R25-319 RESOLUTION NO. R25-319
1 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON
2 BEACH, FLORIDA, APPROVING A PIGGYBACK AGREEMENT WITH ALLIED
3 UNIVERSAL CORPORATION FOR THE PURCHASE OF SODIUM
4 HYPOCHLORITE, FOR AN AMOUNT NOT-TO-EXCEED $892,500.00
5 ANNUALLY; AND FOR ALL OTHER PURPOSES.
6
7 WHEREAS, the City requires sodium hypochlorite at the East and West Water Treatment
8 Plants to disinfect drinking water in accordance with the Safe Drinking Water Act; and
9 WHEREAS, the City of Fort Lauderdale issued an Invitation for Bid ("ITB"), acting by and
10 through Southeast Florida Governmental Purchasing Cooperative Group, to establish a
11 cooperative purchasing agreement for the purchase of sodium hypochlorite and entered into an
12 agreement with Allied Universal Corporation ("Vendor"); and
13 WHEREAS, the City is a Participating Agency in the Southeast Florida Governmental
14 Purchasing Cooperative Group; and
15 WHEREAS, the City of Boynton Beach Utilities Water Quality and Treatment Department
lo desires to enter into a Piggyback Agreement with the Vendor for the purchase and delivery of the
17 sodium hypochlorite for the East and West Water Treatment Plant; and
18 WHEREAS, the City's Purchasing Policy Section X — Alternatives to Formal Sealed Bids,
19 provides authority for the City to acquire or contract for services without utilizing a sealed
20 competitive method or the written quotations method where the desired services are the subject
21 of an agreement that utilizes another government entity's contract, provided that the contract
22 was awarded based strictly on competitive bidding; and
23 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the
24 best interests of the City's citizens and residents to approve the Piggyback Agreement with the
25 Vendor for the purchase of sodium hypochlorite for an amount not to exceed $892,500.00
26 annually.
27 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON
28 BEACH, FLORIDA, THAT:
29 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as
30 being true and correct and are hereby made a specific part of this Resolution upon adoption.
31 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby
RESOLUTION NO. R25-319
32 approve the Piggyback Agreement between Vendor and the City for the purchase of Sodium
33 Hypochlorite for an amount not to exceed $892,500.00 annually (the "Agreement"), in form and
34 substance similar to that attached as Exhibit A.
35 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby
36 authorizes the Mayor to execute the Piggyback Agreement. The Mayor is further authorized to
37 execute any renewal amendments or ancillary documents required under the Agreement or
38 necessary to accomplish the purposes of this Resolution.
39 SECTION 4. The City Clerk shall retain the fully executed Piggyback Agreement as a
40 public record of the City. A copy of the fully executed Piggyback Agreement shall be provided to
41 Taralyn Pratt to forward to the Vendor.
42 SECTION 5. This Resolution shall take effect in accordance with the law.
43 [SIGNATURES ON THE FOLLOWING PAGE]
RESOLUTION NO. R25-319
44 PASSED AND ADOPTED this a day of T 'r 'c"Nb�Y" 2025.
45 CITY OF BOYNTON BEACH, FLORIDA
46 YES NO
47 Mayor— Rebecca Shelton ✓
48
49 Vice Mayor—Woodrow L. Hay ',
50
51 Commissioner —Angela Cruz '/
52
53 Commissioner—Thomas Turkin ✓
54
55 Commissioner—Aimee Kelley
56
57 VOTE 5-D
58 ATTEST:
59 / /
60 !del sic° Ill& 0..1 CO►'`Q--
(*t. ,Maylee De -sus, MPA, • C Re.ecca Shelton
6H City Clerk Mayor
63
64iAPPROVED AS TO FORM:
65 (Corporate Seal) .4%' .poRgj'•6<<, '%
i O...c,•00'
c,00 F iv_e1
66 s�.• SEAL •1 .• 11�t//�C' /n,�
67 •
i
68 t ?INCORPORATED, i
Shawna G. Lamb
69 X14 •• 192'••.. City Attorney
�`.‘ FL.OR\VP=
PIGGYBACK AGREEMENT BETWEEN THE CITY OF BOYNTON
BEACH AND ALLIED UNIVERSAL CORPORATION
This Piggyback Agreement is made as of this •a day of '' 1Qc_t_x,4"ey 2025, by and
between Allied Universal Corporation, a Florida Corporation with a principal address of 3901
NW 115 Ave, Miami, FL 33178, hereinafter referred to as "Vendor," and the City of Boynton
Beach, a municipal corporation organized and existing under the laws of Florida, with a business
address of 100 East Ocean Avenue, Boynton Beach, Florida 33435, hereinafter referred to as
"City."
RECITALS
WHEREAS, on August 13, 2025, the City of Fort Lauderdale issued an "Invitation to
Bid" (ITB) No. 519-2 as a cooperative IFB on behalf of the Southeast Florida Governmental
Purchasing Cooperative Group ("SEFL — COOP") and the participating agencies to solicit bids
from qualified, experienced, and licensed firms to provide Sodium Hypochlorite for the City; and
WHEREAS, the City of Fort Lauderdale found Allied Universal Corporation ("Vendor")
to be lowest most responsive, responsible bidder and awarded it a two (2) year term contract
from November 30, 2025, through November 29, 2027, with the option to renew for two (2),
one-year periods through November 29, 2029, (ITB)No. 519-2, ("Master Agreement"); and
WHEREAS, the City is a participating agency in the SEFL—COOP; and
WHEREAS, the City's Purchasing Policy Section X — Alternatives to Formal Sealed
Bids, provides authority for the City to acquire or contract for services without utilizing a sealed
competitive method or the written quotations method where the desired services are the subject
of an agreement that utilizes another government entity's contract, provided that the contract was
awarded based strictly on competitive bidding; and
WHEREAS, to provide continuity for the purchase and delivery of Sodium Hypochlorite
to both the East and West Water Treatment Plant, to disinfect drinking water in accordance with
the Safe Drinking Water Act. The City of Boynton Beach Utilities Water Quality and Treatment
Department desires to enter into a Piggyback Agreement with the Vendor for the purchase and
delivery of the sodium hypochlorite for the East and West Water Treatment Plant; and
WHEREAS, the Vendor has agreed to allow the City to piggyback the Master
Agreement, a copy of the Master Agreement (Solicitation, Bid Tabulation, and Contract Award),
and all Amendments to the Master Agreement are attached as Exhibit"A."
Piggyback Agreement—Allied Universal Corp- Sodium Hypochlorite COBB Contract 26-007PB
NOW, THEREFORE, in consideration of the mutual covenants contained herein, and for other
valuable consideration received, the receipt and sufficiency of which are hereby acknowledged,
the parties agree as follows:
AGREEMENT
1. The foregoing recitals are true and correct and are hereby incorporated in this Agreement.
2. TERM: The term of this Agreement Commences on November 30, 2025, regardless of
the later date of full execution by the parties and will remain in effect until November 29,
2027. The Mayor is authorized to execute any renewal or extension amendments. The
initial term and any subsequent renewals of this Agreement are subject to the renewal or
extension of the Master Agreement. If the Master Agreement expires or is terminated
during the Term, this Agreement shall terminate no later than six months after such
expiration or termination of the Master Agreement.
3. CONTRACT TERMS: The Vendor shall complete the Services on the same terms and
in the same manner as set forth in the Master Agreement, except as otherwise provided
herein. All recitals, representations, and warranties of Vendor made by Vendor in the
Master Agreement are restated as if set forth fully herein, made for the benefit of the
City, and incorporated herein, except that all references to the "City of Fort Lauderdale"
are hereby replaced with the "City of Boynton Beach." The City shall compensate the
Vendor pursuant to the rates set forth in the Master Agreement for the products and
services in an annual amount not to exceed Eight Hundred Ninety-Two Thousand Five
Hundred Dollars ($892,500.00)per year.
4. NOTICES: All Notices to the City shall be in writing by certified mail return receipt
requested, or customarily used overnight transmission with proof of delivery, sent to:
City: Daniel Dugger, City Manager
City of Boynton Beach
P.O. Box 310
Boynton Beach, Florida 33425
Telephone: (561) 742-6010/Facsimile: (561) 742-6090
Copy: Shawna G. Lamb, City Attorney
City of Boynton Beach
P.O. Box 310
Boynton Beach, Florida 33425
Telephone: (561) 742-6010/Facsimile: (561) 742-6090
Vendor: Allied Universal Corporation
Contact Name: Newell David Stockdale
3901 NW 115 Avenue
Miami, FL 33178
Telephone: (786) 347-7422 /Email: newel ls(aiallieduniversal.com
Piggyback Agreement—Allied Universal Corp—Sodium Hypochlorite COBB Contract 26-007PB 2
5. INVOICES AND PAYMENT: Invoices must identify the PO number and should be
mailed to:
Boynton Beach Finance Department
Attn: Accounts Payable
AP4 bbfl.us
Invoices shall show the nature of the service and dates(s) of service. Invoices based on
hourly rates shall show the actual hours worked, person performing services, nature of
the service, hourly rate, and dates(s) of service. Invoices may be submitted no more
frequently than monthly. However, all services rendered prior to September 30th of any
given year are required to be invoiced by September 30th of that year. Vendor shall
provide W-9 with first invoice.
The fee shall be paid based on receipt of a proper invoice in accordance with the invoice
schedule indicated above. Payment will be made within 45 days of receipt of a proper
invoice in accordance with the Local Government Prompt Payment Act, Section 218.70,
et al., Florida Statutes. No payment made under this Agreement shall be conclusive
evidence of the performance of this Agreement by Vendor, either wholly or in part, and
no payment shall be construed to be an acceptance of or to relieve Vendor of liability for
the defective, faulty, or incomplete rendition of the Services.
6. SHIPPING; DELIVERY: The Vendor shall deliver the Sodium Hypochlorite to the
location specified in the Purchase Order. The Vendor shall deliver the Sodium
Hypochlorite not more than 72 hours after receipt of telephoned, faxed or written
Purchase Order unless such time is extended, in writing, by the City. Any deviations from
the requested delivery shall be communicated to the City at the time of ordering. Time is
of the essence with respect to this Contract and delivery. In the event Vendor fails to
deliver the Sodium Hypochlorite within the specified time, City may cancel this
Agreement and purchase elsewhere without liability for damages for breach of contract,
lost profits, or any other damages claim.
