Loading...
2016-40 SUPPLIER AGREEMENT FOR POLYMER CONCENTRATE THIS AGREEMENT, made and entered into this 21 day of M A-‘! 2016, A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Florida (hereinafter referred to as "CITY"), and Polydyne, Inc., One Chemical Plant Road, Riceboro, GA, 31323 (hereinafter referred to as "SUPPLIER"). WHEREAS, SUPPLIER has through the public procurement process entered into an agreement with the Broward County, FL for the provision of polymer concentrate; WHEREAS, based on SUPPLIER's response, Broward County awarded a contract to SUPPLIER under the terms of Y1394810B1; WHEREAS, CITY desires to utilize the SUPPLIER's approved bid with Broward County in accordance with CITY's procurement policy; and WHEREAS, SUPPLIER desires to enter into a contract with CITY based on the terms and conditions of Broward County contract Y1394810B1. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I - SCOPE OF WORK The SUPPLIER shall furnish polymer concentrate as described in the Broward County contract Y1394810B1 which is attached hereto and incorporated herein as Exhibit "A" and shall do everything required by this Agreement and the other Agreement Documents contained in the specifications, which are a part of these Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from SUPPLIER. To the extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail and govern. ARTICLE II - THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit 'B', attached hereto and incorporated herein. ARTICLE III—TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties, and shall remain in effect until April 25, 2018, unless renewed as set forth above or terminated as provided for herein. At the option of CITY, this Agreement may be extended thereafter for two one-year periods. 1 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to SUPPLIER, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to SUPPLIER b) SUPPLIER is adjudged to be bankrupt; c) SUPPLIER makes a general assignment for the benefit of its creditors; d) SUPPLIER fails to comply with any of the conditions of provisions of this Agreement; or e) SUPPLIER is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. ARTICLE IV - COMMENCEMENT AND COMPLETION OF WORK The SUPPLIER shall provide all items in the timeframe as set forth in the applicable purchase order. ARTICLE V - PAYMENTS In accordance with the provisions fully set forth in the General Conditions, SUPPLIER shall submit a payment request by the third (3rd) day of each calendar month for items provided during the preceding calendar month. CITY shall make payment to the SUPPLIER, within thirty(30) calendar days, on the basis of a duly certified and approved payment invoice by the CITY for items provided and accepted by the CITY. ARTICLE VI—DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and SUPPLIER shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. ARTICLE VII—INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The SUPPLIER shall take out and maintain during the life of this Agreement Worker's Compensation Insurance for all his employees connected with the work of this Project and, in case any work is sublet, the SUPPLIER shall require the subSUPPLIER similarly to provide Worker's Compensation 2 Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the SUPPLIER. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the SUPPLIER shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 2. SUPPLIER's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be minimum limits as follows: (a) SUPPLIER's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each Bodily Injury&Property Damage Occurrence, Combined Single Limit (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. SubSUPPLIER's Public Liability and Property Damage Insurance - The SUPPLIER shall require each of his subSUPPLIERs to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subSUPPLIERs in his policy, as specified above. 4. Indemnification Rider (a) To cover to the fullest extent permitted by law, the SUPPLIER shall indemnify and hold harmless the CITY and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the SUPPLIER, any subSUPPLIER, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed 3 to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article. (b) In any and all claims against the CITY or any of its agents or employees by any employee of the SUPPLIER, any subSUPPLIER, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the SUPPLIER or any subSUPPLIER under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. (c) The SUPPLIER hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. ARTICLE VIII -NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. SUPPLIER: Polydyne, Inc. One Chemical Plant Road Riceboro, GA 31323 CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE IX—MISCELLANEOUS 1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret any provision of this agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 2. Waiver. The waiver by city of breach of any provision of this agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or 4 of such provision itself and shall in no way affect the enforcement of any other provisions of this agreement. 3. Severability. If any provision of this agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the agreement valid and enforceable under applicable law, the remainder of this agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment. Except for as otherwise provided herein, this agreement may not be modified or amended except by an agreement in writing signed by both parties. 5. Entire Agreement. This agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and'contemporaneous agreements between the parties with respect to the performance of services by SUPPLIER. 6. Assignment. This agreement is personal to the parties hereto and may not be assigned by SUPPLIER, in whole or in part, without the prior written consent of city. 7. Venue. The parties agree that the sole and exclusive venue for any cause of action arising out of this agreement shall be Lake County, Florida. 8. Applicable Law. This agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9. Public Records. Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the.public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. 5 (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONSULTANT upon termination of the contract and destroy any duplicate public records that are exempt or'confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (e) If Contractor has questions regarding the application of Chapter 119, Florida Statutes,to the Contractor's duty to provide public records relating to this Contract, Contractor shall contact the City's custodian of public records at City Clerk's Office, (352) 241-7331. ARTICLE X -AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Notice to.Proceed or Purchase Order 3. CITY's Purchasing Policy 4. All documents.contained in Broward County contract No. Y139481OB1. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 77 day of Ma . 2016. City of ont ,,,,A D. ,0 , !, k• ° anager Atte /: r _- i,0-e--e}2---- Tracy A 3oyd Howe, City Clerk 6 Polydyne, Inc. By: 4114C--- . Mark Schlag,Vice-President Printed Name and Title Attest: r Corporate 41/ry James R. Carlson, Secretary (Name Printed or Typed) 7 Print Agenda Item Page 1 of 2 EXHIBIT A BR`v;1l1IARD '' COUNTY Broward County Commission Regular Meeting 22. Meeting Date: 04/26/2016 Director's Name: Kevin Kelleher(Deputy Director) Department: Finance&Administrative Services Division: Purchasing Information Requested Action MOTION TO AWARD open-end contract to low bidder, Polydyne, Inc., for Polymer, Bid No. Y1394810B1, for Water and Wastewater Services and other various County agencies that may have need for these commodities, in the annual estimated amount of$600,525 and authorize the Director of Purchasing to renew the contract for two one-year periods, for a four-year potential estimated amount of $2,402,100.The initial contract period begins on the date of award and terminates two years from that date. ACTION: (T-10:49 AM) Approved. VOTE: 9-0. Why Action is Necessary In accordance with the Broward County Procurement Code, Section 21.31.a.4, the Board is required to approve all purchases exceeding $250,000 per annum or$400,000 in a multi-year period. What Action Accomplishes Provides for polymer used in the treatment and disposal of sludge and wastewater at the North Regional Wastewater Treatment Plant. Is this Action Goal Related Previous Action Taken None. Summary Explanation/Background THE PURCHASING DIVISION AND THE PUBLIC WORKS DEPARTMENT/WATER AND WASTEWATER SERVICES RECOMMEND APPROVAL OF THE ABOVE MOTION. The Office of Economic and Small Business Development did not reserve this project for Small Business Enterprises under the Sheltered Market Program or assign County Business Enterprise participation goals to this solicitation based on the review of products and services requested(Exhibit 2). The purpose of this contract is to provide polymer used in the treatment and disposal of sludge at the North Regional wastewater treatment plant. Sludge disposal requires the dewatering of anaerobic digested sludge. Polymer is the coagulant that is used to separate the solids from the liquids,making it a critical element to the County's wastewater treatment process. There was no protest or appeal filed regarding this procurement. Water and Wastewater Services reviewed the bid submitted by Polydyne, Inc.and concurs with the recommendation for award (Exhibit 3). Six vendor performance evaluations were completed for Polydyne, Inc.; the firm has an average of 4.28 out of a possible rating of 5.0. - Copies of the vendor performance evaluations are available upon request. The amounts referenced in