Loading...
HomeMy WebLinkAboutRFP - 10211 Special Rotary Hydrated Lime10211 Special Rotary Hydrated Lime Page 1 of 28 REQUEST FOR PROPOSAL 10211 SPECIAL ROTARY HYDRATED LIME RFP DUE: 3:00 PM MT (Mountain Time), September 11, 2025 The City of Fort Collins is requesting proposals from qualified Service Providers to provide Special Rotary Hydrated Lime to the Fort Collins Water Treatment Facility. As part of the City’s commitment to sustainability, proposals must be submitted online through the Rocky Mountain E-Purchasing System (RMEPS) at http://www.bidnetdirect.com/colorado/city- of-fort-collins. Note: please ensure adequate time to submit proposals through RMEPS. Proposals not submitted by the designated Opening Date and Time will not be accepted by RMEPS. All questions should be submitted, in writing via email, to Jake Rector, Purchasing Manager at [Email], with a copy to Tyler Wells, Project Manager, at twells@fcgov.com, no later than 3:00 PM MT on September 4, 2025. Please format your e-mail to include: RFP 10211 Special Rotary Hydrated Lime in the subject line. Questions received after this deadline may not be answered. Responses to all questions submitted before the deadline will be addressed in an addendum and posted on the Rocky Mountain E-Purchasing System webpage. Rocky Mountain E-Purchasing System hosted by BidNet A copy of the RFP may be obtained at http://www.bidnetdirect.com/colorado/city-of-fort-collins. This RFP has been posted utilizing the following Commodity Code(s): 88578 pH Control Chemicals Prohibition of Unlawful Discrimination: The City of Fort Collins, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d- 4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The City strictly prohibits unlawful discrimination based on an individual’s gender (regardless of gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age 40 years or older, marital status, disability, sexual orientation, genetic information, or other characteristics protected by law. For the purpose of this policy “sexual orientation” means a person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality. The City also strictly prohibits unlawful harassment in the workplace, including sexual harassment. Further, the City strictly prohibits unlawful retaliation against a person who engages in protected activity. Protected activity includes an employee complaining that he or she has been discriminated against in violation of the above policy or participating in an employment discrimination proceeding. The City requires its Service Providers to comply with the City’s policy for equal employment opportunity and to prohibit unlawful discrimination, harassment and retaliation. This requirement Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 fcgov.com/purchasing 10211 Special Rotary Hydrated Lime Page 2 of 28 applies to all third-party Service Providers and their subcontractors/subconsultants at every tier. Public Viewing Copy: The City is a governmental entity subject to the Colorado Open Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals submitted hereunder are subject to public disclosure by the City pursuant to CORA and City ordinances. Service Providers may submit one (1) additional complete proposal clearly marked “FOR PUBLIC VIEWING.” In this version of the proposal, Service Providers may redact text and/or data that it deems confidential or proprietary pursuant to CORA. All pricing will be considered public records subject to disclosure under CORA and as such pricing cannot be redacted from the “FOR PUBLIC VIEWING” version of the proposal. Failure to provide a public viewing copy will be considered a waiver of any claim of confidentiality under CORA without regard to how the applicant’s proposal or certain pages of the proposal are marked confidential, proprietary, or similar. Such statement does not necessarily exempt such documentation from public disclosure if required by CORA, by order of a court of appropriate jurisdiction, or other applicable law. Generally, under CORA, trade secrets, confidential commercial information and financial data information may not be disclosed by the City. Proposals may not be marked “Confidential” or ‘Proprietary’ in their entirety. By responding to this RFP, Service Providers hereby waives any and all claims for damages against the City for the City’s good faith compliance with CORA. All provisions and pricing of any contract resulting from this request for proposal will be public information. Service Providers Registration: The City requires new Service Providers receiving awards from the City to submit IRS form W-9 and requires all Service Providers to accept Direct Deposit (Electronic) payment. If needed, the W-9 form and the Vendor Direct Deposit Authorization Form can be found on the City’s Purchasing website at www.fcgov.com/purchasing under Vendor Reference Documents. Please do not submit these documents with your proposal, however, if you take exception to participating in Direct Deposit (Electronic) payments please clearly note such in your proposal as an exception. The City may waive the requirement to participate in Direct Deposit (Electronic) payments at its sole discretion. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision-making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Collusive or Sham Proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. Utilization of Award by Other Agencies: The City of Fort Collins reserves the right to allow other state and local governmental agencies, political subdivisions, and/or school districts to utilize the resulting award under all terms and conditions specified and upon agreement by all parties. Usage by any other entity shall not have a negative impact on the City of Fort Collins in the current term or in any future terms. The selected Service Provider shall be required to sign the City’s Agreement prior to commencing 10211 Special Rotary Hydrated Lime Page 3 of 28 services (see sample attached to this document). Sincerely, Gerry Paul Purchasing Director 10211 Special Rotary Hydrated Lime Page 4 of 28 I. BACKGROUND & OBJECTIVE / OVERVIEW A. Objective The City of Fort Collins is requesting proposals from qualified Service Provider to provide Special Rotary Hydrated Lime to the Fort Collins Water Treatment Facility. B. Background The City of Fort Collins (City) is a vibrant community of approximately 175,000 located 65 miles north of Denver, at the base of the foothills of the Rocky Mountains. The City is 56 square miles in size and is the northern extension of the “Colorado Front Range” urban corridor. The City’s population includes over 33,000 college students. The Fort Collins Water Treatment Facility (FCWTF) provides reliable, high quality, and affordable drinking water to the Fort Collins community. II. SCOPE OF PROPOSAL A. Scope of Work 1. Lime Requirements Proposed Lime must meet all specifications as described in Exhibit A, FCWTF Standard Operating Procedure – Lime. 2. Estimated Quantity The estimated annual usage for Lime is 750 tons. Previous delivery totals are: 2017 – 736 tons 2018 – 754 tons 2019 – 744 tons These quantities are given solely as a basis for the computation of the amount of award or for evaluation purposes only; and are not to be considered a commitment to purchase. The awarded Service Provider shall be obligated to honor all individual releases of orders through the firm price period. 3. Current standards All work and/or materials must meet current standards in force by recognized technical and professional societies, trade and materials supply associations, institutes and organizations, bureaus and testing laboratories, and national, federal, state, county, and local laws, codes and ordinances. All work shall be performed in accordance with ANSI Z133.1 A300 and applicable OSHA and AWWA Standards. In addition, Service Providers must adhere to requirements described in Exhibit B, FCWTF EMS Guide for Contractors and Service Providers. Lack of compliance is grounds for cancellation of the Agreement and/or any unfulfilled purchase orders. 4. Delivery & Freight Delivery of Lime must be made within 72 hours from time of order. Prices quoted shall include freight, FOB to Fort Collins Water Treatment Facility at 4316 Laporte Avenue, Fort Collins, CO. Pricing is to include any & all hazmat charges, 10211 Special Rotary Hydrated Lime Page 5 of 28 delivery charges, regulatory compliance charges, fuel/surcharge fees, deposits, and transportation charges, etc. The City will not pay demurrage or other charges unless the City requests the Service Provider leave the container past the delivery date. 5. Protection Of Property All existing structures, utilities, services, roads, trees, shrubbery, etc. located on City property shall be protected against damage or interrupted services at all times by the Service Provider during the term of the awarded contract. The Service Provider shall be held responsible for repairing or replacing any and all property which is damaged by reason of the Service Provider’s operation on the property to the satisfaction of the City. B. Security Clearance and Criminal Background All employees provided by the Service Provider for assignment to any City facility must have a clean criminal background. The awarded Service Provider will be required to facilitate, prior to acceptance of employment, background screening of all employees at Service Provider’s expense. In the event that a background check raises questions about the trustworthiness, fitness for provision of services under this Agreement, competence or suitability of any individual working with members of the general public, such individual shall not be employed in connection with the services or activities required. Violation of this specification may be grounds to terminate services with the Service Provider. The City reserves the right, at its discretion, to preclude any manager, supervisor or employee from providing services under this contract. C. Anticipated Schedule The following represents the City’s target schedule for the RFP. The City reserves the right to amend the target schedule at any time. • RFP issuance: August 22, 2025 • Question deadline: 3:00 PM MT on September 4, 2025 • Proposal due date: 3:00 PM MT on [Date] • Award of Contract (tentative): September 2025 D. Interviews In addition to submitting a written proposal, the top-rated Service Providers may be interviewed by the RFP assessment team and asked to participate in an oral presentation to provide an overview of the company, approach to the project and to address questions. The evaluation criteria for the oral interviews will be the same as the criteria for the written evaluations and is included in Section IV. Instead of traditional in-person interviews for the optional interview session, the City may opt to use alternate methods including, but not limited to remote interviews through a platform such as Microsoft Teams or Zoom. 10211 Special Rotary Hydrated Lime Page 6 of 28 E. Subcontractors/Subconsultants Service Provider will be responsible