Office of the County CCerk - Granicus

163
Office of the County CCerk Lynn lvi cirie coya County C1er Commissioner of CiviCTh4arriages 200 Lewis Avenue P. 0. Box 551604 Las Yegas, LW'V 89 155-1604 702-671-0500 / 702-382-3611 fax JLm Pierce J4ssistant County ClTerIi ADDITIONAL SUPPORTING DOCUMENT THE ATTACHED DOCUMENT DESCRIBED AS Binder entitled "Protest for Bid No. 603447-14- Annual Requirements Contract for Water Treatment Program (161 pages) WAS SUBMITTED DURING THE BOARD OF COUNTY COMMISSIONERS MEETING HELD ON March 3, 2015 UNDER AGENDA ITEM NO.41 BY Clark County District Attorney's Office- Civil Division AND IS BEING ADDED TO THE RECORD PURSUANT TO NRS 241 Ex-0fficio Cfrrk of. Roarc( of County Commissioners - Clark County Boara' of Equalization Clark County Liquor antI çamitig Boarl- 2.lt. Charleston Jive Protection District Clark County Water Reclamation District Boarc(ofTnistees - Clark County Debt .J4anagement Commission Clark County 'Reclevelopment J4gency - 'University lid eclical Center of Southern Nevada Boart of Trustees

Transcript of Office of the County CCerk - Granicus

Office of the County CCerk Lynn lvi cirie coya

County C1er Commissioner of CiviCTh4arriages

200 Lewis Avenue P. 0. Box 551604

Las Yegas, LW'V 89 155-1604

702-671-0500 / 702-382-3611 fax

JLm Pierce J4ssistant County ClTerIi

ADDITIONAL SUPPORTING DOCUMENT

THE ATTACHED DOCUMENT DESCRIBED AS

Binder entitled "Protest for Bid No. 603447-14- Annual Requirements Contract for Water Treatment Program (161 pages)

WAS SUBMITTED DURING THE BOARD OF COUNTY COMMISSIONERS

MEETING HELD ON March 3, 2015

UNDER AGENDA ITEM NO.41

BY Clark County District Attorney's Office- Civil Division

AND IS BEING ADDED TO THE RECORD PURSUANT TO NRS 241

Ex-0fficio Cfrrk of. Roarc( of County Commissioners - Clark County Boara' of Equalization

Clark County Liquor antI çamitig Boarl- 2.lt. Charleston Jive Protection District Clark County Water Reclamation District Boarc(ofTnistees - Clark County Debt .J4anagement Commission Clark County 'Reclevelopment J4gency - 'University lid eclical Center of Southern Nevada Boart of Trustees

oJ ead V44'U49C4

200 Icwc3 ,4eaae

P. 0. &x 55/604

Ia 1je9aa. 7W 19/55-1604

(702) 671-0500

(702) 671-36/F - 2ax

/1444t4nt e4cu4 etaa

ADDITIONAL SUPPORTING DOCUMENT

THE ATTACHED DOCUMENT DESCRIBED AS

Binder entitled "Protest for Bid No. 603447-14 — Annual Requirements Contract for Water Treatment Program (161 pages)

WAS SUBMITTED DURING THE BOARD OF COUNTY COMMISSIONERS

MEETING HELD ON March 3,2015

UNDER AGENDA ITEM NO.41

BY Clark County District Attorney's Office - Civil Division

AND IS BEING ADDED TO TF!E RECORD PURSUANT TO NRS 241

E. - 0gac t%z4 cj.

asid ci 6ow4 eaaA.m4 — 91t14 eaw.% &aad ci 5r"" £?Ja"4 c?à44 4UO tind Øzaso Woa4d — ?&. gn4aum ?ote Pw&caaa D14mict

cfra4 Coctt, 1'atc, 'ccAncaeioa D4A4t toad cj 7tueeca — (1444 (3aaty Vek 7JAaa9tacat (%!a.iAsaom

9.9 S'ca( 7Qat Vmee toad 7wtza — 9Jm44 &aaty fldadapaene /19CC9

?4a44a4. ftudza Ceata 4 So4ovs lktsa4a tasmd

5ec- ,4k

PROTEST FOR

BID NO. 603447-14

ANNUAL REQUIREMENTS CONTRACT

FOR WATER TREATMENT PROGRAM

Fund#: 1010.000 Fund Name: County General Fund Fund Center 1120822000 Funded Pgm/Grant: N/A Description: County General Fund I Amount: Not to exceed $145,663.88 Annually

CLARK COUNTY BOARD OF CLARK COUNTY WATER RECLAMATION DISTRICT

BOARD OF TRUSTEES AGENDA ITEM

Issue: Award of Bid Back-np:

AIDR

Petitioner: Sabra Smith Newby, Chief Administrative Officer Clerk Ref.#

Jerry Stueve, Director of Real Property Management Thomas A. Minwegen. General Manager of Water Reclamation District

Recommendation:

That the Board of County Commissioners, also sitting as the Clark County Water Reclamation District Board of Trustees, approve the award of Bid No. 603447-14, Annual Requirements Contract for Water Treatment Program, to the low responsive and responsible bidder, contingent upon submission of the required bonds and insurance. Staff recommends award to Nalco Company; or take other action as appropriate. (For possible

FISCAL IMPACT:

Clark County Real Property Management Operations Division

Fund#: 2470.000 Fund Name: Satellite Detention Center Fund Center. 1120828000 Funded Pgrn/Grant: N/A Description: Satellite Detention Center Amount: Not to exceed $16,190.60 Annually

Fund#: 6840.000 Fund Name: Regional Justice Center M & 0 Fund Center. 1120822000 Funded PgmlGrant: N/A Description: Regional Justice Center Maintenance Amount: Not to exceed $43,899.96 Annually

Added Comments: The total vlue of the contract award is estimated in the amount of $1,010,734.27 should all renewal options be exercised and increased user requirements included.

Clark County Water Reclamation District Fund#: 0 & M Fund Account Fund Name: CCWRD General Fund Fund Center. CCWR.D Funds Funded Pgrn/Grant: N/A Description: Annual Requirements Contract for Water Treatment Program

Amount: Not to exceed $32,232.92 annually

Added Comments: The total value of the contract award is estimated in the amount of $138,601.58 should all renewal options be exercised and increased user requirements included.

Cleared for Agenda

S3\S %AO

Agenda 11am ft

2/I

)ACKGROUND:

Bid No. 603447-14, Annual Requirements Contract for Water Treatment Program was advertised on S9ptember 19, 2014, and opened on October 20, 2014. Five (5) bids were received and the bid totals are as follows:

BIDS RECEIVED: Nalco Company (NBE) Advanced CheMical

Technology, Inc. (VET) International CHEMTEX

Corporation (NBE) U.S. Waters Services (NBE) San Joaquin Chemicals, Inc. (LBE)

BID AMOUNTS: CORRECTIONS; CORRECT TOTALS: $260,897.60 + $6,389.80 $267,287.40

$298,548.00 $298,548.00

$299,520.00 $299,520.00 $365,620.00 $365,620.00 $87,500.00 + $454,462.50 $541962.50

This contract is for the support of the water treatment systems for Clark County (Lots I and 2) and Clark County Water Reclamation District (Lot 3).

The following are the pertinent provisions of the contract: The term of the contract is from date of award through December 31, 2015, and includes the option to renew for three, one-year periods.

Includes the option to increase the award amount up to 10% based on possible increased user requirements for the renewal terms, based on approved budget appropriations. (.)

• This contract includes the County's option to terminate for cause, convenience or default and suspend the

contract with advanced written notice.

The recommendation of award is in accordance with MRS 332.065.1, if the governing body or its authorized representative has advertised for or requested bids in letting a contract, the governing body or its authorized representative must award the contract to the lowest responsive and responsible bidder. Nalco Company currently holds a Clark County Business License.

Prepared by: Adriane Garcia, CPPB.

Respectfully submitted,

ief Administrative Officer 8603447. 14-WaterTrcatmcnl-AKO

AGENDA ITEM DEVELOPMENT REPORT OFFICE OF THE COUNTY MANAGER NOR No.: CLARK COUNTY, NEVADA

. DONALD 0. BURNETTE County Manager Date: February 20, 2015 Agenda Date: March31 2015 YOLANOAT. KING Originating chief Fbtandai Or

Departnient: Administrative Services JEFFREVM. WELLS AsslstantCounty Manager ContactiExt: Adleen Stidhum / 7155

RANDALL J. TARR Jerry Stueve / 6462

Assistant County Msna9or

SABRA SMITH NEWSY ChietAdn,InistradveOflicer Issue: BID PROTEST ON BID NO. 603447-

14; ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM

Subject/Title:

Bid No. 603447-14; Annual Requirements Contract for Water Treatment Program

Recommended Action:

That the Board of County Commissioners, also sitting as the Clark County Water Redamation District Board of Trustees, approve the award of Bid No. 603447L14, Annual Rçquirements Contract for Water Treatment Program, to the low responsive and responsible bidder, contingent upon submission of the required bonds and insUrance. Staff recommends award to Nalco Company; or take other action as appropriate.

Summary:

Due to the highly specialized chemical compounds and formulas contained in the Technical Specifications, Clark County recruited the assistance of a non-biased third party analytical laboratory to assist Clark County in determining bidder responsibility as it pertains to meeting the specifications of the bid. On December 3, 2015, Silver State Analytical Laboratory (Silver State) rendered their finding that the Material Safety Dtha Sheets (MSDS) submitted by Nalco Company as part of the required supplemental documents, met the specification requirements.

On December 5, 2014, the Notice of Intent to Award to Nalco Company (Nalco) was issued. On December 5, 2014 International CHEMTEX Corporation (CHEMTEX) submitted a Request for Public Records. On December 8, 2014, CHEMTEX came in to review the bid documents. On December 10, 2014 CHEMTEX submitted a protest bond and filed a protest on the basis of three (3) points. The first two points raised questions regarding the chemicals and formulas provided by Nalco. The third point stated that the report done by Silver State was not acknowledged by anyone. The protest document was forwarded to Silver State for further review and analysis as well as to Nalco for their response.

On December 15, 2014 Silver State provided their initial feedback to the arguments raised by CHEMTEX in their protest. On December 19, 2014, Nalco provided their initial feedback to the arguments raised by CHEMTEX in their protest. Both Silver State and Nalco reaffirmed that the bid and supplemental documents submitted by Nalco do meet the bid document specifications.

On January 26, 2015 Nalco provided their formal response to the protest affirming that their bid and supplemental documents do meet the bid document specifications. They provided additional MSDS sheets to substantiate, which were forwarded on to Silver State for their review.

AIDR No. 3501 February 20. 2015

Page 2

On February 11, 2015, Silver State provided their formal response to the protest, confirming that the bid and supplemental documents meet the bid document specifications.

On February 18, 2015, Clark County Purchasing and Contracts Division provided a formal response to the protest submitted by CHEMTEX. Protest points one and two were addressed in the report provided by Silver State dated February 11, 2015 and the response from Nalco dated January 26, 2015. 8oth documents were attached to Clark County's response. The third protest point was addressed by Clark County stating '4The report referenced above and dated December 3, 2014 was provided to Clark County by a Silver State representative on Silver State letterhead, therefore Clark County believes it to be valid and with merit.0

a00NALD G. BUIINEITE County Manager

S

0

TABLE OF CONTENTS

Original Bid

Addendum No. 1

Addendum No. 2

Silver State Initial Review (12/3/14)

Chemtex Protest (12/10/14)

Silver State Response (12/15/14)

T. Nalco Response (12/19/14)

: Nalco Response w/Alternate Chemicals (1/26/15)

Silver State review (2/11/15)

Clark County Protest Response (2/18/15)

Chemtex Appeal Notice (2/19/15)

Clark County Appeal Response (2/19/15)

Chemtex Document List (2/23/15)

IN

S

S

0

a U A Department of Administrative Services Purchasing and Contracts Division

CONFIRMATION FORM for

RECEIPT OF BID NO. 603447-14

If you are interested in this invitation, immediately upon receipt please fax this confirmation form to the fax number provided at the bottom of this page.

Failure to do so means you are not interested in the project and do not want any associated addenda mailed to you.

SUPPLIER ACKNOWLEDGES RECEIVING THE FOLLOWING BID DOCUMENT:

PROJECT NO. BID NO. 603447-14

BID PAGES: 50

DESCRIPTION: : ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM

..

SUPPLIER MUST COMPLETE THE FOLLOVVING INFORMATION:

Company Name

Company Address:

City I State I Zip:

Name I Title:

Area Code/Phone Number:

Area Code/Fax Number:

Email Add

Please indicate the method you used to obtain this Bid Document:

Internet Plan Roorn

FAX THIS CONFIRMATION FORM TO: (702) 386-4914 TYPE or PRINT CLEARLY

CLARK COUNTY, NEVADA

INVITATION TO BID

BID NO. 603447-14 ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM

The bid package is available as follows:

Internet - Visit the Clark County Purchasing and Contracts Division website at http://www.ClarkCountvNV.pov/Purchasing. Click on "Current Opportunities' and locate Document No. 603447 in the list of current solicitations.

Mail . - Please fax a request to (702) 386-4914 specifying project number and description. Be sure to include company address, phone and fax numbers.

Pick up - Clark County Government Center, 500 South Grand Central Parkway, Purchasing and Contracts Division, Fourth Floor, Las Vegas, NV 89106.

A Pre-bid Conference will be held on OCTOBER 2, 2014 at 10:00 am., at the Clark County Government Center, 500 South Grand Central Parkway, Purchasing and Contracts Division, Fourth Floor, Las Vegas, Nevada 89106. If your firm is unfamiliar with the County Bid Submittal procedures and would like to obtain training on the submittal process for this Bid, please contact Adriane Garcia, Sr. Purchasing Analyst, at (702) 455-2733 no later than WEDNESDAY, OCTOBER 1, 2014, and a training session will be provided immediately following the pre-bid conference referenced above.

Bids will be accepted at the Clark County Government Center address specified above, on or before OCTOBER 20, 2014 at 3:00:00 p.m. based on the time clock at the Clark County Purchasing and Contracts front desk.

PLEASE PUBLISH THE INFORMATION PROVIDED ABOVE THE LINE.

PUBLISHED: Las Vegas Review-Journal SEPTEMBER 19, 2014

fl

TABLE OF CONTENTS

TABLE OF CONTENTS

INSTRUCTIONSTO BIDDERS ................................................................................................................................... I-i

GENERALCONDITIONS ...........................................................................................................................................

SPECIALCONDITIONS ............................................................................................................................................ Ill-i QUALIFICATIONCLAUSES ................................................................................................................ Ill-i DELiVERYCLAUSES ......................................................................................................................... 111-2 LABORCLAUSES ............................................................................................................................... 111-3 PERFORMANCECLAUSES ............................................................................................................... 111-4

SERVICESPECIFICATIONS.................................................................................................................................... IV-1

BIDFORM ................................................................................................................................................................. v-i

SUBCONTRACTOR INFORMATION ................................................................................................. ATFACI-IMENT 1

CONTRACT REQUIREMENTS AND FORMS ..................................................................................... ATrACHMENT 2 INSURANCEREQUIREMENTS ........................................................................................................... 2-1 CERTIFICATE OF INSURANCE FORM .............................. . ................................................................ 2-3 ENDORSEMENTFORM ...................................................................................................................... 2-4

AFFIDAVIT..................................................................................... . ................................. ..................... AlTACHMENT 3

DISTRIBUTION OF LINE ITEM PRICE .................................................... . .................................. . ........... ATTACHMENT 4

UNIT PRICING FOR SUCCESSFUL BIDDERS SUPPLIED WATER TREATMENT CHEMICALS .... ATTACHMENT 5

FIELD ANALYSIS FOR WATER TREATMENT ....................... EXHIBIT A

DISCLOSURE OF OWNERSHIPIPRINCIPALS ............................................................................................ ATTACHED

n

I - INSTRUCTION TO BIDDERS BID NO. 603447-14

ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM

INTENT OF INViTATION

This Contract for the support of the water treatment systems of Clark County and Clark County Water Reclamation Disthct. SUCCESSFUL BIDDER shall be responsible for adding chemicals as needed, testing, set and adjusting automatic and manual feeds to keep chemical levels at appropriate concentrations for proper test levels. In addition, SUCCESSFUL BIDDER shall work with both agencies' in-house staff to maintain continuous and efficient water side operation and management of all primacy condenser chiller/cooling towers, boiler loop hydronic heating and the chiller evaporator hydronic cooling systems.

The primacy purpose of the Bid is to: Supply the chemical mixture: Deliver the chemical mixture to designated locations; Test the chemical mixture, as necessary; and Prepare and submit Reports, as outlined below. There are line items for the delivery of all chemicals, all testing re-agents and supplies, all log sheets for fully functional water chemistry tracking and the inspection of each chemical feed station. There are separate line items for the purchase and delivery of additional chemicals as required and for the labor and materials for any repair or replacement of water system components.

2. DEFINITIONS

Addendum: A written document issued by COUNTY. via the Purchasing and Contracts Division, prior to the submission of bids which modifies or clarifies the Bidding Documents by additions, deletions, clarifications, or corrections.

BCC: The Clark County Board of County Commissioners.

Bid (Bidder): An offer, in response to a solicitation by COUNTY, to supply goods or services at a specific price and within a specified time period.

Bid (COUNTY): A competitive solicitation by COUNTY to procure goods or services in accordance with Nevada Revised Statutes (NRS) 332.

Bid Form: Standard printed form given to Bidders that must be completed and submitted back to COUNTY with the required information for evaluation of the bid, in correct fon'nt and sequence. Bid pages are identified herein as 'Bid Form' and contain a black line in the right margin.:'

Bid SubmIttal: Bid Form pages, Bid Security (if required), and all required attachments.

Bidder(s): A supplier who submits a bid to COUNTY,

Bidding Documents: May include but are not limited to, the Invitation to Bid, Instructions to Bidders, General Conditions, Special Conditions, Technical Specifications, Contract Requirements and Forms, Bid Forms/Attachments, Exhibits, Specifications/Special Provisions and Drawings, and any Addenda issued prior to the date designated for receipt of bids, as applicable.

I, CONTRACT: Contract documents include the Bidding Documents, SUCCESSFUL BIDDER'S Bid Form, all Addenda, SUCCESSFUL BIDDER'S bonds and insurance and Notice of Award letter.

COUNTY: The term used throughout these documents to mean County of Clark, Nevada. Under this effort, Clark County Water Reclamation enjoys the same rights and remedies afforded COUNTY as stated herein. Clark County Water Reclamation will issue its own administration documents with regards to award, renewal, price inaeases, etc., as well as its own purchase orders for the line items in the Bid Form that pertain to that agency.

DelIvery: Is defined as dropping of chemicals at the designated drop off locations.

F.O.B. Destination: Designates the seller will pay shipping cost and remain responsible for the goods until the buyer takes possession.

GovernIng Body: Used throughout these documents to mean the Clark County Board of Commissioners.

Lot: A group of items similar in nature and bought indMdually, all items in a lot must be bid on to be a responsible bidder considered for award. 40

0. Nevada Revised Statutes (NRS): The current codified laws of the State of Nevada. Nevada law consists of the Constitution of Nevada (the state constitution) and Nevada Revised Statutes. The Nevada Supreme Court interprets the law and constitution of Nevada.

PiPth,,,W0RxfiIDi2OI 4B603447'447.,04d I-i

Instruction to Bidders Bid No. 603447-14

Annual Requirements Contract for Water TreabTient Program

No Substitute: Means there is only one brand name product that Is acceptable to perform the function required by the using department.

Property: COUNTY'S individual building or central plant where chemical waler treatment Is performed under this specification.

Purchasing Administrator. The Clark County Purchasing Administrator or their designee responsible for the Purchasing and Contracts Division.

Purchase Order. The formal authorization by COUNTY for seller to provide goods or services to COUNTY. The formal CONTRACT takes precedence over any conflicting terms and conditions contained in the purchase order.

Repair. Corrective actions required to ensure proper operation of existing equipment, up to and including replacing of said equipment.

Rural: Clark County has sites outside of the contiguous Las Vegas Valley which include, but are not limited to: Laughlin and Spring Mountain Youth Camp.

SOS - Safety Data Sheet the product safely sheet. This documentation should also accompany all deliveries.

Service Call I Repair: Is defined as working or repairing chemical metering or chemical monitoring equipment. Or, is defined as corrective actions required to ensure proper operation of existing equipment, up to and including replacing of water treatment equipment.

Site: A separate location of a single property, or a designated group of properties in a single area. Chernicéls shall be delivered to the Facilities / sites listed on the Bid Form. COUNTY reserves the right to change the delivery locations with 48-hour notification to SUCCESSFUL BIDDER.

SUCCESSFUL BIDDER: Bidder who is the lowest responsive, responsible or best Bidder, to whom the Governing Body or the authorized representative has authorized the award of the CONTRACT.

Technical Representative: SUCCESSFUL BIDDER'S staff.

M. Urban: This includes the contiguous urban Las Vegas Valley.

3. DESIGNATED CONTACTS

For questions pertaining to this Invitation to Bid, please call Adriane Garcia, Sr. Purchasing Analyst, telephone number (702) 455-2733 or the Purchasing and Contracts Front Desk at (702) 455-2897. After award, the COUNTY designated contact will be Darren R. Daniels, Operations Manager, Real Property Management, telephone number (702) 455-2980. The Clark County Water Reclamation District contact will be Toby Kalkowski, telephone number (702) 668- 8310 and email: tkalkowskkdeanwatertearn.com.

CONTACT WITH COUNTY DURING SLEDDING PROCESS

Communication between a Bidder and a member of the 8CC, or between a Bidder and a non-designated COUNTY contact, regarding this bid is prohibited from the time the bid is advertised until the bid is recommended for award of a contract Questions pertaining to this Invitation to Bid shall be addressed to the designated contact(s) specified above. Failure of a Bidder, or any of its representatives, to comply with this paragraph may result in its bid being rejected.

PREBID CONFERENCE

A pre-bid conference is being held for this bid. The intent of the pre-bid conference is to review the entire bid document and answer any questions Bidders may have.

ADDENPAAND INTERPRETATIONS

If it becomes necessary to revise any part of this bid, a written Addendum will be issued by COUNTY. COUNTY shall not be bound by any oral representations, clarifications, or changes made in the written requirements or specifications by COUNTYS' employees, unless such clarification or change Is provided by COUNTY in written addendum form from the Purchasing and Contracts Division.

Bidder(s) shall take no advantage of any apparent error or omission in the Bidding Documents. In the event Bidder(s) discover such an error or omission, they shall immediately notify COUNTY. COUNTY will then make such corrections and interpretations as may be deemed necessary for fulfilling the intent of the Bidding Doaiments through the issuance of an Addendum.

P:Wt&WORJ&j DSQOI 4' W_*Gdaa 1-2

Instruction to Bidders Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program

Addenda shall be available via mall, certified mail, fax, online or pick up by all prospective Bidders.

Prior to submission of the bid, Bidder shall ascertain that it has received all Addenda issued. Bidder shall acknowledge receipt of each Addendum by completing the acknowledgement space provided on the Bid e Form. Failure to acknowledge receipt of all addenda and use the correct bid form as required may result in rejection of bid.

POCUMENT REVIEW

Bidders may visit the Purchasing and Contracts Division, during normal business hours, to review any current bid documents. This information is available for review provided the contents of the document have not been deemed confidential or proprietary as defined in the Public RecordC clause in the General Conditions section of this bid. Bids submitted in response to this invitation to bid may be reviewed after the formal bid opening has been completed. To review bid documents, an appointment must be made in advance to ensure that fufi consideration will be provided. Please call telephone number (102) 455-2897 and request the Purchasing Front Desk to schedule your appointment.

8. PREPARATION OF FORMS

All bids must be submitted on the Bid Form provided in this document. All figures must be written in ink or typed. Figures written in pencil or containing erasures are not acceptable and may be rejected. However, mistakes may be o'ossed out and corrections may be inserted adjacent thereto and initialed in ink by the person signing the bid form.

In the event there are unit price bid items provided in the Bid Form, and the total indicated for a unit price bid item does not equal the product of the unit price and quantity, the unit price shall govem and the total will be corrected aocordingty. Mathematical errors in the Bid shall be corrected by COUNTY. If there is no cost for a unit price, the Bidder MUST enter °0" or write the words 'NO COST?

g, BID DOCUMENTS NECESSARY FOR SUBMI1TAL

Bid Form, all required attachments, and the bid security (if required) shall be included in the envelope containing the bid. These documents, together, comprise a bid. Omission of, or failure to complete, any portion of the required documents at the time of bid opening may because to reject the entire bid.

10. SUBCONTRACTOR INFORMATION

Bidders should submit with their bids a list of the Minority-Owned Business Enterprise (MBE), Women-Owned Business Enterprise (WBE), Physicatly-Challenged Business Enterprise (PBE), Small Business, Enterprise (SBE) Veteran Business Enterprise (VET)1 Disabled Veteran Business Enterprise (DVET), and Emerging Small Business Enterprise (ESB) subcontractors for CONTRACT utilizing Attachment 1. The information provided in Attachment I by Bidder is for COUNTY'S information only.

If there are any questions regarding Attachment 1, please contact Adleen Stidhum at telephone number (702) 455-7155.

11, DESCRIPTIVE LITERATURE

Bidder may be requested to provide the latest printed specifications and advertising literature on the product(s) offered on its Bid Form.

PRODUCTS

New Product:

SUCCESSFUL BIDDER shall guarantee that the product provided to COUNTY shall be new, and of the latest and most improved model of current production, and shall be of first quality as to workmanship and materials used in said units.

A new product is defined as a product that is made up completely of unused, genuine, original parts. The product shall not have been operated for any purpose other than routine operational testing. A demonstrator product does not meet this definition and is not aptable.

BRAND NAMES "OR EQUAL"

Wenever, in this Invitation to Bid, any particular materials, process, or equipment are indicated or specified by patent, proprietary or brand name, or by name of manufacturer, such wording will be deemed to be used for the purpose of facilitating desaiption of the material, process, or equipment desired and will be deemed to be foflowed by the words, "or equal." Proof satisfactory to COUNTY must be provided by SUCCESSFUL BIDDER to show that the alternative product Is, in fact, equal to the product required In the specifications.

SUBSTITUTIONS

Specifications are Intended to show kind and quality required, and are not intended to be restrictive. Additional bids that are equal to, or exceed the requIrements stated In this document are Invited. Bidders desiring to submit more than one bid for items other than those specified shall observe the following procedure:

P:%Ptn_WORICLO IOi2O1 4esO447'Em447,,flQ 13

instruction to Bidders Bid No. 603447-14

Annual Requirements Contrect for Water Treatment Program

A. Submit with the bid complete manufacturer's brochures of the actual items being offered, including pictures or dimensional drawings.

B. Proof, satisfactory to COUNTY, must be provided by Bidder to show that the product is equal to, S exceeds the bid specifications in design and performance.

C. Equivalent items may be subject to performance testing.

15. TEST MODELS

COUNTY may request, at no cost to COUNTY, that the apparent low Bidder provide a test model of the product offered. The performance, characteristics and components of the model submitted for inspection and testing shall be considered a representative model of the product proposed and intended for delivery. Any product tested and found not meeting the minimum requirements of these specifications will not be considered for award of this bid.

18. ORDER QUANTITIES AND UNIT PRICING

Unit pricing for the items listed in this bid shall be reflective of the unit of measure of 'each.' This bid expressly prohibits 'minimum order quantity practices. All invoices shall reflect the pricing for the exact quantities received.

17. DISCOUNT TERMS OF PAYMENT

Terms of payment, as listed on the Bid Form, shall be defined as the amount of discount offered by Bidder to COUNTY if payment is made within a specified time frame. Examples:

Terms of Payment: 2%, Net thirty (30) Calendar Days.

A 2% payment discount will be deducted from the purchase price if the invoice is paid within thirty (30) calendar days of receipt of invoice or delivery of an acceptable product or service, whichever is later. Terms of Payment: 0%, Net thirty (30) Calendar Days.

No payment discount is offered and payment is due within thirty (30) calendar days of receipt of invoice or delivery of an acceptable product or service, whichever is later. -

No prompt payment discount will be considered by COUNTY in the bid evaluation process unless the discount period offered by Bidder Is thirty (30) calendar days or more.

. * 18. ADDITIONAL BIDS'

Bidders may submit more than one bid as long as all such bids comply with, or exSed, the bid temis, conditions and specifications.

19. DEVIATIONS TO TERMS AND CONDITIONS OR SPECIFICATIONS

Any additional agreements, terms, conditions, or exceptions to the bid requirements or specifications that are submitted with Bidders Bid Form may be considered substantial deviations from the bid requirements and be cause for rejection.

20. DURATION OF OFFER

All offers (bids) submitted in association with this Invitation to Bid shall be considered firm offers for a period of ninety (90) calendar days after the date of bid opening in order to allow COUNTY to evaluate and consider award, unless the offer is further extended in writing and agreed upon by both parties.

21. BIDDER'S REPRESENTATION

Each Bidder by submitting their Bid represents that:

Bidder has read and understands the Bidding Documents and asserts that its bid is made in accordance therewith and shall be considered a firm offer for a period of ninety (90) calendar days following the opening of bids. The Bidders offer may expire at the ed of the ninety (90) calendar day period.

Bidder is familiar with the local conditions under which the work is to be performed.

Prior to submission of the bid, Bidder shall ascertain that It has received all Addenda Issued; Bidder shall acknowledge receipt of each Addendum by completing the acknowledgment space provided an the Bid Form. FaIlure to acknowledge receipt of all addenda and use the correct bid form as required may result In rejection of bid.

22. SUBMISSION OF BIDS

All.bids must be submitted in a sealed envelope plainly marked with the name and address of Bidder and the bid number and title. Bidders are requested to submit one (1) original and one (1) copy of the Bid Form and one (1) copy of all requested attachments unless otherwise specified. No responsibility will attach to COUNTY, or any official or employee thereof, for the pro-opening of, post opening of, or the failure to open a bid not property addressed and identified. Bids are time-stamped upon receipt.

P:WVLWorOC¼fiIDsi2Ol40S.47'tO3447_s44 1-4

27

Instruction to Bidders Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program

desk will be recorded as late, remain unopened and be formally rejected. FAXED OR ELECTRONICALLY Bids time-stamped after 3:00:00 p.m. based on the time dodc at the Clark County Purchasing and Contracts front

SUBMITTED BIDS ARE NOT ALLOWED AND WILL NOT BE CONSIDERED.

The following are detailed delivery/mailing Instructions for bids:

HAND DELIVERY U.S. MAIL DELIVERY EXPRESS DELIVERY

Clark County Government Center Clark County Government Center Clark County Government Center

Purchasing and Contracts Division, Attn: Purchasing and Contracts, 4th Ann: Purchasing and Contracts, 4th 4th Floor Floor Floor

500 South Grand Central Parkway 500 South Grand Central Parkway 500 South Grand Central Parkway

Las Vegas, Nevada 89108 P.O. Box 551217 Las Vegas, Nevada 89106

Las Vegas, Nevada 89155-1217

Regardless of the method used for delivery, Bidder shall be wholly responsible for the timely delivery of its bid. Overnight Mall must use the EXPRESS DELIVERY instructions.

Any bids submitted via a third party courier must be sealed in a separate envelope from courier's packaging to allow for proper recording of receipt.

Bidders and other interested parties are invited to attend the bid opening.

COST TO PREPARE AND SUBMIT RESPONSE

All costs incurred in the preparation and submission of responses to this Invitation to Bid shall be the responsibility of the Bidder.

WiTHDRAWAL OF BID

A, Before Bid Opering

Bidders may request withdrawal of a posted, sealed bid prior to the scheduled bid opening time, provided the request for withdrawal is submitted to the Purchasing Analyst in writing, or a bid release form has bben properly completed and submitted to the Purchasing and Contracts Division reception desk. Withdrawribids must be re-submitted and time-stamped in accordance with this bid document in order to be accepted.

B. After the Bid Opening

All responsive and responsible bids received are considered firm offers for a period of ninety (90) calendar days. Bidder's offer will expire after ninety (90) calendar days unless the offer is further extended in writing by Bidder and agreed upon by both parties. If Bidder intended for award requests that its bid be withdrawn, that Bidder may be deemed non-responsible if responding to future invitations to bid or may be required to forfeit its bid bond (if applicable).

LOWEST RESPONSIVE AND RESPONSIBLE BIDDER

All bids will be awarded to the lowest responsive and responsible Bidder. The determination of the lowest responsive and responsible Bidder may be judged on all or some of the following factors: price, conformity to spedflcations, facilities and equipment, availability of repair pails, experience, terms of payment, qualifications, past performance, performance or delivery dates, quality and utility of services, supplies, materials or equipment offered and the adaptability of those services, supplies, materials or equipment to the required purpose of CONTRACT, and other objective and accountable factors which are reasonable. COUNTY has the option to accept additional promotional specials, discounts or trade-in allowances offered by SUCCESSFUL BIDDER during the term of CONTRACT but these offers will not be pail of the determination for award of this bid unless otherwise specified.

In accordance with NRS 332.065.3, COUNTY may re-award CONTRACT if SUCCESSFUL BIDDER is found to be in breath of contract. Re-awarding the CONTRACT by COUNTY is not a waiver of any liability of the inItial Bidder awarded CONTRACT.

REJECTION OF BID

COUNTY reserves the right to reject any and all bids received by reason of this request. COUNTY reserves the right to waive any minor informality or irregularity.

DISQUALIFICATION OF BIDDERS

Bidders may be disqualified and their bids may be rejected for any of, but not limited to, the following ca uses

A. Failure to use the specified Bid Form furnished by COUNTY.

P%PutWOR&61031201456a144ra3447_04doa i-S

lnsfruction to Bidders BId No. 61)3447-14

Annual Requirements Contract for Water Treatment Program

Lack of signature by an authorized representative.

Failure to properly complete the Bid Form.

EvIdence of collusion among Bidders.

Unauthorized alteration to content of the Bid Form.

Failure to acknowledge all addenda issued.

28. TIE-BIDS

A tie-bid is defined as an instance where bids are received from two (2) or more Bidders who are the low Bidders, and their offers are identical. Bids must be identical in all evaluation areas; e.g.. price, quality, delivery, terms, and ability to supply, etc. If any of these areas are not identical, it is not considered a tie-bid, and COUNTY can justify awarding to Bidder with the lowest responsive and responsible bid.

The procedure for be-bids is to hold a public drawing and award the bid to the winner of the draw in accordance with the Method of Award clause in the Instruction to Bidders. When a drawing is necessary, Bidder(s) involved will be contacted with the time and place of the drawing. Attendance is not mandatory for the drawing. An impartial witness will be present at the drawing.

29. NOTIFICATION OF INTENT TO AWARD

COUNTY will issue to all Bidders a formal letter of 'Notification of Intent to Award.' This notice will confirm COUNTY'S determination of the lowest responsive and responsible Bidder.

30. PROTESTS

A. Any Bidder who submits a bid and is allegedly aggrieved in connection with this solicitation or award of CONTRACT may protest. The letter of protest must, at a minimum, contain a written statement setting forth with specifidty the reasons the person filing the notice believes that the applicable provisions of the law were violated and be accompanied by required bond. The protest must be submitted in writing to the Purchasing Analyst, within five (5) business days after COUNTY issued a 'Notification of Intent to Award letter, If a written protest is received within the time frame specified and is not resolved by mutual agreement, the Purchasing Analyst will issue a decision in writing to the pràtestor. Within three (3) busin'ess days of receipt of the decision, a protestor MUST submit to the Purchasing Administrator its written notice of intent to appeal the decision to the BCC. The Purchasing Administrator or their designee will Ytotify the protestor of the date they may appear to present their appeal to the BCC. Protestor MUST subrrtit to the Purchasing Administrator fifteen (15) copies of any documents protestor intends to present to the BCC and all documents MUST be submitted ten (10) calendar days prior to the BCC meeting. The decision of the 5CC will be final. The BCC is not required to consider protests unless this procedure is followed.

B. Bidder filing the protest shall be required, to post.a bond with a good and solvent surety authorized to do business in this state, or submit other security, defined as a cashiers check, money order or certified check, to COUNTY who shall hold the bond or other security until a determination is made on the protest. A bond posted or other security submitted with the protest must be in an amount equal to the lesser of:

25% of the total value of the bid submitted by Bidder filing the notice of protest; or

$250,000

C. The notice of protest filed in accordance with the provisions of this section operates as a stay of action in relation to the awarding of CONTRACT until the BCC makes a deterthination on the protest.

D. A Bidder who submits an unsuccessful bid may not seek any type of judicial intervention until the BCC has made a determination on the protest and awards CONTRACT.

E. Neither the BCC nor its authorized representative is liable for any costs, expenses, attorneys fees, loss of income or other damages sustained by a Bidder who submits a bid, whether or not the person files the protest pursuant to this section.

F. If the protest is upheld by the BCC, the bond posted or other security submitted with the notice of protest must be returned to Bidder who posted the bond or submitted the security. If the protest is rejected by the 8CC, COUNTY may make a claim against the bond or other security in an equal amount to the expenses incun'ed by COUNTY because of the unsuccessful protest. Any money remaining after the daim has been satisfied must be returned to the person who posted the bond or submitted the security.

31. METHOD OF AWARD

Award will be made to the lowest responsive and responsible Bidder on a grand total basis, contingent upon the submission of all requested documents within the timelines specified, unless an extension is approved by COUNTY. Bidders must bid on all items to be considered responsive.

Pt&W0R1Q_8Iot2O1 l\BSO44?d47,ftsdoa I-B

37

41

42.

Instruction to Bidders Bid No. 603447-14

Annual Requirements Contact for Water Treatment Program

LETTER OF AWARD

Award of this bid will be by 'Letter of Await' issued by the Purchasing and Contracts Division. CONTRACT shall include this Bid Document, any associated Addendunts, and the Bid Form as signed by SUCCESSFUL BIDDER.

INITIAL TERM

The initial term of CONTRACT shall be from date of award through December 31,2015.

CONTRACT RENEWAL

COUNTY reserves the option to renew CONTRACT for an additional three (3), one-year period(s) from its expiration date.

COUNTY reserves the option to temporarily extend CONTRACT for up to ninety (90)calendar days from its expiration date for any reason. The current contract pricing shall remain in effect through the contract extension period.

INSURANCE

SUCCESSFUL BIDDER shall cery Commercial General Liability and Automobile Liability Insurance, in the amount of no less than $1,000,000 per occurrence, $2,000,000 aggregate during the term of CONTRACT.

SUCCESSFUL BIDDER shall obtain and maintain for the duration of CONTRACT, a work certificate or a certificate issued by an insurer qualified to underwrite workers' compensation insurance in the State of Nevada, in accordance with Nevada Revised Statutes Chapters 616A-6160, inclusive, unless SUCCESSFUL BIDDER is a Sole Proprietor and shall be required to submit an affidavit Attachment 3 indicating that it has not elected to be included in the terms, conditions and provisions of Chapters 616A-616D, inclusive, and is otherwise in compliance with those terms. conditions and provisions. -

SUCCESSFUL BIDDER shall include the cost of the insurance coverage in its bid price(s). SUCCESSFUL BIDDER shall provide COUNTY with proof of insurance as specified within ten (10) business days after COUNTY request.

SUCCESSFUL BIDDER shall obtain and maintain the insurance coverage required in Attachment 2, incorporated herein by this reference. SUCCESSFUL BIDDER shall comply with the terms and conditions set forth in Attachment 2. All Bidders shall include the cost of the insurance coveage in their bid puce(s).

FAILURE TO MAINTAIN COVER&G.E . S

If SUCCESSFUL BIDDER fails to maintain any of the insurance coverage required herein, COUNTY may withhold payment, order SUCCESSFUL BIDDER to stop thework. declare SUCCESSFUL BIDDER in breach, suspend or terminate CONTRACT, assess liquidated damages as defined herein, or may purchase replacement insurance or pay premiums due on existing policies. COUNTY may collect any replacement insurance costs or premium payments made from SUCCESSFUL BIDDER or deduct the amount paid from any sums due SUCCESSFUL BIDDER under CONTRACT.

LIQUIDATED DAMAGES - INSURANCE / PERFORMANCE BOND SUBMITTAL

If SUCCESSFUL BIDDER does not provide the insurance or performance bond submittals on or before the 100 business day, SUCCESSFUL BIDDER will pay over to COUNTY the amount of $100.00 per business day as liquidated damages. If SUCCESSFUL BIDDER does not keep the insurance policy or performance bond in effect or allows them to lapse, SUCCESSFUL BIDDER will pay over to COUNTY the amount of $100.00 per business day as liquidated damages.

OPERATIONAL. SYSTEMS

SUCCESSFUL BIDDER shall furnish a completely operational system whether or not all items necessary to make the system operational are specified.

ADDITIONAL BUILDINGS OR FACILITIES

Additional buildings or facilities may be added to CONTRACT by COUNTY. This shall include newly axuired or constructed building / facilities, after the manufacturer's warranty or new construction warranty has expired.

