Loading...
HomeMy WebLinkAbout2021 09 27 Consent 304 - West WRF Temporary Disk Filter, Vendor Selection, and Award • CONSENT AGENDA ITEM 304 -M.-d CITY COMMISSION AGENDA I SEPTEMBER 27, 2021 REGULAR MEETING 1459 TITLE West WRF Temporary Disk Filter, Vendor Selection and Award SUMMARY The West WRF is located in the western part of the City and provides wastewater treatment service and reclaimed water (RCW) to the City's RCW distribution system. During the cleaning and rehabilitation of treatment Unit #1, treatment Unit#2 will treat 100% of the flow coming into the facility. The treatment process is sensitive to changes and can become upset resulting in higher than normal total suspended solids (TSS) being sent to the filters. The existing sand filters are at the end of their service life and do not respond to changes in TSS well. The temporary disk filter will process the anticipated high flow capacity and capture the anticipated high TSS from treatment Unit #2 while maintaining effluent quality. The result will be additional reliability the facility can produce public access RCW. Invitation to Bid (ITB) #05-21 JN for West Water Reclamation Facility Temporary Disk Filter was advertised on September 3, 2021 and bids received on September 17, 2021 . The ITB outlined the equipment specifications and performance requirements. The prices are based on mobilization to the West WRF, demobilization from the West WRF, and a six (6) month rental with the option to rent the equipment longer if required. Two bids were received as shown in the Bid Tabulation below: VENDOR MOB/DEMOB MONTHLY COST TOTAL COST COST Veolia Water $49,750 $16,450 $148,450 Technologies, Inc. WesTech $33,110 $29,175 $208,160 Engineering, LLC Preparation for cleaning and construction of the treatment Unit #1 repairs is anticipated to begin in October with repairs completed by March 2022. The disk filter will be delivered to the West WRF as soon as practical. 78 RECOMMENDATION Staff recommends the City Commission award a contract to Veolia Water Technologies, Inc. in the amount of$148,450 plus a two month project contingency ($16,450 per month) for a total of$181,350 for the rental of a temporary disk filter. Additionally, in the event an agreement with the first ranked proposer is unable to be completed, authorize the City Manager and City Attorney to negotiate with the second ranked proposer, which is WesTech Engineering, LLC in the amount of$208,160 plus a two month project contingency for a total of$266,510. Finally, authorization for the City Manager and City Attorney is requested to prepare and execute any and all applicable contract documents consistent with this Agenda item. 79 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-1 SECTION 00300 MANDATORY BID FORMS (Mandatory Forms must be submitted with the bid. Failure to submit forms may disqualify the proposer from the ITB.) PART 1 GENERAL 1.01 Description The following Bid is hereby made to the City of Winter Springs, hereafter called the OWNER. Bid is submitted by: Legal Name (indicate whether sole proprietorship, partnership, or corporation): Veolia water Technologies, Inc Address: 945 S Brown School Road Vandalia, OH 45377 Contact Name: Michael Reyes Contact Phone Number: +1 (704) 650-0881 Contact E-Mail Address: michael .reyes@veolia . com 1.02 The Undersigned: A. Acknowledges receipt of: 1. Project Manual for WEST WRF TEMPORARY DISK FILTER. 2. Addenda: Number 1 dated 9/3/2021 Number 2 . , dated 9/13/2021 B. Has examined the site and all Bidding Documents and understands that in submitting his Bid, he waives all right to plead any misunderstanding regarding the same. C. Agrees: September 2021 Mandatory Bid Forms 80 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-2 1. To hold this Bid open for 60 calendar days after the bid opening date. 2. To furnish the goods and/or services specified in this ITB at the prices quoted in my responsive bid and in compliance with the Bidding Documents. 3. To accept the provisions of the Instructions to Bidders. 4. To negotiate a contract with the OWNER incorporating the bid amounts, if selected on the basis of this Bid. 5. To receive a City Purchase Order issued by the OWNER at the submitted Bid Price. 6. To accomplish the work in accordance with the contract documents and this Project Manual. 7. To deliver the equipment as required by the specifications and as indicated in his proposal document. D. Certifies: 1. That all information contained in this bid is truthful to the best of my knowledge and belief. 2. That I am duly authorized to submit this bid on behalf of the vendor and that the vendor is ready, willing, and able to perform if awarded the bid. 1.03 Stipulated Amount A. Base Bid Price I will provide the equipment and services under this project for a minimum Six-Month Total Rental Amount (Monthly Rent multiplied by 6) of- Ninety-Eight thousand, seven-houndred Dollars ($ 98, 700 . 00 ) and a One-Time Mobilization/Demobilization Amount of.. Forty-nine Thousand, seven-hundred fifty9, 750 . 00 Dollars ($ _ f. The Bidder hereby agrees to perform all work as required by this Project Manual for the following Unit Prices. Work for which there is not a Pay Item will be considered incidental to the Contract and no additional compensation will be allowed. The OWNER, at his sole option and discretion, may choose to add or deduct from the unit prices set forth below. The Bidder shall be paid for actual quantities completed in accordance with the contract documents. The following is the order of precedence which will be used in case of conflicts within the Bid Submittal provided by each Bidder: Unit Price, Total Price, Total Base Bid (See attached Bid Form). 1.04 Bid Submittals September 2021 Mandatory Bid Forms 81 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-3 A. Completed and signed bid price form and other Mandatory forms in this Section. B. I have attached all other Mandatory Forms in this Section. 1.05 Submittal RESPECTFULLY SUBMITTED, signed and sealed this 1 day of 2021. Bidder By: Title �o" .�G yl"�Ze-S' ✓G�us7�wArt/ �-/ ATTEST: SECRETARY SEAL MACGtE MORRIS, Notary its _ 6n and for lite State of oMo MY CommissionC*fres Sept Y September 2021 Mandatory Bid Forms 82 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-4 BID TABULATION The Bidder hereby indicates the following total units and total prices which represent all materials, labor, equipment, transportation, performance of all operations relative to performance of the project, overhead, and costs of all kinds and profit to complete the work items in accordance with the Project Manual,plans, and permits. Work for which there is not a listed item below shall be considered incidental to the Contract and no additional compensation will be allowed. The detailed Schedule of Values shall be provided by the lowest responsible bidder and be included with their executed contract, as attached. ITEM No. DESCRIPTION QUANTITY UNITS UNIT COST TOTAL COST Mobilization/Demobilization,plus, • Travel and living expenses to have one personnel onsite up to 8 hours per 1 day,two trips,up to 3 days each trip. 1 LS $49, 750 . 00 $48, 750 . 00 • Travel and living expenses to have one personnel onsite up to 8 hours per day for the last 2 days rental is onsite. Rental Equipment 20 Disk filter 6 Month $16, 450 . 00 • Spares $98, 700 . 00 • Service Program TOTAL= $148 , 450 . 00 As Needed Service beyond necessary repairs to the equipment and exceeding the minimum Rate per Hour service intervals in Appendix A Supervision/Project Manager As Needed $160 . 00 To Be Determined • Onsite&travel time beyond budgeted Meals per diem travel &living expenses at cost+15% Additional per month rental beyond 6 months (Rate may not exceed rate quoted for minimum As Needed $16, 945 . 00 To Be Determined 6 month term. TOTAL BID: one hundred-forty-eight thousand, two-hundred-f iftYDOLLARS (In Words) $ 148, 250 . 00 September 2021 Mandatory Bid Forms 83 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-5 SCRUTINIZED COMPANY CERTIFICATION Florida Statutes, Sections 287.135 and 215.473 Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with the City for goods or services of. (a) Any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or (b) One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company: 1. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473; or 2. Is engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. The Contractor must submit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: The company is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel; or been engaged in business operations in Cuba or Syria. The City shall provide notice, in writing, to the Contractor of any determination concerning a false certification. The Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes. THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON-RESPONSIVE. a. The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes; and September 2021 Mandatory Bid Forms 84 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-6 b. The Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel; and c. For contracts of one million dollars or more, the Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List and, further, are not engaged in business operations in Cuba or Syria; and d. If awarded the Contract, the Vendor, owners, or principals will immediately notify the City in writing if any of its company, owners, or principals: are placed.on the Scrutinized Companies that Boycott Israel List,the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; engage in a boycott of Israel; or engage in business operations in Cuba or Syria. G� zze (Authorized S' ature) I/P ' ' C7 S (f ranted Name and Title) (Name of Vendor) STATE OF COUNTY OF QTC-<)ME� The foregoing instrument was acknowledged before me by means of ( V ) physical presence or ( ) online notarization, this VA day of TE E42 2021, by f �F_-rt" +� the Vpfs of S a i8j5'2QCI A-TE- [_ who is personally known to me or U who produced as identification. o�P = tom Notary Public �O.? Print Name: M VIGC k E f�lp(?-CCAS My Commission expires: ,SEP F I } aoD- j MAGGIE MORRIS,Notary Public In and for the Stag of Ohio My Commission Expires W1,2023 September 2021 Mandatory Bid Forms 85 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-7 NON-COLLUSION AND CONTINGENT FEES AFFADAVIT OHO State off4erid*- County of 0 N—�-,Cj V ` being first duly sworn, deposes and says that: He / She is of J�LL_ A44,, lcciw�f , the Proposer that has submitted the attached Bid; He / She is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; Such Bid is genuine and is not a collusive or sham Bid; Neither the said proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other proposer, firm or person to submit a collusive or sham Bid in connection with the contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Proposer, firm or person to fix the price or prices in the attached Bid or of any other Proposer, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any other Proposers, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Winter Springs or any person interested in the proposed Contract; The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Proposer or any of its agents, representatives, owner's employees, or parties in interest, including this affiant; and The proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have not employed or retained any company or person, other than a bona fide employee working solely for the proposer to solicit or secure this agreement and that proposer has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the proposer any fee, commission,percentage, gift, or other consideration contingent upon or resulting from the award or making of this agreement. For the breach or violation of this provision, the City shall have the right to terminate the agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, co mission,percentage, gift, or consideration. ~�&- (Authorized ignature) 1dLA VP rotes (77S)�rinted Name and Title) (Name of Vendor) September 2021 Mandatory Bid Forms 86 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-8 STATE OF 0410 COUNTY OF 06,6 't The foregoing instrument was acknowledged before me by means of ( ✓) physical presence or O online notarization, this day of E(}1(SM 2021, by v- they? Sf--eVt of L4 O UUCP I . S a iso o- i A--1 r who is personally known to me or (_) who produced as identification. . Notary Public Print Name: My Commission expires: MAGGIE MORRIS, Notary Public in and for the State of Ohio My Commission Expires Sept 1,2023 September 2021 Mandatory Bid Forms 87 00300-`I v,,C:,TWRF TEMPORARY DISK FILTER€ LN DRUG-FREE WORKPLACE CERTIFICATION In accordance with Florida Statues 287.087,preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price,quality,and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedure for processing the bids will be followed if none of the tied vendors have a drug-free work place program. In order to have a drug-free workplace program,a business shall. A Publish a statement notifying employees that the unlawful manufacture,distribution, Dispensing,possession,or use of a controlled substance is prohibited in the workplace and specifying the actions that will betaken against employees for violations of such prohibition. Inform employees about the danger of drug abuse in the workplace,the business's policy maintaining a drug-free workplace,any available drug counseling,rehabilitation,and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection(a). i In the statement specified in subsection(a),notify the employees that,as a condition of working on the commodities or contractual services that are under bid/proposal,the employee will abide by the terms of the statement and will notify the employer of any conviction of,or plea of guilty or nolo contender to,any violation of Chapter 893 or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5)days after such conviction. Impose a sanction on,or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community,by any employee who is so convicted. f. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement,I certify that this firm complies fully with the above requirements. i L bi (Company) 1A2 ManoL cX^ e&Title) September 2021 Mandatory Hid Forms 88 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-10 CONFLICT OF INTEREST CERTIFICATION Before me, the undersigned authority, personally appeared, who was duly sworn, deposes, and states: Veolia Water TechnologiesI c lam the C Brett Neely of with aYocal office in Vandalia, OH _ and principal office in Vandalia, OH City and State City and State The above-named entity is submitting an ITB for the City of Winter Springs described as: City of Winter Springs ITB #05-21 JN WEST WRF TEMPORARY DISK FILTER RENTAL The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge and thereof the following; a. The Affiant states that only one submittal for the above bid is being submitted and that the above-named entity has no financial interest in other entities submitting bids for the same project. b. Neither the Affiant nor the above-named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraints of free competitive pricing in connection with the entity's submittal for the above bid. This statement restricts the discussion of pricing data until the completion of negotiations if necessary and execution of the Contract for this project. c. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise ineligible from participation in contract letting by any local, State, or Federal Agency. d. Neither the entity, nor its affiliates, nor anyone associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. e. I certify that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City of Winter Springs. f. I certify that no member of the entity's ownership or management, or staff has a vested interest in any aspect of the City of Winter Springs. September 2021 Mandatory Bid Forms 89 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-11 g. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above-named entity, will immediately notify the City of Winter Springs. 1(800) 875-4075 Veolia Water Technologies, Inc +1 (937) 890-9925 (Authorized Signafe)�w Name of Business Phone & Fax Number C BRett Neel -VP Services 945 S Brown School Road Vandalia, OH 45377 1dstri UVolutions rmteame and Title) Business Mailing Address City, State, Zip September 2021 Mandatory Bid Forms 90 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-12 CERTIFICATION A:(Debarment, Suspension and other responsibility matters —Primari! Covered Transactions} The prospective primary participant certifies to the best of its knowledge and belief that its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal debarment or agency; b. Have not within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph(1) (b) of this certification; and d. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local)terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation of this proposal. Instructions for Certification(A) By signing and submitting this proposal, the prospective primary participant is providing the certification set out below; a. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or any explanation shall disqualify such person from participation in this transaction. b. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous September 2021 Mandatory Bid Forms 91 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-13 certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. C. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. d. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of these regulations. e. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. f. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion—Lower Tier Covered Transaction,"provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines this eligibility of its principals. Each participant may, but is not required to, check the Non- procurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph (6) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this September 2021 Mandatory Bid Forms 92 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-14 transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. Certification B: Debarment Suspension, Inehidbilitr and Voluntar� Exclusion—Lower Tier Covered Transactions) a. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended,proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. b. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Instructions for Certification {B By signing and submitting this proposal,the prospective lower tier participant is providing the certification set out below. a. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. b. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. The terms covered transaction. debarred. suspended. ineligible, lower tier covered transaction,participant,person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations. d. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. September 2021 Mandatory Bid Forms 93 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-15 e. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause title "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion—Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitation for lower tier covered transactions. f. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principles. Each participant may but is not required to, check the Non- procurement List. g. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. h. Except for transactions authorized under paragraph (5) of these instructions, if a participant in a lower covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government,the department or agency with which this transaction originated may pursue available remedies including suspension and/or debarment. Applicant: VEOLIA WATER TECHNOLOGIES, INC Date: 9/15/2021 Sig ture of Authorized t. rtifying Official: Title: — VP-Services, Industrial Solutions Brett Neely END OF SECTION September 2021 Mandatory Bid Forms 94 %4 - e F' f r - Winter Springs West Water Reclamation Facility Temporary Disk Filter Rental Florida Representative Contact, Brian Schuette Mitch Matthews Moss Kelley,Inc. mmatthews@westech-inc.com Lake Mary, Florida (407)805-0063 Sabrina La Plante bks@mosskelley.com slaplante@westech-inc.com WE SME C* .. Proposal Number: 2160376 Wednesday,September 15, 2021 95 Table of Contents Bid Forms Project Clarifications and Exceptions General Arrangement Drawing Rental Agreement SME V.F4 Proposal:2160376_Rev1 96 Bid Forms WIE SME C: Proposal: 2160376_Rev1 97 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-1 SECTION 00300 MANDATORY BID FORMS (Mandatory Forms must be submitted with the bid. Failure to submit forms may disqualify the proposer from the ITB.) PART 1 GENERAL 1.01 Description The following Bid is hereby made to the City of Winter Springs, hereafter called the OWNER. Bid is submitted by: Legal Name(indicate whether sole proprietorship,partnership,or corporation): WesTech Engineering,LLC Address: 3665 S. West Temple, Salt Lake Citi..Utah 84115 Contact Name: Mitch Matthews Contact Phone Number: 801.265.1000 Contact E-Mail Address: munisalesr( westech-inc.com 1.02 The Undersigned: A. Acknowledges receipt of: 1. Project Manual for WEST WRF TEMPORARY DISK FILTER. 2. Addenda: Number 1 ,dated September.13,2021 Number ,dated_ B. Has examined the site and all Bidding Documents and understands that in submitting his Bid, he waives all right to plead any misunderstanding regarding the same. C. Agrees: September 2021 Mandatory Bid Forms 98 WEST WRF TEMPORARY DISK FILTER RENTAL _ _ 00300-2 1. To hold this Bid open for 60 calendar days after the bid opening date. 2. To furnish the goods and/or services specified in this ITB at the prices quoted in my responsive bid and in compliance with the Bidding Documents. 3. To accept the provisions of the Instructions to Bidders. 4. To negotiate a contract with the OWNER incorporating the bid amounts, if selected on the basis of this Bid. 5. To receive a City Purchase Order issued by the OWNER at the submitted Bid Price. 6. To accomplish the work in accordance with the contract documents and this Project Manual. 7. To deliver the equipment as required by the specifications and as indicated in his proposal document. D. Certifies: I. That all information contained in this bid is truthful to the best of my knowledge and belief. 2. That I am duly authorized to submit this bid on behalf of the vendor and that the vendor is ready, willing, and able to perform if awarded the bid. 1.03 Stipulated Amount A. Base Bid Price I will provide the equipment and services under this project for a minimum Six-Month Total Rental Amount(Monthly Rent multiplied by 6) of: One hundred seventv-five thousand fifrN Dollars($ 175,050 ) and a One-Time Mobilization/Demobilization Amount of.. Thirty-three thousand,one hundred ten Dollars ($ 33.110 !. The Bidder hereby agrees to perform all work as required by this Project Manual for the following Unit Prices. Work for which there is not a Pay Item will be considered incidental to the Contract and no additional compensation will be allowed. The OWNER, at his sole option and discretion, may choose to add or deduct from the unit prices set forth below. The Bidder shall be paid for actual quantities completed in accordance with the contract documents. The following is the order of precedence which will be used in case of conflicts within the Bid Submittal provided by each Bidder: Unit Price, Total Price, Total Base Bid (See attached Bid Form). 1.04 Bid Submittals September 2021 Mandatory Bid Forms 99 WEST WRF TEMPORARY DISK FILTER RENTAL __ _ 00300-3 A. Completed and signed bid price form and other Mandatory forms in this Section. B. I have attached all other Mandatory Forms in this Section. 1.05 Submittal RESPECTFULLY SUBMITTED,signed and sealed this 15 day of Se;,t ,2021. Bidder By: ,• t. ..� -'�) Title Vice President ri . ''•.'Qi,L e A •• \2833.49 UJ =S'� ,vim;• ; ;n ATTEST: SECRETARY SEAL ?021 2 may% UTAH �`•• September 2021 Mandatory Bid Forms 100 WEST WRF TENWORARY DISK FILTER RENTAL 00300-4 BID TABULATION The Bidder hereby indicates the following total units and total prices which represent all materials, labor, equipment, transportation, performance of all operations relative to performance of the project, overhead, and costs of all kinds and profit to complete the work items in accordance with the Project Manual,plans,and permits. Work for which there is not a Iisted item below shall be considered incidental to the Contract and no additional compensation will be allowed. The detailed Schedule of Values shall be provided by the lowest responsible bidder and be included with their executed contract, as attached. ITEM —No. _ DESCRIPTION UNITS_ UNIT COST_ TOTAL COST Mobilization/Demobilization,plus, • Travel and living expenses to have one personnel onsite up to 8 hours per 1 day,two trips,up to 3 days each trip. 1 LS $33,110 $33,110 • Travel and living expenses to have one personnel onsite up to 8 hours per dw,for the last 2 dkN s rental is onsite. Rental Equipment 2 • Disk filter 6 Month • Spares $29,175/Moth $175,050 • Servicesram — TOTAL= $208,160 As Needed Service beyond necessary repairs to the equipment and exceeding the minimum Rate per Hour service intervals in A):endix A Supervision/Project Manager As Needed To Be Determined • Onsite&travel time beyond budgeted $180/Hour Meals per diem travel &living expenses at _ cost+15% _ Additional per month rental beyond 6 months (Rate may not exceed rate quoted for minimum As Needed $29,l75/Moth To Be Determined 6 month tem� _r TOTAL BID: Two hundred ei zht thousand,one hundred Sixty DOLLARS (In Words) $ $208,160 *Rental Security Deposit of$10,000 received prior to unit leaving WesTech Yard.Deposit will be refunded on return of equipment to WesTech Yard in clean condition with normal wear and tear.Bid is contingent upon acceptance and mutual agreement of attached WesTech Master Rental Agreement and Clarifications at time of I contract execution. September 2021 Mandatory Bid Forms 101 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-5 SCRUTINIZED COMPANY CERTIFICATION Florida Statutes, Sections 287.135 and 215.473 Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with the City for goods or services of: (a) Any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or (b) One million dollars or more if, at the time of bidding on, submitting a proposal for,or entering into or renewing such contract, the company: 1. