Loading...
HomeMy WebLinkAboutItem 04 Approval to Reject all Proposals for RFP #20-001 Laboratory Services for City Water and Wastewater Facilities ocoee florida AGENDA ITEM COVER SHEET Meeting Date: March 17, 2020 Item #: Joyce Tolbert/Vanessa Reviewed By: Contact Name: Anthony Department Director: Reb=; ;'.,,7 ; Contact Number: 1516 City Manager: Ro' ;1Pr41r:4" Subject: Reject all proposals for RFP #20-001 Laboratory Services for City Water and Wastewater Facilities Background Summary: The City initially intended to award contracts for the Laboratory Services for City Water and Wastewater Facilities at the February 18, 2020 City Commission Meeting. The RFP was publicly advertised on January 5, 2020, and opened on January 28, 2020. There was a total of five (5) proposals received from Advanced Environmental Laboratories, Inc., Florida Spectrum Environmental Services, Inc., Flowers Chemical Laboratories, Inc., Pace Analytical Services, Inc., and Tri-Tech Labs, Inc. The City received a letter of protest from Florida Spectrum Environmental Services, Inc., and the City's response is attached. After further review by the Utilities and Finance Departments, and per the advice of the City Attorney, staff recommends rejecting all proposals based on inconsistencies in the scope of services and what was submitted by the individual Respondents, per the attached recommendation by Utilities Director. Staff considers it to be in the best interest of the city to re-solicit these services with a revised scope of services as an Invitation to Bid (ITB) rather than a Request for Proposals (RFP). Issue: Should the City Commission reject all proposals for Laboratory Services for City Water and Wastewater Facilities? Recommendations: Staff recommends that the City Commission reject all proposals for RFP #20-001 Laboratory Services for City Water and Wastewater Facilities. Staff intends to revise the scope of services and re-solicit these services as an Invitation to Bid. Attachments: 1. Rejection Recommendation from Utilities Director 2. Bid Protest from Florida Spectrum 3. City's response to Bid Protest 4. RFP #20-001 Laboratory Services for City Water and Wastewater Facilities Financial Impact: None Type of Item: (please mark with an "x") ❑ Public Hearing For Clerk's Dept Use: ❑ Ordinance First Reading Consent Agenda ❑ Ordinance Second Reading ❑ Public Hearing ❑ Resolution ❑ Regular Agenda ❑ Commission Approval ❑ Discussion& Direction ❑ Original Document/Contract Attached for Execution by City Clerk ❑ Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by 2 Mayor Commissioners Rusty Johnson \ 1 Larry Brinson,Sr., District 1 Rosemary Wilsen, District 2 City Manager Richard Firstner, District 3 Robert Frank O c o e e George Oliver Ill, District 4 florido MEMORANDUM TO: Joyce Tolbert FROM: Charles Smith P.E.,Utilities Director DATE: March 6,2020 RE: RFP#20-001 Laboratory Services for City Water and Wastewater Facilities The Utilities Department is recommending the rejection of all proposals for the Laboratory Services RFP for City Water and Wastewater Facilities.The rejection is based on inconsistencies in the scope of service and what was submitted by the individual bidders. City of Ocoee Utilities• 1800 A.D. Mims Road•Ocoee, Florida 34761 Phone: (407) 905-3159 •www.ocoee.org/utilities BEFORE THE CITY OF OCOEE, ORANGE COUNTY, FLORIDA FLORIDA-SPECTRUM ENVIRONMENTAL SERVICES, INC. Petitioner VS. Case No: CITY OF OCOEE Respondent / FORMAL WRITTEN PROTEST AND PETITION FOR ADMINISTRATIVE HEARING TO CHALLENGE BID PROCESS The Petitioner requests a hearing pursuant to the local rules of the City of Ocoee and further alleges the following information: 1) The agency involved in this dispute is the City of Ocoee. The file number for this case is unknown but the RFP is 20-001 and it involves a bid selection by the City of Ocoee for a laboratory to perform laboratory services for the City's Water and Wastewater facilities. 2) The name of the Petitioner is Florida-Spectrum Environmental Services, Inc. Its address is 1460 W. McNab Road, Fort Lauderdale, Fl. 33309. The telephone number of the Petitioner is 954-978-6400. The Petitioner's representative in this matter is the undersigned attorney whose information appears at the bottom of this petition. 3) The City has evaluated the bid proposals in a manner that does not comport with the requirements of law and does not accurately reflect the facts submitted by the bidders. The City also failed to disqualify or at least mark down some bidders who failed to submit all of the information required in the RFP. 4) The Petitioner is a laboratory that performs chemical analyses. The Petitioner's substantial interests will be affected by the City's determination because if Petitioner is unfairly and inaccurately evaluated, it will lose remunerative work. This will directly affect Petitioner's ability to earn a living. 5) The Petitioner received notice of the agency's proposed action via Demandstar on February 12, 2020. 6) There were five bidders for the contract. The City of Ocoee rated the top three bidders as Tri- Tech (#1) and Flowers (#2.) and Pace (#3.) 7) However, the City did not follow its own protocols, either through a misunderstanding of what the various bidders had submitted or for other unknown reasons. To wit: a) In the category of pricing, the Petitioner had a lower unit cost for its services than Tri-Tech or Flowers., the top two bidders. However, despite the fact that Petitioner had lower prices than either of these labs, both Tri-Tech and Flowers were given vastly higher scores on the City's evaluation. Evaluator #1 gave Tri-Tech a score of 20 and gave Flowers a score of 19. Petitioner was given a score of only 5, even though Petitioner's prices were less than Tri-Tech and Flowers' prices. Evaluator #2 gave Flowers a score of 20 and Tri-Tech a score of 19. However, Petitioner was given a score of 8. Evaluator #3 gave Flowers a 20 and Tri-Tech an 18, but Petitioner received only a 7. Had Petitioner been correctly scored, the final results would have been different. b) In the category of experience, Petitioner has had 46 years in business, Tri-Tech (the top bidder) has had only 8 years in business. Pace has had 41 years in business and Flowers has had 63 years in business. The numbers show that Petitioner is the company with the second most years of experience in the business and that Petitioner has more than 5x the experience as the top bidder, Tri-Tech. Despite this, Petitioner received lower scores on experience than Pace and Tri- Tech. Evaluators #1 and #3 gave Tri-Tech and Pace a 35 score but only gave Petitioner a 30. Evaluator#2 gave Pace and Tri-Tech a 35 score while only scoring Petitioner as a 29. c) In the category of"Project Staff', Petitioner submitted complete information, as did Flowers and Pace. However, top scorer, Tri-Tech did not fill this part of the application out and left it blank. Therefore, it is mystifying as to how, despite having submitted no information in this category, Evaluator #3 gave Tri-Tech a 10 but only gave Petitioner a 7. Evaluator #2 gave Tri- Tech a 10 while scoring Petitioner as a 9. d) In the category "Project equipment/in-House testing", Petitioner and Flowers and Pace all submitted complete information. However, Tri-Tech only listed Field Equipment and therefore, had an incomplete response to the requested information. Despite this omission, Evaluator # 2 gave Tri-Tech a 20 while only scoring Petitioner as a 10. Evaluator#3 gave Tri-Tech an 18 while only giving Petitioner a 14. e) On the category of location, Evaluator#1 gave Tri-Tech a 10, gave Flowers a 7, gave Pace a 3 and gave Petitioner a 0. Apparently, the evaluator was unaware that