ADDITIONAL REQUIREMENTS

Although particular COUNTY departments may be identified in the solicitation, unless otherwise documented in CONTRACT, other COUNTY departments may utilize the resulting CONTRACT upon approval by COUNTY Purthasing and Contracts Division. Each COUNTY Department or Division will issue a separate identi'ing Purchase Order.

COOPERATION BY SUCCESSFUL BIDDER(S) 5 SUCCESSFUL BIDDER may be required to cooperate or coordinate with other trades performing services on COUNTYS property. This cooperation or coordination shall be deemed as part of SUCCESSFUL BIDDER'S performance under CONTRACT.

35.

1-7

Instruction to Bidders Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program

43. PRICE ADJUSTMENT REQUESTS

Commencing on the date of award, prices shall not be subject to change during the initial Contract term, thereafter, there may be price adjustments. All price adjustment requests, induding suitable proof, shall be submitted, at least thirty (30) calendar days in advance of SUCCESSFUL BIDDER'S expectation of price increase commencement, to the Clark County, Nevada, Administrative Services Department, Purchasing Administrator, 500 South Grand Central Parkway, Las Vegas, Nevada 89155. Price increases shall not be r tmadive. A price adjustment can only occur if SUCCESSFUL BIDDER has been notified In writing of COUNTY'S approval of the new Price(s). Only one (1) written price adjustment request(s) will be accepted from SUCCESSFUL BIDDER per one-year term. The reference months/period and Indexes to beused to determine price adjustments will be the most recent published index between 14-16 months prior (using the final index) and 2-4 months prior (using the first-published index) to the anniversary date of the Contract, using the price index specified below.

Producer Price Index (PPI): WPIJ061 will be used as the index for the price adjustments. The price adjustment per year may be the lesser of the percent of PPI change or three (3) percent for an increase or decrease.

U Suitable Proof:

Print-out of PPI index and calculated increase and Letter from Manufacturer/ Distributor

o Discontinued Price Index: Should the above-reference price index be discontinued or otherwise no longer be published by the U.S. Bureau of Labor Statistir, a similar index may be mutually agreed to in writing by both parties.

O Fixed Price:

Increases will apply only to producis or services affected by an increase in a raw material, labor, or another like cost factor and will be verified againsi PPI index.

C Drastic Market Conditions:

Should drastic market conditions occur which dictate a significant price increase of any line item(s) during the term of CONTRACT, COUNTY may consider these increases in addition to the allowed increases, providing SUCCESSFUL BIDDER submits written documentation and suitable proof by line item to COUNTY requesting permission and explainingin detail the unforeseen circumstances predicating the request to increase Pricing. Suitable proof shall be required as defined above. A significant price increase means a change in price from the date of the last price increase, to the date of performance by an amount exceeding ten (10) percent. General industry correspondence with regards to market conditions are not suitable proof.

0 Price Decrease:

COUNTY shall receive the benefit of a price decrease to any line item at any time during the initial term and for any subsequent term(s) if the decrease exceeds ten (ten) percent of CONTRACT price. If, at the point of exercising the price adjustment provision, market media indicators show that the prices have decreased, and that SUCCESSFUL BIDDER has not passed the decrease on to COUNTY, COUNTY reserves the right to place SUCCESSFUL BIDDER in default, terminate CONTRACT, and such actions will reflect adversely against SUCCESSFUL BIDDER in determining the responsibility and non-responsibility of SUCCESSFUL BIDDER in future opportunities.

U Distribution of Line Items: Attachment 4

If the price of an individual line item contains more than one element (i.e. labor, product or transportation) the Distribution of Line Item Price Form shall be completed for that line.

U Multiple Line Items:

When multiple line items exist, the price adjustment must be justified on a line-by-line basis, not on the grand total.

44, STATE OF NEVADA LEGAL HOLIDAYS

SUCCESSFUL BIDDER is advised that below there are ten (10) firm legal holidays and eleven (11) when December 31st falls on Friday.

Martin Luther King's Birthday Presidents' Day Memorial Day Independence Day Labor Day Nevada Admission Day Veteran's Day Thanksgiving Day and the Friday After Christmas Day New Year's Day

SUCCESSFUL BIDDER is required to verify dates with COUNTY'S representative prior to the commencement of work.

P:W&.W0RJG_QIDflO1 4477.fficg.docx I-B

Il-GENERAL CONDITIONS BID NO. 603447-14

ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM

ASSIGNMENTOFCONTRACTUALRIGI-ITS

SUCCESSFUL BIDDER will not assign, transfer, convey or otherwise dispose of CONTRACT or its iight, title, or interest In, or to the same, or any part thereof, without previous written consent of COUNTY and any sureties.

AUDITS

The performance of CONTRACT by SUCCESSFUL BIDDER is subject to review by COUNTY to insure CONTRACT compliance. SUCCESSFUL BIDDER agrees to provide COUNTY any and all information requested that relates to the performance of CONTRACT. All requests for information will be in wilting to SUCCESSFUL BIDDER. Time is of the essence during the audit process. Failure to provide the information requested within the timeline provided in the wrñten information request may be considered a material breath of contract and be cause for suspension or termination of CONTRACT.

AUTHORITY

COUNTY is bound only by COUNTY agents acting within the actual scope of their authority. COUNTY is not bound by actions of one who has apparent authority to act for COUNTY. The acts of COUNTY agents which exceed their contracting authority do not bind COUNTY.

BIDS ARE NOT TO CONTAIN CONFIDENTIAL I PROPRIETARY INFORMATION

Bids must contain sufficient information to be evaluated without reference to any confidential or proprietary information. In accordance with NRS 239.010, Bidders shall not include any information in their bid that they would not want to be released to the public. Any bid submitted that is marked °Confidential or 'Proprietary, or that contains mateijals so marked, may be returned to Bidder and may not be considered for award.

CLARIc COUNTY'S PROPERTY

All property owned by COUNTY and furnished to SUCCESSFUL BIDDER for the purpose of performance under this Bid will be identified and marked as COUNTY'S property and adequately insured by SUCCESSFUL BIDDER for COUNTY'S protection. In the event that COUNTY'S property becomes lost or damaged to any extent while in SUCCESSFUL BIDDER'S possession from any cause, including faulty workmanship or negligent acts by SUCCESSFUL BIDDER, its agents or its employees, SUCCESSFUL BIDDER agrees to replace such property or reimburse COUNTY for the value or expense of replacement, whichever is greater, in accordance with COUNTY request.

COLLECTION AND PAYMENT OF SALE$JAX

In accordance with NRS 372.123, any Bidder that sells tangible personal property to any commercial business in the State of Nevada is required to possess a Nevada Sales Tax Permit and shall collect and pay the taxes as defined in NRS Chapters 372 and 374. Permit information can be obtained by contacting the Nevada State Department of Taxation at (702) 486.2300.

COLLUSION AND ADVANCE DISCLOSURES

Pursuant to NRS 332.820 evidence of agreement or collusion among Bidders and prospective Bidders acting to illegally restrain freedom of competition by agreement to bid a fixed price, or otherwise, shall render the bids of such Bidders void.

Advance disclosures of any information to any particular Bidder which gives that particular Bidder any advantage over any other interested Bidders, in advance of the bid opening, whether in response to advertising or an informal request for bids, made or permitted by a member of the governing body or an employee or representative thereof, shall operate to void all bids received In response to that particular request for bids.

8. CONSUMPTION ESTIMATES

The quantities appearing in the Bid Form are approximate only and are prepared for the solicitation of bids. Payment to SUCCESSFUL BIDDER will be made only for the actual quantities of items furnished in accordance with the bid and it is understood that the scheduled quantities of items to be furnished may be Increased, decreased or omifted without. In any way, invalidating bid prices.

S

P'PLn,,wORJG_8lD3201 BGW447'EW447_ekpdaa Il-I

General Conditions Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program

9. CONTRACT AMENDMENTS

Notwithstanding any provision herein to the contrary, and pursuant to NRS 104.2306, and recognizing the consbaints inherent in public bidding, COUNTY reserves the right to request modification at any time to the scope, frequency, estimated quantities or the timing of SUCCESSFUL BIDDER'S obligations under CONTRACT, in whatever manner COUNTY determines, in good faith, to be reasonably necessary and to be in the best interests of the public. Both parties agree that, should any modifications to CONTRACT be made during-CONTRACT term, a written amendment detailing those elements shall be executed by SUCCESSFUL BIDDER and the BCC or their authorized representative.

DISCLOSURE OF OWNERSHIP / PRINCIPALS

Any Bidder recommended for award of CONTRACT by the Board of County Commissioners is required to provide the information on the attached 'Disclosure of Ownership/Principals' form. The form shall be submitted to COUNTY within twenty-four (24) hours after request. Failure to fill out the subject form by Bidders shall be cause for rejection.of the bid.

DRUG-FREE WORKPLACE

SUCCESSFUL BIDDER agrees to comply with all applicable state and federal laws regarding a drug-free workplace. SUCCESSFUL BIDDER shall make a good faith effort to ensure that all of its employees, while working on COUNTY property, will not purchase, use, be under the influence of, or possess illegal drugs or alcohol or abuse prescription drugs in any way.

EMPLOYMENT OF UNAUTHORIZED ALIENS

In accordance with the Immigration Reform and Control Act of 1986, SUCCESSFUL BIDDER agrees that it will not employ unauthorized aliens in the performance of CONTRACT.

FEDERAL, STATE, LOCAL LAWS

All Bidders shall comply with all Federal, State and local laws relative to conducting business in Clark County. The laws of the State of Nevada will govern as to the interpretation, validity, and effect of this bid, its award, and any contract entered into.

FISCAL FUNDING OUT

' COUNTY reasonably believes that funds can be obtained sufficiently to make all payments during the term of CONTRACT. If COUNTY does not allocate funds to continue the purchase of the product or service, in accordance with NRS 354.626, CONTRACT shall be terminated when appropriated funds expire.

FORCE MAJEURE

SUCCESSFUL BIDDER shall be excused from performance hereunder during the time and to the extent that it is prevented from obtaining, delivering, or performing, by acts of God, lire, war, loss or shortage of txansportation facilities, lodout or commandeering of raw materials, products, plants or facilities by the government. SUCCESSFUL BIDDER shall provide COUNTY satisfactory evidence that nonperformance is due to cause other than fault or negligence on its part.

GOVERNING LAWNENUEOF ACTION

CONTRACT shall be construed and enforced in accordance with the laws of the State of Nevada. Any action at law or other judicial proceeding for the enforcement of any provision shall be instituted in the County of Clark. State of Nevada.

GOVERNING ORDER OF BIDDING AND CONTRACT DOCUMENTS

The bidding and CONTRACT doaaments include various divisions, sections, and conditions which are essential parts for the work to be provided by SUCCESSFUL BIDDER. A requirement ounlng in one is as binding as thou9h oufflng in all. They are intended to be complementary and to describe and provide for complete work. In case of disaepancy, the following precedence will govern:

Amendment

General Conditions

Addenda

Instructions to Bidders

Federal Requirements (If Applicable)

Special Conditions

Technical Specifications

11-2

General Conditions Bid No. 603447-14

Annual Requirements Contract for WaterTreatment Program

18. INDEMNITY

SUCCESSFUL BIDDER agrees, by entering into CONTRACT, regardless of the coverage provided by any insurance policy, to pay all costs necessary to indemnify, defend, and hold COUNTY harmless from any and all claims, demands, actions, attorney's fees, costs, and expenses based upon or arising out of any acts, errors, omissions, fault or negligence of SUCCESSFUL BIDDER or its principals, employees, subcontractors or other agents wbile performing services under CONTRACT. SUCCESSFUL BIDDER shall indemnify, defend, and hold harmless COUNTY for any attorney's fees or other costs of defense, even if the allegations of the claim are groundless, false or fraudulent.

19. INVOICING

Invoicing for bid items are to be sent to the location as identified in the purchase order(s). Invoices are to be sent within thirty (30) calendar days of the delivery of the product or completion of the work. Payment of invoices will be made within thirty (30) calendar days, unless otherwise specified, after receipt of an accurate invoice that has been reviewed and approved by the applicable department's authorized representative. In accordance with NRS 244.250 COUNTY shall not provide payment on any invoice SUCCESSFUL BIDDER submits after six (6) months from the date SUCCESSFUL BIDDER provides goods, performs services, or provides deliverables or milestones.

All invoices should include the following information:

Company Name

Complete Address (including street, city, state, and zip code)

Telephone Number

Contact Person

Itemized description of products delivered (including quantities) or services rendered (including dates)

Clark County Purchase Order Number

C. Company's Tax Identification Number

H. Bid Number

1. Itemized pricing and total amount due (excluding Sales and Use Tax)

Percentage p'iscounts/ Payment Terms (if offered)

Company's Invoice Number

Clark County Work Order Number(s)

SUCCESSFUL BIDDER is responsible to insure that all invoices submitted for payment are in strict accordance with the price(s) offered on the Bid Form. If overcharges are found, COUNTY may declare SUCCESSFUL BIDDER in breath of contract, terminate CONTRACT, and designate SUCCESSFUL BIDDER as non-responsible if responding to future invitations to bid.

20. INVOICE &IID]TS

SUCCESSFUL BIDDER shall provide to COUNTY, within ten (10) business days of COUNTY'S request, a report to validate that the price(s) charged are in accordance with the price(s) offered on SUCCESSFUL BIDDER'S Bid Form. The format of the report will depend on the pricing structure provided on the Bid Form. The report shall be subject to review and approval by COUNTY'S using department(s) and Internal Audit Department. Disaepandes found in the report will require SUCCESSFUL BIDDER to update the report no later than five (5) business days after notification by COUNTY. In the event that SUCCESSFUL BIDDER undercharged COUNTY, COUNTY shall reimburse SUCCESSFUL BIDDER within ten (10) business days. In the event that SUCCESSFUL BIDDER overcharged COUNTY, SUCCESSFUL BIDDER shall reimburse COUNTY within ten (10) business days. If overcharges are found, COUNTY may declare SUCCESSFUL BIDDER in breath of contract, terminate CONTRACT, and designate SUCCESSFUL BIDDER as non-responsible if responding to future invitations to bid.

21. NON-DISCRIMINATION

The 8CC is committed to promoting full and equal business opportunity for all persons doing business in Clark County. SUCCESSFUL BIDDER acknowledges that COUNTY has an obligation to ensure that public funds are not used to subsidize private discrimination. SUCCESSFUL BIDDER recognizes that if they or their subcontractors are found guilty by an appropriate authority of refusing to hire or do business with an individual or company due to reasons of race, color, religion, sex, sexual orientation, gender Identity or expression, age, disability, national origin. or any other protected status, COUNTY may declare SUCCESSFUL BIDDER in breath of contract, terminate CONTRACT, and designate SUCCESSFUL BIDDER as non-responsible.

W&WOTh4_803QO14wam447'S447_aksdoc 11-3

General Conditions Bid No. 603447-14

Annual Requirements Contiact for Water Treatment Pro9ram

22. NON-ENDORSEMENT

As a result of the selection of SUCCESSFUL BIDDER to supply goods or services, COUNTY is neither endorsing nor suggesting that SUCCESSFUL BIDDER'S service is the best or only solution. SUCCESSFUL BIDDER agrees to make no reference to COUNTY in any literature, promotional material, brochures, sales presentations, or the like, without the express written consent of COUNTY.

QUT OF STATE SUPPLIERS

Out of state suppliers shall apt collect calls or provide a toll free telephone number for the placement of orders.

PARTIAL PAYMENTS

Partial payment requests will be accepted only at the sole disa'etion of COUNTY.

PATENT INDEMNITY

SUCCESSFUL BIDDER hereby indemnities and shall defend and hold harmless COUNTY, its officers, employees, agents, its officers, and employees, respectively, from and against all claims, losses, costs, damages, and expenses, including attorney's fees, incurred by COUNTY, respectively, as a result of or in connection with any claims or actions based upon infringement or alleged infringement of any patent and arising out of the use of the equipment or materials furnished under CONTRACT by SUCCESSFUL BIDDER, or out of the processes or actions employed by, or on behalf of SUCCESSFUL BIDDER in connection with the performance of CONTRACT. SUCCESSFUL BIDDER shall, at its sole expense, promptly defend against any such claim or action unless directed otherwise by COUNTY; provided that COUNTY or its construction manager shall have notified SUCCESSFUL BIDDER upon becoming aware of such claims or actions, and provided further that SUCCESSFUL BIDDER'S aforementioned obligations shall not apply to equipment, materials, or processes furnished or specified by COUNTY.

SUCCESSFUL BIDDER shall have the right, in order to avoid such claims or actions, to substitute at its expense non infringing equipment, materials, or processes, or to modify such infringing equipment, materials and processes so they become non infringing, or obtain the necessary licenses to use the infringing equipment, material or processes, provided that such substituted and modified equipment, materials and processes shall meet all the requirements and be subject to all the provisions of CONTRACT.

. 26. PUBLIC RECORDS

COUNT'Y'is a public agency as defined by state law, and as such, is subject to the Nevada Public Records Law (Chapter 239 of the Nevada Revised Statutes). Under the law, all of COUNTYS records are public records (unless otherwise declared by law to be confidential) and are subject to inspection and copying by any person. All bid documents are available for review following the bid opening.

PURCHASE ORDERS

The Purchasing and Contracts Division will issue a purchase order(s) which will authorize SUCCESSFUL BIDDER to deliver and invoice for the product(s) or service(s) offered.

RIGHT OF INSPECTION AND REJECTION

All goods and services purchased under this bid will be subject to inspections, tests and approval/acceptance by COUNTY. It is acknowledged that many of the goods contained in closed packages may not be inspected until such time as they are used, and that the inspections and rejection rights will continue until those packages are opened and inspected, nofwithstandlng prior payment. If specifications or warranties are not met, material and equipment will be returned at SUCCESSFUL BIDDER'S expense, NonconformIng goods may be returned to SUCCESSFUL BIDDER freight collect at which time risk of loss will pass to SUCCESSFUL BIDDER upon COUNTY'S delivery to common carder or retrieved by SUCCESSFUL BIDDER at which time risk of loss will pass to SUCCESSFUL BIDDER at time of retrieval.

SEVERABILITY

If any terms or provisions of CONTRACT shall be found to be illegal or unenforabIe, then such term or provision shall be deemed stricken and the remaining portions of CONTRACT shall remain in full force and effect.

SUBCONTRACTS

Services specified in CONTRACT shall not be subcontracted by SUCCESSFUL BIDDER, without the written approval of COUNTY. Approval by COUNTY of SUCCESSFUL BIDDER'S request to subcontract or acceptance of or payment for subcontracted work by COUNTY shall not in any way relieve SUCCESSFUL BIDDER of responsibility for the professional and technical accuracy and adequacy of the services Øerformed, SUCCESSFUL BIDDER shall be and remain liable for all damages to COUNTY caused by negligent performance or non-performance of services performed under CONTRACT by SUCCESSFUL BIDDER'S subcontractor.

114

General Conditions Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program

31. SUBCONTRACTOR/ INDEPENDENT CONTRACTOR

SUCCESSFUL BIDDER represents that it is fully experienced and properly qualified to perform the doss of work provided for herein, and that it is properly licensed, equipped, organized and financed to perform such work. SUCCESSFUL BIDDER shall act as an independent SUCCESSFUL BIDDER and not as the agent of COUNTY in performing CONTRACT. SUCCESSFUL BIDDER shall maintain complete control over its employees and all of its Subcontractors. Nothing contained in CONTRACT or any subcontract awarded by SUCCESSFUL BIDDER shall create any contractual relationship between any such Subcontractor and COUNTY. SUCCESSFUL BIDDER shall perform all work in ardance with its own methods subject to compliance with CONTRACT.

32. SUSPENSION BY THE COUNTY FORCONVENIENCE

COUNTY may, without cause, order SUCCESSFUL BIDDER in writing to suspend, delay or interrupt the work in whole or in part for such period of time as COUNTY may determine.

In the event COUNTY suspends performance of SUCCESSFUL BIDDER for an aggregate period in excess of sixty (60) calendar days, SUCCESSFUL BIDDER shall be entitled to an equitable adjustment of the compensation payable to SUCCESSFUL BIDDER under this Bid to reimburse SUCCESSFUL BIDDER for additional cOsts occasioned as a result of such suspension of performance by COUNTY. Equitable adjustment shall be based on appropriated funds and approval by COUNTY.

No equitable adjustment will be made if performance is, was or would have been so suspended, delayed or interrupted by another cause for which SUCCESSFUL BIDDER is responsible.

33. TAXES

COUNTY is a political subdivision of the State of Nevada and under the provions of Nevada Revised Statute (WRS) 372.325 is exempt from the payment of Sates and Use Tax (Employee Identification Number 88-6000028). A copy of the tax exempt letter is available upon request. The bid price(s) must be net, exclusive of these taxes.

34. TERMINATION FOR CAUSE

If SUCCESSFUL BIDDER fails to perform in accordance with the agreed terms, conditions, or warranties applicable to CONTRACT. COUNTY may immediately terminate all or pail of CONTRACT upon written notice of intent to terminate without any liability by COUNTY to SUCCESSFUL BIDDER. In the event of termination for cause. COUNTY may cancel any delivery or service and purchase the product or service elsewhere on such terms or in such manner as COUNTY may deem appropriate and SUCCESSFUL BIDDER shall be liable to COUNTY for any excess cost or other expenses incuried by COUNTY.

35. TERMlNAIONFQR_QQF,NENffiN

COUNTY reserves the right to terminate CONTRACT in whole or part at any time whenever COUNTY shall determine that such a termination is in the best interest of COUNTY without penalty or recourse upon thirty (30) calendar days written notice of intent to terminate. In the event that COUNTY elects to terminate CONTRACT, the termination request will be submitted to the 6CC or the Clark County Administrative Services Department for approval.

36. TITLE AND RISK OF LOSS

The title and risk of loss of material or service shall not pass to COUNTY until material is delivered to the specific location, quantities are verified, and the material is inspected for damage or service is completed as specified.

37. USE BY OTHER GOVERNMENT ENTITIES

Nevada Revised Statutes 332.195 allows local governments to join or use the contracts of other local governments or the State of Nevada, with the authorization of contracting Supplier.

38. WARRANTY

SUCCESSFUL BIDDER warrants that the goods and services covered under this bid will conform to applicable specifications, instructions, drawings, data and samples, will be merchantable and of good material and workmanship, free from defects and will be fit and sufficient for the purposes intended. SUCCESSFUL BIDDER shall guarantee all workmanship, materials, and equipment they have furnished for a period of one (I) year after the final acceptance of the equipment or materials or for the length of the current manufacturer's warranty, whichever is longer. If during the guarantee period, any defect or faulty materials are fuund, it shall immediately, upon notification by COUNTY, proceed at its own expense to replace and repair same, together with any damage to all finishes, fixtures, equipment, and furnishings that may be damaged as a result of this defective equipment or workmanship. Aptance or receIpt of payment for goods or seMces shall not constitute a waiver of any warranty.

S

P:Lw0RXLBIDsOI4\o447603447_aka4oc. Il-S

III - SPECIAL CONDITIONS BID NO: 603447-14

ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM

DOCUMENTATION SUBMITTAL REQUIRED BY APPARENT LOW BIDDER

Apparent low Bidder shall furnish the following information and documents within twenty-four (24) hours of COUNTY'S request

SUCCESSFUL BIDDER shall designate a Project Manager to provide contract management and oversight. Provide name, phone number and e-mail address of Project Manager. Should another Project Manager be assigned, it is SUCCESSFUL BIDDER'S responsibility to notify COUNTY, in writing, within ten (10) calendar days of the change;

In order to demonstrate competence in the Industry and an ability to provide an uninterrupted supply of chemical product, SUCCESSFUL BIDDER'S employees performing work on COUNTY'S equipment shall be Water Treatment Technicians. All Water Treatment Technicians shall meet the following qualifications: Acceptable work experience is considered to be documented experience in a position related to industrial water treatment with general responsibility for service of water treatment applications, technical support of service personnel and technical consulting in the field of industrial water treatment. The term industrial water treatment is defined as treatment of boiler and cooting water systems associated with manufacturing facilities or HVAC operations. In addition, acceptable work experience is considered to be documented work experience in the field of water treatment which includes the investigation of water treatment problems, the implementation of corrective control procedures, the servicing of water treatment applications, or teaching of water treatment technology, any of which should be at a level of responsibility requiring initiative, technical ability and independent judgment. The distinguishing charact&stic should be considered to be the ability to deal creatively with a set of circumstances relating to water treatment problems and to deduce or synthesize a competent course of action;

Copies of all certificates of factory or in.house tining dasses for SUCCESSFUL BIDDER'S employees assigned to perform water treatment services on COUNTY'S equipment or property;

Fesumes of all employees that will be performing work on COUNTY'S building I facilities / equipment. SUCCESSFUL BIDDER'S employees must have a minimum of five (5) years of experience in the water treatment industry as described above in Paragraph B;

Name, address and phone number of three (3) firms, including government agencies, in the Las Vegas, Nevada are'a for which SUCCESSFUL BIDDER is currently performing for or has performed services specified in this Bid;

Cdpies of the last calibration reports for all gauges and test equipment to be used on COUNTY'S equipment from a national certified testing facility. After this initial submittal, copies of the annual calibration reports shall be submitted thirty (30) calendar days prior to contract renewal;

Product data sheet and Material Safety Data Sheel (MSDS) sheets for all products bid;

Completed Attachment 4, Distribution of Line Item Price

1. Completed 'Disclosure of Ownership' form; and

J. A copy of current applicable Clark County Business License.

ENGLISH SPEAKING REPRESENTATIVE

COUNTY requires SUCCESSFUL BIDDER have one person capable of dear communication in the English language on site at all times during the hours that service Is required. Failure to meet this requirement shall constitute a breach of contract and may result in the termination of CONTRACT.

SERVICE WORKERS' BACKGROUND INVESTIGATION

Within ten (10) calendar days of award, SUCCESSFUL BIDDER shall provide COUNTY'S representative with a list of the names of all personnel who will be working at COUNTY'S facilities, including all of SUCCESSFUL BIDDER'S owners and officers.

SUCCESSFUL BIDDER'S employees working at COUN1'Y'S buildings or facilities must be abla to pass a SCOPE and NCIC background check to perform work, as appropriate.

Special Conditions Bid No. 603447-14

Annual Requirements Contract for Water Treatnent Program

All record checks shall be available immediately upon request by COUNTY'S representative. Requests shall be dated no more than sixty (60) calendar days prior to request. COUNTY reserves the right to deny SUCCESSFUL BIDDER'S employee access to COUNTYS site because of an unsatisfactory result on the SCOPE or NCIC background check of that employee. COUNTY further reserves the right to reject the low Bidder if Bidders owner or officer's record check is unacceptable.

After the Records Check has been given to COUNTY'S representative for review and has been approved by COUNTY, SUCCESSFUL BIDDER shall be responsible for supplying all personnel accessing COUNTY'S fadEities, with a Clark County Supplier Identification Badge. which shall be worn in a visible place on the person at all times when on COUNTY'S property. Some facilities may require SUCCESSFUL BIDDER'S employees to swipe their badges for access. SUCCESSFUL BIDDER shall be responsible for obtaInIng new Record Checks and Clark County Supplier Identification Badge(s) for any new employee that will be assigned to accessing COUNTY'S facilities. The same protocol for approval applies. SUCCESSFUL BIDDER'S employees no longer assigned 10 perform services shall surrender their identification badge for immediate return to COUNTY for deactivation. SUCCESSFUL BIDDER shall be responsible for all fees associated with obtaining the badges and record checks. Clark County Supplier Identification badges and access cards remain the property of Clark County. Each is separately issued to an individual and cannot be shared or transferred. Misuse of identification and access cards may be cause for termination of CONTRACT.

Clark County Supplier Identification Badge is valid for only one (1) year from date of issue. SUCCESSFUL BIDDER'S employees shall contact designated representative to coordinate SCOPE and NCIC background checks and for Supplier Badge issuance annually. SUCCESSFUL BIDDER'S employees will not be allowed entry into COUNTY'S facilities with an expired Supplier Identification Badge.

Failure to follow this procedure may result in termination of CONTRACT

SERVICE PROVIDER REQUIREMENTS

A. SUCCESSFUL BIDDER'S employees performing under this contract shall be a Water Treatment Technician as described on Page Ill-i, Section 1. Paragraph B and qualified in the installation, calibration and operation of chemical monitoring and control equipment, meeting industry standards and using all reasonable care and acceptable workman like practices. -

B SUCCESSFUL BIDDER'S employees assigned to perform under this contract must have at least five (5) years of experience. Replacement employees must also meet the five (5) years of experience qualificationift unless SUCCESSFUL BIDDER receives ft waiver in writing from COUNTY to approve an employee with less than five (5) years of experience.:

LOCAL FACILITY

A. Service Station

SUCCESSFUL BIDDER shall maintain a local service station. The station shall be capable of (servicing, repairing and installing component parts, troubleshooting, repairing and maintaining) COUNTY'S equipment, to be verified by COUNTY'S representative. Non-compliance with this Section may result in termination of CONTRACT.

8. DELIVERY OF SERVICES

Monthly Service . SUCCESSFUL BIDDER shall complete monthly service delivery calls within forty-eight (48) hours of notice that a facility requires chemicals. SUCCESSFUL BIDDER shall be responsible for ensuring that all facilities are supplied the appropriate quantity of necessary chemicals each month to satisfy the Technical Specifications of the contract.

Chemical Deliveries Outside of Monthly Service - SUCCESSFUL BIDDER shall maintain the necessary inventory of chemicals required to meet the performance timefiames of the contract. COUNTY recognizes the vast variation of chemicals required to maintain numerous buildings and facilities for COUNTY. If a repair or replacement service or chemical delivery outside of the monthly scheduled service requires overnight shipping to meet the performance timeframes of the contract, SUCCESSFUL BIDDER shall obtain approval, In the form of an e-mail or fax, from COUNTY'S designated representative in order for shipping to be reimbursed. The invoice shall breakout, chemicals and/or parts shipping in this case. COUNTY will only pay shipping for the items pertinent to the referenced service. SUCCESSFUL BIDDER shall complete service delivery calls within forty-eight (48) hours after being notified by COUNTY that a facility requires additional chemicals. If service delivery cannot be completed within the forty-eight (48) hour timaframe, SUCCESSFUL BIDDER shall notify COUNTY in writing, e-mail or fax and include estimated time of completIon. Additional time for delivery will be at COUNTY'S diso-etion and approval.

PlPth_WRXIfilO3QOl4447'.5447_ot3d 111-2

Special Conditions Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program

7. F.O.B. DESTINATION - FREIGHT PRE-PAID

SUCCESSFUL BIDDER shall pay all freight charges. SUCCESSFUL BIDDER shall file all claims and bears all responsibility for the products from the point of origin to COUNTY'S destination. All prices shall be F.O.B. the delivery points as required. All prices shall include delivery, as well as any necessary unloading.

PARTIAL SHIPMENTS

Partial shipments may be permitted.

INSTALLATION

SUCCESSFUL BIDDER shall be responsible for all installation, including the removal of all residual packing or shipping materials. If requested, an authorized factory representative for SUCCESSFUL BIDDER shall be present during installation, at no charge to COUNTY.

FAILURE TO DELIVER

In the event that SUCCESSFUL BIDDER fails to deliver the product or service in accordance with the terms and conditions of CONTRACT, COUNTY shall have the option to either terminate CONTRACT or temporarily procure the product or service from another supplier. If the product or service is procured from another supplier, SUCCESSFUL BIDDER shall pay to COUNTY any difference between the bid price and the price paid to the other supplier.

it. DAMAGED OR DEFECTIVE PRODUCTS

SUCCESSFUL BIDDER shall replace, at no cost to COUNTY, damaged or defective products within twenty-fcur.(24) hour(s) after notice. This shall include freight and any and all other associated costs. Failure to do so will cause such products to be procured from another supplier, If the product is procured from another supplier, SUCCESSFUL BIDDER shall pay COUNTY any difference between the bid price and the price paid to the other supplier.

12. HOURS OF SERVICE

A. Normal business hours for SUCCESSFUL BIDDER'S Service Station shall include at minimum Monday through Friday, 8:00 am. to 5:00 p.m. PST.

8. During the hours of hours of 5:01' p.m. to 7:59 a.m. PST Monday through Friday, weekends and holidays, COUNTY'S Departments and SUCCESSFUL BIDDER shall coordinate service through COUNTY'S Operation's Work Order Control Desk at (702) 455-8580 or Clark County Detention Center at (702) 671-3930 respectively, or othei representative as designated by COUNTY. This is to ensure access to COUNTY'S facilities and the least disruption to COUNTY operation at all locations.

13. LABOR AND MATERIAL LINE ITEMS

All Invoices for repairs and call out services shall be for actual time only. No minimum billing times for labor or travel time shall be allowed.

All invoices reflecting labor for call out services or repairs shall be prorated to the nearest fifteen (15) minute increment.

Materials are to be billed at cost plus not to exceed fifteen (15) percent. Invoices shall reflect the breakout of labor and SUCCESSFUL BIDDER'S cost for material plus allowable percentage mark up.

All labor rates shall be reflective of services rendered in the contiguous Las Vegas Valley area. For services required outside of the Las Vegas Valley area, billing shall be reflective of actual time billed at the hourly rates contained herein plus mileage.

Mileage under CONTRACT shall be defined and set at the current U.S. GSA's CONUS rates for non-government owned vehicles at the time of travel. Current U.S. GSA CONUS rates breakdowns can be accessed on the following website: http://www.gsa.gov/Portaligsa/epmomo.do'lt,abld=o,

Ex. (current CONUS rate) $0.55 x 50 miles = $27.50

Chemicals Outside of Monthly Sc*iecfule - COUNTY may require chemical deliveries outside of the normal monthly schedule when COUNTY equipment is repaired / replaced and the chemicel mixture must be replenished. Chemicals shall be delivered within forty-eight (48) hours of COUNTY'S request. Unit pricing for these chemicals listed In Attachments of this bid and should be inclusive of all assodated costs including travel for delivery within the contiguous Las Vegas Valley. For deliveries outside of the contiguous Las Vegas Valley area, COUNTY will pay additional mileage costs per the CONUS rates incorporated herein.

Special Conditions Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program

14. LABOR

SUCCESSFUL BIDDER and all subcontractors shall be bound by and comply with all federal, state and local laws with regard to minimum wages, overtime work, hiring and dlsaln,lnation. All work necessary to be performed afte regular working hours on Sundays or legal holidays, shall be performed without additional expense to COUNTY. -

is. REMOVALOF EMPLOYEE

COUNTY reserves the right to request removal of any SUCCESSFUL BIDDER'S employee upon submitting proper justification, should such action be considered necessary to the best interests of COUNTY.

16, FURNISHING SUPERVISION OF EMPLOYEES

SUCCESSFUL BIDDER shall furnish, at SUCCESSFUL BIDDER'S expense, the supervision required to insure the necessary management of his personnel, and the functions involved in the specifications.

17. SUPPLIER'S STOCK

SUCCESSFUL BIDDER shall agree to maintain ass to sufficient stock of any item awarded in this bid. The lead time(s) for such stock shall not exceed the maximum delivery time period(s) as specified in this bid.

18. SAFETY REOUIREMNTS

The safety of SUCCESSFUL BIDDER'S employees or representatives and others in or around the area of repairs or maintenance is the responsibility of SUCCESSFUL BIDDER. SUCCESSFUL BIDDER, its employees and its representatives shall comply with the current 29 CFR 1910 OSHA General Industry Regulations. COUNTY will acoept no responsibility or liability as a result of improper Installation or workmanship. The immediate area, as well as equipment being maintained, will be clean and dear of safety hazards. Any hazard noticed by servicing personnel shall be immediately reported verbally, followed by a written statement to COUNTY'S representative. If barricades are needed to insure safety, the SUCCESSFUL BIDDER shall provide them at no cost to COUNTY.

19. RESPONSIBILITY FOR WORK SECURITY

SUCCESSFUL BIDDER shall at all times conduct all operations under CONTRACT in a manner to avoid the risk of loss, theft, or damage by vandalism, sabotage or other means to any property. SUCCESSFUL BIDDER shall promptly take all reasonable precautions. which are necessary and adequate against any conditions, which involve a risk of loss, theft or damage to its property. COUNTY'S property, and the work site. SUCCESSFUL BIDDER shall continuously inspect all its work, materials, and equipment facilities discover and determine any such conditions and shall be botely responsible for discovery, determination an correction of any such conditions.

SUCCESSFUL BIDDER shall comply with all applicable laws and regulations. SUCCESSFUL BIDDER shall cooperate with COUNTY on all security matters and shall promptly comply with any project security requirements established by COUNTY. Such compliance with these security requirements shall not relieve SUCCESSFUL BIDDER of its responsibility for maintaining proper security for the above-noted items, nor shall it be construed as limiting in any manner SUCCESSFUL BIDDER'S obligation to undertake reasonable action as required to establish and maintain secure conditions at the site.

SUCCESSFUL BIDDER shall prepare and maintain aurate reports of incidents of loss, theft or vandalism and shall furnish these reports to COUNTY in a timely manner.

20. PROHIBITED ACTIViTIES WHILE ON COUNTY'S PROPERTIES

The activtties prohibited by SUCCESSFUL BIDDER'S employees during perfonnance of services include but are not limited to the following: using COUNTY'S property and equipment (coffee pots, mioowaves, radios, televisions, VCR's, refrigerators, calculators, computers, printers, fax machines, copy machines, etc.); eating COUNTY'S employees' food from the break rooms or elsewhere; placing personal or business, long distance and directory assistance phone calls, being under the influence of or use of alcohol or drugs while on COUNTY'S property Is prohibited.

21. INGRESS AND EGRESS OF FACILITIES

SUCCESSFUL BIDDER'S employees must notify COUNTY'S representative before entering and Sting any of COUNTY'S facilities to perform all services. SUCCESSFUL BIDDER will be provided with a list of COUNTY'S representatives for each of COUNTY'S facilities.

22. KEYS I ACCESS CARDS

SUCCESSFUL BIDDER shall have full responsibility for protection of all keys / ass cards furnished to SUCCESSFUL BIDDER or SUCCESSFUL BIDDER'S employees. SUCCESSFUL BIDDER shall also be responsible for ensuring that COUNTY'S facilities are property secured upon completion of performance of service, If such action Is dIrected by COUNTY'S representative.

P:WI WORK BIDsQO I 4B6W4478m447_gkd 111-4

Special Conditions Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program

SUCCESSFUL BIDDER shall be required to sign COUNTY'S form before the key(s) I access card (s) are issued and upon completion of CONTRACT or at COUNTY'S request shall surrender key(s)J ass card(s) and obtain documentation of compliance. Should SUCCESSFUL BIDDER fail to surrender all keys I acoess cards upon completion or termination of CONTRACT, SUCCESSFUL BIDDER shall be responsible lot all costs associated with replacing these items.

DAMAGE TO COUNTY PROPERTY

SUCCESSFUL BIDDER shall perform all work in such manner that does not damage COUNTY property. In the event damage oirs to COUNTY property or adjacent property by reason of services performed under CONTRACT, SUCCESSFUL BIDDER shall replace or repair the same at no cost to COUNTY. If damage caused by SUCCESSFUL BIDDER has to be repaired or replaced by COUNTY, the cost of such work shall be deducted from monies due SUCCESSFUL BIDDER.

PERFORMANCE REQUIREMENTS

COUNTY considers SUCCESSFUL BIDDER to be an expert in the local, state and federal laws, regulations and codes applicable to the services described herein, and MSOS and OSHA regulations. When, in the opinion of SUCCESSFUL BIDDER, COUNTY is not in compliance with applicable laws, regulations, or codes, SUCCESSFUL BIDDER shall immediately notify COUNTY and make recommendations to bring the buildings and facilities up to standard. Furthermore the laws, regulations, and codes are to be recognized as a minimum allowable standard of such. The SUCCESSFUL BIDDER should make recommendations and implement process to help reduce the total cost of operations of equipment and increase overall sustainability.

All services performed, parts or material installed and equipment used in the performance of services under this contract shall be subject to inspection and testing by COUNTY to insure compliance with contract and industry standard.

Any services performed that are deemed by COUNTY not in conformity with the specifications of this contract or industry standard shall require SUCCESSFUL BIDDER to perform services again within forty-eight (48) hours of notice received from COUNTY at no additional cost to COUNTY. Consistent sub-standard performance and/or quality of work may result in the termination of this contract. Consistent sub-standard performance or lack of adherence to safety standards shall result in the permanent removal of SUCCESSFUL BIDDER'S employees from perlorming work on COUNTY'S property. SUCCESSFUL BIDDER shall not charge processing fees for anywarranty related work.

WORK PLAN

Immediately following award, SUCCESSFUL BIDDER shall develop a maintenance work plan for each of COUNTY'S facilities containing specified equipment. This work plan shall include at minimum, dates of performance of Annual Inspections, Monthly Operating Inspection and any other services deemed necessary in accordance with manufacturers suggested preventive maintenance plan as required for each piece of equipment. The work plan shall include the dates of last service, the dates of next service, the time required to complete service in hours and the name of the technician(s) who will perform the service.