this agenda were rounded to the nearest whole dollar. Vendor payments will be based on the actual total bid amount.The bid tabulation reflects the actual amount of the award. Incumbent: Polydyne, Inc. Contract Title and Number: F0999113B1, Polymer. Contract Term: April 22, 2012 through April 21, 2016. Expenditures to Date:$3,134,376. The bid posted on February 29,2016 and opened on March 16, 2016;two bids were received with no declinations(Exhibit 1). Source of Additional Information Brenda J.Billingsley,Director, Purchasing Division,(954)357-6070 http://205.166.161.204/print_ag_memo.cfm?seq=21781&rev_num�&mode=External&reloaded=true&id= 5/5/2016 Print Agenda Item Page 2 of 2 Fiscal Impact Fiscal Impact/Cost Summary: Each requirementprocessed against this open-end_,contract, in the annual estimated amount of$600,525, and the four-year potential estimated amount of$2,402,102;will be funded by the appropriate source at the time of release. • Attachments Exhibit 1-Bid Tabulation Exhibit_2-Goal Memorandum dated September 23,2015 Exhibit 3-User Concurrence Memorandum signed March 30,2016 Exhibit 4 Prices Analysis • http://205.166.161.204/print_ag_memo.cfm?seq=21781&rev_num=0&mode=External&reloaded=true&id= 5/5/2016 Broward County Board of County Commissioners Exhibit 1 Bid #Y1394810B1 • Polymer Creation Date Feb 17,2016 End Date Mar 16,2016 2:00:00 PM EDT Start Date Feb 29,2016 4:19:46 PM EST Awarded Date Not Yet Awarded Y1394810B1-01.01 Polymer Supplier Unit Price QtylUnit Total Price_ Attch. Does Polydyne Inc. First Offer- $600,525.45 1/year $600,525.45 Y Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Manufacturer Offered:Polydyne Inc. Product Name/No.:Clarifloc EA-149 Unit price per pound(B):$0.622 BASF Corporation First Offer- $657,125.00 1/year $657,125.00 Y Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Manufacturer Offered:BASF Corporation Product Name/No.:BASFA®ZetagA®8818 Unit price per pound(B):0.625 Supplier Totals Polydyne Inc. $600,626.46 Bid Contact Randal Vickery Address One Chemical Plant Rd. polybiddptB@snfhc.com Riceboro,GA 31323 Ph 912.880-2036 Supplier Code VC0000012327 Bid Notes Please find attached Polydyne Inc.complete bid submittal including PDS,SDS,and all required information. Agency Notes: Supplier Notes: Please find attached Polydyne Inc.complete bid submittal including PDS,SDS,and all required information. BASF Corporation $667,126.00 Bid Contact Xiomara Pizzo Address 100 Park Ave municipal-water-NA@basf.com Florham Park,NJ 07932 Ph 973-246.7489 Fax 864.964.6476 Bid Notes Please see attachments: General Conditions•Exhibit C Vendor Questionnaire-Exhibit A and B Insurance•Exhibit D Litigation History•Exhibit E Letters•Delegation of Authority and Letter of Manufacturing Technical Information•BASFA®ZetagA®8818 SDS,TDS,and Product Specs Agency Notes: Supplier Notes: Please see attachments: General Conditions-Exhibit C Vendor Questionnaire-Exhibit A and B Insurance-Exhibit D Litigation History-Exhibit E Letters-Delegation of Authority and Letter of Manufacturing Technical Information -BASFA®ZetagA®8818 SDS,TDS,and 3/16/2016 BidSync B \, ARD Exhibit 2 • COUNTY FLORIDA OFFICE OF ECONOMIC AND SMALL BUSINESS DEVELOPMENT Governmental Center Annex 115 S.Andrews Avenue,Room A680•Fort Lauderdale,Florida 33301 954-357-6400• FAX 954-357-5674•TTY 954-357-5664 MEMORANDUM DATE: September 23, 2015 TO: Ellie 0' Connell, Contracts Grants Administrator Ill Water and Wastewater Services THRU: Sandy- Michael McDonald, Director '1°.. - Office of Economic and Small Business Develop ent FROM: Christopher L. Atkinson, Assistant Direct Office of Economic and Small Business Development SUBJECT: No CBE Goal for Polymer Production and Delivery Water and Wastewater Services is seeking a vendor to provide prequalified polymer product for use in wastewater operations. A review of the Small Business Certified Firm Small Business Directory revealed that there are no certified County Business Enterprise (CBE) firms that maybe able to provide the services; therefore, consistent with the Broward County Business Opportunity Act of 2012, Sec. 1-81.3 (d), no CBE goal is applicable for this project. This assessment is made upon the examination of the funding source as submitted to the Office of Economic and Small Business Development by the using agency. Please contact our office at (954) 357-6400 with any concerns. cc: Don McCune, Chief Plant Operator, WWS James Vose Jr., Small Business Development Specialist, OESBD Broward County Board of County Commissioners Mark D.Bogen•Beam FUR•Dale V.C.Holness•Martin David Kiar•Chip LaMarca•Stacy Rftter•Tim Ryan•Barbara Shariel•Lois Wexler www.broward.org • Exhibit 3 Page 1 of 5 Bft)LWVARD COUNTY FLORIDA Public Works Department—Water and Wastewater Services WATER AND WASTEWATER OPERATIONS DIVISION 2555 W.Copans Road•Pompano Beach,Florida 33069.954831-0810•FAX 954-831-0819 USER CONCURRENCE TO: Amy Almanzar, Purchasing Division FROM: Alan W. Garcia, P.E., Director, Water and Wastewater Services SUBJECT: Solicitation No.Y1394810B1, Polymer CONCURRENCE: ® Water and Wastewater Services has reviewed the response(s) submitted for specification compliance and vendor responsibility. I have reviewed all documents including the Vendor Questionnaire and/or the Instructions to Bidders Supplement, and after careful evaluation, I concur with the recommendation for award to: Polydyne, Inc. in the estimated annual amount of $600,525.45 and the four-year potential estimated amount of$2,402,101.80. 0 I have reviewed the Vendor's financial background/D&B Report and am satisfied with the Vendor's rating and payment performance. ® Not applicable—Purchase and delivery of pre-qualified commodity. No subcontracting. ® I have reviewed the response to the Vendor Questionnaire in regards to litigation history and there is no issue of concern. ❑ A particular issue of concern was identified justifying additional information from the County Attorney's Office as attached. ® I have reviewed the Vendor's past Performance Evaluations in Contracts Central and: ® The Vendor received an overall rating above 2.59 on all evaluations. ❑ The Vendor received a rating 2.59 or less on one or more evaluations. Reasons for concurrence in light of this performance are attached. ❑ The Vendor received a score of "2" or less on one or more individual items on past evaluations. Summary of discussion(s)with past Project Manager(s) is/are attached. ® No evaluations within the past three (3) years contained any items rated a score of"2" or less. ❑ Past evaluations are not relevant to the scope of this contract. Reference Verification Forms are attached. ❑ The award amount exceeds the mandatory bid amount. Reference Verification Forms attached. OR 0 No past Performance Evaluations exist in Contracts Central; Reference Verification Forms attached. NON-CONCURRENCE: ❑ I do not concur. Reason for non-concurrence: User Concurrence and Reference Verification Form 111 (rev 11/2012) A Service of the Broward County Board of County Commissioners Exhibit 3 Page 2 of 5 Page 2 of 5 Concurrence to Award—Y1394810B1, Polymer —Cont'd. Superintendent,Water and TYPE NAME OF SIGNER: Ralph Aliseo TITLE: Wastewater Operations Division (Manager/Reviewer) SIGNATURE: 4"'/f, DATE: 3 -2-S- /4. Director,Water and Wastewater TYPE NAME OF SIGNER: Mark Darmanin TITLE: Operations Division (Individual authorized to administer the contract) SIGNATURE: (ip4J\ DATE: 3J I Director,Water and Wastewater TYPED NAME OF SI c ER: Alan W. Garcia, P.E. TITLE: Services (Individual autho '•:• to administer the contract.) SIGNATURE: DATE 119 Vl,►- Exhibit 4 N c a 0 O Li) N C n 0 0 D COa. o. o LA V a--1 ca o U- Q l0 m d +.4 CO al 0. �:�° 0a1 vii CO O ^. �. V . 'C '.X. Q'C N• C W C ci W :'0 ;\ i a 0 a d o:-Cu aa) 3 c Q a`. m o.'p N C1' C C 'i."O O 0. 0. In ui N L!1 3 O 0 LD C � d Vj C N ?+ 0)" a a E o c �o a �. a N N m a O J Q Q M ` u > E p a m a 0 Z Broward County Board of Y1394810B1 County Commissioners Polydyne Inc. Bid Contact Randal Vickery Address One Chemical Plant Rd. polybiddpt@snfhc.com Riceboro,GA 31323 Ph 912-880-2036 Supplier Code VC0000012327 Bid Notes Please find attached Polydyne Inc.complete bid submittal Including PDS,SDS,and all required information. Item# Line Item Notes Unit Price Qty/Unit Attch. Docs Y1394810B1-01-01 Polymer Supplier Product Code: First Offer• $600,626.45 1/year $600,525.46 Y Y Manufacturer Offered: Polydyne Inc. Product Name/No.: Clarifloc EA-149 Unit price per pound(B): $0.622 Supplier Total $600,626.46 3/16/2016 BidSync4 P• Broward County Board of Y1394810B1 County Commissioners Polydyne Inc. Item: Polymer Attachments Bid Submittal for Broward County BOCC Y1394810B1.pdf 3/16/2016 BidSync5 P• Broward County Board of Y1394810B1 County Commissioners Broward County Board of Bid Y1394810B1 County Commissioners Solicitation Y1394810B1 Polymer Bid Designation: Public BP)6 . ARD COUNTY F LOR IDA Purchasing Division www.broward.orglpurchasing Broward County Board of County Commissioners 2/29/2016 2:22 PM P.1 3/16/2016 BidSync6 P• Broward County Board of Y1394810B1 County Commissioners Broward County Board of Bid Y139481081 County Commissioners Bid Y1394810B1 Polymer Bid Number Y1394810B1 Bid Title Polymer Bid Start Date Feb 28,2016 4:19:46 PM EST Bid End Date Mar 11,2016 2:00:00 PM EST Question 8 Mar 4,2016 6:00:00 PM EST Answer End Date Bid Contact Amy Almanzar Purchasing aatmanzert broward.org Contract Duration 2 years Contract Renewal 2 annual renewals Prices Good for 120 days Bid Comments This solicitation Is for the purchase of Polymer for Water and Wastewater Services In accordance with the Specifications and Requirements. This solicitation le for approved products only. This solicitation is open to the general marketplace. Questions and Answers:Vendors must submit questions through the Question and Answer Section(In BldSync)by the specified deadline. The County Is not obligated to respond to any questions received after the deadline. Vendor's solicitation response must be submitted electronically through BidSync.It Ie the Vendor's sole responsibility to assure its response Is submitted and received through BidSync by the date and Ume specified In the solicitation.The County will not consider solicitation responses received by other means. Item Response Form Rem Y1394610111-01-01 •Polymer Quantity 1 year Unit Price . $0.622/Lb. Manufacturer OfferedPolydyne Inc. Product Nam&No. I C7arifloc EA-149 Unit price per pound (B) $O.622/Lb: Delivery Location Broward County Board of County Commissioned l WATER AND WASTEWATER SERVICES DIST.