Loading...
Agenda 04/11/2017 Item #16C 404/11/2017 EXECUTIVE SUMMARY Recommendation to award bid n umber 17-7091 “Countywide Chemicals,” for the purchase of various chemicals required for potable water, wastewater, and irrigation quality water treatment by the Water and Wastewater Divisions and authorize t he Chair to execute the attached agreement. __________________________________________________________________________ OBJECTIVE: To ensure reliable and fully compliant water, wastewater, and irrigation quality water services for our customers at the best value. CONSIDERATIONS: As part of an ongoing cost-containment effort, the Public Utilities Department continues to analyze all areas of greatest cost-improvement potential to ensure that it provides best value to its customers. One such cost-containment area is the purchase of chemicals the Collier County Water-Sewer District (CCWSD) utilizes in its treatment processes to successfully, compliantly, and reliably produce potable water, treat sewage, and produce irrigation quality water. On January 20, 2017, the Procurement Services Division released notices of Invitation to Bid No. 17-7091, “Countywide Chemicals,” to 320 vendors. Seventy-two bid packages were downloaded and 18 bids received by the February 15, 2017 due date, for the various chemicals listed in the attached bid solicitation package. Two chemicals did not receive any offers (W-2 Carbon Dioxide, and PR-4 C02). Product Description Rank Vendor W-1 Ammonia Primary Airgas Specialty W-1 Ammonia Secondary - W-2 Carbon Dioxide Primary No Bid W-2 Carbon Dioxide Secondary No Bid W-3 Chlorine Primary Allied Universal W-3 Chlorine Secondary - W-4 Corrosion Inhibitor 80-20 Primary American Water W-4 Corrosion Inhibitor 80-20 Secondary Carus W-5 Fluoride (Sodium Fluorsilicate) Primary Brenntag W-5 Fluoride (Sodium Fluorsilicate) Secondary Harcros W-6 Lime Primary Lhoist W-6 Lime Secondary - W-7 Liquid PO4 Primary Carus W-7 Liquid PO4 Secondary Chemrite W-8 Muriatic Acid Primary Allied Universal W-8 Muriatic Acid Secondary Brenntag W-9 Scale Inhibitor Primary American Water W-9 Scale Inhibitor Secondary King Lee W-10 Sludge Polymer Primary Polydyne W-10 Sludge Polymer Secondary - W-11 50% Sodium Hydroxide Primary Harcros W-11 50% Sodium Hydroxide Secondary Allied Universal W-12 Sulfuric Acid Primary Sulphuric Acid W-12 Sulfuric Acid Secondary Shrieve 16.C.4 Packet Pg. 570 04/11/2017 Chemical W-13 Polymer Primary Nalco W-13 Polymer Secondary Polydyne WW-1 Emulsion Polymer Primary Polydyne WW-1 Emulsion Polymer Secondary Nalco WW-2 Phosphoric Acid Primary Brenntag WW-2 Phosphoric Acid Secondary Chemrite WW-3 25% Sodium Hydroxide Solution Primary Allied Universal WW-3 25% Sodium Hydroxide Solution Secondary Hawkins W/WW-1 Calcium Hypochlorite Primary Chemrite W/WW-1 Calcium Hypochlorite Secondary Allied Universal W/WW-2 Sodium Hypochlorite Primary Allied Universal W/WW-2 Sodium Hypochlorite Secondary - PR-1 Chlorine Primary Hawkins PR-1 Chlorine Secondary - PR-2 Sodium Bicarbonate Primary Brenntag PR-2 Sodium Bicarbonate Secondary Hawkins PR-3 Muriatic Acid Primary Leslie's PR-3 Muriatic Acid Secondary Harcros PR-4 CO2 Primary No Bid PR-4 CO2 Secondary No Bid PR-5 Calcium Chloride Primary Brenntag PR-5 Calcium Chloride Secondary Harcros PR-6 Cal-Hypo (100% Chlorine) Primary Chemrite PR-6 Cal-Hypo (100% Chlorine) Secondary Leslie's WW-5 Soybean Oil Degreaser Primary Hawkins WW-5 Soybean Oil Degreaser Secondary - The contract calls for fixed pricing for a six-month period for each chemical awarded. This allows vendors on contract a semi-annual opportunity for a price increase/decrease for each chemical. Any pricing adjustment must be reviewed and approved by the Procurement Services Director and staff for reasonableness. If warranted, staff can utilize the secondary vendor (when available) and/or to rebid a chemical product annually. Pricing and terms are set forth in the attached proposed agreements. To provide a continuity of chemicals, and therefore service, the prior contract for chemicals, Agreement 12-5845, was extended past the original expiration date of October 22, 2016, to April 22, 2017, or until the new contracts are awarded, whichever is sooner. All purchase orders opened prior to the Board of County Commissioners (Board) award date of bid number 17-7091 and related invoices are to be fulfilled and paid as staff begins the order process for the newly executed contracts. There will be no changes made to existing purchase orders after the Board approves the award of bid number 17-7091 as of the recommended effective commencement date of April 24, 2017. FISCAL IMPACT: The actual amount expended is dependent on the volume of potable water treated, inflows to the wastewater treatment plants, and the volume of irrigation quality water produced. FY16 actual chemical cost totaled $4,901,543. The anticipated annual cost included in the FY17 approved budget is $5,889,900. Funds are available in the Collier County Water-Sewer District Operating Fund (408). Purchase orders will be 16.C.4 Packet Pg. 571 04/11/2017 issued only on an as- needed basis. The facilities that will use this bid include the South County Regional Water Treatment Plant, the North County Regional Water Treatment Plant, the South County Water Reclamation Facility, and the North County Water Reclamation Facility. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.-SRT GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: To award bid number 17-7091, "Countywide Chemicals," with the commencement date of April 24, 2017, to the primary vendors in Attachment A; authorizes the Chair to sign each Agreement with the awardees; and, authorizes the issuance of purchase orders to the lowest bidders in each chemical category on an as-needed basis, based on water, wastewater, and irrigation quality water service level demands. Prepared By: Steve Messner, Director, Water Division Beth Johnssen, Director, Wastewater Division ATTACHMENT(S) 1. 17-7091 Countywide Chemicals (PDF) 2. 17-7091 Bid Tabulation (PDF) 3. 17-7091 Notice of Recommended Award (PDF) 4. 17-7091 Airgas_Agreement_CAO (PDF) 5. 17-7091 Allied Universal_CAO (PDF) 6. 17-7091 American Water_CAO (PDF) 7. 17-7091 Brenntag_Agreement_CAO (PDF) 8. 17-7091 Carcus_CAO_v2 (PDF) 9. 17-7091 Chemrite_Agreement_CAO_v2(PDF) 10. 17-7091 Harcros Chemicals_Agreement_CAO (PDF) 11. 17-7091 Hawkins Water_Agreement_CAO (PDF) 12. 17-7091 King Lee_Agreement_CAO (PDF) 13. 17-7091 Leslie's_Agreement_CAO (PDF) 14. 17-7091 Lhoist_Agreement_CAO (PDF) 15. 17-7091 Nalco_Agreement_CAO (PDF) 16. 17-7091 Polydyne_Agreement_CAO (PDF) 17. 17-7091 Shrieve_Agreement_CAO (PDF) 18. 17-7091 Sulphuric Acid_Agreement_CAO (PDF) 19. 17-7091 Tanner_Agreement_CAO (PDF) 16.C.4 Packet Pg. 572 04/11/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.4 Doc ID: 2942 Item Summary: Recommendation to award Bid Number 17-7091 “Countywide Chemicals,” for the purchase of various chemicals required for potable water, wastewater, and irrigation quality water treatment by the Water and Wastewater Divisions and authorize the Chair to execute the attached agreement. Meeting Date: 04/11/2017 Prepared by: Title: Plant Manager – Water Name: Howard Brogdon 03/22/2017 8:01 AM Submitted by: Title: Division Director - Water – Water Name: Steve Messner 03/22/2017 8:01 AM Approved By: Review: Procurement Services Barbara Lance Level 1 Purchasing Gatekeeper Completed 03/22/2017 9:07 AM Water Steve Messner Additional Reviewer Completed 03/22/2017 10:30 AM Public Utilities Department Margie Hapke Additional Reviewer Completed 03/22/2017 11:11 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 03/22/2017 11:17 AM Procurement Services Ted Coyman Additional Reviewer Completed 03/23/2017 3:10 PM Procurement Services Swainson Hall Additional Reviewer Completed 03/24/2017 9:42 AM Public Utilities Department Heather Bustos Level 1 Division Reviewer Completed 03/24/2017 4:35 PM Procurement Services Sandra Herrera Additional Reviewer Completed 03/24/2017 4:40 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 03/25/2017 9:40 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 03/27/2017 3:26 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 03/28/2017 11:47 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 03/29/2017 8:33 AM Budget and Management Office Ed Finn Additional Reviewer Completed 03/31/2017 1:31 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 04/03/2017 9:48 AM Board of County Commissioners MaryJo Brock Meeting Pending 04/11/2017 9:00 AM 16.C.4 Packet Pg. 573 #17-7091 ITB Template_11032016 INVITATION TO BID Date:January 5, 2017 From:Swainson Hall, Procurement Strategist (239) 252-8935 (Telephone) (239) 252-6334 (FAX) swainsonhall@colliergov.net (Email) To:Prospective Vendors Subject:Solicitation: 17-7091 Countywide Chemicals As requested by the Public Utilities Department, the Collier County Board of County Commissioners Procurement Services Division has issued this ITB for the purpose of obtaining fair and competitive responses. Please refer to the Public Notice included in this document for the opening date and time and any applicable pre-ITB conference. All questions regarding this ITB must be submitted online on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. We look forward to your participation in Collier County’s