Loading...
HomeMy WebLinkAboutVeolia Disk Filter Rental Agreement Complete Document 2021 11 18 Page 1 of 10 Veolia Water Technologies - Mobile Water Services Dayton, Ohio MOBILE WATER SERVICE AGREEMENT This agreement ("Agreement") is entered into and is effective as of the 15 day of November, 2021 (the “Effective Date”) by and between Veolia Water Technologies, Inc., a Delaware corporation authorized to transact business in the state of Florida, having offices at 945 S Brown School Rd., Vandalia, Ohio 45377 ("Service Provider") and the City of Winter Springs, Florida, a Florida municipal corporation, having offices at 1126 E. State Road 434, Winter Springs, Florida 32708 ("Customer" or “City”). A G R E E M E N T NOW, THEREFORE, in exchange for mutual promises and good valuable consideration, receipt of which is hereby acknowledged, the parties hereto agree as follows: 1. DEFINITIONS “Mobile Water Treatment Equipment” means one or more of the following: water de-mineralizing systems, reverse osmosis systems, clarification or filtration systems capable of easy transport. Mobile Water Treatment Equipment may be skid mounted or on a mobile platform. “Delivery Area” shall have the meaning set forth in Section 3.1. “Distribution Equipment” shall have the meaning set forth in Section 3.2(iv). “Feedwater” shall have the meaning set forth in Section 3.2(ii). “Feedwater Distribution Equipment” shall have the meaning set forth in Section 3.2(iii). “Initial Term” has the meaning set forth in Section 2.1(a). “Treated Water” means water which has been purified to a high degree by the substantial removal of minerals, organic compounds, or other suspended or dissolved matter. Unless specifically stated elsewhere in this Agreement, Treated Water is not intended for consumption. “Receiving Equipment” has the meaning set forth in Section 3.2(iv). “Renewal Term” has the meaning set forth in Section 2.1(a). “Rent Commencement Date” means the date the Mobile Water Treatment Equipment is ready to ship by the Service Provider to the Customer but in no event sooner than 12/4/2021 “Services” has the meaning set forth in Section 4.1. “Term” has the meaning set forth in Section 2.1(a). 2 TERM AND TERMINATION 2.1 (a) The initial term of this Agreement shall commence as of the Effective Date and terminate six (6) full months after the Rent Commencement Date (the “Initial Term”). Following the expiration of the Initial Term, this Agreement may be extended at the City’s election in writing for additional successive one-month periods (each a “Renewal Term”), which notice must be given no later than fifteen (15) business days prior to the expiration of the Initial Term or any existing Renewal Term (the “Initial Term” and any “Renewal Term(s)” are collectively referred to as the “Term”). (b) This Agreement may be terminated by either party immediately upon written notice to the other party in the event that (i) the other party becomes insolvent or bankrupt; or (ii) the other party’s business is placed in the hands of a receiver or trustee for the benefit of creditors, whether by voluntary act of such party or otherwise. (c) Either party may terminate this Agreement for cause in the event that the other party commits a material breach of this Agreement and such breach is not cured within fifteen (15) business days after receipt of written notice thereof from the non-defaulting party describing the breach in reasonable detail. In the event the City terminates this Agreement for cause, the Service Provider shall refund any prepaid fees covering the remainder of the applicable term. 2.2 In the event of the expiration or any earlier termination of this Agreement, Customer shall permit Service Provider to remove its Mobile Water Treatment Equipment from the Delivery Area (as such term is hereinafter defined in Section 3.1 Customer’s Obligations). 3 CUSTOMER'S OBLIGATIONS 3.1 As a condition of Service Provider's obligations hereunder, Customer shall, without cost to Service Provider, and throughout the Term, furnish and maintain in good condition, an area at or adjacent to each plant covered by this Agreement, suitable for the ingress/egress and full utilization of any Mobile Water Treatment Equipment (the "Delivery Area"). 3.2 In order for the Delivery Area to be suitable for the use and operation of the Mobile Water Treatment Equipment, Customer must: (i) Prepare and/or provide a foundation sufficient to safely hold the operating weight of the largest Mobile Water Treatment Equipment system(s) that Service Provider reasonably anticipates may be placed in the Delivery Area; (ii) Provide incoming water meeting the specifications stated in Exhibit A ("Feedwater"); (iii) Provide all tankage, transfer pumps and appropriate water conduits not supplied by the Service Provider under this Agreement ("Feedwater Distribution Equipment") to deliver Feedwater to the Mobile Water Treatment Equipment system; (iv) Provide equipment to receive Treated Water, waste streams and waste materials from the Mobile Water Treatment Equipment system (“Receiving Equipment”) (the Feedwater Distribution Equipment and the Receiving Equipment is collectively referred to as the “Distribution Equipment”); (v) Provide all utilities required by the Mobile Water Treatment Equipment as set forth in Exhibit A, (vi) Provide all security measures reasonably needed to protect the Mobile Water Treatment Equipment and the Delivery Area; and (vii) Obtain in writing all consents, licenses and permits required to establish and maintain the Delivery Area allowing Service Provider to provide the Services which are the subject of this Agreement. 3.3 Customer’s failure to meet the Feedwater requirements set forth in Exhibit A may result in additional cleaning expenses which shall be the sole responsibility of Customer. Any changes in Feedwater pretreatment that is the responsibility of Customer shall be reviewed and approved in writing by the Service Provider prior to implementation of the change. Customer shall be responsible for damages that occur to the Mobile Water Treatment Equipment due to changes in Feedwater that occur without the prior written authorization of Service Provider. 3.4 Customer is responsible for providing adequate disposal in accordance with all applicable laws and regulations for all effluent and associated waste materials, including without limitation sludge, reject water, backwash, scaling, fouling and debris resulting related to the operation of the Mobile Water Treatment Equipment. 