All transportation equipment shall be thoroughly clean and free from scale and other
foreign matter. Defective tank trucks from which Sodium Hypochlorite cannot be
withdrawn because of defective valves, pumps, viscosity or other reasons, shall be
rejected and shall be returned at Vendor's expense. Any changes required on the existing
equipment shall be the responsibility of the Vendor and all costs for these modifications
shall be borne by the Vendor.
Vendor shall ensure that the Sodium Hypochlorite shipped is in the correct quantity and
meets all Specifications, purchase order and order release. Deliveries which do not meet
these requirements may be rejected and returned to the Vendor at the Vendor's expense.
Vendor's drivers must have personal protective equipment to include chemical goggles,
transparent face shield and hard hat, rubber gloves, rubber boots, and rubber or
Piggyback Agreement—Allied Universal Corp—Sodium Hypochlorite COBB Contract 26-007PB 3
plastic coated fabric apron or slicker suit and spill pillow. Driver must wear at
minimum, chemical goggles and rubber gloves when handling hose and valves.
Driver must remain within a safe proximity while the transfer is in progress and
continuously monitor for leaking hoses, connections, or other problems. It is the
responsibility of the driver to contain leaks and to report any and all spills.
Vendor shall be solely responsible for all spills caused by its operations. Containment,
cleanup and reporting to all applicable agencies of any spills during delivery shall be the
responsibility of the Vendor. Vendor shall be responsible for clean-up of any spills.
When applicable, Vendor shall be responsible for proper, as determined by the City, on-
site disposal of residue prior to initial delivery.
All Sodium Hypochlorite and transportation and delivery provided shall be in compliance
with all applicable laws, regulations, codes and standards of the City, Palm Beach
County, State of Florida, Florida Departments of Commerce and Transportation,
American Water Works Association (AWWA), American National Standards Institute
(ANSI), the Occupational Safety and Health Act of 1970 (OSHA), In addition, the
National Sanitation Foundation (NSF) certification required by the Environmental
Protection Agency, Florida Department of Environmental Protection or Palm Beach
County Health Unit shall be met.
7. TAX EXEMPT: Prices applicable to City do not include applicable state and local sales,
use, and related taxes. The City is exempt from state and local sales and use taxes and
shall not be invoiced for the same. Upon request, City will provide Vendor with proof of
tax-exempt status.
8. SOVEREIGN IMMUNITY: Nothing contained in this Agreement nor contained herein
shall be considered nor construed to waive City's rights and immunities under the
common law or section 768.28, Florida Statutes, as may be amended.
9. ATTORNEY'S FEES: In the event that either Party brings suit for enforcement of the
Agreement, each Party shall bear its own attorney's fees and court costs.
10. PUBLIC RECORDS: Sealed documents received by the City in response to an
invitation are exempt from public records disclosure until thirty (30) days after the
opening of the Bid unless the City announces intent to award sooner, in accordance with
Florida Statutes 119.07.
The City is a public agency subject to Chapter 119, Florida Statutes. The Vendor shall
comply with Florida's Public Records Law. Specifically, the Vendor shall:
A. Keep and maintain public records required by the City to perform the service;
B. Upon request from the City's custodian of public records, provide the City 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 chapter 119, Fla.
Stat. or as otherwise provided by law;
Piggyback Agreement—Allied Universal Corp—Sodium Iiypochlorite COBB Contract 26-007PB 4
C. Ensure that public records that are exempt or that are confidential and exempt from
public record disclosure requirements are not disclosed except as authorized by law
for the duration of the contract term and, following completion of the contract,
Vendor shall destroy all copies of such confidential and exempt records remaining
in its possession once the Vendor transfers the records in its possession to the City;
and
D. Upon completion of the contract, Vendor shall transfer to the City, at no cost to the
City, all public records in Vendor's possession All records stored electronically by
Vendor must be provided to the City, upon request from the City's custodian of
public records, in a format that is compatible with the information technology
systems of the City.
E. IF THE VENDOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO
THE VENDOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS:
CITY CLERK OFFICE
100 E. OCEAN AVENUE
BOYNTON BEACH, FLORIDA, 33435
561-742-6060
CityClerk((r bbfl.us
11. SCRUTINIZED COMPANIES - 287.135 AND 215.473: By execution of this
Agreement, Vendor certifies that Vendor is not participating in a boycott of Israel. The
Vendor further certifies that Vendor is not on the Scrutinized Companies that Boycott
Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the
Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has
Vendor been engaged in business operations in Syria. Subject to limited exceptions
provided in state law, the City will not contract for the provision of goods or services
with any scrutinized company referred to above. Submitting a false certification shall be
deemed a material breach of contract. The City shall provide notice, in writing, to the
Vendor of the City's determination concerning the false certification. The Vendor shall
have five (5) days from receipt of notice to refute the false certification allegation. If such
false certification is discovered during the active contract term, the Vendor shall have
ninety (90) days following receipt of the notice to respond in writing and demonstrate
that the determination of false certification was made in error. If the Vendor does not
demonstrate that the City's determination of false certification was made in error, then the
City shall have the right to terminate the contract and seek civil remedies pursuant to
Section 287.135, Florida Statutes, as amended from time to time.
12. E-VERIFY: VENDOR shall comply with Section 448.095, Fla. Stat., `Employment
Eligibility," including the registration and use of the E-Verify system to verify the work
authorization status of employees. Failure to comply with Section 448.095, Fla. Stat.
shall result in termination of this Agreement. Any challenge to termination under this
Piggyback Agreement—Allied Universal Corp—Sodium Hypochlorite COBB Contract 26-007PB 5
provision must be filed in the Circuit Court no later than 20 calendar days after the date
of termination. If this Agreement is terminated for a violation of the statute by Vendor,
Vendor may not be awarded a public contract for a period of one (1) year after the date of
termination.
13. DISPUTES: Any disputes that arise between the parties with respect to the performance
of this Agreement, which cannot be resolved through negotiations, shall be submitted to a
court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be
construed under Florida Law.
14. EXECUTION OF THE AGREEMENT: This Agreement will take effect once signed
by both parties. This Agreement may be signed by the parties in counterparts, which
together shall constitute one and the same agreement among the parties. A facsimile
signature shall constitute an original signature for all purposes. Each person signing this
Agreement on behalf of either Party individually warrants that he or she has full legal
power to execute the Addendum on behalf of the Party for whom he or she is signing and
to bind and obligate such Party with respect to all provisions contained in this Agreement
15. TERMINATION FOR CONVENIENCE: This Agreement may be terminated by the
City for convenience upon fourteen (14) calendar days of written notice by the
terminating party to the other party for such termination in which event the Vendor shall
be paid its compensation for services performed to the termination date, including
services reasonably related to termination. In the event that the Vendor abandons the
Agreement or causes it to be terminated, the Vendor shall indemnify the City against loss
pertaining to this termination.
16. TERMINATION FOR CAUSE: In addition to all other remedies available to City, this
Agreement shall be subject to cancellation by City for cause, should Vendor neglect or
fail to perform or observe any of the terms, provisions, conditions, or requirements herein
contained, if such neglect or failure shall continue for a period of thirty (30) calendar
days' after receipt by Vendor of written notice of such neglect or failure.
17. INDEMNIFICATION: Vendor shall indemnify and hold harmless the City, its elected
and appointed officers, agents, assigns and employees, consultants, separate Vendors, any
of their subcontractors, or sub-subcontractors, from and against claims, demands, or
causes of action whatsoever, and the resulting losses, damages, costs, and expenses,
including but not limited to attorneys' fees, including paralegal expenses, liabilities,
damages, orders,judgments, or decrees, sustained by the City arising out of or resulting
from (A) Vendor's performance or breach of Agreement, (B) acts or omissions,
negligence, recklessness, or intentional wrongful conduct by Vendor's, its agents,
employees, subcontractors, participants, and volunteers, and (C) Vendor's failure to take
out and maintain insurance as required under this Agreement. Vendor shall pay all
claims and losses in connection therewith and shall investigate and defend all claims,
suits, or actions of any kind or nature in the name of the City, where applicable, including
appellate proceedings, and shall pay all costs,judgments, and attorneys' fees which may
issue thereon. The obligations of this section shall survive indefinitely regardless of
termination of the Agreement.
18. INSURANCE: At the time of execution of this Agreement, Vendor shall provide the
Piggyback Agreement—Allied Universal Corp—Sodium Hypochlorite COBB Contract 26-007PB 6
City with a copy of its Certificate of Insurance reflecting the insurance coverage required
by the Master Agreement. The Certificate of Insurance shall name the City of Boynton
Beach, and its officers, employees and agents as an additional insured.
19. LIMITATION OF LIABILITY: Notwithstanding any provision of the Agreement to
which it is applicable, City shall not be liable or responsible to Vendor beyond the
amount remaining due to Vendor under the Agreement, regardless of whether said
liability be based in tort, contract, indemnity or otherwise; and in no event shall City be
liable to Vendor for punitive or exemplary damages or for lost profits or consequential
damages.
20. NO SPECIAL DAMAGES. In no event shall either Party be liable to the other for any
special damages, speculative damages, indirect, special, incidental, consequential, loss of
profits, or other damages or losses of any kind whatsoever, no matter what the cause.
21. INDEPENDENT CONTRACTOR: The Agreement does not create an
employee/employer relationship between the Parties. It is the intent of the Parties that
Vendor is an independent contractor pursuant to the Agreement and shall not be
considered the City's employee for any purpose.
22. COMPLIANCE WITH LAWS: Vendor hereby warrants and agrees that at all times
material to the Agreement, Vendor shall perform its obligations in compliance with all
applicable federal, state, and local laws, rules, and regulations, including section 501.171,
Florida Statutes. Non-compliance may constitute a material breach of the Agreement.
23. ASSIGNMENT: In the event this Agreement and any interests granted herein shall be
assigned, transferred, or otherwise encumbered, under any circumstances by Vendor,
Vendor must gain prior written consent from City thirty (30) business days before such
transfer. For purposes of this Agreement, any change of ownership of Company shall
constitute an assignment that requires City's approval. Notwithstanding the foregoing,
Vendor may, without City's consent, assign this Agreement in whole or in part as part of
a corporate reorganization, consolidation, merger, or sale of substantially all of its assets
related to this Agreement. Vendor shall provide City written notice of any such corporate
reorganization, consolidation, merger, or sale of substantially all of its assets related to
this Agreement within thirty (30) calendar days of such event.