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473; or 2. Is engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law,the City will not contract for the provision of goods or services with any scrutinized company referred to above. The Contractor must submit this required certification form attesting that it is nota scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: The company is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel; or been engaged in business operations in Cuba or Syria. The City shall provide notice, in writing, to the Contractor of any determination concerning a false certification. The Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135,Florida Statutes. THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON-RESPONSIVE. a. The Vendor, owners, or principals are aware of the requirements of Section 287.135,Florida Statutes; and September 2021 Mandatory Bid Forms 102 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-6 b. The Vendor, owners,or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel;and c. For contracts of one million dollars or more,the Vendor,owners,or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List and, further,are not engaged in business operations in Cuba or Syria; and d. If awarded the Contract,the Vendor,owners, or principals will immediately notify the City in writing if any of its company,owners, or principals: are placed on the Scrutinized Companies that Boycott Israel List,the Scrutinized Companies with Activities in Sudan List,or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; engage in a boycott of Israel;or engage in business operations in Cuba or Syria. Authorized Signature) ( rinted Name and Title) WesTech Enaineerina LLC (Name of Vendor) STATE OF Utah COUNTY OF Salt Lake The foregoing instrument was acknowledged before me by means of C_�6 physical presence or is t online notarization, this 15 day of September_ , 2021, by rj_ 14_'11-4 the JhL�2-((:-EI l T of a who is personally known to me or U who produced as identification. AxftL IL GARM 051 NOWY PUW Swe of Utah 'rotary Public Mir CowAosw Up+rs on- 12 n- `` W`� f 21,2024 Print Name:0AjDe4 A- A •l OMM ner.: xtiix My Commission expires: September 2021 Mandatory Bid Forms 103 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-7 i NON-COLLUSION AND CONTINGENT FEES AFFADAVIT f State of Florida- Utah County of Salt Lake , being first duly sworn, deposes and says that: He / She is Vice President of WesTech Engineering,LLC the Proposer that has submitted the attached Bid; He/ She is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; Such Bid is genuine and is not a collusive or sham Bid; Neither the said proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other proposer, firm or person to submit a collusive or sham Bid in connection with the contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Proposer, firm or person to fix the price or prices in the attached Bid or of any other Proposer, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any other Proposers, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Winter Springs or any person interested in the proposed Contract; The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Proposer or any of its agents,representatives,owner's employees, or parties in interest, including this affiant;and The proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have not employed or retained any company or person, other than a bona fide employee working solely for the proposer to solicit or secure this agreement and that proposer has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the proposer any fee, commission,percentage, gift, or other consideration contingent upon or resulting from the award or making of this agreement. For the breach or violation of this provision,the City shall have the right to terminate the agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission,percentage, gift, or consideration. (Auth rized Signature) Cram°N.Martin,Vice President _ (Printed Name and Title) WesTech Engineering,LLC (Name of Vendor) September 2021 Mandatory Bid Forms 104 WEST WRF TEMPORARY DISK FILTER RENTAL _ 00300-8 STATE OF Utak COUNTY OF Salt Lake The foregoing instrument was acknowledged before me by means of (_) physical presence or online notarization, this _15 day of Se; tember , 2021, by 'w h T the yj j� of `# _ y, a G (� who is personally known to me or (_) who produced as identification. utAOu N. QiurcIA Notary pwk su to at utan Notary Public ieAu9W Mx CM W W Expires on: 21, 2024 Print Name:Aftd4-- CorrN. ; 1 i 3i2� 9 Lf My Commission expires: �•4-7 September 2021 Mandatory Bid Forms 105 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-9 DRUG-FREE WORKPLACE CERTIFICATION In accordance with Florida Statues 287.087, preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedure for processing the bids will be followed if none of the tied vendors have a drug-free work place program. In order to have a drug-free workplace program, a business shall: a. Publish a statement notifying employees that the unlawful manufacture,distribution, Dispensing,possession,or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. b. Inform employees about the danger of drug abuse in the workplace,the business's policy maintaining a drug-free workplace,any available drug counseling,rehabilitation,and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. c. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection(a). d. In the statement specified in subsection(a),notify the employees that, as a condition of working on the commodities or contractual services that are under bid/proposal,the employee will abide by the terms of the statement and will notify the employer of any conviction of,or plea of guilty or nolo contender to, any violation of Chapter 893 or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5) days after such conviction. e. Impose a sanction on,or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. f. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. WesTech En.Aneer4?,LLC (Company) _ Vice President (Signatu._ &Title) September 2021 Mandatory Bid Forms 106 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-10 CONFLICT OF INTEREST CERTIFICATION Before me, the undersigned authority, personally appeared, who was duly sworn, deposes,and states: I am the _Vice President of WesTech Engineering,LLC_ with a local office in Salt Lake Cit_v,Utah and principal office in Salt Lake Cit Utah City and State City and State The above-named entity is submitting an ITB for the City of Winter Springs described as: City of Winter Springs ITB#05-21 JN WEST WRF TEMPORARY DISK FILTER RENTAL The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge and thereof the following; a. The Affiant states that only one submittal for the above bid is being submitted and that the above-named entity has no financial interest in other entities submitting bids for the same project. b. Neither the Affiant nor the above-named entity has directly or indirectly entered into any agreement,participated in any collusion, or otherwise taken any action in restraints of free competitive pricing in connection with the entity's submittal for the above bid.This statement restricts the discussion of pricing data until the completion of negotiations if necessary and execution of the Contract for this project. c. Neither the entity nor its affiliates,nor anyone associated with them,is presently suspended or otherwise ineligible from participation in contract letting by any local, State, or Federal Agency. d. Neither the entity,nor its affiliates,nor anyone associated with them have any potential conflict of interest due to any other clients,contracts, or property interests for this project. e. I certify that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City of Winter Springs. f. I certify that no member of the entity's ownership or management, or staff has a vested interest in any aspect of the City of Winter Springs. September 2021 Mandatory Bid Forms 107 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-11 g. In the event that a conflict of interest is identified in the provision of services, I,on behalf of the above-named entity, will immediately notify the City of Winter Springs. p 801.265.1000 WesTech Engineering,LLC f 801.265.1080 (Authorized Signature) Name of Business Phone&Fax Number Craig N.Martin,Vice President 3665 S. West Temple _ Salt Lake Cita,UT 84115 (Printed Name and Title) Business Mailing Address City, State,Zip 1 September 2021 Mandatory Bid Forms 108 WEST WRF TEMPORARY DISK FILTER RENTAL _ 00300-12 CERTIFICATION A: (Debarment. Sus )ension and other res )onsibility matters—Primary Covered Transactions i The prospective primary participant certifies to the best of its knowledge and belief that its principals: a. Are not presently debarred, suspended,proposed for debarment, declared ineligible,or voluntarily excluded from covered transactions by any Federal debarment or agency; b. Have not within a three-year period preceding this proposal,been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public(Federal, State, or local) transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft, forgery,bribery, falsification, or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal, State,or local)with commission of any of the offenses enumerated in paragraph(1) (b)of this certification; and d. Have not within a three-year period preceding this application/proposal had one or more public transactions(Federal, State,or local)terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation of this proposal. Instructions for Certification A� By signing and submitting this proposal,the prospective primary participant is providing the certification set out below; a. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or any explanation shall disqualify such person from participation in this transaction. b. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous September 2021 Mandatory Bid Forms 109 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-13 certification, in addition to other remedies available to the Federal Government,the department or agency may terminate this transaction for cause or default. C. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. d. The terms covered transaction,debarred,suspended, ineligible, lower tier covered transaction,participant,person,primary covered transaction,principal,proposal, and voluntarily excluded, as used in this clause,have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of these regulations. e. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended,declared ineligible,or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. f. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled"Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion—Lower Tier Covered Transaction,"provided by the department or agency entering into this covered transaction,without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible,or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines this eligibility of its principals. Each participant may, but is not required to, check the Non- procurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph(6)of these instructions,if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible,or voluntarily excluded from participation in this September 2021 Mandatory Bid Forms 110 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-14 transaction,in addition to other remedies available to the Federal Government,the department or agency may terminate this transaction for cause of default. Certification B: (Debarment,Suspension.Ineliggibility and Voluntary Exclusion—Lower Tier Covered Transactions) a. The prospective lower tier participant certifies,by submission of this proposal,that neither it nor its principals is presently debarred, suspended,proposed for debarment, declared ineligible,or voluntarily excluded from participation in this transaction by any Federal department or agency. b. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Instructions for Certification L B j By signing and submitting this proposal,the prospective lower tier participant is providing the certification set out below. a. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification,in addition to other remedies available to the Federal Government,the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. b. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant,person,primary covered transaction,principal,proposal, and voluntarily excluded,as used in this clause,have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations. d. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into,it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended,declared ineligible, or voluntarily excluded from participation in this covered transaction,unless authorized by the department or agency with which this transaction originated. September 2021 Mandatory Bid Forms 111 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-15 e. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause title"Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion—Lower Tier Covered Transaction,"without modification, in all lower tier covered transactions and in all solicitation for lower tier covered transactions. f. A participant in a covered transaction may rely upon a certification of a prospective Iparticipant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principles. Each participant may but is not required to,check the Non- procurement List. g. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. h. Except for transactions authorized under paragraph(5)of these instructions, if a participant in a lower covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended,debarred,ineligible,or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government,the department or agency with which this transaction originated may pursue available remedies including suspension and/or debarment. Applicant: Date: WesTech Engineering,LLC 9/15/21 Signature of Authorized Certifying Official: Title: Vice President END OF SECTION September 2021 Mandatory Bid Forms 112 Project Clarifications and Exceptions Chemical Addition Chemical addition may be required to achieve an effluent of less than 5 mg/L of TSS based on an influent maximum of 30 mg/L TSS.Chemical supply and dosing equipment not included. Unit Head Requirements:Customer responsibility below • 11 ft of head required to enter unit at the max hydraulic flow of 1,800 gpm • 8 ft internal water level and 3 ft pipe loss within the unit • 4 ft head available at outlet of nozzle Interconnecting piping,electrical, pumping,hydraulic calculations for plant layout and integration are responsibility of others. Rental Unit Nozzle Sizes • Inlet Nozzle: 10" • Outlet Nozzle:10" • Backwash Nozzle:6" Spare Parts Not Included:Items listed below are generally not required to replace during short term rentals.Spare parts are not currently readily available. • Minimum 2 panels/pieces • All sprockets • PLC and 1/0 modules • Electrical components Spare Parts Not on Rental Unit • Pressure Switches • Pulleys Replacement Filter Discs Cassettes:The unit will come complete with necessary filter disc cassettes, along with an additional two(2) cassettes. If further replacement filter discs cassettes are required,they are available from WesTech at$500 per cassette or$5,000 per disc of cassettes. Freight is not included in this price. Chemical Cleanout:WesTech does not require chemical clean out of the unit prior to return.Customer is responsible for running clean water through the unit and pressure wash inside the unit prior to return. WesTech does not include chemicals for cleaning of unit prior to return to WesTech. Rental Equipment Wear Parts:Any wear items which need to be replaced are the responsibility of the customer and can be purchased through WesTech at a discounted rate. Process Performance Guarantee:WesTech has not included a process performance guarantee.Any estimates of treated water quality are for reference only and do not constitute a guarantee. Security Deposit:Security deposit payment of$10,000 must be received prior to unit leaving WesTech yard. Deposit will be refunded on return of equipment to WesTech Yard in clean condition with normal wear and tear. Proposal: 2160376_Revl 113 Taxes are not included in any pricing above and will be added to all invoices. WesTech Master Rental Agreement must be signed at time of Purchase Order receivable. Unit Availability:Proposal is subject to unit availability. Please contact WesTech prior to Purchase Order to confirm unit availability. Earliest unit availability for this equipment for arrival to job site on January 26,2022. Minimum Rental Period of 6 Months is required. Performance and&Maintenance Service for months 2 and 4 of a 6 month rental period is included in monthly rental price. 9 syk � C Proposal:2160376_Rev1 114 General Arrangement Drawing "TECH . Proposal: 2160376_Rev1 115 CONNECTION TABLE NO—ME SIZE TYPE DESCRIPTION A 10" 150#RFWN SUPERDISC!NLET B 10" 150#RFWN CLEARWELL OU FLET C 6 150#RFWN BACK WASH D 2" BALL VALVF MNPT DRAIN SUPERDISC E 2" BALL VALVE MNPT DRAIN CLEARWELL h II _— I! I II r W ISOMETRIC V&STIECH FBJA:EE ML—RV :W RENTAL STANDARD ONLY WIESFE C�p 1M awec l�oORa�".moa°F�a miNCpn�EKlN0f14NQCBA�„M1POf1FdNOMtW Twu[em�4lic�11iTO TTfLE GENERAL ARRANGEMENT MODULAR SUPERDISC R591-M-GA-01 CEO�ER C.EMR AGFAOIER DATE GL02 SC31 H075 2021-0843 - - GU02 SQ1 JOBNUMET REVBER DOCUMEVTNUMBER SHE DESIGNER AaaR R591 0001697938 1 OF 1 A 116 Rental Agreement This Master Rental Agreement"MRA" is made by and between WesTech Engineering, LLC or its named successors(Lessor),herein referred to as"WesTech" located at 3665 South West Temple,Salt Lake City, Utah,84115 and Click here to enter text.(Lessee),whose principal business is located at Click here to enter text.The project site is to be disclosed on a per-project basis and must be within the USA or Canada. In consideration of the mutual covenants herein contained and other good and valuable consideration, the parties above named hereby agree as follows: 1. Duration of Agreement a. This Agreement shall remain in effect for a period of one(1)year or until canceled by either party by giving the other party ten (10)days written notice at the respective addresses as listed above.However,with respect to any rentals in progress as of the date of the cancellation,this Agreement shall continue in effect until the rental term has expired.This Agreement shall automatically renew on the anniversary date each year unless ten(10)days written notice to the contrary is given by either party.This Agreement does not obligate Lessee to lease Equipment from Lessor, nor does it obligate Lessor to accept an order for rental Equipment,but it,together with any applicable rental quote,shall control and govern all Equipment rented by Lessee and shall define the rights and obligations of Lessor and Lessee during the term hereof. 2. Rental Period a. Unless otherwise agreed to in writing by Lessor and Lessee,the rental period shall commence on the day the Equipment leaves the Lessor's facility and shall continue until the Equipment is decontaminated and returned to Lessor's facility clean,free of all foreign materials,liquid or solid,and without damage otherthan normal wear and tear b. All rentals shall be on a weekly,28 day,or monthly rate term unless the parties specifically stipulate to the contrary. Lessee acknowledges,and agrees to, minimum rental term durations in order to obtain pricing discounts offered by Lessor. c. Cancellation for any reason after the minimum lease term shall constitute Termination of a rental project. d. Cancellation or Termination of a rental project for any reason shall require Lessee to return the Equipment to Lessor's premises at Lessee's expense,unless prior agreement was made in writing with Lessor as part of the project Quote or agreed to in writing with Lessor prior to Lessee giving notice of Cancellation or Termination of the contract. Lessee shall arrange for the Equipment to be picked up by a freight carrier within 3 business days and transported to a designated Lessor premises within 10 calendar days. Lessee shall provide documentation of Equipment pickup and tracking to Lessor. If equipment is not returned to Lessor in a timely manner,Lessor will arrange for return freight a nd Lessee will be responsible for all costs associated with returning the equipment to Lessor. WF.SME C M' Proposal: 2160376_Rev1 117 e. In the case of Lessee payment default or Lessee failure to return Equipment, Lessee hereby agrees that it shall grant Lessor access to the Leased Equipment location and shall permit Lessor to take possession of and remove the Leased Equipment without resort to legal process and hereby releases Lessor from any claim or right of action for trespass or damages caused by reason of such entry and removal. 3. Equipment Rental a. "Equipment"as referenced herein shall mean any piece of equipment provided to Lessee by the Lessor. b. "Quote or Quotes" is a Proposal for Rental of Equipment which Lessor will prepare from time to time as requested by Lessee. c. "Contract" is a Lessor Quote in which any portion of the quote results in an Equipment lease, rental period,or extension thereof to Lessee. d. The Lessee shall pay for rental of the Equipment forthe rental period in accordance with the rates and terms stipulated in Lessor's Quote(s)which is/are incorporated and made a part of this Agreement.The Lessee shall pay for an operator's services in accordance with the rates and terms stipulated in the Quotes(s). Any extensions or cancellations of this Agreement must be agreed to by Lessor in writing and may affect the rental fees. 4. Inspection of Equipment a. Before the Equipment is loaded for transit to the Lessee;the Lessee may require an inspection thereof by a qualified inspector. If the Equipment is not in a satisfactory condition,the Lessor shall pay for the reasonable cost of such inspection. b. The Lessor shall have the right at any time,and from time to time,during normal business hours,to enter the premises occupied by the Equipment and shall be given free access thereto and afforded necessary facilities for the purpose of inspection. Lessor shall give Lessee 24 hours notice before inspection. 5. Loading,Unloading,and Transportation a. The Lessee at his own expense shall be responsible for transporting the Equipment to the job site and shall remain responsible for the Equipment and any expenses incurred for shipping,loading,or unloading of the Equipment as well as any demurrage charges I until the Equipment is unloaded upon return to Lessor's facility. If the Lessee is directed, in writing by the Lessor,to return the Equipment to a place otherthan the Lessor's facility,the Lessee shall do so, but shall only pay the shipping expenses up to but not beyond the amount which would have been required to return the Equipment to the Lessor's facility. If Lessee contracts Lessor to deliver the Equipment to Lessee's job site or to return the Equipment to Lessor's facility,then Lessor shall be responsible for the Equipment while it is in transit on Lessor's truck. b. The Equipment shall not be removed by the Lessee from the Project Site without the express written consent of Lessor. Proposal:2160376_Rev1 118 c. The party responsible for transportation shall also be responsible for full insurance of the Equipment during transportation. 6. Scope of Lease:As stated in Lessor's Quote(s). 