3.5 The Customer agrees to maintain “all risk” casualty and property insurance coverage on the provided Mobile Water Treatment Equipment. The Customer will maintain a loss payable endorsement in favor of the Service Provider for the actual cash value at the time of the loss of the Mobile Water Treatment Equipment. 4 SERVICE PROVIDER'S OBLIGATIONS 4.1 Subject to Customer satisfying its obligations set forth in Article 3 (CUSTOMER’S OBLIGATIONS), Service Provider shall: (i) Furnish and supervise installation of the Mobile Water Treatment Equipment at the Delivery Area; (ii) Supervise connection of the Mobile Water Treatment Equipment to the Distribution Equipment; (iii) Process the Feedwater through the Mobile Water Treatment Equipment if and to the extent Service Provider’s obligations include the operation of the Mobile Water Treatment Equipment; and (iv) Deliver Treated Water meeting the specifications set forth in Exhibit A to the Distribution Equipment. Sub-clauses (i) through (iv) of this Section 4.1 are defined as the “Services”. 4.2 Service Provider may substitute other equipment, at its option and cost, to meet the specifications set forth in Exhibit A and the City’s RFP for the West WRF Temporary Disk Filter Rental. 4.3 Provide a Certificate of Insurance listing coverages for Commercial General Liability, Automobile Liability and Workman’s Compensation coverages. 4.4 Service Provider shall provide the Services subject to the exclusions set forth in Exhibit A. 5 ACCESS AND TITLE Authorized representatives of Service Provider and Customer shall have access at all times to all Delivery Areas. Customer shall use all reasonable precautions to prevent all other persons from entering the Delivery Areas and shall not permit any persons other than authorized employees or representatives of Service Provider to operate, use, alter, repair, relocate, regenerate, adjust or tamper with any Mobile Water Treatment Equipment or other equipment installed by Service Provider unless agreed to in writing by Service Provider. While the Mobile Water Treatment Equipment is in the Delivery Area or anywhere on Customer's property, Customer shall defend Service Provider's right, title, and interest in said Mobile Water Treatment Equipment and keep it free of all liens and encumbrances. Customer shall be liable for damage to or loss of any Mobile Water Treatment Equipment or other equipment of Provider located in the Delivery Area or elsewhere on Customer's property, except to the extent said damage or loss is caused by the negligent acts or omissions of Service Provider, its employees, agents or representatives and except to the extent such damage or loss is attributable to normal wear and tear of the Mobile Water Treatment Equipment. Before any Mobile Water Treatment Equipment is installed at any Delivery Areas, Customer will execute all documents and public filings as Service Provider may reasonably request to evidence Service Provider's ownership interest therein. 6 EQUIPMENT RELOCATION OR CHANGE If Customer, for any reason, requests Service Provider to relocate the Mobile(s) from one Delivery Area to another, or if Service Provider after consultation with Customer and, in order to protect its Mobile Water Treatment Equipment or improve the Service to be provided hereunder, replaces any Mobile Water Treatment Equipment or relocates any Mobile Water Treatment Equipment from one Delivery Area to another, Customer shall bear all costs in connection with said replacement or relocation and the subsequent connections to the Distribution Equipment. 7 PRICE AND PAYMENT TERMS The prices and any applicable refundable security deposit for the furnishing of the Mobile Water Treatment Equipment and any related Service are set forth in Exhibit A, except that the maximum rental rate for any Renewal Term shall be $16,450.00 per month. Payment terms are set forth in Exhibit A. Payment shall be due and payable as provided by the Florida Prompt Payment Act Section 218.70 et. seq., Florida Statutes. In addition, Customer shall reimburse Service Provider for any supplemental costs incurred by Service Provider in the performance of any installation or other construction work required to make a given Delivery Area suitable. Customer shall also pay to Service Provider, or to the appropriate authorities, all applicable governmental taxes, including sales or use taxes, related to the Services performed by Service Provider under this Agreement. Customer’s obligation to pay rent begins on the Rent Commencement Date and continues until the end of the monthly rental period in which the Mobile Water Treatment Equipment is returned to Service Provider. In the event payment is not made in accordance with the provisions of this Section 7, Customer shall pay Service Provider a monthly late charge equal to one percent (1%) per month of all unpaid balances or the maximum amount permitted by law, whichever is less. Service Provider may request in writing an adjustment of the Contract Price and/or time of performance in connection with exceptional circumstances beyond Service Provider's control such as, without limitation, raw materials shortages, sudden fluctuations of raw material pricing, sudden disruption on production of Goods and/or spare parts required for the Project, which may affect the execution of Veolia's timely performance of the Work or affect it financially. Service Provider shall notify the Customer accordingly within seven (7) days from the actual knowledge of such circumstances. Following submission of such notice, the Service Provider shall provide relevant justification reasonably satisfactory to the Customer to proceed to the necessary adjustments to the Contract Price and/or time of performance under the Contract. No adjustments shall be binding upon the City unless agreed in writing. Veolia Water Technologies standard rate structure is attached as Exhibit B. 8 WATER QUALITY DISPUTES Any Treated Water furnished hereunder by Service Provider and shown by recognized standard analysis to be of purity less than specified in Exhibit A may be rejected by Customer at its discretion, provided that said failure to meet such specification is not caused by the acts or omissions of Customer. Service Provider reserves the right to check the analysis on all Treated Water rejected by Customer. Purity of the Treated Water shall be measured at the outlet connection of the Mobile Water Treatment Equipment and prior to connection to the Distribution Equipment. 