competitive procurement process. cc: Scott Holtrey / Dale Waller / Randy Lewis 1 16.C.4.a Packet Pg. 574 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Invitation to Bid Index Public Notice .................................................................................................................................3 Exhibit I: Scope of Work, Specifications and Response Format .................................................4 Exhibit II: General Bid Instructions ...............................................................................................8 Exhibit III: Standard Purchase Order Terms and Conditions .....................................................14 Exhibit IV: Additional ITB Terms and Conditions ........................................................................17 Attachment 1: Vendor Submittal - Vendor’s Non-Response Statement .....................................27 Attachment 2: Vendor’s Check List ............................................................................................28 Attachment 3: Vendor Submittal - Bid Response Form ..............................................................29 Attachment 4: Vendor Submittal – Local Vendor Preference Affidavit ........................................31 Attachment 5: Vendor Submittal – Immigration Affidavit .............................................................32 Attachment 6: Vendor Substitute W – 9 ......................................................................................33 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements .................................34 2 16.C.4.a Packet Pg. 575 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Public Notice Sealed bid responses for Solicitation 17-7091 Countywide Chemicals, will be received electronically only at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112 until 3:00PM, Collier County local time on February 15, 2017. Solicitation responses received after the stated time and date will not be accepted. Solicitation 17-7091 Countywide Chemicals A non-mandatory pre-bid conference will be held on January 25, 2017, commencing promptly at 10:00AM and held at Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. All questions regarding this ITB must be submitted online on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. All solicitation responses must be made on the official ITB response form included and only available for download from the Collier County Procurement Services Division Online Bidding System website noted herein. ITB Documents obtained from sources other than Collier County Procurement Services Division may not be accurate or current. Collier County encourages vendors to utilize recycled paper on all manual bid response submittals. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Edward F. Coyman, Jr. Director, Procurement Services Division Publicly posted on the Collier County Procurement Services Division website: www.colliergov.net/purchasing and in the lobby of the Procurement Services Division Building on January 12, 2017. 3 16.C.4.a Packet Pg. 576 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Public Utilities Department (hereinafter, the “Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bids from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and specifications stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance, as amended. Brief Description of Purchase Collier County’s Public Utilities Department, Water and Wastewater Divisions, in conjunction with the Public Services Department, Parks and Recreation Division (referred to as Divisions) invite suppliers to bid on the purchase, delivery, and on-going cost reduction program for chemicals for water and wastewater treatment. The County reserves the right to further negotiate with the supplier(s) who are deemed the lowest responsive bid for a “best and final offer,” prior to the award of a contract. Background Collier County, under the direction of the Public Utilities Department, manages two regional water plants, two regional wastewater treatment plants, and several other sites where chemicals are stored and used to treat the County’s water and wastewater supply. The Parks and Recreation Division manages five aquatic / pool venues where bulk chemicals are stored and used on a routine basis (this solicitation does not include non-bulk chemicals, reagents and supplies). The annual spend is approximately $350,000. Detailed Scope of Work Suppliers shall provide the chemicals, inclusive of all storage tanks, charges and fees (including fuel surcharges) quoted on the bid, to the Departments for the period identified in the scope of work. The County reserves the right to add additional delivery locations during the term of the resultant agreement(s). Department locations Water Treatment Plants Goodland Re-pumping Station 100 Goodland Drive Goodland, FL North Collier Regional Water Treatment Plant (NCWTP) 8005 Vanderbilt Beach RD Extension Naples, FL South Collier Regional Water Treatment Plant (NCWTP) 3851 City gate BLVD Naples, FL 4 16.C.4.a Packet Pg. 577 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Wastewater Treatment Plants North Collier Wastewater Reclamation Facility (NCWRF) 10500 Goodlette RD Naples, FL South Collier Wastewater Reclamation Facility (SCWRF) 5600 Warren ST (Lely Subdivision) Naples, FL Parks and Recreation Facilities: any other facilities that are not identified in this solicitation will pick up chemicals from the North Collier Regional Park. This solicitation does not include non-bulk chemicals, reagents and supplies where smaller quantities may be required. North Collier Regional Park Sun-N-Fun Lagoon 15000 Livingston Rd Naples 34109 Golden Gate Community Park 3300 Santa Barbara BLVD Naples Fl Vendors should closely examine the unit of measure (UOM) prior to providing bids; the Water and Wastewater UOM’s are very similar. The UOM for Parks and Recreation are different, and generally in smaller quantities. As a part of this award the supplier(s) will comply with all aspects of this ITB and shall provide as a part of their bid, and any resultant purchase orders: 1.A base bid will be submitted by the supplier(s) for all chemicals they can supply that are listed. All chemical price submittals are to be inclusive of all costs associated with the scope of work identified, including the product, handling, transportation and delivery, any containers to be used by the County and provided by the vendor to house their supplied chemicals on County property, fuel surcharges, etc. 2.Fixed pricing for a six (6) month period of time for each chemical awarded (see item 9, Semi- annual Business Reviews, to outline the price escalation/de-escalation process). 3.Standard and emergency deliveries as identified on each chemical sheet. Carriers must comply with all Federal and State regulations associated with the safe and proper handling and delivery of chemicals associated with this ITB (e.g. DOT, Environmental Protection, OSHA, etc.). 4.Signature and retainage of the Chemical Hazardous Material Delivery Checklist for each chemical delivery. The checklist shall be completed in detail and accompany the delivery manifest(s) and be maintained within the specific vendor’s file for a period of no less than 5 years. Chemical Hazardous Material Checklist is included below. 5.Material Data Safety Sheets (MSDS) on all initial chemical deliveries, and any time thereafter when a chemical change occurs. 6.Technical and safety assistance as requested by the Department as described on chemical sheets. 7.Test and performance data on chemicals identified by the Departments. 8.Semi Annual Business Reviews, along with usage reports, with Department Managers and Procurement staff to provide an opportunity to: Discuss chemical usage reports; reports must include, but not limited to type of chemicals purchased, volume purchased by plant, manufacturer, fill rate, price, etc., To review current business processes, and consider “best practices” to help reduce future costs and maximize efficiencies in the procurement and delivery of chemicals, 5 16.C.4.a Packet Pg. 578 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Consider possible pilot program efficiencies particularly around new technology or chemical development, and Allow the vendor to present chemical price adjustments, with supporting justification (this may include, but not be limited to distributor invoices, contracts, quarterly market indices, etc.) for the next six (6) month contract period. Price requests must be supported with written documentation, and must be presented at least fifteen days in advance of the start of the next quarter on the agreed upon format. Example: Quarters Date Price Increase Documentation Required October 1 – March 31 September 15 April 1 – September 30 March 15 Vendors shall not increase their chemical prices without the expressed written authorization from the Collier County Purchasing Department. 