7. Responsibilities of the Lessee a. During the term of this Agreement or any extension hereof,Lessee shall be responsible for and pay the cost of all necessary repairs, maintenance and replacement of parts as required to correct any and all damage to the Equipment occurring during the Lease Term; provided, however,that any and all repairs shall only be made with the prior approval of Lessor.Any and all replacement parts used in performing any repairs shall be genuine replacement parts approved by Lessor. Lessee shall, at its own cost and expense, keep the equipment clean,in good repair,properly lubricated,properly housed,perform proper maintenance,and replace normal wear items. b. Lessee shall only allow operators who have been trained and received certification or written permission by Lessor to use,operate,maintain,or repair the Equipment. Lessee shall at all times use the Equipment in a careful and prudent manner. c. Lessee shall return the Equipment to Lessor in the same condition as received from Lessor with normal wear and tear. If returned equipment shows signs of abuse, neglect, excessive wear, or transportation damage, Lessee shall be responsible for repair charges of the same. Lessee is responsible for ensuring compatibility of process water with rental equipment coatings and materials of construction. Lessor makes no guarantee of compatibility nor fitness of equipment compatibility with Lessee's water streams nor chemicals which Lessee may use in conjunction with the equipment. Lessee will be charged up to the full replacement value of the equipment for damage to rental equipment due to chemical attack from process water which causes coating or material damage to the rental equipment.Chemical attack includes but is not limited to free hydrocarbons and chlorides. d. Consumables (including media,filters,dewatering liners,membranes,etc.)and items excessively corroded by harsh process water are Lessee's responsibility, unless stipulated otherwise in Lessor's Quote(s). e. Lessee shall provide Lessor with accurate and up-to-date water quality reports,including necessary measurements and data for the Equipment to reliably treat water if Lessor's Quote includes a project specific treated water guarantee.Should any additional equipment,field service,chemicals,etc. be required to treat water to different specifications than those given to Lessor,or as stated in Lessor's Quote,those costs and any associated damages and risks will be borne by the Lessee. Regardless of water quality,the Equipment will continue to be invoiced as stated in the Quote pricing terms and there will be no lapse in payment. If client would like to remove equipment from site due to inaccurate water quality data,early rental project termination will apply. f. In connection with the delivery of the Equipment to the Project Site, Lessee shall sign an inventory listing emailed with the rental Equipment. Listing will include an itemizing of the equipment,spare parts,and accessories delivered.In the event Lessee fails to acknowledge receipt to the Lessor of the Equipment inventory list by return email or WESTEC H` Proposal:2160376_Revl 119 fails to note any missing items within 24 hours of Equipment delivery to the Lessor for any reason but accepts delivery of the Equipment at the job site,then Lessee accepts the email inventory as fully accurate. g. Lessee shall provide all utilities,chemicals, lubricants,coolants,expendable parts, storage,dunnage,civil works, permits, and other items necessary during the rental period unless these items are specifically included in Lessor's Quote and purchased by Lessee. h. Lessee shall provide sufficient winterization equipment and other facilities to ensure the protection of the Equipment from frost,rain,snow,hail,or other weather-related impacts or damage,unless specifically noted otherwise agreed to. i. Lessee shall perform all normal maintenance necessary to keep the equipment in good running order. j. Lessee agrees to comply with all municipal,state,provincial, and federal laws relating to the operation, handling,and transporting of the Equipment and any byproducts thereof. k. The Equipment shall be fully cleaned prior to being returned and in an un-marred condition. Unless otherwise agreed to in writing by Lessor and Lessee,the rental period shall commence on the day the Equipment leaves the Lessor's facility and shall continue until the Equipment is decontaminated and returned to Lessor's facility clean,free of all foreign materials, liquid or solid, and without damage other than normal wear and tear. All rentals shall be on a day-to-day basis unless the parties specifically stipulate to the contrary. I. Lessee shall not make any modifications to the Equipment without the express written permission of Lessor. 8. Document Primacy a. This document addresses Rental of Equipment and is not a Master Service Agreement "MSA"and must be agreed to separately from any previously agreed to MSA. b. This Master Rental Agreement"MRA"supersedes all written,implied,or otherwise previously agreed to Master Rental Agreements between Lessor and Lessee. c. Portions of this document may be amended within Lessor's quote(s)on a case-by-case basis. s'Fl—=C: Proposal:2160376 Revl 120 9. Payments a. Lessor shall invoice Lessee monthly for the use of the Equipment. All payments shall be made by Lessee to Lessor in U.S. Dollars. b. A security deposit to Lessor is required from Lessee to reserve Equipment, due immediately upon notification of a rental contract award from Lessee.Security deposit is due upon invoice, net 0,to secure equipment.The deposit is refunded in whole at the end of the Equipment lease period, providing Equipment is returned in good condition, with normal wear and tear,and cleaned in accordance with the requirements outlined in this Agreement. Lessee will be notified of any costs which may be deducted from the security deposit at the end of the rental period and given the opportunity to correct any issues before any charges are applied against the security deposit. c. Unless otherwise agreed to in Lessor's Quote,the initial rental invoice will be issued upon Equipment release from Lessor's premises and will include first and last month equipment rental fees. If freight or equipment set-up is in the project contract,said expenses will also be included in the initial invoice. d. The initial invoice will include the rental charges from the date upon which Equipment left the Lessor's premises through the end of the first billing rate term. e. All subsequent invoices will be issued on or before the 10th of every month and will cover the subsequent billing period(s)as applicable.The final invoice will be prorated from the beginning of the final rental billing term through the end of the rental contract. In the event an extension of the Equipment rental is requested by the Lessee,thirty(30) calendar days'notice is required. If an extension is not agreed to prior to the final billing rate term of a rental contract and Equipment is not returned in clean, in good condition, etc.,all time calculations will be forward pro-rated at a weekly rate equal to one-half of the monthly rate,and a daily rate equal to one-half of the weekly rate. g. if Lessee terminates the Contract for convenience, Lessee shall pay the entirety of the contract, less 10%. If the contract has been extended past the original lease term on a month-to-month basis,the full month of charges is due for any portion of a month used and is not pro-rated. h. In the event that any payment in not received when due, interest shall accrue on the amount overdue at rate of 1.5%per month or 18% per year. I. Interest on unpaid balance shall be simple interest and shall accrue only on the unpaid principal balance due and owing. Interest shall accrue from the date a payment is due. j. Contract payment will be considered in default if payment due is in excess of sixty(60) days past original payment terms. k. Lessee shall communicate in writing to Lessor any invoice errors,discrepancies,or disputes within five(5) business days of the invoice date. If such communication is not so made,the invoice will be deemed to be approved and Lessee shall forever waive any error,discrepancy,or dispute of which it was aware or through due diligence could have + become aware. I s7F1EC" Proposal:2160376_Rev1 121 10. Ownership of Equipment a. Rental equipment is expressly not for sale during the Lease Term. Lessor shall remain the owner of the Equipment at all times. Lessee offers new equipment with a typical delivery period of 22 to 40 weeks depending on equipment model. b. In the case of Lessee payment default or Lessee failure to return Equipment,Lessee hereby agrees that it grants Lessor the right to access the Leased Equipment location,to enter onto the Project site,and shall permit Lessor to take possession of and remove the Equipment without resort to legal process,and hereby releases Lessor from any claim or right of action for trespass or damages caused by reason of such entry and removal.This grant of authority shall be irrevocable by Lessee until all the Equipment is returned to Lessor's premises. c. The Equipment is,and shall at all times remain,the property of the Lessor,and the Lessee shall have no right,title or interest therein,or thereto except the right of possession and use of the Equipment pursuant to the terms of this Agreement. Lessee shall not remove or deface any plate or marking on the Equipment identifying Lessor as the owner of the Equipment or the manufacturer's serial number.The Equipment is,and shall at all times remain,personal property notwithstanding that the Equipment or any part thereof may now be,or hereafter become, in any manner affixed or attached to any other personal or real property.The Lessee shall keep the Equipment free and clear of any and all levies,liens,security interest and encumbrances of any kind,and shall give the Lessor prompt notice of any attachment or judicial process affecting the Equipment. 11. Potential Freezing Conditions a. If equipment is to be operated in potentially freezing conditions,care is to betaken to ensure that equipment,consumables,and spares are not damaged.Lessee is responsible for freezing related damage. 12. Damage to Equipment a. The Lessee shall be liable to the Lessor for all loss or damage to the Equipment,while it is in possession of the Lessee,except as limited by the"Special Conditions"section of this Agreement.The Lessee shall advise the Lessor within seven (7)days of the receipt of the Equipment of any shortages or damage claim that it might have and unless such notice is given within such period such initial claim for shortage or damage occurring prior to operation of the Equipment shall be invalid and unenforceable. b. In the event of partial or total loss to the Equipment while in the possession of the Lessee,Lessee shall immediately notify Lessor of such. "Special Conditions"section of this Agreement will govern the repair of the damaged Equipment. c. Upon return of the Equipment and after inspection by the Lessor,the Lessee shall be liable and agrees to pay to the Lessor all loss or damage to the Equipment,except to the extent such loss or damage arises out of or is the direct or indirect result of the negligence or willful misconduct of Lessor.The rental period will be suspended until Lessor renders an invoice for the repair or replacement cost of the Equipment. Lessee agrees to pay,within thirty(30)days of receipt of invoice the repair or replacement cost WE SME C W*�' Proposal:2160376_Rev1 122 of the Equipment as established by Lessor,which the parties agree is the current fair replacement value of the Equipment.The rental period will recommence when Lessor renders the invoice for repair or replacement cost and shall continue until payment for repair or replacement is received by Lessor. 13. Special Conditions a. Notwithstanding any provisions contained herein to the contrary, if the Equipment should require repair for any reason whatsoever while in the possession of the Lessee, outside of those stated in"Damage to Equipment"section,Lessee may(a)elect to return the Equipment to Lessor and Lessor will replace the Equipment with comparable Equipment when available or(b) elect not to return the Equipment to Lessor,and Lessor shall provide a qualified technician to repair it. In the event the Lessor determines that the repairs(including those resulting from Lessee's abuse,improper maintenance,or the failure to perform required maintenance,or for any reason other than Lessor's negligence or willful misconduct or defect in the Equipment at time of delivery)are Lessee's responsibility,then the Lessee agrees to pay,within thirty(30)days from receipt of Lessor's invoice,for all applicable transportation costs,travel time, mileage, labor and parts required to both repair and/or replace the damaged Equipment. 14. Operators a. In the event that Lessor provides the services of an operator for the Equipment herein leased, Lessor shall be responsible for and maintain liability for any and all maintenance, operation,or repairs of Equipment,any inspections required,and any liability for damage to the Equipment,unless and except to the extent any such maintenance, operation or repairs,inspections,damage or similar responsibilities arise due to the negligence of Lessee or harsh process water conditions resulting in excessive corrosion or damage to Equipment. In the event of the negligence of the Lessee, Lessee shall maintain responsibility for the items hereinabove described.The terms of"Warranties" Section shall remain in full force and are in no way affected by the Lessor providing an operator for the Equipment. 