#4(954)831-3081 2401 N POWERUNE ROAD POMPANO BEACH FL 33089 Qty1 Description Polymer.Wastewater.Belt Presses,per aU specifications and requirements. Complete the attachment titled Tornado"then enter the Annual Price In this Item Unit Price field. Payments mil be based on the urdt price per pound ordered. 2129/2018 2:22 PM p.2 3/16/2016 BidSync P.7 Broward County Board of Y1394810B1 County Commissioners Broward County Board of Bid Y1394910B1 County Commlealonera 212912019 222 PM P.3 3/16/2016 BidSync p,8 EXHIBIT B /SNF P O L Y D Y N E www.polydyneinc.com April 6, 2016 Mr. Randy Schommer City of Clermont 685 W. Montrose Street Clermont, FL 34711 Subject: Piggyback Contract Offer; Broward County Contract No. Y1394810B1, Polymer Dear Mr. Schommer, Polydyne Inc. is pleased to offer the City of Clermont the option to piggyback from the referenced contract for the purchase of polymer. Attached for your reference, please find a copy of the contract documents. All pricing,terms, and conditions stated therein are hereby extended to the City. The product and price to the City will be as follows: Product Pricing Package Clarifloc® SE-946 $0.622/Lb. 450 Lb. Drums It has been a pleasure doing business with you and the City of Clermont, and we look forward to continuing our valued supply position. Should you have any questions regarding this offer, please feel free to contact Chris Cherp,Technical Sales Representative, at (941)961-3998, or myself at(912)880-8013. Best regards, 17/ Boyd Stanley Business Director Enclosures 1 Chemical Plant Road• P.O. Box 279•Riceboro,GA 31323 USA•Tel 800.848.7659• Fax 912.880.2078 Broward County Board of Y1394810B1 County Commissioners Broward County Board of Bid Y139481081 County Commissionera FORMULA Vendor must complete the formula below to determine the Total Cost to process 17,500 Tons of Sludge per Year. The cost to treat one dry ton of Belt Press processed sludge Is the dosage times the cost per pound. The Dosage equals the number of pounds of Polymer required to process one dry ton of sludge. Dosage/Qty of Polymer Cost to Process One Ton of (A) Unit Price(B) Sludge(C) 55.17 /LBS X 0.622 ./LB = 34.316/Ton Est.Annual Qty.of DosagelQty of Polymer Sludge to be Est.Annual (A) processed Requirements/Polymer(D) FM-7/0S X 17.500 Tons = 965,475 /LBS Enter Annual Quantity Unit Price (From D Above) (from B above) Annual Price 1965A75 /LBS X $ 0.62 . ;/LB = $ 600,525.45.. . Enter this price in Bidsync Price Field. 212812016 2:22 PM p.4 3/16/2016 BidSync9 P• Broward County Board of Y1394810B1 County Commissioners Broward County Board of Bid Y1394810131 County Commissloners SPECIFICATIONS AND REQUIREMENTS DESCRIPTION 1. QUALIFIED PRODUCTS: Only the polymer products listed below may be offered.These products have been tested by the Broward County Water and Wastewater(WWS)Operations Division and are approved based on samples submitted in response to a Request for Information Issued December 2015. Polymer performance test results are attached. 1.1(a) Manufacturer: BASF 1.1(b) Manufacturer's Product Name: Zetag 8818Z No.of Pounds Required to Process One 1.1(c) Ton of Dry Sludge: 80.8 (vendor must submit) 1.2(e) Manufacturer: Polydyne 1.2(b) Manufacturer's Product Name: EA-149 1.2(c) No.of Pounds Required to Process One 55.17 Ton of Dry Sludge:(vendor must submit) COMPLY? CAPTURE RATE: 2. THE MINIMUM QUAUFICATIONS CAPTURE RATE ARE: YES NO 2.1 Minimum Cake%Dry m 14.5% ® 0 15.40 Solid 2 2 Minimum Filtrate =92% 121 [] 99.8 Capture _ 2.3 Minimum Solids Loading = 1400 lb/hr ❑ I 1678.34 3. PRODUCT: YES NO COMMENTS Each product's performance dosage shall be 1 3.1 used on respective vendor's bid. IS] 0 Minimum order will be one tanker truck load, 3.2 approximately 45,000 lbs. 0 1 Product to be supplied in liquid form- price 3.3 per pound,unit price to be delivered in liquidal ❑ I form(not dry weight). 4. TECHNICAL SPECIFICATIONS: 4.1 Must be a Cationic Polyelectrolyte ($J 0 4.2 Emulsion/Dispersion type ( 0 4.3 Must be supplied in 4000 to 5000 gallons per bulk delivery ❑ 1 _._- 4.4 Must be Non-Toxic 4.5 Must have a >_9 month shelf life n ❑ 2/2912016 2.22 PM P.5 3/16/2016 BidSync p.10 Broward County Board of Y1394810B1 County Commissioners Broward County Board of Bid 1139481081 County ty Commissioners 4.6 Must be Non-Combusfble. ® ❑ t 4.7 Should require no mixing If stored. ❑ 1 5. GENERAL REQUIREMENTS: I - Material Safety Data Sheet(MSDS) should 51 accompany bid submittal but must be i ❑ prom Courovided ntwy.ithin 3 business days of request -. f Lab Analysis report of the product offered is to 5.2 be included with each scheduled product ® ❑ delivery. - . If the polymer causes operational 5.3 problems, or does not perform up to the I ❑ I • minimum standards, the County reserves the right to terminate the contract fatcause. Random samples of olymer will be collected throughout the life oft the contract by Broward County Operations staff and submitted to the WWS Laboratory or other NELAC certified laboratory for testing to ensure It continues to O I ` 5.4 conform to the specifications. In cases where tests indicate the samples do not meet specifications,the cost of the testing shall be borne by the contractor. In the event tests indicate the polymer does not meet specifications, the Countyreserves the right td terminate the contract Or cause. Product offered complies with all applicable Federal end the State Occupational Safety 5.5 and Health Act, laws, standards and ❑ I regulations,and that Bidder will indemnify and - hold the County harmless for any failure to so conform. Polymer must be delivered within twenty-one (21)calendar days from date of order. 5.6 ❑ I 10-21 Days A.R.6. Provide Delivery time I 1U-11 (calendar days) All delivery charges are included in the price 5.7 of polymer. No additional charges are allowed. 12 0 I Deliveries shall be made in a safe and 5.8 reasonable manner such that DOT, OSHA ❑ and other regulatory codes_are not violated , 8. SECURITY•THE VENDOR MUST COMPLY WITH THE COUNTY'S SECURITY CREQUIREMENTS AS At the time oT delivery to Broward County Water or Wastewater Facilities, the 6.1 Contractor must provide to the County written ® ❑ I certification that their products are free of any contaminates that would Jeopardize the safety and public welfare of our Customers. At the time of delivery to Broward County Water or Wastewater Facility,the Contractor will place tamper proof security seals on all chemical access ports on transport vehicles 8.2 delivering to Broward County Facilities. In the et1:1event a seal Is broken on vendor's transport - vehicle,the delivery will be refused. Vendor shall provide a replacement delivery within three (3) business days from date refused unless otherwise agreed to by both partie Contractor's personnel shall be required to 6.3 wearga uniform and agcompany Identification ® ❑ Water or Wastewater facility. 2129/2016 County 2/29/2016 2:22 PM p.6 3/16/2016 BidSync p.11 Broward County Board of Y1394810B1 County Commissioners Broward County Board of Bid Y1394810B1 County Cortunlaaionera Any chemical delivery to Broward County Water or Wastewater Facilitynot meeting the 6.4 above requirements will be reected for delivery ® 0 (. with no cost to the County. 2292010 2:22 PM P.7 3/16/2016 BidSyncP•12 Broward County Board of Y1394810B1 County Commissioners N BR :. ARD8 �N , COUNTY v FLORIDA APPF 3 Public Works Departmenl—Water and Wastewater Services WATER AND WASTEWATER OPERATIONS DIVISION 2555 W.Copans Road•Pompano Beach.Florida 33069.954-831-0810•FAX 954-831-0819 POLYMER PERFORMANCE TEST Company Name: BASF Date: 1/26/16 Polymer Type: Zetas 8818Z Specific Gravity: App. 1.0 sq M Ca ke % Sample Sludge Sludge Dilution Polymer Polymer Hourly Total Filtrate LB Time GPM % Solids Water Command GPH Load Rate Solids PPM 1 11:50 130 2.47 25 65 6.18 1606.78 14.7 36 6r 12:55 130 2.47 24 64 5.71 1606.78 14.6 46 5! 13:58 130 2.47 24 63 5.71 1606.78 14.8 43 5! 14:58 130 2.47 24 64 5.55 160678 14.8 43 5' t'TiOirages: 130 2.47 24.25 64 5.79 ` tt06' % 'yy 14.73 •. .,42 1 Broward County Board of County Commissioners Mark D.Bogen•Beam Furr•Dab V.C.Holness•Martin David Kiar•Chip LaMarca•Stacy Rider•Tim Ryan•Barbara Shane'•Lois Wea www.broward.org v m 3/16/2016 BidSync Y p.13 Broward County Board of Y1394810B1 County Commissioners N N N BRPARD N '-g,-..,.. COUNTY APPF -0 FLORIDA Public Works Department—Water and Wastewaler Services WATER AND WASTEWATER OPERATIONS DIVISION 2555 W.Copans Road•Pompano Beach,Florida 33069.954-831-0810•FAX 954-831-0819 POLYMER PERFORMANCE TEST Company Name: Polvdvne Date: 1/21116 Polymer Type: EA-149 Specific Gravity: 1.03 so = 8. Cake % Sample Sludge Sludge Dilution Polymer Polymer Hourly Total Filtrate LB! Time GPM % Solids Water Command GPH Load Rate Solids PPM 1 10:38 130 2.58 24 62 5.39 1678.34 15.0 52 5! 11:40 130 2.58 24 62 5.39 1678.34 15.3 58 5! 12:50 130 2.58 23 62 5.39 1678.34 15.6 70 5! 13:49 130 2.58 23 62 5.39 1678.34 15.7 51 5! ;Aaesi 130 2.58 23.50 62 5.39 fierfanir >. 