for identifying any subcontractors in their proposal and shall provide assurances that the subcontractor can meet all delivery requirements listed in Exhibit A, FCWTF Standard Operating Procedure - Lime. Please note that the City will contract solely with the awarded Service Provider; therefore subcontractors will be the responsibility of the Service Provider. F. Current standards All work and/or materials must meet current standards in force by recognized technical and professional societies, trade and materials supply associations, institutes and organizations, bureaus and testing laboratories, and national, federal, state, county, and local laws, codes and ordinances. In addition, the Fort Collins Water Treatment Facility Standard Operating Procedure and EMS Guide for Service Providers are to be adhered to. Lack of compliance with these two documents is grounds for cancellation of the purchase order/agreement. G. Fees, Licenses, Permits The successful Service Provider shall be responsible for obtaining any necessary licenses, fees or permits without additional expense to the City. All vehicles and equipment shall be properly licensed and insured, carry the appropriate permits and be placarded as required by law. H. Laws and Regulations The Service Provider agrees to comply fully with all applicable local, State of Colorado and Federal laws and regulations and municipal ordinances to include American Disabilities Act (ADA). I. Invoicing and Payment Invoices should be emailed as services are provided to invoices@fcgov.com with a copy to the Project Manager. The cost of the work completed shall be paid to the Service Provider each month following the submittal of a correct invoice by the Service Provider indicating the project name, Purchase Order number, task description, hours worked, personnel/work type category, hourly rate for each employee/work type category, date of the work performed specific to the task, percentage of that work that has been completed by task, 3rd party supporting documentation with the same detail and a brief progress report. Payments will be made using the prices stated in the Agreement. In the event a service is requested which is not stated in the Agreement, the Service Provider and the City will negotiate an appropriate unit price for the service prior to the Service Provider initiating such work. The City pays invoices on Net 30 terms. III. PROPOSAL SUBMITTAL Please limit the total length of your proposal to a maximum of fifty (50) 8 ½ x 11” pages (excluding cover pages, table of contents, dividers and Acknowlegement form). Font shall be a minimum of 10 Arial and margins are limited to no less than .5” for sides and top/bottom. Extended page sizes, such as 11” x 17”, count as a single page and may be used for detailed 10211 Special Rotary Hydrated Lime Page 7 of 28 pricing. Links to other files or websites shall not be permitted. Proposals that do not conform to these requirements may be rejected. Service Providers are required to provide detailed written responses to the following items in the order outlined below. The responses shall be considered technical offers of what Service Providers propose to provide and shall be incorporated in the contract award as deemed appropriate by the City. A proposal that does not include all the information required may be deemed non-responsive and subject to rejection. Responses must include all the items in the order listed below. It is suggested that the Service Providers include each of the City’s questions with their response. The City of Fort Collins shall not reimburse any firm for costs incurred in the preparation and presentation of their proposal. A. Cover Letter / Executive Summary The Executive Summary should highlight the content of the proposal and features of the program offered, including a general description of the program and any unique aspects or benefits provided by your firm. Indicate your availability to participate in the interviews/demonstrations on the proposed dates as stated in the Schedule section. B. Service Provider Information 1. Describe the Service Provider’s business and background 2. Number of years in the business 3. Details about ownership 4. An overview of services offered and qualifications 5. Size of the firm 6. Location(s) of offices. If multiple, please identify which will be the primary for our account. 7. Primary contact information for the company including contact name(s) and title(s), mailing address(s), phone number(s), and email address(s). Complete Section V, Acknowledgement. C. Scope of Proposal 1. Provide a detailed narrative of the services proposed if awarded the contract per the scope above. Include details of who to contact for annual pricing information, how to place orders, delivery of material, unloading, documentation, etc. 2. Describe how your organization will adhere to the requirements set forth in Exhibit A, FCWTF Standard Operating Procedure – Lime, and Exhibit B, FCWTF EMS Guide for Contractors and Service Providers. 3. Describe how the product will be transported. If applicable, include information regarding the subcontractor to be used for transporting the product, such as the name of the firm to be used, their history with your firm and previous experience transporting products. The Service Provider is to provide a list of intended delivery agents (motor carrier) and a letter from the U.S. Department of Transportation, Federal Highway Administration, stating the Motor Carrier Safety Rating for the 10211 Special Rotary Hydrated Lime Page 8 of 28 company as part of the bidding process. Each listed motor carrier’s rating must be Satisfactory or above to be considered in the proposal process. 4. The Service Provider shall submit information on where the product is sourced and if they anticipate that source will change during the contract term. Include information on the quality of the product for use in potable water treatment including the AWWA and NSF Certifications. 5. What is the expected lead time? 6. What is the truckload quantity for each item? 7. Does your firm provide a warranty for the materials? If so, please provide it with your response. 8. Describe in detail how your firm provides the following: a. Quality Assurance methods b. Quality Guidelines c. Performance Standards D. Firm Capability and Assigned Personnel Provide the following information: 1. A list of qualifications for your firm and qualifications and experience of your firm in supplying and delivering the material to the City, as described above. 2. Provide a minimum of two similar projects with public agencies in the last 5 years that receive Lime from your firm. Include the owner’s name, title of project, beginning price, ending price, contact name, email and phone number, sub-consultants on the team and a brief description of the work. 3. Provide a copy of an inspection report/checklist/worksheet used when preventative maintenance services are performed. 4. Provide your firm’s OSHA reportable accident rate and current workman’s compensation Experience Modification Rate (EMR) for the last 3 years. 5. Address your company’s safety program and any additional information that would be useful in demonstrating your approach to a safe work site. Unsafe conditions to the public, owner, engineer, and Service Provider are not an option. 6. Provide a list of all projects in the last 3 years that have received an OSHA citation either to the GC or sub-contractor on the jobsite and provide a narrative of the citations. Limit your response to projects that have occurred in the Rocky Mountain region. 7. Describe the methods and timeline of communication your firm will use with the City’s Project Manager and other parties. E. Sustainability/TBL Methodology In concise terms (no more than two pages), please describe your organization’s commitment to sustainability and supporting values. Each element of the TBL sustainability criteria will receive equal consideration in 10211 Special Rotary Hydrated Lime Page 9 of 28 determining the final Sustainability/TBL score. 1. Address how your firm strives to incorporate all three aspects (social, environmental, and economic) of Triple Bottom Line (TBL) sustainable practices into the workplace. Provide examples along with any metrics used to measure success within your firm. 2. Also provide examples of how your firm has incorporated all three aspects of TBL sustainable practices in previous similar projects on which your firm has been the prime Service Provider. Some examples are provided below: a. Environmental – Experience delivering projects / programs focused on environmental health priorities in the areas of climate resiliency, water quality and watershed protection, regulatory performance, management systems, air quality, renewable energy, sustainable building and design, construction materials management, and solid waste reduction. b. Economic – Experience working and delivering projects with an emphasis on strategic financial planning, job creation, business development, asset management, various project delivery methods, value engineering, regional partnerships, transparency, stakeholder engagement, strategic investments, aging infrastructure, repurposing of existing facilities, and competing financial priorities. c. Social - Experience working and delivering projects, programs, and/or initiatives that support Equity, Diversity, and Inclusion throughout your firm’s workplace, including leadership, and supply chain. Examples of this may be demonstration of working within cultural and language gaps, development of diversity programs, diverse project teams, equitable opportunity Service Provider supply chain, and how your firm has applied an equity lens to processes such as recruitment, hiring, purchasing, career pathways, salaries, and staff engagement. F. Cost and Work Hours In your response to this proposal, please provide the following: 1. What is the price per ton of Lime, per most current AWWA Standard and any applicable NSF Standards, delivered to FCWTF? (NOTE: Price is to include any and all hazmat charges, delivery charges, regulatory compliance charges, permits, transportation charges, etc.) 2. Is your firm able to hold the price for at least one (1) year? 3. What unit of measure is used for invoicing? If this unit is different than the one used to price the product in G.1., please provide additional information regarding this unit and subsequent price. G. Sample Agreement Included with this request for proposals is a sample Agreement that the City intends to use for obtaining the services of the Service Provider. The Service Provider is required to review this Agreement and indicate any objections to the terms of the contract. If revisions to the contractual terms are requested, provide suggested revisions. 