15. Liability and Consequential Damages a. With the exception of"Special Conditions"and"Damage to Equipment"sections above, Lessor and Lessee shall not be liable to each other for the recovery of special, punitive, exemplary, liquidated,incidental, indirect,or consequential damages to include,but to not be limited to, loss of profits or loss of revenue, loss of business,loss of opportunity, business interruption or down time, loss of capital or loss of use of capital,loss of product or production or delays in production,or government fines or penalties regardless of the cause thereof including, but not limited to the negligence,gross negligence,fault,strict liability,or willful misconduct of either party. 16. Authority of Agents a. The execution hereof by an agent of Lessee shall conclusively establish the authority of such agent to contract herein,unless Lessor receives written notification to the contrary prior to the loading of the Equipment for transit. WEE SMFE C H Proposal: 2160376 Revl 123 17 Insurance a. Lessee shall,at its own expense,maintain insurance coverage as follows: i. Workman's compensation insurance and such other employee insurance as shall be required by applicable state and federal laws for each of Lessee's employees associated with the Equipment or the use thereof. ii. Comprehensive general liability insurance with an aggregate total amount not less than$1,000,000.00 and combined single occurrence limits for bodily injury and/or property damage not less than$500,000.00. Lessor shall be given proof of said policy. iii. Property damage and loss insurance for the Equipment for the complete replacement value(agreed value)of the Equipment at all times in which Lessee is 1)in possession of the equipment or 2)responsible for transportation of the equipment. iv. Lessee shall provide Lessor with proof of such insurance prior to taking possession of the Equipment.Taking possession of the equipment may be either picking equipment up at Lessor's premises or receiving the equipment at Lessee's facility,as governed by the scope of the freight term in the Quote(s). 18. Waste and Hazards a. Lessee shall,Prior to leasing Equipment,inform Lessor of any special hazard risks involved in the excavation,processing and/or removal of the waste to be processed by the Equipment of which Lessee is aware or shall become aware. 19. Warranties a. Lessor warrants that the Equipment will be in good working order at the time of Equipment delivery to Lessee. b. Lessor makes no warranty or representation,expressed or implied,(including the implied warranty of merchantability and fitness)as to appropriateness of the Equipment for any task,or that the Equipment is appropriate for any given use to which Lessee may use the Equipment.Lessee recognizes,and agrees,that no guarantee,express or implied,is provided with regards to: Equipment's treated water quality,throughput rate,chemical consumption,consumables,spare part consumption, power consumption,and the like,unless specifically listed in Lessor's Quote(s). c. Lessor warrants the Equipment against defects in materials and workmanship at time of delivery to site. During the term of Lease, any defective parts will be supplied by Lessor at no charge to Lessee, FCA Lessor's point of shipment(or USA Domestic UCC-FOB point of shipment). During any period in which the equipment fails to function due to Lessor's defects in materials and workmanship,Lessee shall immediately notify Lessor. if such failure to function continues uncorrected for more than forty-five(45)calendar days after notification to Lessor's Project Manager,Lessee may,at its option,terminate the Lease upon written notice to Lessor,and return the Equipment to the Lessor's Premises, I WE—=s'ff'§-=C Proposal:2160376_Rev1 124 Lessor retains ownership,and the rental contract will be considered terminated by Lessee. d. Process performance guarantees/ process warranties,if offered,are only available as part of a project specific Quote from Lessor,duly issued by Lessor's authorized Process Engineer. 20. Indemnification a. To the extent permitted by law, Lessee shall indemnify and hold harmless Lessor its officers,employees,agents, and successors, against all claims, liabilities,losses, damages,and expenses,of every character and kind whatsoever,for property damage, bodily injury,sickness,and/or disease resulting in whole or part from the negligence or willful misconduct of Lessee. 21. Force Majeure a. Neither party shall be liable under this Agreement for delays or other non-performance (except for the payment of money for services already rendered)caused by any unusual occurrence beyond the party's reasonable control,including, but not limited to,war, fire,strikes,other labor troubles,unforeseeable breakage of equipment,accidents beyond the control of either party,acts of God,delays of common carriers,and unforeseeable actions of governmental authority, laws,rules and/or regulations. b. Lessee is hereby notified of yet unknown delays due to the CDVID-19 pandemic as an ongoing Force Majeure Event. Project delays due to Force Majeure Event delays shall not accrue delay damages. 22. Legal Expenses a. The prevailing party in any dispute concerning the interpretation or enforcement of this Agreement shall be entitled to recover from the other party its reasonable attorneys' fees and costs. 23. Assignment a. Lessee shall not assign or transfer any interest in this Agreement without the prior consent in writing of the Lessor. 24. Taxes a. Lessor shall be responsible for the payment of the following taxes associated with the services to be performed: i. Taxes directly associated with the employment of Lessor's employees, including but not limited to,employer's USA FICA contribution, USA Workman's Compensation Insurance,USA Unemployment Insurance,and United States Federal Unemployment Tax Act(FUTA). ii. United States Local and Federal income taxes based on net profit to Lessor. b. Payment of any tax,fee,or other charge levied by a governmental authority by this Agreement shall be the responsibility of Lessee. WE SMI C:M= Proposal:2160376_Rev1 125 c. The Lessee shall pay all license fees, registration fees,assessments, duties and taxes which may now or hereafter be imposed upon possession, lease or use of the Equipment,excepting only those based on the Lessor's net income or exempted by law. The Lessee shall promptly notify the Lessor of the receipt of any tax notices,tax reports or inquires or notices from taxing or other authorities concerning taxes,fees,or assessments. 25. Sales Tax a. The fees and lease rental payments provided for in this Agreement are exclusive of state sales taxes,Canadian provincial and national taxes,use taxes,gross receipt taxes,or 0 other similar taxes, payments of which shall be the additional responsibility of Lessee. 26. Default a. In the event of a breach of this Lease,the Equipment shall,upon Lessor's demand, be returned to Lessor at Lessee's expense. Lessee hereby waives all further rights to possession of the Equipment. 27. Severability a. If any provision of this Agreement is contrary to, prohibited by,or deemed invalid under applicable Laws or Regulations of any jurisdiction in which it is sought to be enforced, then such provision shall be deemed inapplicable and deemed omitted but shall not invalidate the remaining provisions hereof. 28. Changes, Modifications,Waivers,Etc. a. Changes,modifications,waivers,additions or amendments to the terms and conditions of this Agreement shall be binding on a party only if such are in writing and signed by a duly authorized representative of such party.The failure of a party to enforce,at any time or for any period of time,any of the provisions of this Agreement shall not constitute a waiver of such provisions or of the right of such party to enforce each and every provision hereunder. t WF.SME C H' Proposal:2160376_Rev1 126 29. Notices: All notices to be provided herein shall be provided as follows: To Lessor: WesTech Engineering, LLC Attn: Rental Equipment Legal Department 3665 South West Temple Salt Lake City, Utah 84115 This Agreement constitutes the entire Agreement between the Lessor and the Lessee,and supersedes any representations,warranties,or Agreements(written or oral)heretofore made or entered into between the parties relating to the Equipment.This Agreement shall be made under the laws of the State of Utah, USA, and shall for all purposes be construed and enforced in accordance with the laws of said State.By signing below,each Party warrants and represents that the person signing this Lease Agreement has authority to bind that Party and that the Party's execution of this Agreement is not in violation of any company bylaws,covenants, and/or other restrictions placed upon them by their respective entity. IN WITNESS WHEREOF,the parties hereto have executed this document the day and year first above written. I WesTech Representative(Lessor) Date WesTech Engineering,LLC Lessee Representative Date Proposal:2160376_Revl 127 • incorporated 1959 ON • Project Manual City of Winter Springs WEST WATER RECLAMATION FACILITY TEMPORARY DISK FILTER RENTAL Bid No. ITB 05-21 JN September 2021 128 THIS PAGE INTENTIONALLY LEFT BLANK 129 WEST WRF TEMPORARY DISK FILTER RENTAL INDEX-1 INDEX TO PROJECT MANUAL CITY OF WINTER SPRINGS WEST WRF TEMPORARY DISK FILTER RENTAL City Bid No. ITB 05-21 JN September 2021 DIVISION 0 BIDDING REQUIREMENTS AND CONDITIONS OF THE CONTRACT 00020 Advertisement for Bids 00020-1 00100 Instructions to Bidders 00100-1 —00100-9 00300 Mandatory Bid Forms 00300-1 —00300-15 00660 Notice of Selection Form 00660-1 APPENDICES Appendix A: Scope of Work September 2021 Index 130 WEST WRF TEMPORARY DISK FILTER RENTAL 00020-1 SECTION 00020 ADVERTISEMENT FOR BIDS INVITATION TO BID Bid Proposals are hereby solicited by the City of Winter Springs,Florida for: WEST WRIT TEMPORARY DISK FILTER RENTAL Bid No. ITB 05-21 JN Sealed Bids must be received by September 17, 2021 at 10:00 A.M. at the City of Winter Springs,City Hall, 1126 East S.R. 434,Winter Springs,FL 32708. Bid opening will be immediately after at City of Winter Springs, City Hall, 1126 East S.R. 434,Winter Springs,FL 32708. The Bidding Documents may be downloaded in pdf format from DemandStar and the City's website at the following link: hlt2s://www.winterspringsfl.org/rfps This project consists of the following as detailed in Appendix A: 1. Provide a temporary disk filter for a minimum of a six (6) month rental period, which may be extended at the City's option, mobilization of equipment to the site, demobilization from the site, spare parts, and maintenance of the disk filter. All questions regarding the bid should be directed to Holly Queen, City Controller by e- mail to hqueengwintersprin sg fl org. The City of Winter Springs reserves the right to reject any or all bids, with or without cause, to waive technicalities and minor irregularities, or to accept the bids which, it its judgment best serves the interest of the City. Table 1- Procurement Schedule NO. ACTIVITY DATE 1 Issue ITB September 3,2021 2 Last Date for City to Receive Questions on ITB September 10,2021 3 Last Date for City to Issue Addendum in Response to September 14,2021 Questions 4 Proposal Submission Due Date&Bid Opening September 17,2021 5 Consideration and Selection of Bidder for Negotiations by September 27,2021 City Commission 6 City Manager Negotiations and Execution of a Written Rental TBD September 2021 Advertisement for Bids 131 WEST WRF TEMPORARY DISK FILTER RENTAL 00020-2 Agreement END OF SECTION September 2021 Advertisement for Bids 132 WEST WRF TEMPORARY DISK FILTER RENTAL 00100-1 SECTION 00100 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1,01 Project Identification A. Bids are requested for providing a temporary disk filter for the West Water Reclamation Facility for the City of Winter Springs, hereinafter called the OWNER, to be provided in accordance with this Project Manual. The City intends to lease the temporary disk filter, satisfying the specifications included in Appendix A attached hereto, for a minimum period of six (6) months, which may be extended at the City's option. No maximum rental period is known, and bids shall provide the equipment rental rate on a month-to-month basis. Maintenance of the disk filter shall be provided by the bidder as necessary and at pre- determined service intervals as described in Appendix A at no additional cost to the OWNER. B. AS DESCRIBED FURTHER BELOW IN SECTION 1.06, SELECTION OF THE LOWEST RESPONSIVE, RESPONSIBLE BIDDER BY THE CITY COMMISSION SHALL NOT RESULT IN THE FORMATION OF A CONTRACT. NO CONTRACT OR RENTAL AGREEMENT SHALL BE FORMED UNTIL FINAL APPROVAL OF SUCH RENTAL AGREEMENT BY THE CITY MANAGER AFTER NEGOTIATION OF SPECIFIC RENTAL AGREEMENT TERMS. 