Petitioner has a laboratory in Lakeland, Florida, only 50+ miles from Ocoee and 20+ miles closer to Ocoee than Pace's laboratory. If Pace got a 3, then Petitioner should have logically gotten a 4 or 5. While Tri-Tech is indeed closer to Ocoee than Petitioner, Tri-Tech, (according to Google Maps), is a 20-minute drive while Petitioner is a 1 hour drive. This means that Petitioner should have gotten a score that reflects its proximity to the City in relation to the other laboratories. f) In the category of M/WBE certification, Tri-Tech and Flowers did not supply any information at all upon which to grade this category. Pace submitted an answer reflecting that they do not have this certification. Only Petitioner submitted complete information about its certification. Despite the missing information, Evaluator #1 gave the 3 top bidders points, including Pace which stated on its application that it did not even have certification. Evaluators #2 and gave all 4 labs a 5, including Pace! How a rating could even be made without any information being submitted is incomprehensible. g) Analyzing the data and information submitted by the 3 top bidders, it shows that a great deal of information is missing. An incomplete application does not meet the requirements of the RFP and should have been disqualifying. 8) Both Tri-Tech and Flowers' applications were missing a great deal of the information requested by the RFP. Despite a lack of information in some key categories, the City made assumptions about qualifications and fitness that could not be made based on the submissions made. To wit: a) Tri-Tech: Section 1 - Company Information • Firm's history, number of years in business, etc. - No information submitted on firm's history, etc.,just number of years in business on the required bid forms. • List of all firm's key staff, their qualifications, and their role for this contract, provide resumes of key staff. - No information submitted for this requirement • Firm and employee certifications and registrations with regulatory agencies, professional organizations, etc., including a NELAP certification through FL Dept of Health. - Only submitted the NELAP CERT., Missing the Analyte Sheet. • Firm's sub-contractors, their qualifications, and their role in providing services. - Only lists the subcontractors company name, address, FEID#. No notation of what is being subcontracted to them and did not submit any information required on the subcontractor, missing NELAP CERT. &Analyte Sheet. • List and quantity of firm's (and firm's sub-contractors' if applicable) type and quantity of equipment/In-House Testing to be used for this contract, see Sections 22 and 23. - Only list their field equipment, no reference or notation of their subcontract labs information. 13. DRUG-FREE WORKPLACE: Provide a statement concerning the Proposer's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. - Missing information on Drug-Free Workplace, no statement made as required in the bid. 4. At least a 90% acceptable rating on each of the last three (3) Discharge Monitoring Report-Quality Assurance (DMR-QA) Studies or Proficiency Tests. (determined by the total number of acceptable analytes/total number of analytes). Copies of the three most recent DMR-QA Proficiency Test reports must be submitted with the proposal. ,.,No PTs were submitted. Missing information. 5. "In Compliance" rating on the most recent FDOH laboratory inspection. ,..No NELAP Audit was submitted. Missing information. b) FLOWERS: Section 1 - Company Information • Firm and employee certifications and registrations with regulatory agencies, professional organizations, etc., including a NELAP certification through FL Dept of Health. - Only submitted the NELAP CERT., Missing the Analyte Sheet. • Firm's sub-contractors, their qualifications, and their role in providing services. - Only lists the subcontractors company name, address, FEID# and analytes to be subcontracted. Missing Subcontractors NELAP CERT. &Analyte Sheet. • List and quantity of firm's (and firm's sub-contractors' if applicable) type and quantity of equipment/In-House Testing to be used for this contract, see Sections 22 and 23. - Listed all equipment,no reference or notation of their subcontract labs information. 13. DRUG-FREE WORKPLACE: Provide a statement concerning the Proposer's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. - Missing information on Drug-Free Workplace, no statement made as required in the bid. 4. At least a 90% acceptable rating on each of the last three (3) Discharge Monitoring Report-Quality Assurance (DMR-QA) Studies or Proficiency Tests. (determined by the total number of acceptable analytes/total number of analytes). Copies of the three most recent DMR-QA Proficiency Test reports must be submitted with the proposal. —No PTs were submitted. Missing information. (They mentioned in the letter it is included, but not on the electronic file the City has.) 5. "In Compliance" rating on the most recent FDOH laboratory inspection. ,.,No NELAP Audit was submitted. Missing information. (They mentioned in the letter it is included, but not on the electronic file the City sent us). 9) Florida law requires that contracts must be awarded to the "lowest responsible bidder." The term `responsible' has been judicially defined to include such factors as "... degree of experience ... reputation for performance ... outstanding obligations ... integrity ... as well as other matters which might influence the ability to perform the contract ... Liberty County v Baxter's Asphalt & Concrete, Inc. 421 So. 2d 505, 507 (Fla. 1982). 10) In other words, if a bidder has the lowest price and is also a"responsible"bidder, as defined by Florida law, then the City is abusing its discretion to award the contract to another bidder. 11) Although counties around Florida have different local laws delineating their bid processes, they all must still comply with state law. 12) Petitioner is not only a responsible bidder, as defined by Florida law, but also objectively has more experience than all but one of its competitors and has an excellent reputation for accuracy and turn-around time. When this is coupled with the fact that Petitioner's prices were lower than the two companies ranked 1 and 2, it is clear that the City did not follow the requirements of law and made obvious mistakes on its scoring sheets. 13) The City of Ocoee somehow allowed unknown factors to override the fact that Petitioner clearly was a responsible bidder, as defined by law, whose pricing was lower than the top two winning bidders' prices. State law forbids decisions on bids to be conducted in this manner. Using unknown criteria to override a lower bid not only violates state law, but also Petitioner's constitutional rights of due process and fundamental fairness. Petitioner has no way to know how its laboratory was evaluated because the numbers assigned do not comport with the facts. 