser or reduced effect on human health and the environment when compared to other products and services that serve the same purpose." Sarasota County expects offerors to provide cost effective and functional methods to meet this objective In their work products. Offerors should optimize post - consumer recycled content and reduce packaging and waste in creating their offers. 37.0 TAXES 37.1 Sarasota County is exempt from Federal Excise and State Sales Taxes (Department of Revenue Certification No. 85- 8012515235C -5). 38.0 TECHNOLOGY 38.1 Computer systems and databases used for providing the documents necessary to any Agreement shall be compatible with existing COUNTY systems. The COUNTY operates on a Cisco /Norte) hybrid optical network behind a CheckPolnt firewall. COUNTY PCs run Microsoft Windows XP and Windows - compatible software. The COUNTY'S wireless network is Cisco- based. 38.2 The County records all land related changes and /or activities In its corporate ESRI ArcGIS 9.x based Geographic Information System (GIS). Therefore, all GIS or Computer Aided Drafting (CAD) formatted data created or modified in support of a project will be provided to the County as a project deliverable for inclusion Into the County's GIS, at no additional cost. GIS data files submitted in support of a project must adhere to Sarasota County GIS Standards, and CAD drawings submitted must adhere to Sarasota County CAD Standards. Both standards are available via the County webslte (www.scgov.nee). 39.0 TIME EXI,FNOQN 39.1 The County may extend a Term Contract up to ninety (90) days beyond the expiration date of the existing contract. The price In effect on the last day of the contract shall remain in effect for the contract extension period. Additional extensions shall be subject to agreement of both parties. 40.0 TRAVEL EXPENSS= 40.1 Any travel expenses of an offeror which are approved for reimbursement by the County shall be subject to the limitations set forth in Section 112.061, Florida Statutes. General Terms and Conditions Adopted 12/28/10 Page 9 of 9 ATTACHMENT "C" SARASOTA COUNTY INSURANCE REQUIREMENTS A. INSURANCE Before performing any contract work, CONTRACTOR shall procure and maintain, during the Iife of the contract, unless otherwise specified, insurance listed below. The policies of Insurance shall be primary and written on forms acceptable to the COUNTY and placed with Insurance carriers approved and licensed by the Insurance Department in the State of Florida and meet a minimum financial AM Best Company rating of no less than "A- Excellent: FSC VII." No changes are to be made to these specifications without prior written specific approval by COUNTY Risk Management. 1. WORKERS' COMPENSATION: CONTRACTOR will provide Workers' Compensation Insurance on behalf of all employees who are to provide a service under thls contract, as required by the laws of the state where the contractor is domiciled. FLORIDA CONTRACTORS must provide evidence of Workers' Compensation insurance which meets the requirements of Florida Statutes, Chapter 440, AND Employer's Liability with limits of not less than $100,000 per employee per accident, $500,000 disease aggregate, and $100,000 per employee per disease. If applicable, coverage for the ]ones Act and Longshore Harbor Workers Exposures must also be Included. * *NOTE * *, Contractors who are exempt from Florida's Workers' Compensation law must provide proof of such exemption issued by the Florida Department of Financial Services, Bureau of Workers' Compensation and qualify for the County waiver per the Classification Matrix. In the event the CONTRACTOR has `leased" employees, the CONTRACTOR or the employee leasing company must provide evidence of a Workers' Compensation policy for all personnel on the worksite. All documentation must be provided to Sarasota County Risk Management, 1660 Ringling Blvd., 3rd Floor, Sarasota, FL 34236. 2. COMMERCIAL GENERAL LIABILITY: Including but not limited to bodily injury, property damage, contractual, products and completed operations, watercraft, If under twenty - six (26) feet and Ocean Marine if over, and personal injury with limits of not less than $1,000,000 each occurrence, covering all work performed under this contract. 3. luSINgSS AUTOMOBILE LIABILITY: CONTRACTOR agrees to maintain Business Automobile Liability at a limit of liability not less than $1,000,000 each accident covering all work performed under this contract. CONTRACTOR further agrees coverage shall Include liability for Owned, Non - Owned & Hired automobiles. In the event CONTRACTOR does not own automobiles, CONTRACTOR agrees to maintain coverage for Hired & Non -Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. If private passenger automobiles are used in the business, they must be commercially insured. If the CONTRACTOR is shipping a product via common carrier, the contractor shall be responsible for any loss or damage sustained in delivery/transit. 4. UMBRELLA LIABXLITY: With limits of not less than $2,000,000 each occurrence covering all work performed under thls contract. 5. HAZARDOUS MATERIALS INSURANCE: For the purpose of this section, the term "hazardous materials" includes all materials and substances that are now designated or defined as hazardous by Florida or Federal law or by the rules or regulations of Florida or any Federal Agency. If work being performed Involves hazardous materials, the need to procure and maintain any or all of the following coverage will be specifically addressed upon review of exposure. However, if hazardous materials are identified while carrying out this contract, no further work Is to be performed In the • area of the hazardous material until COUNTY Risk Management has been consulted as Sarasota County Insurance Requirements Adopted 11/3/10 , . _ _ _ Page . 