1.02 Bidding Documents A. Definition Bidding Documents consist of this Project Manual. B. Copies of Documents,including any Addenda issued prior to receipt of bids Bidding Documents may be obtained in compliance with the Advertisement for Bids. The bidding documents are only available in pdf format and can be downloaded from DemandStar and the City website. No partial sets of the Bidding Documents will be issued. Complete sets of Bidding Documents shall be used in preparing bids. The OWNER will not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. C. Questions September 2021 Instructions to Bidders 133 WEST WRF TEMPORARY DISK FILTER RENTAL 00100-2 Any Bidder who is in doubt as to the true meaning of any part of the Bidding Documents, or finds a discrepancy or omission therein, may submit to the City Controller an e-mail request to hqueengwintersprin sg fl.org for an interpretation or correction. Any interpretation, correction or change of the Bidding Documents will be made by Addendum. Interpretations, corrections or changes made in any other manner will not be binding, and Bidders shall not rely upon such interpretations, corrections and changes. All questions must be submitted, in writing, on or before September 10,2021, 5:00 P.M. D. Addenda Addenda will be issued via DemandStar. All Addenda issued during the time of bidding shall form a part of the Project Manual, shall be covered in the Bid, and shall become a part of the Contract. Receipt of each Addendum shall be acknowledged in the Bid Form; failure to do so may subject the Bidder to disqualification. It shall be the Bidder's responsibility to ensure that they have received all Addenda prior to submitting a bid. The OWNER shall not be responsible for non-receipt or untimely receipt of Addenda due to acts of the delivering agency or any other source. 1,03 Examination of Documents and Inspection of Site A. Before submitting a Bid, Bidders shall carefully examine the Bidding Documents. Each Bidder, by submitting his Bid, represents that he has so examined the Bidding Documents and that he understands the provisions of the Bidding Documents. 1,04 Bidding Procedure A. Form of Bid 1. Each Bid shall be submitted on the Bid Form included as one of the Bidding Documents. The Bidder is not permitted to make changes in the Bid Form provided. The Bidder shall fill in spaces on the Bid Form by typewriter or manually in ink. When a Bidder submits a Bid with spaces containing erasures or other changes, the person signing the Bid must initial changes, each erasure or change. 2. The Bidder must fill in all relevant blank spaces. Where so indicated by the makeup of the Bid Form, amounts shall be expressed in both words and figures, and in case of discrepancy between the two, the amount in words shall govern. In Unit Price type Bids; the Bidder must furnish a Unit Price for all items, regardless of the quantity. In case of discrepancy between the Unit Price and the Total Amount, the Unit Price shall govern. 3. No conditional Bids will be accepted. Alternate Bids will not be September 2021 Instructions to Bidders 134 WEST WRF TEMPORARY DISK FILTER RENTAL 00100-3 considered unless called for. Oral proposals or modifications will not be considered. 4, The Bid shall include the legal name of the Bidder and a statement whether the Bidder is a sole proprietor, a partnership, a corporation, or any other legal entity, and the Bid shall be signed by the person or persons legally authorized to bind the Bidder to a Contract. A Bid by a corporation shall further give the State of incorporation and have the corporate seal affixed. A Bid submitted by an agent shall have a current Power of Attorney attached certifying agent's authority to bind Bidder. B. Submission of Bids 1. The Bid and any other documents required to be submitted with the Bid shall be enclosed in a sealed opaque envelope. This envelope shall be addressed to: City of Winter Springs Attn: Holly Queen 1126 East State Road 434 Winter Springs, FL 32708 The Front of Envelope must be marked ITB #05-21 JN and shall be identified with the Bidder's name and address. 2. Submit one (1) copy of the completed Bidding Documents. 3. Bids shall be delivered to the designated location prior to the time and date for receipt of Bids indicated in the Advertisement for Bids or any extension thereof made by Addendum. Bids received after the time and date for receipt of Bids will be returned unopened to the person or firm submitting the Bid. 4. The Bidder shall assume full responsibility for timely delivery of his Bid to the designated location. S. PARTIES DESIRING TO RESPOND TO THIS ITB ARE HEREBY NOTIFIED THAT ALL COMMUNICATIONS REGARDING THIS ITB, WHETHER IN WRITING, ELECTRONIC, VERBAL, OR BY SOME OTHER MEANS, AND WHETHER MADE INDIRECTLY BY THIRD PARTIES OR DIRECTLY BY THE RESPONDENT, SHALL BE SUBMITTED TO THE CITY'S CONTROLLER, EXCEPT LEGAL MATTERS MAY BE DIRECTED TO THE CITY ATTORNEY DIRECTLY OR THROUGH THE CONTROLLER. EXCEPT AS EXPRESSLY REQUIRED BY THIS ITB FOR September 2021 Instructions to Bidders 135 WEST WRF TEMPORARY DISK FILTER RENTAL 00100-4 FORMAL PRESENTATIONS (IF ANY), ANY INDIRECT OR DIRECT COMMUNICATIONS AND LOBBYING REGARDING THIS ITB MADE TO MEMBERS OF THE CITY COMMISSION, OR ANY OTHER CITY OFFICIAL ARE STRICTLY PROHIBITED AND SHALL CONSTITUTE GROUNDS FOR IMMEDIATE DISQUALIFICATION. C. Modification and Withdrawal 1. Bids may not be modified after submittal. 2. Bidders may withdraw Bids at any time prior to the Bid Opening time and date. Withdrawal requests shall be made in writing and must be received by the OWNER before the time and date stated or as amended for the Bid Opening. Properly withdrawn Bids will be returned unopened to the person or firm submitting the Bid. 3, A Bidder who timely withdraws his Bid may submit a new Bid in the same manner as specified herein under "Submission of Bid". A Bid submitted in place of a withdrawn Bid shall be clearly marked as such on the outside of the envelope and on the Bid Form. 4. If a Contract is not executed within 90 calendar days after opening of Bids, a Bidder may file a written request with the OWNER for the withdrawal of his Bid. D. Proposal Disclosure; Florida Public Records Law Florida law provides that municipal records shall, at all times, be open for personal inspection by any person. Section 119.01, Florida Statutes et. seq. (the Public Records Law). Unless otherwise provided by the Public Records Law, information and materials received by the City in connection with an ITB response and under any awarded contract shall be deemed to be public records subject to public inspection and/or copying at the end of the statutory exemption time period pursuant to Section 119.071, Florida Statutes. However, certain exemptions to the Public Records Law are statutorily provided for under sections 119.07 and 119.071, Florida Statutes, and other applicable laws. If the Respondent believes any of the information contained in its response is exempt from the Public Records Law, the Respondent must, in its response, specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption; otherwise, the City will treat all materials received as public records. In addition,the Respondent shall make available to the City, or any of its duly authorized representatives, any books, documents, papers, and records of the Respondent which are directly pertinent to any contract awarded under this ITB for the purpose of making audit, examination, excerpts, and transcriptions. All records shall be retained for a minimum of three (3) years after the City makes September 2021 Instructions to Bidders 136 WEST WRF TEMPORARY DISK FILTER RENTAL 00100-5 final payment under the contract awarded under this ITB and all other pending matters are closed by the City. All materials submitted in response to this ITB shall become property of the City. The City has the right to use any or all information/material submitted. Disqualification of a Respondent does not eliminate this right. 1.05 Consideration of Bids and Basis of Selection A. Basis of Selection 1. Except in cases where the OWNER exercises the right to reject all Bids, the OWNER, as soon as practicable after Opening of Bids, will select the lowest responsive, responsible bidder for further contract negotiations. 2. The lowest Bid will be determined by comparison of the total amount of the bids as stated in writing on the Bid Form. B. Evaluation of Responsiveness 1. The responsiveness of Bidders will be judged on the basis of the completeness of the Bid submitted. To be responsive, a Bid must be submitted on the forms provided as part of the Bid Documents and shall include all items required by the Mandatory Bid Forms. 2. If,upon opening the Bid, any of the items required to be responsive are found to be missing or incomplete, the Bidder will be judged non-responsive, except that the City reserves the right to waive minor irregularities or technical errors. 3, The Bidder must sign bid proposals with his signature in full. When a firm is a Bidder, one or more of the partners shall sign the bid proposals in the name of the firm. When a corporation is a Bidder, the officer signing shall set out the corporate name in full beneath which he shall sign his name, give title of his office, and affix the corporate seal. C. Evaluation of Responsibility 1. To be judged responsible, the Bidder shall meet the following standards: (a) Upon request, must demonstrate that he has adequate financial resources for performance, the necessary experience (including experience in mobilizing, demobilizing, and maintaining or servicing similar equipment), organization, technical qualifications, and facilities, or a firm commitment, September 2021 Instructions to Bidders 137 WEST WRF TEMPORARY DISK FILTER RENTAL 00100-6 arrangement, or ability to obtain such (including proposed subcontracts). (b) Upon request, demonstrate a satisfactory record of integrity, judgment, and performance as a corporation (including its shareholders and officers), or as a sole proprietorship, including in particular, any prior performance upon contracts from the State and the OWNER. Any parties currently under litigation with the OWNER may be judged non-responsible. (c) Upon request, demonstrate an adequate financial management system and audit procedure, which provides efficient and effective accountability and control of all property, funds, and assets. 1,06 Notice of Selection Upon the selection of the lowest responsive, responsible bidder by the City Commission, such bidder shall provide a draft rental agreement for the disk filters to the City for review with a minimum term of six (6) months and incorporating the Bid Amount and monthly rental rate submitted in the Bid Form. The City shall engage in negotiations with the lowest responsive, responsible bidder regarding the specific terms of the rental agreement. The selection by the City Commission shall not result in the formation of a contract. No contract shall be formed until final approval and execution of a written contract by the City Manager occurs, containing such terms as the City Manager determines are in the best interest of the City. Negotiations may be terminated at any time by the City Manager if, in his or her sole discretion, the City Manager determines that the negotiation of terms acceptable to the City will not be successful. 1.07 Bidder's Interest in More Than One Bid No person, firm, or corporation shall be allowed to make, file, or have an interest in more than one Bid for the same work, unless Alternates are called for. A person, firm, or corporation who has submitted a sub-bid to a Bidder or who has quoted prices on materials to a Bidder is not hereby disqualified from submitting a sub-bid or quoting prices to other Bidders. 1.08 Florida Statutes, Section 287.133(3)(a) - Public Entity Crimes A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid,proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. September 2021 Instructions to Bidders 138 WEST WRF TEMPORARY DISK FILTER RENTAL 00100-7 1,09 Cone of Silence/Lobbying Lobbying is defined as any action taken by an individual, firm, association, joint venture, partnership, syndicate, corporation, and/or all other groups who seek to influence the governmental decision of a City Commission Member, the City Manager, any requesting or evaluating Department/Division/Office personnel and/or any member of the Evaluation Committee concerning an active solicitation during the black-out period. A lobbying black-out period commences upon the issuance of this solicitation document. If an award item is presented to City Commission for approval or for a request to provide authorization to negotiate a Contract(s) and the City Commission refers the item back to the City Manager, Procurement Division and/or requesting Department/Division/Office for further review or otherwise does not act on the item, the Cone of Silence/Lobbying Black-out Period will be reinstated until such time as the City Commission meets to consider the item for action. Bid/proposers, respondents, potential vendors, service providers, lobbyists, consultants, or vendor representatives shall not contact any City Commission member, the City Manager, any requesting or evaluating Division/Department/Office personnel, and/or any member of the Evaluation Committee concerning an active solicitation during the Cone of Silence/Lobbying Black-out Period. 