COUNTY'S representative will assist SUCCESSFUL BIDDER in obtaining a list of the actual equipment housed in each facility and the contact information for COUNTY'S representative assigned to each facility for the purposes of CONTRACT.

The work plan shall be a living document that is continuously updated and shared with COUNTY for the duration of CONTRACT.

SERVICE LOGS AND SERVICE TICKETS

SUCCESSFUL BIDDER shall maintain in each of COUNTY'S facilities a hardbound *log' book of all services performed on the equipment housed at that facility including but not limited to, a comprehensive history of all inspections, incidents, adjustments, all services and repairs. All log books are to remain at COUNTY'S facility at all times, SUCCESSFUL BIDDER shall be responsible for ensuring that all log entries are comprehensive and legible. All log books and their contents are the property of COUNTY and are open to inspection at any time.

SUCCESSFUL BIDDER shall, on a weekly basis for the duration of the term of CONTRACT, provide COUNTY with a hard copy of all service tickets for both scheduled and unscheduled service that is performed under CONTRACT. SUCCESSFUL BIDDER shall provide COUNTY all service ticketa electronicafly within twenty-four (24) hours of completion of service.

WORK ORDERS

SUCCESSFUL BIDDER shall be issued work orders by COUNTY'S Facilities Help Desk. The work order in conjunction with a valid purchase order shall serve as CONTRACTOR'S authorization to perform services.

P:PULW0RK¼_8IDt2OI 4S$447417_oIrgdaa Ill-S

Special Conditions Bid No. 603447-14

Annual Requirements Contmct for Water Treatment Program

Preventative Maintenance work orders shall be issued for the performance of services in acwrdance with the Service Specifications contained herein as well as the Preventative Maintenance Work Plan developed by SUCCESSFUL BIDDER.

In the event additional services or repairs outside of those listed in the Service Specifications are required SUCCESSFUL BIDDER shall provide COUNTY'S authorized representative with a quote for the services in ardance with the labor rates and material costs structure contained herein. Upon approval, COUNTY'S authorized representative will have a separate corrective work order issued authorizing the additional service(s) or repair(s) to be performed. Aft& completion of ALL services, SUCCESSFUL BIDDER shall submit a copy of the completed work order(s) as back up to their invoice. The completed work order(s) shall consist of the notes indicating service(s) F repair(s) performed, the actual amount of time (hoursiminutes) required to complete the service(s) / repair(s), date, name of technician, and any other pertinent information. All notes on work order form shall be comprehensive and legible. If work order contains illegible notes. a delay in the processing of invoices for payment may occur. All work orders shall be submitted to COUNTY within forty-eight (48) hours of completing services or repairs.

25. PERFORMANCE STANDARDS

If any services performed are deemed not in conformity with the specifications and requirements of this CONTRACT, COUNTY shall have the right to require SUCCESSFUL BIDDER to perform the services again in conformity with said specifications and requirements at no additional cost to COUNTY.

26. NORMAL RESPONSE TIME

Response time to be on site, for call-out or call-back services in the Las Vegas Valley area shall be within two (2) hours from the time COUNTY'S designated representative calls the 24-hour service. The response time for rural areas shall be four (4) hours from the time designated representative calls the 24-hour service. If requested at time of call out or call back, SUCCESSFUL BIDDER'S representative shall provide an estimated time of arrival to COUNTY'S designated representative.

COUNTY will provide SUCCESSFUL BIDDER with a list of designated COUNTY'S employees authorized to request after hour services.

27. COMPLETION OF REPAIRS

SUCCESSFUL BIDDER shall maintain the necessary inventory of parts and materials required to meet the performance timeframes of CONTRACT. All invoices for repair services shall have a breakout for labor and materials costs separately. COUNTY recognizes the vast variation of parts required to maintain numerouswr buildings and facilities for COUNTY. If a service call or repair requires overnight shipping to meet the performance timefTames of CONTRACT. SUCCESSFUL BIDDER shall obtain approval, in the form of an e-mail or fax, from COUNTY'S designated representative in order for shipping to be reimbursed. The invoice shall breakout, labor, parts, and shipping in this case. COUNTY will only pay shipping for the items pertinent to the referenced service call or repair.

SUCCESSFUL BIDDER shall complete service calls or repairs within twenty-four (24) hours after being notified by COUNTY that a building or facility requires service. If service call or repair cannot be completed within twentyfour (24) hours, SUCCESSFUL BIDDER shall notify COUNTY in writing to include estimated time of completion. In these instances, COUNTY reserves the right to procure services from another Supplier. Any additional costs incurred by COUNTY above and beyond SUCCESSFUL BIDDER'S price will be credited to COUNTY on SUCCESSFUL BIDDER'S next invoice.

SUCCESSFUL BIDDER shall ensure that should service call or repair not be completed in a timely manner, SUCCESSFUL BIDDER shall secure the building or facility until such a time as repair I services can be completed. At all times, SUCCESSFUL BIDDER shall notify COUNTY'S representative prior to leaving COUNTY'S premises of actions taken.

28. BUILDING SECU

SUCCESSFUL BIDDER shall be responsible for securing all buildings, offices, and facilities at the time of their service. Failure to comply shall make SUCCESSFUL BIDDER responsible for all losses of COUNTY property.

29. ENFORCEMENT OF "LOCK-DOOR POLICY

All locked doors are to remain locked at all times. SUCCESSFUL BIDDER'S employees are not allowed to open any doors for anyone.

30. CORRECT USE OF ALARM SYSThM

At the time the alarm codes are frimished to SUCCESSFUL BIDDER, COUNTY will give instructions to SUCCESSFUL BIDDER as to the proper use and procedures of the alarm system. After that time. SUCCESSFUL BIDDER shall be responsible for the proper utilization of the alarm system during the time they are performing any after-hours services. In the event the alarm is activated through the negligence of SUCCESSFUL BIDDER, any charges billed to COUNTY for the false alarm shall be charged back to SUCCESSFUL BIDDER in the form of a credit against their monthly invoice.

Pwtn.W0RX%_11I03\201 4ro447'603&17_ak4doa 111-6

Special Conditions Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program

PROTECTION OF KEYS AND ALARM CODES

One set of keys will be provided to SUCCESSFUL BIDDER by COUNTY. SUCCESSFUL BIDDER shall be frilly $

responsible for the protection of keys and alarm codes. If services at the site are performed after hours, SUCCESSFUL BIDDER shall be responsible for properly locking the building and to properly set the alarm system.

COUNTY must be notified immediately upon the termination for any reason of an employee performing work under CONTRACT. Should the set of keys.allotted to SUCCESSFUL BIDDER become lost or stolen, or otherwise compromised, SUCCESSFUL BIDDER shall notify COUNTY immediately. COUNTY reserves the right to have the corresponding locks re-keyed and the alarm codes changed at SUCCESSFUL BIDDER'S expense.

TRAINING

SUCCESSFUL BIDDER shall provide formal and Thands-on training periodically, for at least thirty-two (32) hours annually, for approximately twenty (20) employees. Training shall be provided to COUNTY'S personnel by a qualified factory representative or SUCCESSFUL BIDDER'S personnel. SUCCESSFUL BIDDER shall thoroughly train COUNTY'S personnel on all chemicals provided under the contract, the implementation and control of the programs, to include the skills and knowledge needed to monitor the programs. For formal classroom training, COUNTY will furnish the appropriate training facilities for the classroom portion of the training. SUCCESSFUL BIDDER shall provide COUNTY with a minimum of four (4) weeks advance notice for the formal training and any classroom facilities needed. SUCCESSFUL BIDDER shall submit formal training agenda to COUNTY for prior approval. SUCCESSFUL BIDDER shall provide demonstrations on any Replacement Parts or on any device requiring software programming purchased by COUNTY. Cost for this training program is a separate line item on the Bid Form.

INVOICING REQUIREMENT

SUCCESSFUL BIDDER shall be required to set up separate accounts for each department that sends a Purchase Order throughoul the Bid term. Purchase Orders will typically be sent out when the Bid is awards and thereafter, at the beginning of the COUNTY'S fiscal year, July 10. All Purchase Orders sent to SUCCESSFUL BIDDER shall identify the department for which the account shall be set up and list the location where associated invoices shall be sent.

SUCCESSFUL BIDDER shall comply with the invoice requirements contained in the General Conditions of this bid. SUCCESSFUL BIDDER shall be aware that per NRS 244.250, COUNTY is precluded from payment of invoices submitted beyond six (6) months from the date SUCCESSFUL BIDDER pedorms the services.

SUCCESSFUL BIDDER shall submit a separate invoice for th&Monthty Service. Each Invoice shall contain the Delivery Location, Monthly Cost and Work Order No supplied by COUNTY, and the Purchase Order No.

SUCCESSFUL BIDDER shall submit a separate invoice for chemicals, parts and/or labor required for services outside of the Monthly Schedule. Invoicing structure should reflect the name of the Chemical, Quantity, and Unit Price as Listed in Attachment 5. Actual Time and Labor Rate used from Bid Form, Delivery Location, Work Order No. supplied by COUNTY, Purchase Order No. and mileage to be reimbursed per the CONUS rate if applicable. SUCCESSFUL BIDDER shall present their purthase invoice for all parts listed in SUCCESSFUL BIDDER'S invoice.

COUNTY shall set up a monthly Work Order for each site. SUCCESSFUL BIDDER shall include the Work Order(s) number on the Invoice,

34. REPORTS

A. Monthly Chemical Analysis Report

SUCCESSFUL BIDDER shall submit a Monthly Chemical Analysis Report at the end of each month. The Reports are due to COUNTY'S designated representative within fifteen (15) working days following the end of the reporting period. All Reports shall be sent to Operations Manager, 500 5 Grand Centrai Pkwy, Central Plant, Las Vegas, NV 89155.

The Usage Reports shall be provided in electronic format (PDF file aptable).

The Report formal and content will be discussed at the Contract Kirk-Off Meeting between COUNTY and SUCCESSFUL BIDDER following award. A sample of the report formal is attached as Exhibit A - Clark County Field Analysis report for Water Treatment to this bid document.

B. Quarterty Corrosion Rate Report

1.

To begin ninety (90) days after award and then quarterly thereafter, SUCCESSFUL BIDDER shall supply COUNTY with coupons data for COUNTY'S existing coupon racks. Systems that are off line and drained are not studied during dry lay-up time. The cirtulation state of the coupons study will be taken into account for evaluation purposes.

Special Conditions Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program

If COUNTY requires the purchase and/or installation of additional coupon racks, COUNTY will request a quote for time and material to be provided in ardance with the rates reflected in the Bid Form, from SUCCESSFUL BIDDER.

2. COUNTY requires biological counts to be maintained at level of 10,000 colonies/mI or less an corrosion rates of 1.0 milslyr. or less for mild steel and 0.1 mils/yr. or less for copper.

35. SUCCESSFUL BIDDER QUALITY CONTROL PROGRAM

SUCCESSFUL BIDDER shall establish a complete Quality Control Program (QCP) to ensure the requirements of CONTRACT are provided as specified. SUCCESSFUL BIDDER shall provide a copy of their QCP to COUNTY at CONTRACT kick-off meeting. The QCP shall be a system for identifying and correcting deficiencies in the quality of service, before the level of performance becomes unacceptable or COUNTY points out the deficiencies. The program shall indude but not be limited to the following:

An inspection system which is tailored to the specific facility being serviced and which covers all services stated in CONTRACT. Include the name of each management individual who will perform the inspections. It is not permissible for the person who performs the work to inspect and accept that work. SUCCESSFUL BIDDER and their employees, who will complete inspections, shall be identified by title and type of inspection each is authorized to perform;

A local file of all inspections conducted by SUCCESSFUL BIDDER and the corrective action taken. This documentation shall be made available to COUNTY monthly during the terms of CONTRACT. COUNTY may compare inspections performed by SUCCESSFUL BIDDERS inspectors against actual conditions which exist at that point in time; and

Failure by SUCCESSFUL BIDDER to implement the approved plan and pursue it diligently from the commencement of CONTRACT may result in termination of CONTRACT.

36. INSPECTION OF EQUIPMENT USED

All equipment used to perform the required services, shall be subject to inspection and test prior to.and during the performance of CONTRACT by COUNTY to ensure the use of equipment that meets the "standards of the industry," both in safety and suitability as generally recognized and in conformity to established practice in the area of the specffic services being performed. Use of unsatisctory equipment will be considered unsatisfaotory performance.

37. ANNUAL CONTRACT CLOSE-OUT PROCEDURE

At least sixty (60) calendar days prior to the completion of CONTRACTS initial term and any renewal terms thereafter, COUNTY will:

Inspect the maintenance work, logs and other records to determine if work is complete and in compliance with CONTRACT;

Schedule an inspection with SUCCESSFUL BIDDER. This inspection shall be for the purpose of developing a "punch list' of items requiring correction, repair, or completion prior to completion of CONTRACT. The punch list shall include comments made by COUNTY; and

Compile the punch list' from the comments provided at the inspection and supply a typewritten copy to SUCCESSFUL BIDDER. Upon distribution of the punch list items to SUCCESSFUL BIDDER, establish a timeline for completion of items appearing on the "punch List'.

Scheduled completion of the punch list shall not exceed thirty (30) calendar days from date of SUCCESSFUL BIDDER'S receipt of the "punch list' unless written approval from COUNTY is provided. When all punch list items are completed, SUCCESSFUL BIDDER shall notify COUNTY in wilting who will conduct another inspection and verify completion.

Failure of SUCCESSFUL BIDDER to complete any items on the 'punch list' within the stated timeframe may be cause for assessment of liquidated damages.

36. THIRD PARTY INSPECTiONS

Where COUNTY may be limited in access or experience to perform inspections and tests necessary to ascertain that the requirements of CONTRACT are being fulfilled, COUNTY reserves the right to contract with a third party recognized by industry standards as qualified to perform maintenance audits. SUCCESSFUL BIDDER shall receive a copy of the official findings of all maintenance audits from COUNTY within thirty (30) calendar days of COUNTY'S 40 receipt of documents or prior to COUNTY'S demand for con'ective action.

Special Conditions Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program

Should the chemical mixture audit determine that performance by SUCCESSFUL BIDDER has been below the industry standard or not in compliance with the terms and conditions of CONTRACT, COUNTY reserves the right to seek reimbursement of the third party inspection costs from SUCCESSFUL BIDDER. Failure of SUCCESSFUL

Is BIDDER to reimburse COUNTY within thirty (30) calendar days of COUNTY'S demand for reimbursement may result in COUNTY invoking liquidated damages or termination of CONTRACT.

39. DISPUTES

Any dispute relating to CONTRACT after award shall be resolved through good faith effort upon the part of SUCCESSFUL BIDDER and COUNTY. At all limes, SUCCESSFUL BIDDER shall cany on the work and maintain his progress schedule in accordance with the requirements of CONTRACT and the determination of COUNTY, pending resolution of any dispute.

40. PROBLEM RSOLUTION ESCALATION PLAN

Maintenance Supervisor for COUNTY'S respective property.

Maintenance and Operations Supervisor for the respective Maintenance Supervisor.

Manager of Operations.

41. LIQUIDATED DAMAGES - COMPLETION OF CONTRAC

In case of failure on the part of the SUCCESSFUL BIDDER to deliver the product or service within the time specified, or with such additional time as may be granted by the formal action of COUNTY. SUCCESSFUL BIDDER shall pay to COUNTY, as liquidated damages, $100.00 per calendar day. This sum shall be considered as reimbursement, in part, to COUNTY for the loss of the use of the items agreed to in this document. The liquidated damages shall be deducted from the next invoice from SUCCESSFUL BIDDER or billed to SUCCESSFUL BIDDER directly. This shall not preclude the recovery of any other damages which can be reasonably estimated.

42. CONTRACT PERFORMANCE CUSTOMER SURVEY

Periodically during the life of CONTRACT. COUNTY will administer a Contract Performance Customer Survey Questionnaire to be completed by both end using departments and SUCCESSFUL BIDDER. This survey serves as a vehicle for COUNTY to identify successes or challenges encountered in the contract management process. Participation in this process shall be donsidered as part of SUCCESSFUL BIDDER'S performance.

43. AIR POLLUTION

SUCCESSFUL BIDDER shall so perform its work as not to discharge into the atmosphere from any source whatever smoke, dust, or other air contaminants in violation of the laws; rules and regulations of all federal, state and local air and water pollution requirements including, but not limited to: Nevada Revised Statute 445: Air Quality Regulation; registering with the Clark County Health Department, Air Pollution Board any equipment requiring operating permits by said Board; and adhering to all Clark County Air Pollution Board Regulations.

44. STORAGE OF MATERIALS

SUCCESSFUL BIDDER is responsible for storage of any materials. COUNTY is not responsible for loss or damage to materials, tool5, appliances, or work arising from acts of theft, vandalism, malicious mischief or other causes.

45. CLEANIN$ 1)9

SUCCESSFUL BIDDER shall, at all times, keep the work area in a neat, dean, and safe condition. Upon completion of any portion of the work, SUCCESSFUL BIDDER shall promptly remove all of its equipment, temporary structures and surplus materials not to be used at or near the same location during later stages of work. Upon completion of the work and before payment is made, SUCCESSFUL BIDDER shall, at its expense, satisfactorily dispose of all plant, rubbish, unused materials, and other equipment and materials belonging to it or used in the performance of the work, and SUCCESSFUL BIDDER shall leave the premises and work site in a neat, clean and safe condition, in the event of SUCCESSFUL BIDDER'S failure to comply with the foregoing, COUNTY may amplish the same at SUCCESSFUL BIDDER'S expense.

46. ASBESTOS AWARENESS

OSHA 1926.1101(k)(9)(vl) Training for employees performing Class IV operations shall be consistent with EPA requirements for training of local education agency maintenance and custodial staff as set forth at 40 CFR 763.92(a)(1). Such a course shall include; 1. Available information concerning the locations of thermal system insulation and surfacing ACM/PACM and asbestos-containing flooring material, or flooring material where the absence of asbestos has not yet been certified; and 2. Instructions in recognition of damage, deterioration, and delamination of asbestos containing building materials. Such course shall take at least two (2) hours.

You are required to provide a copy of the training certificate for the completed course for each employee working on this Bid.

Special Conditions Bid No. 603447-14

Annual Requirements Contract for Water Treafrnent Program

Free dasses are offered by OSHA at their Henderson, NV office for up to five people at a time. More infonnation is available at httD:IMww.4safenv.state.nv.usl.

Asbestos-Containing Material (ACM) will be pointed out either during the pre-bid walk-through or the post-award walk-thmugh. A summary of a comprehensive interior asbestos survey will be added as an Exhibit to this Bid OR desaibing asbestos containing materials in each building.

S

PPt1_W0RKL8IDs\2Ola2s03447SO344?_S Ill-i 0

IV - SERVICE SPECIFICATIONS BID NO. 603441-14

ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM

1. REQUIREMENTS

SUCCESSFUL BIDDERS employees shall be familiar with each component of the treatment chemicals to be applied.

The treating of listed properties is the responsibility of SUCCESSFUL BIDDER. COUNTY'S staff will monitor the Water Treatment Program periodically, but only for the purpose of duplicating the testing and monitoring what has already been done by SUCCESSFUL BIDDER. SUCCESSFUL BIDDER shall provide the Monthly Chemical Analysis Report.

Biological activity in these systems is the primary cause of system failures and shall be monitored carefully and completely by SUCCESSFUL BIDDER. COUNTY will check open and closed wet hydronic systems for biological activity at least once per operating week. Within COUNTY'S or equipment manufacturers water treatment specifications or procedures, SUCCESSFUL BIDDER shall take necessary action during the service visit to correct any deficiencies in the chemical product or water treatment process. COUNTY will perform the water treatment inoculation process and SUCCESSFUL BIDDER shall offer recommendations for improving the chemical water treatment product or equipment operation.

Maximize operational efficiency of mechanical equipment, including but not limited to optimum heat transfer, optimum water flow, lowest water usage, reduced equipment maintenance (labor), longest equipment life, and lowest operating cost. This is accomplished by reducing system contamination: minimizing scale; corrosion; fouling; and miaobiological growth, which aeate deposits on heat transfer surfaces;

Existing or new installed water treatment controllers shall be hilly automated to continuously monitor and respond to chemical level changes, chemical inventory, and biological upsets of the recirculated cooling tower water with little to not operator interaction. The water treatment controller shall be capable of wirelessly providing alarms to cellular phones and e-mail as well as providing remote connectivity to water treatment professionals, allowing for program and relay changes as needed for each site. Conductivity Controllers shall have pre-blowdown and lockout capabilities.

F. COUNTY must approve all SUCCESSFUL BIDDER product changes prior to implementation of cjiange. E- mail orfax submission is acceptable.

2. MONTHLY UNIT PRICING

Monthly Unit Pricing for each facility listed in the Bid Form shall include:

All monthly chemicals and services, including delivery to the appropriate delivery site for each Facility.

All Testing Re-agents and Supplies.

SUCCESSFUL BIDDER shall perform monthly water sampling at all sites with the exception of Laughlin and the Spring Mountain Youth Camp (SMYC). These sites shall be on a per visit as needed bases, as these sites are small closed loop systems. COUNTY'S representative shall be present when SUCCESSFUL BIDER performs water sampling(s). A definitive procedure shall be developed by COUNTY and SUCCESSFUL BIDDER cooperatively with in (30) days of award of Contract. See Exhibit A - Clark County Field Analysis report for Water Treatment attached to this bid doaiment for example of requirements.

Inspection of each chemical feed station and adjusting feed rate to maintain chemicals at optimum levels per location for various applications. Verification and calibration of automatic chemical controllers to standards for each site. Review and evaluate any weakness in the system which may affect keeping the loops or tower chemical levels at proper concentrations. Prior to proposing and offering updated solutions to chemical feed, blowdown, storage, and distribution system deficiencies.

E. Monthly testing, delivery of chemicals and site visits will our no less than once a month. However, based on these test, chemical feeder adjustments or additions shall occur when needed throughout the month to keep the systems within acceptable levels. Should the levels remain low, SUCCESSFUL BIDDER shall propose solutions to COUNTY to resolve any issue(s).

F. COUNTY in-house staff or third party consultant may test the system to assure chemical levels are con-ed. Based on any variances from normal parameters; a work order will be issued to have SUCCESSFUL BIDDER respond and perform the corrective action required.

IV- 1

Service Specifications Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program

3. PROGRAM CONTROL SYSTEM

CONDUCTIVITY CONTROLLER with BIOCIDE PROGRAMS

Manufacturers: Conductivity/Biocide Controllers

a) Submit manufacture's data to confirm compliance with Section 1. E.

2. Packaged monitor controller with solid state circuiting, on-off switch and/or light, control function lights, output to control circuits, five minute timers for both inhibitor feed and bleed off, with continuous biocide injection capability. These controllers shall be accessible via Internet connection and provide automatic data reports weekly to COUNTY. These controllers shall also contain programmable dual biocide relays to automate the oxidizing and non-oxidizing biocide feeds. Each biocide relay shall contain a pre-blowdown time and a blowdown lockout time feature to ensure the correct holding time for the biocide.

AUTOMATED CHEMICAL INHIBITOR CONTROLLER

These controllers shall maintain inhibitor feed and input into Conductivity Controller for statistical data collection and be able to download directly via laptop connection or internet download. These controllers shall be continuous monitoring feedback controllers. Four such controllers will be provided. The use of water meters as a form of control or part of a feed forward control system is not permitted. Chemical feed based on bleed time will not be permitted.

MANUAL CHEMICAL INHIBITOR CONTROLLER

Manual controllers in place shall maintain inhibitor feed and be able to automatically feed chemicals into system as programed. Manual controllers shall be monitored as needed but no less than weekly. Manual controllers will be scheduled to be replaced when needed by automated chemical controllers.

4. PERFORMANCE

A. Acceptable performance for the following systems shall be defined as follows:

For Evaporative Cooling Towers, acceptable performance shall be corrosion rates of 1.0 Mils/yr. or less for mild steel and 0.1 Mils/yr. or less for copper, and, tower counts of 10,000 of total aerobic bacterial colonies per ml or less. AND clean heat transfer surfaces with no pitting as recommended by COUNTY'S water consultant.

For Closed systems, acceptable performance shall be corrosion rates of 0.5 Milstyr. or less for mild steel and 0.1 Mils/yr. or less for copper, and, counts of 1,000 of total aerqbic bacterial colonies per ml or less; and, dean heat transfer surfaces with no pitting as determined by COUNTY'S water consultant.

Should the systems chemical levels be deficient for two consecutive months, payment may be withheld until brought up to the acceptable levels as specified.

B. Current equipment at each of COUNTY'S locations may not be what SUCCESSFUL BIDDER recommends for their products and meets the requirements of Section I.E. SUCCESSFUL BIDDER may be responsible for the installation of new systems I equipment which meet COUNTY'S standards. Costs assodated shall be billed using the labor rates and parts pricing structure of included in this Bid.

C. In the event that new chemical feed equipment is required, SUCCESSFUL BIDDER shall provide COUNTY with schematic and wiring diagram for the installation of this equipment and support of COUNTY'S intemet and wireless platform. When requested by COUNTY, SUCCESSFUL BIDDER shall provide training on the newly installed chemical feed equipment. If requested training is in excess of the required thirty-two (32) hours annually, then training shall be billed on the same invoice with the time and material costs for installation. Training is to be billed in terms of actual time using the Training' labor rate listed in Bid Form. COUNTY will only pay this invoice line item upon verification that training was actually received.

D. SUCCESSFUL BIDDER shall be responsible for removing all non-pernianent chemical containers and shall be responsible for removing their own unused chemicals (if so directed) at anytime following the end of the contact period. SUCCESSFUL BIDDER shall contact COUNTY to make anangement to remove SUCCESSFUL BIDDER'S equipment, SUCCESSFUL BIDDER shall keep a complete Water Treatment Manual at each site, which includes the following sections:

Program Overviewand Description and SDS of each product;

System Control Charts and Daily Log sheets;

S Monthly Chemical Analysis Reports;

PWttLWOR)tBIO5'.2Ol4iS6O3447S03447..Gksda447_o4 IV-2

Service SpecMeations Bid No. 603447.14

Annual Requirements Contract for Water Treatment Program

4. CorrectIve Action Flow Chart to assist operators in recognizing water-related problems and their assodated corrective aon; and

$ 5, Phone numbers, beeper numbers, voice mail numbers etc, of the Primary Treatment Rep.; Supervisor; and Emergency Hot Lines.

5. TOWER WATER TREATMENT OPEN SYSTEM

Water treatment method to use at COUNTY's request for open cooling tower systems is detailed below. A performance guarantee shall be Implemented that the SUCCESSFUL BIDDER shall be responsible for the labor, equipment and chemical to clean any equipment touted due to pcoi water treatment. The water treatment program shall prevent fouling of the treated water systems which include cooling towers, cell decks, fill, spray heads, surrps, pumps, piping, chiller's condenser tubes and end bells.

A. Inhibitor:

MOLYBDENUM / PHOSPHONATE (PBTC) I POLYMER / AZOLE Based with a minimum of 3-5 PPM as Phosphonate

Within thirty (30) days of award of Contract, SUCCESSFUL BIDDER shall provide COUNTY with a list of equipment and techniques SUCCESSFUL BIDDER uses to:

I. Provide Mm/Max. control levels in PPM, active ingredients as fed, container size, material & type.

B. Dispersant - Liquid:

1. SUCCESSFUL BIDDER shall use the one-drum water treatment approach.

SUCCESSFUL BIDDER shall complete a Dispersant Form (provided by SUCCESSFUL BIDDER), which details the dispersant components if separate or if the inhibitor method is use with the one drum treatment program.

C. Biocide Treatment Method

1. SUCCESSFUL BIDDER shall treat at 1/6 pound 93% hydantoin (or better) product per 1000 gallons, fed twice per week. The treatment shall be applied over a four (4) hour period providing between 0.9 and 1.0 ppm free halogen residual, as chlorine, during that period.

Provide MirVNlax. levels in pans per million (ppm), active ingredients as fed, container size, material & type, and recommended dosage schedule in days (i.e. Mon. & Thurs. adds).

Uquid bromine donor may be substituted at 80— IQO ppm of 11% bromine chloride, and must achieve the identical residuals as compared to the spedfied product technology.

0. Provide a certified Legionella testing on each open water system on an annual basis. Provide a Microbiological Analysis on each open system on a semi-annual basis. Monitor Total Aerobic Bacteria levels and effectiveness of corrosion inhibitor monthly.

SUCCESSFUL BIDDER shall Inspect all contracted cooling towers visually to examine for biological growth, foam, sludge and report any cooling tower deterioration a minimum of once every thirty (30) days.

Doaimentation:

1. Any time SUCCESSFUL BIDDER is on site performing water treatment tests, SUCCESSFUL BIDDER shall provide chart listing control limits for all water treatment activities in the Field Analysis Report (Exhibit A), to include but not limited to:

Measurable treatment levels;

Product component concentrations developed;

City water make-up;

PH;

e. Include a copy of all tests performed by SUCCESSFUL BIDDER;

Note any troubleshooting instructions for each test parameter that COUNTY or its agents are required to perform;

Note contingency plans for lay ups, water loss, and loss of automatic feed control to ensure continued protection of the system.

P:Ptfl_WORJG_fllD3QQ1 dWSO34473447,.okodoow447sg IV-3

Service Specifications Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program

6. CHILLED/CONDENSOR / BOILERJHEAT EXCHANGER CLOSED WATER SYSTEM TREATMENT

Water Treatment method to use at COUNTY'S request for all dosed hydronics systems. SUCCESSFUL BIDDE shall implement the following chemical water treatment procedures induding die if needed:

A. Inhibitor: (MOLYBDENIJM/POLYMER/AZOLE Based)

Provide treatment level for all components, recommended feed points, container size, material and type. Product should be free of all glycols and nitiite. Molybdenum levels should be a minimum of 100 PPM as Mo+6.

Product must be compatible with Glycel in glycoltreated systems.

Upon COUNTY'S request, SUCCESSFUL BIDDER shall provide container size, material and type.

B. Dispersant - Liquid:

SUCCESSFUL BIDDER shall use the one-drum water treatment approach. Upon COUNTY'S request, SUCCESSFUL BIDDER shall provide details of type of inhibitor used.

C. Biocide Treatment Method

I. Upon COUNTY'S request, treat the system for 120 ppm or to the required treatment level as specified by COUNTY.

2. Upon COUNTY'S request, SUCCESSFUL BIDDER shall provide container size, material and type.

D. Dowmentation:

Any time SUCCESSFUL BIDDER is on site performing water treatment tests, SUCCESSFUL BIDDER shall provide than listing control limits for all water treatment activities in the Field Analysis Report (Exhibit A), to include but not limited to:

Measurable treatment levels;

Product component concentrations developed;

'City water make-up;

PH;

Include a copy of all tests performed by SUCCESSFUL BIDDER;

I. Note any troubleshooting instifidions for each test parameter that COUNTY or its agents are required to perform;

g. Note contingency plans for lay ups, water loss, and loss of automatic feed control to ensure continued protection of the system.

S

P$PLJtW0RK%_9JD52OI 4B4473447fikGd 447fikQ IV-4

CLARK COUNTY; NEVADA

V- BID FORM BID NO. 603447-14

ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM

Name of Firm

This bid is submitted in response to COUNTY'S Invitation to Bid and is in acoordance with all conditions and specifications in this document.

LOT I - CLARK COUNTY MONTHLY SCHEDULED SERVICE AND ANNUAL TRAINING

Item Description Unit Monthly Cost Quantity Extended Total

309 South Third Street (building) 1. Equipment: 2 cooling towers wIl chilled & 1 heating Month $ X 12 $

dosed loop per tower. & 2 chemical controllers Cambridge Community Center

2 3930 Cambridge St Month $ X 12 $ Equipment: 1 Cooling Tower w/1 chilled & 1 heating dosed loop. & 1 chemical controller Clark County Detention Center Central Plant

3. 330 S. Casino Center Blvd. Month $ X 12 $ Equipment: 4 cooling towers w/1 chilled & 1 heating dosed loop per tower, & 2 chemical controller

Clark County Government Center Central Plant 500 S. Grand Central Par1cvay Month $ X 12 $ Eqljipment: 3 Colling Towers w/1 chilled & 1 heating clbsed loop per tower, & 1 chemical controller

Clark Place (buIlding) 301 E. Clark Equipment: I Cooling Tower w/1 chilled & 1 heating Month $ X 12 $

dosed loop, & 1 chemical controller Clark Place (parking garage) 300 E. Clark

Equipment: 1 Cooling Tower wIl chilled & 1 heating Month $ X 12 $ dosed loop. & 1 chemical controller Con Coleman Senior Center 2100 Bonnie Lane

Equipment: 1 Cooling Tower w/1 chilled & I heating Month $ X 12 $ dosed loop. & I chemical controller. Desert Breeze Community Center

8 8275 Spring Mountain Rd.; Month $ X 12 $ Equipment: 1 cooling towers w/1 chilled & 1 heating dosed loop per tower, & 1 chemical controllers Desert Breeze Aquatic Center

9. 8275 Spring Mountain Rd.; Month $ . X 12 $ Equipment: 1 cooling tower, 1 chemical controller Hollywood Recreation Aquatic Center

10. 1580 S. Hollywood Blvd. Month $ X 12 $ Equipment: 2 Cooling Tower w/1 chilled & 1 heating dosed loop oer tower, & 2 chemical controller Hollywood kecreation Center

1650 S. Hollywood Blvd. Equipment: 1 Cooling Tower w/1 chilled & 1 heating Month $ $ X 12 dosed loop, & 1 chemical controller IT Building 1620 Pinto Lane

Equipment: 2 Cooling Towers wIl chilled & 1 heating Month $ X 12 $ dosed loop per tower, & 1 chemical controller

I • LaughlIn RegIonal Justice Center Per 101 E. Laughlin Civic Dr. visit $ X 4 $

Equipment: _closed chilled _and _heating_system

P9PLn,,WORJfiID9.2O1 4s647sw447_n14doC V-i

Bid Form Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program

LOT I — CLARK COUNTY MONThLY SCHEDULED SERViCE AND ANNUAL TRAINING

Itern Desciiption Unit Monthly Cost Quantity Extended Total

North Valley Complex Central Plant 4900 N. Sloan Lane Month $ X 12 $ Equipment: 2 cooling towers w/1 chilled & 1 heating

dosed loop per tower, & I chemical controller Paradise Community Center 4775 S. Mcleod

Equipment: I Cooling Towerw/1 chilled & 1 heating Month $ X 12 $ dosed loop, & 1 chemical controller Pearson Community Center 1625W. Carey Ave.

Equipment: 1 Cooling Towerw/1 chilled & 1 heating Month $ X 12 $ dosed loop per tower, & 1 Chemical Controller Pecos - Bonanza Campus — Central Plant

17. 651N.Pecos Month $ X 12 $ Equipment: 2 cooling towers w/1 chilled & 1 heating dosed loop per tower. & I chemical controller Pecos — Bonanza Campus — Building C

18 601 N. Pecos Month $ X 12 $ Equipment: 2 cooling towers w/1 chilled &1 heating dosed loop per tower. & 1 chemical controller Phoenix Building 330 S. Third St. Month $ X 12 $ Equipment: 1 cooling Tower with 1 dosed loop

Public Administrator Building 515 Shadow Lane Equipment: 1 Cooling Tower w/1 chilled & 1 heating Month $ x 12 $

dosed loop, & 1 chemical controller

Regional Justice Center (RJC) Central Plant 200 Lewis St.;

Equipment: 3 cooling towerswf 1 chemical feed Month $ X 12 $ system, 1 chilled loop. 1 heating loop and 1 dosed dual loop

Robert (Bob) Price Community. Center .' 2050 Bonnie Lane; :, Month $ X 12 $

Equipment: closed chilled and heating systems

Russell - Cameron Campus 4701 W. Russell Rd. Equipment: 3 Cooling Towers w/1 chilled & 1 heating Month $ X 12 $

dosed loop per tower, & 1 chemical controller

Social Service 1600 Pinto Lane Equipment: 1 Cooling Towerw/1 chilled & 1 heating Month $ X 12 $

dosed loop, & 1 chemical controller

Spring Mountain Youth Camp (SMYC) Per 2400 Angel Peak Place visit $ X 4 $ Equipment: 3 closed heating system

Walnut — Cecile Community Center

26 3075 Noith Walnut Rd.; Month $ X 12 $ Equipment: 1 Cooling Tower wtl chilled & 1 heating dosed loop, & I chemical controller

27. Wetlands Nawre Center 6800 E. Russell Rd. Month $ X 12 $ Equipment: 2 cooling towers with 1 closed loop I .

28 WhItney Recreation Center 5712 E. Missouri Ave. Month $ X 12 $ Equipment: dosed chilled and heating system

LOT 1—CLARK COUNTY MONTHLY SCHEDULED SERVICE AND ANNUAL TRAINING

TRAINING Itern No. Desoiption I Unit Cost per Hour I I Qáantity Extended Total

2... Annual Training - a total of 32 hours, extended total I Hours I $ XI 32 $ equals hourly cost times 32 hours I

LOT I TOTAL (TO INCLUDE THE EXTENDED TOTALS FOR UNE ITEMS 1 -29) $

PPttORJ4OIDr2Ol 4447'S447aksdao V-2

Bid Form Bid No. 603447-14

Annual Requirements COrTtTad for Water Treatment Program

LOT 2 —BILLABLE HOURLY RATES FOR SERVICES AND ESTIMATED ANNUAL EXPENDITURES FOR PARTS, LABOR AND ADDrnONAL CHEMICALS

Skill Set Shift Hourly Re Quantity Unit of Extended Total

Straight Time - Water Treatment defined as 6:00 AM to

1 X -

Technician 6:00 PM PST Monday Hour - through Fnday

Overtime - defined as Water Treatment 6:01 PM to 5:59 AM -

Technician PSI Monday through Friday and Saturdays

° 1 X Hour -

32 Water Treatment Sundays & COUNTY e P 1 X Hour - $ Technician Holidays -

33. COUNTY estimated annual expenditures for the purchase of parts and labor for equipment repair services. See Special Conditions, Section 13, Labor and Material Line Items and Line Items $95,500.00 30 - 32 of this BId Form for pricing structure.

COUNTY estimated annual expenditures for purchase of additional chemicals listed in Attachment 5. 000 00

LOT 2 TOTAL (TO INCLUDE THE EXTENDED TOTALS FOR LINE ITEMS 30.34) $

LOT 3—CLARK COUNTY WATER RECLAMATION MONTHLY SCHEDULED SERVICE AND ANNUAL EXPENDITURES FOR PARTS, LABOR AND ADDITIONAL. CHEMICALS

No.ern Oescñption Unit Monthly Cost = Quantity Extended Total

Admiri Bldg. 5857 East Flahiingo Road .New Closed loop heating and chilled

Month $ X 12 $ Open loop cooling towers (2)

Old Admin Bldg. 5857 East Flamingo Road

16. Closed loop heating and chilled Month $ X 12 $ Open loop cooling tower (1)

Support Bldg. 5857 East Flamingo Road

Closed loop heating and chilled Month $ X 12 $ Open loop cooling tower (1)

Central Plant Blower Bldg. 5857 East Flamingo Road Closed loop heating and chilled Month $ X 12 $

Open loop cooling tower (2) AWl Lab Bldg. 5857 East Flamingo Road

Closed loop heating and chilled Month $ X 12 $ Open loop cooling tower (3)

Solids Oewateflrig Bldg. 5857 East Flamingo Road Closed loop chilled . . Month $ X 12 $

Clark County Water Reclamation estimated annual expenditures for the purchase of parts and labor for equipment repair servis. See Special Conditions, Section 13, Labor and Material Uris Items $18,000.00

and Une Items 30-32 of this Bid Form for pricing sfructure.

42 Clark County Water Reclamation estimated annual expenditures for purchase of additional chemicals listed in Attachment 5. $2 00000

LOT 3 TOTAL (TO INCLUDE THE EXTENDED TOTALS FOR UNE ITEMS 35-42) $

BID GRAND TOTAL (TO INCLUDE THE LOT TOTALS OF LOTS I ThROUGH 3) $

V- 3

Bid Form Bid No. 603447-14

Annual Requirements Contracs for Water Treatment Program

DISCOUNT TERMS OF PAYMENT:

________ ____________ calendar days.

BIDDER'S LOCAL FACILITY (If Bidder has multiple local facilites, please attad, to bid submittal a list of this information for each facility)

CONTACT MANAGER OR ACCOUNT REPRESENTATIVE NAME

ADDRESS

CITY STATE, ZIP

PHONE NUMBER

FAX NUMBER

EMAIL ADDRESS

P:WULWORKt8ID9I2OI 48EW447447acdo v.4

Bid Porn Bid No. 603447-14

Annual Requirements Contract for Water Treabnent Program

ATTACHMENTS TO BID FORM FAILURE TO SUBMIT REQUIRED ATTACHMENTS AS LISTED BELOW MAY RESULT IN REJECTION OF BID.

S Aftachment 1, Subcontractor Information, is attathed.

Attachment 5 Unit Pridng for additional Chemicals, is attached.