10.Consider the County Departments as a “keep fill” or “empty out” customer with a minimum of four hour notice prior to delivery. Award Criteria ITB award criteria is as follows: All questions on the Bid document shall be answered as to price(s), time requirements, and required document submissions. Award shall be based upon the responses to all questions on the Bid Response Page(s). Further consideration may include but not be limited to, references, completeness of bid response and past performances on other County bids/projects. Prices will be read in public exactly as input on the electronic bid response form or written on the manually submitted Bid Response Page(s) at the time of the bid opening; however, should an error in calculations occur whenever unit pricing and price extensions are requested, the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper response. The County’s Procurement Services Division reserves the right to clarify a vendor’s proposal prior to the award of the solicitation. It is the intent of Collier County to award to the lowest, qualified and responsive vendor(s). For the purposes of determining the bidder with the lowest price for award purposes only the following methodology will be used: Each chemical will be awarded to a Primary and Secondary awardee determined by the lowest responsive bidder per line item. Collier County reserves the right to select one, or more than one suppliers. The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. Term of Contract The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. 6 16.C.4.a Packet Pg. 579 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made at the semiannual point as outlined above. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Timetable Event Date Issue Solicitation Notice January 12, 2017 Last Date for Receipt of Written Questions February 10, 2017, 5:00PM, Naples Local Time Non-Mandatory Pre-Bid Meeting January 25, 2017, 10:00AM, Naples Local Time and Locations Addendum Issued Resulting from Written Questions or Pre- Proposal Conference February 12, 2017 Solicitation Deadline Date and Time February 15, 2017, 3:00PM, Naples Local Time Anticipated Evaluation of Submittals February 2017 Anticipated Board of County Commissioner’s Contract Approval Date March – April 2017 Vendor Required Documents Attachment 2: Vendor’s Check List Attachment 3: Vendor Bid Response Form Attachment 4: Local Vendor Preference Attachment 5: Immigration Law Affidavit Attachment 6: Vendor Substitute W-9 Attachment 7: Insurance and Bonding Requirement 7 16.C.4.a Packet Pg. 580 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Exhibit II: General Bid Instructions 1.Purpose/Objective As requested by the Collier County departments or divisions identified in Exhibit 1, the Collier County Board of County Commissioners Procurement Services Division (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the “ITB”, or “Bid”) with the sole purpose and intent of obtaining bid responses from interested and qualified firms in accordance with the terms, conditions, and specifications stated and/or attached herein/hereto. The successful vendor will hereinafter be referred to as the “Vendor” All bids must be submitted on the Bid form furnished by the County noted in Attachments 2, 3, 4, 5, 6, and 7 of this ITB. No bid will be considered unless the Bid form is properly signed. Vendor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non-responsive. 2.Pricing Vendors must provide unit prices using the unit of measured specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as outlined in Exhibit I: Term of Contract. 3.Alternate Bid Pricing In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price will be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non-responsive and will not be considered for award. 4.Equal Product Manufacturer’s name, brand name and/or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and/or design required, and is in no way intended to prohibit the bidding of other manufacturer’s items of equal or similar material. An equal or similar product may be bid, provided that the product is found to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid must be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results, if applicable, of unit bid as equal or similar. Equal product samples, if required for evaluation, and at no cost to the County, must be submitted with Bid. Unless otherwise directed in the solicitation, the bid will not be considered unless samples are delivered to specified address by bid due date. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. 8 16.C.4.a Packet Pg. 581 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 5.Discounts Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 6.Exceptions Vendors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled “EXCEPTIONS TO SPECIFICATIONS.” Failure to indicate any exceptions to the specifications shall be interpreted as the Vendors intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the exceptions are material in nature, and if the Vendor’s exceptions may be declared grounds for rejection of bid proposal. 7.Addenda The County reserves the right to formally amend and/or clarify the requirements of the bid specifications where it deems necessary. Any such addendum/clarification shall be in writing and shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Before submitting a bid response, please make sure that you have read all, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in the rejection of your submittal. 8.Bid Submission For electronic submissions... All electronic bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: www.colliergov.net/bid. For paper submissions... All paper bids shall be submitted to the County Procurement Director, Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112, by the date and time as stated in the Legal Notice. The County assumes no responsibility for bid responses received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late bid responses shall be returned unopened, and shall not be considered for award. Vendors must submit one (1) paper copy clearly labeled “Master,” and number ( ) compact disks (CD’s) with one copy of the proposal on each CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. All bids sent by courier service must have the bid number and title on the outside of the courier packet. 9 16.C.4.a Packet Pg. 582 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Procurement Services Division Internet bid site. 9.Questions If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County Procurement Services Division Internet website: www.colliergov.net/bid. Questions will not be answered after the date noted on the ITB. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 10.Protests Any prospective vendor / proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County’s then current Procurement Ordinance and policies. 11.Rejection and Waiver The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County. Vendors whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non- responsive. Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non-responsive. 12.Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Procurement Ordinance. Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local 10 16.C.4.a Packet Pg. 583 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Procurement Services Division shall determine if the lowest local bidder meets the requirements of Fla. Stat. Sec.287.087 (Preferences to businesses with drug-free workplace programs). If the lowest local bidder meets the requirements of Fla. Stat. Sec. 287.087, the Procurement Services Division shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid, less one (1) dollar, from the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non-local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087, and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 13.Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is 11 16.C.4.a Packet Pg. 584 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: Commodity based procurement where no services are provided. Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor’s/bidder’s proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing both the acceptable E- Verify evidence and the executed affidavit the bidder’s / vendor’s proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the “Exceptions to the program” clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor’s responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14.Lobbying All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied either individually or collectively about a project for which a firm has submitted a bid. Firms and their agents are not to contact members of the County Commission for such purposes as meetings of introduction, luncheons, dinners, etc. During the bidding process, from bid opening to final Board approval, no firm or its agent shall contact any other employee of Collier County with the exception of the Procurement Services Division. 15.Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the 12 16.C.4.a Packet Pg. 585 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 16.General Information When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is the best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall ask vendors to submit certification that they have a drug-free workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. 