1.13 Prohibition on Gifts to City Employees and Officials No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any City employee, as set forth in Chapter 112, Part III, Florida Statutes,the current City Ethics Ordinance, and City Administrative Policy. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with City staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the City for a specified period of time, including but not limited to: submitting bid/proposals, RFP, and/or quotes; and, C. Immediate termination of any contract held by the individual and/or firm for cause. 1.14 Brand Names BRAND NAMES: If items called for by this ITB have been identified in the specifications by a "Brand Name OR EQUAL" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be acceptable. Bids offering "equal"products will be considered for award if such products are clearly identified in the bid and are determined September 2021 Instructions to Bidders 139 WEST WRF TEMPORARY DISK FILTER RENTAL 00100-8 by the City to meet fully the salient characteristic requirements listed in the specifications. Unless the proposer clearly indicates in his bid that he is offering an "equal"product, the bid shall be considered as offering the same brand product referenced in the specification. If the proposer proposes to furnish an "equal" product, the brand name, if any of the product shall be otherwise clearly identified. The evaluation of bids and the determination as to equality of the product offered shall be the sole responsibility of the City and will be based on information furnished by the proposer. The applicable City Department is not responsible for locating or securing any information which is not identified in the bid. To ensure that sufficient information is available, the proposer shall furnish as a part of the bid any descriptive material necessary for the City to determine whether the product offered meets the specifications, to establish exactly what the proposer proposes to furnish and the City would be purchasing by making an award. 1.15 Discrimination An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. 1.16 E-Verify Pursuant to section 448.095, Florida Statutes, beginning January 1, 2021, any City contractors shall register with and use the U.S. Department of Homeland Security's E- Verify system, hgps://e-verify.uscis. og v/emp, to verify the work authorization status of all employees hired on and after January 1, 2021. City Contractors must provide evidence of compliance with section 448.095, Florida Statutes. Evidence shall consist of an affidavit from the Contractor stating all employees hired on and after January 1, 2021 have had their work authorization status verified through the E-Verify system and a copy of their proof of registration in the E-Verify system. Failure to comply with this provision will be a material breach of the contract, and shall result in the immediate termination of a contract without penalty to the City. The City Contractor shall be liable for all costs incurred by the City securing a replacement contract, including but not limited to, any increased costs for the same services, any costs due to delay, and rebidding costs, if applicable. If the City Contractor utilizes Subcontractors the following shall apply: Contractor shall also require all subcontractors performing work under the Agreement to use the E-Verify system for any employees they may hire during the term of the Agreement. September 2021 Instructions to Bidders 140 WEST WRF TEMPORARY DISK FILTER RENTAL 00100-9 Contractor shall obtain from all such subcontractors an affidavit stating the subcontractor does not employ, contract with, or subcontract with an unauthorized alien, as defined in section 448.095, Florida Statutes. Contractor shall provide a copy of all subcontractor affidavits to the City upon receipt and shall maintain a copy for the duration of the Agreement. END OF SECTION September 2021 Instructions to Bidders 141 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-1 SECTION 00300 MANDATORY BID FORMS (Mandatory Forms must be submitted with the bid. Failure to submit forms may disqualify the proposer from the ITB.) PART 1 GENERAL 1.01 Description The following Bid is hereby made to the City of Winter Springs, hereafter called the OWNER. Bid is submitted by: Legal Name (indicate whether sole proprietorship, partnership, or corporation): Address: Contact Name: Contact Phone Number: Contact E-Mail Address: 1.02 The Undersigned: A. Acknowledges receipt of: 1, Project Manual for WEST WRF TEMPORARY DISK FILTER. 2, Addenda: Number , dated Number , dated B. Has examined the site and all Bidding Documents and understands that in submitting his Bid, he waives all right to plead any misunderstanding regarding the same. C. Agrees: September 2021 Mandatory Bid Forms 142 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-2 1, To hold this Bid open for 60 calendar days after the bid opening date. 2. To furnish the goods and/or services specified in this ITB at the prices quoted in my responsive bid and in compliance with the Bidding Documents. 3. To accept the provisions of the Instructions to Bidders. 4, To negotiate a contract with the OWNER incorporating the bid amounts,if selected on the basis of this Bid. S. To receive a City Purchase Order issued by the OWNER at the submitted Bid Price. 6. To accomplish the work in accordance with the contract documents and this Project Manual. 7. To deliver the equipment as required by the specifications and as indicated in his proposal document. D. Certifies: 1. That all information contained in this bid is truthful to the best of my knowledge and belief. 2. That I am duly authorized to submit this bid on behalf of the vendor and that the vendor is ready, willing, and able to perform if awarded the bid. 1.03 Stipulated Amount A. Base Bid Price I will provide the equipment and services under this project for a minimum Six-Month Total Rental Amount(Monthly Rent multiplied by 6) of: Dollars ($ ) and a One-Time Mobilization/Demobilization Amount of:. Dollars ($ ). The Bidder hereby agrees to perform all work as required by this Project Manual for the following Unit Prices. Work for which there is not a Pay Item will be considered incidental to the Contract and no additional compensation will be allowed. The OWNER, at his sole option and discretion, may choose to add or deduct from the unit prices set forth below. The Bidder shall be paid for actual quantities completed in accordance with the contract documents. The following is the order of precedence which will be used in case of conflicts within the Bid Submittal provided by each Bidder: Unit Price, Total Price, Total Base Bid (See attached Bid Form). 1.04 Bid Submittals September 2021 Mandatory Bid Forms 143 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-3 A. Completed and signed bid price form and other Mandatory forms in this Section. B. I have attached all other Mandatory Forms in this Section. 1.05 Submittal RESPECTFULLY SUBMITTED, signed and sealed this day of , 2021. Bidder By: Title ATTEST: SECRETARY SEAL September 2021 Mandatory Bid Forms 144 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-4 BID TABULATION The Bidder hereby indicates the following total units and total prices which represent all materials, labor, equipment, transportation, performance of all operations relative to performance of the project, overhead, and costs of all kinds and profit to complete the work items in accordance with the Project Manual, plans, and permits. Work for which there is not a listed item below shall be considered incidental to the Contract and no additional compensation will be allowed. The detailed Schedule of Values shall be provided by the lowest responsible bidder and be included with their executed contract, as attached. ITEM No. DESCRIPTION QUANTITY UNITS UNIT COST TOTAL COST Mobilization/Demobilization,plus, • Travel and living expenses to have one personnel onsite up to 8 hours per 1 day,two trips,up to 3 days each trip. 1 LS • Travel and living expenses to have one personnel onsite up to 8 hours per day for the last 2 days rental is onsite. Rental Equipment 20 Disk filter 6 Month • Spares • Service Program TOTAL = As Needed Service beyond necessary repairs to the equipment and exceeding the minimum Rate per Hour service intervals in Appendix A Supervision/Project Manager As Needed To Be Determined • Onsite&travel time beyond budgeted Meals per diem travel &living expenses at cost+15% Additional per month rental beyond 6 months (Rate may not exceed rate quoted for minimum As Needed To Be Determined 6 month term.) TOTAL BID: DOLLARS (In Words) September 2021 Mandatory Bid Forms 145 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-5 SCRUTINIZED COMPANY CERTIFICATION Florida Statutes, Sections 287.135 and 215.473 Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with the City for goods or services of: (a) Any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or (b) One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company: 1. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473; or 2. Is engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. The Contractor must submit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: The company is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel; or been engaged in business operations in Cuba or Syria. The City shall provide notice, in writing, to the Contractor of any determination concerning a false certification. The Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes. THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON-RESPONSIVE. a. The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes; and September 2021 Mandatory Bid Forms 146 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-6 b. The Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel; and c. For contracts of one million dollars or more, the Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List and, further, are not engaged in business operations in Cuba or Syria; and d. If awarded the Contract, the Vendor, owners, or principals will immediately notify the City in writing if any of its company, owners, or principals: are placed on the Scrutinized Companies that Boycott Israel List, the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; engage in a boycott of Israel; or engage in business operations in Cuba or Syria. (Authorized Signature) (Printed Name and Title) (Name of Vendor) STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of O physical presence or (__) online notarization, this day of , 2021, by the of a U who is personally known to me or U who produced as identification. Notary Public Print Name: My Commission expires: September 2021 Mandatory Bid Forms 147 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-7 NON-COLLUSION AND CONTINGENT FEES AFFADAVIT State of Florida County of being first duly sworn, deposes and says that: He / She is of the Proposer that has submitted the attached Bid; He / She is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; Such Bid is genuine and is not a collusive or sham Bid; Neither the said proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other proposer, firm or person to submit a collusive or sham Bid in connection with the contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Proposer, firm or person to fix the price or prices in the attached Bid or of any other Proposer, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any other Proposers, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Winter Springs or any person interested in the proposed Contract; The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Proposer or any of its agents, representatives, owner's employees, or parties in interest, including this affiant; and The proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have not employed or retained any company or person, other than a bona fide employee working solely for the proposer to solicit or secure this agreement and that proposer has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the proposer any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this agreement. For the breach or violation of this provision, the City shall have the right to terminate the agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission,percentage, gift, or consideration. (Authorized Signature) (Printed Name and Title) (Name of Vendor) September 2021 Mandatory Bid Forms 148