Loading...
HomeMy WebLinkAbout5/18/2016 - STAFF REPORTS - 2.G. p`M Spy iy c V N r �re0[Gi( i4'fa City Council Staff Report DATE: MAY 18, 2016 CONSENT CALENDAR SUBJECT: AWARD A CONTRACT SERVICES AGREEMENT TO UNIVAR USA, INC., IN THE AMOUNT OF $60,012 FOR POOL CHEMICALS AT PALM SPRINGS SWIM CENTER. FROM: David H. Ready, City Manager BY: Maintenance & Facilities Department SUMMARY This action would award a contract for the delivery of Hydrochloric Acid 15% and Sodium Hypochlorite 12.5% on an as-needed basis to sanitize the city swimming pool. RECOMMENDATION: 1 . Award a contract to Univar USA Inc., of Commerce CA, for the delivery of Hydrochloric Acid 15% at $2.39 per gallon and Sodium Hypochlorite 12.5% at $1.68 per gallon on an as-needed basis for an amount not to exceed $60,012 annually; and 2. Authorize the City Manager to execute all necessary documents. BACKGROUND: Operation of the City's swimming pool requires purchase of hydrochloric acid and sodium hypochlorite to maintain the chemistry of the water meeting public health standards. The Procurement & Contracting Department issued an Invitation for Bids (IFB 16-06) for Pool Chemicals for the Swim Center. The bid was posted to the website and distributed on March 1, 2016, to 12 prospective suppliers, and advertised in The Desert Sun. Two bids were received by the March 31, 2016, deadline, of which one bid was determined to be non-responsive. VENDOR NAME: BID AMOUNT: Univar U.S.A., Inc 1 $60,012 Waterline P.S.O.0 Non-responsive ITEM NO. City Council Staff Report May 18, 2016-- Page 2 Award Contract IFB 16-06 The City provided the vendors with historic usage quantities of 30,600 gal/yr. for Sodium Hypochlorite 12.5%, and 3,600 gal/yr. for Hydrochloric Acid 15% on which to base their unit prices. Actual usage may vary based upon weather and pool use. The lowest responsive, responsible bid received was from Univar U.S.A. Inc., of Commerce, California, at $2.39/gal for Hydrochloric Acid and $1 .68/gal for Sodium Hypochlorite, for an estimated annual total of $60,012. The City will be required to additionally pay the State of California mandated MILL fees for such chemicals, which currently is 2.175%. The bid received from Waterline P.S.O.C. was reviewed by both Procurement staff and the City Attorney and was found non-responsive for failure to complete the Bid Schedule Pricing page as was required. The low bidder, Univar U.S.A. Inc., has historically provided the City with pool chemicals, and their bid prices are lower than prior prices, with pricing reduced from $2.80/gal to $2.39/gal (-14.6%) for Hydrochloric Acid and from $1 .95/gal to $1.68/gal for (-13.8%) Sodium Hypochlorite. The bidder has also eliminated a $70 fuel surcharge per delivery, which will save the City a total of approximately $10,000 annually. The contract is for one (1) year with two (2) optional one year renewals and the unit pricing is fixed for the first year and subject to a CPI increase in optional years 2 and 3. FISCAL IMPACT Funds have been approved and allocated in the budget and are available in account #001-2451-43068 — Parks Maintenance - Pool Chemicals. Staci Schafer, Marcus Fuller, Director of Maintenance & Facilities Assistant City Manager David H. Ready, City Manager Attachment: 1) Contract Services Agreement 02 CONTRACT SERVICES AGREEMENT IFB 16-06 POOL CHEMICALS FOR PALM SPRINGS SWIM CENTER THIS CONTRACT SERVICES AGREEMENT ( "Agreement") is entered into, and effective on , 2016, between the CITY OF PALM SPRINGS, a California charter city and municipal corporation, ("City") and Univar USA Inc. a Illinois Corporation ("Contractor"). City and Contractor are individually referred to as "Party" and are collectively referred to as the "Parties". RECITALS A. City has determined that there is a need for a chemical pool supplier to supply and deliver Hydrochloric Acid 15% and Sodium Hypochlorite 12.5% into city-owned tanks services project("Project"). B. Contractor has submitted to City a proposal to provide Hydrochloric Acid 15% and Sodium Hypochlorite 12.5% to City for the Project under the terms of this Agreement. C. Contractor is qualified by virtue of its experience, training, education, reputation, and expertise to provide these services and has agreed to provide such services as provided in this Agreement. D. City desires to retain Contractor to provide such contract services. In consideration of these promises and mutual obligations, covenants, and conditions, the Parties agree as follows: AGREEMENT 1. SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contractor agrees to perform the contract services set forth in the Scope of Services described in Exhibit "A" (the "Services" or "Work") , which is attached and incorporated by reference. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and contract services and that Contractor is experienced in performing the Work and Services contemplated and, in light of such status and experience, Contractor covenants that it shall follow the highest contract standards in performing the Work and Services required in this Agreement. For purposes of this Agreement, the phrase "highest contract standards" shall mean those standards of practice recognized as high quality among well-qualified and experienced contracts performing similar work under similar circumstances. 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement; (2) the Scope of Services; (3) the City's Request for Proposals; and, (4) the Contractor's signed, original proposal submitted to the City ("Contractor's Page 1 of 75 03 Proposal"), (collectively referred to as the "Contract Documents"). The City's Request for Proposals and the Contractor's Proposal, which are both attached as Exhibits "B" and "C", respectively, are incorporated by reference and are made a part of this Agreement. The Scope of Services shall include the Contractor's Proposal. All provisions of the Scope of Services, the City's Request for Proposals and the Contractor's Proposal shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract Documents, the conflict or inconsistency shall be resolved by applying the provisions in the highest priority document, which shall be determined in the following order of priority: (0) the provisions of the Scope of Services (Exhibit "A"); (2°d) the provisions of the City's Request for Proposal (Exhibit "B"); (3`d) the terms of this Agreement; and, (41) the provisions of the Contractor's Proposal (Exhibit .:C,9) 1.3 Compliance with Law. Contractor warrants that all Services rendered shall be performed in accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders, rules, and regulations. 1.4 Licenses, Permits, Fees, and Assessments. Contractor represents and warrants to City that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services required by this Agreement. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, qualification, or approval that is legally required for Contractor to perform the Work and Services under this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the Work and Services required by this Agreement. Contractor shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City to the fullest extent permitted by law. 1.5 Familiarity with Work. By executing this Agreement, Contractor warrants that Contractor (a) has thoroughly investigated and considered the Scope of Services to be performed, (b) has carefully considered how the Services should be performed, and (c) fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Contractor warrants that Contractor has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services. Should the Contractor discover any latent or unknown conditions that will materially affect the performance of the Services, Contractor shall immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the City. 1.6 Care of Work. Contractor shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials, papers, documents, plans, studies, and/or other components to prevent losses or damages. Contractor shall be responsible for all such damages, to persons or property, until acceptance of the Work by the City, except such losses or damages as may be caused by City's own negligence. Page 2 of 75 04 1.7 Further Responsibilities of Parties. Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Parties agree to act in good faith to execute all instruments, prepare all documents, and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. 1.8 Additional Services. City shall have the right at any time during the performance of the Services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work. No such extra work may be undertaken unless a written order is first given by the City to the Contractor, incorporating any adjustment in (i) the Maximum Contract Amount, as defined below, and/or (ii) the time to perform this Agreement. Any adjustments must also be approved in writing by the Contractor. Any increase in compensation of up to twenty-five percent (25%) of the Maximum Contract Amount or $25,000, whichever is less, or in the time to perform of up to thirty (30) days, may be approved by the City Manager, or his designee, as may be needed to perform any extra work. Any greater increases, occurring either separately or cumulatively, must be approved by the Palm Springs City Council. It is expressly understood by Contractor that the provisions of this section shall not apply to the services specifically set forth or reasonably contemplated within the Scope of Services. 2. COMPENSATION 2.1 Maximum Contract Amount. For the Services rendered under this Agreement, Contractor shall be compensated by City in accordance with the Schedule of Compensation, which is attached as Exhibit "D" and incorporated in this Agreement by reference. Compensation shall not exceed the maximum contract amount of$2.39 for Hydrochloric Acid 15% per gallon and $1.68 for Sodium Hypochlorite 12.5% per gallon, on an as-needed basis, for an estimated annual cost of Sixty Thousand and Twelve Dollars, ($60,012.00) ("Estimated Contract Amount"), except as may be provided under Section 1.8, and also subject to CPI adjustments as provide in Exhibit "D". The method of compensation shall be as set forth in Exhibit "D." Compensation for necessary expenditures for reproduction costs, telephone expenses, and transportation expenses must be approved in advance by the Contract Officer designated under Section 4.2 and will only be approved if such expenses are also specified in the Schedule of Compensation. The Maximum Contract Amount shall include the attendance of Contractor at all Project meetings reasonably deemed necessary by the City. Contractor shall not be entitled to any increase in the Maximum Contract Amount for attending these meetings. Contractor accepts the risk that the services identified in the Scope of Services may be more costly and/or time-consuming than Contractor anticipates, that Contractor shall not be entitled to additional compensation, and that the provisions of Section 1.8 shall not be applicable to the services identified in the Scope of Services. The maximum amount of city's payment obligation under this section is the amount specified in this Agreement. If the City's maximum payment obligation is reached before the Contractor's Services under this Agreement are completed, Contractor shall complete the Work and City shall not be liable for payment beyond the Maximum Contract Amount. 2.2. Method of Payment. Unless another method of payment is specified in the Schedule of Compensation (Exhibit "D"), in any month in which Contractor wishes to receive Page 3 of 75 05 payment, Contractor shall submit to the City an invoice for services rendered prior to the date of the invoice. The invoice shall be in a form approved by the City's Finance Director and must be submitted no later than the tenth (10) working day of such month. Such requests shall be based upon the amount and value of the services performed by Contractor and accompanied by such reporting data including an itemized breakdown of all costs incurred and tasks performed during the period covered by the invoice, as may be required by the City. City shall use reasonable efforts to make payments to Contractor within forty-five (45) days after receipt of the invoice or as soon as is reasonably practical. There shall be a maximum of one payment per month. 2.3 Changes in Scone. In the event any change or changes in the Scope of Services is requested by City, Parties shall execute a written amendment to this Agreement, specifying all proposed amendments, including, but not limited to, any additional fees. An amendment may be entered into: A. To provide for revisions or modifications to documents, work product, or work, when required by the enactment or revision of any subsequent law; or B. To provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Contractor's profession. 2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated by the City Council for each fiscal year covered by the Agreement. If such appropriations are not made, this Agreement shall automatically terminate without penalty to the City. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the services to be performed by Contractor is an essential condition of this Agreement. Contractor shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon attached Schedule of Performance (Exhibit "E"), incorporated by reference. 3.2 Schedule of Performance. Contractor shall commence the Services under this Agreement upon receipt of a written notice to proceed and shall perform all Services within the time period(s) established in the Schedule of Performance. When requested by Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively; however, the City shall not be obligated to grant such an extension. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the Services rendered under this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor (financial inability excepted) if Contractor, within ten (10) days of the commencement of such delay, notifies the Contract Officer in writing of the causes of the delay. Unforeseeable causes include, but are not limited to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, Page 4of75 06 strikes, freight embargoes, wars, and/or acts of any governmental agency, including the City. The City Manager shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the enforced delay when and if in the judgment of the City Manager such delay is justified. The City Manager's determination shall be final and conclusive upon the Parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement under this section. 3.4 Term. Unless earlier terminated under this Agreement, this Agreement shall commence upon the effective date of this Agreement and continue in full force and effect until completion of the Services. However, the term shall not exceed One (1) year from the commencement date, except as otherwise provided in the Schedule of Performance described in Section 3.2 above. Any extension must be through mutual written agreement of the Parties. 