Bidder is responsible to ascertain the number of Addenda issued and hereby acknowledges receipt of the following Addendum: FAILURE TO ACKNOWLEDGE ALL ADDENDA ISSUED AND USE THE CORRECT BID FORM AS REQUIRED, MAY RESULT IN REJECTION OF BID.

Addendum No. Addendum No. Addendum No.

Addendum No. Addendum No. Addendum No.

Addendum No. Addendum No. Addendum No.

Bidder hereby offers and agrees to furnish the material(s) and service(s) in compliance with all terms, conditions, specifications, and amendments in the Invitation to Bid and any written exceptions in the offer. We understand that the items in this Invitation to Bid, including, but not limited to, all required certificates are fully incorporated herein as a material and necessary part of the contract.

The undersigned hereby states, under penalty of pwjury, that all Information provided is true, accurate, and complete, and states that he/she has the authority to submit this bid, which will result in a binding contract if accepted by Clark County, Nevada.

I certify, under penalty of perjury, that I have the legal authorization to bind the firm hereunder:

SIGNATURE OF AUTHORIZED REPRESENTATIVE

NAME AND TITLE OF AUTHORIZED REPRESENTATIVE (PRINT OR TYPE)

PHONE NUMBER OF AUTHORIZED REPRESENTATIVE

FAX NUMBER OF AUTHORIZED REPRESENTATIVE

EMAIL ADDRESS

BUSINESS LICENSE INFORMATION:

cuRRENT STATE LICENSE NO.

cuRRENT couNTy: LICENSE No.

cURRENT cliv: LICENSE NO.

NEVADA CONTRACTOR'S LICENSE NUMBER:

DOLLAR LIMIT:

LEGAL NAME OF !IRM

ADDRESS OF FIRM

CITY, STATE ZIP

DATE

ISSUE DATE: EXPIRAflON DATE:

ISSUE DATE: EXPIRATiON DATE:

ISSUE DATE: EXPIRATION DATE:

P:WtJt_WORJ0fiIOsQ014W6W44fl447..84doa V-S

Bid Form Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program

FOR INFORMATIONAL PURPOSES ONLY: The above referencad firm is aD MBE 0 WBE U PBE U SBE U VETO DVET 0 ESB as defined below.

STATE OF NEVADA BUSINESSES

MINORITY OWNED BUSINESS ENTERPRISE (MBE): An independent and continuing Nevada business for profit which performs a commercially useful function and is at least 51% owned and controlled by one or more minority persons of Black American, Hispanic American, Asian-Pacific American or Native American ethnicity.

WOMEN OWNED BUSINESS ENTERPRISE (WBE): An independent and continuing Nevada business for profit which performs a commercially useful function and is at least 51% owned and controlled by one or more women.

PHYSICALLY-CHALLENGED BUSINESS ENTERPRISE (PBE): An independent and continuing Nevada business for profit which performs a commercially useful function and is at least 51% owned and controlled by one or more disabled individuals pursuant to the federal Americans with Disabilities Act.

SMALL BUSINESS ENTERPRISE (SBE): An independent and continuing Nevada business for profit which performs a commercially useful function, is not owned and controlled by individuals designated as minority, women, or physically-challenged, and where gross annual sates does not exceed $2,000,000. that are not designated as socially or economically disadvantaged.

BUSINESSES IN OTHER STATES

VETERAN OWNED BUSINESS ENTERPRISE (VET): An independent and continuing Nevada business for profit which perforns a commercially useful function and is at least 51 percent owned and controlled by one or more U.S. Veterans. -.

DISABLED VETERAN OWNED BUSINESS ENTERPRISE (OVET): A Nevada business at least 51 percent owned/controlled by a disabted veteran.

EMERGING SMALL BUSINESS (ESB): Certified by the Nevada Governors Office of Economic Development effective January, 2014. Approved into Nevada law during the 77th Legislative session as a result of A8294.

V-6

ATTACHMENT I BID NO. 603447-14

ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM

S SUBCONTRACTOR INFORMATION It is our intent to utilize the following MBE, WBE, POE, SBE, VET, DVET and ESB subcontractors in assodation with CONTRACT:

1. Subcontractor Name:

Contact Persàn: Telephone Number. Description of Work:

Estimated Percentage of Total Dollars:

Business Type: 0 MOE 0 WBE • 0 POE 0 SBE 0 VET ODVET OESB

Subcontractor Name

Contact Person:

Description of Work:

Estimated Percentage of Total Dollars:

Business Type: 0 MBE

DovEr Subcontractor Name

Contact Person:

Description of Work:

Estimated Percentage of Total Dollars:

Business Type: . 0 MBE

0 DVET

Subcontractor Name

Contact Person:

Description of Work:

Estimated Percentage of Total Dollars:

Business Type: 0 MBE

0 DVET

Subcontractor Name

Telephone Number.

OWBE OPBE DSBE DVET 0 ESB

Telephone Number.

D WBE

DPBE OSBE OvET o ESB

Telephone Number.

OWBE

0 POE

OSBE C3 VET 0 ESB

Contact Person:

Description of Work:

Estimated Percentage of Total Dollars:

Business Type: 0 MBE 0 WBE

Dover DESB

Telephone Number.

0 POE DSBE OVET

El Subcontractor Name

0

S

Contact Person: Telephone Number. Description of Work:

Estimated Percentage of Total Dollars:

Business Type: 0 MBE 0 WBE 0 POE ODVET DESB

No MBE. WBE, POE, SBE, VET, DVET or ESB subcontractors will be used.

OSBE DvE-r

1-1

A'fl'ACHMENT2 BID NO. 603447-14

ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM

INSURANCE REQUIREMENTS TO ENSURE COMPUANCE WITH THE BID DOCUMENT, BIDDERS SHOULD FORWARD THE FOLLOWiNG INSURANC CLAUSE AND SAMPLE INSURANCE FORM TO THEIR INSURANCE AGENT PRIOR TO BID SUBMITTAL

FORMAT (TIME

SUCCESSFUL BIDDER shall provide COUNTY with Certificates of Insurance, per the sample format (page 3-4), for coverage as listed below, and endorsements affecting coverage required by this bid within ten (10) busIness days after the award by COUNTY. All policy certificates and endorsements shall be signed by a person authorized by that insurer and who is licensed by the State of Nevada in ardance with NRS 680A.300. All required aggregate limits shall be disclosed and amounts entered on the certificate of insurance, and shall be maintained for the duration of CONTRACT and any renewal periods.

BEST KEY RATING

COUNTY requires insurance carriers to maintain during CONTRACT term, a Best Key Rating of A.VII or higher, which shall be fully disclosed and entered on the certificate of insurance.

COUNTY COVERAGE

COUNTY, its officers and employees must be expressly covered as additional insured's except on Workers' Compensation insurance coverage. SUCCESSFUL BIDDER'S insurance shall be primary as respects to COUNTY, its officers and employees.

' ENDORSEMENT! CANCELLATION

SUCCESSFUL BIDDER'S commercial general liability and automobile liability insurance policy shall be endorsed to recognize specifically SUCCESSFUL BIDDER'S contractual obligation of additional insured to COUNTY. All policies must note that COUNTY will be given thirty (30) calendar days advance notice by certified mail 'return receipt requested' of any policy changes, cancellations, or any erosion of insurance limits. Either a copy of the additional insured endorsement, or a copy of the policy language that gives Clark County automatic additional insured status must be attached to any certificate of insurance.

DEDUCTIBLES

All deductibles and self-insured retentions shall be fully disclosed'in the Certificates of Insurance and may not exceed $25,000.

AGGREGATE LIMITS

If aggregate limits are imposed on bodily injury and property damage, then the amount of such limits must not be less than $2,000,000.

7, COMMERCIAL GENERALLtABILITY'

Subject to paragraph 6 of this attachment, SUCCESSFUL BIDDER shall maintain limits of no less than $1,000,000 combined single limit per occurrence for bodily injury (including death), personal injury and property damages. Commercial General Uability coverage shall be on a 'per occurrence' basis only, not 'claims made', and be provided either on a Commercial General Liability or a Broad Form Comprehensive General Uability (including a Broad Form CGL endorsement) insurance form. Policies must contain a primary and non-contributory clause and must contain a waiver of subrogation endorsement.

AUTOMOBILE LIABILITY

Subject to paragraph 6 of this attachment, SUCCESSFUL BIDDER shall maintain limits of no less than $110001000 combined single limit per occurrence for bodily injury and property damage, to include, but not be limited to, coverage against all insurance claims for injuries to persons or damages to property which may arise from services rendered by SUCCESSFUL BIDDER and any auto used fot the performance of services under CONTRACT.

WORKERS' COMPENSATION

SUCCESSFUL BIDDER shall obtain and maintain for the duraöon of CONTRACT, a work certificate or a certificate issued by an insurer qualified to underwrite workers' compensation insurance in the State of Nevada, in accordance with Nevada Revised Statutes Chapters 616A-616D, inclusive, provided, however, a Bidder who isa Sole Proprietor shall be required to submit an affidavit (Attachment 3) indicating that Bidder has elected not to be included in the terms, conditions and provisions of Chapters 616A-616D, inclusive, and is otherwise in compliance with those terms, conditions and provisions. n

PtWLtWORK\,8IOtOICSl7'6a3447,fldoot . 2-1

Attachment 3 Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program

FAILURE TO MAINTAIN COVERAGE

If SUCCESSFUL BIDDER fails to maintain any of the insurance coverage required herein, COUNTY may withhold • payment, order SUCCESSFUL BIDDER to stop the work, declare SUCCESSFUL BIDDER in breach, suspend or terminate CONTRACT, assess liquidated damages as defined herein, or may purchase replacement insurance or pay premiums due on existing policles. COUNTY may coiled any replacement Insurance costs or premium payments made from SUCCESSFUL BIDDER or deduct the amount paid from any sums due SUCCESSFUL BIDDER under CONTRACT.

ADDITIONAL INSURANCE

SUCCESSFUL BIDDER is encouraged to purchase any such additional insurance as it deems necessary.

DAMAGES

SUCCESSFUL BIDDER is required to remedy all injuries to persons and damage or loss to any property of COUNTY, caused in whole or in part by SUCCESSFUL BIDDER, their subcontractors or anyone employed, directed

• or supervised by SUCCESSFUL BIDDER.

COST

• SUCCESSFUL BIDDER shall pay all assodated costs for the specified insurance. The cost shall be included in the bid puce(s).

INSURANCE SUBMIT1'AL ADDRESS

All Insurance Cerdficates requested shall be sent to the Clark County Purchasing and Contracts Division, Attention: Insurance Coordinator. See the "Submission of Bids" clause in the Instruction to Bidders section of this bid for the appropriate mailing address.

INSURANCE FORM INSTRUCTIONS

The following information must be filled in by SUCCESSFUL BIDDERS' Insurance Company representative:

Insurance Broker's name, complete address, contacts name, phone and fax numbers. -

SUCCESSFUL BIDDER'S name, complete address, phone and fax numbers,

Insurance Company's Best Key Rating

Commercial General Liability (Per Occun'ence)

(A) Policy Number (B) Policy Effective Date (C) Policy Expiration Date (D) Each Occurrence ($1,000,000) (E) Damage to Rented Premises ($50,000) (F) Medical Expenses ($5,000) (G) Personal & Advertising Injury ($1,000,000) (H) General Aggregate ($2,000,000) (I) Products - Completed Operations Aggregate ($2,000,000)

5. Automobile Liability (Any Auto)

(J) Policy Number (K) Policy Effective Date Q4 Policy Expiration Date (M) Combined Single Limit ($1,000,000)

Workers Compensation

Desaiption: Bid Number 603447-14 and Annual Requirements Contract for Water Treatment Program (must be identified on the Initial insurance form and each renewal form).

Certificate Holder

Clark County, Nevada rio Purchasing and Contracts Division Government Center, Fourth Floor 500 South Grand Central Parkway P.O. Box 551217 Las Vegas, Nevada 89155-1217

9. Appointed Agent Signature to include license number and issuing state.

603447stg 2-2

CERTIFICATE OF LIABILITY INSURANCE DAflØA)iODDffYfl'

This CERTIFICATE IS ISSUED AS A MATTER OF INFORMA'llON ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. This CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.

IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(Ies) must be endorsed. If SUBROGATION IS WAIVED, subjed to th terms and conditions of the policy, certain poildes may requfre an endorsement. A statement an this certThte does not wnfer rights to the cefl1flte holder In lieu of such endorsement(s).

PRODUCER a

1. INSURANCE BROKER'S NAME ADDRESS

nac IACNt Ea BROKER'S PHONE NUMBER

Fn i.,Cna BROKER'S FAX NUMBER

flmE$S BROKER'S EMJLADDRESS

INSURER(S) AFFORDING COVERAGE MACI

INSURED INSURER A 3. CARRIER'S

2. SUCCESSFUL BIDDER'S NAME INSURER B; BEST KEY ADDRESS PHONE & FAX NUMBERS

INSURER C: RATING

INSURERD

INSURER E:

INSURER F;

COVERAGES CERTIFICATE NUMBER: REViSION NUMBER:

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDmONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS.

SR AO0'L SUOR PflXYEn FOXYEXP LTR TYPE OP INSJPJA !! !'2. ParT POJMR paoofn QAstWn) La4TTO

4 GENERAL LIABILITY (A) (B) (C) EACH OCCURRENCE S(D) 1.000.001)

$(E) N/A X COMMERCLALGENERA&LIABILITY

CLAJMS.MADE 7xoccup . MED E (Anyone penon) 5(F) NJA - x PERSONAL & ADV INJURY $(GI loxox

GENERAL'AGGREGATE . 5(11) 2.OW,XO

OWL AGGREGATE LIMIT APPLIES PER; PRODUCTS - COMPIOP AGG 5(I) N/A

- ' POLICY ['1 PROJECT LOC - - CEDUCTIBLE MAXIMUM $ 25,O

AUTOMOBILE LIABILITY (I) (K) (1) COMBINED SINGLE LIMIT $(M) ICCOox

BODILY INJURY (Pwpena,) $ X AHYAUTO

- ALLOWWEDAUTO5 - X BODILY INJURY (PDX arT) $

PROPERTY DAMAGE (PDX enI) $ - SCHEDULED AUTOS

- HIRED AUTOS , S - NON.OWNEDALJTOS . - QEDUCTIBI.EMAXIMUM I 23,060

AND EMPLOYERS' LIABIUTY Y/N WORKER'S COMPENSATON

TORYUMITS $

ES. EACI ACCOI(T S nIT PROPRIETOWRARTNER'DIECThH Q'RAASA&R xa.uuw, .: - N '

tLOCEEE.A.EJTntEE S -

DEstm(PTcaN OF OPERATIONS! LOCATIOIHICLES (Afldl ACORD TO,. AhIonel Ronwla Sdt. Ipaul equbt)

'7. BID N06 74: ANL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM.

CANCELLATION

'SUPS CL Ur(, NEVADA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED

C/O PURCHASING AND CONJACTS DMSION GOVERNMENT CENTER PN$JRTh F1.00R

BEFORE THE EXPIRA11ON DATE ThEREOF, NOTiCE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS.

9. AUThORIZED REPRESENTATIVE 500 S. GRANIDICE~NMAWP KWAY P.O. BOX 551 LAS VEGAS. NV89tSS-1217

1986-2010 ACORD CORPORATION. AJI rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marts of ACORD

S

S441_6 2-3

Attachment 2 Bid No. 603447-14

Annual Requirements Contrad for Water Treatment Program

POLICY NUMBER: COMMERCIAL GENERAL AND AUTOMOBILE LIABILITY

. BID NUMBER AND PROJECT NAME: S

THIS ENDORSEMENT CHANGED THE POLICY. PLEASE READ ITSGAREFULLY

ADDITIONAL INSURED - DESIGNATED PERSoQB:êkGANIzATIoN

This endorsement modifies insurance provided under the following:

COMMERCIAL GENERAL LIABILITY AND AUTOMOBILE LIABILITY COVERAGE PART.

SCHEDULE

Name of Person or Organization:

CLARK COUNTY, NEVADA CIO PURCHASING & CONTRACTS DIVISION 500 S. GRAND CENTRAL PKWY 4 FL P0 BOX 551217 LAS VEGAS, NEVADA 89155-1217

(If no entry appears above, information required to complete this endorsement will be shown in the Declarations .as applicable to this endoisement.)

ion II) is amended to include as an insured the person or organization shown in the only with respect to liability arising out of your operations or premises owned by or

you.

CLARREUlTh? NEVADA, ITS OFFICERS, EMPLOYEES AND VOLUNTEERS ARE INSUREDS WITH RES1SVLIABILI1Y ARISING OUT OF THE ACTIVITIES BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THIS PROJECT.

I

PPuLwoR1C_8ID3201 4W6441'EO3447_*Q 2-4

ATTACHMENT 3 BID NO. 603447-14

ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM

AFFIDAVIT

(ONLY REQUIRED FOR A SOLE PROPRIETOR)

on behalf of my company, . . being (Name of Sole Proprietor) (Legal Name of Company)

duly sworn, depose and declare:

I am a Sole Proprietor,

I will not use the services of any employees in the performance of CONTRACT, identified as Bid No. 603447-14, entitled Annual Requirements Contract for Water Treatment Program;

I have elected to not be included in the terms, conditions, and provisions of NRS Chapters 616A-6160, inclusive; and

I am otherwise in compliance with the terms, conditions, and provisions of NRS Chapters 616A-6160, inclusive.

I release Clark County from all liability associated with claims made against me and my company, in the performance of CONTRACT, that relate to compliance with NRS Chapters 616A-6160, inclusive.

Signed this _____________ day of

Signature

State of Nevada )ss.

County of Clark

Signed and sworn to (or affirmed) before me on this

by

day of _________

(name of person making statement).

Notary Signature

STAMP AND SEAL

P:'PUt_WORIC_81D512O1 4W844flS44?_Wcsdw 3-1

to

flu

ATTACHMENT 4 BID NO. 603447-14 •. -

ANNUAL REQUIREMENTS CONTRACT FOR WAThR TREATMENT PROGRAM

DISTRIBUTION OF LINE ITEM PRICE

No. Desaiption Labor - Produ - Transportation - Other - Total

309 South ThIrd Street(bulldlng) % + % + % i % = 100%

Cambridge Community Center % + % + % I % = 100%

Plant Clark County Detention Center Central

%+ % 100%

Plant % Clark County Government Center Central

+ %+ % 4 % = 100%

Clark Place (building) % + % + % I % = 100%

Clark Place (parkIng garage) % + % + % % = 100%

Cora Coleman Senior Center % • % + I % = 100%

Desert Breeze Community Center + % + % I % = 100%

Desert Breeze Aquatic Center % + % + . % 4 % = 100%

Hollywood Recreation Aquatic Center % + % + % 4 % = 100%

Hollywood Recreation Center % + % + % 4 100%

ITBullding % + % + % 4 % = 1000/0

Laughlin Regional Justice Center % + % + % = 100%

North Valley Complex Central Plant % + % + % = 1000/0

Paradiso Community Center % + % + % 1 % = 100%

Pearson Community Center % + % + % i % = 100%

Peccs - BonanzaCampua —Centralplant % + % + % 4 % = 100%

Pecos - Bonanza Campus - Building C + % + % = 100%

PPUWORjO_9IQ,QQl 48$03447447fi3.Q4oa 4-1

Attachment 4 Bid No. 603447-14

Annual Requirements Contrad for Water Treatment Program

Item No. Desczipflon

Labor Product Transportation Other Tütøl

Phoenix Building % + % + % = I00%l

Public Administrator Building % + % + Ye % = 100%

Regional Justice Center (RJC) Central Plant % + % + % % = 100%

Robert (Bob) Price Community Center + % + % = 100%

Russell—Cameron Campus % + % + % I % = 100%

Social Service 1600 Pinto % + % + % .1 % = 100%

Spring Mountain Youth Camp (SMYC) % + % + % .i =

Walnut - Cecile Community Center + % + % • = 100%

Wetlands Nature Center % + % + % 4 % = 100%

26. Whitney Recreation Center % + % + % • % = 100%

35 New Admin Bldg. % • % + . % • % 100%

OldAdminBldg. % + % + % .. % =

Support Bldg. % + % + % I % = 100%

Central Plant Blower Bldg. % + % + % i % = 100%

AWTLabBldg. % + % + % + % = 100%

Solids Dewatering Bldg. + % + % - % = 100%

I

I

PWI.A_W0RK_0ID5'2oI Ci4476447ak.dooc 4-2

..

BID NO. 603447-14 ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM

ATTACHMENT S

UNIT PRICING FOR THE SUCCESSFUL BIDDER'S SUPPLIED WATER TREATMENT CHEMICALS

This unit pricing stnicture will be used when COUNTY proaires chemicals outside of the monthly delivery schedule. Chemicals shall be delivered within forty-eight (48) hours of COUNTY'S request. Unit pddng below shall be reflective of all delivery costs assodated with the delivery of chemicals to any of the designated delivery sites referenced in the Bid form. THIS ATTACHMENT MUST BE COMPLETED IN FULL AND ATTACHED TO SUBMITTED BID FORM.

Chemical 1 (Provide Name, Purpose of Use and Chemical Class)

Item No

Unit Unit Cost

Gallon $ 5—Gallon $ Barrel $

Chemical 2 (Provide Name, Purpose of Use and Chemical Class)

Ite No m

Unit Unit Cost

Gallon $ 5—Gallon $ Barrel $

Chemical 3 (Provide Name, Purpose of Use and Chemical Class)

Item No

Unit Unit Cost

Gallon 5—Gallon Barrel $

Chemical 4 (Provide Name, Purpose of Use and Chemical Class)

Item No__________________________________________________

Unit Unit Cot

Gallon $ 5 - Gallon $ Barrel $

Chemical 5 (Provide Name, Purpose of Use and Chemical Class)

Item No__________________________________________________

Unit Unit Cost

Gallon $ 5—Gallon $ Barrel $

P:UMA_WORK\ft10si20 I BSm44fl6447Soa 5-1

Attachment 5 Bid No. 603447.14

Annual Requirements Contract for Water Treatment Program

Chemical 6 (Provide Name. Purpose of Use and Chemical Class)

I Re I No m

I Unit I I Unit Cost

I Ii. 'Gallon is I 2. l.5—Gallon I $ 13. IBarrel Is

Chemical 7 (Provide Name, Purpose of Use and Chemical Class)

Item No

Unit Unit Cost

Gallon $ 5 - Gallon $ Barrel $

Chemical 8 (Provide Name, Purpose of Use and Chemical Class)

Item No

Unit Unit Cost

Gallon $ 5 - Gallon $ Barrel $

Chemical 9 (Provide Name. Purpose of Use and Chemical Class)

Item No

Unit Unit Cost

Gallon $ 5—Gallon $ Barrel $

Chemical 10 (Provide Name, Purpose of Use and Chemical Class)

Item No

Unit Unit Cost

t Gallon $ 5 - Gallon $ I Barrel $

Chemical II (Provide Name, Purpose of Use and Chemical Class)

I Item No

I Unit I I UnitCost I

ii. IGallon Is 12, '5—Gallon Is 13. IBarrel Is

c-I

S

PPUt_WOR&OIDS',OI 4BSW447.BO3447ft0&o 5-2

EXHIBIT A

BID NO. 603447-14 ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM

CLARK COUNTY 40 FIELD ANALYSIS FOR WATER TREATMENT

I Site: I Data: I Technician (Print):

Monthly Chemical AnaIvqi rpnui,prI-

L TEST City Water (Make -up)

Cooling Tower Closed Loop (Hot)

I ClosedLoop (Chilled)

Conductivity mhos p1-f Chlorides ppm Calcium Hardness ppm Total Hardness ppm M-Alkalinity ppm Silica ppm Capper ppm Iron ppm

Inhibitor(l) (Closed Loops) - Nirtrite Inhibitor (2) (Closed Loops) (Mo) Inhibitor (1) (Tower) (4-8 ppm P0) Inhibitor (2) (Tower) (1.2-5 ppm Mo)

of CorCentration ( by Conductivity) Cycles of Codcentration (by Chlorides) Cycles of Concentration ( by Calcuim) Cycles of Concentration( by Silica) Biocide (oxidizing - Bromine) (1-3 ppm) Recommended Chemical Added to Recommended system Chnrk one y Quantit

Cooling Tower Biocide (Oxidizing)

Name:

Gallons - - -- 'JIr.I,Iclu,.

'e

Ounces Pounds

Cooling Tower Biocide ( Non-O)idizing)

Name:

Gallons Ounces Pounds

Cooling Tower Inhibitor

Name:

Gallons Ounces Pounds

Closed Loop (Hot) Inhibitor

Name:

Gallons Ounces Pounds

Closed Loop (Chilled) Inhibitor

--------- Name:

Gallons Ounces Pounds

SIgned: Cam pany: Data:

I

P:%PUWOMLOWs2ci 4\B447C447fldoa A-i

INnUCrIONS FOR COTb&PLETINC TEL DISCWStJRE OF OWNERSHIP/FRINCIPALS FORM

Purpeac of the Form

The purpose of the Disclosure of Ownership/Principals Form is to gather ownership information pertaining to the business entity for use by the Board of Coamty" Conunissioners ("8CC") in detemtining whether members of the 8CC should exclude thScelves from voting on agenda itent where they have, or may be perceived as having a conflict of interest, and to determine compliance with Nevada Revised Statute 281A.430, conDucts in which a public officer or employee has interest is prohibited.

General Jnstnietlons

Completion and submission of this Form is a condition of approval or renewal of a confront or lease and/or release of monetary funding between the disclosing entity and the appropriate Civic County government entity. Failure to submit the requested irifonnation may result in a refusal by the 8CC to enter into an agreement/convact and/or release monetary funding to such disclosing entity.

Detailed lnstnietinns

All sections of the Disclosure of Ownership form must be completed. from applicable, write in N/A

Business Entity Type - Indicate if the entity is an Individual, Partnership, Limited Liability Company, Corporation, Trwt, Non-profit Organization, or Other. When selecting 'Other', provide a description of the legal entity.

Non-Profit Organize/ian (NPO) - Any non-profit corporation, group, association, or corporation duly filed and registered as required by state law.

Business Daignaiion Group - Indicate if the entity is a Minority Owned Business Enterprise (MBE), Women-Owned Business Enterprise (WBE), Small Business Enterprise (SBE), Physically-Challenged Business Enterprise (PBE), Veteran Owned Business (VET), Disabled Veteran Owned Business (DVET), or Emerging Small Business (ESB) . This is needed in order to provide utilization statistics to the Legislative Council Bureau, and will be used only for such purpose.

Minority Owned Business Enterprise (MBE): An independent and continuing business for profit which performs a commercially useful function and is at least 51% owned and controlled by one or more minority persons of Block American, Hispanic American, Asian-Pacific American or Native American ethnicity. Women Owned Business Enterprise (WBC): An independent and continuing business for profit which performs a commercially useful function and is at least SI % owned and controlled by one or more women, Physleally-Cliallenged Business Enterprise (PBE): An independent and continuing business for profit which performs a commercially useful function and is at least 51% owned and controlled by one or rrorc disabled individuals pursuant to the federal Americans with Disabilities Act. Small Business Enterprise (SBE): An independent and continuing business for profit which performs a commercially useful function, is not owned and controlled by individuals designated as minority, women, or physically-challenged, and where gross annual sales does not exceed $2,000,000. Veteran Owned Business Enterprise (VET): An independent and continuing Nevada business for profit which perfonns a commercially useful function and is at least 51 percent owned and controlled by one or more U.S. Veterans. Disabled Veteran Owned Bysiness Enterprise (DVET): A Nevada business at least 51 percent owned/coiitzolled by a disabled veteran.

C. -Emerging Small Business (ESB): Certified by the Nevada Governors Office of Economic Development effective January, 2014. Approved into Nevada law during the 77th Legislative session as a result of .4.8294.

Business Name (include itha, If applicable) - Enter the legal name of the business entity and enter the 'Dning Business As" (d.b.a.) name, if applicable

CorpomtelBusiness Address, Business Telephone, Business Paz and Entail - Enter the street address, telephone and fax numbers, and email of the named business entity.

Nevada Local Business Addr, Local Business Telep/rone, Local Business Fax, and Email - If business entity is out-of-state, but operates the business from a location in Nevada. enter the Nevada street address, telephone and fax numbers, point of contact and email of the local office. Please note that the local address must be an address from which the business is operating from that location. Please do not include a P.O. Box number, uniess required by the U.S. Postal Service, or a business license hanging address.

Number of Clark County Nevada Rn/dents en,ployedb,yzhlsfsnn (be not teave blank. If aone or zero, put the number 0 in the space provIded.)

List of OwnenlOfficen— Include the full name, tide and percentage of ownership of eath person who has ownership or fmancial interest in the business entity. If the business is a publicly-traded corporation or non-profit organization, list all Corcotote Officers and Directors only

For All Contracts - (Not required for publiely-traded corporations) Indicate if any individual members, partners, owners or principals involved in the business entity are a Clark County MI-time ernaloveds), or wrrointedleteeted official(s). If yes, the following paragraph applies.

In accordance with NRS 28IA.430.I, a public officer or employee shalt not bid on or enter into a contract betwee, a government agency and any private business in which he has a significant financial interest, except as provided for in subsections 2,3, and 4.

2) indicate if any individual members, partners, owners or principals involved in the business entity have a second dearee of cornmimjir.itv or affinity relation to a Clark County full-time emoloveds). or aoaointed/elected official(s) (reference torn, on Page 2 for definition), If YES, complete the Disclosure of Relationship Form. Clark County is comprised of the following government entities: Clark County, Department of Aviation (MCar,'an Airport), and Clark County Water Reclamation District. Note: The Department of Aviation includes WI of the General Aviation Airports (Henderson, North Las Vegas. and Jean). This will also include Clark County Detention Center.

A professional service is defined as a business entity that offers business/financial consulting, legal, physician, architect, engineer or other professional sn-vices.

Signature and Pita! Name - Requires signature of an authorized representative and the date signed.

Disdosure of Relationship Fan,.— If any individual members, partners, owners or principals of the business entity is presendy a Clark County employee, public officer or official, or has a second degree of consanguinity or affinity relationship to a Clark County employee, public officer or official, this section must be contaleted in its entirely.

RatS 7129201 4

DISCLOSURE OF OWNERSHIP/PRINCIPALS

Business Entlt.ç Typo (Please select one)

J DPrtnership J LIability 0 CorporatIon 0 Trust Ization

0 Other

Business Designation Group (Please select all that apply)

OWBE OSBE OPBE flVET flDVET OESB ess - Women-Owned

Business Enterprise

Small Business Enterprise

Physicafly Challenged Business Enterprise

Veteran Owned Business

DIsabled Veteran Owned Business

Emerging SmagBusiness

f Clark County Nevada Residents Employed: E sinoss Entity Name:

.,_If applicable)

Street Address: Website:

City, State and Zip Cede: POC Name:

Email:

Telephone No: Fax No:

Nevada Local Street Address:

(II different from above)

Websita:

City, Stats and ZIp Code: Local Fax No:

Local telephone No: Local POC Name:

Email:

All entitles, with the exception of pubflcly-ti'aded and non-profit organizations, must tisl the names of lndMduats holding more than five percent (5%) ermership or finaridal Interest In the business entity appearing before the Board. • Publicly-traded entitles and nonpol9t organizations shall list all Cerporate Officers and Directors in 111, of disclosIng the names or Individuats with ownership or finandal interest The disclosure requiremenl, as apptied to land-use appltcatlons, extends to the applicant and the landowner(s),

EiftltIes include at business assoolatloas organIzed under or governed by nile 7 of the Nevada Revised Statutes, Induding but not limited to private corporations, dose corporations, foreign corporations, limited Ibbitity rampanies, paitiersHps, limited partnerships, and professional corporations.

Full Name flue % Owned (Not required for Pubtldy Traded

CorporationsiNon-pmfit organizations)

This sectien is not requ/red fwpubiieiynded eorperurlons. Are you a pubiiciy-Indad corporation? 0 Yes Cl No

a. Are any lndMdual members, partners, owners or prindpals, Involved In the business entity, a Clark County, Department of AvIation. Clark County Detention Center or Clark County Water Reclamation Dlstslu fui4lme employee(s), or appointed/elected Offidat(s)?

Yes 0 No (Ii yes, please note that County employee(s), or eppotntedieledad effidal(s) may not perform any work on professional service contracts, or other conhea Mitch are not subject to competiM bid.)

b. Do any indMdual naturibers. peters, owneie or prindpats have a spouse, registered domestic partner, chIld, parent In-law or brother/sister, half- bmvle,ThaIf-slster, grandchild, gmndparent related to a Clark County. Department of Aviation, Clark County Detention Center or Clark County Water Redarrelion Distid ñjil4rne employee(s), or appolntadietedsd oltidal(s)?

Yes 0 No (if yes, please ceniplete the Disclosure of Relationship form on Page 2. If no, please print N/A on Page 2.)

I certiFy under penalty of perjury, that all of the Information provided herein Is äjrrent, complete, and aoajrate. I also understand that the Board will not take aeon on land-use approvals, —I, or approvals, land sales, leases or exchanges without the completed disclosure form.

slgnaturu Prim Name

Tide Date

REVISED 71252014

S

DISCLOSURE OF RELATIONSHIP

List any disclosures below: (Mark Nit., If not applicablej

NAME OF COUNT

TO NAME OF BUSINESS EMPLOYEEIOFFICIAL

COUNTY' I EMPLOYEESIOFFICIAL's

County employee means Clark County, Department of Aviation, Clark County Detention Center or Clark County Water Reclamation District.

tonsanguinity is a relationship by blood. "Affinity"is a relationship by marriage.

To the second degree of consanguinity applies to the candidates first and second degree of blood relatives as follows:

Spouse - Registered Domestic Partners - Children - Parents - In-laws (first degree)

Brothers/Sisters - Half-Brothers/Half-Sisters - Grandchildren - Grandparents - In-laws (second degree)

For County Use Only:

If any Disclosure of Relationship is noted above, please complete the following:

Yes 0 No Is the County employee(s) noted above Involved In the ontraQingJseleJon pross for this partiwlar agenda item?

Yes 0 No Is the County employee(s) noted above Involved In any way with the business In Performance of the a,ntraW

NoteslCorrunents:

Signature

Pflnt Name Authorimd Departnenl Representative

2 REVISEO 705014

I S

S

ED

Department of Administrative Services Purchasing and Contracts

500SGrandCentraIPky4thFI • Box 551217• Las VegasNV 89155,1217 (702) 455-2897 • Fax (702) 3884914

Sabre Smith Newt,y, Chief Administrative Officer Adleen B. Sudhum, Purchasing AdmJntmtor

CLARK COUNTY, NEVADA BID NO. 603447-14

ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM

October 8, 2014

ADDENDUM No. i

INVITATION TO BID

The bid opening date of Monday, October 20, 2014 at 3:00:00 p.m. remains unchanged.

SERVICE SPECIFICATIONS

Service Specifications pagesIV-1 through IV.4 replace in their entirety with the attached pages Revised IV-1 through IV-4 attached to this Addendum No. 1.

BID FORM

Bid Form pages V-i through V-6 replace in their entirety withIhe attached pages Revised V-i through V-i attached to this Addendum No. 1.

A1TACHMENT4

Attachment 4 pages 4-1 through 4- replace in their entirety with the attached pages Revised 4-1 through 4-2 attached to this Addendum No. 1.

Should you have any questions, please email Adriane Garcia, Sr. Purchasing Analyst, Administrative Services, Purchasing and Contracts Division, at akparcia(ClarkCountyNVgoy,

'—"ADRIANE GARcIA, CPPB Sr. Purchasing Analyst

Attachment(s): Bid 603447-14 Service Specification pages Revised IV-1 through IV-4 Bid 603447-14 Bid Form page's Revised V-i through V-i Bid 603447-14 Attachment 4 pages Revised 4-1 through 4-2

Cc: Darien R. Daniels, RPM -, Operations Douglas Moore, Water Reclamation Man Garban, RPM - Operations Charles Ebarb, Water Reclamation Mark Larson, RPM - Operations Thomas Maino, Water Reclamation Wayne Wedlow, RPM - Operations Toby Kaikowski, Water Reclamation

BOARD OF COUNTY COMMESION ERS STEVE SISOLM, O.attian • LARRY BROWN, Vtw Qwbnian

SUSAN BRAGER - TOM COLLINS • Q4RJS ovusc8IGuANl - MARY BETH scow • LAWRENCE WEEKLY DONAW 0. BURNETTE. Co.mly Manager

IV - SERVICE SPECIFICATIONS BID NO. 60344744

ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENt PROGRAM REVISED PER ADDENDUM NO.1

Name of Firm

REQUIREMENTS

SUCCESSFUL BIDDER'S employees shall be f miliar with each component of the treatment chemicals to be applied.

The heating of listed properties is the responsibility of SUCCESSFUL BIDDER. COUNTY'S staff will monitor the Water Treatment Pro9ram periodically, but only for the purpose of duplicating the testing and monitoring what has already been done by SUCCESSFUL BIDDER. SUCCESSFUL BIDDER shall provide the Monthly Chemical Analysis Report.

Biological activity in these systems is the primary cause of system failures and shall be monitored careftilly and completely by SUCCESSFUL BIDDER. COUNTY will check open and closed wet hydronic systems for biological activity at least once per operating week. Within COUNTY'S or equipment manufacturer's water treatment specifications or procedures, SUCCESSFUL BIDDER shall take necessary action during the

'. service visit to correct any deficiencies in the chemical product or water treatment process. COUNTY will perftn'n, the water treatment.lnoculatlon process and SUCCESSFUL BIDDER shall offer reconimendations for Improving the-chemical water treatment produth or equipment operation.

Maximize operational efficiency of mechanical 'equipment. Induding but not limited to optimum heat transfer, optimum water flow, lowest water usage, reduced equipment maintenance (labor), longest equipment life, and lowest operating cost. This is accomplished by reducing system contamination; minimizing scale; corrosion; fouling; and microbiological growth, which create deposits on heat transfer surfaces;

Existing or new installed water treatment controllers shall be fully automated to continuously monitor and respond to chemical level changes, chemical inyentory, and biological upsets of the re-circulated cooling tower water with little to not operator interaction. The water treatment controller shall be capable of wirelessly providing alarms to cellular phones and e-mail as well as providing rerñote connectivity to water treatment professionals, allowing for Ørogram and relay changes as needed for each site. Conductivity Controllers shall have pre-blow down and lockout!capabllitles.

COUNTY must approve all SUCCESSFUL BIDDER product changes prior to implementation of change.,E mail or fax submission is acceptable.

2. MONTHLY UNIT PRICING

Monthly Unit Pricing for each facility listed in the Bid Form shall Indude:

All monthly chemicals and services, including delivery to thiappropriate delivery site for each Facility.

All Testing Re-agents and Supplies.

SUCCESSFUL BIDDER shall perform monthjy water sampling at all sites with the exception of Laughlin and the Spring Mountain Youth Camp (SMYC). These sites shall be on a per visit as needed bases, as these sites are small dosed loop systems. COUNTY S representative shall be present when SUCCESSFUL DICER performs water sampling(s). A definitive procedure shall be developed by COUNTY and SUCCESSFUL BIDDER cooperatively within thii'ty (30) days of award of Contract. See Exhibit A - Clajic County Field Analysis report for Water Treatment attached to this bId document for example of requirements.

inspection of each chemical feed station and adjusting feed rate to maintain chemicals at optimum levels per location for various applications. Verification and, calibration of automatic chemical controllers to standards for each site. Review and evaluate any weakness in the system which may affect keeping the loops or tower chemical levels at proper conntrations. Prior tolproposing and offering updated solutions to chemical feed, blow down, storage, and distribution system defidendes.

.Testing and delivery of chemicals shall be once lier month. Site visits and visual Inspections shall occur no less than once a week. However, based on these test, chemical feeder adjustments or additions shall occur when needed throughout the month to keep the iystems within acceptable levels. Should the levels remain low, SUCCESSFUL BIDDER shall propose solutions to COUNTY to resolve any issue(s). The visual inspection cost shall be included as part of the monthly cost.

COUNTY in-house staff or third party consultant may test the system to assure chemical levels are correct Based on any variances from normal pammeters aworic order will be issued to have SUCCESSFUL BIDDER respond and perform the corrective action required.

3.

A. CONDUCTIVITY CONTROLLER with BIOCIDE PROGRAMS

1. Manufacturers: Condudivity/Biodde Controllers

a) Submit manufacture's data to thnlirm compliance with Section 1. E.

PPULWOR*BIDi2D14WOW4471 47 øipa Revised lV-1

Semite Specifications Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program Revised per Addendum No. I

2. Packaged monitor controller with solid state circuiting, on-off switch andlor light control function lights, ouut to control circuIts, five minute timers for both Inhibitor feed and bleed off, with continuous biodde Injection capabflity. Those controllers shall be acoessible via internet connection and provide automatic data.ruports weeldy to COUNTY. These controllers shall also contain programmable dual blodde relays to automate the oxldWng and non-oxidizing blodde feeds. Each biocide relay shall contain a pro-blow down time and a blow down lockout time feature to ensure the correct holding time for the biocide.