17.Bid Award Process Award of contract will be made by the Board of County Commissioners in public session. Award shall be made in a manner consistent with the County’s Procurement Ordinance. Award recommendations will be posted outside the offices of the Procurement Services Division as well as on the Collier County Procurement Services Division website on Wednesdays and Thursdays prior to the County Commission meetings. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the “Protest Policy” is available at the office of the Procurement Director. 18. Reserved Rights Collier County reserves its right in any solicitation to accept or reject any or all bids, proposals or offers; to waive minor irregularities and technicalities; or to request resubmission. Also Collier County reserves the right to accept all or any part of any bid, proposal, or offer, and to increase or decrease quantities to meet the additional or reduced requirements of Collier County. Collier County reserves its right to cancel, extend or modify any or all bids, proposals or offers; to award to one or more vendors; to award all or part of a solicitation; and to award by individual line items when it is deemed to be in the best interest of the County. Collier County reserves its right to reject any sole response. 13 16.C.4.a Packet Pg. 586 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Exhibit III: Standard Purchase Order Terms and Conditions 1.Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 2.Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY’S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 3.Inspection All goods and/or services delivered hereunder shall be received subject to the COUNTY’S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR’S expense. To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non-conforming or otherwise rejected by the COUNTY. 4.Shipping and Invoices a)All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. b)No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c)All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR’S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d)All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the “Local Government Prompt Payment Act,” and, pursuant to the Board of County Commissioners Purchasing Policy. 5.Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. 14 16.C.4.a Packet Pg. 587 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 VENDOR further agrees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY’S right to insist upon further compliance with all specifications. 6.Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 7.Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 8.Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9.Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY’S name or other identifying marks or property without the prior written consent of the COUNTY’S Purchasing Department. 10.Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 11.Warranty of Non-Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY’S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY’S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non-infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12.Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13.Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on 15 16.C.4.a Packet Pg. 588 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans’ status. Further, VENDOR acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14.Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 15.Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16.Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17.Annual Appropriations The COUNTY’S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18.Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19.General a)This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b)Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c)All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d)The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e)In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. 16 16.C.4.a Packet Pg. 589 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Exhibit IV: Additional ITB Terms and Conditions 1.Additional Items and/or Services During the contract term, Collier County reserves the right to add related items and/or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 2.Conflict of Interest Vendor shall provide a list of any businesses and/or organizations to which the firm has any affiliation or obligations within the past five (5) years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 3.Vendor Performance Evaluation Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. 4.Deductions for Non-Performance The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor’s non-performance. 5.Termination Should the Contractor be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board’s Procurement Ordinance. 6.Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 7.Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions 17 16.C.4.a Packet Pg. 590 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor’s work operations. This provision is non-negotiable by any department and/or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 8.Florida Wood Products The Vendor/Contractor agrees to comply with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. 9.Public Records Compliance Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1.Keep and maintain public records required by the public agency to perform the service. 2.Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3.Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4.Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 18 16.C.4.a Packet Pg. 591 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 10.Standards of Conduct The Vendor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 11.Licenses The Vendor is required to possess the correct professional and other licenses, and any other authorizations necessary to perform the required work pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of all the required licenses must be submitted with the bid response indicating that the entity bidding, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the ITB documents. Failure on the part of any vendor to supply this documentation with their bid response may be grounds for deeming vendor non-responsive. A Vendor with an office within Collier County is required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain “active” in Collier County. Questions regarding professional licenses should be directed to Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required Business Tax Receipt (formerly known as Occupational Licenses) should be directed to the Tax Collector’s Office at (239) 252-2477. 12.Protection of Property The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub vendor in the performance of the required service, the Vendor shall repair/replace, to the County’s satisfaction, damaged property at no additional cost to the County. If the damage caused by the Vendor or their Sub vendor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Vendor. The County’s project manager, shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 13.Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 19 16.C.4.a Packet Pg. 592 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 14.Invoice and Payments The County’s project manager reserves the right to establish any one, or a combination of, these industry practices for contracts or purchase orders: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County’s project manager before payment for the fixed price contract is authorized. Time and Materials: the County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification required). Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor’s invoices must include: Purchase Order Number Description and quantities of the goods or services provided per instructions on the County’s purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk’s Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk@collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: Traditional – payment by check, wire transfer or other cash equivalent. Standard – payment by purchasing card. Collier County’s Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County’s credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate 20 16.C.4.a Packet Pg. 593 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an “Additional Cash Discount.” Upon execution of the Contract and completion of each month’s work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of “laches” as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the “Local Government Prompt Payment Act.” Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 15.Survivability Purchase Orders: The Consultant/Contractor/Vendor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 17-7091 Countywide Chemicals will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 16.Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in Insurance and Bonding Requirements Attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County’s separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County’s separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. 