13) Section 287.057 (17), F.S. requires that each agency "must avoid, neutralize, or mitigate significant potential organizational conflicts of interest before a contract is awarded." Under 287.057 (17) (b) 1, Fla. Stats., the contract may not proceed if a vendor has gained an unfair competitive advantage. A prior relationship cannot play any part in the award of contracts. Therefore, state law requires a quantifiable and objective ranking system to insure transparency at every step and to eliminate bias, guesswork, favoritism, or hometown advantage. In this case, mistakes were made and protocols were not followed. The process therefore did not conform to the requirements of law. WHEREFORE, the Petitioner seeks the following relief: a) That if this matter cannot be resolved amicably between the parties, that it be referred to the Division of Administrative Hearings or other neutral mediator for a hearing on all unresolved issues and that an order be entered reversing the decision of the City so as to award the contract to Petitioner. Randall Denker Randall Denker#273082 Denker Law Office 552 East Georgia Street Tallahassee, Fl. 32303 (850) 893-6753 on behalf of Florida-Spectrum Environmental Labs, Inc. Mayor Commissioners 4.04r Rusty Johnson Larry Brinson,Sr, District 1 Rosemary Wilsen,District 2 City Manager Richard Firstner, District 3 Ocoee Robert Frank George Oliver Ill, District 4 Florida February 21, 2020 VIA FEDERAL EXPRESS AND E-MAIL Randall Denker,Esq. Denker Law Office 552 East Georgia Street Tallahassee, FL 32303 RE: Bid Protest City of Ocoee RFP#20-001 Laboratory Services for City Water and Wastewater Facilities Dear Mr. Denker: This letter is sent in response to the Formal Written Protest and Petition for Administrative Hearing to Challenge Bid Process("Bid Protest")which you submitted to the City of Ocoee on behalf of Florida-Spectrum Environmental Services, Inc. ("Florida Spectrum")with respect to the above-referenced solicitation. After consideration of the issues raised in the Bid Protest and a further review of the several Respondents' submissions,the City recognizes that the evaluators may not have considered properly all information contained in the several Respondents' submissions. Accordingly, although the City does not agree with all points raised in the Bid Protest, the City is retracting its staff recommendation and intent to award the contract to Tri-Tech Labs, Inc. as the primary firm and to Flowers Chemical Laboratories, Inc. and Pace Analytical Services, Inc. as secondary firms. The RFP Evaluation Committee will re-evaluate each of the Respondents' submissions,based upon a closer review of the information contained therein,and provide a new ranking based upon that re-evaluation. The City anticipates that this process will be concluded on or before March 17,2020. Given the City's decision to re-evaluate the Respondents' submissions,Florida Spectrum's request for an Administrative Hearing is hereby denied as moot. Sincerely, VaYlkAeg_,krdj1171— Vanessa Anthony Purchasing Technician cc: Scott Cookson,City Attorney Robert Frank,City Manager Craig Shaddrix,Assistant City Manager Joyce Tolbert,Procurement Manager Rebecca Roberts,Director of Finance Charles Smith,Utilities Director Tri-Tech Labs,Inc.(via e-mail) Pace Analytical Services,Inc.(via e-mail) Flowers Chemical Laboratories,Inc.(via e-mail) Advanced Environmental Laboratories,Inc.(via e-mail) City of Ocoee• 150 North Lakeshore Drive•Ocoee, Florida 34761 phone: (407) 905-3100•fax: (407) 905-3167•www.ocoee.org Mayor Commissioners Rusty Johnson Larry Brinson Sr., District 1 40411PRosemary Wilsen, District 2 City Manager Richard Firstner, District 3 Robert Frank George Oliver III, District 4 ff �}t florid o CITY OF OCOEE REQUEST FOR PROPOSALS RFP #20-001 LABORATORY SERVICES FOR CITY WATER & WASTEWATER FACILITIES TABLE OF CONTENTS RFP #20-001 LABORATORY SERVICES FOR CITY WATER &WASTEWATER FACILITIES RFP DOCUMENTS Section Page Legal Advertisement 3 Proposal Instructions 4 - 7 General Terms & Conditions 8 - 22 Summary of Litigation*, p. 19 Acknowledgement of Addenda*, p.19 List of Subcontractors*, p. 19 Equipment Listing*, p. 20 References/Experience*, p. 20 SCOPE OF WORK, PROPOSAL FORM, AND PROPOSED CONTRACT Section Page Exhibit A— Scope of Work 23—30 Exhibit B — Location Maps (2 pages) 31 Exhibit C— Proposal Form* 32 Exhibit D— FDEP Domestic WW Facilities Permit (22 pages) 33 Conflict of Interest Form*, p.34 Company Information and Signature Sheet*, p. 35 Exhibit E— Proposed Agreement 36-42 *Submit with Proposal End Table of Contents RFP20-001_Laboratory_Services 2 Request for Proposals, Legal Advertisement The City of Ocoee, Florida (City) is soliciting sealed proposals for RFP #20-001 Laboratory Services for City Water & Wastewater Facilities. Proposals will be received at the office of Vanessa Anthony, Purchasing Technician, Finance Department/Purchasing, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on January 28, 2020. Proposals received after that time will not be accepted under any circumstances. Sealed proposals that have been timely received will be publicly opened and the names of the responding firms read aloud at that time. No Pre-proposal Conference is scheduled at this time. Prospective respondents may secure a copy of the documents required for submitting a proposal through Demandstar by accessing the City's website at http://www.ocoee.org under the "Living &Working Section". Partial sets of the documents required for submitting a proposal will not be issued. By using Demandstar, prospective respondents will be provided with all information regarding this RFP and addenda and changes to the project requirements. Membership with Demandstar is not required to submit a proposal; fees may apply for non-members. Persons may inspect the documents required for submitting a proposal at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee, as prescribed by statute. Melanie Sibbitt, City Clerk, Orlando Sentinel, January 5, 2020. RFP20-001_Laboratory_Services 3 CITY OF OCOEE REQUEST FOR PROPOSALS (RFP) #20-001 LABORATORY SERVICES FOR CITY WATER &WASTEWATER FACILITIES A. Sealed proposals for RFP #20-001 will be received by the City of Ocoee, hereinafter called "City," from any person, firm, corporation, or agency, hereinafter called "Respondent" or "Proposer" or "Bidder", submitting a proposal for the services being solicited. Each Respondent shall furnish the information required on the proposal form supplied and each accompanying sheet thereof on which an entry is made. Proposals submitted on any other format shall be disqualified. Proposals must be typewritten or handwritten using ink; do not use pencil. Proposal documents must be submitted under the signature of a legally responsible representative, officer, or employee and should be properly witnessed and attested. All proposals should also include the name and business address of any person, firm, or corporation interested in the proposal, either as a principal, member of the firm, or general partner. If the Respondent is a corporation, the proposal should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this RFP should be addressed in writing to the Finance Department/Purchasing, City of Ocoee, FL, Attention: Vanessa Anthony, Purchasing Technician (407) 905-3100, extension 1513 and email vanthony(a�ci.ocoee.fl.us, and must be received not later than January 21, 2020, at 2:00 p.m. in order to receive an answer. Any clarifications/changes will be only through written addenda issued by the Purchasing Agent. Respondents should not contact City staff, with the exception of the Purchasing Agent, or other City consultants for information regarding this RFP before the proposal award date. Any contact with any other member of the City Staff, City Commission, or its agents during the solicitation, award, and protest period may be grounds for disqualification. C. Proposals must describe the qualifications of the firm planning to provide services. The proposal shall be presented as one (1) original paper and one (1) complete electronic copy in a single pdf file on a USB flash drive. The entire proposal package shall be received by the Finance Department/Purchasing not later than 2:00 P.M., local time, on January 28, 2020. Proposals received by the Finance Department/Purchasing after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Proposals or any information transmitted by fax or e-mail will not be accepted. Proposals shall be