24. AGREEMENT SUBJECT TO FUNDING: The Agreement shall remain in full force
and effect only as long as the expenditures provided for in the Agreement have been
appropriated by the City Commission of the City of Boynton Beach in the annual budget
for each fiscal year of this Agreement and is subject to termination based on lack of
funding. Early termination by City due to loss of funding shall not obligate Vendor to
refund any prepaid fees.
25. ENTIRE AGREEMENT. The Agreement, including the Master Agreement, sets forth
the entire Agreement between the City and the Vendor with respect to the subject matter
of this Agreement. This Agreement supersedes all prior and contemporaneous
negotiations, understandings, and agreements, written or oral, between the parties. This
Agreement may not be modified except by the parties' mutual agreement set forth in
writing and signed by the parties.
Piggyback Agreement--Allied Universal Corp—Sodium llypochlorite COBB Contract 26-007PB 7
26. SEVERABILITY. If any provision of this Agreement or application thereof to any
person or situation shall, to any extent, be held invalid or unenforceable, the remainder of
this Agreement, and the application of such provisions to persons or situations other than
those as to which it shall have been held invalid or unenforceable, shall not be affected
thereby, and shall continue in full force and effect, and be enforced to the fullest extent
permitted by law.
27. ANTI-HUMAN TRAFFICKING. On or before the Effective Date of this Agreement,
Vendor shall provide City with an affidavit attesting that the Vendor does not use
coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes.
28. PUBLIC ENTITY CRIME ACT: Vendor represents that it is familiar with the
requirements and prohibitions under the Public Entity Crime Act, Section 287.133,
Florida Statutes, and represents that its entry into this Agreement will not violate that Act.
Vendor further represents that there has been no determination that it committed a
"public entity crime" as defined by Section 287.133, Florida Statutes, and that it has not
been formally charged with committing an act defined as a "public entity crime"
regardless of the amount of money involved or whether Vendor has been placed on the
convicted vendor list.
29. PROHIBITED TELECOMMUNICATIONS EQUIPMENT: Vendor represents and
certifies that Vendor and all Subcontractors do not use any equipment, system, or service
that uses covered telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology as part of any system, as such terms
are used in 48 CFR §§ 52.204-24 through 52.204-26. Vendor represents and certifies that
Vendor and all Subcontractors shall not provide or use such covered telecommunications
equipment, system, or services during the Term.
Signature Page to follow
Piggyback Agreement—Allied Universal Corp—Sodium Hypochlorite COBB Contract 26-007PB 8
IN WITNESS OF THE FOREGOING, the parties have set their hands and sealed the
day and year first written above.
CITY OF BOYNTON BEACH,FLORIDA ALLIED UNIVERSAL CORPORATION
Rebecca Shelton, Mayor (Signa e
Allied niversal Corporation
Print Name of Authorized Official
c,,`'pi..w.t: k f Lfc�
Approved as to Form: Title
<81NAVERst
jaaj/IG toRpoR44.
SEAL •
Shawna G. Lamb, City Attorney 'o" (Corporate Seal)
4ZORIDA
Attest/Authenticated:
Attested/Authenticated: r.e ,'f th,61,644--
(Signatu e), , fitness
fiA_Ldi Com- MCS Bmectetk Veick
'For Maylee De •sus, City . k Print Name
_ •BOYA/p%,�
•GORP.d.l�0f/11
•�111
tlNC AL 1
po
. ,
1" °/?IDA
Piggyback Agreement—Allied Universal Corp—Sodium Hypochlorite COBB Contract 26-007PB 9
EXHIBIT "A"
MASTER AGREEMENT BETWEEN THE CITY OF FORT LAUDERDALE AND
ALLIED UNIVERSAL CORPORATION
Piggyback Agreement—Allied Universal Corp—Sodium Hypochlorite COBB Contract 26-007PB 10
Event # 519-2
Name: Sodium Hypochlorite(Co-Op)
Description: The City of Fort Lauderdale, Florida (City)is seeking bids from qualified,experienced,and licensed
firm(s), hereinafter referred to as the Contractor or Bidder,to provide Sodium hypochlorite for the
City, in accordance with the terms,conditions, and specifications contained in this Invitation to
Bid (IFB).This is a cooperative IFB issued by the City of Fort Lauderdale on behalf of the Southeast
Florida Governmental Cooperative Purchasing Group.
This is an initial two(2)year contract with two,one (1)year renewal terms.
Buyer: MOHAMMED, STEFAN Status: Pending Award
Event Type: IFB Currency: USD
Sealed Bid: Yes Respond To All Lines: No
Q&A Allowed: Yes Number Of Amendments: 2
Display Bid Tabulation: Display When Event Closed For Bidding
Event Dates
Preview: Q&A Open: 08/14/2025 08:00:00 AM
Open: 08/13/2025 02:00:00 PM Q&A Close: 09/03/2025 05:00:00 PM
Close: 09/05/2025 02:00:00 PM Dispute Close:
Questions
Question Response Type Attachment
Did you complete all the required forms? Yes No Text Event 519-Sodium Hypochlorite Required
Forms.pdf
Attachments
Name Attachment
1. General Conditions 1.General Conditions-Rev 08-2023.pdf
Event 519-Sodium Hypochlorite(Co-Op).pdf Event 519-Sodium Hypochlorite (Co-Op).pdf
September 9,2025 8.26 21 AM EDT Page 1
CAM#25-0940
Exhibit 1
Page 1 of 27
Event # 519-2: Sodium Hypochlorite (Co-Op)
Name Attachment
Cooperative Purchase Addendum (1064086.4)08-20-25.docx Cooperative Purchase Addendum (1064086.4) 08-20-25.docx
Contacts
Name Email Address
STEFAN MOHAMMED smohammed@fortlauderdale.gov
MARIE FLYNN mflynn@fortlauderdale.gov
Commodity Codes
Commodity Code Description
190-68 Oxidizing and Bleaching Agents
505-25 Chlorine and Peroxygen Bleaches
885-84 Sodium Hydroxide
Line Details
Line 1: Sodium hypochlorite- Tanker Load
Description: Sodium hypochlorite-Tanker Load
Item: 519-1-SODIUM HYPOCHLORITE FULL Sodium hypochlorite-Tanker Load
Long Item City of Fort Lauderdale anticipated usage: 340,000 gallons over 2 years.
Description:
Based on past usage,the co-op anticipates usage of 11,730,000 gallons for the two year contract. However past
usage is not indicative of future usage.
Commodity 885-84 Sodium Hydroxide
Code:
Quantity: 340,000.0000 Unit of GA
Measure:
Require No Price Breaks No Allow Alternate No
Response: Allowed: Responses:
September 9,2025 8 26 21 AM EDT Page 2
CAM#25-0940
Exhibit 1
Page 2 of 27
Event # 519-2: Sodium Hypochlorite (Co-Op)
Add On No
Charges
Allowed:
Line 2: Sodium hypochlorite- Less than tanker load
Description: Sodium hypochlorite-Less than tanker load
Item: 519-2-SODIUM HYPO LESS THAN FULL Sodium hypochlorite- Less than tanker load
Long Item Based on past usage, the Co-op anticipates usage of 417,000 gallons for a two year term, however past usage is
Description: not indicative of future usage.
Commodity 190-68 Oxidizing and Bleaching Agents
Code:
Quantity: 1.0000 Unit of GA
Measure:
Require No Price Breaks No Allow Alternate No
Response: Allowed: Responses:
Add On No
Charges
Allowed:
September 9,2025 8:26.21 AM EDT Page 3
CAM#25-0940
Exhibit 1
Page 3 of 27
�ooHFAST FLoiv
11111
q�
' la
3 SOUTHEAST FLORIDA GOVERNMENTAL
Wii ......
PURCHASING COOPERATIVE GROUP
a
•
%
a%j-9N tva
TO OUR PROSPECTIVE CONTRACTORS:
The attached Invitation for Bid or Request for Proposal represents a cooperative procurement for the Southeast
Florida Governmental Purchasing Cooperative Group.
For the past several years, approximately forty-five (45) government entities have participated in Cooperative
Purchasing in Southeast Florida. The Southeast Florida Governmental Purchasing Cooperative Group was
formed in an effort to provide cost savings and cost avoidances to all entities by utilizing the buying power of
combined requirements for common, basic items.
The Government Agencies participating in this particular procurement and their respective delivery locations are
listed in the attached document.
Southeast Florida Governmental Purchasing Cooperative Group Procurement Operational Procedures:
• All questions concerning this procurement should be addressed to the issuing agency. hereinafter referred to
as the "lead agency". All responses are to be returned in accordance with the instructions contained in
the attached document. Any difficulty with participating agencies referenced in this award must be
brought to the attention of the lead agency.
• Each participating governmental entity will be responsible for awarding the contract, issuing its own
purchase orders, and for order placement. Each entity will require separate billings, be responsible for
payment to the Contractor(s) awarded this contract, and issue its own tax exemption certificates as
required by the Contractor.
• The Contract/purchase order terms of each entity will prevail for the individual participating entity. Invoicing
instructions, delivery locations and insurance requirements will be in accordance with the respective agency
requirements.
• Any reference in the documents to a single entity or location will, in fact, be understood as referring to
all participating entities referenced in the documents and cover letter unless specifically noted
otherwise.
• The awarded Contractor(s) shall be responsible for advising the lead agency of those participants who fail to
place orders as a result of this award during the contract period.
• The Contractor(s) shall furnish the Lead Agency a detailed Summary of Sales semi-annually during the
contract period. Sales Summary shall include contract number(s), contractor's name. the total of each
commodity sold during the reporting period and the total dollar amount of purchases by commodity.
• Municipalities and other governmental entities which are not members of the Southeast Florida Governmental
Purchasing Cooperative Group are strictly prohibited from utilizing any contract or purchase order
resulting from this bid award. However. other Southeast Florida Governmental Purchasing Cooperative
Group members may participate in this contract for new usage, during the contract term, or in any contract
extension term, if approved by the lead agency. New Southeast Florida Governmental Purchasing
Cooperative Group members may participate in any contract on acceptance and approval by the lead
agency.