B. MANUAL CHEMICAL INHIBITOR CONTROLLER

1. Manual controllers in place shall maintaih inhibitor feed and be able to automatically feed chemicals Into system as programed. Manual cdntroiiers shall be monitored as needed but no less than weekly. Manual controllers will be scheauled to be replaced when needed by automated chemical controllers,

4. PERFORMANCE

A. Acceptable performance for the following systems shall be defined as follows:

For Evaporative Cooling Towers, aepiable performance shall be corrosion rates of 1.0 MiIsA,r. or less for mild steel and 0.1 Mils4rr. or less for copper; and, tower counts of 10,000 of total aerobic bacterial colonies per ml or less, AND dean heat transfer surfaces with no pitting as recommended by COUNTY'S water consultant.

For Closed systems, aptable performance shall be corrosion rates of 0.5 Mils/yr. or less for mild steel and 0.1 MilsArr. or less for copper;!and, counts of 1,000 of total aerobic bacterial colonies per ml or less; and, clean heat transfer surfaces with no pitting as determined by COIJNTY'S water consultant.

Should the systems chemical levels be deficient for two consecutive months, payment may be withheld until brought up to the acceptable levels as specified.

B. Current equipment at each of COUNTY'S locations may not be what SUCCESSFUL BIDDER recommends for their products and meets the requirements ofSection I.E. SUCCESSFUL BIDDER may be responsible for the installation of new systems I equipment which meet COUN1"Y'S standards. Costs associated shall be billed using thalabor rates and parts pricIng stiucture included in this Bid.

C. In the event that hew chemical feed equipment i required, SUCCESSFUL BIDDER shaHprovide COUNTY with schematic and wiring diagram for the installation of this equipment and support of COUNTY'S intemet and wireless platform. When requested by COUNTY, SUCCESSFUL BIDDER shall provide training on the newly installed chemical feed equipment If requested training is in excess of the required thirty-two (32) hours annually, then training shall be billed on; the some invoice with the time and material costs for installation. TrainIng Is to be billed in terMs of adtual time using the "Training labor rate listed in Bid Form. COUNTY will only pay this Invoice line item upon 'verification that training was actually received.

D. SUCCESSFUL BIDDER shall be responsible for removing all non-permanent chemical containers and shall be responsible for removing their own unused chemicals (if so directed) at any time following the end of the contract period. SUCCESSFUL BIDDER shall contact COUNTY to make arTangement to remove SUCCESSFUL BIDDER'S equIpment. SUCCESSFUL BIDDER shall keep a complete Water Treatment Manual at each site, which indudes the following sections:

Program Overview and Description and SDS of each pmduct

System Control Charts and Daily Log sheets;

Monthly Chemical Analyals Reports;

Corrective Aôtion Flow Chad to assist operators in recognlng water-related problems and their associated corrective action; and

S. Phone numbers, beeper numbers, voIce mail numbers etc. of the Primary Treatment Rep.; Supervisor; and Emergency Hot Unes.

Water treatment method to use at COUN'lYs request for open cooling tower systems is detailed below. A performance guarantee shall be implemented that the SUCCESSFUL BIDDER shall be responsible for the labor, equiprñent and chemical to dean any equipment fouled due to poor water treatment The water treatment program shall prevent fouling of the treated water systems which Indude cooling towers, cell decks, fill, spray heads, sumps, pumps, piping, thille?s condenser tubes and end bells.

A inhIbitor

MOLYBDENUM I PHOSPHONATE (PBTC)I POLYMER I AZOLE Based with a minimum of 3-5 PPM as Phosphonate

WithIn thIrty (30) days of award of Contract, SUCCESSFUL BIDDER shall provide COUNTY with a list of equipment and techniques SUCCESSFUL BIDDER uses to:

Pwutw0RI0e109Qo14%a6w4dr.47 si,,sgma Revised IV-2

Service Specifications Bid No. 603447-14

Annual Reqtrirementa Contract for WEter Treatment Program Revised per Addendum No. 1

1. Provide Min/Max control levels in PPM, active ingredients as fed, container size, material & type.

B. Dispersant - Liquid:

SUCCESSFUL BIDDER shall use the one-drum water treatment approach.

SUCCESSFUL BIDDER shall complete,a Dispenant Form (provided by SUCCESSFUL BIDDER). WhIch details the dispersant componenth, if separate or if the Inhibitor method is use with the one drum treatment program.

C. Non-Oxidized Biocide Treatment Method

1. SUCCESSFUL BIDDER shall treat at 1/6 pound 93% hydantofn (or better) product per 1000 gaflons, fed twice per week. The treatMent shall be applied over a four (4) hour period providing between 0.9 and 1.0 ppm free halogen residual, as chlorine, during that period.

Provide MinfMax. levels in pacts per million (ppm), active ingredients as fed, container size, material & type, and recommended dosage schedule In days (i.e. Mon. & Thurs. adds).

Liquid biornine donor may be substituted at 80— 100 ppm of 11% broinlne chloride, and must achieve the identical residuals as cdmpared to the spedfied product technology.

D. Provide a certified independent lab Leglonella testing on each open water system on an annual basis. Provide a Microbiological Analysis on each opensystem on a semi-annual basis by a certified independent lab. Monitor Total Aerobic Bacteria levels and effectiveness of conosion inhibitor monthly.

E. SUCCESSFUL BIDDER shall inspect all contracted cooling towers visually to examine for biological growth, foam, sludge and report any cooling tower deteri&ation a minimum of once every thirty (30) days.

F. Documentation:

1. Any time SUCCESSFUL BIDDER is on site performing water treatment tests, SUCCESSFUL BIDDER shall provide chart listing cohtrol limits for all water treatment activities in the Field Analysis Report (Exhibit A), to Include but not limited to:

Measurable treatment levels;

Product component concentrations developed;

'City water make-up;'

p1-I; . .: Include a copy of gjj tests performed by SUCCESSFUL BIDDER;

Note any troubleshooting instructions for each test parameter that COUNTY or its agents are required to perform;

Note contingency plans for lay ups, water loss, and loss of automatiô feed control to ensure continued protedlDn of the system.

Water Treatment method to use at COUNTY'S request for all dosed hydronics systems. SUCCESSFUL BIDDER shall implement the following chemical water treatment procedures including die if needed:

A. Inhibitor. (MOLYBDENUMIPOLYMERJAZOLE Based)

Provide treatment level for all components, recommended feed points, container size, material and type. Product should be free of all glycols and nitrite. Molybdenum levels should be a minimum of 50- 100 PPM as Mo+6, as long as mechanical hilure or user enor is not determined.

Product must be compatible with Glycol in glycol treated systems.

Upon COUNTY'S request. SUCCESSFUL BIDDER shall provide container size, material and type.

B. Dispenanl - Liquid:

1. SUCCESSFUL BIDDER shall use the one-drum water treatment approach. Upon COUNTY'S request; SUCCESSFUL BIDDER shall plovlde details of type of inhibitor used.

C. Non-Oxidizing Biodde Treatment Method

I. Chedi semI-annually and treat as needed. Treat the system for 120 ppm or to the requIred treatment level as specied by COUNTY.

2. Upon COUNTY'S request, SUCCESSFUL BIDDER shall provide container size, material and type.

D. Doajmentatlon:

1. Any time SUCCESSFUL BIDDER is on site performing water treatment tests, SUCCESSFUL BIDDER shall provide chart listing control limits for all water treatment activities in the Field Analysis Report (Exhibit A), to Include but not lImited to:

a. Measurable treatment levels;

pwtn_wonx_o cnmr CBG447'WO47 ad1ot. Revised IV-3

Service Specifications Bid No. 603441-14

Annual Requirements Contract for Water Treatment Program Revised per Addendum No. 1

b. Product component concenhatfons developed;

a . C. °City water make-up;0

pH;

Indudo a copy of L@1 tests performed by SUCCESSFUL BIDDER;

V. Note any troubleshooting Instructions for each test parameter thèt COUNTY or its agents are required to perform;

g. Note contingency plans for lay ups, water loss, and loss of automatic feed control to ensure continued protection of the system.

C

PtPt&wOR&aiDr2o14w447ws47 Revised VA

CLARK COUNT\ NEVADA

BID FORM BID NO. 603447-14

ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM REVISEDPER ADDENDUM NO.1

Name Of Firm

This bid is submitted In response to COUNTY'S Invitation to Bid and Is in aixordance with all conditions and ipedflcations in this document.

LOT I - CLARK COUNTY MONTHLY SCHEDULED SERVICE AND ANNUAL TRAINING

Itern Desaiption Unit MOnthly Cost Quantity Extended Total 309 South Third Street (building)

1 Equipment: (2) 250 ton cooling towers w/1 chilled & 1 Month heating closed loop per tower, & 2 chemical controllers, Cambridge Community Center

2 3930 Cambridge St. Month $ X 12 Equipment: (1) 262.50 ton cooling tower w/1 chilled & I heating dosed loop. & I chemical controller Clark County Detention Center Central Plant

330$. Casino Center Blvd. Month $ X 12 $ Equipment: (4) 550 ton cooling towers w/1 chilled & 1 heating closed loop per tower, & 2 chemical controller

Clark County Government Center Central Plant 500 S. Grand Central Parkway Month $ X 12 $ Equipthent: (3) 350 ton cooling towers w/1 chifled & 1

heating dosed loop per tower, & 1 chemical controller

Clark Place (buildIng) 301 E. Clark Equipment: (1) 387.50 ton cooling tower w/I chilled & Month $ X 12 $

1 heating dosed loop, & I chemical controller Clark Place (parking garage) 300 E. Clark

Equipment: (1) 37.50 ton cooling tower w/1 chilled & Month $ X 12 $ 1 heating dosed _loop, _&_I_ chemical controller

Cora Coleman SenIor Center 2100 Bonnie Lane Equipment (1) 120 ton cooling tower w/1 chilled & 1 Month $ X 12 $

______ heating dosed loop, & I chemical controller Desert Breeze Community Center 8275 Spring Mountain Rd.;

Equipment (1) 225 ton cooling tower w/1 chilled & I Month $ X 12 $ heating cloed loop per tower, & 1 chemical controllers Desert Breeze Aquatic Center

8275 Spring Mountain Rd.: Month x Equipment (1) 100 ton cooling tower, 1 chemical controller Hollywood Recreation Aquatic Center 1580 S. Hollywood Blvd.

Equipment: (2) 131.50 ton cooling towers w/1 chilled Month $ X 12 $ & 1 heating dosed loop per tower, & 2 chemical controller

Hollywood Recreation Center . 1850S.HollywoodBlvd. Month $ X 12 $ Equipment (1)250 ton cooling tower w/1 chilled & 1

heating dosed loop, & I chemical controller IT Building 1620 Pinto Lane

12. Equipment (2) 292 ton cooling towers w/1 chilled & 1 Month $ X 12 $ heating dosed loop per tower, & 1 chemical controller Laughlin Regtonah Justice Center

13 101 E. Laughlin CivIc Dr. Per $ Equipment Air cooled dosed chilled and heating Visit

system (No tower) I

I_03 Revised V-i

Bid Form Bid No. 603447-14

Annual Requirements Contrard for Water treatment Program Revised per Addendum No. I

LOT 1—CLARK COUNTY MONTHLY SCHEDULED SERVICE AND ANNUAL TRAINING

No. Desaiptlon Unit Monthly Cost Quantity Extended Total

North Valley Complex Central Plant 4900 N. Sloan Lane

14. Equipment: (2) 531.25 ton cooling towers w/1 chilled Month $ X 12 $ & 1 heating dosed loop per tower. & 1 chemical controller Paradise Community Center 4775 S. McLeod

1. Equipment (1) 150 ton cooling towerw/1 chilled & i Month $ X 12 $ heating dosed loop, & I chemical controller Pearson Community Center 1625W. Carey Ave. Equipment (1) 312.50 ton cooling tower w/1 chilled &

Month $ 1 heating dosed loop per tower, & 1 ChemIcal X 12 $ Controfler Pecos - Bonanza Campus - Central Plant

17 651N.Pecos Equipment (2) 625 ton cooling towers w/1 chilled & 1 Month $ X 12 $ heating dosed loop per tower, & 1 chemical controller Pecos - Bonanza Campus - BuIlding C

lB.601 N.Pecos Equipment: (2)400 ton cooling towers w/1 chilled & 1 Month $ X 12 $ heating dosed loop per tower, & 1 chemical controller

19. Phoenix Bulldina 330 S. Third St. Equipment: (1) 4.,o.75 ton cooling tower with 1 closed Month $ X 12 $ loop Public Administrator Building 515 Shadow Lane

20 • Equipment: (1) 112.5 cooling towerw/1 chilled & I Month $ X 12 $ heating dosed loop, & 1 chemical controller RegIonal Justice Center (RJC) Central Plant 200 tewis St.;

21 Equipment; (3)1.625 ton cooling towers wI 1 Month $ X 12 $ chemical feed system, 1 chilled loop, 1 heating loop and I dosed dual loop Robert (Bob) Price Community Center

2050 Bonnie Lane; Equipment: Air cooled dosed chilled and heating Month $ X 12 $

- systems.(No tower) Russell - Cameron Campus 401 W1ussell Rd. Equipment (2)193.75 ton and (1) 187.5 ton cooling Month $ X 12 $ towers w/1 chilled & I heating dosed loop per tower, & 1 chemical controller Social ServIce 1600 Pinto Lane

Equipment (1) 121.5 ton cooling tower w/l chilled & 1 Month $ X 12 $ heating dosed loop, & 1 chemical controller Spring Mountain Youth Camp (SMYC) 2460 Angel Peak Placa Per

Equipment (3) Air cooled dosed heating system (No Visit $ X 4 $ towers) Walnut - Cecile Community Center

3075 North Walnut Rd.; EquIpment (1)262.5 ton cooling tower w/1 chilled & 1 Month $ X 12 $ heating dosed loop, & 1 chemical controller

Wetlands Nature Center 6800 E. Russell Rd. Month Equipment (2)96 ton cooling towers with 1 closed $ X 12 $ loop

Whitney Recreation Center 5112 E. Missouri Ave. Mth on Equipment Air cooled dosed chilled and heati ng $ X 12

a system (No tower) I

ZoneS? Complex 601 N. Pecos Per $ Equipment (6) dosed heating units (No towers) visit X 4 $

pw'wonni 4w4473ar odIS Revised V-2

Bid Penn Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program Revised per Addendum No. I

LOT I - CLARK COUNTY MONTHLY SCHEDULED SERVICE AND ANNUAL TRAINING

TRAINING Item Desaiptlon Unit Cost per Hour Quantity Extended Total

Annual Training—a total of 32 hours, extended thial H aura equals hourtycosttimes 32 hours $ X 32 $

LOT I TOTAL (TO INCLUDE THE EXTENDED TOTALS FOR LINE ITEMS 1 -30) $

LOT 2— BILLABLE HOURLY RATES FOR SERVICES AND ESTIMATED 'ANNUAL EXPENDITURES FOR PARTS, LABOR AND ADDrnONAL CHEMICALS

No.ern Skill Set Shift Hourly Rate Quantity Unit of

Measure - Extended Total

Straight Time -

Water Treatment defined as 6:00 AM to I X Hour =

Technician 6:00 PM PSI Monday through_Friday

Overtime - defined as Water Treatment 6:01 PM to 5:59 AM

X our -

Technician PST Monday through $ - $ Friday and Saturdays _________ _________

Water Treatment Sufldays & COUNTY $ 1 X Hour = $ Technician Holidays

COUNTY estimated annual expenditures for the purchase ofparts and'iabor for equipment repair

See Conditions, SectIon 13, Labor Material Une services. $pecial and Items and Une Items 31 33 of this Bid Form for pricing sbucture.

$95,500.00

35. COUNTY estimated annual expenditures for purchase of additional chemicals listed in s 00000 Attachments.

LOT 2 TOTAL (To INCLUDE THE EXTENDED TOTALS FOR LINE ITEMS 31 -35) $

LOT 3—CLARK COUNTY WATER RECLAMAI10N MONTHLY SCHEDULED SERVICE AND ANNUAL EXPENDITURES FOR PARTS, LABOR AND ADDmONAI.. CHEMICALS

Item Desaiption Unit Monthly Cost Quantity Extended Total New Admin Bldg. 5857 East Flamingo Road

36 Closed loop heating and chilled Month $ X 12 $ Open loop cooling towers (2) 500 ton

Old Admln Bldg. 5857 East Flamingo Road

37. Closed loop heating and chilled Month $ X 12 $ Open loop cooling tower (I) 75 ton

Support Bldg. 5857 East Flamingo Road

38 Closed loop heating and chilled Month $ X 12 $ Open loop cooling tower (1) 150 ton

Confral Plant Blower Bldg. 5857 East Flamingo Road Closed loop heating and chilled Month $ X 12 $

Open loop cooling tower (2)150 ton AWT Lab Bldg. 5857 East Flamingo Road

Closed loop heating and chilled Month $ X 12 $ Open loop cooling tower (3) 940 ton

Solids Dewateflng Bldg. 5857 East Flamingo Road AIr cooled dosed loop chilled (No tower) Month $ X 12 $

PPtAWDR&8W,1aa3U7\6W347 S1..fla Revised V-3

Bid Form Bid No. 603447-14

Mnual Requirements Contrati for Water Treatment Program Revised per Addendum No. I

LOT 3—CLARK COUNTY WATER RECLAMATION MONTHLY SCHEDULED SERVICE AND ANNUAL EXPENDITURES FOR PARTS, LABOR AND ADDITIONAL CHEMICALS

-'' .cuncy vvawr nauamauan esumawa annual expanwwres tor the putthase of path and labor for 42. I equipment repair servis. See Special Condltiona, Soctlon.13, Labor and Matertal Line Items and $18,000 00

II Uneltema3l -3301 this Bid Fonn for pytcingotucturo.

ii43. I

Clark County Water Redamalion estimated annual expenditures for pUrchase of additional diemicals lIStS in Attachment 5.

LOT 3 TOTAL (TO INCLUDE THE EXTENDED tOTALS FOR LiNE ITEMS 36- 43)

BID GRAND TOTAL (TO INCLUDE THE LOT TOTALS OF LOTS I ThROUGH 3) $

lp(nW0Rxt8Ie1 4i44n41 sIm.ea Revised V-4

Bid Eomi Bid No. 603447.14

Annual Requirements Contma for Water Treãbient Program Revised per Addendum No, I

DISCOUNT TERMS OF PAYMENT:

lendar days.

BIDDER'S LOCAL FACILITY (If Bidder has multiple local fadlities, please attach to bid submittal a list of this informatjDn (CT each facility)

CONTACT MANAGER OR ACCOUNT REPRESENTATIVE NAME

ADDRESS

CITY STATE, ZIP

PHONE NUMBER

FAX NUMBER

EMAIL AODRESS

PiPULwvR&6IDs%m14Sa44716347 edlftgdn Revised V-S

Bid Form Bid No. 603447-14

Annual Reqthrements Contract for Water Treatment Program Revised per Addendum No. I

ATTACHMENTS TO BID FORM URE TO SUBMIT REQUIRED ATTACHMENTS AS LISTED BELOW MAY RESULT IN REJECTION OF BID.

Attachment 1, Subcontractor informatIon, is attathed.

2. AttachmentS, Unit Pricing for additional Chemicals, Is attadrnd.

Bidder Is responsible to ascertain the number of Addenda issued and hereby acknowledges receipt of the following Addendum: FAILURE TO ACKNOWlEDGE ALL ADDENDA ISSUED AND USE THE CORRECT BID FORM AS REQUIRED, MAY RESULT IN REJECTION OF BID.

Addendum No. Addendum No. Addendum No.

Addendum No. Addendum No. Addendum No.

Addendum No. Addendum No. Addendum No.

Bidder hereby offers and agrees to furnish the material(s) and servlca(s) in compliance with all terms, conditions, specifications, and amendments in the Invitation to Bid and any written exceptions in the offe. We understand that the items in this Invitation to Bid, including, but not limited to, all required certificates are fully Incorporated herein as a material and necessary part of the contract.

The undersigned hereby states, under penalty of perjury, that all infoñation provided true, ajrate, and complete, and states that he/she has the authority to submit this bid, which will result in a binding contract if accepted by Clark County, Nevada.

I certify, under penalty of perjury, that I have the legal authorization to bind the firm hereunder.

STURE OF AUTHORIZED REPRESENTATIVE LEGAL NAME OF FIRM

NAME AND TITLE OF AUTHORIZED REPRESENTATIVE (PRINT OR TYPE)

PHONE NUMBER OF AUTHORIZED REPRESENTATIVE

FAX NUMBER OF AUTHORIZED REPRESENTATIVE

EMAIL ADDRESS

BUSINESS LICENSE INFORMATION:

CURRENT STAW UCENSE NO.

CURRENT COUWTY: UCOISE NO.

CURRENT CITY: UcENSE NO.

NEVADA CONTRACTOR'S LICENSE NUMBER:

LSR LIMfl:

ADDRESS OF FIRM

CITY, STATE ZIP

DATE

ISSUE DATE-' EXPIRAflONDATE:

ISSUE DATE: flPIRATION DATE:

ISSUE DATE: EXPIRA11ON DAft

Od1jtd Revised V-8

Bid Form Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program Revised per Addendum No. 1

FOR INFORMATIONAL PURPOSES ONLY: The above referenced finn Isa 0 MBE 0 WBE 0 PBE 0 SeE 0 VET 0 OVET 0 ESB as defined below.

STATE OF NEVADA BUSINESSES

MINORITY OWNED BUSINESS ENTERPRISE (MBE): An Independent and continuing Nevada business for profit which performs a commercially useful function and Is at least 51% owned and controlled by one or more minority persons of Black American, Hispanic American, Asiañ-Pacic American or Native American ethnicity.

WOMEN OWNED BUSINESS ENTERPRISE (WOE): An independent and continuing Nevada business for profit which performs a commercially useful function and Is at least 51% owned and controlled by one or more women.

PHYSICALLY-CHALLENGED BUSINESS ENTERPRISE (POE); An independent and continuing Nevada business for profit which performs a commercially useful function and is at least 51% owned and controlled by one or more disabled individuals pursuant'to the federal Americans with Disabilities Act.

SMALL BUSINESS ENTERPRISE (SBE): An independent and continuing Nevada business for profit which performs a commercially useful function, is not owned and controlled by individuals designated as minority, women, or physically-challenged, and where gross annual sales does not exceed $2,000,000. that are not designated as socially or economically disadvantaged.

VETERAN OWNED BUSINESS ENTERPRISE (VET): An independent and continuing Nevada business for profit which performs a commercially useful function and is at least 51 percent owned and controlled by one or more U.S. Veterans. .

DISABLED VETERAN OWNED BUSINESS ENTERPRISE (DVET): A Nevada business at least 51 percent owned/controlled by a disabled veteran.

EMERGING SMALL BUSINESS (ESB): Certified by the Nevada Governors Office of Economic Development effective January, 2014. Approved into Nevada law during the 77th LegIslative session as a result of A8294.

fl

P%Pl&W0RXtfi02O14BW344pEm347 S1,4a Revised V-i

ATTACHMENT 4 BID NO. 603447-14

ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM

DISTRIBUTION OF LINE ITEM PRICE REVISED PER ADDENDUM NO.1

it No. Descflption Labor - Product - Trerisportaton - other - Total

1. 309Southmlrdstreet(bullding) % + % + % = 100%

2, CambrIdge Community Center % + % I = 100%

Plant % Clark County Detention Center Central

+ % + % I = 100%

Plant Clark County Government Center Central

% %=l00%

Clark Place (building) % + % + % 4 100%

Clark Place (parking garage) % + % + % 4 = 100%

Corn Coleman Senior Center % + % + % = 100%

Desert Breeze Community Center % + % + % 4 = 100%

DesertBreezeAquaticCenter + % + % I %. c 100%

Hollywood Recreation Aquatic Center % + % + % 4 = 100%

it. Hollywood RecreatlonCenter % + % + % = 100%

ITBuIldIng % + % + % 4 % = 100%

LaughlIn Regional Justice Center % + % + % = 100%

North Valley Complex Central Plant % + % i % 100%

ParadIse Community Center % + % + I % = 100%

Pearson Community Center % + % I. % s % = 100%

Pecs - BonarCampus — CentnIpiant % + % + % 4 = 100%

Pocos-8onanzaCampus—Bulldlngc % + + " 100%

'nLwoRJQ60r.r4mwn4471Sm347 iflta Revised 4-1

Attachment 4 Bid No. 603447-14

Annual Requirements Contrads for Water Treatment Program Revised per Addendum No. 1

Item No. ascr'ption

rpth400nix

Labor %

Produ Transportation Other .otBl

Building % + % f % 4 % = 100%

PublicAdmlnlafratorBulidlng % + % + % i % = 100%

Regional Justice Center(RJC) Cenfral + "°

I 10O%

Robert (Bob) Price Community Center % + % + % i % = 100%

Russell — CameronCampus % + % + % • % = 100%

Social Service 1600 PInto % + % + % = 100%

Spring Mountain Youth Camp (SMYC) %. + % + V. i = 1009/0

Wainut—CeclIe Community Center % + % + % i % = 100%

Wetlands Nature Center % + % i % 9 % = 100%

28, Whitney Recreation Center % + % +. 9t 4 % = 100%

29. ZenoffCamplex % + % + % % = 1000/0

35. NewAdmlnBldg. . % + % + % i = 100%

38. OidAdminBldg. % + % + % + % = 100%

Support Bldg. % + % + % • = 100%

Cenb'aiPlantBiowerBldg. % + . % + % 4 % = 100%

AWTLabBIdg. % + 56 + % I % = 100%

SoildsDawateringBldg. % + I. % i % 100%

S

PPtSLv.tRXLBOt2OI41s6W44747 cdl s.t Revised 4-2

S

0

Department Of Administrative Services Purchasing and Contracts

500SGrandCentraIPky4thFI ' 8ox551217 • Las VegasNV 89155-1217 (702) 455-2897 • Fax (702)386-4914

Sabm SmTh Nowby, Chief Admlnlstmtive Officer Mleen B. Sudhum, Purchasing Administrator

CLARK COUNTY, NEVADA BID NO. 603447-14

ANNUAL REQUIREMENTS CONTRACT EOR WATER TREATMENT PROGRAM

October 14, 2014

ADDENDUM NO.2

INVITATION TO BID

The bid opening date of Monday, October20, 2014 at 3:00:00 p.m. ronialnU uAchangOd.

SERVICE SPECIFICATIONS

Service Specifications page Revised IV-1, Section 1 - Requirements, Paragraph E. removein its entirely.

Should you have any questions, please.email Adriane Garcia, Sr. Purchasing Analyst, Administrative Services, Purchasing and Contr?cts D4vislon, at akparcia(Clar1cCountyNV.gov.

ADRIANE GARCIA, CPPB Sr. Purchasing Analyst

Attachment(s): None

Cc: Darren R. Daniels, RPM - Operations Douglas Moore, Water Reclamation Matt Garban, RPM - Operations Charles Ebarb, Water Reclamation Mark Larson, RPM - Operations Thomas Maino, Water Reclamation Wa)'ne Wedlow, RPM - Operations Toby Kalkowski, Water Reclamation

[]

BOARD OF COUNTY c0MMLSSI0NERS STEVE 5I$OLM. cho2n,on . LMRY BROWN. Vice Ow!m,an.

SUSM4 BRACER • TOM COLLINS • CHRIS GIuucnlcunn • MARY BETh SCOW • LAWRENCE WEEKLY DONAI.D 0. BURNErTE, County Manogor

4

r

. 41 Siive.rSfcife AnoIyIIcoI LobololOrios

December 3,2014

Clark County - Real Property Management

Specification and Vendor Submittal Review

IV - Service Specifications

Bid NO. 603447-14

Introduction: A review was performed that compared the specification requirements with a list of

possible or proposed chemical additives from Nalco.

Nalco products will meet or exceed the outcome requirements, control of biological growth and

inhibit metal corrosion, with the appropriate blend of additives. Below are comparisons of actual

chemical additive specifications compared to Nalco additives. Nalco has given options that may be

more environmentally friendly which will accomplish the requlredoutcome.

The below tables list the spec requirements and Nalco products which generally meet these

requirements. Exceptions to the specification are listed and should be discussed with the vendor.

Sections. TOWER WATER TREATMENT OPEN SYSTEM (open cooling tower)

Requirements Nalco Equivalent

inhibitor: Molybdenum- Mild steel corrosion inhibitor TRASAR TRAC10I (ii4uid)

Phosphonate - inhibits threshold scale build up 30 TRASAR 301265 (liquid)

Polymer- dispersant 3D TRASAR 3DT265 or

TRASAR TRAC101

Azole -Copper corrosion inhibitor 3D TRASAR 3DT265 or

TRASAR TRAC 101

Comments: in general, the Nalco products listed above can be used to meet the

requirements in the specification. To meet the requirements as written, the two liquids

would have to be blended. if you want to eliminate Molybdenum in an open system

because of environmental concerns, the 3D TRASAR 3DT 265 by itself would probably be

sufficient since there is a blend of different phosphonate Inhibitors for both threshold

level scale and ferrous corrosion inhibition.

C-4710 is a powder that inhibits carbon steel corrosion using a nitrite, copper alloy using

a mercaptobenzothiazoie and a scale/deposit control using anionic polymer, it is not

recommended for open systems such as this one.

0

Dispersant: The dispersant, which is the polymer, Is Incorporated Into the liquIds. It would not

be added separately.

Non-Oxidized (-ing?) Biocide Treatment Method:

Non-Oxidizing NAICO 7330 biocide (liquid)

Liquid bromine donor (oxidizing). STABREX 5170 (stabilized liquid)

Combination Bromine/chlorine (oxidizing) NAICO 7346 TAB (solid tabs)

Comments: When the specifications Indicated non-oxidizing Eherniôals, they are also

required that there be a free chlorine residual between 0.9 and 1.0 ppm. Non-oxidizing

chemicals do not release free chlorine; only oxidizing chemicals will release free -

halogens (chlorine/bromine). The vendor representative will be able to tell if the

combination of non-oxidizing and oxidizing chemicals are compatible.

The non-oxidizing (NALCO 7330) and the oxidizing stabilized liquid bromine (STABREX

5170) reacts less with organic contaminants than traditional bromine/chlorine oxidizers

to help meet Absorbable Organohalogens (AOX) and Trihalornethanes (THM) discharge

restrictions.

Section 6. CHILIED/CONDENSOR/BOILER/HEAT EXCHANGE COLESED WATER SYSTEM

TREATMENT

ReQuirements . Nalco Eguivaleht

Inhibitor: Molybdenum- Mild steel corrosion inhibitor TRASAR TRACIOI (liquid)

Phosphonate - inhibits threshold scale build up 3D TRASAR 3DT265 (liquid)

Polymer - dispersant 3D TRASAR 3DT265

TRASAR TRAC 101

Azole - Copper corrosion inhibitor 3D TRASAR 3DT265

TRASAR TRAC10I

Comments: In SECTION 6.A.1 of the specification, it clearly states that "Product should

be free of all glycols and nitrites." This statement excludes TRASA TRAC101 liquid and C-

4710 powder since both these products contain nitrites. If molybdenum is absolutely

required, 3D TRASAR 30T265 does not contain molybdenum and could not be used by

Itself. The vendor representatIve could help determine If exciusion of nitrites Is

necessary and if molybdenum Is required or a sUbstitution would be advantageous.

Dispersant: The dispersant which is the polymer is incorporated into the liquids. it would not

be added separately.

Non-Oxidizing Biocide Treatment Method:

Non-Oxidizing

NAICO 7330 biocide (liquid)

Comments: If glycol Is in the system, an oxidking chemical should not be used. The

chlorine/bromine will react with the glycol and produce undesirable organohalogen compounds.

Conclusion:

30 TRASAR 301701 isa product to passivate metals (provide a thin oxide layer on metal surfaced to

inhibit (lash corrosion). Passivatibn is usually done on new equipment before Installation, during turn-

around when equipment Is cleaned and inspected, and when excursions of low pH have been observed.

This product was given for consideration to help improve the corrosion resistance in equipment,

especially in pH excursions.

Any of the products that are listed above will inhibit corrosion and/or biological growth. As stated

above, C-4710 Is not for open system. The vendor representative will be able to advise you on which is

best for your system and any equipment changes that may be required to the delivery system for their

products. -

There is a possible concern about nitrites in the TRASAR TRAC101 and PJAICO C-4710 products. We do

not know what the concentration in the products or the final concentration in the systems are. The

concentration of nitrites may be a discharge issue and should be considered.

El

I.

5

r- hL2=MHe nit . rr nn INTERNATIONAL CHEMTEX

December 10, 2014

Adriane Garcia Sr. Purchasing Analyst Department of Administrative Services Clark County 500 South Grand Central Parkway Las Vegas, NV 89155-1217

RE: Bid No. 603447-14 Annual Requirements Contract for Water Treatment Program Protest

Dear Adriane,

we are protesting the Intent to Award to Nalco Company for water treatment products and services. Our specific protest is related to section N-Service SpecIfications Revised Per Addendum No. 1. Nalco is not meeting the specifications with regards to the following items:

I. Two chemicals are needed to be mixed to meet specifications (31) Trasar 3DT 265 and 3D Trasar 3DT 701). Section5. Tower Treatment Open System Section A & B state that the inhibitor from the successful bidder shall use the one-drum water treatment approach. In addition, the independent analysis performed by Silver State also reaffirms this concern.

Nalco Trasar Trac 101 and Nalco C-4710 are both nitrite based product for the use in closed loop applications and the specification in section 6.A.1 calls for molybdenum and clearly states the "Product should be free of all glycols and nitrites."

The report done by Silver State Analytical Laboratories that was performed for the County to ensure the Nalco products meet your specifications was not acknowledged by anyone from Silver State. Both comments from Section 5 and 6 confirm our findings with theirs that the Nalco products are not meeting your specifications.

Past history of the previous RFP showed that the Nalco bid was rejected for the same reasons we are now protesting.

The reason these types of products have been specified by Clark County is to insure that they maintain the highest standard in the industry and are crucial to properly protecting your expensive infrastructure.

tonk you for your consideration.

Serp/,,• Ua,a rirutine,,, ?:ces1s hi !udustr' 8287 - 214" Street West • Lakeville, Minnesota 55044 • (952) 469-4965 • FAX (952) 469-1252

www.chemtexcorp.com

cHll)( "All ISO Certified Cowpani:"

Enclosed is the required cashiers check for $ 74,880.00 as it Is equal to the 25% of Our total bid submitted by us (International Chemtex Corporation).

Thank you for your consideration.

Respectively submitted by,

Jan Aspelund Territory Manager Las Vegas International CHEMTEX Corporation 702-232-6460

. "Sen'h:g 14'qfer Treannent Needs in /'idiistrj

8287 - 214Lh Street West • Lakeville, Minnesota 55044 • (952) 69-4965 • FAX (952) 469-1252

www.chemtexcorp.com

Ser.vlce 8pecificatJo3 Bid No. 603447-14

Annual Requirements Conned for Water Treatment Progrn_rn Revised per Addendum No. 1

1. Provide MirilMax control levels In PPM active Ingredients as fed, container size. material & type. B. Olsperaanl- Liquid:

I. SUCCESSFUL BIDDER shall use the one-d,jm water treatment approath.

2. SUCCESSFUL BIDDER shall compIetea Dispersent Form (provided by SUCCESSFUL BIDDER) which details the dispersant componenth, If separate or lithe Inhibitor method Is use with the one drum treatment program.

C. Non-Oxidized Blocida Treatment Method

I. SUCCESSFUL BIDDER shall treat 81:1/6 pound 93% hydantoin (or. better) Product per 1000 gdticns, fed twice per week. The Ireatthsnt shall be applied over a four (4) hour period providing between 0.9 and 1.0 ppm free halogen rbsldual, as chlorine, during that period.

Provide Mm/Max. levels In parts per million (ppm), active ln?redlents as fed, container size. materiel & type, and recommended dosage schedule In days (i.e. Mon. & Thurs. adds).

Liquid biomine donor may be Substituted at 80— 100 ppm of 11% brotnlne Chloride, and must achieve the IdentIcal residuals as compared to the specified product (ethnology.

D. Provide a certified independent lab Legionelia testing on each open water system on an annual basis. Provide a Microbiological Analysis on each opeñjsflteth on a semi-annual basis by a certified independent lab. Monitor Total Aerobic Bacteria levels and effectiveness of con'oslon inhibitor monthly.

E. SUCCESSFUL BIDDER shall inspect all contrac4d cooling towersvlsuafly to examine for biological growth, foam, sludge and report any cooling lower detaridration a minimum of once every thirty (30) days.

F. Documentation:

1. Any time SUCCESSFUL BIDDER is on site performing water treatment tests. SUCCESSFUL BIDDER shall provide chart listing control limits for all water treatment activities in the Field Analysis Report (Exhibit A). to include btl not limiled to:

Measurable treatment levels;

Product component concantrótions developed;

C. "City water make-up;

:• pt-I;

e. Include a copy of pjj tests performed by SUCCESSFUL BIDDER:

I. Note any troubleshooting Instructions for each test parameter that COuNTY or its agents are required to perform;

g. Note contingency plans for lay ups, water loss, and loss of automatic feed control to ensure continued protection of the system.

Water Treatment method to use at COUNTY'S request for all closed hydronics systems. SUCCESSFUL BIDDER shall Implement the following chemIcal water treatment protedures including die If needed:

A. Inhibitor. (MOLYBDENUMIPOLYMER/AZOLE Based)

I. Provide treatment level for all components, recommended feed points, container sire, material and type. Product should be free of all glycols and nitrite. Molybdenurh levels should be a minimum of 50 100 PPM as Mo+6, as long as mechanical failure or user error Is not determIned.

2. Product musi be compatible with Glycol in glycol treated systems.

3. Upon COUNTYS request, SUCCESSFUL BIDDER shall provide container size, material and type. B. Dlspereant- Liquid:

1. SUCCESSFUL BIDDER shall use the one-drum water treatment approach. Upon COumys request; SUCCESSFUL BIDDER shall Øovide details of type of inhibitor used.

C. Non-Oxidizing Biodde Treatment Meihod

Check semi-annually and treat as needed. Treat the system for 120 ppm or to the required treatment level as specified by COUNTY.

Upon COUNTY'S request, SUCCESSFUL BIDDER shallprovide container size, material and type. D. DocumentatIon;

I. Any time SUCCESSFUL BIDDER Is on site performing water treatment tests, SUCCESSFUL BIDDER shall provide chart listing control limits for all water treatment activities in the Fled Analysis Report (Exhibit A). to include bUl not limited to:

a. Measurable treatment levels;

Pt °ULWVR)Q8flflI4W3441$0334? IOiO 4oa Revised IV-3

JEtS CHECK 9. REtólIflERt

IrffERrqrIoNAL CHEMTEX CORPORATION u oe'j'.io r

PAY TO THE CLARK COUNTY Th&ASURER 'ORDE............ .. .........................

1.

"sévent>..Pour Thousand Eight Hundred EIht.y and 00/100.........

UeinBenI( 5Q Audubon Road EO_8ox487 C*taska MN 55318 v

I

'I.883L3" 1:0qL915g4 20S250qqr 200

0

S

L'J

0

fl.SverState :': Analytical Laboratories ry

Decemberl5.2014

Adriane Garcia ci

Sr. Purchasing Analyst Department of Administrative Service Clark County 500 South Grand Central Pathway Box 551217 Las Vegas, NV 89155-12 17

Subject: -Bid No. 603447-34 Annual Requirements Contract for Water Treatment Program Protest

Dear Ms Garcia:

Following are our comments concerning the Protest by Chemtex that was forwarded to Silver Slate Ana)yticaJ Laboratories.

I. Two chemicals are needed to be mixed to meet specifications (3D IRASAR 3DT265 and 3D Trasar 3DT 701). Section 5 Tower Treatment Open System Section A & B state that the inhibitor from the successful bidder--shall use the one-drum water treatment approach. in addition, the independent analysis performed by Silver State also reaffirmed this concei-h. -

Comments: We did not continn that the delivery system would use more than one-drum. it was not in our scope of work. We confirmed if you absolutely had to have Molybdenum in the system, then more than one product would need to be used. For all we know they would blend for a one-drum delivery or add it by two-drum or maybe a more sophisticated method. There are equivalent options for delivery. Also, we concluded that the 3D TRASAR 3D1265 could handle the mild steel dorrosion issue which molybdenum does without the use of molybdenum and inhibit threshold scale build up and copper corrosion as well.

2. Nalco Trasar Trac 101 and Nalco C4710 are both nitrite based product for the use in closed loop applications and the specification in section 6.A.1 calls for molybdenum and clearly states the "product should be free of all glycols and nitrites."

Comments: This comment is correct for nitrite based products. if the emphasis is on inhibiting mild steel con-osion and not so much on what chemical is employed to do so, Nalco does have aJternatives that are not nitrite based.