delivered in a single sealed envelope/package, clearly marked with the RFP number, title, and closing date and time, to: City of Ocoee Finance Department/Purchasing Attention: Vanessa Anthony, Purchasing Technician 150 N. Lakeshore Drive Ocoee, FL 34761-2258 D. Pre-Proposal Conference: None is scheduled at this time. E. Proposals will be reviewed by an evaluation committee appointed by the City Manager and will be ranked in accordance with the established evaluation criteria. Date, time, and location of any scheduled evaluation committee meeting(s) for this RFP will be RFP20-001_Laboratory_Services 4 noticed publicly and on Demandstar. The evaluation committee shall supply a ranked list of the proposing firms and a recommendation regarding which firm should be awarded the term contract by the City Commission. The City Commission's decision to endorse or modify the ranking by staff shall be final. Please be aware that all City Commission meetings are duly noticed public meetings and that all documents submitted to the City as a part of a proposal constitute public records under Florida law. F. All Proposers shall thoroughly examine and become familiar with this RFP package and carefully note the items specifically required for submission of a complete proposal. G. Submission of a proposal shall constitute an acknowledgment that the Proposer has complied with the instructions of this RFP. The failure or neglect of a Proposer to receive or examine a document shall in no way relieve it from any obligations under its proposal or the contract. No claim for additional compensation will be allowed based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of services. Proposals shall be in compliance with the contract documents/scope of services. All costs to prepare and submit proposals shall be the responsibility of the Proposer and the City shall make no reimbursement of any kind. H. Any response by the City to a request for information or correction will be made in the form of a written addendum, which will be mailed, e-mailed, or faxed by Demandstar to all parties to whom the RFP package have been issued. It shall be the responsibility of each Proposer to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning the date and time when proposal acceptance shall close at any time up to the date and time set for proposal closing. In this case, proposals that have been received by the City prior to such an addendum being issued will be returned to the Proposer, if requested, unopened. In case any Proposer fails to acknowledge receipt of any such Addendum in the space provided in the RFP documents, its proposal will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a proposal will constitute acknowledgment of the receipt of the RFP Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Proposers are cautioned that any other source by which a Proposer receives information concerning, explaining, or interpreting the RFP Documents shall not bind the City. I. Any of the following causes may be considered sufficient for the disqualification and rejection of a proposal: a) Submission of more than one (1) proposal for the same work by an individual, firm, partnership, or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships, or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among the Proposers; RFP20-001_Laboratory_Services 5 c) Being in arrears on any existing contracts with the City or in litigation with the City, or having defaulted on a previous contract with the City; d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to the Proposer's ability to properly perform the services; or e) Any other cause that, in the City's judgement and sole discretion, is sufficient to justify disqualification of Proposer or the rejection of its proposal. J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). 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 proposal on an award to provide any goods or services to a public entity, may not submit a proposal on an award with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under an award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See Florida Statute 287.133 (2) (a).] K. FLORIDA PUBLIC RECORDS LAW: In accordance with Chapter 119 of the Florida Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and other applicable State and Federal Laws, all Respondents should be aware that the proposal and the responses thereto are in the public domain and are available for public inspection. Respondents are requested, however, to identify specifically any information contained in their proposal which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. All proposals received in response to this request of proposal become the property of the City of Ocoee and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. L. PUBLIC RECORDS COMPLIANCE: The City of Ocoee (City) is a public agency subject to Chapter 119, Florida Statutes. The Contractor agrees to comply with Florida's Public Records Law. Specifically, the Contractor shall: 1. Keep and maintain public records required by the City to perform the service. 2. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Florida Statutes, or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from the public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract RFP20-001_La boratory_Services 6 if the Contractor does not transfer the records to the City. 4. Upon completion of the contract, Contractor agrees to transfer at no cost to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public record to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 5. A Contractor who fails to provide the public records to City within a reasonable time may be subject to penalties under section 119.10, Florida Statutes. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 407-905-3100, EXTENSION 1022, CCDL@ci.ocoee.fl.us, WITH AN OFFICE LOCATED AT 150 NORTH LAKESHORE DRIVE, OCOEE, FLORIDA 34761. this request for proposals becomes the property of the City of Ocoee and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. The City reserves the right to accept or reject any or all proposals, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any proposal, or to re-advertise for new proposals. The City may accept any item or group of items of any proposal, unless the Proposer qualifies its proposal by specific limitations. The City may accept one or more proposals if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Proposer which, in the City's sole discretion, is the most responsive and responsible Proposer The City reserves the right, as an aid in determining which proposal is responsible, to require a Proposer to submit such additional evidence of Proposer's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all proposals. RFP20-001_Laboratory_Services 7 RFP#20-001 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) In lieu of providing a bid security, the Respondent may provide documentation that their business has been active with the Secretary of the State of Florida for a minimum of three (3) years. Respondent warrants by virtue of bidding the prices in his bid response will be good for an evaluation period of ninety (90) days from the date of bid opening, or: b) Each proposal must be accompanied by a Cashier's/Certified Check or Company check upon an incorporated bank or trust company or a Bid Bond in an amount equal to ONE THOUSAND DOLLARS ($1,000.00) and will be deposited. A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check, company check or Bid Bond is submitted as a guarantee that the Proposer, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the Proposer will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. c) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or Proposer's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such Proposer shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. d) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. e) The cost of the required bond and required insurance coverage is to be included in the Proposer's overhead and is not eligible for reimbursement as a separate cost by the City. The refund checks of the three (3) most favorable Proposers will be returned within three (3) days after the City and the successful Proposer have executed the contract for work or until the 91st day after bid opening, whichever is earlier. The remaining refund checks will be returned within thirty (30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check 2. PERFORMANCE BOND: Performance and Payment Bonds are not required. 