21 16.C.4.a Packet Pg. 594 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf of Collier County.” The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding Requirements Attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor’s sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 17.Collier County Information Technology Requirements All vendor access will be done via VPN access only. All access must comply with current published County Manager Agency (CMA) policies. 22 16.C.4.a Packet Pg. 595 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Current policies that apply are CMAs 5402, 5403 and 5405. These policies will be available upon request from the Information Technology Department. All vendors will be required to adhere to IT policies for access to the County network. Vendors are required to notify the County in writing twenty-four (24) hours in advance as to when access to the network is planned. Included in this request must be a detailed work plan with actions that will be taken at the time of access. The County IT Department has developed a Technical Architecture Requirements Document that is required to be filled out and submitted with your bid response. This document can be found on the Collier County Procurement Services Division website: www.colliergov.net/purchasing. On the left hand side of the menu, click on CC Technical Requirements. If this document is not submitted with your bid response, your bid response may be deemed non-responsive. 18.Security and Background Checks The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor’s employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor’s business. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 19.Maintenance of Traffic Policy For all projects that are conducted within a Collier County Right-of-Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation’s Design Standards (DS) on state roadways. These projects shall also comply with Collier County’s Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and/or Procurement Services Division and are available on-line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic (“MOT”) policy will be enforced under this Contract. 23 16.C.4.a Packet Pg. 596 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 20.Debris Vendor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon the request of the County’s representative, shall remove and dispose such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work. 21.Direct Material Purchase The County reserves the right to require Vendor to assign some or all of its agreements with material suppliers directly to the County. Any such goods and/or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as “County Furnished Materials” and the responsibilities of both the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. Additionally, the County at its sole option may choose to purchase some or all of the goods and/or materials from other suppliers. In either instance the County may require the following information from the Vendor: Required quantities of material. Specifications relating to goods and/or materials required for job including brand and/or model number or type if applicable Pricing and availability of goods and/or materials provided under Vendor’s agreements with material suppliers 22.Grant Compliance The purchase of any goods and/or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. 23.Equipment Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required by the County, the Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. In the event that additional specialized and/or heavy equipment (backhoe, crane, mudhog, etc.) is needed, the Project Manager must be notified in advance for approval. The reimbursement of additional equipment expense shall be at cost and will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. The County reserves the right to request and obtain documentation of the Vendor’s cost for time and material projects, and to withhold payments until documentation is provided. All County-purchased equipment must be new and of current manufacture in production at the time of bid opening, and carry industry standard warranties. At the time of delivery, at least two (2) complete shop repair manuals and parts lists must be furnished with each type of equipment. Vendor must service all equipment prior to delivery and/or acceptance by the County. 24 16.C.4.a Packet Pg. 597 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 The scope of these specifications is to ensure the delivery of a complete unit ready for operation. Omission of any essential detail from these specifications does not relieve the Vendor from furnishing a complete unit. 24.Storage Tank Installation and Closure Requirements The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. The contractor shall notify the Solid & Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing / will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48 hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials / petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor’s submittal for permitting. 25.62-761.300 Applicability 1)General Requirements: a)Underground storage tank systems: The requirements of this Chapter, unless specified otherwise, apply to owners and operators of facilities, or owners and operators of UST systems with individual storage tank capacities greater than110 gallons that contain or contained: i)Vehicular fuel, subject to Chapter 17-61, F.A.C., after May 21, 1984 ii)Pollutants or hazardous substances after December 10, 1990; or iii)Regulated substances in unmaintained storage tank systems. b)This rule is applicable to non-residential facilities. Under 40 C.F.R. 280, residential tanks greater than 1100 gallons containing motor fuels are subject to Federal UST rules (advisory information only-not required by this Chapter). 26.62-762.301, F.A.C. Applicability 1)General Requirements: a)Aboveground storage tank systems: The requirements of this chapter, unless specified otherwise, apply to owners and operators of facilities, or owners and operators of aboveground stationary storage tank systems with individual storage tank capacities greater than 550 gallons that contain or contained: Vehicular fuel, subject to Chapter 17- 61, F.A.C., after May 21, 1984 (1)Vehicular fuel, subject to Chapter 17-61, F.A.C., after May 21, 1984; (2)Pollutants after March 12, 1991; or (3)Pollutants in unmaintained storage tank systems. b)Aboveground compression vessels and hazardous substance storage tank systems: Owners and operators of compression vessels and hazardous substance storage tanks with capacities of greater than 110 gallons containing hazardous substances are only required to comply with subsections 62-762.401(1)-(2), F.A.C. c)Aboveground mineral acid storage tank systems: Owners and operators of facilities, or owners and operators of aboveground mineral acid storage tank systems with capacities of greater than 110 gallons containing mineral acids are only required to comply with Rule 62- 762.891, F.A.C. 25 16.C.4.a Packet Pg. 598 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 27.Definitions 62-761.200(11) and 62-762.201(16), F.A.C.: “County” means a locally administered program under contract with the Department to perform compliance verification activities at facilities with storage tank systems. 62-761.200(48) and 62-762.201(62), F.A.C.: “Pollutants” includes any “product” as defined in Section 377.19(11), F.S., pesticides, ammonia, chlorine and derivatives thereof, excluding liquefied petroleum gas. 62-761.200(51) and 62-762.201(65), F.A.C.: “Product” as defined in Section 377.19(11), F.S., means any commodity made from oil or gas and includes refined crude oil, crude tops, topped crude, processed crude petroleum, residue from crude petroleum, cracking stock, uncracked fuel oil, fuel oil, treated crude oil, residuum, gas oil, casing head gasoline, natural gas gasoline, naphtha, distillate, condensate, gasoline, used oil, kerosene, benzene, wash oil, blended gasoline, lubricating oil, blends or mixtures of oil with one or more liquid products or byproducts derived from oil or gas, and blends or mixtures of two or more liquid products or byproducts derived from oil or gas, whether hereinabove enumerated or not. 62-761(73) and 62-762(84), F.A.C.: “Vehicular fuel” means a petroleum product used to fuel motor vehicles, including aircraft, watercraft and vehicles used on and off roads and rails. 26 16.C.4.a Packet Pg. 599 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Attachment 1: Vendor Submittal - Vendor’s Non-Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons why prospective Vendors did not wish to respond to this ITB. If your firm is not responding to this ITB, please indicate the reason(s) by checking any appropriate item(s) listed below and return this form via email or fax to the Procurement Strategist listed on the first page or mail to: Collier County Procurement Services Division, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): Solicitation: 17-7091 Countywide Chemicals Services requested not available through our company. Our firm could not meet specifications/scope of work. Specifications/scope of work not clearly understood (too vague, rigid, etc.) Project is too small. Insufficient time allowed for preparation of response. Incorrect address used. Please correct mailing address: _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________  Other reason(s): _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ Firm’s Complete Legal Name __________________________________________________ Address __________________________________________________ City, State, Zip __________________________________________________ Telephone Number __________________________________________________ FAX Number __________________________________________________ Signature / Title __________________________________________________ Type Name of Signature __________________________________ Date: ______ 27 16.C.4.a Packet Pg. 600 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Attachment 2: Vendor’s Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1.The Bid has been signed. 