715:40":, 57:75.; 5! Broward County Board of County Commissioners Mark D.Bogen•Beam Furr•Dale V.C.Hdness•Marlin David Kiar•Chip LaMarce•Stacy Ritter•Tim Ryan•Barbara Sharief•Lots Wer www.broward.org b ID 3/16/2016 BidSync p.14 Broward County Board of Y1394810B1 County Commissioners N a ci, BP41ARD N COUNTY v FLORIDA NOT . 3 Public Works Department—Water and Wastewater Services WATER AND WASTEWATER OPERATIONS DIVISION 2555 W.Copans Road•Pompano Beach.Florida 33069.954-831-0810•FAX 954-831.0819 POLYMER PERFORMANCE TEST Company Name: Kemira Date: 1/20/16 Polymer Type: Super Floc 4518 Specific Gravity: 1.0-1.1 = 8. GPM Hourly Cake% Sample Sludge Sludge Dilution Polymer Polymer Load Total Filtrate Time GPM % Solids Water Command GPH Rate Solids PPM 11:43 130 2.59 27 65 6.18 1684.85 13.7 105 t 12:56 130 2.59 33 76 7.29 1684.85 14.3 38 13:55 130 2.59 35 76 7.53 1684.85 14.8 31 • 14:55 120 2.59 32 69 7.13 1555.24 14.2 33 , r lie ges,: 127.5 2.59 31.75 71.5 7.03 65P,45 74r3:4‘.45 51.75 r Broward County Board of County Commissioners Mark D.Bogen•Beam Fur•Dale V.C.Hotness•Martin David Kiar•Chip LaMarca•Stacy Rider•Tim Ryan•Barbara Shane}•Lola We) www.broward.org 0 0 3/16/2016 BidSync p.15 Broward County Board of Y1394810B1 County Commissioners Broward County Board of Bbd Y139481081 County Commissioners SPECIAL INSTRUCTIONS TO VENDORS(IN ADDITION TO GENERAL CONDITIONS) Polymer A. Scope: Vendors are invited to respond for an open-end contract to provide Polymer for Water and Wastewater Services. The initial contract period shall start on date of award, or upon expiration of the current contract, whichever Is later and shall terminate two years from that date. The Director of Purchasing may renew this contract for two, one year periods subject to vendor acceptance, satisfactory performance and determination that renewal will be in the best interest of the County. Notification of Intent to Renew will be sent in advance of expiration date of this contract. The Vendor will complete delivery and the County will receive delivery on any orders mailed to the Vendor prior to the date of expiration. All prices, terms and conditions shall remain fixed for the initial period of the contract. In addition, all prices, terms and conditions shall remain fixed for the renewal period of the contract. There will be no allowable price escalations for fuel costs throughout any contract period(s), unless otherwise specified in this document. No guarantee is expressed or implied as to the total quantity of commoditieslservices to be purchased under any open end contract. Estimated quantities will be used for bid comparison purposes only. The Board of County Commissioners reserves the right to: issue purchase orders as and when required, or, issue a blanket purchase order for individual agencies and release partial quantities or, issue instructions for use of direct purchase orders by various County agencies, make random, open market purchases for any or all of the item(s) on any open end contract or, any combination of the preceding. No delivery shall become due or be acceptable without a written order by the County, unless otherwise provided for in the contract. Such order will contain the quantity,time of delivery and other pertinent data. However, on items urgently required, the seller may be given telephone notice, to be confirmed by an order in writing. B. Specifications and Requirements: Specifications and Requirements, are included hereto and made a part hereof. C. Office of Economic and Small Business Requirements: Not applicable to this solicitation. 0. Federal Transit Administration Requirements: Not applicable to this solicitation. E. Vendor Responsibilities: The Vendor will be responsible for the provision, installation (if applicable, per Specifications and Requirements) and performance of all equipment, materials, services, etc. offered in his or her submittal. The Vendor is In no way relieved of the responsibility for the performance of all equipment furnished, or of assuring the timely delivery of materials, equipment, etc. even though It is not of his or her own manufacture. Vendor shall perform the Work with its own organization, amounting to not less than 100 percent of the Contract Price. Special Instructions to Vendors 212912018 2:11,09.28-214 p.11 3/16/2016 BidSyncP•16 Broward County Board of Y1394810B1 County Commissioners Broward County Board of Bld Y130481081 County Comminloners General Conditions These are standard instructions for Invitations to Bid and Quotation Requests issued by the Broward County Board of County Commissioners(County).The County may delete, supersede,or modify any of these standard instructions for a particular contract by indicating such change in the Special Instructions to Vendors or in the price sheets. By acceptance of a purchase order or award notification issued by the County,Vendor agrees that the provisions included within this solicitation, which upon award serves as the executed contract,shall prevail over any conflicting provision within any standard form contract of the Vendor regardless of any language in Vendor's contract to the contrary. Digital versions of this solicitation are provided for the convenience of the Vendor.Any material modification of the solicitation and/or any alteration of the verbiage is expressly prohibited and is not enforceable.Any alteration may render the Vendor's submission void and bar the Vendor from consideration in connection with this solicitation. 1. Execution of Solicitation Response: (a) Solicitation response must contain a signature of an individual authorized to bind the Vendor. Electronic signatures or digital signatures shall have the same effect as an original signature. (b) No award will be made to a Vendor who is delinquent in payment of any taxes, fees, fines, contractual debts,judgments, or any other debts due and owed to the County, or is in default on any contractual or regulatory obligation to the County. By submitting this solicitation response,Vendor attests that it is not delinquent In payment of any such debts due and owed to the County, nor is it in default on any contractual or regulatory obligation to the County. In the event the Vendor's statement is discovered to be false, Vendor will be subject to debarment and the County may terminate any contract it has with Vendor. (c) Vendor certifies by submitting this solicitation response that no principals or corporate officers of the firm were principals or corporate officers in any other firm which was suspended or debarred from doing business with Broward County within the last three years, unless noted in the response. (d) By submitting this solicitation response, Vendor attests that any and all statements, oral, written or otherwise, made in support of this response, are accurate, true and correct. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the County as a basis for rejection, rescission of the award,or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. 2. Withdrawal: No Vendor may withdraw its solicitation response before the expiration of 120 days from the date of opening.Any response altering the 120 day requirement shall be deemed non-responsive. 3. Submission of Bids and Quotations: Vendor's solicitation response must be submitted electronically through BidSync,the County's designated electronic bidding system. It is the Vendor's sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation. The County will not consider solicitation responses received by other means.Any timeframe references are in Eastern Standard Time. The official time for electronic submittals is BidSync's servers, as synchronized with the atomic clock. All parties without reservation will accept the official time. 4. Bid Opening (Invitation for Bids only): All bids received shall be publicly opened in the presence of one or more witnesses at the Purchasing Division office, located at 115 S. Andrews Avenue, Room 212, Fort Lauderdale, FL 33301, or other designated County location as posted in the Purchasing Division offices. The Purchasing Division will decrypt responses received in BidSync immediately following the designated bid end date and 2/28/2016 2:22 PM p.12 3/16/2016 BidSync p.17 Broward County Board of Y1394810B1 County Commissioners Broword County Board of Bld V1394910E11 County Commissioners time. 5. Addenda: Broward County reserves the right to amend this solicitation prior to the opening date indicated. Only written addenda are binding. If, upon review, material errors in specifications are found, contact the Purchasing Division immediately, prior to opening date, to allow for review and subsequent clarification on the part of Broward County. Vendors shall be responsible for obtaining, reviewing and acknowledging each addendum. 