1 of 4 ATTACHMENT "C" SARASOTA COUNTY INSURANCE REQUIREMENTS to the potential need to procure and maintain any or all of the following coverage through an addendum to the contract: a. CONTRACTORS POLLUTION LIABILITY - For sudden and gradual occurrences and In an amount no Tess than $1;000,000 per claim and $1,000,000 In the . aggregate arising out of work performed under this contract, Including but not • limited to, all hazardous materials identified under the contract. b. ASBESTOS LIABILITY - For sudden and gradual occurrences and in an amount no less than $1,000,000 per claim and $1,000,000 In the aggregate arising out of work performed under this contract. c. DISPOSAL - When applicable, the CONTRACTOR shall designate the disposal site and furnish a Certificate of Insurance from the disposal facility for Environmental Impairment Liability Insurance, covering liability for sudden and accidental occurrences in an amount not less than $3,000,000 per claim and $3,000,000 In the aggregate and shall Include liability for non - sudden occurrences In an amount not less than $6,000,000 per claim and $6,000,000 In the aggregate. d. HAZARDOUS WASTE TRANSPORTATION - When applicable, the CONTRACTOR shall designate the hauler and furnish a Certificate of Insurance from the hauler for Automobile Liability Insurance with Endorsement MCS90 for liability arising out of the transportation of hazardous materials with an amount not less than $1,000,000 annual aggregate and provide a valid EPA Identification number. * * ** *Note: CERTIFICATES OF INSURANCE shall clearly state the hazardous material exposure work being performed under the contract. * * * ** - -. . , e.. , . - . : :. eest b0 1s;-and - • - • _ • = -t • Icast two (2) years from the Sarasota County Insurance Requirements Adopted 11/3/10 Page 2 of 4 ATTACHMENT " " C SARASOTA COUNTY INSURANCE REQUIREMENTS contract. 10. - B. POLICY FORM 1, Unless specific approval Is given, ail policies required by this contract with the exception of Professional Liability and Workers Compensation are to be written on an occurrence basis, Commercial General Liability policies shall name Sarasota County Government as additional insured as their interest may appear under this contract. 2. Insurance requirements. Itemized In this contract and . required of the CONTRACTOR shall be provided on behalf of all sub - contractors to cover their operations performed under this contract. The CONTRACTOR shall be held responsible for any modifications, deviations, or omissions In these Insurance requirements as they apply to sub- contractors. 3. Each insurance policy required by this contract shall: a. Apply separately to each insured against whom claim is made and suit Is brought, except with respect to limits of the Insurer's liability b. Not be suspended, voided or canceled by either party except after thirty (30) calendar days prior written notice by certified mall, return receipt requested, has been given to COUNTY Risk Management, 4. The COUNTY shall retain the right to review, at any time, coverage, form, and amount of insurance. 5. The procuring of required policies of insurance shall not be construed to limit CONTRACTOR'S liability nor to fulfill the indemnification provisions and requirements of this contract. 6. The CONTRACTOR shall be solely responsible for payment of all premiums for insurance contributing to the satisfaction of this contract and shall be solely responsible for the payment of all deductibles and retentions to which such policies are subject. 7. Claims Made Policies will be accepted for Professional Liability, Workers' Compensation and Hazardous Materials, and such other risks as are authorized by COUNTY Risk Management. All Claims Made Policies contributing to the satisfaction of the insurance requirements herein shall have an extended reporting period option or automatic coverage of not less than two years. If provided as an option, the CONTRACTOR Sarasota County Insurance Requirements Adopted 11/3/10 Page 3 of 4 • ATTACHMENT "C" SARASOTA COUNTY INSURANCE REQUIREMENTS agrees to purchase the extended reporting period on cancellation or termination unless a new policy is effected with a retroactive date, Including at least the last policy year. 8. Certificates of Insurance evidencing Claims Made or Occurrence Form Coverage and conditions to this Contract are to be furnished to Sarasota County Risk Management (1660 Ringling Boulevard, 3` Floor, Sarasota, FL 34236) prior to commencement of work AND a minimum of thirty (30) calendar days prior to expiration of the insurance contract, when applicable. Ali insurance certificates shall be received by COUNTY Risk Management before the CONTRACTOR will be allowed to commence or continue work. 9. Notices of Accidents (occurrences) and Notices of Claims associated with work being performed under this Contract, shad be provided to the CONTRACTOR'S/ SUB- CONTRACTOR'S /CONSULTANT'S insurance company and COUNTY Risk Management as soon as practicable after notice to the Insured. 10, The Certificate of Insurance must Include the following: In the "Description of Operations /Special Provisions" section - "Sarasota County Government Is named as an additional Insured, as their .......... interests may appear on Commercial General Liability." In the "Certificate Holder" section - Sarasota County Government Attn: Risk Management , 1660 Ringling Blvd., 3` floor Sarasota, FL 34236 • • Sarasota County Insurance Requirements Adopted 11/3/10 Page 4 of 4