• None of the participating governmental entities shall be deemed or construed to be a party to any contract
executed by and between any other governmental entity and the Contractor(s) as a result of this
procurement action.
"WORKING TOGETHER TO REDUCE COSTS"
CAM#25-0940
Exhibit 1
Page 4 of 27
City of Fort Lauderdale
Sodium Hypochlorite (Co-Op)
IFB# Event 519
SECTION I —INTRODUCTION AND INFORMATION
1.1 Purpose
The City of Fort Lauderdale, Florida (City) is seeking bids from qualified, experienced, and
licensed firm(s), hereinafter referred to as the Contractor or Bidder, to provide Sodium hypochlorite
for the City, in accordance with the terms. conditions, and specifications contained in this Invitation
to Bid (IFB). This is a cooperative IFB issued by the City of Fort Lauderdale on behalf of the
Southeast Florida Governmental Cooperative Purchasing Group and the participating agencies
referenced below.
1.2 Point of Contact
For information concerning procedures for responding to this solicitation, contact Procurement
Specialist, Stefan Mohammed, at (954) 828-5351or email at SmohammedAfortlauderdale.gov.
Such contact shall be for clarification purposes only.
For information concerning technical specifications, please utilize the question / answer feature
provided by the City's on-line strategic sourcing platform. Questions of a material nature must be
received prior to the cut-off date specified in the ITB schedule. Material changes, if any, to the
scope of services or bidding procedures will only be transmitted by written addendum. Bidders
please note: No part of your bid can be submitted via FAX. No variation in price or conditions shall
be permitted based upon a claim of ignorance. Submission of a bid will be considered evidence
that the Bidder has familiarized themselves with the nature and extent of the work, and the
equipment. materials, and labor required. The entire bid response must be submitted in
accordance with all specifications contained in this solicitation. The questions and answers
submitted in the City's online strategic sourcing platform shall become part of any contract that is
created from this ITB.
1.3 Pre-bid Conference and/or Site Visit
There will not be a pre-bid conference or site visit for this ITB.
It will be the sole responsibility of the Bidder to become familiar with the scope of the City's
requirements and systems prior to submitting a bid. No variation in price or conditions shall be
permitted based upon a claim of ignorance. Submission of a bid will be considered evidence that
the Bidder has familiarized themselves with the nature and extent of the work, equipment.
materials, and labor required.
1.4 CITY'S ON-LINE STRATEGIC SOURCING PLATFORM
The City of Fort Lauderdale uses its own on-line strategic sourcing platform to administer the
competitive solicitation process, including but not limited to soliciting bids, issuing addenda.
posting results, and issuing notification of an intended decision. There is no charge to register and
download the ITB from the City's on-line strategic sourcing platform. Bidders are strongly
encouraged to read the supplier tutorials available in the City's on-line strategic sourcing platform
well in advance of their intention of submitting a bid to ensure familiarity with the use of the City's
on-line strategic sourcing platform. The City shall not be responsible for a Bidder's inability to
submit a Bid by the end date and time for any reason, including issues arising from the use of the
City's on-line strategic sourcing platform.
CAM#25-0940
Exhibit 1
Page 5 of 27
It is the sole responsibility of the Bidder to ensure that their bid is submitted electronically through
the City's on-line strategic sourcing platform no later than the time and date specified in
this solicitation. PAPER BID SUBMITTALS WILL NOT BE ACCEPTED. BIDS MUST BE
SUBMITTED ELECTRONICALLY VIA the City's on-line strategic sourcing platform.
1.5 Electronic Bid Openings
Please be advised that effective immediately, and until further notice, all Invitation to Bids, Request
for Proposals,Request for Qualifications, and other solicitations led by the City of Fort Lauderdale
will be opened electronically via the City's on-line strategic sourcing platform at the date and time
indicated on the solicitation. All openings will be held on the City's on-line strategic sourcing
platform.
Anyone requesting assistance or having further inquiry in this matter must contact the
Procurement Specialist indicated on the solicitation, via the Question-and-Answer forum on the
City's on-line strategic sourcing platform before the Last Day for Questions indicated in the
Solicitation.
END OF SECTION
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 6 of 27
SECTION II - SPECIAL TERMS AND CONDITIONS
2.1 General Conditions
ITB General Conditions (Form G-107, Rev. 09/22) are included and made a part of this ITB.
2.2 Addenda, Changes, and Interpretations
It is the sole responsibility of each firm to notify the Procurement Specialist utilizing the question /
answer feature provided by the City's on-line strategic sourcing platform and request modification
or clarification of any ambiguity, conflict, discrepancy, omission, or other error discovered in this
competitive solicitation. Requests for clarification, modification, interpretation, or changes must
be received prior to the Question and Answer(Q &A) Deadline. Requests received after this date
may not be addressed. Questions and requests for information that would not materially affect the
scope of services to be performed or the solicitation process will be answered within the question
/ answer feature provided by the City's on-line strategic sourcing platform and shall be for
clarification purposes only. Material changes, if any, to the scope of services or the solicitation
process will only be transmitted by official written addendum issued by the City and uploaded to
the City's on-line strategic sourcing platform as a separate addendum to the ITB. Under no
circumstances shall an oral explanation given by any City official, officer, staff, or agent be binding
upon the City and should be disregarded. All addenda are a part of the competitive solicitation
documents, and each firm will be bound by such addenda. It is the responsibility of each to read
and comprehend all addenda issued.
2.3 Changes and Alterations
Bidder may change or withdraw a Bid at any time prior to Bid submission deadline; however, no
oral modifications will be allowed. Modifications shall not be allowed following the Bid deadline.
2.4 Bidder's Costs
The City shall not be liable for any costs incurred by Bidders in responding to this ITB.
2.5 Pricing/Delivery
Delivery is required within two business days after receipt of purchase order. Failure to meet this
delivery date may be deemed as non-responsive.
All deliveries are to be shipped F.O.B. Destination, Freight included.
Failure to provide costs as requested in this ITB may deem your bid non-responsive.
All work is to be performed during normal working hours unless requested otherwise by the
participating agency. Contractor must provide name and contact information as references for
facilities that have been provided the same or similar products and service.
Each participating agency may have special delivery instructions that they shall address on an
individual basis.
2.6 Price Validity
Prices provided in this Invitation to bid (ITB) shall be valid for at least One-Hundred and Twenty
(120) days from time of ITB opening unless otherwise extended and agreed upon by the City and
Bidder. The City shall award contract within this time period or shall request to the recommended
awarded vendor an extension to hold pricing, until products/services have been awarded.
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 7 of 27
2.7 Invoices/Payment
Payment terms will be considered to be net 45 days after the date of satisfactory delivery at the
place of acceptance and receipt of correct invoice at the office specified, whichever occurs last,
in accordance with the Florida Local Government Prompt Payment Act. Bidder may offer cash
discounts for prompt payment, but they will not be considered in determination of award.
2.8 Related Expenses/Travel Expenses
All costs including travel are to be included in your bid. The City will not accept any additional
costs.
2.9 Payment Method
The City of Fort Lauderdale has implemented a Procurement Card (P-Card) program which
changes how payments are remitted to its vendors. The City has transitioned from traditional
paper checks to payment by credit card via MasterCard or Visa. This allows you as a vendor of
the City of Fort Lauderdale to receive your payment fast and safely. No more waiting for checks
to be printed and mailed. Payments will be made utilizing the City's P-Card (MasterCard or Visa).
Accordingly, firms must presently have the ability to accept credit card payment or take whatever
steps necessary to implement acceptance of a credit card before the commencement of a
contract. See Contract Payment Method form attached.
2.10 Mistakes
The Bidder shall examine this ITB carefully. The submission of a bid shall be prima facie evidence
that the Bidder has full knowledge of the scope. nature, and quality of the work to be performed;
the detailed requirements of the specifications: and the conditions under which the work is to be
performed. Ignorance of the requirements will not relieve the Bidder from liability and obligations
under the Contract.
2.11 Acceptance of Bids I Minor Irregularities
2.11.1 The City reserves the right to accept or reject any or all bids, part of bids, and to waive
minor irregularities or variances to specifications contained in bids which do not make the
bid conditional in nature and minor irregularities in the solicitation process. A minor
irregularity shall be a variation from the solicitation that does not affect the price of the
contract or does not give a bidder an advantage or benefit not enjoyed by other bidders,
does not adversely impact the interests of other firms, or does not affect the fundamental
fairness of the solicitation process. The City also reserves the right to reissue an ITB.
2.11.2 The City reserves the right to disqualify Bidder during any phase of the competitive
solicitation process and terminate for cause any resulting contract upon evidence of
collusion with intent to defraud or other illegal practices on the part of the Bidder.
2.12 Modification of Services
2.12.1 While this contract is for services provided to the department referenced in this ITB, the
City may require similar work for other City departments. Successful Bidder agrees to take
on such work unless such work would not be considered reasonable or become an undue
burden to the Successful Bidder.
2.12.2 The City reserves the right to delete any portion of the work at any time without cause, and
if such right is exercised by the City, the total fee shall be reduced in the same ratio as the
estimated cost of the work deleted bears to the estimated cost of the work originally
planned. If work has already been accomplished and approved by the City on any portion
of a contract resulting from this ITB, the Successful Bidder shall be paid for the work
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 8 of 27
completed on the basis of the estimated percentage of completion of such portion to the
total project cost.
2.12.3 The City may require additional items or services of a similar nature, but not specifically
listed in the contract.The Successful Bidder agrees to provide such items or services and
shall provide the City prices on such additional items or services. If the price(s) offered are
not acceptable to the City, and the situation cannot be resolved to the satisfaction of the
City, the City reserves the right to procure those items or services from other vendors, or
to cancel the contract upon giving the Successful Bidder thirty (30) days written notice.
2.12.4 If the Successful Bidder and the City agree on modifications or revisions to the task
elements, after the City has approved work to begin on a particular task or project, and a
budget has been established for that task or project. the Successful Bidder will submit a
revised budget to the City for approval prior to proceeding with the work.
2.13 Non-Exclusive Contract
Bidder agrees and understands that the contract shall not be construed as an exclusive
arrangement and further agrees that the City may, at any time, secure similar or identical services
from another vendor at the City's sole option.
2.14 Sample Contract Agreement
A sample of the formal agreement template, which may be required to be executed by the
awarded vendor can be found at our website.