3. PATENT INDEMNITY: Except as otherwise provided, the successful Proposer agrees to indemnify the City and its officers, agents, and employees against liability, including costs and RFP20-001_Laboratory_Services 8 expenses, for infringement upon any letters patent of the United States arising out of the performance of this Contract. Further, the Proposer shall fully indemnify, defend, and hold harmless the City and its officers, agents, and employees from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, unpatented invention, or intellectual property right. If the bidder uses any design, device, or materials covered by letters, patent, or copyright, it is mutually agreed and understood without exception that the bid price shall include all royalties or cost arising from the use of such design, device, or materials. 4. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 5. PRICING: Pricing should be provided as indicated on the Proposal Form attached as Exhibit C. Please note that alternate price proposals will not be accepted unless specifically called for on the Scope of Work and/or Proposal Form. Cost of preparation of a response to this RFP is solely that of the Respondent and the City assumes no responsibility for such costs incurred by the Respondent. The Proposal Form may not be completed in pencil. All entries on the Proposal Form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Respondent to clarify an illegible entry on the Proposal Form. If the Proposal Form requires that the proposed price, or constituent portions of the proposed price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Proposal Form should be provided by the Respondent and be RFP20-001_Laboratory_Services 9 correctly computed. If there is an arithmetical conflict between the unit price stated bythe Respondent on the Proposal Form and the total price stated by the Respondent on the Proposal Form, the unit price stated by the Respondent on the Proposal Form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Proposal Form to calculate the total price, utilizing the unit prices that have been identified by the Respondent. The taking of such action by the City shall not constitute grounds for the Respondent to withdraw its proposal nor shall it provide a defense constituting discharge of the proposal bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error, or other irregularity that may appear on the Proposal Form. However, the City reserves the right to reject Proposal Forms that are incomplete or contain information that is not required as being non-responsive. a) The prices have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Respondent or with any competitor; b) Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the Respondent and will not knowingly be disclosed by the Respondent prior to opening, directly or indirectly to any other Respondent or to any competitor; c) No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); d) Respondent warrants the prices set forth herein do not exceed the prices charged by the Respondent under a contract with the State of Florida Purchasing Division; and e) Respondent agrees that supplies/services furnished under this proposal, if awarded, shall be covered by the most favorable commercial warranties the Respondent gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the proposal award. f) The Respondent represents that the article(s)to be furnished under this RFP is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: RFP20-001_Laboratory_Services 10 Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded in accordance to the Evaluation Criteria contained in this RFP. 9. LITERATURE: If required by the scope of work, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non- responsive and disqualified. 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Technician in the following manner: 1. A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. 2. A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and/or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. 3. The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. 4. The bid protest shall be filed with the Purchasing Technician not later than five (5) calendar days after the posting of the notice of intent to award or recommendation of award by staff,whichever is earlier. 5. The Purchasing Technician, on behalf of the City, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 11. PAYMENT TERMS: RFP20-001_Laboratory_Services 11 a) No payment will be made for services without proper purchase order authorization or City of Ocoee Visa Purchasing Card. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. b) Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available for the work. c) The City of Ocoee, Florida has Florida Sales & Use Tax Exemption Certificate No. 85-8013779974C-0; and, pursuant to Chapter 212, Florida Statutes, is exempt from federal excise, state, and local sales taxes. 12. SAFETY REQUIREMENTS: The Respondent guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, (c) load chart, (d) reeving, (3) fire extinguisher, (f) RFP20-001_Laboratory_Services 12 condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. I) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. 13. DRUG-FREE WORKPLACE: Provide a statement concerning the Proposer's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 14. CONTRACT: a) The successful Respondents, herein also referred to as Contractor, will be required to enter into a contract with the City along the terms and conditions included in the proposed contract for the initial period of three (3) years, with two (2) automatic one- year extensions. After the initial three (3) year term, price adjustments will be allowed pursuant to the Price Adjustment provision of this Agreement. b) The City may, in its sole discretion, award any additional services, whether in the existing areas of the scope of work or in any area additional to those in the existing scope of work, to any third party or the City's own employees. Contractor will be expected to cooperate with any or all other contractors who may be performing services for the City. 15. CERTIFICATION OF NON-SEGREGATED FACILITIES a) Proposer certifies that it does not and will not maintain or provide any segregated facilities for the Proposer's employees at any of the Proposer's establishments, and that Proposer does not permit Proposer's employees to perform their services at any location under the Proposer's control where segregated facilities are maintained. Proposer agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Proposal. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms, other storage and dressing areas, parking lots, or drinking facilities provided for employees that are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. Proposer agrees that (except where Proposer has obtained identical certification from proposed contractors for specific time periods) Proposer will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 that are not exempt from the provisions of the Equal Opportunity clause, and that Proposer will retain such certifications in Proposer's files. b) The non-discriminatory guidelines as promulgated in Section 202, Executive RFP20-001_Laboratory_Services 13 Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. CONFLICT OF INTEREST STATEMENT a) Proposer declares that the only persons or parties interested in their proposal are those named herein, that this proposal is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. 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 restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of a contract for the described services. b) Proposer certifies that no City Commissioner, other City Official, or City employee directly or indirectly owns assets or capital stock of the Responding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit applies to any members of his or her immediate family) c) Proposer certifies 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. In the event that a conflict of interest is identified in the provision of services, Proposer agrees to immediately notify the City in writing. Proposer must submit the attached Conflict of Interest Statement. d) Proposer further declares that a careful examination of the scope of services, instructions, and terms and conditions of this RFP has occurred, and that the proposal is made according to the provisions of the RFP documents, and will meet or exceed the scope of services, requirements, and standards contained in the RFP documents. e) Proposer agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Proposer offers and agrees that if this negotiation is accepted, the Proposer will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Proposer. The proposal constitutes a firm and binding offer by the Proposer to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: a) All invitations to bid, as defined by Section 287.012(11), Florida Statutes, RFP20-001_Laboratory_Services 14 requests for proposals, as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "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 on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit proposals 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 Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." b) All Proposers that submit a Bid or Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the submitted documents are qualified to do so under Section 287.133, (2)(a), Florida Statutes. 18. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the Contractor; no separate payments will be made. Permit fees are waived for any City of Ocoee permits required. b) The City requires a City of Ocoee contractor registration if permitting is required. Please contact the City's Building Department at (407)905-3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the Contractor. 19. STANDARD INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The RFP20-001_Laboratory_Services 15 payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. • Include Waiver of Subrogation in favor of the City of Ocoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Injury Liability& Property Damage Liability • $1,000,000 Combined single limit per occurrence (each person, each accident) • All covered automobile will be covered via symbol 1 • Liability coverage will include hired & non-owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non-contributory. 42,000,000 GENERAL AGGREGATE ■$1,000,000 PER OCCURRENCE ■$1,000,000 PERSONAL &ADVERTISING INJURY •Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance (Not required for laboratory services): As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent contractors and are directly imposed because of the named insured's general supervision of the independent contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the RFP20-001_Laboratory_Services 16 following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: FOR PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. 41,000,000 PER OCCURRENCE 42,000,000 AGGREGATE 6) Commercial Umbrella: 41,000,000 PER OCCURRENCE 42,000,000 Aggregate ■Including Employer's Liability and Contractual Liability 7) Builders Risk: (Not required for Laboratory Services) 4100,000 Any (1) Location 41,000,000 Any (1) Occurrence 8) Certificates of Insurance: Certificate of Insurance Form (see sample below), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: i) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. ii) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premium. (Remainder of page left blank intentionally.) RFP20-001_Laboratory_Services 17 I AMID. CERTIFICATE OF LIABILITY INSURANCEy, "*".,, . Mei ealatill SWIM MI 4 444 aortiaraLr0ir41R1S*OWN WWI 1.1Gcrwrnrr e • ..a,btlL 41d@lIalar.43x 00w140X XXXX ata t! Y4o11114 +m ow s llew R M6e4re> s Nun Lfm ulanwo t1w0He4 l 4itt LOXa. w +.SSS. Cq4 ir.1raw•a Sills rum.r .-.....—. ..,. .SSSS `� art...ram a°4r..w am;ria440ara 1.0 row.Yall$ 44144b'. are 140K/1li iFln/MM ...=r awr 064'..lt 01.0+e1I4M..•rM*moot.r++......1..wv 4..r Mak.000 ..r.4V r..,.an W. lr,01Kaa.l 61c6ba6Nl41111,4.arlI 4a.`.1 4144i4+Ss4141.81.41•04 a 1i1.owrinossin . I w1207•S1R1 _ .lead NO X LI a�G[i�Ktl.esi441M0111 F . II..- an. - .. ..JWMIOW'.X1110! 1.ile6s..rrarra, i 4.fie _ i 1,ffitlrm- . -" r.. _s_1 +f.awiles tel" i SSSS SSSS r 4f1a 1Wwt elq'l..4iw 13,464.a4 9 3.1 aMa >+ ll. wow .... I r-+ ia�*FII _.. C—„1•641,/ r..aa.+. , I1Lla.4..alia �jc� Mra�” 1 X ono ._r+.r. = - 1410101M4 4 j 4/141.001. I .�. ..e_. yg^' 4fi41.4N.6ie+�Iii4,S94. _ 4•talii_1pSrla,F otl.o0.-.. iII4 P 1114 I Ly 1 Loc i ai.www4iiitinlilitlajealliftlilliallaillar- 1"11-1 9" .14.44111L VW 111111011116400.+!*tent 47 tila OlrtitLK4t1 aYl1 w1 Oka etrt Lti.41. 11414106 sa..646t6..6t 16•6664 66 tit 0t61R0.tiebiiifer 4 pii411/ Ltsbiltt7. 44.141!' C666.66666 69S. 110141.4rasa' Lt4641647 6 0444.41 4111114Y7 ,a11t1 erniaL.a 11401,f et rds.ettt.. is X44.1 of 464 K44t1f.14al4 Islas. Ifl. swot iO4.44.111 Mt i. *444••44• Med}f01two-Wen MOB. nnenecont=non 641ri1t►wwww 1 mamas Y4Pw4t44e r0!�4.r.4a4t8.4r1ra44..Tl e4al.t• _I•M6444!Mama 4ar...,.a 0041444140•04106 .rnl nl..� .n.�li M *Rua.r.y4f.44l14.....r44i.MP.& city.L AteM •44lNa a.,.....,.r•aMar4.444DSltalle.0174 0110.11.111%.0.6- 1st R LrL4l4444 o41w 64114 1.34114.•3341 •., :_.._ ___ .. RFP20-001_Laboratory_Services 18 20. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), proposal disputes, or contract dispute(s) filed by or against the Respondent in the past five (5) years that is related to the services that the Respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. (Attach additional sheets, if necessary) 21. ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated _ 22. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #: (Attach additional sheets if necessary) By submitting a proposal, the Respondent certifies that it has investigated any subcontractor/temporary worker agency listed and has received and has in the Respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. RFP20-001_Laboratory_Services 19 23. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. 24. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR CONTRACTS: The Respondent shall provide at least three (3) separate references of previous contracts with similar scope of work within the past five (5) years, preferably with a governmental agency. Respondent must demonstrate ability to perform services of similar complexity, nature, and size. For each previous contract, the Respondent must provide a description of the scope, its location, and a contact person willing and able to discuss the Respondent's performance for that contract. Letters of References may also be provided. Only contracts for which the Respondent was the prime contractor will be considered to be relevant. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELEPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT, ETC (attach additional sheets if necessary). Have you any similar work in progress at this time? Yes_ No_ Length of time in business years months. Bank or other financial references: RFP20-001_Laboratory_Services 20 25. SUBMITTALS: The City of Ocoee requires comprehensive responses to every section within this RFP. To facilitate the review of the responses, Respondents shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain Respondents with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Submissions shall be limited to a total of forty (40) 8.5"x 11" pages (excluding any analyte sheets, front and back covers, dividers, and all forms included in this RFP), single-sided, portrait orientation, 12-point font if possible, and contained in a three-ring binder or other format amenable to easy photocopying. The page limit applies to the material contained in sections 1 and 2 of the proposal, as described below. The person signing the proposal on behalf of the Respondent shall have the legal authority to bind the Respondent to the submitted proposal. Failure to adhere to the stated page limit or provide the required content may subject your proposal to disqualification. In order to simplify the review process and obtain the maximum degree of comparison, the Respondent must provide the following content when responding to the RFP: Section 1 —Company Information • Firm's history, number of years in business, etc. • List of all firm's key staff, their qualifications, and their role for this contract, provide resumes of key staff. • Firm and employee certifications and registrations with regulatory agencies, professional organizations, etc., including a NELAP certification through FL Dept of Health. • Firm's sub-contractors, their qualifications, and their role in providing services. • List and quantity of firm's (and firm's sub-contractors' if applicable) type and quantity of equipment/In-House Testing to be used for this contract, see Sections 22 and 23. Section 2—Company Experience/References • List of firm's other current or recently completed similar services within the last five (5) years, to include services required in the Scope of Services Section with other public or private agencies, see Section 24 of General Conditions: The Respondent shall provide at least three (3) separate references of previous contracts with similar scope of work, preferably with a governmental agency. Respondent must demonstrate ability to perform services of similar complexity, nature, and size. For each previous contract, the Respondent must provide a description of the scope, its location, and a contact person willing and able to discuss the Respondent's performance for that contract. Letters of References may also be provided. Only contracts for which the Respondent was the prime contractor will be considered to be relevant. • List of at least three (3) client references to include organization name, description, contact person, telephone number (s), and e-mail address. • Litigation Summary, see Section 20. Section 3— Price Proposal RFP20-001_Laboratory_Services 21 • Exhibit C—only provide pricing on the items included on the proposal form. Section 4—Other Required Content • Forms listed on Table of Contents as to be submitted with your proposal. • Conflict of Interest Statement • Bid Security, see Section 1. • Acknowledgement of Addenda, see Section 21. • Drug-Free Workplace Statement • M/WBE Certifications (attach copy of County or State issued certification) 26. EVALUATION CRITERIA: The criteria for making an award recommendation are: 1. Experience and References (0-35%) 2. Project Staff (0-10%) 3. Project Equipment/ In-House Testing (0-20%) 4. Price proposal (0-20%) 5. Office Laboratory Location (0-10%) 6. M/WBE Certification (0- 5%) The City reserves the right, before awarding the contract, to require a Respondent to submit such evidence of its qualifications, as the City may deem necessary and may require oral presentations or interviews of firms. The City shall be the sole judge of the competency of Respondents. A City evaluation committee will evaluate each respondent's qualifications and will short- list and recommend to the City Commission a primary and secondary firm, in ranked order of qualifications based upon the evaluation committee's evaluation of the responses and any client references. All Respondents shall be notified via Demandstar or other means of staff's recommended ranking of firms to the City Commission. The City Commission's decision to endorse or modify the ranking by staff shall be final. The successful Respondent shall be required to execute an agreement which provides, among other things, that any plans, drawings, reports, and specifications that result from Respondent's services shall become the property of the City. Upon the successful negotiation of an agreement, a formal contract will be prepared and subsequent executed by both parties. ANTICIPATED SELECTION SCHEDULE 01/05/20 Request for Proposals advertised 01/21/20 Last day for questions 01/28/20 Proposal submission deadline 2 days later Proposals distributed to Evaluation Committee 1-2 weeks later Evaluation committee meeting held Next meeting Top-ranked firms recommended to City Commission This schedule is subject to change at the discretion of the City. RFP20-001_Laboratory_Services 22 Exhibit "A" LABORATORY SERVICES FOR CITY WATER &WASTEWATER FACILITIES SCOPE OF SERVICES 1. Scope of Work The City is soliciting proposals from accredited/certified laboratories, "Service Providers", to furnish all necessary labor, supplies, materials, equipment, and incidental items to satisfactorily perform the laboratory services and sampling procedures detailed in these technical specifications on an "as needed basis." The services include analytical laboratory services to perform testing of surface water, groundwater from Surficial and Floridan aquifer water supply wells, monitoring wells, potable drinking water, raw and treated wastewater, industrial wastewater from facilities discharging to the city's wastewater collection system, reclaimed water, wastewater residuals and ground water from groundwater monitoring wells for a reclaimed water system. The proposal also includes sampling, field analyses, and sample pickup services. All sampling, analyses and reporting shall be done in accordance with United States Environmental Protection Agency, Florida Department of Environmental Protection (FDEP), Florida Department of Health (FDOH), and TNI standards. The work shall be in compliance with all applicable FDEP SOPs. The Service Provider shall be responsible for providing and delivering to the City all required sample containers, labels, coolers, forms, preservatives and incidentals necessary to collect, preserve and transport the samples associated with each test given in the technical specifications. All costs associated with the shipment of sampling supplies from the laboratory to the City and samples from the City to the laboratory will be the responsibility of the contract laboratory. It is the intent of the City to contract with two (a primary and a secondary) laboratories to supply the services described herein. A. The Service Provider must be NELAP (National Environmental Laboratory Accreditation Program) certified through the Florida Department of Health Environmental Laboratory Certification Program for all the analytes and sample matrices performed for the City of Ocoee. Each respondent must submit a copy of their certification and analyte sheet issued by the FDOH. Any analyte for which a current certification is not held must be listed on an exception page with a listing of the subcontractor(s) that the work is to be subcontracted to. B. Any subcontracted work will be performed following the same certification requirements as for the contract laboratory. A copy of the laboratory certification and analyte sheet for each proposed subcontractor must be submitted with the proposal. C. Minimum Requirements RFP20-001_Laboratory_Services 23 1. Licensed under the State of Florida for at least five (5) years to perform the services requested in this document. 