9 WARRANTY SERVICE PROVIDER WARRANTS THAT THE TREATED WATER FURNISHED HEREUNDER SHALL MEET THE SPECIFICATIONS SET FORTH IN EXHIBIT A; PROVIDED THAT CUSTOMER SUPPLIES FEEDWATER MEETING THE SPECIFICATIONS SET FORTH IN EXHIBIT A AND MEETS OTHER ITS OBLIGATIONS UNDER THIS AGREEMENT. SERVICE PROVIDER MAKES NO OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, THE WARRANTIES OF MERCHANTABILITY OR FITNESS FOR PURPOSE INTENDED. Any Treated Water not meeting these specifications shall, at Service Provider's option and as Customer’s sole and exclusive remedy for breach of the foregoing warranty, be replaced or reprocessed at no additional cost to Customer, except to the extent such failure is caused or contributed to by the acts or omissions of Customer. 10 LIMITATION OF LIABILITY In no event shall Service Provider be liable to Customer for any incidental, consequential, special or punitive damages, loss of profits or revenues, loss of goodwill or reputation or increased cost of operations arising out of or related Service Provider’s goods, services or Service Provider’s performance or failure to perform any of its obligations under this Agreement. Service Provider’s maximum aggregate liability to Customer arising out of or related to this Agreement will not exceed the total of the Service price of the Initial Term plus any subsequent Renewal Terms . The foregoing exclusion of damages and limitations of liability shall apply regardless of whether such damages arise under breach of contract, tort (including negligence and professional negligence), strict liability, or other theory of law. Any claims by Customer arising out of or relating to Treated Water quality not made within sixty (60) days of the date upon which the Treated Water in question was delivered are deemed to have been irrevocably waived by Customer. 11 INDEMNIFICATION Service Provider agrees to defend, indemnify and hold harmless Customer, its successors and permitted assigns, and their agents, servants, and employees from and against any and all third party claims, demands, damages, actions or causes of action at law or in equity, asserted by third parties for bodily injuries, death or physical property damage, to the extent caused by Service Provider’s negligent acts or omissions or willful misconduct. In the event any of Service Provider’s employees bring an action against the City, arising out of, or in any way connected with, this Agreement, Service Provider agrees that it shall not assert immunity under Section 440.11, Florida Statutes, or similar state statute governing worker’s compensation, as a defense to any indemnity action or obligation asserted by the City in such circumstances hereunder. Subject to the monetary limitations of s. 768.28, Florida Statutes, Customer agrees to defend, indemnify and hold harmless Service Provider, its successors and permitted assigns, and their agents, servants, and employees from and against any and all third party claims, demands, damages, actions or causes of action at law or in equity, asserted by third parties for bodily injuries, death or physical property damage, to the extent caused by Customer's negligent acts or omissions or willful misconduct. Nothing herein is intended as a waiver of the City’s sovereign immunity established by section 768.28, Florida Statutes. 12 FORCE MAJEURE Under no circumstances shall either party have any liability for any inability to perform hereunder as a result of floods, strikes or other labor disturbances (with the exception of Service Provider’s own labor force), fires, accidents, wars, delays of carriers, inability to obtain raw materials, failure of normal sources of supply, restraints of government, local or federal law related to the Covid-19 pandemic or any other similar or dissimilar cause beyond such party’s reasonable control; provided that prompt notice of such delay is given by such party to the other and each of the parties hereunto shall be diligent in attempting to remove such cause or causes. If any circumstance of Force Majeure remains in effect for sixty (60) days, either party may terminate this Agreement. 13 GOVERNING LAW/ATTORNEYS FEES This Agreement shall be governed by and construed in accordance with the laws of the state in which the Services contemplated hereby are to be performed without regard to its provisions governing conflicts of law. The parties irrevocably waive their right to a request trial by jury. If any action at law or in equity is necessary to enforce the terms of this Agreement, each party agrees to bear their own costs and attorney’s fees, whether at settlement, trial or on appeal. Venue for any state action or litigation shall be Seminole County, Florida. Venue for any federal action or litigation shall be Orlando, Florida. 14 PARTIAL INVALIDITY If any provision of this Agreement is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions shall nevertheless continue in full force without being impaired or invalidated in any way and the provision at issue shall be modified by the court to the extent necessary to be in compliance and match, as closely as possible, with the original intention. Notwithstanding the preceding sentence, if the modified provision is contrary to the original intention of the parties, Provider shall have the right to terminate this Agreement. 15 NOTICES Any notices to be given hereunder by either party to the other may be effected either by personal delivery in writing, overnight courier or by mail (registered or certified postage prepaid with return receipt requested). Mailed notices shall be addressed to the parties at the addresses first set forth in this Agreement, but each party may change its address by written notice in accordance with this Section. Notices delivered personally shall be deemed communicated as of actual receipt; all other notices shall be deemed communicated as of documented receipt. Any Notice given as provided herein shall be deemed received as follows: if delivered by personal service, on the date so delivered; if delivered to an overnight courier service, on the business day immediately following delivery to such service; and if mailed, on the third business day after mailing. 