6. Prices,Terms, and Payments: Firm prices shall be provided and include all handling, set up, shipping and inside delivery charges to the destination shown herein unless otherwise indicated. (a) The Vendor: In submitting this solicitation response certifies that the prices provided herein are not higher than the prices at which the same commodity(ies) or service(s) is sold in approximately similar quantities under similar terms and conditions to any purchaser whomsoever. (b) F.O.B.: Unless otherwise specified, prices shall be provided as F.O.B. Destination,freight included and Inclusive of all costs. Current and/or anticipated applicable fuel costs should be considered and induded in the prices provided. (c) Ties: The Purchasing Division will break tie responses in accordance with the Procurement Code. (d) Taxes: Broward County is exempt from Federal Excise and Florida Sales taxes on direct purchase of tangible property. Exemption numbers appear on purchase order.The Vendor shall pay all applicable sales, consumer, land use,or other similar taxes required by law.The Vendor is responsible for reviewing the pertinent State Statutes involving the sales tax and complying with all requirements. (e) Discounts: Vendors may offer a cash discount for prompt payment. However, such discounts will not be considered in determining the lowest net cost for evaluation purposes. Vendors should reflect any discounts to be considered in the evaluation in the unit prices submitted. (f) Mistakes: Vendors are cautioned to examine all specifications, drawings, delivery instructions, unit prices, extensions, and all other special conditions pertaining to this solicitation. Failure of the Vendor to examine all pertinent documents shall not entitle them to any relief from the conditions imposed in the contract. In case of mistakes in extension,the unit price shall govern. Multiplication or addition errors are deemed clerical errors and shall be corrected by the County. (g) Ordering: The County reserves the right to purchase commodities/services specified herein through contracts established by other governmental agencies or through separate procurement actions due to unique or special needs. If an urgent delivery is required.within a shorter period than the delivery time specified in the contract and if the seller is unable to comply therewith, the County reserves the right to obtain such delivery from others without penalty or prejudice to the County or to the seller. 7. Open-End Contract: No guarantee is expressed or implied as to the total quantity of commodities/services to be purchased under any open-end contract. Estimated quantities will be used for comparison purposes only.The County reserves the right to issue purchase orders as and when required, or, issue a blanket purchase order for individual agencies and release partial quantities or, issue instructions for use of Direct Purchase Orders by various County agencies, or, any combination of the preceding. No delivery shall become due or be acceptable without a written order or shipping instruction by the County, unless otherwise provided in the contract. Such order will contain the quantity, time of delivery and other pertinent data. However, on items urgently required, the seller may be given telephone notice, to be confirmed by an order in writing. 8. Contract Period (Open-End Contract): The initial contract period shall start and 2/29/2018 2:22 PM p.19 3/16/2016 BidSync p.18 Broward County Board of Y1394810B1 County Commissioners Broward County Board of Bid Y1394810B1 County CamNssioners terminate as indicated In the Special Instructions to Vendor. The Vendor will complete delivery and the County will receive delivery on any orders transmitted to the Vendor prior to the expiration date. The Director of Purchasing may renew this contract subject to Vendor acceptance, satisfactory performance, and determination that renewal is in the best interest of the County. The County will provide Notification of Intent to Renew in advance of the contract expiration date.Ali prices,terms and conditions shall remain firm for the initial period of the contract and for any renewal period unless subject to price adjustment specified as a"special condition" hereto. In the event scheduled services will end because of contract expiration, the Vendor shall continue the service at the direction of the Director of Purchasing. The extension period shall not extend for more than ninety(90) days beyond the expiration date of the existing contract. The Vendor shall be compensated for the service at the rate In effect when this extension clause is invoked by the County. 9. Fixed Contract Quantities: Purchase order(s) for full quantities will be issued to successful Vendor(s) after notification of award and receipt of all required documents. Fixed contract quantities up to twenty(20) percent of the originally specified quantities may be ordered prior to the expiration of one (1) year after the date of award, provided the Vendor agrees to furnish such quantities at the same prices, terms and conditions. 10. Awards: If a specific basis of award is not established in the Special Instructions to Vendors, the award shall be to the responsible Vendor with the lowest responsive solicitation response meeting the written specifications. As the best interest of the County may require,the right is reserved to make award(s) by individual commodities/ services, group of commodities/services, all or none or any combination thereof. When a group Is specified, all items within the group must be priced. A Vendor desiring to offer'No Charge° on an item in a group must Indicate by placing a $0.00 in the offer field, and enter'No Charge' in the°Notes for Buyer' section in BidSync; otherwise the group will be construed as incomplete and may be rejected. However, if Vendors do not offer all items within a group, the County reserves the right to award on an item by item basis. When a group is indicated for variable quantities and the group shows evidence of unbalanced prices, such solicitation response may be rejected. The Director of Purchasing, or the Board of County Commissioners,whichever is applicable reserves the right to waive technicalities and irregularities and to reject any or all responses. 11. Payment: Payment for all goods and services, requested by a purchase order, shall be made in a timely manner and in accordance with Local Government Prompt Payment Act, Section 218.70, Florida Statutes, and the Prompt Payment Policy, Section No. 1-51.6, Broward County Code of Ordinances.All applications for payment shall be submitted to the address indicated in the purchase order. The County will pay the Vendor after receipt, acceptance, and proper invoice is received. Invoices must bear the purchase order number. 12. Termination: (a) Availability of Funds: If the term of this contract extends beyond a single fiscal year of the County, the continuation of this contract beyond the end of any fiscal year shall be subject to the availability of funds from the County in accordance with Chapter 129, Florida Statutes (Florida Statutes). The Broward County Board of County Commissioners shall be the final authority as to availability of funds and how such available funds are to be allotted and expended. In the event funds for this project/purchase are not made available or otherwise allocated, the County may terminate this contract upon thirty (30)days prior written notice to the Vendor. (b) Non Performance: The Awarding Authority may terminate the contract for cause if the party in breach has not corrected the breach within ten (10) days after written notice from the aggrieved party identifying the breach. Cause for termination shall include, but not be limited to,failure to suitably perform the work,failure to suitably deliver goods in accordance with the 229/2016 2:22 PM p.14 3/16/2016 BidSyncP•19 Broward County Board of Y1394810B1 County Commissioners Broward County Board of Bid Y1394810131 County Commissioners specifications and instructions in this solicitation,failure to continuously perform the work in a manner calculated to meet or accomplish the objectives of the County as set forth in this solicitation, or multiple breach of the provisions of this solicitation notwithstanding whether any such breach was previously waived or cured. (c) For Convenience:The Awarding Authority may terminate the contract for convenience upon no less than thirty (30) days written notice: in the event the contract is terminated for convenience,Vendor shall be paid for any goods properly delivered and services properly performed to the date the contract is terminated; however, upon being notified of.County's election to terminate,Vendor shall cease any deliveries, shipment or carriage of goods, and refrain from performing further services or incurring additional expenses under the terms of the contract. In no event will payment be made for lost or future profits. Vendor acknowledges and agrees that is has received good, valuable and sufficient consideration from County, the receipt and adequacy of which are hereby acknowledged for County's right to terminate this contract for convenience. 13. Conditions and Packaging: Unless otherwise stated In the solicitation, or specifically ordered from an accepted price list,deliveries must consist only of new and unused goods and shall be the current standards production model available at the time of the solicitation response. The goods must be suitably packaged for shipment by common carrier. Each container or multiple units or items otherwise packaged shall bear a label, imprint, stencil or other legible markings stating name of manufacturer or supplier, purchase order number and any other markings required by specifications, or other acceptable means of identifying Vendor and purchase order number. 14. Safety Standards: Unless otherwise stipulated in the solicitation, all manufactured items and fabricated assemblies shall comply with applicable requirements of the Occupational Safety and Health Act (OSHA) and any standards thereunder. All sources of energy associated with machinery/equipment purchased shall be capable of being locked-out in accordance with OSHA 29 CFR 1910.147, Hazardous Energy Control. In compliance with OSHA 29 CFR 1910.1200, Hazard Communication Standard, and Chapter 442, Florida Statutes, Occupational Safety and Health, any chemical substance delivered from a contract resulting from this solicitation must be compliant with the Global Harmonized System (GHS) for Hazard Communication accompanied by a Safety Data Sheet (SDS) consisting of 18 sections. A Safety Data Sheet (SDS) shall also be submitted to the Broward County Risk Management Division, 115 South Andrews Avenue, Room 218, Fort Lauderdale, FL 33301-1803. 