10211 Special Rotary Hydrated Lime Page 10 of 28 H. Acknowledgement The Acknowledgement form is attached as Section V. Complete the attached form indicating the Service Provider hereby acknowledges receipt of the City of Fort Collins Request for Proposal and acknowledges that the Service Provider has read and agrees to be fully bound by all of the terms, conditions and other provisions set forth in the RFP. IV. REVIEW AND ASSESSMENT CRITERIA A. Proposal and Interview Criteria Service Providers will be evaluated on the following criteria. This set of criteria will be the basis for review and assessment of the written proposals and optional interview session. At the discretion of the City, interviews of the top-rated Service Providers may be conducted. The rating scale shall be from 1 to 10, a rating of 1 doesn’t meet minimum requirements, a rating of 5 means the category fulfills the minimum requirements, and 10 exceeds minimum requirements in that category. WEIGHTING FACTOR CATEGORY STANDARD QUESTIONS 2.0 Scope of Proposal Does the proposal address all elements of the RFP? Does the proposal show an understanding of the project objectives, methodology to be used and results/outcomes required by the project? Are there any exceptions to the specifications, Scope of Work, or agreement? Are other qualified personnel available to assist in meeting the project schedule if required? 3.0 Firm Capability & Assigned Personnel Does the firm have the resources, financial strength, capacity and support capabilities required to successfully complete the project on- time and in-budget? Has the firm successfully completed previous projects of this type and scope? Do the persons who will be working these services have the necessary skills and qualifications? Are sufficient people of the requisite skills and qualifications assigned to the project? 10211 Special Rotary Hydrated Lime Page 11 of 28 WEIGHTING FACTOR CATEGORY STANDARD QUESTIONS 1.0 Sustainability/TBL Methodology Does the firm demonstrate a commitment to Sustainability and incorporate Triple Bottom Line methodology in both their Scope of Work for the project, and their day-to-day business operating processes and procedures? Does the firm demonstrate a commitment to all three aspects (social, environmental, and economic) of the Triple Bottom Line (TBL) methodology of sustainability for this project and in their company value system as evidenced by their day-to-day business operating processes, practices and procedures? 4.0 Cost & Work Hours Does the proposal included detailed cost break- down for each cost element as applicable and are the line-item costs competitive? Are the work hours presented reasonable for the effort required by each project task or phase? 10211 Special Rotary Hydrated Lime Page 12 of 28 V. ACKNOWLEDGEMENT This form may not be redlined and must be submitted with your proposal. Failure to adhere to these requirements may result in your proposal being rejected. Service Provider hereby acknowledges receipt of the City of Fort Collins Request for Proposal and acknowledges that it has read and agrees to be fully bound by all of the terms, conditions and other provisions set forth in the RFP 10221 Special Rotary Hydrated Lime and sample Agreement except as otherwise noted. Additionally, Service Provider hereby makes the following representations to City: a. All of the statements and representations made in this proposal are true to the best of the Service Provider’s knowledge and belief. b. Service Provider commits that it is able to meet the terms provided in this proposal. c. This proposal is a firm and binding offer, for a period of 90 days from the date hereof. d. Service Provider further agrees that the method of award is acceptable. e. Service Provider also agrees to complete the proposed Agreement with the City of Fort Collins within 10 days of notice of award. If contract is not completed and signed within 10 days, City reserves the right to cancel and award to the next highest rated firm. f. Service Provider acknowledges receipt of addenda. g. Service Provider acknowledges no conflict of interest. h. Service Provider acknowledges that the City is a governmental entity subject to the Colorado Open Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals submitted hereunder are subject to public disclosure by the City pursuant to CORA and City ordinances. Service Providers may submit one (1) additional complete proposal clearly marked “FOR PUBLIC VIEWING.” In this version of the proposal, Service Providers may redact text and/or data that it deems confidential or proprietary pursuant to CORA. All pricing will be considered public records subject to disclosure under CORA and as such pricing cannot be redacted from the “FOR PUBLIC VIEWING” version of the proposal. Failure to provide a public viewing copy will be considered a waiver of any claim of confidentiality under CORA without regard to how the applicant’s proposal or certain pages of the proposal are marked confidential, proprietary, or similar. Such statement does not necessarily exempt such documentation from public disclosure if required by CORA, by order of a court of appropriate jurisdiction, or other applicable law. Generally, under CORA, trade secrets, confidential commercial information and financial data information may not be disclosed by the City. Proposals may not be marked “Confidential” or ‘Proprietary’ in their entirety. By responding to this RFP, Service Providers hereby waives any and all claims for damages against the City for the City’s good faith compliance with CORA. All provisions and pricing of any contract resulting from this request for proposal will be public information. Legal Firm Name: Physical Address: Remit to Address: Phone: 10211 Special Rotary Hydrated Lime Page 13 of 28 Name of Authorized Agent of Firm: Signature of Authorized Agent: Primary Contact for Project: Title: Email Address: Phone: Cell Phone: NOTE: ACKNOWLEDGMENT IS TO BE SIGNED & RETURNED WITH YOUR PROPOSAL. Services Agreement 10221 Special Rotary Hydrated Lime Page 14 of 28 Official Purchasing Document Last updated 4/2025 VI. SAMPLE AGREEMENT (FOR REFERENCE ONLY – DO NOT SIGN ) SERVICES AGREEMENT This Services Agreement (Agreement) made and entered into the day and year set forth in the Agreement Period section below by and between the CITY OF FORT COLLINS, COLORADO, a Colorado Municipal Corporation, (City) and , a(n) [enter state] [business type], (Service Provider). WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Service Provider agrees to provide Services in accordance with the Scope of Services (Services) attached hereto as Exhibit A, consisting of [# of Pages] and incorporated herein. Irrespective of references to named third parties in this Agreement and its Exhibits, the Service Provider shall be solely responsible for performance of all duties hereunder. 2. Changes. The City may, at any time during the term of the Agreement, make changes to the Agreement. Such changes shall be agreed upon in writing by the parties. 3. Agreement Period. This Agreement shall commence October 1, 2025 (the Effective Date) and shall continue in full force and effect until September 30, 2026, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one-year periods not to exceed four (4) additional one-year period(s). Renewals and pricing changes shall be negotiated by and agreed to by both parties only at the time of renewal. Written notice of renewal shall be provided to the Service Provider no later than thirty (30) days prior to Agreement end. 4. Early Termination by City. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause or penalty by providing at least ten (10) calendar days written notice of termination to the Service Provider. In the event of early termination by the City, the Service Provider shall be paid for Services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider 's obligations under this Agreement. Service Provider shall submit a final invoice within ten (10) calendar days of the effective date of termination. Payment shall be the Service Provider's sole right and remedy for such termination. 5. Notices. All notices provided under this Agreement shall be effective immediately when emailed or three (3) business days from the date of the notice when mailed to the following addresses: Service Provider: City: Copy to: Services Agreement 10221 Special Rotary Hydrated Lime Page 15 of 28 Official Purchasing Document Last updated 4/2025 Attn: Email Address City of Fort Collins Attn: Tyler Wells PO Box 580 Fort Collins, CO 80522 twells@fcgov.com City of Fort Collins Attn: Purchasing Dept. PO Box 580 Fort Collins, CO 80522 purchasing@fcgov.com All notices under this Agreement shall be written. 6. Compensation. In consideration of the Services to be performed pursuant to this Agreement, the City agrees to pay the Service Provider in accordance with Exhibit B, consisting of [# of Pages], attached and incorporated herein. Monthly partial payments based upon the Service Provider's billings and itemized statements are permissible. The amounts of all such partial payments shall be based upon the Service Provider's City-verified progress in completing the Services to be performed pursuant hereto and upon the City's approval of the Service Provider 's actual reimbursable expenses. Final payment shall be made following acceptance by the City of the Services. Invoices shall be emailed to invoices@fcgov.com with a copy to the City Project Manager. The cost of the Services completed shall be paid to the Service Provider following the submittal of a correct itemized invoice by the Service Provider. The City is exempt from sales and use tax. The City’s Certificate of Exemption license number is 09804502. A copy of the license is available upon written request. The City pays undisputed invoices on Net 30 days from the date of the invoice submittal to the City or, for disputed invoices, Net 30 days from the date of City Project Manager’s approval. 7. Design and Service Standards. The Service Provider warrants and shall be responsible for the professional quality, technical accuracy, accessibility requirements under ADA and Public Accommodations and Technology Accessibility sections below, timely completion and the coordination of all Services rendered by the Service Provider, and the Project Instruments as defined in the Project Instruments and License section below. The Service Provider shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies from such standards. 8. Indemnification. The Service Provider shall indemnify, defend, and hold harmless the City and its officers and employees, to the maximum extent permitted under Colorado law, against and from any and all actions, suits, claims, demands, or liability of any character whatsoever claimed by the Service Provider or third parties against the City arising out of or related to this Agreement (including but not limited to contract, tort, intellectual property, accessibility, or otherwise). This obligation extends to reimbursement of the City's defense costs and reasonable attorney’s fees. 9. Insurance. The Service Provider shall maintain insurance in accordance with Exhibit C consisting of one (1) page, attached and incorporated herein. 