16 GENERAL TERMS This Agreement shall not be binding upon Service Provider until accepted in writing by a duly authorized representative of Service Provider. The provisions of this Agreement constitute the entire Agreement between Service Provider and Customer relating to the matters covered by this Agreement and supersede any and all agreements, either oral or in writing between the parties hereto. No modifications or waivers of any provision herein shall be binding upon Service Provider unless set forth in writing and accepted by Service Provider. Each party to this Agreement acknowledges that no representations, inducements, promises, or agreements, orally or otherwise, have been made by any party or anyone acting on behalf of any party, which is not embodied herein. 17 ENTIRE AGREEMENT The parties intend this Agreement, with the attached Exhibits, as a final expression of their agreement and a complete and exclusive statement of its terms. No course of previous dealings between the parties and no usage of trade shall be relevant or admissible to supplement, explain or vary any of its terms. No representations, understandings or agreements have been made or relied on in making this Agreement other than those expressly set forth. This Agreement may be modified only by a writing signed by the parties or their duly authorized agents. 20 COUNTERPARTS This Agreement may be signed in separate counterparts, and faxed, or scanned and e-mailed, to the other Parties; the faxed or scanned signatures will be accepted as originals 21. SOVEREIGN IMMUNITY The City intends to avail itself of the benefits of Section 768.28, Florida Statutes and any other statutes and common law governing sovereign immunity to the fullest extent possible. Neither this provision nor any other provision of this Agreement shall be construed as a waiver of the City’s right to sovereign immunity under Section 768.28, Florida Statutes, or other limitations imposed on the City’s potential liability under state or federal law. Engineer agrees that City shall not be liable under this Agreement for punitive damages or interest for the period before judgment. Further, City shall not be liable for any claim or judgment, or portion thereof, to any one person for over two hundred thousand dollars ($200,000.00), or any claim or judgment, or portion thereof, which, when totaled with all other claims or judgments paid by the State or its agencies and subdivisions arising out of the same incident or occurrence, exceeds three hundred thousand dollars ($300,000.00). Nothing in this Agreement is intended to inure to the benefit of any third party for the purpose of allowing any claim which would otherwise be barred under the doctrine of sovereign immunity or by operation of law. This paragraph shall survive termination of this Agreement. EXHIBIT A Bid No. ITB 05-21 JN submitted by Veolia for September 17, 2021 Mobile Water Services Proposal by Veolia for September 17, 2021 AND THE CITY’S RFP FOR WEST WRF TEMPORARY DISK FILTER RENTAL Nov 10, 2021 Mobile Water Services For:Dale Smith, PE Public Works Director City of Winter Springs 1126 East State Road 434 Winter Springs, FL 32708 Re:Temporary Disc Filter for Tertiary Service By:Michael A. Reyes National Sales Manager - Mobile Water Services 945 S. Brown School Road Vandalia, OH 45377 704-650-0881 michael.reyes@veolia.com WATER TECHNOLOGIES Veolia Water Technologies 945 South Brown School Rd • Vandalia, OH 45377 tell. +1 (937) 890-4075 • fax +1 (937) 890-9925 www.veoliawatertech.com ©2018 By Veolia Water Technologies, Inc. All Rights Reserved EXECUTIVE SUMMARY Thank you for the opportunity to propose Mobile Water Services (MWS)to provide temporary disc filtration to polish your wastewater secondary clarifier as part of the reclaim water process. We understand the current tertiary traveling bridge filters are problematic and need to be bypassed until permanent disc filters are installed. As the world’s largest provider of water and environmental services,we are dedicated at providing innovative technologies focused on delivering solutions to our customers.Veolia develops and owns the Hydrotech technologies,which are high rate,compact,gravity flow filter technologies.We have deployed over 9000 Hydrotech units since 1984.We invite you to learn more by clicking on the following links: https://www.youtube.com/watch?v=RhUYLyP-LOw https://www.veoliawatertechnologies.com/en/technologies/hydrotech-discfilter Please let me know if you have any further questions at this time or how else we may support and expedite this process. Page 2 of 9 ©2018 By Veolia Water Technologies, Inc. All Rights Reserved DESIGN BASIS ●Gravity Flow Effluent from the Secondary Clarifier ○TSS < 30 mg/l TSS, < 20 mg/l average ○Oil & Grease < 5 mg/l ○pH 6.5 - 8.5 S.U. ○Particles 10 micron to ¼” ○Temp < 100°F ○Conductivity < 500 µS ○LSI < 0.5 ○Influent atmospheric; inlet pipe ≤ 3 ft/sec for minimum 5’ length ○Flow < 2 MGD normal, < 1800 GPM peak ●Disc Filter Effluent ○TSS ≤ 5 mg/l TSS ●Service Water - A potable water hose / line should be available for the following: ○General washdown ○High pressure washer (~ 2 GPM) Page 3 of 9 ©2018 By Veolia Water Technologies, Inc. All Rights Reserved CLARIFICATIONS 1.The filter screens are 10 micron nominal,so if particles smaller than 10 micron are to be removed, application of a filter aid and mixing zone will be needed (by others). 2.Others will be responsible for operations as recommended by MWS. 3.Disc Filter backwash is approximately 80 GPM when on and may be on continuously. 4.It will be the responsibility of others to obtain any applicable permits and operator licenses. VWT personnel are not licensed wastewater plant operators. 5.Chemical cleanings may include separate cleanings of low pH (5 - 15% HCl or similar), high pH (2 - 10% NaOH), or bleach (2 - 4% NaOCl) depending on foulants. A typical cleaning would utilize up to 5 - 40 GL of solution, over 1 - 2 hours. The solution would be diluted before finding its way into the dirty backwash trough. A small portion of solution may make it into the filtered water. The cleaning is best done when the unit is being bypassed. 6.Others will need to provide scaffolding, ladders, stairs, and/or decking for access, operations, and maintenance. Decking/platform along length of disc filter, side with full length lid, should be approximately 44” above bottom of disc filter (not ground). 