3.5 Termination Prior to Expiration of Term. City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Contractor thirty (30) days written notice. Where termination is due to the fault of Contractor and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as may be determined by the City. Upon such notice, City shall pay Contractor for Services performed through the date of termination. Upon receipt of such notice, Contractor shall immediately cease all work under this Agreement, unless stated otherwise in the notice or by written authorization of the Contract Officer. After such notice, Contractor shall have no further claims against the City under this Agreement. Upon termination of the Agreement under this section, Contractor shall submit to the City an invoice for work and services performed prior to the date of termination. Contractor may terminate this Agreement, with or without cause, upon sixty(60) days written notice to the City, except that where termination is due to material default by the City, the period of notice may be such shorter time as the Contractor may determine. 4. COORDINATION OF WORK 4.1 Representative of Contractor. The following principal of Contractor is designated as being the principal and representative of Contractor authorized to act in its behalf and make all decisions with respect to the Services to be performed under this Agreement: Jennifer Perras, Municipal Specialist. It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Contractor without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be the City Manager or his/her designee ("Contract Officer"). Contractor shall be responsible for keeping the Contract Officer fully informed of the progress of the performance of the services. Contractor shall refer any decisions that must be made by City to the Contract Officer. Unless otherwise specified, any approval of City shall mean the approval of the Contract Officer. Page 5 of 75 07 4.3 Prohibition Against Subcontracting or Assignments. The experience, knowledge, capability, expertise, and reputation of Contractor, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Contractor shall not assign full or partial performance of this Agreement, nor any monies due, voluntarily or by operation of law, without the prior written consent of City. Contractor shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Contractor is permitted to subcontract any part of this Agreement by City, Contractor shall be responsible to City for the acts and omissions of its subcontractor(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subcontractor and City. All persons engaged in the Work will be considered employees of Contractor. City will deal directly with and will make all payments to Contractor. In addition, neither this Agreement nor any interest in this Agreement may be transferred, assigned, conveyed, hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of City. Transfers restricted in this Agreement shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release Contractor or any surety of Contractor from any liability under this Agreement without the express written consent of City. 4.4 Independent Contractor. The legal relationship between the Parties is that of an independent contractor, and nothing shall be deemed to make Contractor a City employee. A. During the performance of this Agreement, Contractor and its officers, employees, and agents shall act in an independent capacity and shall not act or represent themselves as City officers or employees. The personnel performing the Services under this Agreement on behalf of Contractor shall at all times be under Contractor's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Contractor or any of its officers, employees, or agents, except as set forth in this Agreement. Contractor, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Contractor's employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Contractor shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Contractor in its business or otherwise a joint venturer or a member of any joint enterprise with Contractor. B. Contractor shall not have any authority to bind City in any manner. This includes the power to incur any debt, obligation, or liability against City. C. No City benefits shall be available to Contractor, its officers, employees, or agents in connection with any performance under this Agreement. Except for contract fees Page 6 of 75 08 paid to Contractor as provided for in this Agreement, City shall not pay salaries, wages, or other compensation to Contractor for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Contractor, its officers, employees, or agents, for injury or sickness arising out of performing Services. If for any reason any court or governmental agency determines that the City has financial obligations, other than under Section 2 and Subsection 1.8 in this Agreement, of any nature relating to salary, taxes, or benefits of Contractor's officers, employees, servants, representatives, subcontractors, or agents, Contractor shall indemnify City for all such financial obligations. 5. INSURANCE 5.1 Types of Insurance. Contractor shall procure and maintain, at its sole cost and expense, the insurance described below. The insurance shall be for the duration of this Agreement and includes any extensions, unless otherwise specified in this Agreement. The insurance shall be procured in a form and content satisfactory to City. The insurance shall apply against claims which may arise from the Contractor's performance of Work under this Agreement, including Contractor's agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Contractor shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified in this Agreement. Except as otherwise authorized below for contract liability (errors and omissions) insurance, all insurance provided under this Agreement shall be on an occurrence basis. The minimum amount of insurance required shall be as follows: A. Errors and Omissions Insurance. (WAIVED, not applicable). rentra,.t,.shall obtain and Maintain 41 fiall fi)rpp. ie tenn of this Agfeement, standaM _ (effersafnissietts) instifaneeeaver-age amounte _ Iva.. the.. OnO ...:11:.,.. d011a.... ($1 nnn nnn nn) e e e .,..,7 t.. .. ....:llie ff dollars (S2,000,000.00) a ...1 aggregate, ift HRR,...,J......,, V'ith the..F....:..:,,.,.. „C this q h !`..tractor hell 'the« (a) .w:f., r4ting to the City th.a .Tcoxxo.oaocoz �xxan oic.am—�,a.� o2ravTi•• T'-aaT C--,RHt+ARtRr is HHAVO aFe Of all)' 6OHtFaet liability claims made against Gantfaetef and is tinaware ef 'ts of the polo,,., shall apply separately t elai.. s ua aSiiab vaca .. C za«8ER e ,. ..ANd the Feadition e f se. ,lees, nder this d,.r,.,.... ent te. (2) If the polie.. of insurespe k «tt„« ., �Plai .a Fnade° basis the ff liey shall be eoHtitimed in fill' 4oree and effeet At all timeq during the tefm of this Agr-eemefft, a.... for u Y..aavu va uuw�T .I..t., ..0 the ,. ietion e f the Sef-.,lees p ..ided Page 7 of 75 09 (3) in the event thL pahe r of insuraftee is «iaen o n 44F..ew ensure eeverage during the entire eattEse of performing the _SL4q.,iee,8 11"d-ef the tefms of this Agreefflefof tiFminatien of the polio), during this PeFi9d, neA' eOVeFagO shall immediately be obtained 41a B. Workers' Compensation Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Contractor agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If Contractor has no employees, Contractor shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. C. Commercial General Liability Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. D. Business Automobile Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non-owned, leased, and hired cars. E. Employer Liability Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or disease. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City Manager or his/her designee prior to commencing any work or services under this Agreement. Contractor guarantees payment of all deductibles and self-insured retentions. City reserves the right to reject deductibles or self- insured retentions in excess of$10,000, and the City Manager or his/her designee may require evidence of pending claims and claims history as well as evidence of Contractor's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of$10,000. Page 8 of 75 j 0 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Contractor under this Agreement: 5.3.1 For any claims related to this Agreement, Contractor's coverage shall be primary insurance with respect to the City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Contractor's insurance and shall not contribute with it. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. 5.33 All insurance coverage and limits provided by Contractor and available or applicable to this Agreement are intended to apply to each insured, including additional insureds, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3.4 No required insurance coverages may include any limiting endorsement which substantially impairs the coverages set forth in this Agreement (e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City Manager and approved in writing. 5.3.5 Contractor agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Contractor's obligation to ensure timely compliance with all insurance submittal requirements as provided in this Agreement. 5.3.6 Contractor agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged in Page 9 of 75 '� 1 the Project will be submitted to the City for review. 5.3.7 Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights in this or any other regard. 5.3.8 Contractor shall provide proof that policies of insurance required in this Agreement, expiring during the term of this Agreement, have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten(10) days prior to expiration of the lapsing coverage. 5.3.9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements, or as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 5.3.10 The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impair the provisions of this section. 5.3.1 1 Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Contractor agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages resulting from the Contractor's activities or the activities of any person or person for which the Contractor is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required in this Agreement shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. Page 10 of 75 +1 5.5 Verification of Coverne. Contractor shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Contractor's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured... " ("as respects City of Palm Springs Contract No. " or 'for any and all work performed with the City"may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have..." ("as respects City of Palm Springs Contract No,_" or "for any and all work performed with the City" may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Contractor's obligation to provide them. Page 11 of 75 13 6. INDEMNIFICATION 6.1 Indemnification and Reimbursement. To the fullest extent permitted by law, Contractor shall defend (at Contractor's sole cost and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the "Indemnified Parties"), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively "Claims"), including but not limited to Claims arising from injuries to or death of persons (Contractor's employees included), for damage to property, including property owned by City, from any violation of any federal, state, or local law or ordinance, and from errors and omissions committed by Contractor, its officers, employees, representatives, and agents, that arise out of or relate to Contractor's performance under this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the City, its elected officials, officers, employees, agents, and volunteers. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Contractor's indemnification obligation or other liability under this Agreement. Contractor's indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party to this Agreement. 6.2 Design Contract Services Indemnification and Reimbursement. (WAIVED, not applicable). if the Agreement nt is ddet,..-.:Riaed-to be ., "designntraet sen,ieesagFOOFHOnt" ..,7 A. Tsmac-ac.lniest e.,tent . o. .iaed by law, Gant_uc4vr shall indeftiflify, defend-(at Cantfaeter's sole east and e*pefise), pFeteet Rfld h8ld h&FMIOSS Cat)' Mid its eleCted , ect is required, (individually "Indemnified Party"; eelleetively "Indemnified Pat4ies") against any and all liabilities, elaims,judgments, ar-bitFa4ieft awards, settlements, eests, demands, OFderS and penalties (eelleetively "Claims"),offieers, employees, agents and volunteerq and all other publie ageneies whose appFElval of but net limited te Claiffis arising from injuries er Gentraet F, its agents, epklesq V ..:nfi.l e..r......,..,.ev..r ,.r r..a.._,. «,. ..,...c..... afty «,...... s. f,yer- of the T«.i o...«:Coa D.._tie.. In addition, CORt_aot,._ shall _00 ..all r design ee tract under this AgreofaeEit, to obtain in—ramee that is Gonqistent Avith fhe Insu -S L4 Page 12 of 75 feFth in this Agfeement, as well as any ether insuranee that fnay be required by GaiAFaet Offieer, 7. REPORTS AND RECORDS 7.1 Accountin2 Records. Contractor shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Contractor shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement, or as the Contract Officer shall require. Contractor acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed under this Agreement. For this reason, Contractor agrees that Contractor shall promptly notify the Contract Officer the estimated increased or decreased cost if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the contemplated Work or Services. If Contractor is providing design services, Contractor shall promptly notify the Contract Officer the estimated increased or decreased cost for the project being designed if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the design services. 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Contractor, its employees, subcontractors, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement. Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials. Any use of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and the City shall indemnify the Contractor for all resulting damages. Contractor may retain copies of such documents for their own use. Contractor shall have an unrestricted right to use the concepts embodied tin this Agreement. Contractor shall ensure that all its subcontractors shall provide for assignment to City of any documents or materials prepared by them. In the event Contractor fails to secure such assignment, Contractor shall indemnify City for all resulting damages. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Contractor in the performance of this Agreement shall be considered confidential and shall not be released by Contractor without City's prior written authorization. Page 13 of 75 45 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Contractor shall provide City, or other agents of City, such access to Contractor's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Contractor's performance under this Agreement. Contractor shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Default of Contractor. Contractor's failure to comply with any provision of this Agreement shall constitute a default. A. If the City Manager, or his designee, determines that Contractor is in default in the performance of any of the terms or conditions of this Agreement, he/she shall notify Contractor in writing of such default. Contractor shall have ten (10) days, or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Contractor fails to cure its default within such period of time, City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any remedy to which City may be entitled at law, in equity, or under this Agreement. Contractor shall be liable for all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured, provided that nothing shall limit City's right to terminate this Agreement without cause under Section 3.5. B. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section Page 14 of 75 16 8.3A, take over the work and prosecute the same to completion by contract or otherwise. The Contractor shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages). The City may withhold any payments to the Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Contractor shall not limit Contractor's liability for completion of the Services as provided in this Agreement. 8.4 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant, condition, or term contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions. 8.5 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 8.6 Legal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct, remedy or recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non judicial proceeding, the prevailing Party shall be entitled, in addition to such other relief as may be granted, to recover from the non-prevailing Party all reasonable costs and expenses. These include but are not limited to reasonable attorney fees, expert contractor fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. To the extent authorized by law, in the event of a dismissal by the plaintiff or petitioner of the litigation or non-judicial proceeding within thirty (30) days of the date set for trial or hearing, the other Party shall be deemed to be the prevailing Party in such litigation or proceeding. Page 15 of 75 17 9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 9.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor-in-interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. Contractor acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Contractor enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Contractor warrants that Contractor has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. 9.3 Covenant Against Discrimination. In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, national origin, sexual orientation, gender identity, physical or mental disability, or medical condition. Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, sexual orientation, gender identity, physical or mental disability, medical condition, or national origin. 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 of compensation; and selection for training, including apprenticeship. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement. To the fullest extent permissible under law, and in lieu of any other warranty by City or Contractor against patent or copyright infringement, statutory or otherwise: A. It is agreed that Contractor shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the normal use or sale arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Contractor shall pay all costs and damages finally awarded in any such suit or claim,provided that Contractor is promptly notified in writing of the suit or claim and given authority, information and assistance at Contractors expense for the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of Contractor. However, Contractor will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Contractor when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. B. Contractor shall have sole control of the defense of any such claim or suit Page 16 of 75 Is and all negotiations for settlement in the event City fails to cooperate in the defense of any suit or claim, provided, however, that such defense shall be at Contractor's expense. Contractor shall not be obligated to indemnify City under any settlement that is made without Contractor's consent, which shall not be unreasonably withheld. If the use or sale of such item is enjoined as a result of the suit or claim, Contractor, at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. 10.2 Notice. Any notice, demand, request, consent, approval, or communication that either party desires, or is required to give to the other party or any other person shall be in writing. All notices shall be personally delivered, sent by pre-paid First Class U.S. Mail, registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission. All notices shall be deemed received upon the earlier of(i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails, text messages, and instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To City: City of Palm Springs Attention: City Manager& City Clerk 3200 E. Tahquitz Canyon Way Palm springs, California 92262 Telephone: (760) 323-8204 Facsimile: (760) 323-8332 To Contractor: Univar USA Inc. 8201 S. 212' Kent, WA 98032 Attention: Shawnasey McCarthy Telephone: 253-872-5000 Facsimile: 253-872-5041 10.3 Integrated Agreement. This Agreement constitutes the entire agreement between the Parties and supersedes all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter in this Agreement. 10.4 Amendment. No amendments or other modifications of this Agreement shall be binding unless through written agreement by all Parties. 10.5 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law. If any provision of this Agreement shall be determined to be invalid by a final judgment or decree of a court of Page 17 of 75 {� competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary. Except as may be expressly provided for in this Agreement, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-party beneficiary or otherwise, upon any entity or person not a party to this Agreement. 10.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth in this Agreement and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement, by the same. 10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing, (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. Page 18 of 75 20 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. "CITY" City of Palm Springs Date: By: David H. Ready City Manager APPROVED AS TO FORM: ATTEST By: By: Douglas C. Holland, James Thompson, City Attorney City Clerk APPROVED BY CITY COUNCIL: Date: Agreement No. Corporations require two notarized signatures. One signature must be from Chairman of Board,President,or any Vice President. The second signature must be from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer. CONTRACTOR NAME: Check one Individual_Partnership_Corporation Address By By Signature(Notarized) Signature(Notarized) Page 19 of 75 1 EXHIBIT "A" SCOPE OF SERVICES SCOPE OF WORK: Purpose: The City of Palm Springs is seeking qualified vendors to provide pool chemicals for Palm Springs public swim center as outlined in the scope of work. Background: The City of Palm Springs maintains a community recreation center that includes a swimming pool for public use. The swimming pool is maintained by utilizing Hydrochloric Acid 15% and Sodium Hypochlorite 12.5% chemicals. The City has recently purchased its own chemical tanks and is now in need of an outside vendor to provide the necessary chemicals to maintain its public swimming pool. It is the intent of this specification to secure a contract for a supplier to provide the necessary pool chemicals to maintain the proper PH balance sanitary conditions of the pool. Scope of Work: The intent of this Invitation for Bids is to solicit sealed bids from qualified vendors to supply and deliver Hydrochloric Acid 15% and Sodium Hypochlorite 12.5% chemicals on a monthly basis as needed. The vendor shall furnish all chemicals, labor, necessary equipment, and any tools required to perform the services to deliver said pool chemicals as set forth in this specification and in keeping with the highest standards of quality and performance. The City has purchased a new 1000 Gallon Opaque HDPE Heavy Duty Double Wall Storage tank to store the 12.5% Sodium Hypochlorite and a new 500 Gallon HDPE Heavy Duty Double Wall Storage tank to store the 15% Hydrochloric Acid (See Attachment A for tank specifications). The current tanks are stored outside in an enclosed block wall space with a semi enclosed canvas covering (See Attachment B for photographs of enclosed space and conditions). The new tanks shall be installed by the City prior to the first delivery. Work will be executed under the direction of the Parks Maintenance Supervisor on an as needed basis depending on the quantities needed for each delivery. The swim center uses approximately 3600 gallons of Hydrochloric Acid 15% each year and 30,600 gallons of Sodium Hypochlorite 12.5% per year. These gallons are estimated based on 2015 usage information. The City cannot guarantee a minimum usage quantity. This quantity is an estimate only, actual usage may be substantially higher or lower based on swim center usage. Deliveries shall be F.O.B. destination, with no added charges (e.g. delivery, expedite, environmental, overnight, fuel surcharge, etc). Handling and delivery of all materials must comply with all local, State and Federal safety regulations and must maintain appropriate hazardous material transportation and handling certifications and licensing. Distinguishable uniforms must be worn at all times, with company name clearly displayed, while on City sites. Page 20 of 75 22 EXHIBIT 'B" CITY'S INVITATION FOR BID CITY OF PALM SPRINGS INVITATION FOR BIDS NO. 16-06 FOR POOL CHEMICALS FOR PALM SPRINGS SWIM CENTER THIS INVITATION FOR BIDS CONSISTS OF THE FOLLOWING: PAGE COVERSHEET.......................................................................................................................... 1 NOTICE INVITING BIDS............................................................................................................2 BIDDER'S CHECK LIST.............................................................................................................3 TERMS & CONDITIONS.........................................................................................................4-6 SCOPE OF SERVICES, REQUIREMENTS, COMPENSATION, PERFORMANCE....................7 ATTACHMENT "A" TANK SPECIFICATIONS .......................................................................8-14 ATTACHMENT "B" TANK STORAGE FACILITY PHOTOS ................................................. 15-17 BID PRICING PAGES (MUST BE MANUALLY SIGNED)......................................................... 18 NON-COLUSSION AFFIDAVIT...................................................................................19 BIDDER'S GENERAL INFORMATION AND REFERENCE LIST........................................ 20-21 SAMPLE CONTRACT AGREEMENT..................................................................................22-45 NO RESPONSIBILITY WILL ATTACH TO ANY OFFICER FOR THE PREMATURE OPENING OF OR THE FAILURE TO OPEN A BID NOT PROPERLY ADDRESSED AND IDENTIFIED. STREET ADDRESS: City of Palm Springs Procurement& Contracting 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 DATE DUE: March 31, 2016 TIME DUE: 3:00 P.M., Local Time PLEASE NOTE THAT PALM SPRINGS CITY HALL IS CLOSED EVERY FRIDAY AND THEREFORE IS NOT ABLE TO ACCEPT, TIME OR DATE STAMP ANY SUBMITTALS/BIDS ON FRIDAYS (OR WEEKENDS). PLEASE TAKE THIS INTO CONSIDERATION WHEN DELIVERING A SUBMITTAL/BID BY THE DUE DATE AND TIME AS DEFINED IN THIS DOCUMENT. Page 21 of 75 -�� 3 NOTICE INVITING BIDS CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS (IFB) 16-06 NOTICE IS HEREBY GIVEN that the City of Palm Springs, California, is soliciting bids from qualified vendors to provide: POOL CHEMICALS FOR PALM SPRINGS SWIM CENTER SCOPE OF WORK: The City of Palm Springs offers a public swimming pool to local and visiting patrons to utilize for recreational as well as organized swimming sports and activities. The City is in need of a chemical pool supplier to supply and deliver Hydrochloric Acid 15% and Sodium Hypochlorite 12.5% into city-owned tanks located at the Palm Springs Swim Center 405 S. Pavilion Way, in the Sunrise Plaza complex, immediately adjacent to the Leisure Center. DUE DATE AND TIME: Bids will be received until 3:00 P.M., March 31, 2016 at the Office of Procurement and Contracting, 3200 Tahquitz Canyon Way, Palm Springs, California, 92262, at which time they will be publicly opened and read in the Procurement and Contracting Office. No Bid will be considered unless it is made on a bid form furnished by the City. Bids must be submitted in sealed envelopes and either hand delivered or mailed to: City of Palm Springs, Procurement and Contracting Division at the address above. The City of Palm Springs reserves the right to reject any or all bids and to waive any informality or technical defect in a bid. Availability of Documents: Bid Documents and Specifications be downloaded via the internet at www.palmspringsca.gov (go to Departments, Procurement, Open Bids & Proposals), or by calling the Office of Procurement and Contracting, (760) 322-8374. Upon downloading the IFB via the internet, contact Leigh Gileno via email at Leigh.Gileno(c�palmspringsca.gov to register for this specific proiect and your desire to receive any Addenda issued. Please provide your company name, contact person, contact email address, office address, office phone, and office fax. Failure to register may result in not receiving Addenda to the IFB. Failure to acknowledge Addenda issued may result in your bid to be found non-responsive. The receiving time in the Procurement and Contracting Office will be the governing time for acceptability of all Bids. Telegraphic Bids will not be accepted. It is the responsibility of the Bidder to see that any Bid sent through the mail, or by any other delivery method, shall have sufficient time to be received by the Procurement and Contracting Office prior to the Bid Opening Time. Late Bids will be returned to the Bidder unopened. Prevailing Wage Rates are not applicable. Sincerely, Leigh Gileno Procurement Specialist II City of Palm Springs, CA PLEASE NOTE THAT PALM SPRINGS CITY HALL IS CLOSED EVERY FRIDAY AND THEREFORE IS NOT ABLE TO ACCEPT, TIME OR DATE STAMP ANY SUBMITTALS/BIDS ON FRIDAYS (OR WEEKENDS). PLEASE TAKE THIS INTO CONSIDERATION WHEN DELIVERING A SUBMITTAL/BID BY THE DUE DATE AND TIME AS DEFINED IN THIS DOCUMENT. Page 22 of 75 24 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 16-06 BIDDER'S CHECK LIST I GENERAL INSTRUCTIONS TO BIDDERS: Bidders are advised that notwithstanding any instructions or inferences elsewhere in this Invitation to Bid only the documents shown and detailed on this sheet need be submitted with and made part of their Bid. Other documents may be required to be submitted after the Bid opening time and date, but prior to Award. Bidders are hereby advised that failure to submit the documents shown and detailed on this sheet MAY RENDER THE BID NON-RESPONSIVE. II REQUIRED DOCUMENTS FOR BID SUBMITTAL: BIDS MAY NOT BE CONSIDERED if the following documents and/or attachments are not completely filled out and submitted with the Bid. NOTE: ONLY THOSE ITEMS MARKED BY AN "X" ARE REQUIRED. X Bid Schedule Pricing, Page 18, must be manually signed. X Erasures or other changes made to the Bid Bid/Pricing Page must be initialed by the person signing the Bid. X Affidavit of Non-Collusion by Contractor form, Page 19, must be notarized and signed by a Notary Public. X Information Required of Bidders, including reference information, Pages 20-21, must be completed. X All Addenda issued shall be acknowledged in the space provided on the Bid Pricing page 18 or by manually signing the Addenda sheet and submitting it prior to the Bid Opening Time and Date. Page 23 of 75 '�5 CITY OF PALM SPRINGS TERMS AND CONDITIONS 1. Bids must be submitted on Bid forms supplied by the Procurement and Contracting Office in a sealed envelope showing on the outside the name of the Bidder, Bid title, Bid number, time and date of opening. 