2.15 Responsiveness
In order to be considered responsive to the solicitation, the firm's bid shall fully conform in all
material respects to the solicitation and all of its requirements, including all form and substance.
2.16 Responsibility
In order to be considered as a responsible firm, firm shall be fully capable to meet all of the
requirements of the solicitation and subsequent contract, must possess the full capability,
including financial and technical, to perform as contractually required, and must be able to fully
document the ability to provide good faith performance.
2.17 Minimum Qualifications
To be eligible for award of a contract in response to this solicitation, the Bidder must demonstrate
that they have successfully completed services, as specified in the Technical Specifications /
Scope of Services section of this solicitation, are normally and routinely engaged in performing
such services, and are properly and legally licensed to perform such work. In addition, the Bidder
must have no conflict of interest with regard to any other work performed by the Bidder for the
City of Fort Lauderdale.
2.17.1 Firm or principals shall have no record of judgments, pending lawsuits against the City or
criminal activities involving moral turpitude and not have any conflicts of interest that have
not been waived by the City Commission.
2.17.2 Neither firm nor any principal, officer, or stockholder shall be in arrears or in default of any
debt or contract involving the City, (as a party to a contract, or otherwise); nor have failed
to perform faithfully on any previous contract with the City.
2.18 Lobbying Activities
ALL CONTRACTORS PLEASE NOTE: Any contractor submitting a response to this solicitation
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 9 of 27
must comply,if applicable, with City of Fort Lauderdale Ordinance No. C-11-42,and Resolution
No. 07-101, Lobbying Activities. Copies of Ordinance No. C-11-42 and Resolution No. 07-101
may be obtained from the City Clerk's Office, located at 1 East Broward Boulevard, Suite 444,
Fort Lauderdale, Florida 33301.
2.19 Local Business Preference— N/A
2.20 Disadvantaged Business Enterprise Preference— N/A
2.21 Protest Procedure
2.21.1 Any Bidder who is not recommended for award of a contract and who alleges a failure by
the City to follow the city's procurement ordinance or any applicable law, may follow the protest
procedure as found in the city's procurement ordinance within five (5) days after a notice of
intent to award is posted on the city's web site at the following link: Click Here
2.21.2 The complete protest ordinance may be found on the city's web site at the following link:
Click Here
2.22 Public Entity Crimes
Contractor represents that the execution of this Agreement will not violate the Public Entity Crime Act,
Section 287.133, Florida Statutes (2024), as may be amended or revised, which essentially provides
that a person or affiliate who is a contractor, consultant, or other provider and who has been placed
on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a
contract to provide any goods or services to City, may not submit a bid on a contract with City for the
construction or repair of a public building or public work,may not submit bids on leases of real property
to City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant
under an Agreement with City,and may not transact any business with City in excess of the threshold
amount provided in Section 287.017, Florida Statutes (2024), as may be amended or revised, for
category two purchases for a period of 36 months from the date of being placed on the convicted
vendor list. Violation of this Section shall result in termination of this Agreement and recovery of all
monies paid by City pursuant to this Agreement and may result in debarment from City's competitive
procurement activities.
2.23 Subcontractors
2.23.1 If the Contractor proposes to use subcontractors in the course of providing these services
to the City, this information shall be a part of the bid/proposal response. Such information
shall be subject to review, acceptance, and approval of the City, prior to any contract
award. The City reserves the right to approve or disapprove of any subcontractor
candidate in its best interest and to require Contractor to replace subcontractor with one
that meets City approval.
2.23.2 Contractor shall ensure that all of Contractor's subcontractors perform in accordance with
the terms and conditions of this Contract. Contractor shall be fully responsible for all of
Contractor's subcontractors' performance, and liable for any of Contractor's
subcontractors' non-performance and all of Contractor's subcontractors' acts and
omissions. Contractor shall defend, at Contractor's expense, counsel being subject to the
City's approval or disapproval, and indemnify and hold harmless the City and the City's
officers, employees, and agents from and against any claim, lawsuit, third-party action, or
judgment, including any award of attorney fees and any award of costs, by or in favor of
any Contractor's subcontractors for payment for work performed for the City.
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 10 of 27
2.23.3 Contractor shall require all its subcontractors to provide the required insurance coverage
as well as any other coverage that the contractor may consider necessary, and any
deficiency in the coverage or policy limits of said subcontractors will be the sole
responsibility of the contractor.
2.24 Bid Security — N/A
2.25 Payment and Performance Bond — N/A
2.26 Insurance Requirements
2.26.1 As a condition precedent to the effectiveness of this Agreement, during the term of this
Agreement and during any renewal or extension term of this Agreement, the Contractor,
at its sole expense, shall provide insurance of such types and with such terms and limits
as noted below. Providing proof of and maintaining adequate insurance coverage are
material obligations of the Contractor. The Contractor shall provide the City a certificate of
insurance evidencing such coverage. The Contractor's insurance coverage shall be
primary insurance for all applicable policies. The limits of coverage under each policy
maintained by the Contractor shall not be interpreted as limiting the Contractor's liability
and obligations under this Agreement. All insurance policies shall be through insurers
authorized or eligible to write policies in the State of Florida and possess an A.M. Best
rating of A-, VII or better, subject to approval by the City's Risk Manager.
2.26.2 The coverages, limits, and endorsements required herein protect the interests of the City.
and these coverages, limits, and/or endorsements shall in no way be relied upon by the
Contractor for assessing the extent or determining appropriate types and limits of coverage
to protect the Contractor against any loss exposures,whether as a result of this Agreement
or otherwise. The requirements contained herein, as well as the City's review or
acknowledgement, are not intended to and shall not in any manner limit or qualify the
liabilities and obligations assumed by the Contractor under this Agreement.
2.26.3 The following insurance policies and coverages are required:
Commercial General Liability
Coverage must be afforded under a Commercial General Liability policy with limits not less than:
• $1,000.000 each occurrence and $2.000.000 aggregate for Bodily Injury, Property Damage,
and Personal and Advertising Injury
• $1,000.000 each occurrence and $2.000.000 aggregate for Products and Completed
Operations
Policy must include coverage for contractual liability and independent contractors.
The City, a Florida municipal corporation, its officials, employees, and volunteers are to be covered
as an additional insured with a CG 20 26 04 13 Additional Insured — Designated Person or
Organization Endorsement or similar endorsement providing equal or broader Additional Insured
Coverage with respect to liability arising out of activities performed by or on behalf of the
Contractor. The coverage shall contain no special limitation on the scope of protection afforded to
the City, its officials, employees, and volunteers.
Business Automobile Liability
Coverage must be afforded for all Owned, Hired, Scheduled, and Non-Owned vehicles for Bodily
Injury and Property Damage in an amount not less than $1,000,000 combined single limit each
accident.
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 11 of 27
If the Contractor does not own vehicles,the Contractor shall maintain coverage for Hired and Non-
Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General
Liability policy or separate Business Auto Liability policy.
Workers'Compensation and Employer's Liability
Coverage must be afforded per Chapter 440. Florida Statutes. Any person or entity performing
work for or on behalf of the City must provide Workers'Compensation insurance. Exceptions and
exemptions will be allowed by the City's Risk Manager. if they are in accordance with Florida
Statute.
The Contractor waives, and the Contractor shall ensure that the Contractor's insurance carrier
waives,all subrogation rights against the City, its officials. employees, and volunteers for all losses
or damages. The City requires the policy to be endorsed with WC 00 03 13 Waiver of our Right to
Recover from Others or equivalent.
The Contractor must be in compliance with all applicable State and federal workers'compensation
laws. including the U.S. Longshore Harbor Workers'Act and the Jones Act. if applicable.
2.26.4 Insurance Certificate Requirements
a. The Contractor shall provide the City with valid Certificates of Insurance (binders are
unacceptable) no later than ten (10) days prior to the start of work contemplated in this
Agreement.
b. The Contractor shall provide to the City a Certificate of Insurance having a thirty (30)
day notice of cancellation; ten (10) days' notice if cancellation is for nonpayment of
premium.
c. In the event that the insurer is unable to accommodate the cancellation notice
requirement, it shall be the responsibility of the Contractor to provide the proper notice.
Such notification will be in writing by registered mail, return receipt requested, and
addressed to the certificate holder.
d. In the event the Agreement term or any surviving obligation of the Contractor following
expiration or early termination of the Agreement goes beyond the expiration date of
the insurance policy. the Contractor shall provide the City with an updated Certificate
of Insurance no later than ten (10) days prior to the expiration of the insurance currently
in effect. The City reserves the right to suspend the Agreement until this requirement
is met.
e. The Certificate of Insurance shall indicate whether coverage is provided under a
claims-made or occurrence form. If any coverage is provided on a claims-made form,
the Certificate of Insurance must show a retroactive date, which shall be the effective
date of the initial contract or prior.
f. The City shall be named as an Additional Insured on all liability policies. with the
exception of Workers' Compensation.
g. The City shall be granted a Waiver of Subrogation on the Contractor's Workers'
Compensation insurance policy.
h. The title of the Agreement, Bid/Proposal/Contract number, event dates, or other
identifying reference must be listed on the Certificate of Insurance.
The Certificate Holder should read as follows:
City of Fort Lauderdale
c/o Procurement Services Division
401 SE 21st Street
Fort Lauderdale. FL 33316
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 12 of 27
2.26.5 The Contractor has the sole responsibility for all insurance premiums and shall be fully and
solely responsible for any costs or expenses as a result of a coverage deductible,
coinsurance penalty, or self-insured retention; including any loss not covered because of
the operation of such deductible, co-insurance penalty. self-insured retention, or coverage
exclusion or limitation. Any costs for adding the City as an Additional Insured shall be at
the Contractor's expense.
2.26.6 If the Contractor's primary insurance policy/policies do not meet the minimum
requirements, as set forth in this Agreement. the Contractor may provide evidence of an
Umbrella/Excess insurance policy to comply with this requirement.
2.26.7 The Contractor's insurance coverage shall be primary insurance as respects to the City. a
Florida municipal corporation, its officials, employees. and volunteers. Any insurance or
self-insurance maintained by the City. a Florida municipal corporation. its officials,
employees, or volunteers shall be non-contributory.