7.The Veolia team has general industrial safety training, like Basic Safety Plus. Site specific can be added under the T&M rates. Page 4 of 9 ©2018 By Veolia Water Technologies, Inc. All Rights Reserved MOBILE HYDROTECHTM DISC FILTER FOR TURBIDITY & TSS REDUCTION ❏Hydrotech Disc Filter HSF2212-1C Compact Series ❏Water Clarification and Filtration for Turbidity,Total Suspended Solids,& Phosphorus Reduction ❏Polishing flows in excess of 3000 GPM ❏Mobile Platform: Single Drop, Flat Bed; 48’L x 8.5’W x 13.5’H ❏22,000 lbs. dry / 60,000 lbs. wet ❏Disc Filter Unit: 16’L x 8.5’W x 8.5’H (if removed from trailer and lid closed) ❏9,500 lbs. dry / 38,000 lbs. wet ❏10 - 200 micron filter panels available ❏Typical Connections (150 lb. flange) ❏Raw Water Inlet…………….…….20” ❏Filtered Water Outlet…………….16” ❏Separate Bypass Outlet………...16” ❏Dirty Backwash Outlet…………...6” ❏Separate Source Backwash…….2” (flange or camlock) ❏Tank drain…………………………2” (various) ❏Service water…………………… garden hose ❏Power Requirement: 480 VAC/3 Phase/40 AMP ❏Attached to a 48' single drop deck trailer (can be offloaded by others if more convenient) ❏Effluent level weirs are ~38"above tank bottom.Drop deck is ~39"above grade. If more height is needed others can lift up the disc filter and place timbers between the deck and bottom of the tank. Page 5 of 9 ©2018 By Veolia Water Technologies, Inc. All Rights Reserved SCOPE OF SUPPLY Hydrotech Compact Series Disc Filter Model 2212-1C ●10 Micron nominal filter screen ○inside out filtration, allowing more effective cleaning ○723 ft2 gross / 594 ft2 net total filter area ●Separate bypass weirs preventing unfiltered overflow into filtered water compartment ●Integral Backwash Pump, automated ○integral filtered water compartment supplies backwash pump, a separate source is not needed ○outside in spray ○approximately 80 GPM 110 psig when ON ●Integral (attached) Control Panel ○Single 480/60/3 40 AMPs landing for client ○Pre-wired to backwash pump, level switch, and drum drive motor ●Attached to a 48' single drop deck trailer (can be offloaded by others if more convenient) ●Effluent level weirs are ~ 38" above tank bottom. Drop deck is ~ 39" above grade. If more height is needed others can lift up disc filter and place timbers between the deck and bottom of tank. Spares Although the disc filter unit is a very reliable unit and simple to operate unit,if the need arises, we will have the following spares stored at your site or ours,your decision.If an item fails at fault of Mobile Water Services or under normal wear &tear while the client operates within design limits and recommendations,there will be no charge to the client for replacement material cost of items. The spares list is as follows: ●Filter Panels, 10 micron, 2 panel/pieces ●Rubber lip seal ●Sprocket wheel - drum drive motor ●Sprocket wheel - drum ●Drive chain ●Cleaning nozzles, 2 ●Backwash pump & motor ●Drum drive motor & gearbox ●PLC and I/O modules ●Transformer ●VFD Page 6 of 9 ©2018 By Veolia Water Technologies, Inc. All Rights Reserved ●Pressure switch ●Roller bearings ●Pulley for spray bar drive ●Belt pulley to backwash header ●Bearing house ●Level switch Service Program We would also include a routine service visit as outlined and consisting of: ●Service visit ○Month 1 as part of mobilization ○Month 2 ○Month 4 ○Month 6 as part of demobilization ●Written service report per visit ●Routine and preventative maintenance ●High pressure spray if needed ●Performance optimization ●Review of operator logs ●Training updates to client as needed / requested ●Travel & living expense included ●Supplemental, site specific inserts and training documentation for client to equipment manual ●Site specific log sheet development for client shiftly completion ●Offsite / remote review of operator logs and phone support as needed ●Extra onsite or emergency visitation per T&M rates provided Page 7 of 9 ©2018 By Veolia Water Technologies, Inc. All Rights Reserved Commissioning/Decommissioning We have included an allowance to have a Mobile Water Services representative onsite at the beginning of the project to assist and supervise in interconnections,startup,and commission,as well as training to the plant staff.At the end of the project an allowance for chemical cleaning of panels, tank clean out, supervising removal of interconnects, etc. ❏Preparation ❏Preparing the mobile for transit & long haul tractor coordination ❏Safety ❏If required by site, up to a 2 hour site specific allowance for MWS staff members performing work onsite. ❏Set-up; Supervision & Technical Assistance with ❏Placement and leveling of mobile ❏Mechanical and electrical connections ❏Movement and placement of ship loose items ❏Filling tanks with service water and verification of motors and instrumentation ❏Coagulant and/or flocculant feed systems (if supplied) ❏Start-up & Commissioning ❏Training to customer personnel of operations, controls, and log sheet documentation ❏Initial operations assistance & optimization (based on budget allowance) ❏Clean up; Supervision & Technical Assistance with ❏Removal of liquids, solids, chemicals, media, and other materials associated with the mobile (vac truck services by others) ❏Final wash down of mobile (pressure washing (if applicable) by others) ❏Chemical cleaning (if required) ❏Pack up; Supervision & Technical Assistance with ❏Movement and placement of ship loose items ❏Mechanical and electrical connections Notes:It is the responsibility of the site to provide/hire the mechanical and electrical trades where applicable. Page 8 of 9 ©2018 By Veolia Water Technologies, Inc. All Rights Reserved MISCELLANEOUS ●The IFB was silent on the security deposit and mob/demob payment timing. So, as in our original proposal, upon co-signing the agreement and accepting PO, Veolia will issue invoices for the security deposit and mob fee. ●The $49,750 mob/demob fee will be separated; $34,500 mob, and $15,250 demob. The demob will be invoiced at demob. ●Project Schedule ○11/19/21 - Veolia to receive security deposit and mob/demob fees, reserves the mobile, and Veolia begins project execution starting with preparing the mobile ○12/6/21 - earliest date for rental to arrive at jobsite ○12/13/21 - latest date for rental to arrive at jobsite ○Day one of the rental starts with the mobile arriving to the jobsite END OF DOCUMENT Page 9 of 9 ©2018 By Veolia Water Technologies, Inc. All Rights Reserved Project Manual City of Winter Springs WEST WATER RECLAMATION FACILITY TEMPORARY DISK FILTER RENTAL Bid No. ITB 05-21 JN September 2021 THIS PAGE INTENTIONALLY LEFT BLANK WEST WRF TEMPORARY DISK FILTER RENTAL INDEX-1 September 2021 Index 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 WEST WRF TEMPORARY DISK FILTER RENTAL 00020-1 September 2021 Advertisement for Bids SECTION 00020 ADVERTISEMENT FOR BIDS INVITATION TO BID Bid Proposals are hereby solicited by the City of Winter Springs, Florida for: WEST WRF 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: https://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 hqueen@winterspringsfl.