2. Bids submitted may be withdrawn by written request received before the hour set for the opening. After that time, Bids may not be withdrawn by the Bidder for a period of ninety (90) days and at no time after award of Bid. 3. The City of Palm Springs reserves the right to award to the lowest responsive responsible bidder or to reject all bids, as it may best serve the interests of the City. Furthermore, the City reserves the right to reject the Bid of any Bidder who previously failed to perform properly, or complete on time, agreements of a similar nature, or to reject the Bid of a Bidder who is not in a position to perform such an agreement satisfactorily. 4. The City reserves the right to reject any or all Bids and to waive any informality or technical defect in a Bid, as it may best serve the interests of the City. The City also reserves the right to make such investigations as it deems necessary to determine the ability of the Bidder to perform the Work and the Bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any Bid if the evidence submitted by or investigation of such Bidder fails to satisfy the City that such Bidder is properly qualified to carry out the obligations in the bid documents and to complete the Work contemplated therein. 5. The decision of the Palm Springs City Council, or their designee if applicable, will be final. It is anticipated that City Council, or designee if applicable, will award the bid at their regularly scheduled meeting following the closing date for receipt of bids. 6. Bidder's signed bid and fully executed contract services agreement shall constitute an agreement. 7. Submission of a signed Bid will be interpreted to mean that Bidder has hereby agreed to all the terms and conditions set forth in all of the pages which make up this Invitation For Bid. 8. The price quoted by the Bidder in his/her bid shall include any and all applicable sales or use tax levied by the California Revenue and Taxation Code, and shall be exclusive of Federal Excise Taxes pursuant to the exemption of political subdivisions in the "Revenue Act of 1935" or any other acts of Congress. 9. Bidders may submit only ONE (1) bid in response to this IFB. You many NOT submit multiple bids. 10. When discrepancies occur between unit prices and extended amounts the unit prices shall govern. 11. Bidder will be required to file an Affidavit of Non-Collusion with their Bid. This shall be signed and sworn before a Notary Public. 12. Notice of Award: After award of the Bid by the Palm Springs City Council if necessary, a Notice of Award letter and Agreement will be sent to the successful Bidder for execution and return. The successful Bidder shall provide all Certificates of Insurance, within fourteen (14) calendar days. Page 24 of 75 26 13. The Bidder agrees that the City has the right to make the final determination as to whether the material/equipment has been satisfactorily delivered, operable and meets acceptance criteria as defined in the Bid documents. 14. Performance: Time is of the essence in the performance of the work. Performance schedule may be a factor in award of bid and may be cause for rejection, as determined by the City. 15. Termination for Default: The City may, by written notice of default to the vendor, terminate any resulting order in whole or in part should the vendor fail to make satisfactory progress, fail to deliver within time specified therein or fail to deliver in strict conformance to specifications and requirements set forth therein. In the event of such termination, the City reserves the right to purchase or obtain the supplies or services elsewhere, and the defaulting vendor shall be liable for the difference between the prices set forth in the terminated order and the actual cost thereof to the City. The prevailing market price shall be considered the fair repurchase price, If, after notice of termination of this contract under the provisions of this clause, it's determined for any reason that the Contractor was not in default under the provisions of this clause, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause. The rights and remedies of City provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. 16. Termination for Convenience: The City may, by written notice stating the extent and effective date terminate any resulting order for convenience in whole or in part, at any time. The City shall pay the vendor as full compensation for performance until such termination the unit or pro rate price for the delivered and accepted portion, and a reasonable amount, as costs of termination, not otherwise recoverable from other sources by the vendor as approved by the City, with respect to the undelivered or unaccepted portion of the order, provided compensation hereunder shall in no event exceed the total price. In no event shall the City be liable for any loss of profits on the resulting order or portion thereof so terminated. The rights and remedies of City provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. 17. Fiscal Year: Obligation for payment of any contract beyond the current fiscal year end is contingent upon the availability of funding from which payment can be made. No legal liability shall arise for payment beyond June 30 of the calendar year unless funds are made available for such performance. 18. Governing Law: This contract shall be construed and interpreted according to the laws of the State of California. 19. Payment Terms: The standard terms at the City of Palm Springs are Net 30 days. 20. Local Preference: Pursuant to the City of Palm Springs Local Preference Ordinance 1756, the term "Local Business" is defined as a vendor, contractor, or consultant who has a valid physical business address located within the Coachella Valley, at least six months prior to bid or bid opening date, from which the vendor, contractor, or consultant operates or performs business on a day-to-day basis, and holds a valid business license by a jurisdiction located in the Coachella Valley. "Coachella Valley" is defined as the area between the Salton Sea on the south, the San Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino Mountains on the east and north. For the purposes of this definition, "Coachella Valley" includes the cities of Beaumont and Banning and the unincorporated areas between Banning and the City of Palm Springs. Post office boxes are not verifiable and shall not be used for the purpose of establishing such physical address. In the bidding of, or letting for procurement of, supplies, materials, and equipment, as provided in Ordinance No. 1756, the City may give a preference to Local Businesses in making such purchase or awarding such contract in an amount not to exceed five (5%) percent of the Local Business' total bid Page 25 of 75 27 price, or $15,000, whichever amount is lower. Total bid price shall include only the base bid price but also adjustments to that base bid price resulting from alternates requested in the Solicitation. In order for a Local Business to be eligible to claim the preference, the business MUST request the preference in the Solicitation response (see cost proposal pages) and provide a copy of its current business license from a jurisdiction in the Coachella Valley. 21. Questions: Bidders are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this IFB other than as directed below. Contact with anyone other than as directed below WILL be cause for rejection of a Bid. Any questions, technical or otherwise, pertaining to this Invitation for Bid must be submitted IN WRITING and directed ONLY to: Leigh Gileno Procurement Specialist II City of Palm Springs 3200 E Tahquitz Canyon Way Palm Springs, CA 92263-2743. Email: Leigh.Gileno@palmspringsca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the IFB. The deadline for all questions is 3:00 P.M., Local Time, March 17, 2016. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 22. It is understood that the services offered by the Bidder will meet all requirements of the specifications in this Invitation unless deviations therefrom are clearly indicated in an attachment titled "Exceptions to Specifications" submitted and signed by Bidder's authorized representative. In order for the Bid to be considered, an explanation must be made for each item in which an exception is taken, giving in detail the extent of the exception and the reason for which it is taken. The City of Palm Springs will be the sole judge as to whether any deviations or exceptions will be approved or accepted. Page 26 of 75 98 CITY OF PALM SPRINGS, CALIFORNIA SCOPE OF WORK, SPECIFICATIONS, AND SPECIAL CONDITIONS INVITATION FOR BIDS NO. 16-06 FOR POOL CHEMICALS FOR PALM SPRINGS SWIM CENTER 1. SCOPE OF WORK: Purpose: The City of Palm Springs is seeking qualified vendors to provide pool chemicals for Palm Springs public swim center as outlined in the scope of work. Background: The City of Palm Springs maintains a community recreation center that includes a swimming pool for public use. The swimming pool is maintained by utilizing Hydrochloric Acid 15% and Sodium Hypochlorite 12.5% chemicals. The City has recently purchased its own chemical tanks and is now in need of an outside vendor to provide the necessary chemicals to maintain its public swimming pool. It is the intent of this specification to secure a contract for a supplier to provide the necessary pool chemicals to maintain the proper PH balance sanitary conditions of the pool. Scope of Work: The intent of this Invitation for Bids is to solicit sealed bids from qualified vendors to supply and deliver Hydrochloric Acid 15% and Sodium Hypochlorite 12.5% chemicals on a monthly basis as needed. The vendor shall furnish all chemicals, labor, necessary equipment, and any tools required to perform the services to deliver said pool chemicals as set forth in this specification and in keeping with the highest standards of quality and performance. The City has purchased a new 1000 Gallon Opaque HDPE Heavy Duty Double Wall Storage tank to store the 12.5% Sodium Hypochlorite and a new 500 Gallon HDPE Heavy Duty Double Wall Storage tank to store the 15% Hydrochloric Acid (See Attachment A for tank specifications). The current tanks are stored outside in an enclosed block wall space with a semi enclosed canvas covering (See Attachment B for photographs of enclosed space and conditions). The new tanks shall be installed by the City prior to the first delivery. Work will be executed under the direction of the Parks Maintenance Supervisor on an as needed basis depending on the quantities needed for each delivery. The swim center uses approximately 3600 gallons of Hydrochloric Acid 15% each year and 30,600 gallons of Sodium Hypochlorite 12.5% per year. These gallons are estimated based on 2015 usage information. The City cannot guarantee a minimum usage quantity. This quantity is an estimate only: actual usage may be substantially higher or lower based on swim center usage. Deliveries shall be F.O.B. destination, with no added charges (e.g. delivery, expedite, environmental, overnight, fuel surcharge, etc). Handling and delivery of all materials must comply with all local, State and Federal safety regulations and must maintain appropriate hazardous material transportation and handling certifications and licensing. Distinguishable uniforms must be worn at all times, with company name clearly displayed, while on City sites. Page 27 of 75 29 ATTACHMENT "A" Specifications for 500 and 1000 gallon tanks pages 8-14 500 Gallon Tank for Hydrochloric Acid 15% DW0500-57 DOUBLE WALL TANK STANDARD COMPONENTS —10528 16" VENTED LID RWO50R TAN INNER OR RIMAi II ' 14213 EPDM SEAL SEC AMP PAW R O SHIPPIN / ENTERING 1' t NOTCH S 3�LACES FITT(FIRING IS OPT1&AL( I"SERVICE FITTING Page 28 of 75 30 DEN HARTCIC INDUSTRIES, INC ....... .................. Op"STAIN is mace W Of Ic 00 I C;g .I ]1 3 00 16 JOCEEt"P, 1634 (10 Z'8c3 I I'LIAL ;(At r Qc n FOW OTTITTAL 08 00 BE 66 Is 030C 00 75 X S 5,25 Y Do DETAIL 9 16 co S'AtE ??; L 5702 q—"rl',-I Aar Z;t9,l4 Den I 4 71, 1 N 0 u PEH 61W.. By'"ri I ''N I C L Cq tK F I*k E SS OTKR4;S I SN I F[In PE WE 1 I PA I I NT 025O NUM WAII I s 50.' CiALLONOL4i LNE I e'G .4 Page 29 of 75 31 (C)DEN HARTOG iNDUSTRi-E , IN, moo 31 L ABET. t[35 LAbf VJAL I INE wD.UM BAW(CDC FITTMG OPTONAL Vii 2:L'.,3 OPUBC AE1 0600 EEL 91 II j0075 xLAlIDRAY A Sig SCALE 22i R2DO 2, iN ,jl[ PUT Den I I N D U 8 'E I el:�f VM' 11,'KIM 40, A—. „xn .'Is A IIE I e Or-;p,.s7 SPEC T,P USCIPT 11�7, ,A i �Q'uA-LEN UuAL LIE -A! FIC�k N: MLI�L zs- LUS 21P41EI ri,--�HG Page 30 of 75 32 STANDARD TANK ASSEMB, ,T,710'IAL FIT': iG LWI Y!IVI A Deal INDUS ' ICF t,r ib 14 1 Cj' A- "A -W, Ld, iq k il I, N S Page 31 of 75 33 ATTACMENT "A" CONTINUED 1000 Gallon Tank for Sodium Hypochlorite 12.5% LIFN HAPIOG 'NDUSTR ES, INC ............. ------------- TY —T--I F:TTPIG CP7,DWAL '13 t 04 15 X s 69 Rj GC 0 66 OC Dt,A I A 5(ALE 7�,A A OA IQ/16 7: Den I cAza 1 N 0 U tes 1HPIA1, In CCT104 1/4- MGLF I- F� Page 32 of 75 !)DEN HAR T n5 INDJSiRIE S, IN,. PRELIMINARY �V — 200 -� :�X P 0i C—1 1y F025 t oxe ,,e , - Den i Ieuous ' FEV SXYic Ln ir..--- �nKbn c5(NG�.G4 � g. IpAtC (4 Ili EN Il C R OE M S ( o.-n 5 [ YNI 1 JiiS—f —ir ,?IC f(P ;vf] fP TC , «e s -SKia 'OJO GAI LO4 i4LL T.% 124 1 :xr E. Page 33 of 75 35 1 0 STANDARD TANK A� Et'i0 T iT7 OEtJ F P TOC ItIJJSTPIES W;. � '�ANK ASSEMBLY WITH nq n nc OPf!CNAL FITTING .. ... FLR(5 li 14NN C' FOB rV,111i.5 "DN1,01, 1 i-I 1 I 1 I I C 4L;opu IAh.i SEAL G� �i I AHY:S 2L I F Ob^L00-t)-: 1 I I i.T 14,-414'LA F PM160L11.1 iII I Fir,AI!IG NI II II .