Loading...
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