10. Appropriation. To the extent this Agreement or any provision in it. requires payment of any Services Agreement 10221 Special Rotary Hydrated Lime Page 16 of 28 Official Purchasing Document Last updated 4/2025 nature in fiscal years subsequent to the current fiscal year and constitutes a multiple fiscal year debt or financial obligation of the City, it shall be subject to annual appropriation by Fort Collins City Council as required in Article V, Section 8(b) of the City Charter, City Code Section 8-186, and Article X, Section 20 of the Colorado Constitution. The City shall have no obligation to continue this Agreement in any fiscal year for which there are no pledged cash reserves or supporting appropriations pledged irrevocably for purposes of payment obligations herein. Non-appropriation by the City shall not be construed as a breach of this Agreement. 11. Project Instruments and License. a. Upon execution of this Agreement, the Service Provider grants to the City an irrevocable, unlimited and royalty free license to use any and all sketches, drawings, as-builts, specifications, designs, blueprints, data files, calculations, studies, analysis, renderings, models, plans, reports, and other deliverables (Project Instruments), in any form whatsoever and in any medium expressed, for purposes of constructing, using, maintaining, altering and adding to the project, provided that the City substantially performs its obligations under the Agreement. The license granted hereunder permits the City and third parties reasonably authorized by the City to reproduce applicable portions of the Project Instruments for use in performing the Services or construction for the project. In addition, the license granted hereunder shall permit the City and third parties reasonably authorized by the City to reproduce and use the Project Instruments for similar projects, provided however, in such event the Service Provider shall not be held responsible for the design to the extent the City deviates from the Project Instruments. This license shall survive termination of the Agreement by default or otherwise. b. Upon payment of each invoice, associated Project Instruments rendered by the Service Provider shall become the City’s property. The Service Provider shall provide the City with the Project Instruments in electronic format in a mutually agreed upon file type. 12. City Project Manager. The City will designate, before commencement of the Services, the City Project Manager who will make, within the scope of their authority, all necessary and proper decisions with reference to the Services provided under this Agreement. All requests for contract interpretations, change order, and other clarification or instruction shall be directed to the City Project Manager. 13. Project Status Report. Project status reports may be required by Exhibit A – Scope of Services and shall be submitted to the City Project Manager. Failure to provide any required status report may result in the suspension of the processing of any invoice. 14. Independent Contractor. The Services to be performed by the Service Provider are those of an independent contractor and not of an employee of the City. The City shall not be responsible for withholding or remitting any portion of Service Provider's compensation hereunder or any other amounts on behalf of Service Provider for the payment of FICA, Workmen's Compensation, unemployment insurance, other taxes or benefits or for any Services Agreement 10221 Special Rotary Hydrated Lime Page 17 of 28 Official Purchasing Document Last updated 4/2025 other purpose. 15. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an Agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 16. Subcontractors/Subconsultants. Service Provider may not subcontract any of the Services without the prior written consent of the City, which shall not be unreasonably withheld. If any of the Services are subcontracted hereunder (with the consent of the City), then the following provisions shall apply: a. the subcontractor must be a reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar work; b. the subcontractor will be required to comply with all applicable terms of this Agreement; c. the subcontract will not create any contractual relationship between any such subcontractor and the City, nor will it obligate the City to pay or see to the payment of any subcontractor; and d. the work of the subcontractor will be subject to inspection by the City to the same extent as the work of the Service Provider. The Service Provider shall require all subcontractor/subconsultants performing Service(s) hereunder to maintain insurance coverage naming the City as an additional insured under this Agreement in accordance with Exhibit C. The Service Provider shall maintain a copy of each subcontractor’s/subconsultant’s certificate evidencing the required insurance. Upon request, the Service Provider shall provide the City with a copy of the certificate(s) within two (2) business days. The Service Provider shall be responsible for any liability directly or indirectly arising out of the Services performed under this Agreement by a subcontractor/subconsultant, which liability is not covered by the subcontractor/subconsultant's insurance. 17. Acceptance Not Waiver. The City 's approval of Project Instruments furnished hereunder shall not in any way relieve the Service Provider of responsibility for the quality or technical accuracy of the Services. The City’s approval or acceptance of, or payment for any of the Services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement. 18. Warranty. a. Service Provider warrants that all Services performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for Services of a similar nature. Services Agreement 10221 Special Rotary Hydrated Lime Page 18 of 28 Official Purchasing Document Last updated 4/2025 b. Unless otherwise provided in the Agreement, all materials and equipment incorporated into any Services shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all Services must be of a quality acceptable to City. 19. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this Agreement, that party may be declared in default upon notice. 20. Remedies. In the event a party has been declared in default, that defaulting party shall be allowed a period of ten (10) calendar days from the date of notice within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to: a. terminate the Agreement and seek damages; b. treat the Agreement as continuing and require specific performance; or c. avail themselves of any other remedy at law or equity. In the event of a dispute between the parties regarding this Agreement, each party shall bear its own attorney fees and costs, except as provided for in the Indemnification and Technology Accessibility sections. 21. Entire Agreement; Binding Effect; Authority to Execute. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties regarding this transaction and the matter recited herein. This Agreement supersedes any prior Agreements, promises, or understandings as to the matter recited herein. The Agreement shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. In the event of a conflict between terms of the Agreement and any exhibit or attachment, the terms of the Agreement shall prevail. Each person executing this Agreement affirms that they have the necessary authority to sign on behalf of their respective party and to bind such party to the terms of this Agreement. 22. Law/Severability. The laws of the State of Colorado and the City of Fort Collins Charter and Municipal Code shall govern the construction, interpretation, execution, and enforcement of this Agreement —without regard to choice of law or conflict of law principles. The Parties further agree that Larimer County District Court is the proper venue for all disputes. If the City subsequently agrees in writing that the matter may be heard in federal court, venue will be in U.S. District Court for the District of Colorado. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, that holding shall not invalidate or render unenforceable any other provision of this Agreement. 23. Use by Other Agencies. The City reserves the right to allow other state and local Services Agreement 10221 Special Rotary Hydrated Lime Page 19 of 28 Official Purchasing Document Last updated 4/2025 governmental agencies, political subdivisions, and/or school districts (collectively Agency) to use the City’s award determination to the Service Provider. Use by any other Agency shall not have a negative impact on the City in the current term or in any future terms. Nothing herein shall be deemed to authorize or empower the Agency to act as an agent for the City in connection with the exercise of any rights hereunder, and neither party shall have any right or authority to assume or create any obligation or responsibility on behalf of the other. The other Agency shall be solely responsible for any debts, liabilities, damages, claims or expenses incurred in connection with any Agreement established between them and the Service Provider. The City’s concurrence hereunder is subject to the Service Provider’s commitment that this authorization shall not have a negative impact on the Services to be completed for the City. 24. Prohibition Against Unlawful Discrimination. The Service Provider acknowledges that the City, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. § 2000d to 2000d-4); C.R.S. § 24-34-401, and any associated State or Federal laws and regulations strictly prohibits unlawful discrimination based on an individual’s gender (regardless of gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age 40 years or older, marital status, disability, sexual orientation, genetic information, or other characteristics protected by law. Pursuant to City policy “sexual orientation” means a person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality. The City also strictly prohibits unlawful harassment in the workplace, including sexual harassment. Further, the City strictly prohibits unlawful retaliation against a person who engages in protected activity. Protected activity includes an employee complaining that he or she has been discriminated against in violation of the above policy or participating in an employment discrimination proceeding. The Service Provider shall comply with the City’s policy for equal employment opportunity and to prohibit unlawful discrimination, harassment and retaliation. This requirement applies to all third-party vendors and their subcontractors at every tier. 25. ADA and Public Accommodations. In performing the Services required hereunder, the Service Provider agrees to meet all requirements of the Americans with Disabilities Act of 1990, C.R.S. § 24-85-101, and all applicable rules and regulations (ADA), and all applicable Colorado public accommodation laws, which are imposed directly on the Service Provider or which would be imposed on the City as a public entity. 