2.The Bid prices offered have been reviewed. 3.The price extensions and totals have been checked. 4.The payment terms have been indicated. 5.Any required drawings, descriptive literature, etc. have been included. 6.Any delivery information required is included. 7.If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8.Addendum have been signed and included, if applicable. 9.Affidavit for Claiming Status as a Local Business, if applicable. 10.Immigration Affidavit and company’s E-Verify profile page or memorandum of understanding. 11.Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12.The mailing envelope must be addressed to: Procurement Director Collier County Government Procurement Services Division 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: Solicitation: 17-7091 Countywide Chemicals Opening Date: February 15, 2017 13.The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) 14.If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature & Title Date 28 16.C.4.a Packet Pg. 601 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Attachment 3: Vendor Submittal - Bid Response Form FROM: __________________________________ Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE:Solicitation: 17-7091 Countywide Chemicals Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this bid is accepted, to comply with the requirements in full and in accordance with the terms, conditions and specifications denoted herein. The Vendor agrees to provide the following: * * * SEE FOLLOWING PAGES * * * Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: _____% _____ Days; Net Days  Bid Response Form is electronic. Please input your prices online.  Bid Response is as follows: Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Procurement Director for approval within fifteen (15) days after being notified of an award. 29 16.C.4.a Packet Pg. 602 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _______ day of _______________, 20 in the County of ________________, in the State of ________. Firm’s Complete Legal Name __________________________________________________ Address __________________________________________________ City, State, Zip __________________________________________________ Florida Certificate of Authority Document Number Federal Tax Identification Number CCR # or CAGE Code __________________________________________________ Telephone Number __________________________________________________ FAX Number __________________________________________________ Signature / Title __________________________________________________ Type Name of Signature __________________________________________________ Date __________________________________________________ **************************************************************************************************** Additional Contact Information Send Payments To:(REQUIRED ONLY if different from above) Firm’s Complete Legal Name __________________________________________________ Address __________________________________________________ City, State, Zip __________________________________________________ Contact Name __________________________________________________ Telephone Number __________________________________________________ FAX Number __________________________________________________ Email Address __________________________________________________ 30 16.C.4.a Packet Pg. 603 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Attachment 4: Vendor Submittal – Local Vendor Preference Affidavit Solicitation: 17-7091 Countywide Chemicals (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business  Collier County  Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in Collier County or  Lee County: ________ Number of Employees (Including Owner(s) or Corporate Officers):_________ Number of Employees Living in  Collier County or  Lee (Including Owner(s) or Corporate Officers):_______ If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor’s submission being deemed not applicable. Vendor Name: _________________________________________Date: ________________________ Address in Collier or Lee County: _________________________________________________________ Signature: ____________________________________________Title: ________________________ STATE OF FLORIDA  COLLIER COUNTY  LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this __________ Day of ______________, 20_____. _____________________________________________ Notary Public My Commission Expires: ________________________ (AFFIX OFFICIAL SEAL) 31 16.C.4.a Packet Pg. 604 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Attachment 5: Vendor Submittal – Immigration Affidavit Solicitation: 17-7091 Countywide Chemicals This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB’s) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor’s/bidder’s proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor / Bidder’s proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act (“INA”). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor’s / Bidder’s proposal. Company Name ____________________________________________________________________ Print Name Title _______________________ Signature Date _______________________ State of ___________________ County of _________________ The foregoing instrument was signed and acknowledged before me this ______day of ________________, 20___, by _______________________________ who has produced _____________________________ as identification. (Print or Type Name) (Type of Identification and Number) _____________________________________ Notary Public Signature _____________________________________ Printed Name of Notary Public _____________________________________ Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 32 16.C.4.a Packet Pg. 605 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Attachment 6: Vendor Substitute W – 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name ___________________________________________________________________________________ (as shown on income tax return) Business Name ___________________________________________________________________________________ (if different from taxpayer name) Address ____________________________________City _______________________________________________ State ______________________________________Zip ________________________________________________ Telephone __________________FAX ______________________Email __________________________________ Order Information Address ___________________________________ Remit / Payment Information Address ____________________________________________ City __________ State ________ Zip ___________City _____________State _________Zip ______________ FAX ______________________________________ Email _____________________________________ FAX ______________________________________________ Email _____________________________________________ 2. Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) _______________________________________________________________ (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature ____________________________________________________Date _____________________________ Title ________________________________________________________Phone Number _____________________ 33 16.C.4.a Packet Pg. 606 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2. Employer’s Liability $__________single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $__________ single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. 