15. Non Conformance to Contract Conditions: The County may withhold acceptance of,or reject any items which are found, upon examination, not to meet the specification requirements. Upon written notification (mail, email, or fax) of rejection, items shall be removed within five (5) calendar days by the Vendor at its expense and redelivered at its . expense. The County regards rejected goods left longer than thirty(30)days as abandoned and the County has the right to dispose of them as its own property. On foodstuffs and drugs, no written notice of rejection need be given. Upon verbal notice to do so, the Vendor shall immediately remove and replace such rejected merchandise at its expense. Rejection for non-conformance, failure to provide servicesconforming to specifications, or failure to meet delivery schedules may result in Vendor being found in default. • 16. Inspection, Acceptance and Title: Inspection and acceptance will be at delivery destination unless otherwise specified.Title and risk of loss or damage to all items shall be the responsibility of the Vendor untilaccepted by the County. 17: Governmental Restrictions: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship or performance of the items offered on this solicitation response prior to its delivery, it shall be the responsibility of the successful Vendor to notify the County at once, indicating in its letter the specific regulation which required an alteration. The County reserves the right to accept 2/2912016 2:22 PM p.13 3/16/2016 BidSync p.20 Broward County Board of Y139481OB1 County Commissioners Broward County Board of Bid V13S481OB1 County Commfsslonats any such alteration, including any price adjustments occasioned thereby, or to cancel the contract at no further expense to the County. 18. Legal Requirements: Applicable provisions of all Federal, State of Florida, County and local laws, and of all ordinances, rules and regulations including the Broward County Procurement Code shall govern development, submittal and evaluation of responses received In response hereto and shall govern any and all claims and disputes which may arise between person(s)submitting a response hereto and the County by and through its officers, employees and authorized representative, or any other person natural or otherwise in addition to any resultant agreement. Lack of knowledge by any Vendor shall not constitute a recognizable defense against the legal effect thereof. 19. Indemnification: Vendor shall at all times hereafter indemnify, hold harmless and, defend County, its officers, agents, servants, and employees from and against any and all causes of action, demands, claims, losses, liabilities and expenditures of any kind, including attorney fees, court costs, and expenses, caused or alleged to be caused by intentional or negligent act of, or omission of, Vendor, its employees, agents, servants, or officers, or accruing, resulting from, or related to the subject matter of this contract including, without limitation, any and all claims, losses, liabilities, expenditures, demands or causes of action of any nature whatsoever resulting from injuries or damages sustained by any person or property. In the event any lawsuit or other proceeding is brought against County by reason of any such claim, cause of action or demand, Vendor shall, upon written notice from County, resist and defend such lawsuit or proceeding by counsel satisfactory to County or, at County's option, pay for an attorney selected by County Attorney to defend County. To the extent considered necessary by the Contract Administrator and the County Attorney, any sums due Vendor under this Agreement may be retained by County until all of County's claims for indemnification pursuant to this Agreement have been settled or otherwise resolved; and any amount withheld shall not be subject to payment of interest by County. The provisions and obligations of this section shall survive the expiration or earlier termination of this contract. For construction contracts, Vendor shall indemnify and hold harmless County. its officers and employees, from liabilities, damages, losses,and costs,including, but not limited to reasonable attorneys fees,to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Vendor and persons employed or utilized by Vendor in the performance of this Agreement.To the extent considered necessary by Contract Administrator and County Attorney, any sums due Vendor under this contract may be retained by County until all of County's claims for indemnification pursuant to this contract have been settled or otherwise resolved, and any amount withheld shall not be subject to payment of interest by County. The provisions and obligations of this section shall survive the expiration or earlier termination of this contract. 20. Notice: Written notice provided pursuant to this contract shall be sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified.The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present,the County designates: Director, Broward County Purchasing Division 115 S.Andrews Avenue, Room 212 Fort Lauderdale,FL 33301-1801 Vendor shall identify in the solicitation response a designated person and address to whom notice shall be sent when required by the contract. 21. Jurisdiction, Venue, Waiver of Jury Trial: The contract shall be interpreted and construed in accordance with and governed by the laws of the state of Florida. Any controversies or legal problems arising out of the contract and any action involving the 2/2812016 2:22 PM p.10 3/16/2016 BidSync p.21 Broward County Board of Y1394810B1 County Commissioners Broward County Board of Bid V139481081 County Commisaloners enforcement or interpretation of any rights hereunder shall be submitted to the jurisdiction of the State courts of the Seventeenth Judicial Circuit of Broward County, Florida, the venue situs, and shall be governed by the laws of the state of Florida. By entering into this contract,Vendor and County hereby expressly waive any rights either party may have_to a trial by jury of any civil litigation related to this contract. If any party demands a-jury trial in an lawsuit arising out of the contract and falls to withdraw the request after written notice by the other party, the party making the request for jury trial shall be liable for the reasonable attorneys' fees and costs of the party contesting the request for jury trial. 22. Patents and Royalties: The Vendor, without exception, shall indemnify and save harmless and defend the County, Its officers, agents and employees from liability of any nature or kind, including but not limited to attorney's fees, costs and expenses for or on account of any copyrighted, patented or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the County. if the Vendor uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the pricesshall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. This provision shall survive the expiration or earlier termination of the contract. 23. Assignment, Subcontract Contractor shall not transfer, convey, pledge, subcontract or assign the performance required by this solicitation without the prior written consent of the Director of Purchasing. Any award issued pursuant to this solicitation and the monies which may become due hereunder are not assignable, transferrable, or otherwise `disposable except with the prior written consent of the Director of Purchasing. 24. Qualifications of Vendor: The County will only consider solicitation responses from firms normally engaged in providing the types of commodities, services, or construction specified herein. Vendor must have adequate organization, facilities, equipment, and personnel to ensure prompt and efficient service to County. The County reserves the right to inspect the facilities, equipment, personnel and organization or to take any other action necessary to determine ability to perform in accordance with specifications, terms and conditions. The County will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject responses where evidence or evaluation is determined to indicate inability to perform. The County reserves the right to consider a Vendor's history of any and all types of citations and/or violations, including those relating to suspensions, debarments, or environmental regulations in determining responsibility. Vendor should submit with its solicitation response a complete history of all citations and/or violations notices and dispositions thereof. Failure of a Vendor to submitsuch information may be grounds for termination of any contract awarded to successful Vendor. Vendor shall notify the County immediately of notice of any citations or violations which they may receive after the opening date and during the time of performance under any contract awarded to them. 25. Equal Employment Opportunity: No Vendor shall discriminate against any employee or applicant for employment because of race, religion, age, color, sexor national origin, sexual orientation (including but not limited to Broward County Code, Chapter 16%), marital status, political affiliation, disability,or physical or mental handicap if qualified. Vendor shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment without regard totheir race, religion, age, color, sex or national origin, sexual orientation, marital status, political affiliation, disability, or physical or mental handicap. Such actions shall include, but not be limited to the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms ofcompensation; and selection of training, including apprenticeship. The Vendor agrees to post in conspicuous places available to employees and applicants for employment, notices setting forth the 212912018 2:22 PM p.t7 3/16/2016 BidSync p.22 Broward County Board of Y1394810B1 County Commissioners Broward County Board of BM Y13948t081 County Commissioners _ provisions of this non-d'iscrimination clause. The Vendor selected to perform work on a County project must include the foregoing or similar language in its contracts with any subcontractors or sub consultants, except that any project assisted by U.S. Department of Transportation funds shall comply with the non-discrimination requirements in Title 49 C.F.R. Parts 23 and 26, as amended. The subcontractors, If any,will be made aware of and will comply with this nondiscrimination clause. Failure to comply with above requirements is a material breach of the contract, and may result in the termination of this contract or such other remedy as the County deems appropriate. 