26. Technology Accessibility. The Service Provider represents that the Project Instruments hereunder, shall fully comply with all applicable provisions of C.R.S. § 24-85-101, and the Accessibility Standards for Individuals with a Disability, as established by the State of Colorado Governor’s Office of Information Technology (OIT) pursuant to C.R.S. § 24-85-103 (2.5), including all updates and amendments to those standards as provided by the OIT. The Service Provider shall also comply with all State of Colorado technology standards related to technology accessibility and with Level AA of the most current version of the Web Content Accessibility Guidelines (WCAG), incorporated in the State of Colorado technology standards. Services Agreement 10221 Special Rotary Hydrated Lime Page 20 of 28 Official Purchasing Document Last updated 4/2025 To confirm that the Project Instruments meet these standards, the Service Provider may be required to demonstrate compliance.  The Service Provider shall indemnify, save, and hold harmless the City against any and all costs, expenses, claims, damages, liability, court awards and other amounts (including attorneys’ fees and related costs) incurred by the City in relation to the Service Provider’s failure to comply with C.R.S. § 24-85-101, or the Accessibility Standards for Individuals with a Disability as established by OIT pursuant to C.R.S. § 24-85-103 (2.5). The City may require the Service Provider’s compliance to the State’s Accessibility Standards to be determined by a third party selected by the City to attest to the Project Instruments and software compliance with C.R.S. § 24-85-101, and the Accessibility Standards for Individuals with a Disability as established by OIT pursuant to C.R.S. § 24-85-103 (2.5). 27. Data Privacy. Service Provider will comply with all applicable data privacy regulations and laws, specifically including Colorado’s Privacy Act, C.R.S § 6-1-1301 (the Privacy Act). Service Provider shall ensure that each person processing any personal data connected to the Services is subject to a duty of confidentiality with respect to the data. If applicable, Service Provider shall require that any subcontractors meet the obligations of Service Provider with respect to any personal data connected to this Agreement. The Parties agree that upon termination of the Services that Service Provider shall, at the City’s choice, delete or return all personal data to the City unless retention of the personal data is required by law. Service Provider shall make available to the City all information necessary to demonstrate compliance with the obligations of the Privacy Act. Service Provider shall allow for, and contribute to, reasonable audits and inspections by the City or the City’s designated auditor. 28. Governmental Immunity Act. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the notices, requirements, immunities, rights, benefits, protections, limitations of liability, and other provisions of the Colorado Governmental Immunity Act, C.R.S. § 24-10-101, and under any other applicable law. 29. Colorado Open Records Act. Service Provider acknowledges that the City is a governmental entity subject to the Colorado Open Records Act, C.R.S. § 24-72-200, et seq. (CORA), and documents in the City’s possession may be considered public records subject to disclosure under the CORA. The parties agree that this Agreement and all incorporated Exhibits, unless specifically marked as Confidential, are considered public records under the CORA. 30. Delay. Time is of the essence. Subject to Force Majeure, if the Service Provider is temporarily delayed in whole or in part from performing its obligations, then the Service Provider shall provide written notice to the City within two (2) business days defining the nature of the delay. Provision of written notice under this Section shall not operate as a waiver of any rights or benefits provided to the City under this Agreement. 31. Force Majeure. No Party hereto shall be considered in default in the performance of an Services Agreement 10221 Special Rotary Hydrated Lime Page 21 of 28 Official Purchasing Document Last updated 4/2025 obligation hereunder to the extent that performance of such obligation is delayed, hindered, or prevented by force majeure. Force majeure shall be any cause beyond the control of the party that could not reasonably have been foreseen and guarded against. Force majeure includes, but is not limited to, acts of God, fires, riots, pandemics, incendiarism, interference by civil or military authorities, compliance with regulations or orders of military authorities, and acts of war (declared or undeclared), provided such cause could not have been reasonably foreseen and guarded against by the affected party. Force majeure shall not include increases in labor, commodity, utility, material, supply, fuel, or energy costs, or compliance with regulations or orders of civil authorities. To the extent that the performance is actually prevented, the Service Provider must provide notice to the City of such condition within ten (10) calendar days from the onset of such condition. 32. Special Provisions. Special provisions or conditions relating to the Services to be performed pursuant to this Agreement are set forth in Exhibit D - Confidentiality, consisting of four (4) pages, incorporated herein. 33. Order of Precedence. In the event of a conflict or inconsistency within this Agreement, the conflict or inconsistency shall be resolved by giving preference to the documents in the following order of priority: a. The body of this Agreement (and any written amendment), b. Exhibits to this Agreement, and c. The Purchase Order document. 34. Prohibited Terms. Nothing in any Exhibit or other attachment shall be construed as a waiver of any provision above. Any terms included in any Exhibit or other attachment that requires the City to indemnify or hold Service Provider harmless; requires the City to agree to binding arbitration; limits Service Provider’s liability; or that conflicts with statute, City Charter or City Code in any way, shall be void. [Signature Page Follows] Services Agreement 10221 Special Rotary Hydrated Lime Page 22 of 28 Official Purchasing Document Last updated 4/2025 THE CITY OF FORT COLLINS, COLORADO By: Gerry Paul, Purchasing Director Date: ATTEST: APPROVED AS TO FORM: SERVICE PROVIDER By: Printed: Title: Date: Services Agreement 10221 Special Rotary Hydrated Lime Page 23 of 28 Official Purchasing Document Last updated 4/2025 EXHIBIT A SCOPE OF SERVICES Services Agreement 10221 Special Rotary Hydrated Lime Page 24 of 28 Official Purchasing Document Last updated 4/2025 EXHIBIT B COMPENSATION The following pricing shall remain fixed for the initial term of this Agreement. Any applicable price adjustments may only be negotiated and agreed to in writing at the time of renewal. EXHIBIT C INSURANCE REQUIREMENTS The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies. In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. Insurance certificates should show the certificate holder as follows: City of Fort Collins Purchasing Division PO Box 580 Fort Collins, CO 80522 The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies by marking the appropriate box or adding a statement to this effect on the certificate, for any claims arising out of work performed under this Agreement. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain Worker’s Compensation and Employer’s Liability insurance during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this Agreement. Workers' Compensation & Employer’s Liability insurance shall conform with statutory limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee, or as required by Colorado law. B. General Liability. The Service Provider shall maintain during the life of this Agreement General Liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a (broad form) basis. The amount of insurance for General Liability shall not be less than $1,000,000 combined single limits for bodily injury and property damage. C. Automobile Liability. The Service Provider shall maintain during the life of this Agreement Automobile Liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a (broad form) basis. The amount of insurance for Automobile Liability shall not be less than $1,000,000 combined single limits for bodily injury and property damage. Services Agreement 10221 Special Rotary Hydrated Lime Page 25 of 28 Official Purchasing Document Last updated 4/2025 EXHIBIT D CONFIDENTIALITY IN CONNECTION WITH THE SERVICES to be provided by Service Provider under this Agreement, the parties agree to comply with reasonable policies and procedures with regard to the exchange and handling of confidential information and other sensitive materials between the parties, as set forth below. 1. Definitions. For purposes of this Agreement, the party who owns the referenced information and is disclosing same shall be referenced as the “Disclosing Party.” The party receiving the Disclosing Party’s information shall be referenced as the “Receiving Party.” 2. Confidential Information. Confidential Information controlled by this Agreement refers to information that is not public and/or is proprietary, including but not limited to location information, network security system, business plans, formulae, processes, intellectual property, trade secrets, designs, photographs, plans, drawings, schematics, methods, specifications, samples, reports, mechanical and electronic design drawings, customer lists, financial information, studies, findings, inventions, ideas, City customer identifiable information (including account, address, billing, consumption, contact, and other customer data), utility metering data, service billing records, customer equipment information. To the extent practical, Confidential Information shall be marked “Confidential” or “Proprietary.” Nevertheless, Service Provider shall treat as Confidential Information all customer identifiable information in any form, whether or not bearing a mark of confidentiality or otherwise requested by the City, including but not limited to the non-exclusive list of Confidential Information above. In the case of disclosure in non-documentary form of non- customer identifiable information, made orally or by visual inspection, the Disclosing Party shall have the right, or, if requested by the Receiving Party, the obligation to confirm in writing the fact and general nature of each disclosure within a reasonable time after it is made in order that it is treated as Confidential Information. Any information disclosed to the other party before the execution of this Agreement and related to the services for which Service Provider has been engaged shall be considered in the same manner and be subject to the same treatment as the information disclosed after the execution of this Agreement with regard to protecting it as Confidential Information. 