[IJ 3636 East Sunset Road, Suite 100 -Las Vegas, NV 89120 'Tel: 702-873-4478 Fax: 702-873-7967

4587 Longley Lane, No. 2 Reno, NV 89502 - Tel: 775-825-1127 Fax: 775-825-1167 www.ssalabs.com ' www.envirotechonline.com

. ti• Silverstate 2: Analytical Laboratories

3. The report done by Silver State Analytical laboratories that was performed for the

County to enswt the Nalco products meet your specifications was not acknowledged by

anyone from Silver State. Both comments from Section Sand 6 confirm our findings with theirs that the Nalco products are not meeting your speciiications.

Comments: The report was acknowledged in the covet letter sent with the report. We acknowledged that the "Nalco products will meet or exceed the outcome requiremeng.c, control of biological growth and inhibit metal corrosion, with the appropriate blend of additives.' That is to say, the. specification that corosion and scale be inhibited and

biological growth be controlled, is met by Nalco products. The exact formulation and blenqs will vary from company to company. Each company has their own proprietary

blends to be "better and/or improved" then the next. That is normal competition and progress.

The bid did state in Section I C. "SUCCESSFUL BIDDER shall offer recommendations for inzpros'ing the chemical %l'ater h'eatrnent prothici or equipment operation," We interpreted that phase to mean that the inhibitor chemicals specified were a baseline for

functionality, i.e. Molybdenum for mild steel corrosion, phosphonate to inhibit threshold

scale build up, etc. There are many ehemicais that will do the same thing and the number of options will probably increase as research in corrosion inhibition continues.

I hope this answers any question you may have. Please do not hesitate to contaci me with any questions or comments either by e-mail or phone, (702-873-4478).

Sincerely,

Charlene R. Salinas

Principal Chemist

Silver State Analytical Laboratories, Inc.

3638 Easi Sunset Road, Suite 100 'Las Vegas, NV 89120 'Tel: 702-873.4475 Fax: 702-873-7967 4587 Lonqley Lane, No. 2 - Reno, NV 89502 'Tel: 775-825-1127 Fax: 775-825-1167 vw.ssajabs corn - www.envirotachonline.com

7

S

C

C

A LC 0 Blake ti Siorins GO3OWNbyAve Suite 107

An Ecolab Company Las Vegas. w Sgi is

December 19, 2014

Adriane Garcia

Sr. Purthasing Analyst

Department of Administrative Service

Clark County

500 S Grand Central Parkway

Las Vegas. NV 89155

Subject: Bid 603447-14 Annual lequirements Contract for Water Treatment, Protest Response

Dear Ms. Garcia,

Please see the comments below concerning the protest that was issued by Chemtex upon the notification

that Nalco was given the notice of intent to award the water treatment contact.

I.) Two chemicals are needed to be mixed to meet specifications (31) Trasar 3D1265 and 3Dlrasar

3DT 701), Section 5. l'ower Treatment Open System Section A & B state that the inhibitor from

the successful bidder shall use the one-drum water treatment approach. In addition, the

independent analysis performed by Silver State also reaffirms this conceni.

Response:

There is no mention in the RFP 10 a one-drum inhibitor under Section S.A. Only under Section

5.13 "Dispersant - Liquid:" does the REP call for a "one drum water treatment approach" and this

would only apply to a "Dispersant" and not to the entire water treatment program. Multiple

drums are needed to complete the rcquirements of section 5 with the combination of several

chemistries that combine in the tower water (Open System) to meet the goals of the water

treatment program (Scale inhibitors, corrosion inhibitors, biocides, etc.)

The Silver State Laboratory initial review stated "3D1 26$ would be sufficient" with the blends

of different phosphonate inhibitors for both threshold level scale and ferrous corrosion inhibition.

Also1 to comply with the one drum requirement for dispersants. Nalco inhibitors have dispersant

as part of the chemkal makeup and contain the constituents to provide the necessary

0

NALCO An Ecolab Company

Blake P Storms 0830 W Aity Ave Suite 107

Las Vegal. NV 59118

functionalities that are set forth by the RIP to protect the county assets and maintain system efficiencies. As Silver State confirms, Molybdenum is not necessary in open system water

treatment to perform the functionalitics set forth and is considered to be against best practice in

open system water treatment due to environmental concerns. Using Nalco 3DT 265 would

provide all performance lunctionalities set forth and eliminate environmental concerns that discharging a heavy metal like Molybdenum could potentially cause. This highlights Nalco's compliance with Section l.0 and improves the chemical water treatment program from the

current program that the incumbent is currently using.

Nalco Trac 101 and Nalco C-47 10 are both nitrite base products for the use in closed loop applications and the specification in 6.A. I calls for molybdenum and clearly stales the "product

should be free of all glycols and nitrites".

Response: - Operating under the requirements of Section I.C, Nalco has offered recommendations for improving the closed loop chemical water treatment program with the emphasis on mild steel

corrosion inhibition while focusing on a more environmentali friendly approach. Nitrite will

only improve the corrosion inhibition performance expectations ofo.5 mils/year or less

corrosion on iron and 0.1 mils/year or less corrosion on copper in closed loops functionality if

nitrite is fed with molybdenum, azole and polymer.

In section 6.A.2 the county specifies that closed loop product should also be compatible with glycols; despite saying it should be free of them in 6.A.I. As Silver State noted, if it is

required to duplicate the incumbents program with .a less environmentally friendly

recommendation, Nalco has alternatives that can be provided at the same cost to the county. For alIclosed loop systems, the Nalco Trac 101 product will meet and exceed performance

specifications set forth by the county as it contains the constituents requested by the county with industry wide tvcognition for corrosion inhibition performance.

The report completed by Silver State Laboratories that was performed for the County to ensure the Nalco products fleet your specifications was not acknowledged by anyone from Silver Stale. Both comments from Section 5 and 6 confirm our findings with theirs that the Nalco products are not meeting your specifications.

I3Iake R Slorilis

6630W Asby Ave Suite 107 Las Vegas. MV 69118 An Ecotab Company

Response:

As Silver State noted in their 3d party review, every company has their own proprietary blend

of chemicals designed to obtain the desired performance restults, and although not identical to

the incumbents, the products that Nalco has proposed will meet or exceed the outcome

requirements. In our submittal, we have provided treatment programs that will meet and

exceed the guidelines set forth by the REP at a more competitive price than the incumbent.

Overall our programs help improve operations, reduce environmental impact and provide the

highest level of system protection available on the market today. This highlights Nalco's

ongoing effort to meet and exceed requested performance standards set forth, exemplifying

compliance with Section I .0 while maintaining the 'highest standard in the industry" during

the bid process and for the next 5 years.

'l'hank you for your time and consideration; we look forward to a successful partnership with

Citk County for years to come. Please do not hcsitate to reach out with any questions or

corcems you may have.

Regards,

Blake R Stoniis

Nalco: Account Manager

(702) 373$232 BRS'I'[email protected]

. . . . . . :'. .

[1

C

C

NALCO An Ecolab Company

Blake RSIoi'ms 8630 WArtyAve SulIe 107 Las Vegas, NV 80118

January 26, 20)5

Adriane Garcia

Sr. Purchasing Analyst

Clark County Department of Administrative Service

500 S Grand Central Parkway

Las Vegas, NV 89155

Subjeel: Bid 603447-14 Annual Requirements'Contract for Water Treatment - Additional Natco

Product Information

Dear Ms. Garcia,

In addition to the Protest Response submitted 12-18-14, below is a brieldescriprion of the requested

MSDS sheets as they apply to the RIP with exact chemical specilication outside olthe operating

requirements otSection IC, whereas Nalco has offered recoinniendations for improving the water

treatment program while focusing on a more environmentally friendly approach.

Closed Water System 'I'rcatnicnt:

Pertinent Bid Speciflcatiott Vembage:

Inhibilor: (MOI.Y131)ENUM/POLYMERJAZOLE based)

Provide treatment level for all components, recommended feed points, container size,

material and type. Product should be free of all glycols and nitrite. Molybdenum levels

should be a minimtmmn olSO- 100 ppm as Mo+6, as long as mechanical failure and user

error is not determined.

2. Product must be compatible with Glycol in glycol treated systems.

Dispersant - Liquid

SUCCESSFUl. BIDDER shall use the one-drum water treatment approach. Upon

COUNTY'S request, SUCCESSFUL BIDDER shall provide details of type of inhibitor

used.

a

- w- -.. ---

N 44 LC 0 Blake R Slorrns 6630W Nby Ave Suite 107 An Ecotab Company 1-85 Vegaa.NV$911$

Non Oxidizing L3iocide Treatment Method

I. Check semi-annually and treat as needed. Treat the system for 120 ppm or to the required

treatment level as specified by COUNTY.

Nalco Product Information for attached MSDS:

Inhibitor: Multiguard 3760

Multiguard 3160 is comprised of) c6nstituents; molybdenum polymer and azole that perform

the function of mild steel and copper corrosion inhibition in a closed loop system.

Non Oxidizing.biocide: Nalco 7330

Nalco 7330 is an isothiazolin based product that will be treated for bacteria protection in the closed loop systems.

Note: Operating tinder the requirements of Section IC, Nalcohas offered recommendations

for improving the closed loop chemical water treatment program with the emphasis on mild

steel corrosion inhibition while focusing on a more environmentally friendly approach. As

Silver Slate noted il it is required to duplicate the incumbents program with a less

environmentally friendly recommendation, Nalco has alternatives that can be provided at the same cost to the cotinty and are listed above.

Tower Watcr Treatment Open System

Pertinent Bid Specification Verbage:

Inhibitor: MOLYBDENUM / PHOSPHONATE (PBTC)I POLYMER I AZOLE based with a mini nurn of) -Sppm as Phosphonute.

Dispersant - Liquid:

I. SUCCESSFUL BIDDER shall use the one drum water treatment approach.

2. SUCCESSFUL BIDDER shall complete a Dispersant Form (provided by SUCCESSFUL

BIDDER), which details the dispersant components, if separate or if the inhibitor method is used with the one drum water treatment program.

NALCO An Ecolab Company

Blake R Stornis 6630 WAsbyAve Stifle 107 Las Vegas, NV 89118

C. Non-Oxidized 'l'reattnent Method

SUCCESSFUL DIODER shall treat at 1/6 pound 93% hydatoin (or better) product per 1000 gallons, red twice per week. The treatment shall be applied over a four (4) hour period providing between 0.9 and 1.0 free halogen residual, as chlorine1 during that period.

Nalco Products:

Inhibitor + Dispersant: Nalco 7357 + Nalco 301 265

Nalco 7357 isa pure molybdenum product that will be red with Nalco 30T 265 to meet the

exact chemical specifications of inhibitor and dispersani set forth under part 2 of section B.

Nalco 3D1 265 contains PBTC phospilonate, BZT azole, a patented polymer blend and a

dispersant with detailed information provided to comply with the as staled "if separate" requirements in Section 5. B. 2.

Biocide: Nalco 7346 'lAB (solid) or Nalco $170 (liquid)

Nalco 7346 TAB isa solid, hydantoin based product that provides a free halogen residual to

an open water system. Nalco ST70 is a comparable liquid based bromine product.

Non Oxidizing biocide: Nalco 7330

Nalco 7330 is an isothiazolin based product that can be treated for bacteria protection.

As slated in the Nalco response, there is no mention in the RFP to a onedrun, inhibitor under Section 5.A. Only under Section 5.8 "Dispersant - Liquid:" does the RFP call for a "one drum

water treatment approach" and this wotild only apply to a "Dispersant" and not to the entire water

treatment program. Multiple drums are needed to cOmplete the requirements of sectionS with the

combination of several clieniislries that combine in the tower water (Open System) to meet the

goals of the water treatment program (Scale inhibitors, corrosion inhibitors, biocides, etc.)

The Silver State Laboratory stated "3DT 265 would be sufficient" with the blends of different

phosphonate inhibitors for both threshold level scale and ferrous corrosion inhibition. As Silver

Stale confirms, Molybdentiin is not necessary in open system water treatment to perform the

Itinetionalities set forth and is considered to be against best practice in open system water

NALCO An Ecotab Company

6630W Aby Ave Suite 107 La8 Vegas. NV 89118

treatment due to environmental concerns. Using Nalco 301 265 would provide all performance

functionalities set forh and eliminate environmental concerns that discharging a heavy metal like

Molybdenum could potentially cause. This highlights Nalco's compliance with Section 1.0 and

improves the chemical water treatment program from the current program that the incumbent is currently using.

As Silver State noted in their 3 party review, every company has their own proprietaty blend of

chemicals designed to obtain the desired performance results, and although not identical to the

incumbents, the products that Nalco has proposed will meet or exceed the outcome requirements. In our submittal, we have provided treatment programs that will meet and exceed the guidelines set forh by the REP at a more competitive price than the incumbent. Overall our programs help

improve operations, reduce environmental impact and provide the highest level of system

protection available on the market today. This highlights Nalco's ongoing effort'to meet and

exceed requested performance standards set forth, exemplifying compliance with Section I while maintaining (lie 'highest standard in the industry" cturing the bid processand for the next S years.

Thank you for your time and consideration; I hope this helps to demonstrates Nalco's willingness to cater to any and all of Clark County's requests going forward. We are looking forward to a

successful partnership with Clark Cotinty for years to come. Please do not hesitate to reach out with any questions or concerns you may have.

Regards,

Blake R Storms

Nalco: Area Manager

(702) 373-8232

[email protected]

[ci

U

A% SIiverSf ate v Analytical laboratories

February 11,2015

Achiane Garcia Sr. Purchasing Analyst Clark County Department of Administrative Service 500 South Grand Central Parkway Box 551217 Las Vegas, NV 89155-1217

Subject; Review of Nalco submittal of January 26, 2015 (Bid 603447-14)

Dear Ms Garcia:

After reviewing the submittal of January 26, 2015 from Nalco and the associated MSDS, I understand that Nalco was asked to duplicate the incumbent's chemistry.

The MSDS provide safety guidelines for chemicals that are considered hazardous. in Section 2: Composition/information on Ingredients, it will not usually list the complete formulation; only the ingredients considered hazardous. The FVISDS provides information on hazard identification, storagc and handling, first aid, exposure control and proper personal protection equipment (PPE) etc. It also provides information on spill control and clean-up.

The closed water system treatment, as outlined by Nalco in this submittal, would duplicate the incumbent's chemistry. The inhibitor containing molybdenum, polymer and azole is duplicated in Nalco's Multiguard3760 product. The polymer in the product is the dispersant and would not need to be added separately. The non-oxidizing biocide, Nalco 7330, will inhibit biological growth.

The tower water treatment open system, as outlined, will meet the incumbent's chemistry by adding Nalco 7357 product to the Nalco 3DT 265 product. Nalco 7357 contains only a solution olmolybdenum. The biocides, both oxidizing and non-oxidizing, will inhibit biological growth.

I Z6üld like to address the specificaiion of no nitrite. I want to clarify. the difference between nitrite and nitrate. Section 6.A.1 specifies "Product should be free of all glycols and nitrite" (NO2-) which is a different compound then nitrate (NO3-). Nalco 7330 has a Magnesium Nitrate (NO3-) and therefore meets the spec of nitrite (NO2-) free.

3638 East Sunset Road. Suite 100 • Las Vegas, NV 89120 'Tel: 7021873-4475 Fax: 702-873-7967 4587 Longley Lane, No.2 'Reno, NV 89502 'Tel: 775-825-1127 Fax: 775-825-1167

www.ssalabs.com . www.envirclechonflne.com

In generai, the subject Natco submittal appears equivalent to the existing chemical treatment and the baseline specifications requirements.

I hOpe this answers any question you may have. Please do not hesitate to contact me with any questions or comments either by e-mail or phone, (702-873-4478).

Sincejely

Charlene R. Salinas Principal Chemist Silver State Analytica! Laboratories, Inc.

0

10

0

Department of Administrative Services Purchasing and Contracts

500 S Grand Central PIty 4th Fl • Box 551217 Las Vegas NV 89155-1217 (702) 455-2897 • Fax (702) 3884914

Sabre Smfth Newby, Chief Administrative Oflir Adleen B. SUdhum Purchasing Manager

'JIJlJs'ajfr.TiII-

Jan Aspelund INTERNATIONAL CHEMTEX CORPORATION 8287— 2140 Street West Lakeviile, Minnesota 55044

Sent via emafl: jaspelund(cherntexcom.com Registered mail: 91 7199 9991 7031 1128 6799

RE: BID NO. 503447-14; ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM — PROTEST RESPONSE

Mr. Aspelund,

Clark County Department of Administrative Services. Purchasing and Contracts Division (Clark County) has reviewed the protest submitted by your finn on December 10, 2014 and provided your concerns to Nalco Company (Nalco) and Silver State Analytical Laboratories (Silver State) for their review and response. The following responses are offered:

S Protest Point No. 1 - 'Two chemicals are needed to be mixed to meet specifications (31) Trasar 30T 265 and 3D Trasar 30T 701). Section 5. Tower Treatment Open System Section A & B state that the inhibitor from the successful bidder shall use the one-drum water treatment approach. In addition, the Independent analysis performed by Silver State also reaffirms this concern.'

Response No. 1 - International CHEMTEX Corporation's (CHEMTEX) protest letter was forwarded to both Nalco and Silver State Analytical Laboratories for their review. See the response provided by Nalco dated December 19, 2015 and the response provided by Silver State dated December IS, 2014. Clark County determined that the products and processes provided by Nalco as part of their supplemental documents were meant to be advancements in the industry that they believed exceeded the specifications listed in the bid. Clark County requested that Nalco provIde the required MSDS sheets to support the chemical compositions and processes listed in the specificatIon. See response and MSDS sheets provided by Nalco dated January 26, 2015 and Silver State's review and response of that submittal dated February 11, 2015.

Protest Point No. 2 - Nalco Trasar Ti-ac 101 and Nalco C-4710 are both nitrite based product for the use in closed loop applications and the specification in section 6.A.1 calls for molybdenum and clearly states the 'Product should be free of all glycols and nitrites'.

Response No. 2 - CHEMTEXs protest letter was forwarded to both Nalco and Silver State Analytical Laboratories for their review. See the response provided by Nalco dated December 19, 2015 and the response provided by Silver State dated December 15, 2014. Clark County determined that the products and processes provided by Nalco as part of their supplemental documents were meant to be advancements in the industry that they believed exceeded the specifications listed in the bid. Clark County requested that Nalco provide the required MSDS sheets to support the chemical compositions and processes listed in the specification. See response and MSDS sheets provided by Nalco dated January 28, 2015 and Silver State's review and response

5 of that submittal dated February 11,2015.

BOARD OF count COMMI55lONS STEvE SISOLAK. Chonwn • LARRY BROWN. V= Ct.Srmn

5t15A14 BGER • TOM COLLINS . cwis GIUNCHIGUMI • MARY em scow LAWRENCE WEEKLY OOMLO G. BURNETTE. Cmry Mwgw

Protest Point No. 3 - 'The report done by Silver State Analytical Laboratories that was performed for the County to ensure Nalco products meet your spedhicatlons was not acknowledged by anyone from Silver State. Both comments from Section 5 and 6 confirm our findings with theirs that the Nalco products are not meeting your specifications.

Response No. 3-The report referenced above and dated December 3, 2014, was provided to Clark County by - a Silver State representative on Silver State letterhead, therefore Clark County believes it to be valid and with merit. In addition, all follow-up reports refer back to this lniUal report as a point of reference. -

After a thorough review of the documents referenced above and attached hereto, Clark County has confirmed its' recommendation of Naloo as the low responsive and responsible bidder for this effort and will proceed with our recommendation for award before the Board of County Commissioners on March 3, 2015.

If this determination is agreeable, please submit a written withdrawal of the protest dated December 10, 2014 so Clark County may proceed with the process of returning the protest bond. If the determination is not agreeable, in accordance with the protest language in the bid document, CHEMTEX must, "Within three (3) business days of receipt of the decision, a protestor MUST submit to the Purchasing Manager Its written notice of intent to appeal the decision to the 6CC. The Purchasing Manager or their designee will notify the protestor of the date they may appear to present their appeal to the 6CC. Protestor MUST submit to the Purchasing Manager fifteen (15) copies of any documents protestor intends to present to the 8CC and all docurneSs MUST be submitted ten (10) calendar days prior to the BCC meeting. The decision of the 8CC will be final. The BCe is not required to consider protests unless this procedure is followed.'

Should you have any questions, please feel free to contact me at akgarclacClaCpunr'Jv,goy

Adrlane Garcia, CPPB Sr. Purchasing Analyst

All: Letter of protest received from International CHEMTEX Corporation dated December 10, 2014 Review of and response to protest from Silver State Analytical Laboratories dated December 15, 2014 Review of and response to protest from Nalco dated December 19, 2014 Submittal of additional MSDS sheets and clarifications from Nalco dated January 26, 2015 Review and approval of Nalco submittal from Silver State Analytical Laboratories dated February 11, 2015

Cc: , Elizabeth Vibert, District Attorney's Office Adleen B. Stidhum, Purchasing and Contracts Jerry Stueve, Real Property Management Lisa Ktemer, Real Property Management Darren Daniels, Real Property Management - Operations Mark Larson, Real Property Management - Operations Man Gartan, Real Property Management - Operations Wayne Wedlow, Real Property Management - Operations Douglas Moore, Water Reclamation Toby Kalkowskl, Water Reclamation Charles Ebarb, Water Reclamation Thomas Maino, Water Reclamation

Ll

S

11

0

01HEMITEX

"An ISO Certjfied C(flnpanji!'

INTERNATIONAL CHEMTEX CORPORATION

February 19, 2015

Adriane Garcia Senior Purchasing Agent Clark County Government Center 500 South Grand Central Parkway Purchasing and Contracts Division Las Vegas, NV 89106

Re: Bid No. 603447-14 Annual Requirements Contract for Water Treatment Program-Protest Response-Appeal

Ms. Garcia,

It is our intention to appeal the decision of the rejection letter we received from you dated February 18, 2015, and are requesting to submit our documentation to the (BBC) Board of Commissioner's.

P se notify me when we are to appear to the BCC so we can supply you with the fifteen (15) copies we t to present to them.

Respectfully,

Jan )lspe(unaf

Mr. Jan Aspelund Territory Manager Las Vegas International CHEMTD( Corporation 702-232-6460

S

SWCQJfld 0 97296 ci .ST'dO

'Serving Water Treatment Needs in Ina'usty" 8287 - 2141h Street West • Lakeville, Minnesota 55044 • (952) 469-4965 • FAX (952) 469-1252

www.chemtexcorp.com

S 12

p

9

Department of Administrative Services Purchasing and Contracts

500 S Grand Central Pky 4th Fl • Box 551217 Las Vegas NV 89155-1217 (702) 455-2897 • Fax (702) 388-4914

Sabra Smith Newby, Phief Adminisfrative 0ffir Adleen B. Stidhum, Purchasing Manager

February 19,2015

Jan Aspelund INTERNATIONAL QHEMTEX CORPORATION 8287— 2140 Street West Lakeville, Minnesota55044

Sent via email: iaspeundcthcherntexcorp:com

RE: BID NO. 60344114; ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM— APPEAL RESPONSE

Mr. Aspelund,

Clark County Purchasing and Contracts Division is in receipt of CHEMJEX's apØeai (etter dated February 19, 2015. As stated In Clark County's Protest Response letter dated February 16, 2015, the recommendation for award of the above refeienced contract will be presented to the Board of County Commissioners on March 3,. 2015. In accordance with the protest process listed in the bid document and restated in the protest response letter, Trotestor MUST submit to the Purchasing Manager fifteen (15) copies of any documents prótestor intends to present to the 6CC and all documents MUST be submitted ten (10) calendar days prior to the BCC meeting.'

Since the 'ten (10) calendar days prior to the 0CC meeting' requirement is Saturday Febjuary 21, 2015, Clark County Purchasing and Contracts Division will extend the acceptance date to no later than close of business on Monday February 23, 2015. Pieae submit all documents into the Purchasing and Contracts front desk by this date and time. I;

'tfu"y,

DRIANE GAR6i Sr. Purchasing An

Cc: Eliabth Vibert, District Attorney's Office Adleen B. Stidhum, Purchasing and Contracts Jerry Stueve, Real Property Management Lisa Kremer, Real Property Management Darien Daniels, Real Property Manaflment - Operations Mark LarsorE Real Property Management— Operations Maft Garban, Real Property ManéemSnt - Operatiohs Wayne Wediow, Real Property. Management - Operations Douglas Moore, Water Reclamation Toby Kaikowski, Water Reclamation Charles Ebart; Water Reclamation Thomas Maino, Water Reclamation

BOARD OF COUNTY COMMISSiONERS STEVE SI5OtAX. Chakmon • LRY BROWN. vico Oabnaj,

SUSAN aaGER ' TOM COLLINS • CHRIS OIUNCHIGUMII ' WRY BEN SCOW • LAWRENCE WEEKLY OONALD 0. BuRNETTE. CaJfly Mona5ur-

[1

fl 13

rj

Bid 603447-14; Annual Requirements Contract for Water Treatment Program

ServiceSpecifications pages Revised IV-1 and lV-2

2. MONTHLY UNIT PRICING:

Monthly Unit Pricing for each facility listed in the Bid Form shall include:

Paragraph C requires, "SUCCESS BIDOER shall perform monthly water samplings at all sites, with

the exception of Laughlin and Spring Mountain Youth Camp. These sites shall be per visit as

needed bases, as these sites are small closed loop systems" - Chemtex's water treatment

program dated 10/17/14 and submitted with their bid makes no mention of monthly water

sampling.

Paragraph D requires, "Inspection of each chemical feed station and adjusting feed rate to

maintain chemicals at optimum levels per location for various applications." - Chemtex's water

treatment program dated 10/17/14 and submitted with their bid, states only 'visually inspect

system and note any abnormal conditions", due to the vagueness of this description, Clark

County cannot assume vendor intends to meet the required specifications.

Paragraph E requires, "Testing and Delivery of chemicals shall be once per month." Chemtex's

water treatment program dated 10/17/14 and submitted with their bid; states only "Re-supply

chemical treatment products as needed." County cannot determine delivery frequency from this

siatement.

3. PROGRAM CONTROL SYSTEM

Paragraph B requires, "Manual controllers shall be monitored as needed but no less than

weekly." Chemtex' s water treatment program dated 10/17/14 and submitted with their bid

states, Weekly scheduled on-site preventative service calls", due to the vagueness of this

description, Clark County cannot assume vendor intends to meet the required specifications.

These are the portions of the specifications that Operations was able to identify in house as to being

different from the bid specifications. Further analysis of the chemicals offered will require evaluation by

the third party chemist. However, Operations believes the items listed above are enough of a deviation

to the specifications to warrant rejection.

Lai

IV - SERVICE SPECIFICATIONS BID NO. 603447-14

ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM REVISED PER ADDENDUM NO.1

Name of Firm

SUCCESSFUL BIDDER'S employees shall be familiar with each component of the treatment chemicals to be applied.

The treating of listed properties is the responsibility of SUCCESSFUL BIDDER. COUNTY'S staff will monitor the Water Treatment Program peziodica!ly, but only for the purpose of duplicating the testing and monitoring what has already been done by SUCCESSFUL BIDDER. SUCCESSFUL BIDDER shall provide the Monthly Chemical Analysis Report.

Biological activity in these systems is the primary cause of system failures and shall be monitored carefully and completely by SUCCESSFUL BIDDER. COUNTY will check open and closed wet hydronic systems for biological activity at least once per operating webk. Within COUNTY'S or equipment manufacturer's water treatment specifications or procedures, SUCCESSFUL BIDDER shall take necessary action during the service visit to correct any deficiencies in the chemical product or water treatment process. COUNTY will perform the water treatment inoculation process and SUCCESSFUL BIDDER shall offer recommendations for improving the chemical water treatment produàt or equipment operalion.

Maximize operational efficiency of mechanical equipment, including but not limited to optimum heat transfer, optimum water flow, lowest water usaga, reduced equipment maintenance (labor). loigest equipment life. and lowest operating cost. This is accomplished by reducing system contamination; minimizing scate; corrosion: fouling: and microbiological growth, which create deposits on heat transfer surfaces;

Existing or new installed water treatment controllers shall be fully automated to continuously monitor and respond to chemical level changes, chemical iniientory, and biological upsets of the re-drculatad cooling

- tower water with little to not operator interaction. The water treatment controller shall be capable of wirelessly providing alarms to cellular phones and e-mail as well as providing remote connectivity to water treatment professionals, allowing for program and relay changes as needed for each site. Conductivity Controflers shall have pre-blow down and lockouticapabilities.

COUNTY must approve all SUCCESSFUL BIDDER product changes prior to implementation of change. E-mail or fax submission is acceptable.

MONTHLY UNIT PRICING

Monthly Unit Pricing for each facility listed in the Bid FoniisaJJjnd

All monthly chemicals and services, including delivery to the appropriate delivery site for each Facility.

All Testing Re-agents and Supplies.

SUCC5SEIJI 9QQff ghpll prfnrjn mojitvatecaagllgaLalLsites witjt1teK J.atLQb!iUaNt the $pri qJ n!?inintQa'nnJhflYC} kaeaJhe jOrn .mnll Hpr1 Irwin cys1e,. COUNTY'S representative shall be present when SUCCESSFUL

BItER performs water sampling(s). A definitive procedure shall be developed by COUNTY and SUCCESSFUL BIDDER cooperatively within thirty (30) days of award of Contract. See Exhibit A - Clark County Field Analysis report for Water Treatment attached to this bid document for example of requirements.

Jni

p

emical feed stationantadluS ah

erc ltn

lmo

ejiei,sper mijoa0

00

0dapaVerification and

nibrat

tagauoma

at

hcl

acoatpm

sltands

for each site. Review and evaluate any weakness, In the system which may affect keeping the loops or tower chemical levels at proper concentrations. Prior totproposing and offering updated solutions to chemical feed. blow down, storage, and distribution system deficiencies.

Testin and delive a Site visits and visual inspections shall occur no ess an once a wee . owever, base on esé estchemical feeder adlustments or additions shall our when needed throughout the month to keep the systems within acceptable levels. Should the levels remain low, SUCCESSFUL BIDDER shall propose solutions to COUNTY to resolve any issue(s). The visual Inspection cost shall be included as part of the monthly cost.

COUNTY in-house staff or third party consultant may test the system to assure chemical levels ar,e correct. Based on any variances from normal parameters; a'work order will be issued to have SUCCESSFUL BIDDER respond and perform the corrective action required.

PROGRAM CONTROL SYSTEM

A. CONDUCTIVITY CONTROLLER with BIOCIDE PROGRAMS

1. Manufacturers: Conductivity/Blocide Controllers

a) Submit manufacture's data to cbnfirm compliance with Section 1. E.

PvLwoRxi_eto3sao14w44rm34; QdI,fl4d Revised lV-1

Service Specifications Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program Revised per Addendum No. I

2. Packaged monitor controller with solid state cirtuiting, on-off switch and/or light, control function lights, output to control circuIts, five minute timers for both inhibitor feed and bleed off, with continuous biodde Injection capablllt. These controllers shall be accessible via internet connection and provide automatic data.reports weakly to COUNTY. These controllers shall also contain programmable dual biodde relays to automate the oxidizing and non-oxidizing blôdde feeds. Each biocide relay shall contain ö pre-blow down time and a blow down lockout time feature to ensure the correct holding time for the biocide.

MANUAL CHEMICAL INHIBITOR CONTROLLER

t. Manual controllers in place shall maintain Inhibitor feed and be able to automatically feed chemicals into system as programed. Manual cdntrellers shall be monitored as needed kut no less than

Manual controllers will be stheduled to be replaced when needed by automated chemical controllers.

4. PERFORMANCE

A. Acceptable performance for the following systems shall be defined as follows

For Evaporative Cooling Towers, acceptable performance shall be corrosion rates of 1.0 Mils/yr. or less for mild steel and 0.1 MiIs'r. or less for copper, and, tower counts of 10,000 of total aerobic bacterial colonies per ml or less, AND cl'ean heat transfer surfaces with no pitting as recommended by COUNTY'S water consultant.

For Closed systems, acceptable performance shall be corrosion rates of 0.5 Milsa'yr. or less for mild steel and 0.1 Mits/yr. or less for copper;!and, counts of 1,000 of total aerobic bacterial colonies per ml or less; and, clean heat transfer sutfaces with no pitting as determined by COUNTYS water consultant,

Should the systems chemical levels be deficient for two consecutive months, payment may be withheld until brought up to the acceptable levels as specified.

B. Current equipment at each of COUNTY'S locations may not be what SUCCESSFUL BIDDER recommends for their products and meets the requirements of, Section I.E. SUCCESSFUL BIDDER may be responsible for the installation of new systems / equipment which meet COUNTY'S standards. Costs associated shall be billed using the labor rates and parts pricing sttucture included in this Bid.

C.- In the event that new chemical feed equipment is required, SUCCESSFUL BIDDER shall provide COUNTY with schematic and wiring diagram for the installation of this equipment and support of COUNTY'S Internet and wireless platform. When requested by COUNTY, SUCCESSFUL BIDDER shall provide training on the newly installed chemical feed equipment. If reqUested training is in excess of the required thIrty-two (32) hours annually, then training shall be billed on the same invoice with the time and material costs for installation. Training is to be billed In terms of adtual time using the Traiñing labor rate listed in Bid Form. COUNTY will only pay this invoice line item uponierificaOon that training was actually received.

0. SUCCESSFUL BIDDER shall be responsible for removing all non-permanent chemical containers and shall be responsible for removing their own unused chmicals (if so directed) at any time following the end of the contract period. SUCCESSFUL BIDDER shall contact COUNTY to make arrangement to remove SUCCESSFUL BIDDER'S equipment. SUCCESSFUL BIDDER shall keep a complete Water Treatment Manual at each site, which includes the following sections:

Program Overview and Desaiptlon and SOS of each product;

System Control Charts and Daily Log sheets:

Monthly Chemical AnalysIs Reports;

Corrective Action Flow Chart to assist operators in recognizing water-related problems and their associated corrective action; and

S. Phone numbers, beeper numbers, voice mail numbers etc. of the Primary Treatment Rep.; Supervisoc and Emergency Hot Lines.

TOWER WATER TREATMENT OPEN SYSTEM

Water treatment method to use at COUNTY's request for open cooling tower systems is detailed below. A performance guarantee shall be implemented that the SUCCESSFUL BIDDER shall be responsible for the labor, equipment and chemical to clean any equipment fouled due to poor water treatment. The water treatment program shall prevent fouling of the treated water systems which include cooling towers, cell dedcs, fill, spray heads, stamps, pumps, piping, chiller's condenser tubes and end bells.

A. Inhibitor.

MOLYBDENUM / PHOSPHONATE (PBTC) F POLYMER / AZOLE Based with a minimum of 3-5 PPM as Phosphonate

Within thirty (30) days of award of Contract, SUCCESSFUL BIDDER shall provide COUNTY with a list of equipment and techniques SUCCESSFUL BIDDER uses to:

PwU_wOR&81[13 14\66o3M7\8W347 ofl Revised IV-2

Service Specifications Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program Revised per Addendum No. I

• 1. Provide Mm/Max control levels in PPM, active Ingredients as fed, container size, material & type.

B. Dispersani - Liquid:

SUCCESSFUL BIDDER shall use the one-drum water treatment approath.

SUCCESSFUL BIDDER shall conpIetea Dispersant Form (provided by SUCCESSFUL BIDDER), which details the dispemant component, if separate or if the inhibitor method is use with the one drum treatment program.

C. Non-Oxidized BiocJde Treatment Method

1. SUCCESSFUL BIDDER shall treat at :1/6 pound 93% hydantoin (or better) product per 1000 gallons, fed twice per week. The treatment shall be applied over a four (4) hour period providing between 0.9 and 1.0 ppm free halogen residual, as chlorine, during that period.

a. Provide Mm/Max. levels In parts per million (ppm), active ingredients as fed, container size, material & type, and recommended dosage schedule In days (i.e. Mon. & Thurs. adds).

It. Liquid bromine donor may be substituted at 80— 100 ppm of 11% bromine chloride, and must achieve the identical residuals as cdrnpared to the specified product technology.

D. -Provide a certified independent lab Legionella testing on each open water system on an annual basis. Provide a Microbiological Analysis on each opensystem on a semi-annual basis by a certified independent lab. Monitor Total Aerobic Bacteria levels and effecliveness of corrosion inhibitor monthly.

E. SUCCESSFUL BIDDER shall Inspect all contract?d cooling towers visually to examine for biological growth, foam, sludge and report any cooling tower deteridration a minimum of once every thIrty (30) days.

F. Documentation:

I. Any time SUCCESSFUL BIDDER is on site performing water treatment tests, SUCCESSFUL BIDDER shall provide chart listing cohtroi limits for all water treatment activities in the Field Analysis Report (Exhibit A), to include but not lirnitedto:

- a. Measurable treatment levels;

b. - Product component concentrations developed;

- c. tity water make-up;'

- d. PH;

Include a copy of all tests performed by SUCCESSFUL BIDDER;

Note any troubleshooting instructions for each test parameter that COUNTY or its agents are required to perform;

Note contingency plans for lay ups, water loss, and loss of automatic feed control to ensure continued protection of the system.

6. CHILLED/CONOENSOR F BOILER/HEAT EXCHANGER CLdSED WATER SYSTEM TREATMENT

Water Treatment method to use at COUNTY'S request for all closed hydronics systems. SUCCESSFUL BIDDER shall implement the following chemical water treatment prctedures including die if needed:

A. Inhibitor. (MOLYBOENUMIPOLYMER/AZOLE Based)

1. Provide treatment level for all components, recommended Feed poInts, container size, material and type. Product should be free of all glycols and nitrite. Molybdenum levels should be a minimum of 50 - 100 PPM as Mo+6, as long as mechanIcal failure or user error is not determined.

- - 2. Product must be compatible with Glycol In glycol treated systems.

3. Upon COUNTY'S request, SUCCESSFUL BIDDER shall provide container size, material and type.

B. Dispersant - Liquid:

1. SUCCESSFUL BIDDER shall use the one-drum water treatment approach. Upon COUNTY'S request, SUCCESSFUL BIDDER shall piovide details of type of inhibitor used.

C. Non-Oxidizing Biocide Treatment Method

Check semI-annually and treat as needed. Treat the system for 120 ppm or to the required treatment level as specified by COUNTY.

Upon COUNTY'S request, SUCCESSFUL BIDDER shall provide container size, material and type.

D. Documentation: -

I. Any time SUCCESSFUL BIDDER is on site performing water treatment tests, SUCCESSFUL BIDDER shall provide chart listing control limits for all water treatment activities in the Field Analysis Report (Exhibit A), to include byt not limited to:

a. Measurable treatment levels;

S1_a0.doa Revised 1V4

Service Specifications Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program Revised per Addendum No. 1

. b. Product component concentrations devetopad;

City water make-up;

PH;.

a. include a copy ofjj tests performed by SUCCESSFUL BIDDER;

Note any troubleshooting instiuctions for each test parameter that COUNTY or its agents are required to perform;

Note contingency plans for lay ups, water loss, and loss of automatic feed csntcol to ensure continued protection of the system.

W%AWORJ$.BIDS%flII44D341 ng. Revised IV-4

IHIE U%#i1 -irE >X< Mn ISO Certified Company"

INTERNATIONAC CHEMTEX cc RPO RATIO N

Bid No. 603447-14

Annual Requirements Contract For Water Treatment Program

To:

Clark County Government Center

Purchasing & Contracts Division

500 South Grand Central Parkway

Las Vegas, NV 89106

From:

International Chemtex Corporation

8287 214th Street West

Lakeville, MN 55044 • "Servtiq Water Treatment Needs /it Industry"

8287 - 214m Street West • Lakeville, Minnesota 55044 • (952) 469-4965 • FAX (952) 469-1252 www.cberntexcorp.com

0 11=11 E ItkItirE >)C "An ISO ('erlifled Company"

ZNAThONALCHEMTEXCORPOTION October 17, 2014

Adriane Garcia Senior Purchasing Agent Clark County Government Center 500 South Grand Central Parkway Purchasing and Contracts Division 125 Vegas, NV 89106

Re: Bid No. 603447- 14 Annual Requirements Contract for Water Treatment Program

Cooling Tower Systems

Based on this survey, individual sections detailing the offerings of this program Include:

> Service Offering > Product Offering > Program Cost

Features of the CHENTEX Service Program:

Weekly preventative calls

> Emergency Service Calls

) Field Analytical Testing

> Operator Training (Testing, Log Books & Blow Down)

> Written Service Reports (Conditions & Recommendations done monthly and emaiied PDF form)

) Systems troubleshooting (water chemistry & controi equipment)

> Dual containment tanks for all chemicais

> Leglonella Tests performed once per year per system performed by an independent lab (Environnenthl

Safety Technologies, Inc.

'Serving Water Treat,ne,,t Needs Its Industry" 8287 - 214th Street West • Lakeviile, Minnesota 55044 • (952) 469-4965 • FAx (952) 469-1252

www. chemtexcorp. corn

"An ISO Certjfled Convpw,y"

CO:CHEMTEXC= N

Our normal service call includes;

/ Visually inspect system and note any abnormal conditions.

Run chemistry checks with new AT!' bacteria testing monthly

I Test chemical control equipment.