( Den I N D U 5 I 40, 3 fl 1,T;.: al C b�.arw Inpw 5� Knl t[ i CS m �I. 11 l2ILE � �IEH' �IbG11 ON GI NCTM ' pa.P. 5+2 L8 ED�A N rl s 1u IE aLb ' - eC F_r �� 'Px � d L-111 PE.0 hG �J' Page 34 of 75 36 Attachment "B" Aerial View of Tank Storage Facility RED OUTLINE IS ACID ROOM 15ft X 15ft YELLOW OUTLINE IS CHLORINE ROOM 27ft x27ft. CHLORINE ROOM ALSO HOUSES BACKWASH FILTERS AND HEATERS Page 35 of 75 37 Current Tanks will be replaced with the"New" City-Owned Chemical tanks by City Staff prior to first delivery. smom HYPOENLORITE Page 36 or 75 38 �.. . I MARf4mf; .f. ,. �a r V �•_Mal},�1T�7 Page 37 of 75 BID SCHEDULE SUMMARY POOL CHEMICALS IFB 16-06 Chemicals $Per Est.Gallon Per Estimated Gallon Year Year Total Hydrochloric Acid 15% $ X 3,600 al/ r $ Sodium H pochlorite 12.5% $ X 30,600 al/ r $ Annual Grand Total $ THIS IS A UNIT PRICE CONTRACT. PRICING FOR INITIAL 1 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the initial first (1) year of the Agreement term, the Unit Pricing shall remain fixed. For optional years 2, and 3 vendor may request a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary date. Optional renewal years 2 and 3, plus any associated CPI increase, are at the mutual consent of the City and the Vendor. CHECK IF THE FOLLOWING STATEMENT APPLIES: (MANDATORY) My firm/company is a Local Business that has a properly licensed car wash facility located within the Palm Springs city limits. Copy of current business license from the City of Palm Springs is required to be attached to this document. ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required by including the acknowledgment with your Bid. Failure to acknowledge the Addenda issued may result in your Bid being deemed non-responsive. In the space provided below, please acknowledge receipt of each Addendum: Addendum(s) # is/are hereby acknowledged. (Signatures): Name of contractor submitting bid Authorized signature Printed name Title Address City, State, Zip Telephone No: Fax No: E-mail Page 38 of 75 40 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH BID STATE OF CALIFORNIA ) ) SS COUNTY OF RIVERSIDE ) The undersigned, being first duly sworn, deposes and says that he or she is of , the party making the foregoing bid. That the bid is not made in the interests of, or on the behalf of, any undisclosed person, partnership company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or any other member or agent thereof to effectuate a collusive or sham bid. By: Title Subscribed and sworn to before me this day of 20_ Notary Public in and for said County and State Page 39 of 75 41 CITY OF PALM SPRINGS POOL CHEMICALS FOR PALM SPRINGS SWIM CENTER IFB 16-06 Information Required of Bidder NO BID WILL BE CONSIDERED UNLESS THIS DOCUMENT IS COMPLETED IN FULL. ALL APPLICABLE ITEMS MUST BE FILLED OUT. Bidder is required to supply the following: 1. Contractor/Firm Name and Address 2. Name and Title of person authorized to execute a contract for the firm: 3. Telephone Number: (FAX) 4. E-mail address: 5. Type of Firm: _Individual _Partnership _Corporation _Other 6. Corporation organized under the laws of the State of 7. Business License No. Expiration Date: 8. List at least five (5) current contracts/references which are similar to the requirements in this IFB. Contract$ Contract Account Name &Address Contact Person Amount Term & Phone Number a. b. C. d. e. Page 40 of 75 42 9. List the name, title, and telephone of the person (Manager or Supervisor)who will supervise full-time the work of this Contract for your firm: 10. Number of years in this type of business: (USE THE SPACE BELOW AND ADDITIONAL PAGES IF NECESSARY) Page 41 of 75 43 EXHIBIT "C" CONTRACTOR'S BID U.ww USA NK 41w ONI s I1ae K..YM 9a012 a9r u5A Ul l] AR r zsran sees r»�sn sus l wow uwania Cote Minch 28,2016 City of Palm Springs Procurement&Contracting 3200 E.Tphquitz Canyon Way Palm Springs,CA 92262 RE: IFB No. 16-16.Pool Chemicals for Palm Springs Swim Center To Whom It May Concern: Univar USA Inc.(%pleased to offer a price quote on your IFS due Thursday,March 31,2016 and has done so on the attached required paperwork. Our contact information for all things bid and contract related,as well as the information for your local branch,is also attached. We look forward In hearing the results of your request we have included a self-addressed, stamped envelope for the bid tabulations. Thank you, ShaturTadey McCa:athy JP,a,.u{tar?e.'rar Municipal Specialists k'estem Region Univar USA Inc. muniteam-west o unll'arusu Lonl www.uni yar..corn Pleas Note: Stour ahan indomr*SuM for losses W ar eAenl caused by Settees neogerics or txeam o1 odlpatl. WOW pang w aade log V10dentel or consepueruW et mspes SOWS falwy is bmitod fo the purchesa price of as goods SELLER MAKES NO WARRANTY OF MERCi1ANTABIUTY OR FITNESS FOR A PARTICULAR PURPOSE Weals Note: White applicable,arty Stale.Federal a,oaar aboropnate tacos andict the Caatoma MA Assl4pnere ena appear he separate lira name on any mocks' e emv+ar n Unnars pethew/pwcalplw* wigs atcarsh a Of tlsae tlargeS-they wile be tacced Out d the'product'ki line learn 9+s0 eMx++as thew o era Hem(S)M IM Mra of bang Page 42 of 75 44 Un)var USA Inc. 2800 S Oar11et0 Avon" ' Commerce,CA 90040 v T 323-727-IM u n I V^R F 323-837.7100 wsrw.umver.com GENERAL INFORMATION Regular Office t42urs during which orlon may be placed Monosy-Fnday 7.00 am-5.30 Pm(PST) 1In""of an emargancv during non-business houn: For Non-Chem;cal Emerge s Afler-hcurs offIll errcy pager-24-hour response. (323)440,9314 Fa Chemical Related Emergencies. Chili (800)424.9300 Nettles•telaghorrortAN numbers of 1112se reag006112 o for 9411109 orders and InA40no dehvery Office Phone (800)201.4439 Office Fax (323)837-7100 Email 0rdem- Tom DeLong- DUsblct Administrabve Manager thowas d '4QY91ye Denial Manners-CKMralkons Manager w5dbinniarum ran Clay Kussfar- General Manager �py.kug7lg2uryvaru�g com For anything oarUlnlng to bids: Please send all D+d packeWdocuments to Univar USA Inc (Unless olho wise specified) Alln.WER Muni Team 8201 S.2 W Kem.WA W32.1994 COntads r•nm , lon,wer Perms Rase Howay Who"yc "'O'cipall Specialist 1 S Phone, hone (2 )53 87Z e R 72 908e Phg 53 2a7 •y08y Fax (253)872-%41 Fax: (253)8 i253j872-504+ 72.5041 Fax ( ) r Rnnbr wr+asf4 rys ..,, e` _- - michess Mtk®1r.Yya�='Corn ShaMnaseV MCCar" Munkyal COmnerclal Maager Phone. (253)872-W52 Fax (253)872-5o41 {haA'n4LBy RKIJMY®l _ u 3 Page 43 of 75 45 Remittance Address' Standard Payment Terms: Unrvar USA Inc Net 30 PO Box 849027 Dallas,TX 75284-9027 i f Page 44 of 75 dG V unwnR UNIVAR USA INC. AMIOR1EEU BID SIGNERS RFS(R.UTION RESOLVED,that the Curpxale Scctct.ry shall Immmin a lost of the agrMv ul this Crnpuamsn wM,a«vas«d w,b uu+hurity to eaecme In the CorpursUon's behalf formal, written bids no pgpuah for the sale Of dher ditpositwn of products handled by the Co,pratlun. Said his stall be as established utnially by the Board of D+reclms and+hereafter.the p«s+dmL"a VKe pr Klenl shall have it,authority,by wrinrn direcbvc to the Coulrnate Secretary,to odd agents to ut elinunate agems fnwn said Lev,and it is further RESOLVED.that the Ccrpurale Sccreury or any Assistant Stcrdary of the Corporation is authnnaed to certify ibis «sulorian w cen+fy u,the name m name of persons on the his maeslained by Me CorpvsM Sayetary and such eenifk"aiC will he nmcluslve evhlcoce of the authority of such prtwn nr penury uh by act. END OF RESOLUTION CERTIFICATION 1,the undersigned,as Caepira+c Secretary of Unhvar USA Im do hereby certify as fnikno c I Thal the ahnv,resnlu"on was duly adophcd by Ile Burd of Or«curs of said Curporalim at a ncsyrng duly held on Ucmmbrr 4,1916.and is in full funs and circa y That the list of prisons authunacd to comic,rur an on behalf of this Corpaali m,women bids or proposals fa Crow'sale cr Other dispuss idn of pnxluas handled by tins Corpaatsor+ as minally nublhaMW by the Board of Uhminrs and thereof,,,added at by the p«vrdcru,Or a Vote I'mi4mi of thin Cn pormion u follows. All ufrwrts and he hallowing. Shawnascy,McCarthy Munktpal Cormu suctal Manager Kristen B,mler Municileg Sl+ee,,J, Livia Campbell Municipal Specahu Sara Cauthcn Municipal Spmulist Reis,1Wliday Municipal Specwhm Michcie Kuras -Municipal Speeulig Max Malmbolg Municifsl Speriilist bench,perras Municipal SpeciahN WlcySscvums Munimpol5pcciatm Michelle aVots Muncipal 5ly:ciNhu y Tltw Ott huregumg pawn is wthor+aed lu anon bids purwam us the«wduti�m rMrvc rrlerrcd r+� J�SA Q 1 orb Az Ferry T. i r Corporse Secretary (S.190 A i Page 45 of 75 47 IFS #16-06 POOL CHEMICALS FOR PALM SPRINGS SWIM CENTER ADDENDUM NO. 1 Thms Addendum is being Issued for the following charges and informational items: THE FOLLOWING REVISIONS ANDIOR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS The City has neelved the following questions and Is hereby providing answers thereto: 01 Will the tanks have level indicators so that the driver can easily and safely see the level of the chemicals bang delivered into the tank? A T: Yes, the new tanks will have level indicators. 02 W91 the new larks have a fill line with a carrilock connection?(This Is the safest way to fill the tank) A 2: Yes, the new tanks will have a fit/line with a camlock connection- BY ORDER OF THE CITY OF PALM SPRINGS,CALIFORNIA Procurement Specialist II DATE March 7,2016 ADDENDUM ACKNOWLEDGMENT Proposer Fmn Name un:,r.,. vdSq r'� Audwrmad Signature LA U A Ai _ Date*__,l*"L. . Acknowledgment of Receipt of Addendum 1 Is required by signing and returning a copy of this addendum with your response. Failure to edcnowledge this Addendum may result to your IFB being deemed non-responsive Page 46 of 75 48 IFB #16-06 o POOL CHEMICALS FOR PALM SPRINGS SWIM CENTER 1 •Y ADDENDUM NO. 2 This Addendum is teeing ssued for the following changes and infamational Noma THE FOLLOWING REVISIONS ANDIOR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS The City wants to reiterate that deliveries shall be F.O.B.Destination and that the City will NOT accept ANY additional add-on charges such as fuel surcharges,or any other special charge or lee of ANY kind added to an invoice other than State mandated chemical fees. This shall be a term and condition of the contract and any invoices with such fees shall be rejected and not paid until such charges are removed and a corrected Invoice submitted. BY ORDER OF THE CITY Of PALM SPRINGS,CALIFORNIA 0 . 0 Procurement Specialist 11 DATE:March 17.2016 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature J I. Deis ;tz, i��I ... Acknowledgment of Receipt of Atldendurn 2 is requaed by signing and returning a copy Or this addendum with your response Failure to acknowledge fts Addendum may result in your IFB bung deemed non-responsive Page 47 of 75 49 BID SCHEDULE SUMMARY POOL CHEMICALS IFS 16.06 CMrMcab f Par flat. se assert Per Estimated 0aaen Year Year TOW Iiijdrochlonc_Acid 15°h 3 2.3!I 9.8W paVyr .t.i o Sddlum_, pochbr4e12.5%'-- f s X 30500 _-'� { .roe Anrwal Grand Total 6 e r Z o nrrl. t LM r-i Merl IF, -1 E. THIS IS A UNIT PRICE CONTRACT. PRICING FOR INITIAL 1 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the kwtted first (1) year of the Agreement term. the Unit Pricing span remain fixed For optional years 2, and 3 vendor may request a price adjustment nol to exceed the Bureau of Labor Slasistit's Consumer Price Index (CPIs for the LIVRNarsidelAnaheim regq for the prior 112 month period effective on the anniversary dale Oplwnal renewal years 2 and 3, plus any associated CPI Increase,are at the mutual consent of the City and the Vendor CHECK IF THE FOLIOWINO STATEMENT APPLIES IMANDATORYI _My firm/company is a Lccat Buss,that has a Property I<ensee ew wash lack[,bCGted hsrMn the Palm Spmgs oily Imes Copy of current business license from the City of Palm Springs is moulted to be attached to this document ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receo of any Addenda Issued by the City for this IFB is required by including the acknowledgment with your Bid Failure to arJulowledge the Addenda issued may result In your Bid being deemed Ion-responsive In the space provided below,please acknowledge receipt of each Addendum: Adde idum(s)N t I- Isfare hereby acknowledged. (Signaluril Name of contractor submitting bid Ll n r w.i s I Lp- t rx .� AuMorixed signalure�„l 10 A • Pnnted leaves !`.tin...• -Sc �l�/+'H� Tllk nl..r-s.c.onl / sr....�e.-+.nl Mnr.n^.i Address lb 101 S . 11 Cdy,Slate.Zip u.-", ^µA, a14ao3 a-- Tefephone No. 11S3) 411 - '�,Ca0 Fax No: 61931 as 72- — 0j0kl E-mall Asan'.Jr./u Sn ratr� ew iser4s Page 48 of 75 50 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH BID STATE OF GA %r9R!ib� i SS COUNTY OF RP*R9IBE 1 V—.'.) The undersigned, being first duty sworn.deposes and says that he or she is,%I,.,r .•f..,I C emm•n;.f M,--3 •'"of G i„_�,.i �,Ga y.-. . . the party makii g the foregoing bid Tflat thebibid �is not made in the interests of, of on the behalf of, any und,sclosed person, partnership company, association organization or corporation, that the bid is genuine and not colnrswe or sham.Thal the bidder has nol directly or indsectty induced or soaoted any other bidder b pul in a false or sham bid, and has not dnediy or indirectly coluded conspiied, connived, or agreed with any bidder or anyone else to pit in a sham bid, or that anyone shah refrain from biddng; that the bidder has not in any manner directly or nduedry sought by agreement, communication, or conference with anyone to fix the bid price of the bidder of,any other bidder, Of to f e any overhead, profs., or cost element of the bid price,or of that of any other bidder,or to secure any advantage against the pudic body awarding the contract of anyone interested in the proposed contract. that all statements contained in the laid are true,and, further, that the bidder has not directly or indirectly, submitted his of her bid price or any breakdown thereof, of the contents thereof.. of divulged Information or data relative thereof, of pad, and will not day, any fee to any corporation, partrrersnip,company, association. otgan�zabon, bid depository or any olner member or agent thereof to effectuate a collusive of sham bid. By. - -,r'�Af1� Title /-7... .•h,.i f e ..•.v-•:nl A1nn•.ct�.- Subscribed and swan to before rise this,��•- day of/Y 61j7-;_ ,20 f jp J Notar&obltc in and to said County and State `FER find'(' a�rarP'OTAgvA �fWASN�avv`s� Pegs If al'15 Page 49 of 75 51 CITY OF PALM SPRINGS POOL CHEMICALS FOR PALM SPRINGS SWIM CENTER IFB 16-06 Information Reouin0 of Bidder NO BID WILL BE CONSIDERED UNLESS THIS DOCUMENT IS COMPLETED IN FULL.ALL APPLICABLE ITEMS MUST BE FILLED OUT &rider as required to supply the 1ollovnng 1. Contractor/Firm Name and Address U _C 117-t, W{c.a- Vio . 2. Name and Title of person adhomed to esecu le a contrad tux the firm' 3 Telephone Number 4s.•-r 3) :L 1,1, - 4000 (FAX) 4z1,% ,'11 - 4loi. t a E-mail address +e er-n P 5. Type of Flinn Indwdual _Partnership /Corporation _Other 6 Corporation organized under the laws or the Stale of t.11 r-. f. 7 Business License No �o, - 0--1 - 4 3 Expiration Date. 8. List at least five(5)current contractsrrefelences which are simear to the requtraments m this IFB Contract$ Contract Account Name E Address Contact Person Amount Term &Phone Number y.lrr_ till. b,- o e f' t')sel'� �ro eanrr/ _ •_ne t e...c..�s N;. - 7),iic 0.A_ Da....J tiiu Dw tnecl LwC -1"n C,�rT M Yt�._•( u 4t. LII�+A/'10 �Lh r�(tLNnS martin YL.+lury j).S'.S V�1 a�tt.-lN� Le A.191 Lbdd�^31 -row11 dwSC HCOf•f 5I.F1u 1. �me,. a, 71hC. }A. t- +}13c..t. 4,�ye'e01 /6r11 riff L+GL+G•. a.� + j1w t,li•M•. .../ter Bw s.., .nl,rt, twat 1.e..ys wry. EI c.7•..Jw,4a n.XMrC . .r2sr•.