26. Modifications: All changes to purchase orders shall be by issuance of a change order. Any modifications or changes to any contract entered into as a result of this solicitation must be by written amendment with the same formality and of equal dignity prior to the Initiation of any such change. 27. Resolution of Protested Solicitations and Proposed Awards: In accordance with Sections 21.118 and 21.120 of the Broward County Procurement Code, if a Vendor intends to protest a solicitation or proposed award of a contract the following apply: (a) Any protest concerning the solicitation or other solicitation specifications, or requirements must be made and received by the County within seven (7) business days from the posting of the solicitation or addendum on the Purchasing Division's website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements. (b) Any protest concerning a solicitation or proposed award above the authority of the Director of Purchasing, after the opening, shall be submitted In writing and received by the County within five (5) business days from the posting of the recommendation for award on the Purchasing Division's website. Such protest must be made in writing to the Director of Purchasing. (c)Any actual or prospective Vendor or offeror who has a substantial interest in and is aggrieved in connection with proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted In writing and received within three (3) business days from the posting of the recommendation of award on the Purchasing Division's website. (d) For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a solicitation or proposed contract award shall be a waiver of the Vendor's right to protest. (e)As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee. The filing fee shall be based upon the estimated contract amount. For purposes of the protest, the estimated contract amount shall be the contract amount submitted by the protestor. If no contract amount was submitted, the estimated contract amount shall be the County's estimated contract price for the project. The County may accept cash, money order, certified check, or cashier's check, payable to Broward County Board of Commissioners. The filing fees are as follows: Estimated Contract Amount Filing Fee $30,000-$250,000 $500 $250,001 -$500,000 $1,000 $500,001 - $5 million $3,000 Over$5 million $5,000 28. Public Entity Crimes Act: Vendor represents that its response to this solicitation will not violate the Public Entity Crimes Act, Section 287.133, Florida Statutes, which essentially provides that the County, as a public entity, may not transact any business with a Vendor in excess of the threshold amount provided in Purchasing Categories, Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the Convicted Vendor List. Vendor represents that its response to this 2129/2018 2:22 PM p.18 3/16/2016 BidSyncP•23 Broward County Board of Y1394810B1 County Commissioners Broward County Board of Bid Y1394810E11 County Commissioners solicitation is not a violation of Discrimination, Section 287.134, Florida Statutes, which essentially states that the County, as a public entity, cannot do business with an entity that is on the Discriminatory Vendor List i.e., has been found by a court to have discriminated as defined therein. Violation of this section shall result In cancellation of the County purchase and may result in debarment. 29. Purchase by Other Governmental Agencies: Each governmental unit which avails itself of this contract will establish its own contract, place Its own orders, issue its own purchase orders, be invoiced therefrom and make its own payments and issue its own exemption certificates as required by the Vendor. It is understood and agreed that Broward County is not a legally bound party to any contractual agreement made between any other governmental unit and the Vendor as a result of this solicitation. 30. Public Records: The County is a public agency subject to Chapter 119, Florida Statutes Any material submitted in response to this solicitation will become a public document pursuant to Section 119.071, Florida Statutes. This includes material which the responding Vendor might consider to be confidential or a trade secret. Any claim of confidentially is waived upon submission, effective after opening pursuant to Section 119.071, Florida Statutes. As required by Chapter 119, Florida Statutes, the Contractor and all subcontractors for services shall comply with Florida's Public Records Law. Specifically, the Contractor and subcontractors shall: (a) Keep and maintain public records that ordinarily and necessarily would be required by the County in order to perform the service; (b) Provide the public with access to such public records on the same terms and conditions that the County would provide the records and at a cost that does not exceed that provided in Chapter 119, Florida Statutes,or as otherwise provided by law; (c) Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and (d) Meet all requirements for retaining public records and transfer to the County, at no cost, all public records in possession of the Vendor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the agency. (e) The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Contract and the County shall enforce the Default in accordance with the provisions set forth in the General Conditions, Article 12. 31. Audit Right and Retention Records: County shall have the right to audit the books, records, and accounts of awarded Vendor that are related to this contract. Vendor shall keep such books, records, and accounts as may be necessary in order to record complete and correct entries to the contract. Vendor shall preserve and make available, at reasonable times for examination and audit by County, all financial records,supporting documents,statistical records, and any other documents pertinent to this agreement for the required retention period of the Florida Public Records Act(Chapter 119, Florida Statutes), If applicable,or if the Florida Public Records Act is not applicable, for a minimum period of three(3)years after termination of this contract. If any audit has been initiated and audit findings have not been resolved at the end of the retention period of three(3)years,whichever is longer, the books, records and accounts shall be retained until resolution of the audit findings. If the Florida Public Records Act is determined by County to be applicable to Vendor's records,Vendor shall comply with all requirements thereof; however, no confidentiality or nondisclosure requirement of either federal or state law shall be violated by Vendor.Any incomplete or incorrect entry In such books.records, and accounts shall be a basis for County's disallowance and recovery of any payment upon such entry. 32. Procurement Code: The entire chapter of the Broward County Procurement Code can be 2129/2010 2:22 PM p.19 3/16/2016 BidSyncP•24 Broward County Board of Y1394810B1 County Commissioners Broward County Board of Bid Y1394810B1 County Commissioners obtained from the Purchasing Division's website at www.broward.org/purchasing. 33. Ownership of Documents: All finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, specifications and reports prepared or provided by Vendor In connection with this contract shall become the property of County,whether the Project for which they are made is completed or not, and shall be delivered to Contract Administrator within fifteen (15) days of the receipt of the written notice of termination. If applicable, County may withhold any payments then due to Vendor until Vendor complies with the provisions of this section. 34. State of Florida Division of Corporations Requirements: It is the Vendor's responsibility to comply with all state and local business requirements.All corporations and partnerships must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations. The County will review the Vendor's business status based on the information provided in response to this solicitation. If the Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to conduct business in the State of Florida. Corporations or partnerships that are not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible. If successful in obtaining a contract award under this solicitation,the Vendor must remain in good standing throughout the contractual period of performance. 35. Cone of Silence Ordinance (Invitations For Bids): In accordance with Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances, provides that after the advertisement of the solicitation, potential Vendors and their representatives are substantially restricted from communicating regarding the solicitation with the County Administrator, Deputy County Administrator,Assistant County Administrator, Assistants to the County Administrator, their respective support staff, or any or any staff person that is to evaluate or recommend selection in this solicitation process. (a) For Invitations for Bids, the Cone of Silence shall be In effect for staff involved in the award decision process at the time of the solicitation advertisement. The Cone of Silence shall be in effect for the Board of County Commissioners and their staff upon bid opening for the solicitation. (b) The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation. (c) Any violations of this ordinance by any representative of the Vendor, including owner, employee, consultant, lobbyist, or actual or potential subcontractor or subconsultant may be reported to the County's Office of Professional Standards. If there is a determination of violation, a fine shall be imposed against the Vendor as provided in the County Code of Ordinances. Additionally,a determination of violation shall render any award to a Vendor who is found to have violated the Ordinance voidable, at the sole discretion of the Board of County Commissioners. 