3. Use of Confidential Information. Receiving Party hereby agrees that it shall use the Confidential Information solely for the purpose of performing its obligations under this Agreement and not in any way detrimental to Disclosing Party. Receiving Party agrees to use the same degree of care Receiving Party uses with respect to its own proprietary or confidential information, which in any event shall result in a reasonable standard of care to prevent unauthorized use or disclosure of the Confidential Information. Except as otherwise provided herein, Receiving Party shall keep confidential and not disclose the Confidential Information. The City and Service Provider shall cause each of their directors, officers, employees, agents, representatives, and subcontractors to become familiar with, and abide by, the terms of this Exhibit, which shall survive this Agreement as an on-going obligation of the Parties. Service Provider shall not use such information to obtain any economic or other benefit for itself, or any third party, other than in the performance of obligations under this Agreement. Services Agreement 10221 Special Rotary Hydrated Lime Page 26 of 28 Official Purchasing Document Last updated 4/2025 4. Exclusions from Definition. The term “Confidential Information” as used herein does not include any data or information which is already known to the Receiving Party or which before being divulged by the Disclosing Party: (a) was generally known to the public through no wrongful act of the Receiving Party; (b) has been rightfully received by the Receiving Party from a third party without restriction on disclosure and without, to the knowledge of the Receiving Party, a breach of an obligation of confidentiality; (c) has been approved for release by a written authorization by the other party hereto; or (d) has been disclosed pursuant to a requirement of a governmental agency or by operation of law, subject to Paragraph 5 below. 5. Required Disclosure. Notwithstanding Paragraph 4(d) above, if the Receiving Party receives a request (by interrogatories, requests for information or documents, subpoena, civil investigative demand or similar process, or by federal, state, or local law, including without limitation, the Colorado Open Records Act) to disclose any Confidential Information, the Parties agree the Receiving Party will provide the Disclosing Party with immediate notice of such request, so the Disclosing Party may seek an appropriate protective order before disclosure or waive the Receiving Party’s compliance with this Exhibit. The Receiving Party shall furnish a copy of this Exhibit with any disclosure. Notwithstanding this Paragraph 5, Receiving Party shall not disclose Confidential Information to any person, directly or indirectly, nor use it in any way, except as required by law or authorized in writing by Disclosing Party. 6. Red Flags Rules. If applicable, Service Provider must implement reasonable policies and procedures to detect, prevent and mitigate the risk of identity theft in compliance with the Identity Theft Red Flags Rules found at 16 Code of Federal Regulations part 681. Further, Service Provider must take appropriate steps to mitigate identity theft if it occurs with any of the City’s covered information and must notify the City in writing within twenty-four (24) hours of discovery of any breaches of security or Red Flags to the City. 7. Data Protection and Data Security. Service Provider shall have in place information security safeguards designed to conform to or exceed industry best practices regarding the protection of the confidentiality, integrity and availability of Confidential Information and shall have written Agreements requiring any subcontractor to meet those standards. These information security safeguards (the “Information Security Program”) shall be materially consistent with, or more stringent than, the safeguards described in this Exhibit. (a) Service Provider’s information security safeguards shall address the following elements: • Data Storage, Backups and Disposal • Logical Access Control (e.g., Role-Based) • Information Classification and Handling • Secure Data Transfer (SFTP and Data Transfer Specification) • Secure Web Communications Services Agreement 10221 Special Rotary Hydrated Lime Page 27 of 28 Official Purchasing Document Last updated 4/2025 • Network and Security Monitoring • Application Development Security • Application Security Controls and Procedures (User Authentication, Security Controls, and Security Procedures, Policies and Logging) • Incident Response • Vulnerability Assessments • Hosted Services • Personnel Security (b) Subcontractors. Service Provider may use subcontractors, though such activity shall not release or absolve Service Provider from the obligation to satisfy all conditions of this Agreement, including the data security measures described in this Exhibit, and to require a substantially similar level of data security, appropriate to the types of services provided and Confidential Information received, for any subcontractor Service Provider may use. Accordingly, any release of data, confidential information, or failure to protect information under this Agreement by a subcontractor or affiliated party shall be attributed to Service Provider and may be considered to be a material breach of this Agreement. 8. Information Storage. Confidential Information is not to be stored on any local workstation, laptop, or media such as CD/DVD, USB drives, external hard drives or other similar portable devices unless the Service Provider can ensure security for the Confidential Information so stored. Workstations or laptops to be used in the Services will be required to have personal firewalls on each, as well as have current, active anti-virus definitions. 9. Continuing Obligation. The Agreement not to disclose Confidential Information as set forth in this Exhibit shall apply during the term of the Services and or Agreement and at any time thereafter unless specifically authorized by the City in writing. 10. Termination Remedy. If Service Provider breaches any of the terms of this Exhibit, in the City’s sole discretion, the City may immediately terminate this Agreement and withdraw Service Provider’s right to access Confidential Information. 11. Return of Information. Notwithstanding any other provision of this Agreement to provide Project Instruments and work product, all material, i.e., various physical forms of media in which Confidential Information is stored, including but not limited to writings, drawings, tapes, diskettes, prototypes or products, shall remain the sole property of the Disclosing Party and, upon request, shall be promptly returned, together with all copies thereof to the Disclosing Party. Upon return of such materials, all digital and electronic data shall also be deleted in a non-restorable way by which it is no longer available to the Receiving Party. Upon Disclosing Party’s request, written verification of the deletion (including date of deletion) is to be provided to the Disclosing Party within ten (10) days after completion of engagement, whether it be via termination, completion or otherwise. 12. Injunctive Relief. Service Provider Receiving Party acknowledges that the Disclosing Party may, based upon the representations made in this Agreement, disclose security information that is critical to the continued success of the Discloser’s business. Accordingly, Receiving Party agrees that the Disclosing Party does not have an adequate remedy at law for breach of this Agreement and therefore, the Disclosing Party shall be entitled, as a non-exclusive Services Agreement 10221 Special Rotary Hydrated Lime Page 28 of 28 Official Purchasing Document Last updated 4/2025 remedy, and in addition to an action for damages, to seek and obtain an injunction or decree of specific performance or any other remedy, from a court of competent jurisdiction to enjoin or remedy any violation of this Agreement. Verification Revision Approval Review Status Initials GDS MKK GDS Active Date 7/22/2020 7/22/2020 7/22/2020 Fort Collins Water Treatment Facility Standard Operating Procedure Purchasing Special Rotary Hydrated Lime Author: Rita DeCourcey Approvals (Signatures and Dates): Section: Administration Subject: FCWTF SOP for Lime Purchases Revision: Gregg D. Stonecipher Mark Kempton, Water Production Manager Revision Date: July 22, 2020 Ken Morrison, Manager of Plant Operations PURPOSE Establish guidelines for purchasing Special Rotary Hydrated Lime (Ca (OH) 2) for the Fort Collins Water Treatment Facility (FCWTF). The mission of the Fort Collins Water Treatment Facility (FCWTF) is to “provide the community with a continuous ample supply of treated water that is pleasing, wholesome, free from known health risks, and affordable.” Not only does the FCWTF take its role very seriously in providing water of quality and quantity, it takes its fiduciary responsibility very serious ly. Consequently, the FCWTF purchases products by determining best value for the City. Best value is calculated by combining the following four components: (1) the chemical has been tested in the Pilot Plant and/or approved by the Manager of Plant Operations; (2) the chemical can meet or exceed all FCWTF standards, the AWWA standards, the NSF standards, and any other regulatory agency standards; (3) the supplier can meet all the FCWTF requirements; and (4) the cost is factored in once it has been determined that a supplier can meet items (1), (2), and (3) above. HEALTH AND SAFETY ISSUES For detailed information, please refer to the most current MSDS document 1. Lime is primarily an irritant. Other hazard classes include corrosive, and a skin sensitizer. 2. NFPA Hazard Rating includes:  Health=3  Flammability=0  Reactivity=0 3. Personal Protective Equipment:  Impervious gloves and goggles. If there is prolonged or repeated contact, completely impervious clothing should also be used. 4. Leaks and Spills:  Dilute small spills or leaks with plenty of water.  Wash down any spilled material into the containment vault and follow Operations procedures. DocuSign Envelope ID: D5B23CD4-760B-44A7-861B-4384DD77DCD0 July 23, 2020 July 22, 2020 Fort Collins Water Treatment Facility Standard Operating Procedure Purchasing Special Rotary Hydrated Lime Page 2 K:/Operate/SOP/Lime/LimePurchases.doc  Notify supervisor. INFORMATION FOR THE FORT COLLINS WATER TREATMENT FACILITY (FCWTF) 1. Lime is budgeted in account 502.232201.558090. 2. Special Rotary Hydrated Lime, or equivalent, is used for alkalinity addition or adjustment; when mixed with CO2, provides corrosion control. 3. FCWTF has experienced performance problems with the lime feeder in the past. Through experimentation of different brands, purity, and density of lime, the Pilot Plant found that Special Rotary Hydrated Lime significantly reduced the feeder performance problems by eliminating deposits of lime on all interior sides of the mix tank. 4. FCWTF does not have additional diffusers, which could be used during the cleaning process. 5. Special Rotary Hydrated Lime is accepted in full, bulk quantities not to exceed 50,000 pounds per delivery. 