4. Automobile Liability $ __________ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. Other insurance as noted:  Watercraft $ __________ Per Occurrence  United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence  Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence  Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence  Pollution $ __________ Per Occurrence  Professional Liability $__________ per claim and in the aggregate $1,000,000 per claim and in the aggregate $2,000,000 per claim and in the aggregate  Project Professional Liability $__________ Per Occurrence  Valuable Papers Insurance $__________ Per Occurrence 34 16.C.4.a Packet Pg. 607 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) #17-7091 ITB Template_11032016  Employee Dishonesty / Crime $__________ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. Thirty (30) Days Cancellation Notice required. Vendor’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm _______________________________________Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name _______________________________________Telephone Number _________________ 35 16.C.4.a Packet Pg. 608 Attachment: 17-7091 Countywide Chemicals (2942 : Countywide Chemicals) Howard Brogdon / Scott Holtrey / Dale Waller / Randy Lewis Notifications Sent: 320 Swainson Hall, Procurement Strategist Downloaded: 72 Submittals: 18 Item Product Description Unit of Measure Airgas Specialty Allied Universal American Water Brenntag Carus Chemrite Harcros Hawkins King Lee Leslie's Lhoist Nalco Polydyne Shrieve Chemical Sulphuric Acid Taner Thatcher 1 W-1 Ammonia lbs $0.70 $0.75 2 W-2 Carbon Dioxide ton 3 W-3 Chlorine lbs $0.23 4 W-4 Corrosion Inhibitor (ortho-polyphosphate) 80-20 lbs $0.295 $0.42 $0.35 $0.32 $0.36 $1.45 5 W-5 Fluoride (Sodium Fluorsilicate)lbs $0.48 $0.49 $0.59 $0.499 6 W-6 Lime lbs $0.137455 7 W-7 Liquid PO4 lbs $0.45 $0.45 $0.48 8 W-8 Muriatic Acid lbs $0.16 $0.21 $0.26 $0.31 $0.25 9 W-9 Scale Inhibitor lbs $0.71 $0.75 $0.74 $1.45 10 W-10 Sludge Polymer lbs $1.17 11 W-11 50% Sodium Hydroxide lbs $0.130 $0.141 $0.125 12 W-12 Sulfuric Acid lbs $0.0725 $0.0460 $0.041875 13 W-13 Polymer lbs $1.15 $1.17 14 WW-1 Emulsion Polymer lbs $1.24 $0.787 15 WW-2 Phosphoric Acid gal $10.70 $11.15 $11.75 $11.74 16 WW-3 25% Sodium Hydroxide Solution gal $1.25 $1.34 $1.40 $1.30 17 W/WW-1 Calcium Hypochlorite lbs $1.17 $1.60 $1.15 $1.35 $1.17 18 W/WW-2 Sodium Hypochlorite gal $0.48 19 PR-1 Chlorine gal $1.14 20 PR-2 Sodium Bicarbonate lbs $0.33 $0.35 $0.35 $0.35 21 PR-3 Muriatic Acid gal $2.51 $2.90 $2.50 22 PR-4 CO2 lbs 23 PR-5 Calcium Chloride lbs $0.32 $0.36 $0.39 $0.36 24 PR-6 Cal-Hypo (100% Chlorine)lbs $1.15 $1.17 25 WW-5 Soybean Oil Degreaser gal $9.98 Exceptions Claimed (Yes/No):Yes No No No No No No No No No No No No No No No No Vendor's Check List (Yes/No):Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Bid Response Form (Yes/No):Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Local Vendor (Yes/No):No No No No No No No No No No No No No No No No No Immigration Affidavit (Yes/No)Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Vendor Substitute W9 (Yes/No):Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Insurance and Bonding (Yes/No):Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Opened by: Swainson Hall, Procurement Strategist Witnessed by: Lissett De La Rosa, Procurement Technician Invitation to Bid - 17-7091 Countywide Chemicals Wednesday, February 15, 2017 16.C.4.b Packet Pg. 609 Attachment: 17-7091 Bid Tabulation (2942 : Countywide Chemicals) 16.C.4.c Packet Pg. 610 Attachment: 17-7091 Notice of Recommended Award (2942 : Countywide Chemicals) 16.C.4.c Packet Pg. 611 Attachment: 17-7091 Notice of Recommended Award (2942 : Countywide Chemicals) 16.C.4.c Packet Pg. 612 Attachment: 17-7091 Notice of Recommended Award (2942 : Countywide Chemicals) 16.C.4.d Packet Pg. 613 Attachment: 17-7091 Airgas_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.d Packet Pg. 614 Attachment: 17-7091 Airgas_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.d Packet Pg. 615 Attachment: 17-7091 Airgas_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.d Packet Pg. 616 Attachment: 17-7091 Airgas_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.d Packet Pg. 617 Attachment: 17-7091 Airgas_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.d Packet Pg. 618 Attachment: 17-7091 Airgas_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.d Packet Pg. 619 Attachment: 17-7091 Airgas_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.d Packet Pg. 620 Attachment: 17-7091 Airgas_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.d Packet Pg. 621 Attachment: 17-7091 Airgas_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.d Packet Pg. 622 Attachment: 17-7091 Airgas_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.e Packet Pg. 623 Attachment: 17-7091 Allied Universal_CAO (2942 : Countywide Chemicals) 16.C.4.e Packet Pg. 624 Attachment: 17-7091 Allied Universal_CAO (2942 : Countywide Chemicals) 16.C.4.e Packet Pg. 625 Attachment: 17-7091 Allied Universal_CAO (2942 : Countywide Chemicals) 16.C.4.e Packet Pg. 626 Attachment: 17-7091 Allied Universal_CAO (2942 : Countywide Chemicals) 16.C.4.e Packet Pg. 627 Attachment: 17-7091 Allied Universal_CAO (2942 : Countywide Chemicals) 16.C.4.e Packet Pg. 628 Attachment: 17-7091 Allied Universal_CAO (2942 : Countywide Chemicals) 16.C.4.e Packet Pg. 629 Attachment: 17-7091 Allied Universal_CAO (2942 : Countywide Chemicals) 16.C.4.e Packet Pg. 630 Attachment: 17-7091 Allied Universal_CAO (2942 : Countywide Chemicals) 16.C.4.e Packet Pg. 631 Attachment: 17-7091 Allied Universal_CAO (2942 : Countywide Chemicals) 16.C.4.e Packet Pg. 632 Attachment: 17-7091 Allied Universal_CAO (2942 : Countywide Chemicals) 16.C.4.f Packet Pg. 633 Attachment: 17-7091 American Water_CAO (2942 : Countywide Chemicals) 16.C.4.f Packet Pg. 634 Attachment: 17-7091 American Water_CAO (2942 : Countywide Chemicals) 16.C.4.f Packet Pg. 635 Attachment: 17-7091 American Water_CAO (2942 : Countywide Chemicals) 16.C.4.f Packet Pg. 636 Attachment: 17-7091 American Water_CAO (2942 : Countywide Chemicals) 16.C.4.f Packet Pg. 637 Attachment: 17-7091 American Water_CAO (2942 : Countywide Chemicals) 16.C.4.f Packet Pg. 638 Attachment: 17-7091 American Water_CAO (2942 : Countywide Chemicals) 16.C.4.f Packet Pg. 639 Attachment: 17-7091 American Water_CAO (2942 : Countywide Chemicals) 16.C.4.f Packet Pg. 640 Attachment: 17-7091 American Water_CAO (2942 : Countywide Chemicals) 16.C.4.f Packet Pg. 641 Attachment: 17-7091 American Water_CAO (2942 : Countywide Chemicals) 16.C.4.f Packet Pg. 642 Attachment: 17-7091 American Water_CAO (2942 : Countywide Chemicals) 16.C.4.g Packet Pg. 643 Attachment: 17-7091 Brenntag_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.g Packet Pg. 644 Attachment: 17-7091 Brenntag_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.g Packet Pg. 645 Attachment: 17-7091 Brenntag_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.g Packet Pg. 646 Attachment: 17-7091 Brenntag_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.g Packet Pg. 647 Attachment: 17-7091 Brenntag_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.g Packet Pg. 648 Attachment: 17-7091 Brenntag_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.g Packet Pg. 649 Attachment: 17-7091 Brenntag_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.g Packet Pg. 650 Attachment: 17-7091 Brenntag_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.g Packet Pg. 651 Attachment: 17-7091 Brenntag_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.g Packet Pg. 652 Attachment: 17-7091 Brenntag_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.h Packet Pg. 653 Attachment: 17-7091 Carcus_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.h Packet Pg. 654 Attachment: 17-7091 Carcus_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.h Packet Pg. 655 Attachment: 17-7091 Carcus_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.h Packet Pg. 656 Attachment: 17-7091 Carcus_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.h Packet Pg. 657 Attachment: 17-7091 Carcus_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.h Packet Pg. 658 Attachment: 17-7091 Carcus_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.h Packet Pg. 659 Attachment: 17-7091 Carcus_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.h Packet Pg. 660 Attachment: 17-7091 Carcus_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.h Packet Pg. 661 Attachment: 17-7091 Carcus_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.h Packet Pg. 662 Attachment: 17-7091 Carcus_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.i Packet Pg. 663 Attachment: 17-7091 Chemrite_Agreement_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.i Packet Pg. 664 Attachment: 17-7091 Chemrite_Agreement_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.i Packet Pg. 665 Attachment: 17-7091 Chemrite_Agreement_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.i Packet Pg. 666 Attachment: 17-7091 Chemrite_Agreement_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.i Packet Pg. 667 Attachment: 17-7091 Chemrite_Agreement_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.i Packet Pg. 668 Attachment: 17-7091 Chemrite_Agreement_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.i Packet Pg. 669 Attachment: 17-7091 Chemrite_Agreement_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.i Packet Pg. 670 Attachment: 17-7091 Chemrite_Agreement_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.i Packet Pg. 671 Attachment: 17-7091 Chemrite_Agreement_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.i Packet Pg. 672 Attachment: 17-7091 Chemrite_Agreement_CAO_v2 (2942 : Countywide Chemicals) 16.C.4.j Packet Pg. 673 Attachment: 17-7091 Harcros Chemicals_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.j Packet Pg. 674 Attachment: 17-7091 Harcros Chemicals_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.j Packet Pg. 675 Attachment: 17-7091 Harcros Chemicals_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.j Packet Pg. 676 Attachment: 17-7091 Harcros Chemicals_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.j Packet Pg. 677 Attachment: 17-7091 Harcros Chemicals_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.j Packet Pg. 678 Attachment: 17-7091 Harcros Chemicals_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.j Packet Pg. 679 Attachment: 17-7091 Harcros Chemicals_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.j