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 Questions September 14, 2021 4 Proposal Submission Due Date & Bid Opening September 17, 2021 5 Consideration and Selection of Bidder for Negotiations by City Commission September 27, 2021 6 City Manager Negotiations and Execution of a Written Rental TBD WEST WRF TEMPORARY DISK FILTER RENTAL 00020-2 September 2021 Advertisement for Bids Agreement END OF SECTION WEST WRF TEMPORARY DISK FILTER RENTAL 00100-1 September 2021 Instructions to Bidders SECTION 00100 INSTRUCTIONS TO BIDDERS 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. 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 WEST WRF TEMPORARY DISK FILTER RENTAL 00100-2 September 2021 Instructions to Bidders 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 hqueen@winterspringsfl.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. 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. Bidding Procedure A. Form of Bid 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. 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. No conditional Bids will be accepted. Alternate Bids will not be WEST WRF TEMPORARY DISK FILTER RENTAL 00100-3 September 2021 Instructions to Bidders considered unless called for. Oral proposals or modifications will not be considered. 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 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. Submit one (1) copy of the completed Bidding Documents. 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. The Bidder shall assume full responsibility for timely delivery of his Bid to the designated location. 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 WEST WRF TEMPORARY DISK FILTER RENTAL 00100-4 September 2021 Instructions to Bidders 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 Bids may not be modified after submittal. 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. 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. 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 WEST WRF TEMPORARY DISK FILTER RENTAL 00100-5 September 2021 Instructions to Bidders 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. Consideration of Bids and Basis of Selection A. Basis of Selection 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. 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 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. 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. 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 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, WEST WRF TEMPORARY DISK FILTER RENTAL 00100-6 September 2021 Instructions to Bidders 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. 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. 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. 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. WEST WRF TEMPORARY DISK FILTER RENTAL 00100-7 September 2021 Instructions to Bidders 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 WEST WRF TEMPORARY DISK FILTER RENTAL 00100-8 September 2021 Instructions to Bidders 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, https://e-verify.uscis.gov/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. WEST WRF TEMPORARY DISK FILTER RENTAL 00100-9 September 2021 Instructions to Bidders 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 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-1 September 2021 Mandatory Bid Forms SECTION 00300 MANDATORY BID FORMS (Mandatory Forms must be submitted with the bid. Failure to submit forms may disqualify the proposer from the ITB.) 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: ________________________________________________________________________ The Undersigned: A. Acknowledges receipt of: Project Manual for WEST WRF TEMPORARY DISK FILTER. 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: WEST WRF TEMPORARY DISK FILTER RENTAL 00300-2 September 2021 Mandatory Bid Forms To hold this Bid open for 60 calendar days after the bid opening date. 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. To accept the provisions of the Instructions to Bidders. To negotiate a contract with the OWNER incorporating the bid amounts, if selected on the basis of this Bid. To receive a City Purchase Order issued by the OWNER at the submitted Bid Price. To accomplish the work in accordance with the contract documents and this Project Manual. 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. 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). Bid Submittals WEST WRF TEMPORARY DISK FILTER RENTAL 00300-3 September 2021 Mandatory Bid Forms 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. Submittal RESPECTFULLY SUBMITTED, signed and sealed this day of , 2021. Bidder By: _______________________________Title__________________________________ ATTEST: SECRETARY SEAL WEST WRF TEMPORARY DISK FILTER RENTAL 00300-4 September 2021 Mandatory Bid Forms 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. TOTAL BID: ________________________________________________DOLLARS (In Words) $___________________________ ITEM No. DESCRIPTION QUANTITY UNITS UNIT COST TOTAL COST 1 Mobilization/Demobilization, plus, • Travel and living expenses to have one personnel onsite up to 8 hours per day, two trips, up to 3 days each trip. • Travel and living expenses to have one personnel onsite up to 8 hours per day for the last 2 days rental is onsite. 