- P4� Ii r+e Page 50 of 75 JZ 9. List the name,title,and IekVt"of the person(Manager or Superwsor)who w81 supervise full-time the wort of Ibis Contract lot your frm. Yin+.,I- n�- la. INl1 - Gr.Oe 1?." f Cr, --er / (� ,— (wem).,S,3 34 10 Number of years in Ibis tyfx of business A 1USE THE SPACE BELOW AND ADDITIONAL PAGES IF NECESSARYI i',;, a 49 Page 51 of 75 53 � J univ^R % s6aelri ssaac SAFETY DATA SHEET 'a.laenrincJritm Product Idenllfier:HYDROCHLORIC AGO SOLUTION 2%-37h Other means of Identification SOS number. 000100000003 Recommended use and restriction on use Recommended use:Reserved for mduanal and professmna'-use RMIActlong on use:Not known. Emergency telephone numhecfor emergency assurance Involving chemicals call CHEMTREC day m night at:1-800424 91M CHEMTREC INTERNATIONAL Tela 703327d887 2.Hasardis)identMcation Hazard classification Health hazards Acute touc,ty(Oral) Category Acute toaKtty(Dermal) Category Skm corrosion/untatwn Category 1A Serious eye damage/eye enta0on Category 1 Label elements Huard symbol Page 52 of 75 Version:1.2 •s Redsicn date 17/LS/201S V U n I vA R Signal word Danger Hazard statement Corrosive. Caoses severe skin bums and eye damage. Harmful if swallowed or in contact w.h skin. May cause respiratory irritation. Pir"aullonary statement prevention Do not breathe dust or mists Do not gel in eyes,pis skin,or on clolh,rig. Wash thoroughly after handling.Wear protective gloves/protective clothing/eye proteltwn/face protection. Response IF INHALED.Remove person to fresh air and keep comfortable for breathing.If in eyes'.Rinse cautiously wRh water for sevrral mmules Remove contact lenses,if present and easy to do.Continue rinsing IF ON SKIN for halm.Take off rmmediately all contaminated clothing.Rinse sun with water/shower.IF SWALLOWED.Call a POISON CEN7111/doctor/If you feel unwell Rinse mouth Do NOT Induce winning Immediately call a POISON CENTER/doclor.Wash contaminated clottung before reuse Saorage Slonr in a closed container.Keep cpMainer bgMly[bled.Store In a well ventilated place Store on a dry place. Disposal Dispose of contenWcontainer to an appropriate treatment and disposal facility in accordance with applicable laws and reguArons,and product [MacterisUn at lime of disposal Other hazards which do riot Norio result In GHS classification SOS U5 ODOIOOD00003 2112 Page 53 of 75 Version:1.2 dR► pevisfon date:l2/1S/2015 u n i vA R ].Ca"filloNlettotnaafbo on wplrtlNnts Substances 1Commonname tltemkal idenih7 and rynonyme CAS number COMMIn Paton N' -Waier 7732.145 > 63-<-M --_ - 'I Hyd�ochl -wk acid 7617-010 a•2-<e]7% Ail conttnnatiram Me parant by wMgAt iambs Mig adem Is a gas.GM mrrndunguns an in percent by"times. 4.First-aid measures ingestion: 00 NOT inch worming Never gNv liquid to an unconscious perwn.Gat medical Maintains Immeduttly. Inhalation: More to fresh air.M breathing is difficult,give oxygen.Perform artificial respiration if breathing has stopped Get medical attention immediateN. Skin contact: Immediately flush with plenty of water for at least 15 minutes while removing contaminated clothing and shoes.Get medical attention Immediately. Eye contact: ll in eyes.hold eyes open,flood with water for at kast 15 minutes and we a doctor Most Important symptoms/effects,scute and delayed Symptoms: No data available. Indication of Immediate medical attention and special treatment needed iraalment: Symptoms may delayed. _ '.5.Fire-flghting measures General fire hazards: No unusual fire or explosion hazards noted. Suitable land unsultablef extinguishing media Suitable extinguishing Use Tie extinguishing media appropriate for surroundmg materials media. Unsuitable extinguishing No data avadabse. media: Specific hazards arising from the Dwmg f,re,gases hazardous to heahh may be formed chemical: Special protective equipment and precautions fw firefighters SDS_us-000100000003 312 Page 54 of 75 56 Verson: l A univnR Reunion da Date 1211512015 v Special fire fighting No data ava table procedures Special Protective equipment for Containers close to fire shopld be removed or cooked valh water. itre-B�hte*s: 8.Accidental release measures ' Personal Precautions,Protective Use personal Protective equipment.Keep unauthorised personnel away. equipment and emergency procedures: Methods and material far Absorb spillage with non tombusubie,absorbent matenal Dike for later containment and cleaning up: deposal Notibcatiors Procedures: D,kt lot later disposal.Prevent entry into waterways,sewer,basemems or confined areas.Slop the flow of material,d thts is without risk. _Envtronmentol precautions: Do not contaminate water sources or sower. 7. Handling and storage Precautions lot sale handling: Use personal protective equipment as requbed,Container must be kept tighify closed Use only with adequate ventilation.Avoid breathing mats or vapors Do not get m ryes,on skin,on clothing Wash thoroughly after handling.Do not taste or swallow. Conditions for safe storage, Store locked up including any Incomp211bi9tles: ,g.E suro controlsipersonal protaction Cairbd parameters ionN eappwto IbNts Chore"Identity Type Upolva t4nh v;u" Source Hydmchil"K and Coiling 2 pfam US.ACGIH Threshold lerilt Vafyes 103 2a13 Coil Tin 5ppm 7rnvm3 US NOUSH Pocket Guide to Cheiakai Is , Hala ds(20301 _ .._...--.__. ..._i Gelling 5 Plant 7 mglm3 US OSHA Table Z 1 lsmes far Air Contaminants(29 CPR 19101at10) _ (02 2f10g1 Cooing 5 pprn 7 mg/m3 US.OSHA Table Z-1 A(29 CiR 1930.1000)j19g9) Cc _s Pen^._7.nr�/m3 U5.Tennesaet.DE4t�onal sm-Us-00010000DO03 4112 Page 55 of 75 57 Version 12 U n I VA R gewsgn date:12/15/2015 tj Ea owre lenits,Table ZIA JDb 2008R8L AN ESE 8.e pg/m3 US.Texas Effects Screening Leveh (Texas Commnson can Envlrch rmmtal Quality)(0Z 2011) ST ESL 190 US.Texas.Effects Screening Leveh ly/ml (Texas Cornrnission on Fnvnorimental Qualityl(02 2013) AN ESL 51 ppb US.Texas.Effects Screening Levels (Texas Commasion on Environmental Quakty�02,2013) ST ESI 130 ppb US.Texas Effects Screening Lie veh (Texas Commission on Envuoamenlal Qualltvi 022013 LS Ceaingppm 7 mg/m3 U5.California Code of Regulations, Title S,Section SISS.Antos e__ _ Contaminants 002_2012i _ ADWoprtaie engirteedng Adequate writaation should be provided so that exposure in. are not controls exceeded Individual protection measures,such as personal protective equipment General informatlon: Use personal protectwe equipment as required Always observe good personal hygiene measulel,such as washing after handling the nMtetuil and before eating,drinking,and/or smoking.Rout r"wash work clothing to remove cortammants Discard contaminated footwear that cannot be. cleaned Practice good housekeeping Pmvdde eyewash station and safety shower Eyeflace protection: Wear safety glasses with side shields(orgoggles)and a face shield Skin protection Hand protection: Caemical resistant gloves. Other: Wear chemscabresatant gloves,footwear,and protective clothing appropriate for the risk of exposwe Contact health and safety prof"mnal or manufactwer for specific Information. Respiratory protection In case of inadequate ventsalion use sunable respirator. Hycene measures: Avoid cootaCl with skin Otnerw good industrial hygwne practices Do not eat,drink or smoke when usmg the product.Wash hands alter handling Do not get in eyes Wash contaminated clothing before reuse.Do not get this materwl in contact with skin Wash hands before beaks and unmediately after handling the product SOS—us-W6100000003 5112 Page 56 of 75 56 enron 12 Rna U n i Vn R avn date t2/IS/2015 ' 1 ,`eT -9.Physical and chttmkal properties Physical state'. tigWd Form: No data available. Color: No data available. Odor, No data available. Odor threshold: No data available. PH Z Melting point/freezing point: -34--15T Init41 toiling point and boiling range: 60- 105 T Flash Point: No data available. Evaporation rate: No data available Flammabglty(solid,Las)! No data available Upper/lower limn on flammability or eapic slue limits Flamm rbairy Omit-upper l%): No data available Flammability limit-lower(%): No data available Explosive limit-upper(%): No data available Explosive limit-lower t%): No data available. Vapor pressure: No data available. vapor densiM No data available. Relative density: i - 1 18 Solubility(es) Solubility In water: No data ava-lable. Solubility lotherl: No data available. Parhbon coeflkitnt(n Wart/water): No data available Auto-Ignition temperature: No data available Decomposition temperature: No data available VMEosnY No data available Stability and reactivity flaattWlty: No data available SDS US-000100000W3 6112 Page 57 of 75 59 yeybn:cla V univAR Pevnion date. 11/35/7025 Chemical st+blbty: Material n stable under normal cond:twos Possibility of hazardous No data available. reactions: Conditions to hold: Avoid heat or contamination. Incompatible materlals: O.Idliers Nuardous decomposition No data avadabk 1.TOYlcological Information ....- `� Symptoms related to the Physical,chernkal and mNcolotical characteristic ingestion'. No data avadabk Inhalation No data avaiable Skin contast: No data"a4able Eye contact: No data available Information on toxicological effects Acute toxicity(list all possible router of exposwe) Ora) Product: ATEmixII:900^Will Dermal Product: ATErnlx)):1,449 mp,/Fg Inhalation Produce. No data available Specified substance(s): Hydrochlonc acid LC 50(Rat,1 h) 3,124 Info Repeated dose toxicity Product No data Wanable Skin corrosion/Inttation Product: No data available. Serious eye damage/eye irritation Product: No data available Respiratory or skin sensitlrathxl Product: No data available Carcinogenicity Product: No data available SAS VS-00o100000003 Tii? Page 58 of 75 6U Version 12 Revision date,12/15/201S V u n I V^R IARC Monographs cn the Evaluation of Carcinogenic Risks to Humans: No caicmogenir,romponents idrntifred US.National Toxicology Program(NTP)Report on Carcinogens: No caronogon,c components idenb?red US-OSHA Specifically Regulated Substances J29 CFR 1910.1001-1050): No carcinogenic components idenu6eo Germ call mutagenkity In vitro Product'. No data avaliabk. In vivo Product: No data avarabk. Reprodwlive toakity Product'. No data svaiabie Specific target organ loddty,single exposure Product No data avaiiabk Specific target organ makity-repeated exposure Product: No data available Aspiration hazard Produn: No data available. Other allech, No data available. 12.Ecological information Ec ntoak4y: i A[ute fHaf rill I.the agWUc emnrgrtmint Fish Product: No data avaiiabk Specified substancels): Hydrochlonc acid LC 50(Western mosqunolnh(Gambusia affirms),24 hp 282 mg/l Mortality LC 50(Western mostiunolnh(Gambusia affinb),48 h).282 mg,N Mortality LC 50(Western mosavoofnh(Gambusia aHbni,96 h).282 mgA Mortality Aquatic invertebrates Product No data available. Spisdied substancels): Hydruchbrk ackl LC 50((5reen or European Shore crab JCartmui maenas),48 h)..240 rW Mortality LC 50(Comma shrimp,sand shrimp(Crangon c angoo),48 h). 260 mg/l Mortality Chronic hatards to the aquatic ennironment Fish SOS US 000100000003 8172 Page 59 of 75 61 Version 52 R 0. A un�VAR Revision date 12/15/2015 Product: No data avadxble Aquatk Invertebrates Product: No data available. l oriclty to Aquatic Plants Product: No data available Persistence and degradablllty Biodegradation Product: No data avadable. DOD/COD ratio Product: No data available. 8-oaccumul4tive potentlai Bfccon<cnbation lWor I8CF) Product No data available Partition C"ffkient n-atasol/water(lot Kow) Product No data avanabk Mobility in%OW No data avai able. Known Or psedKted distribution to environmental compartments Water No data avauable Hydrogen chloride No data avaiabk. Known w predicted dirtribuHon to environmental compartments Water No data ava,abk 13,Disposal considerations Disposal instructions: Dispose of waste at an appropriate treatment and drsposal facility in accordance with applicable laws and regulations,and Product chafatteristks at tarts of d<sposal ContaminatedQacka frig: No data avnbble. 4. Transport Information 001 UN number UN 1789 UN proper shipping name hydrochloric acid solution Transport hazard classles) Class 6 tabells). 8 Packing group: It Marine Pollutant' Not regulated Specie:precautions for user. SOS US•000100000003 gilt Page 60 of 75 L Venlor, 1.2 c-4.. w RlWion dmt'li/15/2015 � J unw„R 'S. Regulatory information US lederal regsdationsUS.OSHA SpeHf tally Reg oated subtmnces(29 CFR 1910.1001 1050) No"preutm or none prrsent in regulated quantives CERCLA Hazardous Substance,Llst(40 CFR 302.4Y Hydrochbnc acid Reportable quantity SODO lbs Superlund amendments and reauthorization act of 1986(SARA) Hazard categories Not Inted SARA 302 Extremely hazardous substance Chemical 1:160ty RQ Threshold_Planni%Quantay Hydrochlbric acid 5000 Ids SOO Ibs SARA 304 Emergency release notification Chemical identity RQ Wedrochlonc acid 50001bs. SARA 111/312 Hazardous chendcal Chemical Went" threshold Planning Quantity Hydrochlonr acid 5001bs SARA 313(TRI reporting) Reporting threshold for Reporting threshold Ica Chemical Identity other use's manutactudng and processing HydrochlorK acd 10000 Its 2"Du Its Clean Water Act Section 321 Hazardous Substances(40 CFR 117.31 Hydrocnkiric acid Reportable quamo,5000 its Clean Air Act(CAA)Section 112(r)Accldental Release Prevention(40 CFR 68.130): Hydrochloric acid Thres+old quantity:15000 Its Hydrochloric acid Threshold quantity:5000 Its US state regutstions VS California Proposition 65 No ingredient regulated by CA Prop 6S present US.New Jersey Worker and Community Rlghl-toJcnow,Act Hydrochb'K acid 'listed US.Massachusetts RTK•Substance List Hydrochbnc acid tilled US.PenmyWaMa RTK-Hazardous Substances Hydrochbnc acid Listed US.Rhode Island RTK Hydrochbnc add Listed SDS US•000100000003 1Or12 Page 61 of 75 63 Version:1.2 Revision date:1 2115/20 1 5 u n ivnR Inventory Status:Aust ata AK$ Not in compliance with the Inventory. Canada DSL Inventory Lott: Not in compliance with the Inventory. EU EINFCS List On or in compliance with the inventory EU ELRICS List. Not In compliance with the nventory. Japan(ENCSI List Not In compliance with the nventary. EU No Loner,PoMmen List. Not in compliance wish the Inventory China Inv Existing Chemical Substances Not in compliance with the inventory. Korea Existing Chemicals Inv (KECI), Not in compliance with the inventory. Canada NDSL Inventory. Not in compliance with the inventory. PMAppines PICCS: Not in compliance wish the inventory. US TSCA Inventory: On or in compliance wnn the Inventory New Zealand Inventory of Chemicals. Not in comphance with the inventory. lapin ISHL tnt g Not in compbance wen the inventory. lapan Pharmacopoeia Listed _ Not m compbance wnn the inventory. 16.00wr Information,Including date of preparation or fast revision "MIS Ha"M t0 6 Safety Glasses&Glcve, 0 1 "PEPWNAL0N 6 Hazard rating:0-Mmimal;1-Slight,2-Moderate.3-Serious;4 Severe,'Chronic health effect NEPA Hazard 10 Flammilbildy ., Health Reactivity Special hazard. "atard rating:0 Mnbnal;1 SIgM1a,1-hnodtrate;3-Serious;4•Severe Issue date. 12/1512015 Re.1s"date: No data available. Version e: 1.2 Further Information: No data available. SDS US-000100000003 11l12 Page 62 of 75 6 ,g vemon.12 Rev-son date 12/15/2015 � univnR SOS-US-000100000003 12/12 Page 63 of 75 65 COMPANY IDENTITY: Univar DATE: 07/23/15 PRODUCT IDENTITY: Liquichlor IT, 16% (Sodium Hypochldriee to 16%1 PAGE: 1 OF 8 SAFETY DATA SHEET This Safety Data Sheet canforaf to ANSI Z400.5, and to the format regviramants and the International Chemical Safety Cards of the Global Harmonizing System. THIS SOS COMPLIES WITH 29 CFR 1910.1200 (HAZAAD COMMUNICATION STANDARD) IMPORTANT: Read this SOS before handling g disposing of this product. Pass this inforeatlun on to employees, customers. 