2.26.8 Any exclusion or provision in any insurance policy maintained by the Contractor that
excludes coverage required in this Agreement shall be deemed unacceptable and shall be
considered breach of contract.
2.26.9 All required insurance policies must be maintained until the contract work has been
accepted by the City. or until this Agreement is terminated, whichever is later. Any lapse
in coverage shall be considered breach of contract. In addition, Contractor must provide
to the City confirmation of coverage renewal via an updated certificate should any policies
expire prior to the expiration of this Agreement. The City reserves the right to review, at
any time, coverage forms and limits of Contractor's insurance policies.
2.26.10 The Contractor shall provide notice of any and all claims, accidents. and any other
occurrences associated with this Agreement shall be provided to the Contractor's
insurance company or companies and the City's Risk Management office as soon as
practical.
2.26.11 It is the Contractor's responsibility to ensure that any and all of the Contractor's
independent contractors and subcontractors comply with these insurance requirements.
All coverages for independent contractors and subcontractors shall be subject to all of
the applicable requirements stated herein. Any and all deficiencies are the responsibility
of the Contractor.
SPECIALIZED COVERAGES
Pollution and Remediation Legal Liability (Hazardous Materials)
For the purpose of this section,the term "hazardous materials" includes all materials and
substances that are designated or defined as hazardous by Florida or federal law or by
the rules or regulations of Florida or any federal agency. If work being performed involves
hazardous materials, the Contractor shall procure and maintain any or all of the following
coverage. which will be specifically addressed upon review of exposure.
Contractors Pollution Liability Coverage
For sudden and gradual occurrences and in an amount not less than $1,000,000 per
claim arising out of this Agreement, including but not limited to, all hazardous materials
identified under the Agreement.
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 13 of 27
Hazardous Waste Transportation Coverage
The Contractor shall designate the hauler and furnish a Certificate of Insurance from the
hauler for Automobile Liability insurance with Endorsement MCS90 for liability arising
out of the transportation of hazardous materials in an amount not less than $1,000,000
per claim limit and provide a valid EPA identification number.
2.27 Insurance—Sub-Contractors
Contractor shall require all its Sub-Contractors to provide the aforementioned coverage as well
as any other coverage that the Contractor may consider necessary, and any deficiency in the
coverage or policy limits of said Sub-Contractors will be the sole responsibility of the Contractor.
2.28 Insurance for Collection of Credit Card Payments
The successful Contractor will need to provide proof that they maintain insurance coverage in an
amount of not less than $1,000,000 specifically for cyber related crimes relating to the
transmission of credit card information over their website that can include but are not limited to
criminal activity involving the information technology infrastructure, including illegal access
(unauthorized access), illegal interception (by technical means of non-public transmissions of
computer data to, from or within a computer system). data interference (unauthorized damaging,
deletion, deterioration, alteration or suppression of computer data), systems interference
(interfering with the functioning of a computer system by inputting, transmitting, damaging.
deleting, deteriorating, altering or suppressing computer data), misuse of devices, forgery (ID
theft). and electronic fraud.
2.29 Award of Contract
Contractor must bid on all items. Partial bids will not be considered.
The City also reserves the right to accept or reject any or all bids, part of bids, and to waive minor
irregularities or variations to specifications contained in bids, and minor irregularities in the bidding
process. The City also reserves the right to award the contract on a split order basis, lump sum
basis, individual item basis, or such combination as shall best serve the interest of the City.
A Contract (the "Agreement") may be awarded by the City Commission. The City reserves the
right to execute or not execute, as applicable. a contract with the Bidder(s) that is determined to
be in the City's best interests. The City reserves the right to award a contract to more than one
Bidder, at the sole and absolute discretion of the in the City.
AND
IN THE EVENT OF ANY CONFLICT OR DISCREPANCY BETWEEN BID/PROPOSAL PRICE(S)SUBMITTED BY
BIDDER/PROPOSER ELECTRONICALLY INTO THE CITY'S ON-LINE STRATEGIC SOURCING PLATFORM UNIT
PRICE FIELD(S), ANY OTHER FORMS OR ATTACHMENTS(WHETHER PART OF THE CITY'S SOLICITATION
DOCUMENTS OR DOCUMENTS CREATED AND UPLOADED BY THE BIDDER/PROPOSER), OR ANOTHER
SECTION/FIELD OF THE SYSTEM, THE ONLINE UNIT PRICE(S) INPUTTED ELECTRONICALLY INTO THE
SYSTEM BY BIDDER/PROPOSER SHALL GOVERN.
2.30 Damage to Public or Private Property
Extreme care shall be taken to safeguard all existing facilities, site amenities, irrigation systems,
vehicles. etc. on or around the job site. Damage to public and/or private property shall be the
responsibility of the Contractor and shall be repaired and/or replaced at no additional cost to the
City.
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 14 of 27
2.31 Safety
The Contractor(s) shall adhere to the Florida Department of Transportation's Uniform manual on
Traffic Control for construction and maintenance work zones when working on or near a roadway.
It will be the sole responsibility of the Contractor to make themselves and their employees fully
aware of these provisions. especially those applicable to safety.
2.32 Uncontrollable Circumstances ("Force Majeure")
The City and Contractor will be excused from the performance of their respective obligations under
this agreement when and to the extent that their performance is delayed or prevented by any
circumstances beyond their control including, fire, flood, explosion, strikes or other labor disputes,
act of God or public emergency, war, riot, civil commotion. malicious damage, act or omission of
any governmental authority, delay or failure or shortage of any type of transportation, equipment.
or service from a public utility needed for their performance, provided that:
2.32.1 The non-performing party gives the other party prompt written notice describing the
particulars of the Force Majeure including, but not limited to, the nature of the occurrence
and its expected duration, and continues to furnish timely reports with respect thereto
during the period of the Force Majeure;
2.32.2 The excuse of performance is of no greater scope and of no longer duration than is required
by the Force Majeure:
2.32.3 No obligations of either party that arose before the Force Majeure causing the excuse of
performance are excused as a result of the Force Majeure: and
2.32.4 The non-performing party uses its best efforts to remedy its inability to perform.
Notwithstanding the above, performance shall not be excused under this Section for a
period in excess of two (2) months, provided that in extenuating circumstances.the City
may excuse performance for a longer term. Economic hardship of the Contractor will not
constitute Force Majeure. The term of the agreement shall be extended by a period equal
to that during which either party's performance is suspended under this Section.
2.33 Canadian Companies
In the event Contractor is a corporation organized under the laws of any province of Canada or is
a Canadian federal corporation,the City may enforce in the United States of America or in Canada
or in both countries a judgment entered against the Contractor. The Contractor waives any and
all defenses to the City's enforcement in Canada, of a judgment entered by a court in the United
States of America.All monetary amounts set forth in this Contract are in United States dollars.
2.34 News Releases/Publicity
News releases, publicity releases, or advertisements relating to this contract. or the tasks or
projects associated with the project shall not be made without prior City approval.
2.35 Approved Equal or Alternative Product Bids— N/A
Manufacturer/Brand/Model Specific Request
This is a manufacturer/brand/model specification. No substitutions will be allowed.
2.36 Contract Period
The initial contract term shall commence upon the date of award by the City and shall expire two
years from that date. The City reserves the right to extend the contract for two, additional one year
terms. providing all terms conditions and specifications remain the same, both parties agree to
the extension, and such extension is approved by the City.
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 15 of 27
In the event services are scheduled to end because of the expiration of this contract, the
Contractor shall continue the service upon the request of the City as authorized by the awarding
authority. The extension period shall not extend for more than 270 days beyond the expiration
date of the existing contract. The Contractor shall be compensated for the service at the rate in
effect when this extension clause is invoked by the City.
2.37 COST ADJUSTMENTS (Fixed Price with Economic Price Adjustment: Escalator/De-
escalator)-
The prices offered shall be firm and fixed price for the initial contract term of two years.The City,
at its sole discretion, may conduct industry or market research to determine whether
economic/market conditions support an increase or decrease price adjustment during the renewal
term of the contract. Such adjustment. as determined by the City, shall be based on the latest
yearly percentage increase or decrease in the All-Urban Consumers Price Index (CPI-U) as
published by the Bureau of Labor Statistics. U.S. Department of Labor, and shall not exceed five
percent (5%). The yearly increase or decrease in the CPI shall be the latest Index published and
available for the calendar year ending 12/31, prior to the end of the contract year then in effect.
as compared to the index for the comparable month. one-year prior. The City's designated Senior
Procurement Specialist/Procurement Specialist will fully document its economic/market analysis
to support its recommendation to make a price adjustment upward or downward to the contract.
The Chief Procurement Officer may, after reviewing the recommendation, refuse to accept the
adjusted costs if they are excessive, or if decreases are considered insufficient.
The City's price adjustment determination will be communicated to the supplier at least ninety (90)
days prior to the contract anniversary date of contract renewal. If said communication is not
received by the supplier by the above stated timeframe. it shall be construed that no price
adjustment will occur during the renewal period. Any approved cost adjustments shall become
effective on the beginning date of the approved contract renewal period.
2.38 Service Test Period
If the Contractor has not previously performed the services to the city. the City reserves the right
to require a test period to determine if the Contractor can perform in accordance with the
requirements of the contact, and to the City's satisfaction. Such test period can be from thirty to
ninety days, and will be conducted under all specifications,terms and conditions contained in the
contract. This trial period will then become part of the initial contract period.
A performance evaluation will be conducted prior to the end of the test period and that evaluation
will be the basis for the City's decision to continue with the Contractor or to select another
Contractor (if applicable).
2.39 Contract Coordinator
The City may designate a Contract Coordinator whose principal duties shall be:
• Liaison with Contractor.
• Coordinate and approve all work under the contract.
• Resolve any disputes.
• Assure consistency and quality of Contractor's performance.
• Schedule and conduct Contractor performance evaluations and document findings.
• Review and approve for payment all invoices for work performed or items delivered.
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 16 of 27
2.40 Contractor Performance Reviews and Ratings
The City Contract Coordinator may develop a Contractor performance evaluation report. This
report shall be used to periodically review and rate the Contractor's performance under the contract
with performance rating as follows:
Excellent Far exceeds requirements.
Good Exceeds requirements
Fair Just meets requirements.
Poor Does not meet all requirements. and contractor is subject to penalty
provisions under the contact.
Non-compliance Either continued poor performance after notice or a performance level that
does not meet a significant portion of the requirements.