6. Delivery of Special Rotary Hydrated Lime must be made within 72 hours from time of order. A. An excess supply is not kept on site; therefore, once an order is placed, it is critical to have timely delivery. B. Depletion of lime would require a shut down of operations due to the lead and copper rule and/or notification of the Water Quality Lab and customers. 7. Without exception, samples shall be taken by the driver at the Water Treatment Faci lity location. 8. FCWTF reserves the right to reject any shipments that do not meet its standard in quality or delivery safety. The Supplier will pay the freight for any rejected shipments. Special Rotary Hydrated Lime Requirements 1. Hydrated lime must meet the most current American Water Works Association (AWWA) Standard for Hydrated Lime. Several items listed in the Standard are listed below: A. FCWTF protocol requires use of Ca (OH)2 with a purity of at least 95 percent. 1) Vendor is to supply an analysis of impurities with each shipment and fax a copy prior to shipment. B. Samples shall be taken by the driver at the Water Treatment Facility. C. Vendor’s product has been tested in the Pilot Plant and/or approved by the Manager of Plant Operations. D. Other potential impurities are the regulated metals: arsenic, cadmium, chromium, fluoride, lead, selenium, and silver. 2. Hydrated lime must meet the most current National Sanitation Foundation (NSF) Standard 60. DocuSign Envelope ID: D5B23CD4-760B-44A7-861B-4384DD77DCD0 Fort Collins Water Treatment Facility Standard Operating Procedure Purchasing Special Rotary Hydrated Lime Page 3 K:/Operate/SOP/Lime/LimePurchases.doc SUPPLIER Requirements 1. Supplier must guarantee that the Hydrated Lime meets or exceeds the most current AWWA Standard for Hydrated Lime. 2. Supplier must guarantee that the Hydrated Lime meets or exceeds the most current NSF Standard 60. 3. Supplier must provide Commercial Grade Hydrated Lime. 4. Supplier must be able to supply Special Rotary Hydrated Lime in bulk quantities according to the Packaging and Shipping section of the most current AWWA Standard for hydrated lime. 5. Supplier must provide a Certified Analysis of impurities with each shipment in accordance with the most current AWWA Standard for Hydrated Lime. This analysis can be faxed prior to delivery or presented by the delivery driver. Failure to provide this analysis can be a basis for rejection of the shipment. 6. Supplier will guarantee the safety of the delivery vehicle and delivery containers. A. Containers must meet industry standard for hauling Special Rotary Hydrated Lime and be of suitable material that will not be attacked by the alkalinity of the product. B. Supplier must ensure that the container is in suitable condition for hauling Hydrated Lime and that it does not contain any substances that might affect the use or usefulness of the Lime in treating municipal water supplies. C. Containers leaving the Suppliers property should not be leaking, have bulging in any portion of the container, and have connectors that are free from damage. D. Delivery vehicles must meet or exceed all current State of Colorado Department of Transportation (CDOT) regulations. 7. Supplier must inspect the delivery container prior to loading of th e chemical to ensure no contaminating material or residue exists in the container. 8. Supplier is required to have a method to ensure that tampering has not occurred from the point of origin to FCWTF unloading point. This is typically done by a metallic, numbered “tie” which must be cut to open the hatch or cam lock. Other methods may be used; however, the method must be approved in advance by the FCWTF. 9. Each year in January, the supplier will mail to FCWTF a new copy of the MSDS sheet and/or the web site location of the most current version. 10. Each year in January, the supplier will mail to FCWTF a copy of the NSF Certification and AWWA conformance letter. 11. Each year in January, the supplier will mail to FCWTF a signed FCWTF EMS Guide for Contractors and Vendors Packet. 12. Supplier will be responsible for shipping costs if the shipment is rejected and returned for not meeting the standards expressed in this SOP. DELIVERY 1. All chemical suppliers must send an email to wtpchemicals@fcgov.com with the following information prior to delivery: a) the name of the driver making the delivery; b) the numbers of the tractor and trailer transporting the chemical ; DocuSign Envelope ID: D5B23CD4-760B-44A7-861B-4384DD77DCD0 Fort Collins Water Treatment Facility Standard Operating Procedure Purchasing Special Rotary Hydrated Lime Page 4 K:/Operate/SOP/Lime/LimePurchases.doc c) the serial number from the pre-numbered security tag. 2. The tanker will be sealed with a pre-numbered security tag at the point of origin, and the serial number will be faxed after the truck has been loaded and ready for shipping. 3. Deliveries will be accepted Monday through Friday, 7:30 A.M. to 2:30 P.M. (local time), excluding holidays. 4. Delivery trucks must park in the designated area on the north side of LaPorte Avenue outside of the entrance gate. Use a cellular phone to call the facility at (970)221 -6690 or walk to the entrance kiosk and press the red call button. Please do not block the facility entrance on LaPorte Avenue. All deliveries are checked by FCWTF personnel prior to entry. 5. The receptionist or person answering the telephone must contact the Duty operator. The Duty operator will verify the delivery from the schedule board. The operator or designee will meet the truck outside the gate. 6. FCWTF personnel will verify that the faxed information matches up with the driver, delivery vehicle, and seal number arriving at the FCWTF. If the driver’s CDL, the tractor and trailer numbers, or the seal number does not match, the truck will not be allowed to enter the facility. The Manager of Plant Operations will be contacted and the delivery may be rejected. 7. FCWTF personnel will visually inspect the delivery vehicle for leaks, drips, or obvious corrosion. The truck will not be allowed to enter the facility if it may compromise delivery safety. 8. The security verification, the supplier’s quality assurance analysis, and the City’s lab analysis will be given to the Manager of Plant Operations in order to identify the load in the event of any problems. 9. Delivery drivers will take a dip sample at the Water Treatment Facility (WTF) using sampling equipment provided by the WTF and submit it to the Operator at the time of delivery. 10. Delivery drivers are required to provide certified weight tickets for both the empty and loaded weights of the tractor and trailer unit. A. The weight ticket with the gross weight will be left with the vendor’s Bill of Lading at the time of delivery. B. The carrier may weigh empty after delivery to FCWTF and fax that ticket back to Fort Collins at 970-221-6736, attention Ken Morrison. The empty weight ticket must be dated the same day as delivery and be faxed within 24 hours of the delivery. C. All weight tickets should have Fort Collins Water Treatment Facility written on the ticket, either by the scale (preferably) or by the driver and shall be for the actual load delivered to the FCWTF. D. All weight tickets should have the vendor’s Bill of Lading number written on them. E. All weight tickets should have the tractor and trailer number written on them. 11. Delivery of Special Hydrated Lime must be made within 72 hours from the time the order was placed. 12. Delivery drivers are responsible for off-loading the hydrated lime. FCWTF personnel are not allowed to connect or disconnect any supply hoses. FCWTF personnel will give instructions to the delivery driver on chemical off-loading in accordance with FCWTF SOP for Lime Delivery. DocuSign Envelope ID: D5B23CD4-760B-44A7-861B-4384DD77DCD0 Fort Collins Water Treatment Facility Standard Operating Procedure Purchasing Special Rotary Hydrated Lime Page 5 K:/Operate/SOP/Lime/LimePurchases.doc 13. Delivery drivers will be responsible for chocking trucks during delivery. Chocks will be provided by FCWTF. 14. There will be a facility radio and telephone located at the lime workstation for the driver to page the operator when assistance is needed. Operating instructions will be provided for the drive r. 15. Delivery drivers should meet with the operator to become familiar with the location of phones, alarms, and emergency showers that are nearest to the off-load location. 16. Early deliveries will only be accepted if the driver calls in advance and there is adequate storage. 17. Due to storage limitations, each load shall be limited to no more than 50,000 pounds. 18. Delivery drivers are required to unload slowly. The line to the silos is prone to plugging if it is over pressured or too large an amount of lime is forced through the line. If the driver unloads too quickly, lime is released into the outside air that could result in a violation of the FCWTF’s air requirements. PURCHASING 1. All contracts and purchases will be made in accordance with the City of Fort Collins Purchasing Department (FCPD) Purchasing Procedures. A copy can be obtained through the Purchasing Department. The Purchasing Department will ensure adherence to the FCPD Purchasing Procedures. 2. FCWTF requires that all suppliers submit the names, locations, and phone numbers of three current clients as part of any bidding process. 3. FCWTF requires that all suppliers submit a list of intended delivery agents (motor carrier) and a letter from the U.S. Department of Transportation, Federal Highway Administration, stating the Motor Carrier Safety Rating for the company as part of any bidding process. Each listed motor carrier’s rating must be Satisfactory or above to be considered in the bidding process. 4. The FCWTF and FCPD will establish, at the beginning of each New Year, a Blanket Purchase Order. 5. FCWTF Manager of Plant Operations or his designee will place delivery orders on that Purchase Order throughout the year. FCWTF must be able to place orders using telephone, fax, or electronic mail. 6. When placing an order, a delivery date will be specified. DocuSign Envelope ID: D5B23CD4-760B-44A7-861B-4384DD77DCD0 Fort Collins Water Treatment Facility Standard Operating Procedure Purchasing Special Rotary Hydrated Lime Page 6 K:/Operate/SOP/Lime/LimePurchases.doc Revision History Date Initials  Revisions 01/05/2016 GDS  Updated reviser and signatories.  Added document control verification table in header.  Added Revision history table.  Changed references to, “Water Treatment Quality Coordinator,” to, “Manager of Plant Operations.”  Changed wording in item 8 under, “supplier,” from, “should be approved,” to, “must be approved in advance.” 1/13/2017 GDS Reviewed, no revisions necessary. 01/24/2017 GDS Removed clause making Purchasing responsible for SOP compliance of vendors. Removed reference to sole source. 01/15/2019 GDS  Added acceptable delivery days and times.  Changed wording regarding to limitations on size of delivery from, “should,” to, “shall.”  Changed reference to, “air quality to permit,” to, “air quality requirements.” 01/16/2019 GDS Changed delivery notification from fax to email at wtpchemicals@fcgov.com 01/17/2019 GDS Updated budgeting account numbers. 