6 users Of thls product. SECTION 1. IDENTIFICATION OF THE SUBSTANCE OR MIXTURE AM OF THE SOPPLIFR PRODUCT IDENTITY: Liquichlor 1016% (So/i um wypo(hl write 10 16%) SOS NAPMER: OX76685 NEW M-SOS DATE: 07/22/2015 COMPANY IOFNTITY: Univsr COMPANY ADDRESS: 1742S NE union Mill Road COMPANY CITY: Redmnnd, WA 98052 COMPANY PHONE: 1 425-889.1400 EMERGENCY PHONES: CHEMTRECI 1-900 424 9300 (USA) CAEEJTEC: 1 61) 996 5666 (CANADA) SECTION 2. HAZARDS IOENTIr1CATIOI DANGERII EIPOStROE PREVENT/ON: STRICT MYGIENEI AVOID Alt CONTACTI HUARD STATEMENTS: ' NIS Causes Severe burns. R50 very tovic to aquatic organisms. • PRECAUTIONARY STATEMENTS: S1/1 Keep locked up and out of the reach of children. 524/25 Avoid contact with skin and eyes. S36/17/39 Near Suitable protective clothing, gloves and eye/fats protective. $26 In use of font Act with eyes, rinse Immediately with plenty of water " seek medical advice. S28 After Contact with skin, wash immediately with plenty of water. S45 In use of accident, or if rou feel unwell, seek medical advice immediately. (Show the label where possible). S51 Avoid release to the environment. Refer to special instructions/safety data sheet. SECTION 3. COMPOSITION/INFOMATION ON INGREDIENTS MATERIAL CASs EINECS4 WT % Water 7732.12.5 231. W2 94.99 Sodium Hypochlor Lte 7681-S2.9 c 16 Sodium Hydroxide 1310.73 7 - . 1.75 Trace components: Trace Ingredients (if any) are present in c 1% concentration, (c 8.1% for potential carcinogens, reproductive toxins, respiratory tract mutagens, and sensitizers). None of the trace ingredients contribute significant additional hazards at the concentrations present in this product. All pertinent hazard information has been provided In this document, per the requiremants of the Federal Occupational Safety and Health Administration Standard (29 CFA 1919,1200), V.S. State equiv$lents, and Canadian Hazardous Materials Identlficati on System Standard (CPA 4). SEE SECTIONS 8, 11 B 12 FOR TOXICOLOGICAL INFORMATION. Page 64 of 75 66 COMPANY IDENTITY: Univar DATE: 07/22/15 PRODUCT IDENTITY: Llqu uhlor I0-16% (Sodium Hypochlarite 10 16X) PAGE 2 OF 8 SECTION A. FIRST AID MEASURES EYE CONTACT: If this product enters the apes. open eyes while caber gently running water, Use sufficient force to open eyelids, 'Roll' eyes to *.pose more surface. Minimum flushing is for IS minutes. Seek immediate medical atteo Uon. SKIN CONTACT; If the product contaminates the skin, Immediately begin decontamination with running water. M14imum flushing is for 15 minutes. Remove contaminated clothing, taking care not to Contain nate eyes. If skin becomes irritated and irritation persists, medical attention may be necessary. Nash contaminated clothing before reuse, discard contaminated shoes. INHALATION After high vapor exposure remove to fresh air. If it is suspected that fumes are Still present, the resC uer should wear an appropriate cask or Stlf-Contained breathing apparatus. Keep person arm and at rest. breathing is difficult, glee oxygen. If breathing has stopped, trained personnel should Immediately begin artificial respiration. It may be dangerous to the person providing aid to give .oktn-to-mouth resuscitation. If unconscious, place In recovery position and get medical attention Immediately. Kalntain an open airway. Loosen tight clothing such as a collar, tie, belt or waistband. If the heart has stopped, tr,ll red personnel should iamadiattly begin cardlopulmonary resuscitation (CPR). Seek :mediate medical attention. In cast of inhalation 04 decomposition products in a fire, symptoms may be tolayed.Tha, exposed person may need to be kept under medical surveillance for 48 hours. SWALLOWING: If swallowed, CALL PHYSICIAN OR POISON COEFROE CENTER FOR MOST CURRENT INFORMAtION. If professional advice is not available, give two glasses of water to drink. 00 NOT INDUCE VOMITING. Never induce vomiting or give liquids to someone who it unconscious, having convulsions, or vnable to swallow. Seek immediate medical attention. NOTES TO PHYSICIAN: There is no specific antldote. Treatment of overexposure should be directed at the control of symptoms and the clinical conditlon of the patient. My material aspirated during vomiting may cause lun{{ injury. Therefore, ernesis should not be induced mechanically or pharmacologiC ally. If it is considered necessary to evacuate the stomach contents. this Should be done by NwAns least likely to cause aspiration (Such as: Gastric lavage after etbotracheal intubatlon). victims pf Chamical exposure must be taken for medical attention. Rescuers should be taken for medical attention, if necessary. Take a copy of label and SDS to physician or health professional kith victim. SECTION S. FIRE f1GHTING MEASURES FIRE A EXPLOSION PREVENTIVE MEASLMES Not Applicable. EXTINGUISHING MEDIA US* dry powder, foem, Carbon dioxide, water spray, halon, or any 'ABC" Class extinguisher. SPECIAL FIRE FIGHTING PROCEDURES Water spray may be Ineffective on fire but can protect firefighters A cool closed containars. Use fog nozzles if water is used. Do not enter confined fire-space without full bunker gear, (Helmet with face shield, bunker coats, gloves A rubber boots). Use NIOSH approved positive pressure self-contained breathing apparatus. UIR/SWI EXPLOSION AND FIRE PROCEDURES NOnc ombustlble. isolate from reducers, acids, sCood, organic materials, and most metals. Oxidizer furors damage lungs. Symptoms way be delayed. Do not breath* fumes. Page 65 of 75 67 COMPANY IDENTITY: Univar DATE: 07/22/15 PRODUCT IDENTITY: LiquicNEor 10.16% (Scdsom Hypo,hlorlte IQ 16%) PAGE: 1 Of 8 SECTION 6. ACCIDENTAL RELEASE MEASURES SPILL AND LEAK RESPONSE AND ENVIRONMENTAL PRECAUTIONS. Uncontrolled releases should be responded to by trained parsonnel using pre-planned procedures. Proper protective equipeent should be used, In case of a spill, clear the hf fected area, protect people, aid respono with trained personnel. PERSONAL PROTECTIVE EQUIPMENT The proper personal protective equipment for incidental :.Lases (such as 1 Liter of the product released in a well ventilated area), wee iwm4pme meable gloves (triple-gloves (rubber gloves and nitrile gloves, over latex gloves), gri IeS, face shield, and appropriate body Protection. 10 the event of a large release, use Nmpemeable gloves, spec if lc for the material handled, chemically resistant Suit and beets, and hard hat. Self Contained Breathing Apparatus or respirator may be required where engineering controls are not adequate or conditions for potential exposure exist. when respirators are required, select NIOSH/MW approved based On actual or potential airborne concentrations In accordance with latest OSHA and/or ANSI recommendations. ENVIRONMENTAL PRECAUTIONS: Stop spill at source. Construct temporary dikes of dirt, and, or any appropriate readily available material to prev"t spreading of the material. Close or cap valves and/or block or plug hole in leaking container and transfer to another container. Keep from entering storm sewers and ditches which lead to waterways, and If necessary, call the local fire or police department for immediate emergency afalstarce. CONTAINMENT AND CLEAN-UP MEASURES'. Absorb spilled liquid with polypads or other sultaOfe absorbent materials. If necessary, nautra112e using Witable buffering material, (acid with soda ash or base with phosphoric acid), and test area with litmus paper to confirm nou"alitation. Clean up with .on combustible absorbent (such as: sand, soil, and so On). Sha,el up and place all spill residue in suitable containers. dispose of at an Appropriate waste disposal facility according to current applicable laws and regulations and product characteristics at time of disposal (see Section 13 - Disposal Considerations). SECTION 7. HANDLING AND STORAGE HANDLING Use only with adequate ventilation. Do not get in eyes. on skin or clothing. Near OSHA Standard full face shield. Consult Safety Equipment Supplier. Near goggles, face shield, gloves, apron A footwear impervious to material. Nash clothing before reuse. NEVER pour water into this substance. wren dissolving or diluting, always add It slowly to the water, to minimise static discharge when transferring, ensure electrical continuity by bonding and grounding all equipment. Use an inlet line diameter of at least 3.S inches (8.9 centimeters) with a maximum flow rate of 1 meterfseGond. STORAGE Keep separated from strong oxidants, strong Acids, combustible A reducing substances, metals, food A feedstuffs, keep cool. Keep dry. Keep in the dark. See: Section 18, <Materials to Avoid>. Oo not store above 49 C/178 R. Keep container tightly closed A uprlgNt when not In use to prevent leakage. Wear full face shield, gloves 6 full protective clothing when Waning or handling, when empty, drain completely, replace bungs securely. NONBULK: CONTAINERS: Store containers in a cool, dry location, away from direct sunlight, sources of intense beat, w where freezing is possible. Kate tlaI Should be stored in secondary containers or in a diked area, as appropriate. Store containers away from Incompatible chemicals (see Section 20, Stability and Reactivity). Post warning and 'ND SMOf ING" signs in storage and us* areas, as appropriate. Empty containers should be handled with car.. Never store food, feed, or drinking water in containers which held this product. BULK CONTAINERS: All tanks and pipelines which contain this material Nit be labeled. Perform routine maintenance on tanks or pipelines which contain this product. Report all leaks immediately to the proper persomel. Page 66 of 75 68 COMPANY IDENTITY, Unlvar DATE: 67/22/1S PRODDCT IDENTITY: tlquiChlor 10 16% (Sodium Hypochlorlte 19 16%) PAGE: 4 OF A SECTION 7. HANDLING AND STORAGE (CONTINUED) TANK CAR SHIPMENTS: Tank cars carrying this product should be loaded and unloaded in strict accordance with tank Carmanufacturer's recommendation and all established on-site safety procedures. Appropriate personal protective equipment must be used (sae Section B, Engineering Controls and Personal Protective Equipment.). All loading and unloading equipment must be inspected, prior to each use. Loading and unloading operations must be attended, at all times. Tank cares must be level, brakes must be set or wheels must De locked or blocked prior to loading or vnloading. Tank car (for loading) or storage tanks (for unloading) must be verlfled to be correct for rtctiving this product and be properly prepartd, prior to starting the transfer operations. Hoses must be verified to be in the Correct positions, before starting transfer operations. A swplt (if required) must be taken and verified (if required) prior to starting transfer operations. All lines must or blown down and purged before disconnecting them from the tank car or vessel. PROTECTIVE PRACTICES D1JRIRG MAINTENANCE Of CONTAMINATED EQUIPMENT: follow practices indicated in Section 6 (Accidental Release Meafvres). Make certain APpllc3tion equipment is locked and togged out safely. Always use this product In areas where adequate ventilation is provided. Collect all rinsatts and dispose of according to applicable Federal, State, or local procedures. SECTION A. EXPOSURE CONTROL SIPIRSOMAL PROTECTION MATERIAL CASs IIMECSN TOLL (OSHA) TLV (ACGTH) water 7732.10 S 231 791.2 None Known None Known Sodium Hydroxide 131E,73 2 - 2 08;m3 None Known Sodium Hypochloritt 7681-52.9 None Known Nana Known MATERIAL CASs EINECSS C91LING STEL(OSMM/ACGIH) HAP Sodium Hydroxide 1310 73-2 - 2 mg/03 None Known No This product contains no EPA Hazardous All Pollutants (HAP) In amounts k 0.2%. RESPIRATORY EXPOSURE CONTAOLS Maintain alrborne contaminant concentrations below exposure limits given above. If respiratory protection is needed, use Only protection authorized in 29 CFO 1910.334 European Standard EN 149. Or appllcsblt State regulations. It adequate ventilation is not available or there is potential for alrborne exposure above the exposure )jolts, a respirator Nay be worn up to the respirator exposure limitations, check with respirator equipment manufacturer's rpcommen0ations/llmlbtlpns. For a higher level of protection, use positive pressure supplied air respiration protection or Self Contained Breathing Apparatus or if oxygen levels are below 19.S% or Ora unknown. EMERGENCY OR PLANNED ENTRY INTO LVANOW CONCENTRAIIfkfS OR IDLM CONDITIONS PCJIt IYe pressure, full-face piece Self COnTalntd Breathing Apparatus; or positive pressure, full-face piece Salf Contained Breathing Apparatus with An auxilliary positive Pressure Self Contained Breathing Apparatus. VENTILATION LOCAL IXNAUSI; Necessary MECHANICAL (GENERAL): Necessary SPECIAL: None OTHER: None Please refer to ACGIH document, 'Industrial Ventllatl On, A Manual of Recommended Practices", most recent edition, for details. EYE PROTECTION; Splash gdgglts or safety glasses. Face-shields are recommended when the operation can generate splashes, sprays mar wilts. HAND PROTECTION: Wear appropriate JmporvlOus gloves for routine Industrial use. use impervious gloves for So I rtspmse, as stated In Section 6 of this SDS (Accldental Release Measures). Page 67 of 75 69 COMPANY IDENTITY: Unsvar DATE: 07/22/15 PRODUCT IDENTITY: Liqulchlor 10 16% (Sodium Hypochlorile 10-26%) PAGE: 5 Of 0 SECTION R. EXPOSURE CONTROLS/PERSONAL PROTECTION (COMM1ED) NOTICE: The selection of a specific glove for a particular application and duration of use in a workplace should also take into account all relevant workplace factors such as, but NOT limited L0: Other chemicals which may be handled, physical requirements (cut/puncture protection, dexterity, thermal Protection), potential body reactions t0 glove materials, as well as the Instruc t tons/specif scat ions Provided by the glove supplier. BODY PROTECTION: Use body protection appropriate for task. Cover-all, rubber aprons, or chemical prOteCtive clothing made from impervious materials are generally acceptable, depending on the task, ,OAK 6 HYGIENIC PRACTICES: Provide readily accessible eye wash stations B safety showers. Nash at end of each workshift 6 before eating, smoking Or using the toilet. Promptly remove clothing that becomes contaminated. Destroy contaminated leather articles. uundlr or discard contaminated clothing. SECTION 9. PHYSICAL 0 CHEMICAL PROPERTIES APPEARANCE: Liquid, Clear, Yellow to Vellow-Green ODOR. Ch lo rinr-lik PM17t ODOR THAFSmDt0: (deticti f ar Chlorine p (Neutrality): l2 - 14 (I% Solution)_ MESTING POINT/FREEZING POINT: •17 C / -17 F BOILING RANGE (IBP,SO%,Dry Point): 140 C / 204 F FLASH POINT (TEST METHOD): Not Applicable EVAPORATION RATE (n-BUTYL ACEtATt•1): Not Applicable FLAMMABILITY CLASSIFICATION: Non-Combustible LOITER FL/IRABLE LIMIT IN AIR (% by volt: Hot Applicable UPPER FLAM1tA6LE LIMIT IN AIR (% by Vol): Not Available VAPOR PRESSURE (mm