1 LS 2 Rental Equipment • Disk filter • Spares • Service Program 6 Month TOTAL = As Needed Service beyond necessary repairs to the equipment and exceeding the minimum service intervals in Appendix A Rate per Hour Supervision/Project Manager • Onsite & travel time beyond budgeted As Needed To Be Determined Meals per diem travel & living expenses at cost +15% Additional per month rental beyond 6 months (Rate may not exceed rate quoted for minimum 6 month term.) As Needed To Be Determined WEST WRF TEMPORARY DISK FILTER RENTAL 00300-5 September 2021 Mandatory Bid Forms 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 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-6 September 2021 Mandatory Bid Forms 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 (___) physical presence or (___) online notarization, this _______ day of _____________, 2021, by ____________________________ the _________________ of ____________________________________________________, a ______________________ (__) who is personally known to me or (__) who produced _____________________________________________ as identification. ___________________________________ Notary Public Print Name:_________________________ My Commission expires: _______________ WEST WRF TEMPORARY DISK FILTER RENTAL 00300-7 September 2021 Mandatory Bid Forms 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) WEST WRF TEMPORARY DISK FILTER RENTAL 00300-8 September 2021 Mandatory Bid Forms STATE OF _________________ COUNTY OF _______________ The foregoing instrument was acknowledged before me by means of (___) physical presence or (___) online notarization, this _______ day of _____________, 2021, by ____________________________ the _________________ of ____________________________________________________, a ______________________ (__) who is personally known to me or (__) who produced _____________________________________________ as identification. ___________________________________ Notary Public Print Name: _________________________ My Commission expires: _______________ WEST WRF TEMPORARY DISK FILTER RENTAL 00300-9 September 2021 Mandatory Bid Forms 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. ___________________________________________ (Company) ___________________________________________ (Signature & Title) WEST WRF TEMPORARY DISK FILTER RENTAL 00300-10 September 2021 Mandatory Bid Forms CONFLICT OF INTEREST CERTIFICATION Before me, the undersigned authority, personally appeared, who was duly sworn, deposes, and states: I am the ______________________ of __________________________ with a local office in ______________________________ and principal office in __________________________. 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. WEST WRF TEMPORARY DISK FILTER RENTAL 00300-11 September 2021 Mandatory Bid Forms 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. (Authorized Signature) Name of Business Phone & Fax Number (Printed Name and Title) Business Mailing Address City, State, Zip WEST WRF TEMPORARY DISK FILTER RENTAL 00300-12 September 2021 Mandatory Bid Forms CERTIFICATION A: (Debarment, Suspension and other responsibility matters – Primary 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 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-13 September 2021 Mandatory Bid Forms 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 r eason 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 WEST WRF TEMPORARY DISK FILTER RENTAL 00300-14 September 2021 Mandatory Bid Forms 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, Ineligibility 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 (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. WEST WRF TEMPORARY DISK FILTER RENTAL 00300-15 September 2021 Mandatory Bid Forms 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. END OF SECTION Applicant: Date: Signature of Authorized Certifying Official: Title: WEST WRF TEMPORARY DISK FILTER RENTAL September 2021 THIS PAGE INTENTIONALLY LEFT BLANK WEST WRF TEMPORARY DISK FILTER RENTAL 00660-1 September 2021 Notice of Selection Form SECTION 00660 NOTICE OF SELECTION FORM TO: PROJECT NAME: West Water Reclamation Facility Temporary Disk Filter Rental The OWNER has considered the BID submitted by , for the above described WORK in response to the Advertisement for Bids dated , 2021 and Instructions to Bidders. You are hereby notified that your BID has been selected for further negotiations of a rental agreement, incorporating the total bid of $ . Selection is subject to successful contract negotiations of terms acceptable to the City Manager. You are required to return an acknowledged copy of this NOTICE OF SELECTION to the OWNER. Dated this ______ day of ____________, 2021. OWNER: By: ________________________ Jason Norberg Title: Director of Public Works/Utilities ACCEPTANCE OF NOTICE Receipt and acceptance of the above NOTICE OF SELECTION is hereby acknowledged by this the ____ day of ______________, 2021. By: _______________________ Title:______________________ END OF SECTION WEST WRF TEMPORARY DISK FILTER RENTAL September 2021 THIS PAGE INTENTIONALLY LEFT BLANK WEST WRF TEMPORARY DISK FILTER RENTAL Appendix A September 2021 Appendix A Scope of Work West WRF Temporary Disk Filter Rental General 1. The Work is generally described as providing a disk filter for the filtration of treated effluent from a domestic wastewater treatment facility with secondary clarification. Scope of Work 1. The selected VENDOR will provide a disk filter to the plant site located at 1000 W SR 434, Winter Springs, FL 32708. 2. Flow to the unit will be via gravity flow from the secondary clarifier. 3. Disk Filter details: a. 10 Micron nominal filter screen pore size or smaller b. Configuration to prevent unfiltered water from contaminating filtered water c. Automated, integral backwash pump with filtered water supply (no separate water source required). Backwash not to exceed 85 gpm. d. Integral control panel for fully automated operation e. Connections (150 lb. flange): i. Raw water inlet 20” ii. Filtered water outlet 16” iii. Backwash outlet 6” f. Power requirement not to exceed 480 VAC/3 Phase/ 50 AMP. 4. Disk Filter Influent limits: a. TSS <30 mg/l TSS, < 20 mg/l average b. Oil & Grease < 5 mg/l c. pH 6.5 – 8.5 S.U. d. Particles 10 micron to ¼” e. Temperature < 100 0F f. Conductivity < 500 µS g. LSI < 0.5 h. Influent Inlet pipe ≤ 3 ft/sec for a minimum 5’ length i. Flow < 2 MGD normal, < 1800 GPM peak 5. Disk Filter Effluent: ≤ 5 mg/l TSS 6. Spares shall be provided with the unit to help ensure reliable operation with minimum time out of service. Spares to be provided by Vendor and may be installed by operator to facilitate rapid return to service. Spares provided with delivery of unit (no additional cost to rental if under normal wear and tear while operating within design limits): a. Minimum 2 panel/pieces b. All seals c. All Sprockets d. Drum drive motor and gearbox e. Backwash pump and motor WEST WRF TEMPORARY DISK FILTER RENTAL Appendix A September 2021 f. Minimum 2 cleaning nozzles g. PLC and I/O modules h. Electrical components i. Motor drives and/or VFDs j. Pressure switches k. Bearings and housings l. Pulleys m. Level switches 7. Vendor shall conduct routine service on the rental unit to help ensure continued reliable service. Service visits shall include at no additional cost: a. Month 1 as part of mobilization b. Month 2 c. Month 4 d. Month 6 as part of demobilization e. Routine service to be conducted a minimum of every 2 months if rental is longer than 6 months. 