Re-supply chemical

/ Re-supply all testing reagents for on site personnel

I Quarterly Corrosion Rate Reports performed every 90 days on all open and closed systems

I Write a detailed service report on all service performed,conditions found and recommendations with our new HZ tronics system in a PDF form emailed to required personnel

I Review information with property contact and schedule the next service

In addition to our normal service, we also provide;

Laboratory verification and back-up testing.

TechnIcal support from our National Tech. Services Department.

SDS and other compliance assistance (Safety, Chemical Storage)

Equipment supply and repair support.

Training seminars 32 hours per year

Warehouse of chemical and parts is located at Towne Air Frelght-4300 Flossmoor Street-Las Vegas, NV

89115

- "Set i'Iug Wetter Ttent,,ze,,s Needs lie Industry" 8287 - 214th Street West • Lakevllie, Minnesota 55044 • (952) 469-4965 • FAX (952) 469-1252

wwwxhemtexcorp.com

() 11=41 E M i —r EVE >X< "An ISO Cer4fled Company"

CNATIONALCHEMTEXCORPOTION

Cooling Tower Chemicals

C-750T

This product Is an advanced cooling water inhibitor that features the most powerful scale and corrosion control agents available. C-7501 contains Molybdenum/Phosphonate/polymer/ole which is to be maintained a 3 to 5 ppm as Phosphate

Bromex 11 (Bromine) Oxidizing

is an ll% liquid bromine chloride biocide. Bromex 11 provides 15% totai bromine and is also an excellent bloflIm control.

AA-6070T (Bromine) Oxidizing

Is a solid form of bromine in a tablet form. AA-6070T Is fed a minimum of twice per week and aintalnin9 a residual of 0.9 to 1.0 ppm as free halogmi residual as chlorine.

AA-4015 (Non Oxidizing Blocide)

Is a liquid Isothiazolin bioclde which is going to be slug fed 3 times per week at 200 ppm levels with a 4 hour lockout which is programmed by us on your chemical controllers.

. "Serv/ig Water Treat,,:eug Needs In Industry"

8287 - 214 Street West • Lakevijie, Minnesota 55044 • (952) 469-4965 • FAX (952) 469-1252 www.chemtexcorp.com

11=11 E Itk6iIiri >X< "An ISO Certjfled Company"

CATIONALCHEMTEXCORPOTION

Closed Chilled & Heating Loops

International Chemtex recommends using formula Chemfitm MXP for the corrosion inhibitor for both chilled and heating loops.

ChemfIlm NXP is a concentrated Molybdate corrosion inhibitor and will be maintained between 50 to 100 ppm as MO-f 6.

Sincerely,

Jan J4spe(unt

an Aspelund Territory Manager Las Vegas International CHEMIEX Corporation 702•232-6460

. "Sen'Ii:g Ware, TrealizzeigI Needs In Jndeist.y"

8287 - 214' Street West • LakevHie, MInnesota 55044 • (952) 469-4955 • FAX (952) 469-125 www.chemtexcorp.com

eu_u r= rAa--r= 'w iIflICuIWII II Lilk

INTERNATIONAL CHEMTEX CORPORATION

"An ISO Cerijfied Company"

Bid No. 60344744

Appeal to Protest

Annual Requirements Contract For Water Treatment Program

To:

Clark County Government Center

Purchasing & Contracts Division

500 South Grand Central Parkway

Las Vegas, NV 89106

From:

International Chemtex Corporation

8287 214th Street West

Lakeville, MN 55044 "Serving Water Treatment Needs in Industry"

8287 - 214th Street West • Lakeville, MInnesota 55044 • (952) 469-4965 • FAX (952) 469-1252 www.chemtexcorp.com

f IL_il C Ik't iFrC 'W ,inutigwui ii nfl

INTERNATIONAL CHEMTEX CORPORATION

"An ISO Cert7ed Company"

February 23, 2015

Clark County Board of Commissioner's Clark County Government Center 500 South Grand Central Parkway Purchasing and Contracts Division Las Vegas, NV 89106

Re: Bid No. 603447-14 Annual R&iuirements Contract for Water Treatment Program-Protest Response-Appeal

To Whom It May Concern,

International Chemtex is appealing the Protest Response from Clark County Purchasing.

The closed loop inhibitors that Nalco submitted for approval in the initial bid documents were Trasar Trac 101 and Nalco C 4710. These products contain nitrite. In the bid specification, section 6.A. I., it is clearly stated that products should be free of glycol and nitrites. Therefore the products initially submitted for approval did not meet the bid specification and should have been rejected.

If nitrites are used by the County! have attached documentation that molybdate are the preferred chemical used in closed loops due the biological fouling and health concerns. This is why the County has requested molybdates.

In a letter dated January 26, 2015, Nalco submitted a new product for approval that was not included in the initial bid. Although Multiguard 3760 meets the specifications required by the County, this product was not included with the original documents in the sealed bid process. We believe this violation of the bid process should be carefully deliberated.

In addition to the closed loop inhibitor substitution, Nalco is proposing to mix a new chemical the Trasar 3DT 265 and Nalco 7357 in order to comply with the cooling tower treatment specifications. Section 5, Tower Treatment Open Systems Section A & B, of the bid specification clearly states that the inhibitor from the successful bidder shall use the one-drum approach. Again, the Nalco program does not appear to meet the initial bid specifications required by the County.

In the original seal bid process Attachment 5 section 5-1 and 5-2 neither Multiguard 3760 or Nalco 7357 were submitted.

Therefore we feel it is necessary to appeal the protest response that would allow Nalco to substitute products that were not included in the initial bid submittal.

am happy to provide additional information to support this appeal to the protest response if necessary.

Respectftil ly,

r a4i Mr. Jan elund Territory Manager Las Vegas International CHEMTEX Corporation 702-232-6460

"Serving Water Treatment Needs in Industry" 8287 - 214" Street West • Lakevllle, Minnesota 55044 • (952) 469-4965 • FAX (952) 469-1252

www.chemtexcorp.com

Department of Administrative Services Purchasing and Contracts

500SCrandCentralPky4thFl Bpx551217 LasVegasNV 89155-1217 (702) 455-2897 • Fax (702) 386-4914

Sabre Smith Newby, Chief Administrative Officer Adleen S. Stidhum, Purchasing Manager

[_'t®SiI°cQi©

February 18, 2015 • JanAspelund

. INTERNATIONAL CHEMTEX CORPORATION 8287214th Street West Lakeville, Minnesota 55044

Sent via email: jaspelundçhemtexcorp.com Registered mail: 917199 9991 7031 1128 6799

RE: BID NO. 603447-14; ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM - PROTEST RESPONSE

S Mr. Aspelund,

Clark County Department of Administrative Services, Purchasing and Contracts Division (Clark County) has reviewed the protest submitted by your firm on December 10, 2014 and provided your concerns to Nalco Company (Nalco) and Silver State Analytical Laboratories (Silver State) for their review and response. The

5 following responses are offered:

Protest Point No. 1 - Two chemicals are needed to be mixed to meet specifications (3D Trasar 30T 265 and 3D Trasar 301 701). Section 5. Tower Treatment Open System Section A & B state that the inhibitor from the successful bidder shari use the one-drum water treatment approach. In addition, the independent analysis peiformed by Silver State also reaffirms this concern.

Response No. 1 - Intematlonal CHEMTEX Corporations (CHEMTEX) protest letter was forwarded to both Nalco and Silver State Analytical Laboratoriós for their review. See the response provided by Nalco dated December 19, 2015 and the response provided by Silver State dated December 15, 2014. Clark County determined that the products and processes provided by Nalco as part of their supplemental documents were

S meant to be advancements in the Industry that they believed exceeded the specifications listed In the bid. Clark County requested that Nalco provide the required MSDS sheets to support the chemical compositions

Sand processes listed In the specification. See response and MSDS sheets provided by Nalco dated January

S 26, 2015 and Silver State's review and response of that submittal dated February 11, 2015.

Protest Point No. 2 - Nalco Trasar Trac 101 and Nalco C-4710 are both nitiite based product for the use in S closed loop applications and the specification In section 6A1 calls for molybdenum and clearly states the

5 'Product should be free of all glycols and nitrites'.

5 Response No. 2 - CHEMTEX's protest letter was forwarded to both Nalco and Silver State Analytical Laboratories for their review. See the response provided by Nalco dated December 19, 2015 and the response provided by Silver State dated December 15, 2014. Clark County determined that the products and processes

S provided by Nalco as part of their supplemental documents were meant to be advancements In the industry

5 that they believed exceeded the specifications listed in the bid. Clark County requested that Nalco provide the

S required MSDS sheets to support the chemical compositions and processes listed in the specification. See response and MSDS sheets provided by Nalco dated January 26, 2015 and Silver State's review and response of that submittal dated February 11, 2015.

S BOARD OF COUNTY coMMstaERs

5 SIEvE 5ISOtAX, caalnnan • LARRY BROWN, viw Ø,abman SUSAN BRAGER 'TOM COWNS • D4RJS GPJNaGUNJI - MARY BErM SW ' LAWRENcE WEEKLY

5 OONAI.D 0. BURNETE, CotmIy

S

Protest Point No. 3 - The report done by Silver State Analytical Laboratories that was performed for the County to ensure Nalco products meet your speciflcations was not acknowledged by anyone from Silver State. Both comments from Section 5 and 6 confirm our findings with theirs that the Nalco products are not meeting your specifications.'

Response No. 3­ The report referenced above and dated December 3, 2014, was provided to Clark County by aSilver State representative on Silver State lettetead, therefore Clark County believes it to be valid and with merit. In addition, all follow-up reports refer back to this initial report as a point of reference,

After a thorough review of the documents referenced above and attached hereto, Clark County has confirmed its' recommendation of Nalco as the low responsive and responsible bidder for this effort and will proceed with our recommendation for award before the Board of County Commissioners on March 3, 2015.

If this determination is agreeable, please submit a written withdrawal of the protest dated December 10, 2014 so Clark County may proceed with the process of returning the protest bond, if the determination is not

S agreeable, in accordance with the protest language in the bid document, CHEMTEX must, "Within three (3) business days of receipt of the decision, a protestor MUST submit to the Purchasing Manager its written notice of intent'to appeal the decision to the 8CC. The Purchasing Manager or their designee will notify the protestor of the date they may appear to present their appeal to the 8CC. Protestor MUST submit to the Purchasing Manager fifteen (15) copIes of any documents protestor intends to present to the 8Cc and all documents S MUST be submitted ten (10) calendar days prior to the 6CC meeting. The decision of the 8CC will be final. The

5 BCC is not required to consider protests unless this procedure is followed:

Should you have any questions, please feel free to contact me at akQarcja(thCIB,jcCpuptvNvpoy

Adriane Garcia, CPPB , Sr. Purchasing Analyst

Aft: Letter of protest received from International CHEMTEX Corporation dated December 10, 2014

S Review of and response to protest from Silver State Analytical Laboratories dated December 15, 2014 Review of and response to protest from Nalco dated December 19, 2014 Submittal of additional MSDS sheets and clarifications from Nalco dated January 26, 2015 Review and approval of Nalco submittal from Silver State Analytical Laboratories dated February ii, 2015

Cc:S S: Elizabeth Vrbert, District Attorney's Office

Adleen B. Stidhum, Purchasing and Contracts 5 Jerry Stueve, Real Property Management

Lisa Kremer, Real Property Management 'Darren Daniels, Real Property Management - Operations

S Math Larson, Real Property Management - Operations Matt Garban, Real Property Management - Operations Wayne Wediow, Real Property Management-. Operations

S Douglas Moore, Water Reclamation

5 Toby Kalkowski, Water Reclamation Charles Ebarb, Water Reclamation

S Thomas Malno, Water Reclamation

S S . S S S S

,:. __ a VF ILJI 1 IK IiFir-fe 'tf wI,gflhtuwIr II an

INTERNATIONAL CHEMTEX CORPORATION • "An ISO Certified Cornp03.n

• December 10, 2014

0. Wdriane Garcia

Sr. Purchasing Analyst epartment of Administrative Services

Slark County eoo South Grand Central Parkway

.as Vegas, NV 89155-1217

Bid No. 603447-14 Annual Requirements Contract for Water Treatment Program Srotest

EearAdriane,

We are protesting the Intent to Award to Nalco Company for water treatment products and Services. Our specific protest Is related to section IV-Service Specifications Revised Per Addendum No. 1;Nalco

not meeting the specifications with regards to the follbwingitems:

Two chemicals are needed to be mixed to meet specifications (31) Trasar 3DT 265 and 3D. Trasar r 701). Section 5. Tower Treatment Open System Section A & B state that the inhibitor from the ccessful bidder shall use the one-drum water treatment approach. In addition, .th& independent aIysis performed by Silver State also reaffirms this concern.

Nalco Trasar Trac 101 and Nalco C-4710 are both nitrite based product for theuse,irp cIoseej fop Splications and the specification In section 6.A.1 calls for molybdenum and clearly stas the.

roduct should be free of all glycols and nitrites."

; The report done by Silver State Analytical Laboratories that was performed for the County to sure the Nalco products meet your specifications was not acknowledged by anyone from Silver

ete. Both comments from Section Sand 6 confirm our findings with theirs that the Nalco products not meeting your specifications.

!st history of the previous R.FP showed that the Nalco bid was rejected for the same reasons we are w protesting.

ale

. • reason these types of products have been specified by Clark County is to insure that they

intain the highest standard in the Industry and are crucial to properly protecting your expensjv rastructure. • nk yoU for your consideration.

"Ser&'bg Water Treatment Needs In Industry" - 214th Street west • Lakevilie, Minnesota 55044'. (952) 469-4965 • FAX (952) 469-1252 . . www.chemtexcorp.com

r L A

r-I

. f% IL.M CIRiih-w-ff XW-,.. a PIflhIflhIWU . 1fl W INTERNATIONAL CHEMTEX CORPORATION

"An ISO Certjfled Company"

.. Enclosed Is the required cashiers check for $ 74,880.00 as it Is equal to the 25% of Our total bid submitted by. us (International Chemtex Corporation).

Thank you for your consideration.

Respectively submitted by,

Jan Aspelund STen-itory Manager Las Vegas

ntematiorial CHEMTEX Corporation 0702-232-6460

S •

• • •

.. S .

"Werving Water Treatment Needs in industrj" 587 - 214"' Street West . Lakeville, Minnesota 55044 • (952) 469-4965. FAX (952) 469-1252

www, cherntexcorp. corn

0

S . •. ...- - S.. : . .. .

200

Service Specifications Bid No. 603447-14

Annual Requirements Contract for Water Treatment Program Revised per Addendum No. I

2. Packaged monitor controller with solid state circuiting, on-off switch andlor light, control function tights, output to control ciritts, five minute timers for both inhibitor feed and bleed off, with continuous biodda injection capability. These controllers shall be acces&ble via internet connection and provide automatic data reports weekly to COUNTY. These controllers shall also contain programmable dual blocide relays to automate the oxidizing and non-oxidisg biodde feeds. Each biocide relay shall contain a pro-blow down time and a blow down lockout time feature to ensure the correct holding time for the biodde.

B. MANUAL CHEMICAL INHIBITOR CONTROLLER

I. Manual controllers in place shall maintain inhibitor feed and be able to automatically feed chemicals into system as programed. Manual cdntrollers shall be monitored as needed but no less than weekly. Manual controllers will be scheuled to be replaced when needed by automated chemical controllers.

PERFORMANCE

A. Acceptable performance for the following systems shall be defined as follows:

I. For Evaporative Cooling Towers, apLable performance shall be corrosion rates 011.0 Mils/yr. or less for mild steel and 0.1 M11s4'r. or less for copper; and, tower counts of 10,000 of total aerobic bacterial colonies per ml or less, AND dean heat transfer surfaces with no pitting as reconirnended by COUNTYS water consultant.

2. For Closed systems, acceptable performance shall be corrosion rates of 0.5 Mils/yr. or less for mild steel and 0.1 MIls/yr. or less for copper;!and. counts of 1.000 of total aerobic bacterial colonIes per

. ml or less; and, dean heat transfer sutfaces with no pitting as determined by COUNTYS water consultant.

3. Should the systems chemical levels be deficient for two consecutive moriths, payment may be withheld until brought up to the acceptable levels as specified.

.• B. Current equipment at each of COUNTYS locations may not be what SUCCESSFUL BIDDER recommends for their products and reacts the requirements of. Section 1.E. SUCCESSFUL BIDDER may be responsible for the installation of new systems / equipment Which meet COUNTYS standards. Costs associated shall be billed using the labor rates and pads pricing stiucture induded in this Bid.

C. In the event that new chemical feed equipment is required, SUCCESSFUL BIDDER shall provide COUNTY with schematic and wiring diagram for the installation of this equipment and support of COUNTYS intemet • and wireless platform. When requested by COUNTY, SUCCESSFUL BIDDER shall provide training on the newly installed chemical feed equipment. If requested training is in excess of the required thirty-Iwo (32) hours annually, then training shall be billed 01 the same invoice with the time and material costs for installation. Training is to be billed in terms of actual time using the 'Training' labor rate listed in Bid Form. COUNTY will only pay this invoice line Item upon &rerlticatlon that training was actually received.

D, SUCCESSFUL BIDDER shall be responsible for removing all nor-permanerit chemical containers and shall be responsible for removIng their own unused chemicals (if so directed) at any time following the end of the contrect period. SUCCESSFUL BIDDER shll contact COUNTY to make arTangement to remove SUCCESSFUL BIDDER'S equipment. SUCCESSFUL BIDDER shall keep a complete Water Treatment Manual at each site, which includes the following sections:

Program Overview and Desalption and SDS of each product:

System Control Charte and Daily Log shbets;

3. Monthly ChemIcal Analysis Reports;

4. Corrective Action Flow Chart to assist operators in recognizing water-related problems and their essodated corrective action: and

Phone numbers, beeper numbers, voice mail numbers etc. of the Primary Treatment Rep.; Supeniisor, and Emergency Hot Unes. . S. TOWER WATER TREATMENT OPEN SYSTEM

Water treatment method to use at COUNTY's request for open cooling tower systems is detailed below. A performance guarantee shall be Implemented that the SUCCESSFUL BIDDER shall be responsible for the labor, equipment and chemical to clean any equipment fouled due to poor water treatment. The water treatment program shall prevent fouling of the dLt treated water systems which inde cooling towers, cell deds, fill, spray heads, sumps, pumps, piping, chiller's condenser tubes and end bells.

A. Inhibitor.

MOLYBDENUM / PHOSPHONATE (PBTC) I POLYMER I AZOLE Based with a minimum of 3-5 PPM as Phosphonato

Within thirty (30) days of award of Contract, SUCCESSFUL BIDDER shall provide COUNTY with a list of equipment and techniques SUCCESSFUL BIDDER uses to:

Revised IV-2

Service Specifkto,n Bid No. 603447-14

Annual Requirements Contact for Water Treaent Program Revised per Addendum No. I

I. Piovide MInJMax wntml levels In PPM, active Ingredients as fed, centainer size, material & type. Dispeisant - Uquld:

t. . SUCCESSFUL BIDDER shall use the one-drum water tTeatrneni approach. 2. SUCCESSFUL BIDDER shall complete,a Dlspemant Form (provided by SUCCESSFUL BIDDER)

which details the dispersartt wmponentb, if separate or!! the inhibitor method is use with the ort dwm treatment program.

Non-Oxidized Biodde Treatment Method

1. SUCCESSFUL BIDDER shall treat alliS pound 93% hydantoln (or better) product per toog gaflons, fed twice per week. The treatment shall be appfled over a four (4) hour period provldig between 0.9 and 1.0 ppm free halogen residual, as chldflne, during that period.

Provide MlnJMax. levels In parts per million (ppm), active IngredIents as fed, corithlner size material & type, and remmended bosage schedule in days (i.e. Mon. & Thurs. adds).

Uquid.biomine donor riwy be substituted at 80-100 pWm of 11% bromine Chloride, and must achieve the identicel residuals as Odwared to the specilied product technology.

Provide a certilled Independent lab Legionefla éesting on each open water system on an annual basis. Provide a MIa'oblologlcal Analysis on each cpanJsyern on a semi-annual basis by a certified Independent lab. Monitor Total Aerobic Bacteria levels and effectiveness of con'oslon inhibitor monthly.

SUCCESSFUL BIDDER shall Inspect all oontraded ceoling towersvisually to examine for biologljgauji foam, sludge and report any olIng tower deterbrauon a minimum of crtce every thirty (30) days,

Documentation:

1. Any time SUCCESSFUL BIDDER is on site performing water treatment tests. SUCCESSFUL BIDDER shall provide chart Osthig affitrol Omits for all water treatment actiVities in the FIeld Analysis Report (Exhibit A). to indude but not limited to:

a. Measurable treatment levels;

b Product amponent concentrations developed;

thy water make-up;' -

0. PH;

a. Include a cepy of all tests performed by SUCCESSFUL BIDDER;

Note any troubleshooting Instructions for each test parameter that COUNTY or its agn are required to perform;

Note oontlngency plans for lay ups, water loss; and loss of automatit feed control to ensure oontinued protection of the system.

Water Treatment method to use at COUNTY'S request S all dosed hydronlcs systems.. SUCCESSFUL BIDDER shall Implement the following chemical water treatment procedures Induding die if needed: A. inhibitor (MOLYBDENUM/POLYMERJA2OLE

I. Provide treatment level for all cemponents, recommended feed points, centalnar size, m aterial as type. Product should be free of all glyceis and nitrltt' Molybdenum levels should be a minimum of 50- 100 PPM as Mote, as bng as-methanlcal foRum or user error Is not determined.

2. Product must be compatIble with Glycol in glycol treated systems.

Upon COUNTY'S request, SUCCESSFUL BIDDER shaft pràvide container size, material and type. B. Dispersant - Liquid:

I. SUCCESSFUL BIDDER shall use the one-drum water treatment approach, Upon COUNTY'S request SUCCESSFUL BIDDER shall plovida details of type of inhibitor used. C. Non-Oxidizing Blodde Treatment Method

Checs semi-annually and treat as needed. Treat the system for 120 ppm or to the requIred treatment level as spadfied by COUNTY.

Upon COUNTY'S request, SUCCESSFUL BIDDER shall provide contaiher size, material and type. 0. Doairmntatjon,

1. Any time SUCCESSFUL BIDDER is on site performing water treatment tests, SUCCESSFUL BIDDER shall provide chart listing control limits for all water treatment activities In the FWd Analysis Report (E)dilbit A), to Indude bUt not limIted to:

a. Measurable beatnieni levels;

6.

111

C.

F.

wj&0Rm_emon148s0319r47 S1,ft0 Revised IV-3

•)

H ttSilverSfate 01 Analytical Laboratories

December 15, 2014

Adriane Garcia Sr. Purchasing Analyst Department of Adn±istratie Service Clark County 500 South Grand Central Parkway Box 551217 Las Vegas,NV89155-I2]7

Subject: Bid No. 603447-14 Annual Requirements Contract for Water Treatment Program Protest

Dear Ms Garcia;

Following are our comments concerning the Protest by Chemtex that was forwarded to Silver State Analytical Laboratories. -.

1. Two chemicals are needed to be mixed to meet specifications (31) TRASAR 3DT265 and 3D Trasar 3DT 701). Section 5 Tower Treatment Open System Section A & B state that the inhibitor.frorn the successful bidder shall use the one-drum water treatment approach. In addition, the independent analysis performed by Silver State also reaffirmed this concerli.

Comments: We did not confirm that the delivery system would use more than one-drum. It was not in our scope of work. We confirmed if you absolutely had to have Molybdenum in the system, then more than one product would need to be used. For all we kijow they would blend for a one-drum delivery or add it by two-drum or maybe a more sophisticated method. There are equivalent options for delivery. Also, we concluded that the 3D TRASAR 3DT265 could handle the mild steel éorrosion issue which molybdenum does without the use of molybdenum and inhibit threshold scale build up and copper corrosion as well.

2. Nalco Trasar Trac 101 and Nalco C-4710 are both nitrite based product for the use in closed ioop applications and the specification in section 6.A.1 calls for molybdenum and clearly states the "product should be free of all glycols and nitrites."

Comments: 1 uscom1nefltiseofftforifrftbased a1 If the emphasis is on inhibiting mild steel corrosion and not so much On what chemical isemployed to do so, Nalco does have alternatives that are not nitrite based.

3638 East Sunset Road, Suite 100 -Las Vegas, NV 89120 'Tel: 702-873-4470 Fax: 702-873-7967 4587 Longley Lane, No. 2 - Reno, NV 89502 'Tel: 775-825-1127 Fax: 775-825-1157 wwwssalabs.corn ' www.envirotecAonfine.com

flSiivèrstate V v Analyticai Laboratories

3. The report done by Silver State Aflalytiêai laboratories that was performed for the County to ensure the Nalco. products meet your specifications was not acknowledged by anyone from Silver State. Both comments from Section 5 and 6 confirm our findings With theirs that the Nalco products are not meeting your specifications.

Comments: The report was acknowledged in the cover letter sent with the report. We acknowledged that the "Nalco products will meet or exceed the outcome requirements, control of biological growth and inhibit metal corrosion, with the appropriate blend of additives." That is to say, the specification that cori-ãsion and scale be inhibited and biologicaj growth be controlled, is met by Nalco products. The exact formulation and blends will vary from company to company. Each company has their own proprietary blends to be "better and/or improved" thôbthe next. That is normal competition and progress.

The bid did state in Section iC. "SUCCESSFIJL BIDDER shall offer recommendations for improving the chemical water treatment product or equipment operation." We interpreted that phase to mean that the inhibitor chemicals specified were a baseline for filnctionaiity, i.e. Molybdenum for build stel corrosion, phosphonate to inhibit threshold scale build up, etc. There are many chemicals that will do the same thing and the number of options will probably increase as research in corrosion inhibition cdntinues.

I hope this answers any question you may have. Plese do not hesitate to contact me with any questions or comments either by e-mail- or phone, (702-873-4478).

Sincerely,

da-116 - I

Charlene It Salinas Principal Chemist

Silver State Analytical Laboratories Inc.

3638 East Sunset Road, Suite 100 - Las Vegas, NV 89120 Tel: 702-873-4478 Fax 702-873.7967 4587 Longley Lane, No. 2 Peno, NV 89502 Tel: 775-825-1127 Fax: 775-825.1167 www.ssalabs.com - www.envirotechonline.com

-S

NALCO An Ecotab Company

Blake R Storms 8830w Asty Ave Suite 107 Las Ve9as, NV 89118

December 191 2014

Adriane Garcia

Sr. Purchasing Analyst

Department of Administrative Service

Clark County

500 S Grand Central Parkway

Las Vegas, NV 89155

Subject: Bid 603447-14 Annual Requirements Contract for Water Treatment, Protest Response

Dear Ms. Garcia1

Please see the comments below concerning the protest that was issued by Chemtex upon the notification

that Nalco was given the notice of intent to award the water treatment contact.

1.) Two chemicals are needed to be mixed to meet specifications (313 Trasar 3DT265 and 3DTrasar

3DT 701). Section S. Tower Treatment Open System Section A & B state that the inhibitor from

the successful bidder shall use the one-drum water treatment approach. In addition, the

independent analysis performed by Silver State also reaffirfns this concern.

Response:

There is no mention in the RN' to a one-drum inhibitor under Section S.A. Only under Section

5.8 "Dispersant - Liquid:" does the RN' call for a "one drum water treatment approach" and this

would only apply to a "Dispersant" and not to the entire water treatment program. Multiple drums are needed to complete the requirements of section 5 with the combination of several chemistries that combine in the tower water (Open System) to meet the goals of the water

treatment program (Scale inhibitors, corrosion inhibitors, biocides, etc.)

The Silver State Laboratory initial review stated "3DT 265 would be sufficient" with the blends of different phosphonate inhibitors for both threshold level scale and ferrous corrosion irthibition.

Also, to comply with the one drum requirement for dispersants, Nalco inhibitors have dispersant as part of the chemical makeup and contain the constituents to provide the necessary

Response:

Operating under the requirements of Section I .C, Nalco has offered rEcommendations for

improving the closed loop chemical water treatment program with the emphasis on mild steel

cOrrosion inhibition while focusing on a more environmentally friendly approach. Nitrite will

only improve the corrosion inhibition performance expectations of 0.5 milslyear or less

corrosion on iron and 0.1 milsiycar or less corrosion on copper in closed loops functionality if

nitrite is fed with molybdenum, azole and polymer.

In section 6.A.2 the county specifies that closed loop product should also be compatible with

glycols; despite saying it should be free of them in 6.A. 1. As Silver State noted, if it is

required to duplicate the incumbents program witha less environmentally friendly

recommendation, Nalco has alternatives that can be provided at the same cost to the county.

For all closed loop systems, the Nalco Trac 101 product will meet and exceed performance

specifications set forth by the county as it contains the constituents requested by the county

with industry wide recognition for corrosion inhibition performance.

The report completed by Silver State Laboratories that was performed for the County to ensure

the Nalco products meet your specifications was not acknowledged by anyone from Silver State.

Both comments from Section 5 and 6 confirm our findings with theirs that the Nalco products are not meeting your specifications.

S S

S • ., • N A LC () Blake R Stwms • S83OWNby Ave $uite 107 An Ecotab Company Lasvegas.w8g1,8

S

S S • functionalities that are set forth by the R.FP to protect the county assets and maintain system

• efficiencies. As Silver State confirms, Molybdenum is not necessary in open system water

treatment to perform the flinctionalities set forth and is considered to be against best practice in • open system water treatment due to environmental concerns. Using Nalco 3DT 265 would

provide all performance flinctionalities set forth and eliminate environmental concerns that • discharging a heavy metal like Molybdenum could potentially cause. This highligbts Nakio's

compliance with Sectioh t.0 and improves the chemical water treatment program from the • current program that the incumbent is currently using.

• Nalco True 101 and Nalco C-4710 are both nitrite base products for the use in closed loop

applications and the specification in 6.A.l calls for molybdenum and clearly states the "product • should be free of all glycols and nitrites".

NALCO An EcoLab Company

Blake R Storms 8630w Arty Ave SuIte 107 Las Vegas. nV 89118

Response;

As Silver State noted in their 3 party review, every company has their own proprietary blend

of chemicals designed to obtain the desired performance results, and although not identical to

the incumbents, the products that Nalco has proposed will meet or exceed the outcome

requirements. In our submittal, we have provided treamient programs that will meet and

exceed the guidelines set forth by the RIP at a more competitive price than the incumbent.

Overall our programs help improve operations, reduce environmental impact and provide the

highest level of system protection available on the market today. This highlights Nalco's

ongoing effort to meet and exceed requested performance standards set forth, exernpli&ing

compliance with Section I .0 while maintaining the "highest standard in the industry" during

the bid process and for the next 5 years.

Thank you for your time and consideration; we look forward to a suceessftil partnership with

Clark County for years to come. Please do not hesitate to reach out with any questions or concerns you may have.

Regards,

Blake R Storms

Nalto: Account Manager

(702) 373-8232 [email protected]

- N4LC(D I .. Blake R Storms 5 6630WAsty Ave Suite 107 An Ecolab Company Las Vegas. NV 89118

S

S ianuary26,2015

Adriane Garcia

Sr. Purchasing Analyst

Clark County Department of Administrative Service

500 S Grand Central Parkway

LasVegas,NV89l55

Subject: Bid 603447-14 Annual Requirements Contract for Water Treatthent - Additional Nalco Product Information

Dear Ms. Garcia,

In addition to the Protest Response submitted 12-I 8-N, below isa brief description of the requested

MSDS sheets as they apply to the RFP with exact chemical specification outside of the operating S requirements of Section IC, whereas Nalco has offered recommendations for improving the water

5 - treatment program white focusing on a more environmentally friendly approach.

Closed Water System Treatment:

a Pertinent Bid Specification Verbage:

A. Inhibitor: (MOLThDENUMIPOLYMERJAZOLE based) I. Provide treatment level for all components, recommended feed points, container size,

material and type. Product should be free of all glycols and nitrite. Molybdenum leveis

should be a minimum o150- 100 ppm as Mof6, as long as mechanical failure and user error is not determined.

2. Product must be compatible with (ulycol in glycol treated systems. B. Dispersant - Liquid

• 1. SUCCESSFUL BIDDER shall use the one-drum water treatment approach. Upon

S COUNTY'S request, SUCCESSFUL BIDDER shall provide details of type of inhibitor used.

S . . • NA LCO

683OWNby Ave Stjlt 107 An Ecotab Company . Las Vegas. W 89118

S

S

• C. Non Oxidizing Biocide Treatment Method

• 1. Check semi-annually and treat as needed. Treat the system for 120 ppm or to the required

treatment level as specified by COUNTY.

• Nalco Product Information for attached MSDS: lnhibit6i:Mu1iiguard3I60 •

Multiguard 3760 is comprised of 3 constituents; molybdenum, polymer and azole that perform • the function of mild steel and copper corrosion inhibition in a closed loop system.

• Non Oxidizing biocide: Nalco 7330

• Nalco 7330 is an isothiazolih based product that will be treated for bacteria protection in the closed loop systems.

• Note: Operating under the requirements of Section I .C, Nalco has offered recommendations • for improving the closed loop chemical water treatment program with the emphasis on mild

steel corrosion inhibition while focusing on a more environmentally friendly approach. As • Silver State noted1 if it is required to duplicate the incumbents program with a less • environmentally friendly recommendation, Nalco has alternatives that can be provided at the

a same cost to the county and are listed above.

Tower Water Treatment Open System a e • Pertinent Bid Specification Verbage: • Irthibitor: MOLYBDENUM / PHOSPHONATE (PBTC) I POLYMER / AZOLE based with a

minimum of 3 -5ppm as Phosphonate.

• Dispersant - Liquid: I. SUCCESSFUL BIDDER shall use the one drum water treatment approach. • 2. SUCCESSFUL BIDDER shall complete a Dispersant Form (provided by SUCCESSFUL

S . BIDDER), which details the dispersant components, if separate or if the inhibitor method is used with the one drum water treatment program.

NALCO An Ecotab Company

Blake R Storms 6830WAity Ave Suite WI Las Vegas, W89118

C. Non-Oxidized Treatment Method

I. SUCCESSFUL RIDDER shall treat at 1/6 pound 93% hydatoin (or better) product per

1000 gallons, fed twice per week. The treatment shall be applied over a four (4) hour

period providing between 0.9 and 1.0 free halogen residual, as chlorine, during that period.

Nalco Products;

Inhibitor tP!R!!j Na 737iNaIco 301 265

Nalco 7357 is a pure molybdenum product that will be fed with Nalco 301 265 to meet the

exact chemical specifications of irthibicor and dispersant set forth under part 2 of section B.

Nalco 301 265 contains PBTC phosphonate, BZT azole, a patented polymer blend and a

dispersant with detailed information provided to comply with the as stated "if separate" requirements in SectionS. B. 2.

Biocide: Nalco 7346 TAB (solid) or Nalco ST70 (liquid)

Nalco 7346 TAB is a solid, hydantoin based product that provides a free halogen residual to

an open water system. Nalco S770 is a comparable liquid based bromine product.

Non Oxidizing biocide: Nalco 7330

Nalco 7330 is an isothiazolin based product that can be treated for bacteria protection.

As stated in the Nalco response, there is no mention in the RIP to a one-drum inhibitor under

Section 5.A. Only under Section 5.B "Dispersant - Liquid:" does the RH' call for a "one drum

water treatment approach" and this would only apply to a "Dispersant" and not to the entire water

treatment program. Multiple drums are needed to complete the requirements of section 5 with the combination of several chemistries that combine in the tower water (Open System) to meet the goals of the water treatment program (Scale inhibitors, corrosion inhibitors, biocides, etc.)

The Silver State Laboratory stated "3DT 265 would be sufficient" with the blends of different

phosphonate inhibitors for both threshold level scale and ferrous corrosion inhibition. As Silver

State confirms, Molybdenum is not necessary in open system water treatment to perform the

fw,ctionalities set forth and is considered to be against best practice in open system water

NALCO An Ecolab Company

Blake R Storms 6S3OWAsnyAve Suite 107 Las Vegas, NV 89118

treatment due to environmental concerns. Using Nalco 3DT 265 would provide all performance

flinctionalities set forth and eliminate environmental concerns that discharging a heavy metal like

Molybdenum could potentially cause. This highlights Nalco's compliance with Section l.0 and

improves the chemical water treatment program from the current program that the incumbent is currently using.

As Silver State noted in their 3d party review, every company has their own proprietary blend of

chemicals designed to obtain the desired performance results, and although not identical to the

incumbents, the products that Nalco has proposed will.meet or exceed the outcome requirements.

En our submittal, we have provided treatment programs that will meet and exceed the guidelines

set forth by the RFPat a more competitive price than the incumbent. Overall our programs help

improve operations, reduce environmental impact and provide the highest level of system

protection available on the market today. This highlights Nalco's ongoing effort to meet and

exceed requested performance standards set forth, exempliing compliance with Section I .0

while maintaining the "highest standard in the industry" during the bid process and for the next 5

years.

Thank you for your time and consideration; I hope this helps to demonstrates Nalco's willingness

to cater to any and all of Clark County's requests going forward. We are looking forward to a

successful parthership with Clark County for years to come. Please do not hesitate to reach out with any questions or concerns you may have.

Regards,

Blake R Storms

Nalco: Area Manager

(702) 373-8232

[email protected]

BID NO. 603447-14 ANNUAL REQUIREMENTS CONTRACT FOR WATER TREATMENT PROGRAM

ATTACHMENT 5

UNIT PRICING FOR THE SUCCESSFUL BIDDER'S SUPPLIED WATER TREATMENT CHEMICALS

This unit pricing structure will be used when COUNTY prncwes chemicals outside of the monthly delivery schedule. Chemicals shall be delivered withIn forty-eight (48) bows of COUNTY'S request. Unit pilcing below shall be reflective of all delivery costs assodated with the delivery of chemicals to any of the designated delivery sItes referenced in the Bid fom,. THIS ATTACHMENT MUST BE COMPLETED IN FULL AND ATI'ACHED TO SUBMITTED BID FORM.

Chemical I (Provide Name, Purpose of Use and Chemical Class)

_3U170 I / / Cl,, T I Item J Unit I Unit Cost I No I I Ii. 'Gallon I fr7 12. IS—Gallon I3. IBarrel IS

Chemical 2 (Provide Name, Purpose of Use and Chemical Class)

&ocda (jiçsc 8' I Item Unit I Unit Cost JNo I ii. ' Gallon l ø'fl I 5—Gaon I C,j3oy

H J. Iearrel

Chemical 3 (Provide Name. Purpose of Use and Chemical Class)

lYciw 7WVT' / 6TocM.1 Occs si I Item I Unit Unit Cost

No I I Ii. IGaflon I $ I 2. S—Gallon I

Iflarrel

Chemical 4 (Provide Name. Purpose of Use and Chemical Class)

/Vcfi'o 7330 , (5ioC(Ja. 0455 g Item

INo I J Unit I Unitcost

It. IGallon

J. jaarrel 12. I5—Gauon

.

Chemical 5 (Provide Name. Purpose of Use and Chemical Class)

7(4Ac lrcLI0b4 I Clict.k tovp 1 CI 5 r I Item

No I Unit j I UnitCost

I It. I Gallon 2. '5—Gallon

Lr Barrel I

5-I

Attachments Bid No. 603447-14

Annual Requirements Contract (orWaterTreatnnt Program

Chemical 8 (Provide Name, Purpose of Use and Chemical Class)

#4/Alto C-4710 ( flocej Lcop Cicss S1 lItem INo

I Unit I

Unit Coat I IGahon

6-,Gaiton 3. IBarrel

Chemical? (Provide Name, Purpose of Use and Chemical Class)

StY 1 tkSM2- 3pT.~c, foctk 'IAt;4or, C1c5s ? I Item I Unit I

No UnitGost

I I 1. I Gaflon

(2. iS—Gaflon. k W/ft

3. IBarrel

ChemicalS (Provide Namo, Purpose of Use and Chemical Class)

Item No

Unit Unit Cost

1. Gallon I 2 5—allon

Larr& 3:

Chemical 9 (Provide Name, Purpose of Use and Chemical Class)

Item No

Unit Unit Cost

Lt I Gallon 6—Gallon

I Barrel

Chemical 10 (Provide Name, Purpose of Use and Chemical Class)

Item No

Unit .

I Unit Cost

I 1. Gallon I

J. I Barrel I

Chemical 11 (Provide Name, Purpose of Use and Chemical Class)

I Item I Unit I I Unit Cost No

I 1 I Gallon 12, J5—Gailon 13. IBarTel

-1

5-2

Material Safety Data Sheet ECOLAB MUL1GUARD37Ô0

Section 1. Chemical product and company identification Trade name : MULTIGUARD 3760 Product use : Corrosion inhibitor. Supplier : Ecolab Inc. Water Care Division

370 N. Wabasha Street St. Paul, MN 55102 1-80075-WATER

Code : 911344 Date of issue 26-January-2010

EMERGENCY HEALTH INFORMATION: 1-800-328-0026 Outside United States and Canada CALL 1-651-222-5352 (In USA)

Section 2. Hazards identification Physical state : Liquid. (Liquid.) Emergency : CAUTION! overview

MAY CAUSE EYE AND SKIN IRRITATION. Avoid contact with eyes skin and clothing. Wash thoroughly after handling.