36. Contingency Fees: By submission of this solicitation response, Vendor certifies that no contingency fees (sometimes known as a finder's fee) have been paid to any person or organization other than a bona-fide employee working solely for the Vendor to secure a contract made pursuant to this solicitation. Violation of this policy may result in termination of any resultant contract and/or possible debarment of the Vendor. 37. Local Business Tax Receipt Requirements: All Vendors maintaining a business address within Broward County must have a current Broward County Local Business Tax Receipt issued by the Broward County Records, Taxes and Treasury Division prior to recommendation for award. Failure to do so may result in your solicitation response being deemed non-responsive. For further information on obtaining or renewing your firm's Local Business Tax Receipt, contact the Records,Taxes and Treasury Division at (954) 357- 2/2912010 2:22 PM p.20 3/16/2016 BidSync p.25 Broward County Board of Y1394810B1 County Commissioners Broward County Board of Bid Yt39481081 County Comrrdsslortera 6200. 38. Battery Disposal: The Vendor must deliver, furnish, recycle and dispose of all battery products in accordance with all applicable local, state and federal laws. 39. Dun 8 Bradstreet Report Requirement: The County may review the Vendor's rating and payment performance to assist in determining a Vendor's responsibility when being evaluated for a contract award. 40. Code Requirements: The Vendor and his or her subcontractors on this project must be familiar with all applicable Federal, State, County, City and Local Laws, Regulations or Codes and be governed accordingly as they will apply to this project and the actions or operations of those engaged In the work or concerning materials used. Contractor shall ask for and receive any required inspections. 41. Special Notice: In accordance with OSHA Regulation 29 CFR 1926.1101(k)(2), Vendors are notified of the presence of asbestos containing material and/or presumed asbestos containing material at some Broward County locations. 42. Samples: Samples or drawings,when required, shall be free of charge. If not mutilated or destroyed in the examination, Vendor will be notified to remove same at their expense. If samples are not removed within thirty (30)calendar days after written notice to the Vendor, they shall be considered as abandoned and the County shall have the right to dispose of them as its own property. 43. Vendor Responsibilities: Unless otherwise specified, Vendor will be responsible for the provision, Installation and performance of all equipment, materials, services, etc. offered in their response. Vendor is in no way relieved of the responsibility for the performance of all equipment furnished, or of assuring the timely delivery of materials, equipment, etc. even though it is not of their own manufacture. 44. Vendor Evaluation: The Contract Administrator will document the Vendor's performance by completing a Performance Evaluation Form.A blank Performance Evaluation Form may b e v i e w e d a t : broward.org/Purchasing/documentsNendorperformanceevaluationrequirements.pdf. An interim performance evaluation of the successful Vendor may be submitted by the Contract Administrator during completion of the Project.A final performance evaluation shall be submitted when the Request for Final Payment to the Vendor is forwarded for approval. In either situation, the completed evaluation(s) shall be forwarded to the Director of Purchasing who shall provide a copy to the successful Vendor upon request. Said evaluation(s) may be used by the County as a factor in considering the responsibility of the Vendor for future solicitations. 45. Warranties and Guarantees: The Vendor shall obtain all manufacturers' warranties and guarantees of all equipment and materials required by this solicitation and any resultant orders in the name of the Board and shall deliver same to point of delivery. 48. "Or Equal" Clause: Whenever a material, article or piece of equipment is identified in the solicitation documents, including plans and specifications, by reference to manufacturers' or vendors' names, trade names, catalog numbers, or otherwise, any such reference is intended merely to establish a standard; and, unless it is followed by the words "no substitution is permitted"because of form,fit, function and quality, any material, article, or equipment of other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the materials, article or equipment so proposed is, in the sole opinion of the County, equal in substance, quality, and function. The decision of the equivalent shall be determined in a reasonable manner and at the sole discretion of the County. 212912016 2:22 PM p.21 3/16/2016 BidSync p.26 Broward County Board of Y1394810B1 County Commissioners Broward County Board of Bid Y1394810B1 County Commissioners VENDOR ACKNOWLEDGEMENT This form must be completed and submitted with the Vendor's submittal. Failure to comply will deem vendor non- responsive. 1. LEGAL BUSINESS NAME:I Polydyne.Inc.._ 2. FEDERAL EMPLOYER I.D.NO.(FEIN):I. 34-1810283_.. ..__... ..... ---.---.-._ 3 DUN AND BRADSTREET NO.:I 939242616 _ . ..__ _ 4' DOING BUSINESS ASI FICTITIOUS NAME(if applicable):I .. 6. WEBSITE ADDRESS(If applicable):I www.polydyneinc.com .... .._ __ 8• PRINCIPAL PLACE OF BUSINESS ADDRESS:I. 1 Chemical Plant,Road..Riceboro,GA 31323 7• TELEPHONE NO.:1912-880-2035 • FAX NO,:1912-880-2078 8. TYPE OF BUSINESS(check appropriate box): E.1 Corporation(Specify the State of Incorporation):I Delaware ❑ Sole Proprietor ❑ Limited Liability Corporation(LLC) El Limited Partnership ❑ General Partnership(State and County filed in)I . ..... ........ . ..... .. . .... © Other-Specify I . „ . . 9. AUTHORIZED CONTACT FOR YOUR FIRM: Name:I_...Boyd Stanley . Tide:1. . Business.Director , Telephone Number: Fax Number:I. 1 912-880-2035 912-880-2078 • E-mail:I PolyBidDpt@snfhc.com 10. LIST ALL ADDENDA ACKNOWLEDGED: None Received 4 . _ .. RI BY EXEC ci THIS ACKNOWLEDGEMENT FORM,VENDOR ACKNOWLEDGES AND ACCEPTS ALL GENERAL CONDITIO.fir -ECIAL INSTRUCTIONS. IAUTHORIZEDSIGNATURE/NAME TITLE Vice-President DATE 3/7/16 Mark Schlag •I certify that tam authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer,or other business authorization to bind on behalf of the Vendor.As the Vendor's authorized representative,I attest that any end all statements,oral,written or otherwise,made In support of the Vendor's response,are accurate,true end correct I also acknowledge that Inaccurate,untruthful,or Incorrect statements made in support of the Vendor's response may be used by the County es a basis for rejection,rescission of the award,or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Coda.I certify that the Vendor's response is made without prior understanding,agreement,or connection with any corporation,firm or person submitting a response for the same items/services.and is in all respects fair and without collusion or fraud.I also certify that the Vendor agrees to abide by ell terms and conditions of this solicitation. acknowledge and accept all of the solicitation pages as well as any special Instructions sheet(s). 2/2912010 2:22 PM p.22 3/16/2016 BidSync p.27 Broward County Board of County Commissioners Exhibit 1 Bid #Y1394810B1 - Polymer Creation Date Feb 17,2016 End Date Mar 16,2016 2:00:00 PM EDT Start Date Feb 29,2016 4:19:46 PM EST Awarded Date Not Yet Awarded Y1394810B1-01-01 Polymer Supplier Unit Price City/Unit Total Price Attch. Does Polydyne Inc. First Offer- $600,525.45 1/year $600,525.45 Y Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Manufacturer Offered:Polydyne Inc. Product Name/No.:Clarifloc EA-149 Unit price per pound(B):$0.622 BASF Corporation First Offer- $657,125.00 1/year $657,125.00 Y Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Manufacturer Offered:BASF Corporation Product Name/No.:BASFA®ZetagA®8818 Unit price per pound(B):0.625 Supplier Totals Polydyne Inc. $600,626.46 Bid Contact Randal Vickery Address One Chemical Plant Rd. polybiddpt@snfhc.com Riceboro,GA 31323 Ph 912.880-2036 Supplier Code VC0000012327 Bid Notes Please find attached Polydyne Inc.complete bid submittal including PDS,SDS,and all required information. Agency Notes: Supplier Notes: Please find attached Polydyne Inc.complete bid submittal including PDS,SDS,and all required information. BASF Corporation $667,126.00 Bid Contact Xiomara Pizzo Address 100 Park Ave municipal-water-NA@basf.com Florham Park,NJ 07932 Ph 973.246.7489 Fax 864.964-6476 Bid Notes Please see attachments: General Conditions•Exhibit C Vendor Questionnaire-Exhibit A and B Insurance•Exhibit D Litigation History-Exhibit E Letters-Delegation of Authority and Letter of Manufacturing Technical information •BASFA®ZetagA®8818 SDS,TDS,and Product Specs Agency Notes: Supplier Notes: Please see attachments: General Conditions-Exhibit C Vendor Questionnaire-Exhibit A and B Insurance-Exhibit D Litigation History-Exhibit E Letters- Delegation of Authority and Letter of Manufacturing Technical Information-BASFA®ZetagA®8818 SDS,TDS,and 3/16/2016 BidSync