8. The following services shall be included in Bid Form Line Item 1 Mobilization/Demobilization bid amount: a. Commissioning/Decommissioning –a representative onsite at the beginning of the project to assist and supervise interconnections, startup, commissioning, and staff training. Vendor shall include a representative onsite at the end of the project to conduct a chemical clean of the unit, tank cleanout, supervise removal of interconnects, etc. b. Any pre delivery required work to prepare the unit for delivery and function as outlined, e.g. changing filter panels. c. Transportation to and from the site. 9. Vendor shall include, at no additional cost, phone support for technical assistance. 10. Flows to the filter greater than the required performance listed above will be diverted to the existing traveling bridge filters for treatment. Any overflow ports are to be capped or plugged. Items Provided by Others 1. Applicable permits. 2. Operator licenses. 3. Installation of the unit in the functional location including but not limited to civil, structural, earthwork, foundation, mechanical, electrical, rigging etc. 4. Electrical service to the single designated power supply point on the equipment. 5. Scaffolding, ladders, stairs, decking etc. for access, operations, and maintenance. 6. Service water for general wash down will be provided. 7. Chemicals other than the final chemical cleaning of the unit. City of Winter Springs West WRF Temporary Disk Filter Rental ITB 05-21 JN Proposal Due Date: Sept 17 th 2021 @ 10:00 AM Addendum No. 1 – Sept 13th 2021 To Prospective Bidders and Other Concerned: Questions Received: Question: Our business unit that will bid and execute this job is located in Vandalia, OH. This is where my officers sit that can sign the paperwork. I do not think we have any Florida notaries in the area. Do you have any ideas how we may manage the FL notary? Answer: The bid forms may be notarized by any certified Notary. Question: The ITB is silent in regard to freight and offloading cost of the equipment. Our fixed pricing does not include either. How may we clarify this is not included in our bid price? Answer: These amounts would be included in item 1 mobilization/demobilization cost on the bid tabulation sheet. Question: Do you expect or want to see our proposal document included with the bid or just fill out your bid forms. I do not anticipate any further clarifications to the ITB, but if I do, should I raise the question (by Friday 9/10) or is there a way to list clarifications or exceptions in the bid response if our proposal document is not included? Answer: Please see section 1.04 A 1&2 for form of bid. EXHIBIT B Field Service Policy (Optional Service Contract) The current straight time service rates for a Veolia Water Technologies Field Services Representatives are listed in Exhibit A. These rates apply to all Veolia Water Technologies personnel. The straight time rates apply to work performed for a standard 8-hour work day between the hours of 7AM and 7PM local time and during a normal work week. Travel time is considered work. Work performed in excess of 8 hours shall be billed hourly at 1.5 times the straight time rate. Work performed on a Saturday shall be billed at 1.5 times the straight daily rate. Work performed on a Sunday or a Veolia Water Technologies’ designated holiday shall be billed at two (2) times the straight daily rate. Performance of overtime work shall be at the sole discretion of Veolia Water Technologies and the Field Services Representative. If through no fault of Veolia Water Technologies, the Customer removes the Veolia Water Technologies’ employee from the jobsite prior to working 8 hours in a day; a full eight hours will be charged. The rates quoted are current as of the date of this proposal and are subject to change without notice. Except in cases where Field Services have been quoted in this proposal, all field services provided will be invoiced at the rates in effect when the services are performed. The Customer is billed for all travel expenses, living expenses, and travel time as listed in Exhibit A. Where a set amount of time, travel, and living expenses for field service has been quoted in the proposal, if additional time beyond the quoted amount of time is required due to no fault or delay by Veolia Water Technologies, then the customer shall be billed for the additional service time, travel, and living expenses. All Mobile Water Treatment Equipment must be completely installed in accordance with the written instructions (pre-commission checklist) to be provided by Veolia Water Technologies and ready for start up and commissioning prior to the scheduled arrival of the Field Services Representative. If upon arrival, the Field Services Representative determines that the Mobile Water Treatment Equipment is not ready for start up and commissioning, then the Customer will be billed for the on-site time, travel time, travel and living expenses and the service work will have to be rescheduled through the Start Up/Commissioning Service Manager. The Field Services Representative will be equipped with the following PPE - hard hat, safety glasses, and safety shoes/boots. Any additional safety equipment required for work on site shall be provided by the customer to the Field Representative at no charge. Mandatory, site specific safety training of the Field Services Representative shall be billed to the customer at the service rates. The Field Services Representative has the right to refuse to work under any conditions or in any environment that the Field Services Representative deems to be unsafe The Services Field Representative will be supplied with their own standard hand tools. Heavy machinery, where required, is to be provided by the customer at no charge. Veolia Water Technologies is a non-union company and its field services personnel will be non-union. These personnel must be allowed to perform minor, incidental tasks that would otherwise be performed by trades (electrician, millwrights, pipe fitters, etc.). Delays due to adherence to union work rules on site, beyond the set amount of time quoted, where applicable, may result in a price adjustment.