Potential acute health effects Eyes Moderately irritating to eyes. Skin : Moderately irritating to the skin. Inhalation : Slightly irritating to the respiratory system. Ingestion : No known significant effects or critical hazards. See toxicological Information (section 11)

Isection 3. Composition/information on ingredients I

Name CM number % by weight disodium molybdate 7631-95-0 20 - 50 lh-benzotriazole, 4(or 5)-methyl-, sodium salt 54565-57-2 1 .5

Section 4. First aid measures Eye contact : in case of contact, immediately flush eyes with plenty of water. Remove contact lenses and

flush again. Get medical attention if irritation persists. Skin contact : In case of contact, immediately flush skin with plenty of water. Remove contaminated clothing

and shoes. Get medical attention if irritation persists. Wash clothing before reuse. Clean shoes thoroughly before reuse.

Inhalation : If inhaled, remove to fresh air. Ingestion : Do not induce vomiting. Never give anything by mouth to an unconscious person. If irritation

persists, get medical attention.

Section 5. Fire4ighting measures .

Flash point : > 100°C Hazardous thermal : Decomposition products may include the following materials: decompositIon products carbon dioxide

carbon monoxide nitrogen oxides metal oxide/oxides

Fire-fighting media and : Use an extinguishing agent suitable for the surrounding fire. instructions

M(/LTIGUARD 3760 Page: viJ Dike area of fire to prevent runoff.

In a fire or if heated, a pressure increase will occur and the container may burst. Special protective equipment Fire-fighters should wear appropriate protective equipment and self-contained for fire-fighters breathing apparatus (SC8A) with a full face-piece operated in positive pressure

mode.

Section 6. Accidental release measures Personal Use suitable protective equipment (section 8). Do not allow to enter drains or watercourses. precautions Environmental : Avoid dispersal of spilled material and runoff and contact with soil, waterways, drains and precautions sewers. Inform the relevant authorities if the product has caused environmental pollution

(sewers, waterways, soil or air). Methods for : For small spills, add absorbent (soil may be used in the absence of other suitable materials), cleaning up scoop up material and place in a sealable, liquid-proof container for disposal. For large spills,

dike spilled material or otherwise contain it to ensure runoff does not reach a waterway. Place spilled material in an appropriate container for disposal.

Section 7. Handling and storage Handling Avoid contact with eyes, skin and clothing. Wash thoroughly after handling. Storage : Keep out of reach of children. Keep container in a cool, well-ventilated area. Keep container

tightiy closed. Do not store below the following temperature: 0°C

Section 8. Exposure controls/personal protection 1 Engineering measures Good general ventilation should be sufficient to control worker exposure to airborne

contaminants. Perso

Eyes : Eye protection recommended. Hands : For prolonged or repeated handling, use the following type of gloves: Impervious gloves.

- Skin No protective equipment is needed under normal use conditions. Respiratory : A respirator is not needed under normal and intended conditions of product use.

Maine Exoosure limits disodium rnolybdate ACGIH TLV (United States, 1/2009).

TWA: 0.5 mgim. (as Mo) 8 hour(s). Form: Soluble OSHA PEL (United States, 11/2006). TWA: 5 mg/m, (as Mo) 8 hour(s).

Section 9. Physical and chemical properties Physical state : Liquid. [Liquid.) Color : Yellow. (Light) Odor : Odorless. pH 13 to 14 [Conc. (% wlw): 100%) Relative density 1.365 to 1.405 Dlspersibillty Easily dispersible in the following materials: cold water and hot water. properties Solubility : Easily soluble in the following materials: cold water and hot water.

Section 10. Stability and reactivity Stability The product is stable. Under normal conditions of storage and use, hazardous

polymerization will not occur. Hazardous decomposition : Under normal conditions of storage and use, hazardous decomposition products products should not be produced. Hazardous polymerization : Under normal conditions of storage and use, hazardous polymerization will not occur,

MULI7GUARD 3760 Page: 3/4

ISection 11. Toxicological information . Potential acute health effects

Eyes : Moderately irritating to eyes. Skin : Moderately irritating to the skin. inhalatIon : Slightly Irritating to the respiratory system. Ingestion : No known significant effects or critical ha2ards.

Potential chronic health effects Other adverse effects

Target organs : Contains material which may cause damage to the following organs: kidneys, liver.

ISection 12. Ecological information Ecotoxicity data : Not reported -

ISection 13. Disposal considerations I Waste disposal : The generation of waste should be avoided or minimized wherever possible. Avoid dispersal of

spilled material and runoff and contact with soil, waterways, drains and sewers. Disposal of this product, solutions and any by-products should at all times comply with the requirements of environmental protection and waste disposal legislation and any regional local authority requIrements.

Waste : Unused product is 0002 (Corrosive) classIficatIon - - Consult your local or regIonal authorities.

ISection 14. Transport information I Certain shipping modes or package sizes may have except regulations. The classification provided may not reflect th not apply to all shipping modes or package sizes.

UN Classification UN number UN1814 Proper shipping name POTASSIUM HYDROXIDE SOLUTION Class 8 Packing group Iii

See shipping documents for specific transportation information.

; from the transport exceptions and may

ISection 15. Regulatory information I

Target organ effects U.S. Federal regulations

TSCA 8(b) inventory : All components are listed or exempted. SARA 302/304/311/312 extremely hazardous substances: No products were found. SARA 302/304 emergency plannIng and notification: No products were found.

California Pron. 65 : No products were found.

JMULT7GUARD 3760 Page: 4/Ti

16. Other information Hazardous Material Information System (U.S.A.)

Date of Issue : 26-January-2010. Responsible name : Regulatory Affairs Date of previous Issue 26-September-2008. Notice to reader The above information is believed to be correct with respect to the formula used to manufacture the product In the country of origin. As data, standards, and regulations change, and conditions of use and handling are beyond our control, NO WARRANTY, EXPRESS OR IMPLIED, IS MADE AS TO THE COMPLETENESS OR CONTINUING ACCURACY OF THIS INFORMATION.

'1NALCO SAFETY DATA SHEET

M ESabConpa

Section: 1. PRODUCT AND COMPANY IDENTIFICATION 1 Product name NALCO® 7357

Other means of identification : Not applicable.

Recommended use CORROSION INHIBITOR

Restrictions on use : Refer to available product literature or ask your local Sales Representative for restrictions on use and dose limits.

Company : Nalco Company 1601 W. Dlehl Road Naperville. Illinois 60563-1198 USA TEL: (830)305-1000

Emergency telephone : (800)4249300 (24 Hours) CHEMtREC number

Issuing dale : 09/2212014

Section: 2. HAZARDS IDENTIFICATION 1 GH$ Classification

Not a hazardous substance or mixture.

GHS Label element

Precautionary Statements : Prevention: Wash hands thoroughly after handling. Response: - Specific measures: consutt MSOS Section 4. Storage: Store in accordance with local regulations. Protect product from freezing.

Other hazards : None known

Section: 3. COMPOSITIONIINFORMAT1ON ON INGREDIENTS

Chemical Name CAS-No. Concentration: (%) Sodium Molybdate 7631 -95-0 30- 60

Section: 4. FIRST AID MEASURES 1 In case of eye contact : Rinse with plenty of water. Get medical attention If symptoms occur.

In case of skin contact : Wash off with soap and plenty of water. Get medical attention if symptoms occur.

If swallowed : Rinse mouth. Get medical attention if symptoms occur.

If inhaled : Get medical attention if symptoms occur.

Product Bulletin: 3DT701 Page 1 . t1NALCO

Product Bulletin

3D TRASAR® E.iWZ Cooling System Passiva (ion Treatment

PRODUCT DESCRIPTION AND APPLICATION

3D TRASAR products are pan' of an innovative water treatment proytam that uses proven technology to prevent operational problems. 3D TRASAR compensates for both routine and special causes of system

. variation. 3D TRASAR programs provide a return on your investment through their unique control and diagnostic capabilities.

Nalco BflT.7011 is designed to be used for passivation of heat exchangers and other components of the cooling system:

Prior to new system-start up S • After chemical or mechanical cleaning, system turnarounds, and emergency or long-term system

lay-ups After system upsets such as a low pH_excursion

5 flTaintI can be used on-line with heat load. Dht7O prepares all metal surfaces in the system including

S supply and return lines to minimize flash corrosion and for start-up corrosion protection. It removes oil and grease from all metal surfaces to permit uniform surface passivation, and applies a high level of inhibitor

5 to the metal surfaces to inhibit flash corrosion and minimize deposition.

S The 3D TRASAR Cooling System Passlvatlon Program:

S • Easy to use and apply--- One step clean and passivation program. Apply with the system's first fill or during hydro testing to minimize flash rusting.

5 • Eliminates concern over calcium or iron phosphate deposition during passivation

S • Does not require heavy blowdown to rid the system of phosphate prior to unit start-uplheatload Minimizes production downtime by providing a fast return to normal operation

• Provides an easy transition to normal cooling system operation Uses real-time monitoring to easily control the amount of chemicals required during passivation

S BflTs7n is a liquid product that utilizes Nalco's proprietary mild steel corrosion inhibitor, Phosphinosucdnic Oligomer (PSO), in conjunction with rnolybdate, yellow metal corrosion inhibitors,

5 patented tagged high stress polymer and a high performance cleaner as part of the 3D TRASARCooIIng System Passlyation Program to pretreat and passivate cooling water systems.

5 PHYSICAL & CHEMICAL PROPERTIES

These properties are typical. Refer to the Material Safety Data Sheet (MSDS), SECTION 9, for the most current data.

Product Bulletin: 30T701 Page 2

Viscosity @60°F (15.6DC) 2-4 cp Flash Point: None Odor None Color yellow Volatile organic compounds (VOC) 0.0% calculated

ACTIVE CONSTITUENTS

Component Function P50 Scale and Steel Corrosion Inhibitor

Yellow Metal

control

REGULATORY APPROVALS

Refer to the Material Safety Data Sheet (MSOS), SECTION 15 for the most recent information on approvals

MATERIALS OF COMPATIBILITY

Compatible Not Compatible Buna-N Aluminum EPDM Brass Hypalon Carbon Steel Neoprene Plasite 4005 Plasite 6000 Plasite 7122 Polyethylene Polypropylene Polyurethane PVC Stainless Steel 304 Teflon Vinyl Viton

DOSAGE AND FEEDING

For complete dosage and feeding recommendations, consult your Nalco Sales Engineer.

ENVIRONMENTAL AND TOXICITY DATA

Product Bulletin: 30T701 Page 3

Biochemical Oxygen Demand (5-day SOD6) 12700-PPM

Chemical Oxygen Demand (COD) 180,000-PPM Total Organic Carbon (TOC ) 54,000-PPM

Refer to the product's Material Safety Data Sheet (MSDS) , SECTIONS 11 and 12, for all aquatic and mammalian information.

SAFETY AND HANDLING

Wear appropriate personal protective equipment when handling ff= Refer to the Material Safety Data Sheet (MSDS), SECTIONS 3 and 8, for the most current data.

STORAGE

Biit1Oi should be stored in a location where the product temperature can be kept in a range between 32°F (0°C) and 120°F (490C).

BIZO1i contains a reportable quantity (RO) substance(sodium hydroxide). All storage vessels of tiflh,7fll] must be in secondary containment if the storage capacity exceeds the ROof 39,620 pounds (17,972 Kgs).

Recommended in-plant storage limit is one year. Refer to the Material Safety Data Sheet (MSDS), SECTION 7, for the most current data.

REMARKS

If you need assistance or more information on this product, ptease call your nearest Nalco Representative. For more news about Nalco Company, visit our website at y.wn.nalco.com.

For Medical and Transportation Emergencies involving Nalco products, please see the Material Safety Data Sheet for the phone number.

ADDITIONAL INFORMATION

3D TRASAR, TRASAR, NALCO, the Logo and Tagline are registered trademarks of Nalco Company (4-02-2008)

Nalco Company, 1601 West Olohi Road, NapoMllo, IllinoIs 60563-1198

Subsidiagies and Affiliates in Prindpal Locations kound the World 02004 Nalco Company AU Rights Reserved

Product Bulletin: 3DT265

Page 1

Product Bulletin

NALCO

3D TRASAR® i1- Cooling Water Scale and Corrosion Inhibitor

PRODUCT DESCRIPTION AND APPLICATION

3D TRA SAl? products are pan of an innovative water treatment program that uses proven technology to prevent operational problems. 3D TRASA F? compensates for both rout/ne and special causes of system variation. 3D TRA SAP programs provide a return on your in vestment through their unique control and diagnostic capabilities.

3D TRASAR flT)P2SR is designed for use in systems with recirculating water calcium concentrations greater than 300 ppm (as CaCO,) at the targeted cycles when the pH is typically greater than 8.7. Because Bfl112E5 contains no molybdate or zinc, it should be considered as a more environmentally friendly chemistry to meet the regulatory needs of many customers.

is a balanced blend of corrosion and scale inhibitors designed for use in open recirculating water systems. IYTDR contains:

Proprietary blend of phosphonate inhibitors for both threshold level scale and corrosion inhibitors. They are particularly applicable to systems where calcium carbonate and/or sulfate scales are likely. Proprietary High Stress Polymer (HSP) dispersant. Benzotriazole (BZT) for copper corrosion inhibition.

OR ;M is designed to operate at high alkalinities, minimizing or eliminating the need for acid feed. Corrosion protection is provided by specific organic phosphate derivatives binding to the ferrous corrosion sites and from the protection provided by operating at a higher alkalinity. Scale protection and general dispersancy are provided by a unique polymer designed for high stress systems.

PHYSICAL & CHEMICAL PROPERTIES

These properties are typical. Refer to the Material Safety Data Sheet (MSDS), SECTION 9, for the most current data.

Product Bulletin: 3DT265

Page 2

ACTIVE CONSTITUENTS

REGULATORY APPROVALS

Rr4Ti% is intended for industrial use only. It must not be fed to potable water systems. Refer to the Material Safety Data Sheet (MSDS), SECTION 15 for the most recent information on approvals.

MATERIALS OF COMPATIBILITY

PORTA-FEED Uner Blue Plastic Drun (HDPE) Plasite 4300, 7122 Teflon

DOSAGE AND FEEDING

For complete dosage and feeding recommendations, contact your Nalco sales engineer.

ENVIRONMENTAL AND TOXICITY DATA

Biological Oxygen Demand (5-day 000,) 8.700 ppm Chemical Oxygen Demand (COD) 439,000 ppm Total Organic Carbon (TOC) Not Available

Refer to the product's MSDS, SECTIONS 11 & 12, for all mammalian and aquatic information.

SAFETY AND HANDLING

Product Bulletin: 3DT265 Page 3

Before using this product please refer to SECTIONS 8 of the MSDS for proper personal protective equipment (PPE) and SECTIONS 3 for health effects information. RflT7B is an acidic product and can cause eye_and skin irritation. Chemical-resistant gloves and safety goggles should be worn when handling RnZ7RR, Avoid breathing the solution spray. Do not lake internally.

STORAGE

t4PiflSR should be stored in a location where the product temperature can be kept in a range between 280 F (-7°C) and 120°F (49°C). Recommended in-plant storage limit is one year. Refer to the Material Safety Data Sheet (MSDS), SECTION 7, for the most current data.

REMARKS

If you need assistance or more information on this product, please call your nearest Nalco Representative. For more news about Nalco Company, visit our website at www.nalco.com.

For Medical and Transportation Emergencies involving Nalco products, please see the Material Safety Data Sheet for the phone number.

ADDITIONAL INFORMATION

TRASAR, 3D TRASAR, NALCO and the Logo are registered trademarks of Nalco Company (10-22-2008)

Nalco Company, 1601 West Ciohi Road, Naporvillo, IllinoIs 60563-1198

Subsidiaries and Affiliates in PrIncipal Locations Around the World 02004 Nalco Company All Rights Reserved

Produd BuHetin; C-4710 Page I

Product OuIIin 'NALCO

NALCO! C-4710 Closed Syátem Treatment

PRODUCT DESCRIPTION AND APPLICATION

NALCO C-4710 is a concentrated, dry powder, multifunctional chemical treatment used for the control of corrosion and fouling in closed cooling and chilled waler systems.

NALCO C-4710 is contains a combination of ferrous and non-ferrous corrosion inhibitors along with a borate buffer, and scale and deposit inhibitor.

PHYSICAL & CHEMICAL PROPERTIES

These properties are typical. Refer to the Material Safety Data Sheet (MSDS), SECTION 9, for the most current data.

Color Tan Porn,

ACTIVE CONSTITUENTS

A .4 'a

REGULATORY APPROVALS

NALCO C4710 is Inlended for industrial use only. It should not be fed to potable water systems. Please refer to the Material Safety Data Sheet for the most recent approval in(om,ation.

MATERiALS OF COMPATIBILFTY

Compatible Buna-N Nickel

15

Product Bulletin: C-4710 Page 3

If you need assistance or more information on this product, please call your nearest Nalco Representative. For more news about Nalco Company, visit our website at iw.naIco.com.

For Medical and Transportation Emergencies involving Nalco products, please see the Material Safety Data Sheet for the phone number.

ADDITIONAL INFORMATION

NALCO is a registered trademaric of Nalco Company (6/17/04)

Nalco Company. 1601 West Orelil Road. Naperville. Illinois €0563.1199

Sutsrdra,,e?....-, I - ....:c. 0 iti;ntlpal incaftons P:eunc lre World 200a 'aIco C.r t 'l R:9is Reserved

Confidential Product

Profile 1NALCO. For employee Use only.

Click Here To Display (or Hide) Index Card Fields:

PRODUCT NAME

TRASAR® TRAC1 01 Traced Closed System Treatment

PRODUCT DESCRIPTION AND APPLICATION

TRASAR TRACIOI isa traced, liquid corrosion and deposit inhibitor for use in closed cooling and hot water heating systems. TRASAR TRAC101 is effective in high heat flux systems where heat transfer surface experience high skin temperatures and corrosion control challenges are demanding. TRASAR TRAC101 is a multi-component inhibitor that provides ferrous metal corrosion protection, copper alloy corrosion protection, scale inhibition and dispersahcy. Optional TRASAR technology constantly monitors, displays and automatically doses product to a target concentration keeping your system continuously protected.

PHYSICAL & CHEMICAL PROPERTIES

Refer to SECTIONS 11 and 12 of the Material Safety Data Sheet for all available mammalian and aquatic toxicity information.

Form Liquid Density 10.4- 10.75 lb/gal (1.25- 1.29

kgJL)

Specific Gravity at 60°F (15.6 °C) 1. 25-1.29

ACTIVE CONSTITUENTS

Active Function NitritI Mild Steel Corrosion Inhibition Molybdate Mild Steel Corrosion Inhibition Polymer Dispersion and Deposition Control Azole Yellow Metal Corrosion Inhibition

NOTE - This product can be considered TRACED MALCO 8325

Active Ingredient Function Weight % Sodium Nitrite Mild Steel Corrosion Inhibitor 24.4% as NaNO2 Molybdate Mild Steel Corrosion Inhibitor 3.9% as MoO.

I olyitnazole Yellow Metal Corrosion Inhibitor 0.86% as TI Trasar #2 Monitoring and Control Product factor 303

REGULATORY APPROVALS

TRASAR TRAC 101 is intended for industrial use only. It should not be fed to potable water systems. Please refer to the Material Safety Data Sheet for the most recent approval information.

MATERIALS OF COMPATIBILITY

Polyvinyl chloride (PVC)

Stainless Steel 304 & 316

Viton

DOSAGE AND FEEDING

The dosage of TRASAR TRAC10I will vary depending on the operating characteristics of your system. Your Nalco representative will recommend the optimum dosage for cost-effective control and results.

Dosage Requirements

The dosage of TRASAR TRAC1 01 is dependent upon system operating temperature. The following target dosage chart was developed for zero hardness systems.

Operating Temperature Range TRASAR TRAC101 Dosage

ppm oz/GaI LB/i 000 Gal I / m' 120 <49 3,065 0.3 25.5 2.3

120- 140 49-60 4090 0.4 34.1 3.1 140-160 60-71 5,110 0.5 42.6 3.9 160-200 71-93 6.130 0.6 51.1 4.7

I 200-300 1 93-149 j 8,175 1 0.8 1 68.1 1 6.3

Molybdates are sensitive to chloride concentrations. Chloride levels above 500 ppm are not recommended.

Testing and Control

Nitrite lest Kit No. Universal Oropwise Procedure AP-053 420-00318.88 Titration (40 ppm NO,! Drop) Reagent Set: 2- 250 ppm NO, (10 Procedures AP-003 / 460-50464.87 ml Sample) 890 2010 & 2400

Molybdate Reagent Set: 0.3 -40 ppm Mo (10 Procedures AP-002 I 460-P3102.88 nil Sample) 890, 201082400

TRASAR TRAC1 01 Dosage I ppm Active Conductivity ppm az/gal it m' I NO2 NaNO, Mo MoO4 - uS/cm 3,065 0.3 2.3 528 792 74 132 2,145 4,090 0.4 3.1 704 1,056 98 164 2,860 5,110 0.5 3.9 880 1,320 123 205 3,580 6,130 0.6 4.7 1,056 1,584 148 246 4,290 8,175 0.8 6.2 1,408 2,112 19? 328 5,720

This product will add approximately 0.7 uS/cm of conductivity per ppm of product dosed to the system.

TRASAR Set-Up Procedure [Only applies to TRASAR 3000 Controllers]

Calibrate the TRASAR 3000 unit to the following settings. PF (Product Factor) = 303 Cal Sot (Calibration Solution Factor) = 1.0 (Calibration Solution S0920) Set Point = Target 300.

The ppm readings on the TRASAR unit's display needs to be multiplIed by 10 to obtain the ppm level of TRASAR TRAC1O1 product.

Label the TRASAR unit (s) such that It Is clearly understood that the ppm product readings on the TRASAR unit needs to be multiplied by 10 to obtain the correct ppm product feed for TRASAR TRACIOI.

mott at), 00MLI6IVIIy and bacetbi auMy ale necesry for scx,nd control and for aiszning ueatmcnt acttwes ore in the zgetS g. TRASAR's pcimary benefitsiqi a closed system include automated dosing, quick d,edc for product loss. leak kwestigaiion and

If nitrite levels drop, microbiological contamination or some other contaminating oxidant may be present. Microbiological contamination is a serious problem, use Easi-Cult dip slides to check for microbiological contamination. The presence of any colonies indicates microbio control treatment is necessary.

Biocides commonly used in dosed systems.

Glutaraldhyde 2838(15%), 14550(50%)

Isothiazoline 2593 (1 .5%), 7330(1.5%)

DBNPA AG-451 (5%) 7320(20%). 2510(20%)

Refer to the PAC 3D CPP presection for a non-oxidizing program selection guide. Do not use oxidizing biocides with this program.

Do not overfeed this product or precipitation problems may result.

PRODUCT FEEDING AND PROGRAM COMPATIBILrrY

TRASAR TRAC101 should be fed via a closed feed system. A dosed feed system is defined as a system in which fluid is moved from a closed storage vessel into a treated media without exposure to the atmosphere except through normal venting or pressure relief devices.

TRASAR TRAC101 should be fed neat. Do not mix with other chemicals unless otherwise noted. Unstable reactions may occur that can deteriorate the effectiveness of the product.

TRASAR TRAC101 is compatible with glycol anti-freezes; however, since TRASAR TRAC101 contains no buffer, degradation of glycol to organic acids may cause a pH reduction that can result in loss of corrosion protection. If you are using TRASAR TRACIOI in a glycol containing system, check the pH periodically to ensure that the system p1-I stays above 8.0. Lowering of the system pH could indicate that the glycol is degrading.

Tip: An automotive anti-freeze hydrometer can be use for simple quick checks of ethylene and propylene glycol. Available at automotive supply stores. If greater accuracy is required a laboratory grade hydrometer should be used.

TRASAR TRAC101 is not compatible with chromate, cationic biocides, or oxidizing biocides. Using TRASAR TRAC 101 with any of these materials will result in the loss of the corrosion inhibitor program.

TRASAR TRACIOI is not compatible with and should not be used in sodium chloride, calcium chloride or lithium bromide brine systems.

ROl CRITICAL SUCCESS FACTORS

The ROI can be expressed in terms of what dollar savings the customer experiences by avoiding costly down time (labor and equipment) due to corrosion failures of the closed loop system. In some applications, even one hour of system downtime can represent a loss of hundreds of thousands of dollars. Having a cooling water corrosion treatment program they can rely on represents significant operational cost reduction.

Reduces closed system corrosion - Increases equipment life and system reliability. - Minimizes repair and maintenance cost. - Reduces the risk of unscheduled downtime. * Eliminates insulating deposits on exchanger tubes. - Aids in cutting energy usage and cost by maintaining cleaner heat transfer surfaces.

Reduces the chance of costly clean up. * Available in PORTA-FEED° hands-free delivery.

No chemical handling for improved plant safety. Improves plant appearance. No drum disposal cost or liability.

* TRASAR Control & Diagnostics (Optional). Automated Dosing & Control

- 24/7 Residual Monitoring - Diagnose system operation. - Assist in leak detection. * Compatible with ethylene and propylene glycol anti-freezes. * Simple dropper test for measuring residuals. - Simple, quick and accurate testing.

- Spectrophotometer method for those who prefer more detailed analytical testing. * Designed to control corrosion of all common closed system metals.

Single product convenience - Controls aluminum corrosion

ENVIRONMENTAL AND TOXICITY DATA

Biological Oxygen Demand (5-day BOD) Not Available Chemical Oxygen Demand (COD) Not Available Total Organic Carbon (TOC) Not Available

Refer to SECTIONS 11 and 12 of the Material Safety Data Sheet for all available mammalian and aquatic toxicity information.

SAFETY AND HANDLING

Before using this product, please refer to SECTION 8 of the MSDS for proper personal protective equipment recommendations and SECTION 3 for health effects.

TRASAR TRAC1 01 is an alkaline material. Chemical-resistant gloves and chemical splash goggles should be worn when handling TRASAR TRACIOI.

This product contains a reportable quantity (RQ) substance. All storage vessels of TRASAR TRAC101 must be in secondary containment when the storage capacity exceeds the P0 of 410 pounds 1904 Kg]. Refer to SECTION 15 of the MSDS for specific information.

STORAGE

Recommended in-plant storage limit is six months. TRASAR TRAC101 should be stored in a location where the product temperature can be kept in a range between - 6°F (- 21°C) and 120°F (490C). In cold climates, heat tracing and insulation of exposed containers and transfer lines may be necessary.

REMARKS

If you need assistance or more information on this product, please call your nearest Nalco Representative. For more news about Nalco Company, visit our website at w.nalco.com.

For Medical and Transportation Emergencies involving Nalco products, please see the Material Safety Data Sheet for the phone number.

ADDITIONAL INFORMATION

PORTA-FEED and NALCO re registered trademadcs of Nalco Company (8-25-04)

Available LIterature

- 6-434 TRASAR 8000 Hand-Held Fluorometer - Boiler/Cooling Water TRASAR Analysis - 6-404 TRASAR 3000/Cooling Water TRASAR Control

WATER TREATMENT FOR CLOSED HEATING & COOLING SYSTEMS

Closed recirculating systems are used in a variety of industrial and commercial situations. The most com.monly used are found in refrigeration and air-conditioning systems where chilled water is circulated from the chiller to the air handling equipment. Another common system would be the hot water system.

A system is considered "closed" if it does not employ open evaporation for cooling and has a water loss of less than 5% of the circulating rate. In terms of water treatment these systems required little maintenance, because once charged with chemicals, they normally remain charged. Closed system treatment programs differ from those of open recirculating systems in that they are primarily concerned with corrosion with less emphasis placed on deposit formation and microbiological growth.

CORROSION The objectives of a closed system water treatment program are to minimize corrosion, prevent metal loss and prevent the formation of corrosion by-products. The less makeup a system requires, the more attainable are these goals. Once the corrosion inhibitor is added, it will theoretically passivate the metal surface and remain in the system protecting it against future attack.

Although it might initially appear that the rapid depletion of corrosive dissolved oxygen would render chemical treatment of a closed system unnecessary, closer examination reveals that these systems are rarely oxygen free - the result of constant oxygen leakage through valves, pipe joints, and pump packing.

In addition to that caused by the presence of the dissolved gases, closed systems are often constructed of a variety of dissimilar metals which result in galvanic corrosion.

The corrosion inhibitors most commonly used are nitrites and molybdenum. As in the case of cooling water, chromates have been discontinued for environmental reasons. Many..industry experts,prefer molybdenum as it. is less.subject to-

iological fouli Typical industry standards would target 500-1200 ppm nitrite and 80-120 ppm. Molybdenum. In either case the addition of preventive biocides improves a program.

DEPOSITION Mineral salt deposition is usually not a primary consideration in closed systems because the makeup water requirements are generally low and no evaporation or concentration of the recirculating water occurs. In most instances, scaling becomes a problem when the system continually suffers excessive water losses and a water supply containing high hardness levels is used as a makeup source. Hot water systems are more likely to scale than chilled water systems.

In systems where deposition is a problem, the severity is complicated by the fact that the closed system has no blowdown and consequently deposits are not removed once they have formed. They remain in the system and either cause erosion-corrosion by contributing to abrasion of pump impellers and seals or settle in low velocity areas blocking lines or fouling heat transfer surfaces. Accumulated deposits increase corrosion by accelerating under-deposit corrosion attack.

Under certain circumstances, inhibitors as phosphonates and polymers may be used to control a marginal scaling condition. If a closed system is fouled by particulate it is advisable to circulate iron cleaners combined with filtration and purge the system. Subsequent treatment with corrosion inhibitor is recommended.

MICROORGANISMS Although extensive microbiological growth is not usually encountered in a closed recirculating system, its presence can adversely affect a corrosion control program. Biological growth can impede effective heat transfer and cause blockage. Microbial under deposit corrosion can create intense localized pitting and corrosion resulting in leaks. This is particularly costly if it occurs on evaporator tubes. Routine addition of biocides is the best preventive method available, however fouled systems should be chemically cleaned, filtered and/or purged, and retreated.

NSW DPI

Emj

91 0): ir4Y3 1? c ' Jvinbi%!i uty.rJsg tCu') cc.aaa2Eo -S

FEORUARY 2007

PRIMEFACT 415 (REPLACES AGFACT A09.671

Nitrate and nitrite poisoning in livestock Dr Sarah Robson

Regional Animal Health Leader, Animal & Plant Biosecurity, Wagga Wagga

What is nitrate/nitrite poisoning?

During periods of drought, the amount of nitrate in the soil can Increase greatty because of:

a lack of leaching;

reduced nitrate uptake by plants;

decomposition of organic mailer.

When a drought breaks, nitrate uptake by plants may be high, especially in the first week after rain. If hungry animals are allowed free access to such plants, stock losses from nitrate/nitrite poisoning may be disastrous.

Nitrates and nitrites are dosety linked as causes of poisoning. Nitrate is not always toxic to animals. When feed containing nitrate is eaten by ruminant animals, nitrate is converted to nitrite, and then to ammonia, by rumen microbes. Non-ruminant animals are unable to do this.

RUMINANT:

Nitrite from feed

Nitrate from feed -3 nitrite -3 ammonia

micro blat protein

NON-RuMINANT:

Nitrite from reed " Nitrate from feed *-4 nitrite -94-4 ammonia

Nitrates have a direct, caustic effect on the lining of the gut if consumed in large quantities. Signs of poisoning include diarthoea, salivation and abdominal pain.

Nitrites are much more toxic. These are formed from nitrates during ruminant digestion and may also occur if stored plant materials heat up or are attacked by bacteria or fungi. When high levels of nitrites accumulate in the gastrointestinal tract, they are absorbed into the bloodstream. Nitrite in the bloodstream changes haemoglobin (the oxygen-carrying part of blood) to methaemoglobin (which cannot carry oxygen). If enough methaemoglobin is produced, the animal Will die. Some animals can tolerate up to 50% conversion of their haemoglobin without ill-effects; however, when more than 80% haemoglobin is converted, death occurs.

Sources of poisons

Plants

Nitrogen Is considered the plant nutrient most widely deficient in the world's soils. Various agricultural practices have therefore been developed to increase its concentration in the soil. These practices include incorporating legume varieties in pasture and applying various nitrogen-rich fertilisers (urea, sulfate of ammonia, blood and bone) to crops. Such practices sometimes cause plants grown in these soils to have nitrate levels above safe limits, resulting in livestock poisonings.

Certain weeds, various root crops, cereal hays, and even immature cereal crops can also cause these poisonings. More than 80 specific plants are knowii to cause nitrate/nitrite poisoning. Some of these plants are listed in Table 1 on the next page.

Plant factors

Under certain soil and environment conditions, plants can contain high levels of nitrates

Factors that facilitate uptake or nitrate by plants include:

- use of nitrogen-containing fertilisers;

- low soil sulfur and molybdenum;

areas where stock have congregated and urinated/defaecated (e.g. yards).

a NSW DEPARTMENT OF PRIMARY INDUSTRIES

Table 1. Some plants associated with nitrate/nitdle poisoning

Silage contains less nitrate than its parent crop due to the fermentation process that it undergoes. Forages high in nitrate can lose 480/6-80% of their nitrate content during fermentation.

Capeweed

Sorghum Variegated thistle

Maize Mlntweed

Rape Crown beard

Lucerne

lQkuyu

Pigweed

Redroot

Turnip tops Calirop (cat's head)

Sugar beet tops Marshrnaflow

Rye Blackberry

Sudan grass

Soybean

Fat hen

\M,eat

Bailey

Factors which cause nitrate to accumulate in the plant include:

drought;

cloudy or cold weathec

herbidde application - especially phenoxy herbicides such as 24-0:

wilting.

The amount of nitrate in plant tissues also depends on:

plant species;

stage of maturity:

part of the plant.

Nitrate concentrations are usually higher in young plants and decrease as plants mature. Most of the plant nitrate is also located in the bottom third of the stalk, hence the leaves contain less nitrate and the flowers or grain contain little to no nitrate.

Hay and silage

Hays made from cereal crops. especially those grown under drought conditions and cut while sappy', can develop toxic nitrite levels when they

heat up, Caten hay is particularly risky and becomes poisonous if previously dry hay is dampened by rain or snow some time before feeding out.

Hays made from nitrate-rich materials contain almost as much nitrate as when first made, unless some is converted to nitrite by heating or mould.

Water

Water can contain toxic levels of nitrates. High-risk sources include:

- water from deep wells fed by soil water from highly fertile soils;

condensed water from ventilating shafts in piggeries where there are high ammonia levels in the air,

fluids draining from silos containing materials rich in nitrates.

Water contaminated by fertiliser, animal wastes or decaying organic matter may also be a source of toxic levels of nitrate. Marginally toxic levels of nitrate in water, combined with marginally toxic levels of nitrate in feed, can also lead to poisoning.

Animal susceptibility

Species

There is considerable variation between species in their susceptibility to nitrite poisoning. Pigs are the most susceptible then, in order, cattle, sheep, and horses.

Nonguminants, such as horses and pigs, have no mechanism for converting nitrate to nitrite in their digestive tracts, so they are not susceptible to nitrite poisoning from excessive intake of nitrates. However, they are highly susceptible to poisoning from nitrite intake (for instance in mouldy hay) because they cannot convert the nitrite to ammonia.

Sheep are more efficient at converting nitrite to ammonia, so this may be the reason why they are less susceptible to nitrite poisoning than cattle.

Hungry stock

Hungry stock are at far greater risk than animals receiving regular and good fodder. This is because hungry stock consume more toxic feed, and, in the case of ruminants, their rumen microbes will not have had time to adapt to converting the nitrite to ammonia. For example, it takes about twice as much nitrate to kill a ruminant when the nitrate comes from forages that are eaten over a long period of time, compared to that which is consumed very quickly.

Ruminant animals receiving carbohydrate-rich fodders tolerate high nitrate and nitrite levels better than those that are not. This is because energy

pRIMEFAcT4,s, NITRATE AND NITRITE POISONING IN LivesTock 2

from carbohydrates (grain) helps rumen microbes convert nitrite to ammonia.

Animals that are stressed or in poor health or condition will also be more susceptible to nitratelnitñte poisoning.

Adaptation or acquaintance

Frequent intake of small amounts of high-nitrate feed increases the total amount of nitrate that can be consumed by ruminant animals without adverse effects. This is because rurnen microbes are adapted to deal with the increased nitrate content of the feed.

Signs of poisoning

Signs of nitrate poisoning are:

diarrhoea and vomiting;

- salivation;

abdominal pain.

Signs of nitrite poisoning usually appear 6-24 hours after the toxic material is consumed. These include:

rapid, noisy and difficult breathing:

blue/chocolate-coloured mucous membranes;

rapid pulse;

salivation, bloat! tremors, staggering:

dark, chocolate-coloured blood;

abortions - pregnant females that survive nitrate/nitrite poisoning may abort due to a lack of oxygen to the foetus: abortions usually occur 10-14 days after exposure to nitrates;

- weakness, coma, terminal convulsions, death.

Post-mortem findings

From nitrate poisoning:

severe reddening and stripping of the stomach and intestinal linings.

From nitrite poisoning:

dark red or coffee-brown blood that clots poorly;

pinpoint haemorrhages in internal organs and on internal surfaces;

accumulation of blood in the stomach wall.

Diagnosis

Diagnosis is based on:

observed clinical signs;

possible exposure to toxic plants, feeds or water,

post-mortem findings;

laboratory tests.

Treatment

Urgent veterinary attention is required to confirm the tentative diagnosis and to treat affected animals. Stock should immediately be removed from suspect material, and be handled as little and as quietly as possible. Hay or some other low-nitrate herbage should be fed to dilute the nitrate and/or nitrite in the stomach.

Affected animals can be treated by intravenous injections of methylene blue, a powdered dye material. Methylene blue converts the methaemoglobin back to oxygen-canying haemoglobin.

Note: Methylene blue is no longer approved by the Australian Pesticides and Veterinary Medicines Authority (APVMA) for use in food-producing animals.

This matter is under review. Contact your veterinarian for advice. If producers have an old supply of methylene blue on hand, they should consult their veterinarian before attempting to use it.

Prevention

The risk of poisoning can be reduced by:

having reeds and forages analysed for nitrate when in doubt, such as drought-stressed, small-grain forages:

not grazing stock on forages that are potentially dangerous;

observing stock frequently when put on potentially risky feed;

feeding hungry stock on dry hay or mature grass before allowing free access to immature cereal crops or root-crop tops;

feeding only well-dried cereal hays;

preventing hungry stock from gorging recently sprayed weeds;

preventing hungry stock from gorging highly fertilised crops;

not overstocking risky pastures! grazing crops - overstocking can result in more stalk material being consumed (the stalk contains the most nitrate in the plant). Avoid strip grazing for the same reason;

not grazing high-nitrate pastures or crops for 7 days after periods of rainfall, cloudy days, frosts, or high temperatures that cause wilting;

grazing stock on high-nitrate pastures or crops during sunny aftemoons (when the temperature is above 15°C) and removing them at night. This reduces the amount of high-nitrate forage consumed and helps nimen microbes to adapt:

prnuErAcTals, NITRATE AND NITRItE POISONING IN LIVEsTOCK 3

preventing access to high-risk weeds around yards/sheds:

- feeding risky material in small amounts diluted with safe feed, preferably high-carbohydrate feed such as grain (if accustomed to grain feeding), and gradually increasing the amount fed - this applies only to ruminants;

- ensuring that water does not contain high levels of nitrates;

not feeding green thop that has heated afler cutting;

never feeding mouldy hay.

Another option for reducing the risk of nitrate/nitrite poisoning is to harvest and feed high-nitrate forages as silage. This is because nitrate levels are reduced by the fermentation process when feed is ensued. Harvest these feed crops at least 7 days after rain or cloudy weather, preferably later in the day.

Harvesting close to maturity is also advised to reduce the risk of nitrate toxicity (although this means reduced digestibility of the feed).

Raising the cutter head to selectively avoid stalk bases is another method of reducing the risk of poisoning.

Further information

NSW Department of Primary Industries Regional Veterinary Laboratories (RVLs) can test feed samples for nitrate. Samples may be sent via your veterinarian to any NSW DPI RVL for testing.

For further information, visit or contact NSW DPI or your veterinary advisor.

© State or New South Wales through NSW Department of Primary Industries 2007

155W 1832-6858

ReplacesAgfact AO.9.67

Check for updates of this Primefact at: www.dpi.nsw.gov.aWprfmetactq

Dlsdairner. The Information contained In this publication Is based on knowledge and underIanding at the time of wilting (February 2007). However, because of advances in knowledge, users am remInded of the need to ensure that information upon Mitch they rely is up to date and to check oisTencyof the Information with the appropriate officer of New South Wales Department of Primary Industries or the user's Independent advtser.

Job number 7283

PRIMEFAcT 415, NITRATE AND NITRITE POISONING IN LIVESTOCK 4