01/24/2020 GDS  Removed statement that lime is toxic. There is not evidence in the SDS of toxicity, beyond the caustic and irritant properties.  Corrected NFPA ratings. Increased health rating from “2” to “3” and increased reactivity rating from “0” to “1” based on survey of multiple SDS across multiple manufacturers. SDS from neither current supplier (Mississippi Lime, Pete Lien) contain NFPA ratings. Of SDS surveyed which contained NFPA ratings, all listed Health as “3” and it was split whether reactivity was “0” or “1”.  Added, “or equivalent,” to initial reference to Special Rotary Hydrate grade of lime, to allow consideration of equivalent grades from vendors other than Mississippi Lime. DocuSign Envelope ID: D5B23CD4-760B-44A7-861B-4384DD77DCD0 Fort Collins Water Treatment Facility Standard Operating Procedure Purchasing Special Rotary Hydrated Lime Page 7 K:/Operate/SOP/Lime/LimePurchases.doc  Replaced title, “Plant Superintendent,” with, “Manager of Plant Operations.” 7/22/2020 GDS  Changed specific references to Mississippi line to just, “vendor.” DocuSign Envelope ID: D5B23CD4-760B-44A7-861B-4384DD77DCD0 Water Production Division 4316 W. Laporte Ave. Fort Collins, CO 80521 970.221.6690 970.221.6736 - fax fcgov.com Verification Revision Approval Review Status Initials GDS MKK GDS Active Date 01/14/2020 01/14/2020 01/14/2020 Dear Contractor or Vendor, The City of Fort Collins has adopted an environmental policy that focuses on its environmental responsibility and reflects the community's strong desire to protect the environment. This policy specifies the need to comply with legal requirements and includes a commitment to continually improve environmental performance. With the implementation of this policy, a number of policies and procedures have been adopted at the Fort Collins Fort Collins Water Treatment Facility (FCWTF). The purpose of this EMS Guide for Contractors and Vendors is to familiarize you with these policies and procedures and to address how you will be affected. An Environmental Management System (EMS), with ISO 14001:2015 certification, has been implemented at FCWTF to achieve the City’s goal of high environmental performance. In addition to addressing in-house activities, the EMS requires that any party doing work within the FCWTF fence line adhere to the relevant portions of the EMS. To fulfill this requirement, a list of procedures has been developed for all FCWTF contractors or vendors to follow while working on site. This guide provides an introduction to the EMS, communicates the environmental policy, and describes how you can help FCWTF achieve its environmental goals. If you have any concerns or questions regarding the information contained in this guide, please feel free to contact FCWTF any time at (970) 221-6690. The City of Fort Collins’ Environmental Policy Fort Collins Water Treatment Facility Significant Aspects An EMS requires that a facility identify those activities, products, and services that have the potential to impact the environment. These “environmental aspects” are then rated based on a defined set of criteria to determine their significance. From this list, significant aspects identified, and specific environmental objectives are formed. Controls are put in place to minimize environmental impacts associated with these activities and objectives and targets are put into place to improve environmental performance associated with these activities. The significant environmental aspects of the FCWTF: · Building efficiency considerations for remodels; · Handling of hydrofluosilicic acid; · Use of electrical power; · Handling of aluminum sulfate; · Vehicle fuel usage; · Natural gas usage; · Solar-powered street lights; · Solid waste-stream management; · Instrument reagent disposal; · Salt application for de-icing; The environmental objectives chosen for FCWTF: · Reduce electrical power use; · Manage property and landscape to minimize environmental impact; and · Reduce solid waste stream to landfill and divert waste streams to beneficial use, to the greatest degree practical. Basic measures in responsible environmental management are required, and we encourage all of our contractor partners to help us improve our environmental impacts in all aspects of our activities. Such basic measures include limiting of unnecessary idling of vehicle engines; striving to be efficient in your use of resources; recycling, reusing, or otherwise diverting waste to beneficial use, where possible; and storage of regulated materials, such as fuel and oil, in compliance with regulatory requirements and our Environmental Management System (EMS). Also, please be advised that our facility is subject to implementation of a Spill Control, Containment, and Countermeasure (SPCC) plan, which requires special handling of petroleum products and other oils being stored on site. We welcome any ideas or suggestions that you have to help our partnership be more environmentally friendly. We value your role as our partner in environmental stewardship. Emergency Evacuation Procedures The Fort Collins Water Treatment Facility uses chlorine gas. Six tons of chlorine gas are stored on site. In the event of a chlorine leak, an alarm will sound, requiring evacuation of the facility. All personnel on site are required to follow the procedures in the flow chart below, provided in English and Spanish, to facilitate safe evacuation and ensure that all personnel are accounted for. Additional copies of the flow chart are available upon request. Environmental Management Procedures The following information is supplied to contractors and vendors who perform work on site for the Fort Collins Water Treatment Facility (FCWTF). The information presented below has been developed as part of the facility’s Environmental Management System (EMS). The intent of this information is to make contractors and vendors aware of the EMS and to ensure conformance to applicable EMS procedures and work instructions. This facility provides drinking water to the public and all contractor and vendor activities can impact drinking water quality. It is imperative that the following guidelines are followed without exception. General Environmental Management  Minimize idling of vehicles during any work operations.  Control fugitive dust emissions during any work operations and activities.  Do not excavate without the prior approval of appropriate FCWTF staff.  Follow all applicable Fort Collins Water Treatment Facility safety procedures. Waste Recycling and Disposal  Label, store, and dispose of any waste materials according to local, state, and federal regulations. NO UNLABELED CONTAINERS ARE PERMITTED ON SITE.  Notify appropriate FCWTF staff if there are any hazardous wastes on site. Recycle or dispose of all wastes in an appropriate manner according to all local, state, and federal regulations.  Notify appropriate FCWTF staff when a regulated material is being used on site (asbestos, PCBs, oil, etc.).  Provide Safety Data Sheets (SDS) for all materials upon request. Water Discharges  Do not discharge ANY material, including water, to storm water drains, sanitary sewer, or onsite holding ponds without approval of appropriate FCWTF staff. Notify appropriate FCWTF staff if a state-permitted discharge will occur.  Keep roadways and outside areas clean and free of debris. Material Storage / Spills  Obtain approval for outside storage of materials from appropriate FCWTF staff.  Equip storage areas with adequate secondary containment of all regulated materials.  Label and store all materials according to Hazard Communication standard [29CFR1910.1200].  Oils, petroleum fuels, and other materials regulated by 40CFR112 to be stored or transferred on site must be incorporated into our SPCC plan. Please notify us of your intention to bring such materials on-site, even temporarily, so that we can evaluate the applicability of 40CFR112. Storage of such materials must provide secondary containment and monthly inspection reports will need to be filed with FCWTF staff.  Close all chemical containers except when in use.  Have appropriate spill kits available.  REPORT ALL SPILLS OR RELEASES OF MATERIALS, OF ANY SIZE IMMEDIATELY to FCWTF staff (970) 221-6690 and the Special Projects Manager. Contractors will follow up by submitting a completed Spill Reporting Form. CONTACTS General Contact Number: (970) 221-6690 On-call Supervisor: (970) 203-3178 Water Production Manager: (970) 221-6692 Plant Superintendent: (970) 416-2155 Technical Services Supervisor (Environmental Coordinator): (970) 416-2524 office, (970) 217-3514 mobile Water Production Division 4316 W. Laporte Ave. Fort Collins, CO 80521 970.221.6690 970.221.6736 - fax fcgov.com Verification Revision Approval Review Status Initials GDS MKK GDS Active Date 01/14/2020 01/14/2020 01/14/2020 Fort Collins Water Treatment Facility EMS Guide for Contractors and Vendors Checklist This form must be completed, signed, and returned to the City of Fort Collins Fort Collins Water Treatment Facility (FCWTF). NOTE: Please review the enclosed materials prior to completing this form. Contractor/Company Name:___________________________________ Date:_________ Contact Phone Number:_______________ E-mail address:________________________  Read and understand the signed Environmental Policy for the City of Fort Collins  Read and understand the Significant Aspects for FCWTF  Read and understand the Emergency Response Policy for Visitors  Read and understand the Environmental Management Procedures  If you will be storing fuel, oil, petroleum products, or any other material covered by 40CFR112, read and understand the SPCC plan. Agree to comply with requirements to train all staff on the SPCC, cooperate with FCWTF staff in incorporating all fuel and oil storage and transfer operations into our site SPCC plan, and implement applicable sections of the plan (Appendix I). Environmental Agreement My company will abide by all environmental regulations and policies when performing work at the FCWTF. My company will ensure that the requirements of the EMS are adequately communicated to all personnel that may visit FCWTF. For questions or additional information contact the City of Fort Collins Water Treatment Facility at (970) 221-6690. Signature:___________________________________________ Date:_______________ Rev. No. Effective Date Responsible Person Description of Revision 001 11/18/2015 GDS Updated document control box format Revised language regarding SPCC 002 08/10/2016 GDS Updated environmental objectives Updated chlorine leak evacuation flow chart 003 6/13/2018 GDS Updated environmental policy, added plant superintendent contact information. 004 01/16/2019 GDS Clarified language of environmental objectives 005 01/1/2020 GDS Added significant aspects, as per suggestion from NSF auditor. Corrected reference to MSDS to SDS. Added emphasis (underline) that discharges even of water must be coordinated with plant staff. Removed fuel usage from objectives list. Added Ops pager to contacts