This rating makes the Contractor subject to the default or cancellation for cause
provisions of the contract.
The report shall also list all discrepancies found during the review period. The Contractor shall
be provided with a copy of the report and may respond in writing if he takes exception to the report or
wishes to comment on the report. Contractor performance reviews and subsequent reports will be used
in determining the suitability of contract extension.
2.41 Substitution of Personnel —N/A
2.42 Ownership of Work— N/A
2.43 Condition of Trade-In Equipment—N/A
2.44 Conditions of Trade-In Shipment and Purchase Payment—N/A
2.45 Verification of Employment Status
Any Contractor/Consultant assigned to perform responsibilities under its contract with a State
agency is required to utilize the US Department of Homeland Security's E-Verify system (per
Executive Order Number 11-02) to verify the employment eligibility of: (a) all persons employed
during the contract term by the Contractor to perform employment duties within Florida; and (b)
all persons (including subcontractors) assigned by the Contractor to perform work pursuant to the
contract with the State agency.
E-VERIFY Affirmation Statement must be completed and submitted with Bidder's response to this
ITB.
2.46 Service Organization Controls - N/A
2.47 Warranties of Usage
Any estimated quantities listed are for information and tabulation purposes only. No warranty or
guarantee of quantities needed is given or implied. It is understood that the Contractor will furnish
the City's needs as they arise.
2.48 Rules and Submittals of Bids
The signer of the bid must declare that the only person(s), company or parties interested in the
bid as principals are named therein; that the bid is made without collusion with any other
person(s). company or parties submitting a bid: that it is in all respects fair and in good faith,
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 17 of 27
without collusion or fraud; and that the signer of the bid has full authority to bind the principal
bidder.
2.49 Bid Tabulations/Intent to Award
Notice of Intent to Award Contract/Bid, resulting from the City's Formal solicitation process may
be found at: Click Here. Tabulations of receipt of those parties responding to a formal solicitation
may be found at: Click Here. Any interested party may call the Procurement Services Division at
954-828-5933, or email ProcurementSupport(c�fortlauderdale.gov, for more information.
2.50 Public Records
All bids will become the property of the City. The Bidder's response to the ITB is a public record
pursuant to Florida law, which is subject to disclosure by the City under the State of Florida Public
Records Law, Florida Statutes Chapter 119.07("Public Records Law").The City shall permit public
access to all documents, papers, letters, or other material submitted in connection with this ITB
and any resulting Contract to be executed for this ITB, subject to the provisions of Chapter 119.07
of the Florida Statutes.Any language contained in the Bidder's response to the ITB purporting to
require confidentiality of any portion of the Bidder's response to the ITB, except to the extent that
certain information is in the City's opinion a Trade Secret pursuant to Florida law, shall be void. If
a Bidder submits any documents or other information to the City which the Bidder claims is Trade
Secret information and exempt from Florida Statutes Chapter 119.07 ("Public Records Laws"),the
Bidder shall clearly designate that it is a Trade Secret and that it is asserting that the document
or information is exempt. The Bidder must specifically identify the exemption being claimed under
Florida Statutes 119.07. The City shall be the final arbiter of whether any information contained in
the Bidder's response to the ITB constitutes a Trade Secret. The city's determination of whether
an exemption applies shall be final, and the Bidder agrees to defend, indemnify, and hold harmless
the city and the city's officers, employees, and agent, against any loss or damages incurred by
any person or entity as a result of the city's treatment of records as public records. In the event of
Contract award, all documentation produced as part of the Contract shall become the exclusive
property of the City.
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 PRRCONTRACT(c�FORTLAUDERDALE.GOV, 954-828-5002, CITY
CLERK'S OFFICE, 100 N. ANDREWS AVENUE, FORT LAUDERDALE,
FLORIDA 33301 .
Contractor shall:
1. Keep and maintain public records required by the City in order to perform the service.
2. Upon request from the City's custodian of public records, provide the City 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 Chapter 119, Florida Statutes (2022), as may
be amended or revised, 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 this contract if the Contractor does not transfer the
records to the City.
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 18 of 27
4. Upon completion of the Contract, transfer. at no cost, to the City all public records in
possession of the Contractor or keep and maintain public records required by the City to
perform the service. If the Contractor transfers all public records to the City upon completion
of this 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 this Contract, the Contractor shall meet all
applicable requirements for retaining public records.All records stored electronically must be
provided to the City. upon request from the City's custodian of public records. in a format that
is compatible with the information technology systems of the City.
2.51 PCI (Payment Card Industry) Compliance
Contractor agrees to comply with all applicable state, federal, and international laws, as well as
industry best practices, governing the collection, access, use, disclosure, safeguarding, and
destruction of protected information.
• PCI Attestation of Compliance (AoC):
Contractor must provide a current PCI Attestation of Compliance (AoC) signed by a
PCI Qualified Security Assessor (QSA) at the time of proposal submission.
The AoC must be dated no older than one year. If the AoC exceeds this timeframe, a
bridge letter signed by a QSA must be provided.
Failure to submit a valid AoC and, if applicable, a bridge letter, shall result in the bid
being deemed non-responsive.
The City is the sole judge in determining the acceptability of the AoC and any
accompanying documentation.
• Ongoing PCI Compliance:
Contractor and/or any subcontractor that handles credit card data must be, and
remain, PCI compliant under the current standards.
Contractors must provide updated PCI compliance documentation, including a new
AoC, upon request by the City of Fort Lauderdale.
Failure to maintain PCI compliance or to provide requested documentation may result in
termination of the contract.
END OF SECTION
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 19 of 27
SECTION III -TECHNICAL SPECIFICATIONS/SCOPE OF SERVICES
1. SCOPE
The City of Fort Lauderdale. as the lead agency for the Southeast Florida Governmental
Purchasing Cooperative Group (Co-Op) is requesting bids to provide a firm fixed price for the
purchase and delivery of Sodium Hypochlorite in bulk and less than tanker loads as specified
herein.
2. SPECIFICATIONS AND REQUIREMENTS
Product specifications'(as per ANSI/AWWA 300-24 standard for Hypochlorite latest revision):
• Trade name: Hypochlorite Solution, Bleach
• Chemical formula: NaOCI
• Specific gravity: at 20C -U -1,2
• Molecular weight 7 4.5
• Appearance: Light-yellow to green clear liquid solution Solubility in water: Complete
• Freezing Temperature: minus 7C to minus 10C
12% Solution Strength and pH range of 11 to 13
3. Standards
Hypochlorite supplied under this contract shall be tested and certified as meeting these
specifications and those of the American National Standards Institute/National Sanitation
Foundation Standard 60 (ANSI/NSF Standard 60), Drinking Water Treatment Chemicals Health
Effects, It is the responsibility of the Contractor to inform the participating agency that NSF or UL
certification has been revoked or lapsed within 24 hours of the time the supplier receives verbal
or written notification. Loss of certification may constitute sufficient grounds for immediate
termination of the contract between the participating agency and the Contractor.
Hypochlorite delivered under this contract shall have a minimum of 120 Grams per Liter (GPL)
available chlorine (i.e., 12.0 Trade Percent).
Hypochlorite delivered under this contract shall have a minimum of 0.15 percent by weight sodium
hydroxide and a maximum of 0.45 weight percent sodium hydroxide.
Sampling and testing shall be in accordance with EPA and AWWA 300-24 standards and NSF
certification must be provided with every delivery.
4. Clean Tank Guarantee
At any time during the performance of this Agreement. if any participating agency has any sort of
sludge or other impurity buildup in any of its sodium hypochlorite tanks,the Contractor shall clean
out the tank at no charge to the participating agency within seven(7)days, unless such timeframe
is extended by the participating agency. The cleanout should be done in such a manner so that it
is done safely with no Joss of disinfection to the affected plant and the contents disposed of in
accordance with current regulations on disposal of hazardous wastes.The Contractor shall submit
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 20 of 27
a procedure to the participating agency for the approval prior to this work being completed. The
determination of whether there is any such sludge or impurity buildup in the tanks will be at the
sole discretion of the participating agency. When the tank has been properly cleaned, the
Contractor shall refill the tank with clean, fresh sodium hypochlorite at no cost to the participating
agency. Failure of the Contractor to clean out the tank and replace the sodium hypochlorite within
seven (7) days after being served notice (or within any extension of this timeframe specified by
the participating agency) shall be cause for immediate termination of the sodium hypochlorite
supply Agreement between the participating agency and the Contractor.
5. DELIVERY LOCATIONS, SIZE OF TANKS AND ESTIMATED ANNUAL USAGE FOR EACH
PARTICIPATING AGENCY.
Please note: Other Southeast Florida Governmental Purchasing Cooperative Group
members may participate in this contract for new usage, during the contract term, or in
any contract extension term, if approved by the lead agency. New Southeast Florida
Governmental Purchasing Cooperative Group members may participate in any contract on
acceptance and approval by the lead agency.
6. SODIUM HYPOCHLORITE- TANKER LOAD- TOTAL ESTIMATED GALLONS PER YEAR
5,865.000 Two-year Co-op estimated usage: 11,730,000 gallons.
SODIUM HYPOCHLORITE-LESS THAN A TANKER LOAD-TOTAL ESTIMATED GALLONS
PER YEAR : 208,500 Two-year Co-Op estimated usage : 417,000 gallons.
Estimated
Number Annual
Agency/ Delivery Location of Tank Size(Gal) Usage Special Note
Tanks Gallons
City of Fort Lauderdale 3 11,600 170,000
1500 South State Road 7
Fort Lauderdale, FL 33317
City of Hollywood 7 10.000 800,000 2" Cam lock Fitting
3441 Hollywood Blvd 2 500 2000 (LTFL) Female offload hose
Hollywood FL, 33021
Contact: Jorge Marin
Phone: 954-967-4230
City of Pembroke Pines (3 8 2- 11,500 300,000 2" male. Cam-
locations) 2-2000 35000 (LTFL) lock tank fitting
7960 Johnson St 1-1150
21800 N 7 Manor (Us27 and 1-8200
Pines) 1-900
13955 Pembroke Rd 1-600
Pembroke Pines FL 33027
Contact: Kevin Stone/Victor
Loen
Phone: 754-260-4513
Phone 754-260-4477
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 21 of 27
City of Dania Beach 3 1,500 60,000 Plastic cam lock tank
1201 Stirling Road (LTFL) fitting
Dania Beach, FL 33004
Contact: Nate Costa
Phone: 954-924-3747
Coral Springs Improvement 3 5,925 165,000 2" cam lock female tank
District fitting.