of Hg)@29 C 12 (12.5% Solution) VAPOR DENSITY (sir4): 9.679 GRAVITY @ 60168 F / 20/2e C: SPECIFIC GRAVITY (Hate"l): 1.17 - 1.22 POUNDS/GALLON: 9.75 10.20 WATER SOLUBILITY: Complete PARTITION COEFFICIENT (n•Octane/Mter): Not Available ALTO IGNITION TEMPERATURE: Not Applicable DECOMPOSITION TEMPERATURE: Not Available VOC'S (HO.Ad Lbs/Sq in) 0.0 Volt /a.0 SA / 0.909 Lbs/Gal TOTAL VOC'S (TVOC)•: 0.0 Vol% /0.8 g/L / Q.000 Lbsi Gal NONEXEMPT VDC'S (CVOC)': 9.0 Vol% /0.0 g/L / 0.NO Lbs/Gal HAZARDOUS AIR POLLUTANTS (RAPS): 0.e WM% /0.0 g/L / 6,006 Lbs/Gal NONEXEMPT VOC PARTIAL PRESSURE (" of Hi (1 20 Cl 0.0 Using California South Coast Air Quality Management District (SCAQPO) Rule 443.1. SECTION 10. STABILITY 6 REACTIVITY STABILITY Stable under normal Conditions. CONDITIONS TO AVOID Isolate from extreme temperatures and incompatible chemicals. MATERIALS TO AVOID Reacts violently with fire extinguishers containing water. The substance is a strong base, reacts violently with acids and Is corrosive. Decomposes on heating and on Contact with strong acids, (such as sulfuric acid) producing, toxic 6 corrosive fumes including, Chlorine, phosgene, 6 hyydro en chloride. The substance is A strong oxidant 6 Watts violently with combustible A reDucing materials. Reacts with "ter $,"rating sufficient heat to 1$nitr combustible materials. Reacts violently wl th strong aC 10s, causing fire A explosion hazard. Attacks many plastics, rubber, coatings, many metals, such as aluminum, zinc, tln, 6 lead. forming flaa"ble/explosive gas (hydrogen). Reacts with immunlua salts to produce ammonia 6 causing fire hazard. Rapidly absorbs Carbon dioxide 6 water from the air. PaF 68 of 75 70 COMPANY IDENTITY UniVAr DATE: 07/22/15 peOOtKT IDENTITY: ltqulchlor 10 16% (Sodium Hypochlorite 10-16%) PAGE: 6 OF g SECTION 20. STABILITY a AEACTiVITY (CONTIWIO) HAZARDOUS DECOMPOSITION PRODUCTS Hydrogen Chloride, Phosgene, Sodium Omide a Hydroxide from heating. HAZARDOUS POLYMERIZATION Will not acur. SECTION 11, TOXICOLOGICni tNFORMATION ACUTI MZARISS EYE a SKIN CONTACT: Severe burns to skin, defatting, dereatltis. Severe burns to ryes, redness, tearing, blurred Y1sion, liquid can cause severe skin A eye burns. hash thoroughly after handling. INHALATION: Severe respiratory tract irritation hay occur. vapor harmful. The applicable occupational evpoSure limit value should not be exceeded during any part of the working exposure. S'NALLOWING: Harmful or fatal if swallowed. SUBCHRONIC NAZAAOS/COMIT IONS AGGRAVATED CONDITIONS AGGRAVATED: Sodiumn Hypochlorite, a component of this product, is a sensitizer. prolonged or repeated Skin contact can result In the dtrelopment of &she,, welts, and other allergy-like syptms. CHRONic HAZARDS CANCER, REPRODUCTIVE a OTHER CHRONIC HAZARDS: this product has no carcihogens listed by ZAAC, Rip, NIOSH, OSHA or ACGIH, as of this date, greater or equal to 0.2%. MU/AGENICITY: This product is not reported to product mutagenic effects In humans. Nuean mutation data are available for Sodlum Hypgchlorlte Is component of this product); Lhasa data are obtained during clinical studies involving specific tissues exposed to relatively high concentrations of this substance_ mutation data, obtained during clinical studies on test animal tissues or •lcro•organismx are available for Potassium Hydroxide. EMBRYOTOXICITV: This product is not reported to produce embryotozic effects In humans. TERATOGENICIM this product Is not reported to produce teratogenic effects in humans. a EPNODUCTIVE TOXICITY: This product 1s not reported to cause reproductive effects in humans. A mutaa:en Is a Ch"ICal which causes Permanent changes to genetic material (DNA) such that the changes will propagate through gener+tional lines. An Mryotox An is a chemical which causes damage to a devtlgping embryo (such as: within the tiggt weed of pregnancy In Means), but the damage does not propagate across generational lines. A Sqrj oAen is a chemical which causes damage to a developing fetus, but the damage does not propagate across generational lines. A r;grpdUctjvf toNin is any substance which interferes in any way with the reproductive process. MAfMALIAN TOXICITY IWOM%TION SODIUM IIVOAOXIDE: Eye irritancy (monkey). 1%, 24 hours (Severe) Eye Irritancy (rabbit)'. 500 el, 24 hours (severe) Eye trritancy (ra001t : 1t solution (severe) Eye irritancy (rabbit): 1 mg, 24 hours (f Were) Cytogenlc analysis system (grasshopper parenteral): 20 mg L050 (Snterperocteai, mouse): 40 mg/kg LOLo (oral, rabbit): S00 mg/kg Page 69 of 75 71 COMPANY IDENTITY: Lin ivar DATE: 07/22/16 PRODUCT IDENTITY. Liquichlor IB 16% (Sodium HypoEhlorita 10 If,%) PAGE: 7 OF g SECTION It. TOXICOLOGICAL INFORMATION (CONTINUED) MAMMALIAN TOXICITY INFORMATION (CONTINUED) SODIUM HYPOCHLORITE: Eye effects (Adult Rabbit); Moderate Irritation effects Microsomal Hula6eniticity Assay (Salmonella typhiwunim)' I mg/plate Cytogenetic Analysis (Human): Lymphocyte, 188 ppm/24 hours. TOLD, Oral (Homan): 1 g/kg6, Central nervous system effects, blood pressure effects TOLD, Intravenous (Man): 45 Rg/kg, Pulmonary system , LDSB (Oral, mouse): 5000 mg/kg SECTION 12. ECOLOGICAL INFORMATION ALL "K PRACTICES MUST BE AIMED AT ELIMINATING ENVIRONMENTAL (WAMINAILON. EFFECT OF MATERIAL ON PLANTS OR ANIMALS: This product may be harmful or fatal to plant and animal life if released Into the environment. Refer to Section 11 (Toxicological Information) for further data on the effects of this product's components on test anlmalf. EFFECT OF MATERIAL ON AQUATIC LIFE: LC50 (Bluegall sunfish): 2.90 mg/L/96 hours LCSO (Pimaphalcs prame 4s): 1.40 mg/L/96 hours LCSO (O corhynchus Nykifs): 0.90 mg/L10.5 hours The substance is toxic to aquatic organisms. The substance may be nazardaus In the QAYImnaent. Special attention Mould be given to water organisms. MOBILITY IN SOIL Mobility of tnls material his not been determined. DEGRADABILITY This product Is completely biodegradable. ACCUMULATION Bloaacwlstion of this product has not omen determined. SECTION 13. 015POSAL CONSIDERATIONS Processing, use or Contamination may change the Waite management options. MC cle f dispose of observing national, regional, state, provincial and local health, safety A pollution laws. If in doubt, contact appropriate agencies. SECTION 24. TRANSPORT INFORMATION IF ) 625 LB / 284 KG OF THIS PRODUCT IN 1 CONTAINER, IT EXCEEDS THE -RQ- Of SOOIUP1 HYPOCHLORITE. DOT SHIPPING NAME: UNI791, Hypnchlorite Solutions, 8, PG-III DRUM LABEL: (CORROSIVE) EMERGENCY RESPONSE GUIDEBOOK NUMBER: IS4 Pane 70 of 75 72 COMPANY IDENTITY: Onivar DATE: 07/22/iS PRODUCT IOENTITV: W76695 PACE: B OF 9 SECTION 15. REGULATORY INFORMATION EPA REGULATION; WA SECTION 311/312 HAZARDS: Acute Health all components of this product are on the TSCA list. This material COntainS no known products restricted under SARA Title III, Section 313 1n amounts greater or equal to 1%. SAM TITLE III INGREDIENTS CASE EINECSM WT% (REG.SECTION) RQ(LBS) Sodium Hypochlorite 7691.52.9 x 16 (331,312) 100 Sodium Hydroxide 1310.73 2 <> 1.75 (111,311) Mae > 625 L6 1 214 KG OF THIS PRODUCT IN 1 CONTAINER EXCEEDS THE -RQ- OF SODIUM HYPOCHtOP I TE. Any release equal to or eviceeding the RQ most bm reported to the National Response Center (M-4214802) And appropriate state and local regulatory agencies as described in as (FR 302.6 and N CFR 355.40 respectively. Failure to report may result in substantial civil and criminal penalties. State A local regulations may be more restrictive than federal regulations. STATE REGULATIONS: CALIFORNIA PROPOSITION 66: This product contains no ch"Icals known to the State Of California to cause cancer B reproductive toxicity. U.S. STATE REGULATED COMPONENTS: (HAZARDOUS SUBSTANCE LISTS): .OPAONENT AR CA FL IL KS MA MI MN Sodium Hypochlorite No No No Yes No No No No Sodium Hydroxide yes Yes Yes Yes Yes Yes Yes Yes 'OMPONENT MO NJ ND PA R1 TX WV W1 Sodium Hypochloritt No Yes Yes No No No Ro No Sodium Hydroxide Yes Yes Yes Yes Yes Yes Yes Yes IWtERNA7IONAL REGULATIONS The components of this product Are listed on the chemical inventories of the following Countrlts: Australia (AICS), Canada (DSL, NOSL), China (If(SC), Europe (EINECS, FLINCS), Japan (NEII/(SCL, PWW/I5ML), South Korea (KE(I), New Zealand (NZIOC), Philippines (PICCS), Switzerland (SWISS), Taiwan (NECSI), USA (TSCA). CANADA: WORKPLACE HAZARDOUS MATERIALS INFORMATION SYSTEM (LRMIS) C: OmidilEng Material, 026: Irritating to skin / eyes. E: Corrosive Material. SECTION 16. OTNER INFORMATION HAZARD RATING5: HEALTH (NFPA): 3, HEALTH (MIS): 3, FLAMMABILITY: 0, REACTIVITY: i (Personal Protection Rating to be supplied by user based on use conditions.) This information is intended solely for the use of individuals trained in the NFPA 5 MIS hazard rating systems. EMPLOYEE TRAINING See Section 2 for Risk 6 Safety Statements. Employees should be made aware of all hazards of this matorlol (as stated in this SDS) before handling it. Page 71 of 7n 73 Notice ORCPP Notice ORCPP Bid/RFP Salem,City of(ORCPP( Dense Soda Ash O,dy Manual Bid,Aftw.d pass 1 a 2 Mswed By Notice a sawn,Co,O1: p: K50043.1670 7 4-1 6 )))tba ,& SE R.310 Seem Ca 0130, P.M.1,Data a Thna COAMtt uroaq 0aganon 4"Inois I t9 AM Phony. 'jf101 N1-03 CMaing DIM a Tima Fat. 043012214 li W-00 AM Eneall Twmv U., __Peary 3Mro Miwad For It)al[a rrt.Tllmlym' Sane".cool(oncppiR. )S)E eery SL 310 Salem CA a]y01 Room pw .CnacNvnM W Nd EaMI Oryan.uelp,AM k..M on,Mot a.hl Ovcu out Mr 1IOrmw Go Nor Us' C,a,pany Nap Addfoaa City State .:p Cords !wail Flo Rs0ar41 awainefa f abarl Asaw Oen: Bidder yet lift Flo IM bt enter SSNI OBeny Connanls "Out,Swwwtry lT'i OF IRLEN, CAKAoM - COIm1l : a w0-UAv4LWT DIVISION INVTTAT30N TO 910 - boost SODA me 9b City Of 561H P'CLLy1 w111 receive matad bids at the COACCACES s Pfacutvnent 0lytaidn, Office of the CAntracta t Plotureawnt Hanger. Rings )30, SSS Liberty Street it. City Nall, Sa1H. Orrgoa 97301, until, out not site, 1L'OD A.M. ILOCAL TINE:. "NIL 20, 2014, at wNieh %ice said Lida w11t ba pubiacly Corned a" road LA the fab13C OCtkt Conference Aoan 32S, City Nall, for the p16341ct AaaCribed balhw and specified within the l lacitatlon dpewents. CORtratta and Pt0CUYm4nt Dlytaig offeea [rows are Monday-rrldsy free 0:00-12:00 Morn and grow ):00-5:00 PH, .................... ....... •NOTICt. .................................. 'taADOAS interested to bidding an LAIN ptp24ct by taaaive the copy of the bid dorinwnts at the COnet.tta a Ptecwrmannt 031rr43pn, office of the Cdnttacts end PrOCUTewant Manager, S55 Liberty Street SE, apow )10. sales. Ofegm'- 97301, tOIOPh114 w)OIi $01-4134 Ot by AWMitting a aepiwst to rw.<ityp[a1H.net/LdAeg,,,u.. F.4 ^.c_nen.;a for this prc3aet may M noiewtd at Ems Office until the clpunq date And ties i ewvswa uera Page 72 of 75 74 ORCPP Notice ORCPP Bid/RFP Salem,City Dt(ORCPP) Dena*soda Ash Only Manuel&ds A9owad Nadu♦'. KSOOa3-0001416 Page 7 el 3 ................................................................I........... Aide must be Submitted on the old to. furnlanad Oy the City. Bids shall be submitted In a sealed ahnlepe Plaint, narked -210 be DENSL SODA MR - BID SO. 16101" and snow the news and business address at tht bidder. The City reserves the fight to cancel this prow nteen< at relaCt any or all from, when the -anceflattdm as ra3ection it In tAs but interest of the City. Prices quoted alibis be hate offers, irrevocable, valid And bindlnq for a pe[iod of thirty 430) calf Oar days afcu The Clollnq dace. The Attention of bidders is dtr,cted TO the pwvtaiem of chapter 91, s6am Revised COW, ColUtrhisp unlawful employment practices. violation of Such provisions atoll be groines foe Immediate ttraifatten of this contract without rst000e by the successful girds r. Successful blddIre And aubcant ra<tors shall Ater recyclable products to the rexlaen erttnt economically feasible in The, Performance of the contract wart. The City cwncll or the City his approved Salem Aevisal Code (SAC. 3.3404b), vh ICA prcvlWS for Contractor Disclosure requirements In City contracts. All bidders swbml:ti ng S bid In raspmse to this invitation to Old are cncouragad to reviev thSae requirement$ when preparing their competitive bid TM City rs an 94ua1 fmplCybent OpperCunity teploysr. The City will provide Atir. accumaatlatianm upor. rAqueSt to the Contreras t Procurement Administrator. Almhtts Pit;"": It is the aspre,S w:11y of the City that no person shall me exeluWd fren participation in. ON dthled the bemhta of. or m Otherwise aub)ected to dtitrisrnatim under any pr[gfalr dt Activity on the gr:Nilda Of HCt, religion, Colors mattonal origin. ten. marital status. tmsilial status or domestic partmrship, ags, mental of physical disability. Sexual orientation, gemar identity or bout" of lr.Com as provided by Salon Revised COW Chapter 01, Title vl of IRS Civil Aloha, Act at NH and ethec feWral mil-tlisrrialmaon laws. The city*, complete Title vl PISA may be vlewsd at ww.0ityOftalam.mt. Suc"SSNI bidder agrees to comply with all appliCnIt sew lreaenu of federal, rut, and local civil rights and rehabilitation statute,. rules And regulations It awarded a contract by the City. soh/UtetIMA for Subcont ycts. fncludinq Pracureser.ts of materials And tquspaant: In All Solicitations tither by competitive bidding or mgdttAti0n etAW by the Sureeuful finger for wort to AS Performed unto, a subcontract. Including procurgante of ,*rasaI, or leaves or equipment, uAi pottptlal subcoctuetor or supplier "it be notified by tee Successful bidder Of the Succentul gitlWr`a obligations under this conta.Ct, $11. Revised Code Chapter 91, Title VI of the Civil Might. Act of 1964, and ocher federal MndueRminat ion laws. The City Buyer for this bid is Lindsay Rsrgtraon, Phone: 39)-3gg-609). full. l lbergsrwngcit yet sa l ee,net Dolvery RegwYemenud -J- P,V.&mI Tana Net, SO Paymanl Tam Com•nanu fOB ❑ImL Applicatt.l WMry Comments sLl Ult!61l N W Page 73 of 75 75 EXHIBIT "D" SCHEDULE OF COMPENSATION Chemicals $ Per Est. Gallon Per Estimated Gallon Year Year Total Hydrochloric Acid 15% $2.39 X 3,600 all r $8,604.00 Sodium Hypochlorite 12.5% $1.68 X 30,600 al/ r $51,408.00 Annual Grand Total $60,012.00 .Chemicals are applicable to CA State Mill Fee, Currently at 2.175% THIS IS A UNIT PRICE CONTRACT. PRICING FOR INITIAL 1 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the initial first (1) year of the Agreement term, the Unit Pricing shall remain fixed. For optional years 2, and 3 vendor may request a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary date. Optional renewal years 2 and 3, plus any associated CPI increase, are at the mutual consent of the City and the Vendor. Page 74 of 75 7 6 EXHIBIT "E" SCHEDULE OF PERFORMANCE Vendor to supply and deliver Hydrochloric Acid 15% and Sodium Hypochlorite 12.5% chemicals on a monthly basis as needed. Vendor shall furnish all chemicals, labor, necessary equipment, and any tools required to perform the services to deliver said pool chemicals as set forth in this specification and in keeping with the highest standards of quality and performance. Work will be executed under the direction of the Parks Maintenance Supervisor Kenneth Kershaw on an as needed basis depending on the quantities needed for each delivery. Page 75 of 75 .7 7