Packet Pg. 680 Attachment: 17-7091 Harcros Chemicals_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.j Packet Pg. 681 Attachment: 17-7091 Harcros Chemicals_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.j Packet Pg. 682 Attachment: 17-7091 Harcros Chemicals_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.k Packet Pg. 683 Attachment: 17-7091 Hawkins Water_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.k Packet Pg. 684 Attachment: 17-7091 Hawkins Water_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.k Packet Pg. 685 Attachment: 17-7091 Hawkins Water_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.k Packet Pg. 686 Attachment: 17-7091 Hawkins Water_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.k Packet Pg. 687 Attachment: 17-7091 Hawkins Water_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.k Packet Pg. 688 Attachment: 17-7091 Hawkins Water_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.k Packet Pg. 689 Attachment: 17-7091 Hawkins Water_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.k Packet Pg. 690 Attachment: 17-7091 Hawkins Water_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.k Packet Pg. 691 Attachment: 17-7091 Hawkins Water_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.k Packet Pg. 692 Attachment: 17-7091 Hawkins Water_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.l Packet Pg. 693 Attachment: 17-7091 King Lee_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.l Packet Pg. 694 Attachment: 17-7091 King Lee_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.l Packet Pg. 695 Attachment: 17-7091 King Lee_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.l Packet Pg. 696 Attachment: 17-7091 King Lee_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.l Packet Pg. 697 Attachment: 17-7091 King Lee_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.l Packet Pg. 698 Attachment: 17-7091 King Lee_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.l Packet Pg. 699 Attachment: 17-7091 King Lee_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.l Packet Pg. 700 Attachment: 17-7091 King Lee_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.l Packet Pg. 701 Attachment: 17-7091 King Lee_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.l Packet Pg. 702 Attachment: 17-7091 King Lee_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.m Packet Pg. 703 Attachment: 17-7091 Leslie's_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.m Packet Pg. 704 Attachment: 17-7091 Leslie's_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.m Packet Pg. 705 Attachment: 17-7091 Leslie's_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.m Packet Pg. 706 Attachment: 17-7091 Leslie's_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.m Packet Pg. 707 Attachment: 17-7091 Leslie's_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.m Packet Pg. 708 Attachment: 17-7091 Leslie's_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.m Packet Pg. 709 Attachment: 17-7091 Leslie's_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.m Packet Pg. 710 Attachment: 17-7091 Leslie's_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.m Packet Pg. 711 Attachment: 17-7091 Leslie's_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.m Packet Pg. 712 Attachment: 17-7091 Leslie's_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.n Packet Pg. 713 Attachment: 17-7091 Lhoist_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.n Packet Pg. 714 Attachment: 17-7091 Lhoist_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.n Packet Pg. 715 Attachment: 17-7091 Lhoist_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.n Packet Pg. 716 Attachment: 17-7091 Lhoist_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.n Packet Pg. 717 Attachment: 17-7091 Lhoist_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.n Packet Pg. 718 Attachment: 17-7091 Lhoist_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.n Packet Pg. 719 Attachment: 17-7091 Lhoist_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.n Packet Pg. 720 Attachment: 17-7091 Lhoist_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.n Packet Pg. 721 Attachment: 17-7091 Lhoist_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.n Packet Pg. 722 Attachment: 17-7091 Lhoist_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.o Packet Pg. 723 Attachment: 17-7091 Nalco_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.o Packet Pg. 724 Attachment: 17-7091 Nalco_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.o Packet Pg. 725 Attachment: 17-7091 Nalco_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.o Packet Pg. 726 Attachment: 17-7091 Nalco_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.o Packet Pg. 727 Attachment: 17-7091 Nalco_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.o Packet Pg. 728 Attachment: 17-7091 Nalco_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.o Packet Pg. 729 Attachment: 17-7091 Nalco_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.o Packet Pg. 730 Attachment: 17-7091 Nalco_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.o Packet Pg. 731 Attachment: 17-7091 Nalco_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.o Packet Pg. 732 Attachment: 17-7091 Nalco_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.p Packet Pg. 733 Attachment: 17-7091 Polydyne_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.p Packet Pg. 734 Attachment: 17-7091 Polydyne_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.p Packet Pg. 735 Attachment: 17-7091 Polydyne_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.p Packet Pg. 736 Attachment: 17-7091 Polydyne_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.p Packet Pg. 737 Attachment: 17-7091 Polydyne_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.p Packet Pg. 738 Attachment: 17-7091 Polydyne_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.p Packet Pg. 739 Attachment: 17-7091 Polydyne_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.p Packet Pg. 740 Attachment: 17-7091 Polydyne_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.p Packet Pg. 741 Attachment: 17-7091 Polydyne_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.p Packet Pg. 742 Attachment: 17-7091 Polydyne_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.q Packet Pg. 743 Attachment: 17-7091 Shrieve_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.q Packet Pg. 744 Attachment: 17-7091 Shrieve_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.q Packet Pg. 745 Attachment: 17-7091 Shrieve_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.q Packet Pg. 746 Attachment: 17-7091 Shrieve_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.q Packet Pg. 747 Attachment: 17-7091 Shrieve_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.q Packet Pg. 748 Attachment: 17-7091 Shrieve_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.q Packet Pg. 749 Attachment: 17-7091 Shrieve_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.q Packet Pg. 750 Attachment: 17-7091 Shrieve_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.q Packet Pg. 751 Attachment: 17-7091 Shrieve_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.q Packet Pg. 752 Attachment: 17-7091 Shrieve_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.r Packet Pg. 753 Attachment: 17-7091 Sulphuric Acid_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.r Packet Pg. 754 Attachment: 17-7091 Sulphuric Acid_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.r Packet Pg. 755 Attachment: 17-7091 Sulphuric Acid_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.r Packet Pg. 756 Attachment: 17-7091 Sulphuric Acid_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.r Packet Pg. 757 Attachment: 17-7091 Sulphuric Acid_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.r Packet Pg. 758 Attachment: 17-7091 Sulphuric Acid_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.r Packet Pg. 759 Attachment: 17-7091 Sulphuric Acid_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.r Packet Pg. 760 Attachment: 17-7091 Sulphuric Acid_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.r Packet Pg. 761 Attachment: 17-7091 Sulphuric Acid_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.r Packet Pg. 762 Attachment: 17-7091 Sulphuric Acid_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.s Packet Pg. 763 Attachment: 17-7091 Tanner_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.s Packet Pg. 764 Attachment: 17-7091 Tanner_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.s Packet Pg. 765 Attachment: 17-7091 Tanner_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.s Packet Pg. 766 Attachment: 17-7091 Tanner_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.s Packet Pg. 767 Attachment: 17-7091 Tanner_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.s Packet Pg. 768 Attachment: 17-7091 Tanner_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.s Packet Pg. 769 Attachment: 17-7091 Tanner_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.s Packet Pg. 770 Attachment: 17-7091 Tanner_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.s Packet Pg. 771 Attachment: 17-7091 Tanner_Agreement_CAO (2942 : Countywide Chemicals) 16.C.4.s Packet Pg. 772 Attachment: 17-7091 Tanner_Agreement_CAO (2942 : Countywide Chemicals)