10300 NW 11th Manor
Coral Springs, FL 33071 Requires full safety gear
Contact: Christian McShea when offloading
Phone: 954-773-6419 chemicals.
Broward County Water and Wastewater Services
3701 North State Road 7 4 7,300 400,000 2" (poly) cam lock tank
Lauderdale Lakes, FL 33316 fitting
Contact: Michael Belight
Phone: 954-831-0940
3598 West Prospect Road 2 450 12,000
Fort Lauderdale, FL 33309 (LTFL)
Contact: Michael Belight Partial loads
Phone: 954-831-0940 to stations
3901 NW 66th Street 2 250
Fort Lauderdale, FL
Contact: Michael Belight
Phone: 954-831-0940
300 NW 66th Street 2 1300
Fort Lauderdale, FL 33309
Contact: Michael Belight
Phone: 954-831-0940
1390 NE 50th Street 6 14,000 800,000
Pompano Beach. FL 33064
Contact: Xavier Allen
Phone: 954-831-4109
4980 SW 40th Avenue 2 1000
Dania Beach, FL 33312 4 3500 60,000(LTFL)
Contact: Daniel Riera These will be
Phone: 954-831-4117 partial loads
4550 SW 38th Street 1 350 to stations
West Park, FL 33023 3B, 1389,
Contact: Daniel Riera 1388
Phone: 954-831-4117 and 3C
1600 South Park Road 2 400
Hollywood, FL 33021
Contact: Daniel Riera
Phone: 954-831-4117
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 22 of 27
1751 SW 57th Avenue 2 400
Hollywood, FL 33023
Contact: Daniel Riera
Phone: 954-831-4117
2400 SW 67th Avenue 2 1,100
Miramar, FL 33023
Contact: Daniel Riera
Phone: 954-831-4117
2401 North Powerline Road 4 6500 1,000,000
Pompano Beach, FL 33069 4 12,700
Contact: Romaine Rose
Phone: 954-831-3078
City of Boynton Beach
5469 W Boynton Beach Blvd 2 20,000 520,000 3" cam lock male tank
Boynton Beach. FL 33437 fitting
Contact: Ford Babcock
Phone:561-742-6955
1620 South Seacrest Blvd 1 20,000 3" cam lock male tank
Boynton Beach. FL 33435 fitting
Contact: Bill Newsome
Phone: 561-742-6953
City of Margate
980 NW 66th Avenue 2 6600 24,000 2" Bonjo female tank
Margate, FL 33063 fitting
Contact: Peter O'Laughlin
Phone: 954-972-0828
6630 NW 9th Street 2 8,100 30,000 2" PVC Cam lock male
Margate. FL 33063 1 3,000 tank fitting
Town of Davie 1 15,000 260,000 2" male cam lock fitting
7351 Sw 30'h st
Davie, FL 33314
3500 Nw 76 ave 2 7,800 Total above 2" male cam lock fitting
Hollywood. FL 33324
City of Sunrise Utilities
Sawgrass Utility Complex 4 12,500 3,200 366,000
1450 NW 8't' Street 2 10,000
Sunrise, FL 33325 I 600
1
Springtree Utility Complex 4 15,000 302,00(
4350 Springtree Drive Sunrise 2 8,10(
FL 33351 1 3,000
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 23 of 27
Southwest WTP 2 2,500 33,000 (LTFL)
15400 Watermill Road
Davie, FL 33331
Southwest WWTP 2 2,000 18,000 (LTFL)
15400 Slydgemill Road
Davie, FL 33331
City of Margate 3 8100 30,000
6630 Nw 9th st 8100
Margate Fl 33063 3000
City of Miramar 5 3500 340,000
13900 Pembroke rd
Miramar, FL 33027
City of Delray Beach 2 10,000 358,000
200 SW 6th St 20,000 (LTFL)
Delray Beach, FL 33444
Contact: Amirbahador Zandi
Tel: 561-243-7330
END OF SECTION
Version 03-06-25
CAM#25-0940
Exhibit 1
Page 24 of 27
Executive Summary Report
of
Event: 519-2 - Sodium Hypochlorite (Co-Op)
Buyer: STEFAN MOHAMMED Date Range: 08/13/2025 02:00.00 PM - 09/05/2025
02.00.00 PM
Suppliers Notified: 71 Notified Suppliers 2 All Suppliers 2
Responding: Responding:
Suppliers Responding
Response
Phone State Or Attachme
Supplier Contact Number E Mail City Province Total Bid Amount Total Awarded nt Exists
Allied Universal Cristhianne Munguia 3058882623 Bids@Allieduniversal.c Miami FL 564,401 76 0.00 Yes
Corporation om
Odyssey Manufacturing Patrick Allman 813-635- pallman@odysseyman Tampa FL 618,801.98 0.00 Yes
Company 0339 ufactunng.com
Event Lines And Responses
Item Description Unit of Measure Quantity
519-1-SODIUM HYPOCHLORITE FULL- Sodium hypochlorite-Tanker Load GA 340,000.0000
Responses
Supplier Bid Quantity Unit of Measure Unit Price Award Amount
Allied Universal Corporation 340,000.0000 GA 1.660 0.00
Odyssey Manufacturing Company 340,000.0000 GA 1.820 0.00
Item Description Unit of Measure Quantity
519-2-SODIUM HYPO LESS THAN FULL- Sodium hypochlonte-Less than tanker load GA 1.0000
Page 1 of 3 I September 9.2025
CAM#25-0940
Exhibit 1
Page 25 of 27
continued...
Responses
Supplier Bid Quantity Unit of Measure Unit Price Award Amount
Allied Universal Corporation 1.0000 GA 1.760 0.00
Odyssey Manufacturing Company 1.0000 GA 1.980 0.00
Header Questions And Responses
QUESTION
Did you complete all the required forms?
Question Responses
Supplier Name Answer Send To CM
80 Allied Universal Corporation Yes-Yes,all requuired forms have been completed. Yes
1892 Odyssey Manufacturing Company Yes-yes Yes
Contacts
Name Email
MARIE FLYNN mflynn@fortlauderdale.gov
STEFAN MOHAMMED smohammed@fortlauderdale.gov
Q And A
Supplier Question Answer
Allied Universal Corporation Good afternoon, Yes,only members of the Southeast Florida NiGP can
Please confirm that only the government entities listed partake in this bid.
Page 2 of 3 I September 9.2025
CAM#25-0940
Exhibit 1
Page 26 of 27
Continued...
Supplier Question Answer
on the bid may be part of this bid.
Thank you.
Page 3 of 3 I September 9.2025
CAM#25-0940
Exhibit 1
Page 27 of 27
Tabulation Of Bids
Event# : 519
Version: 2
Name: Sodium Hypochlorite(Co-Op)
Description: The City of Fort Lauderdale, Florida (City)is seeking bids from qualified,experienced,and licensed firm(s),
hereinafter referred to as the Contractor or Bidder,to provide Sodium hypochlorite for the City, in
accordance with the terms,conditions,and specifications contained in this Invitation to Bid (IFB).This is a
cooperative IFB issued by the City of Fort Lauderdale on behalf of the Southeast Florida Governmental
Cooperative Purchasing Group.
This is an initial two (2)year contract with two,one(1)year renewal terms.
Open Date: 08/13/2025 02:00:00 PM Close Date: 09/05/2025 02:00:00 PM
Event Currency: USD
Supplier Bid Amount
Allied Universal 564,401.76
Corporation
3901 NW 115 Avenue
Miami, FL 33178
Odyssey 618,801.98
Manufacturing
Company
1484 Massaro Blvd.
Tampa, FL 33619
Items
Item: 519-1-SODIUM HYPOCHLORITE FULL
Description: Sodium hypochlorite-Tanker Load
Long item City of Fort Lauderdale anticipated usage: 340,000 gallons over 2 years.
Description:
Based on past usage,the co-op anticipates usage of 11,730,000 gallons for the two year contract. However past
usage is not indicative of future usage.
September 9,2025 Page 1
CAM#25-0940
Exhibit 2
Page 1 of 2
Tabulation Of Bids For Event # 519: Sodium Hypochlorite (Co-Op)
Unit of GA Quantity: 340,000.0000
Measure:
Quantity Unit Price Extended Amount
Allied Universal Corporation 340,000.0000 1.660 564,400.00
Odyssey Manufacturing Company 340,000.0000 1.820 618,800.00
Item: 519-2-SODIUM HYPO LESS THAN FULL
Description: Sodium hypochlorite- Less than tanker load
Long Item Based on past usage, the Co-op anticipates usage of 417,000 gallons for a two year term, however past usage is
Description: not indicative of future usage.
Unit of GA Quantity: 1,0000
Measure:
Quantity Unit Price Extended Amount
Allied Universal Corporation 1.0000 1.760 1.76
Odyssey Manufacturing Company 1.0000 1.980 1.98
September 9,2025
CAM#25-0940
Exhibit 2
Page 2 of 2
COMMODITIES CONTRACT AWARD
CITY OF FORT LAUDERDALE
PROCUREMENT SERVICES DIVISION
Contract Name
Sodium Hypochlorite (Co-Op)
Contract No. Initial Period Covered Event No.
786 11/30/2025 — 11/29/2027 519-2
Awarded Vendor: Terms:
Allied Universal Corp.
3901 NW 115th Ave
Miami, FL 33178
P-Card Accepted? Yes
Attn: Cristhianne Mungia
Tel: 305-888-2623 ext 0125
Email: CristhianneM@allieduniversal.com
Insurance Coverage Required: Yes
Authorized Purchases: $564,402
Approved by City Commission: CAM 25-0940
Extension Options: Yes Qty 2 / 1 -Yr Extensions
ITEMS:
Sodium Hypochlorite (Tanker load) $1.66 per gallon
Sodium Hypochlorite (Less than tanker load) $1.76 per gallon
Department Contract Coordinator: Mary Ann Walder (Johnston), 954-828-7843
Procurement Specialist: Stefan Mohammed, 954-326-6378
Approved by Commission CAM 25-0940 on 10/23/2025