2. At least five (5) years' experience providing laboratory services to the water and wastewater industry. Three (3) current references from water and wastewater utilities in the State of Florida for which similar services have been provided must be submitted with the proposal. 3. Responsive to all the requested services. 4. At least a 90% acceptable rating on each of the last three (3) Discharge Monitoring Report—Quality Assurance (DMR-QA) Studies or Proficiency Tests. (determined by the total number of acceptable analytes/total number of analytes). Copies of the three most recent DMR-QA Proficiency Test reports must be submitted with the proposal. Documentation supporting the correction of"Not Acceptable" results by the vendor may be included with the proposal submittal for consideration. 5. "In Compliance"rating on the most recent FDOH laboratory inspection. D. The Service Provider must submit resumes of key personnel indicating their education and experience level with current analytical equipment and methods. 2. Quality Assurance A. The Service Provider must be certified and maintain certification through the Florida Department of Health Environmental Laboratory Certification Program for all the analytes and sample matrices performed for the City of Ocoee. The Service Provider will notify the City of any certification or accreditation changes before any work affected by the change is performed. The Service Provider will provide copies of Proficiency testing results to the City upon request. B. The Service Provider must have and maintain a Florida Department of Environmental Protection/Department of Health approved Quality Assurance/Quality Manual. This manual shall be submitted electronically on a compact disc for inspection upon request from the City. C. The Service Provider must have and maintain a Florida Department of Environmental Protection approved Field Sampling Quality Manual. In lieu of having an approved manual, the laboratory may use the Florida Department of Environmental Protection's Field Sampling Quality Manual. This manual shall be submitted electronically upon request by the City. D. The chain of custody must be "court defensible" and should be maintained at all times. A copy of the chain of custody must be included when reporting results both electronically and in hard copy form. The chain of custody at a minimum shall include: 1. Date 2. Time 3. Location RFP20-001_Laboratory_Services 24 4. Sampler 5. Matrix 6. Preservatives used 7. Number of bottles 8. Date, time and name of each person involved in the sample transfer 9. Analysis requested 10. Turnaround time requested E. The City reserves the right to contract with an alternate laboratory (third-party) for split sampling in order to verify the analytical performance of the contracted Service Provider. The laboratory performing the split analysis shall meet all the eligibility and qualification requirements of this request for proposals. The results from the split samples shall be compared to the Service Providers analytical data to determine if there is a deficiency in performance. Any resulting deficiency or concerns shall then be addressed and a corrective action plan submitted by the Service Provider to the City for consideration. F. Contract sampling required within this specification shall be done in accordance with the procedures contained in the Florida Department of Environmental Protection SOPs. The laboratory shall submit to FDEP any required Quality Assurance Project Plan (QAPP) for both field collection and laboratory analysis. G. When the Service Provider is responsible for the collection of samples, trip blanks and field equipment blanks shall be collected by the Service Provider as required by the method or certifying agency. The Service Provider will log all blanks into their chain of custody system and will run the blanks unless instructed otherwise by the City. H. As required by EPA and FDEP the Service Provider is required to participate in the annual Discharge Monitoring Report-Quality Assurance program. All costs associated with meeting the requirements of this program shall be the responsibility of the Service Provider including, but not limited to, ordering analytes from approved participating suppliers, analysis of analytes, reporting of results, notification to the city's representative of submission of analysis, addressing all non-acceptable results and reporting the investigation and correction results to the City's representative. 3. General Conditions A. The Service Provider shall coordinate all sample collection activities with the City through its designated representative. Schedule of Required Monitoring Wells Sampling and Analytical Services will be requested by the City as needed. B. The City requires samples to be picked up daily, seven days a week including holidays. C. Samples collected by City staff are to be picked up at the City of Ocoee Wastewater Treatment Facility, 1800 A.D Mims Rd. Ocoee, FL 34761, or other City facilities as may be deemed necessary by the City. RFP20-001_Laboratory_Services 25 4. Results and Reporting A. The Service Provider shall report all results to the designated City representative within stipulated times in the appropriate format acceptable to the FDEP. Analysis results must be reported in the FDEP Public Drinking Water Analysis Report format if the matrix is drinking water. B. All reports shall be transmitted via electronic format, followed by hard copy either mailed or hand delivered with the normal sample pickup. C. At a minimum all analysis reports shall contain the following information: 1. Date sampled 2. Analytical results concentration units 3. Results of analysis 4. Definitions of abbreviations used 5. Extraction date(if applicable) 6. Date and time analyzed 7. Method used for each analysis 8. Method detection limits (MDL) 9. Practical quantitation limits (PQL) 10. Analysts initials 11. Sample location, name and ID number 12. Qualifiers/Footnotes 13.Notes on any specific problems encountered during analysis 14. Chain of Custody for all samples 15. QA report including the result of blanks, QC samples, duplicates and matrix spikes D. The Service Provider shall rework (re-digest/prep and re-analyze) upon request, at no cost to the City, any samples that show any suspect data or historical outliers. The Service Provider shall also recheck calculations, dilutions or data entry when requested due to suspect data or historical outliers. E. The Service Provider shall re-analyze, at no cost to the City, any samples for which the method blank or quality control fell outside the required method limits. Data reported with failed laboratory quality control or detected method blanks will not be accepted. F. The Service Provider shall notify the City's designated representative with 24 hours of abnormal results no matter what the cause. Examples include, but are not limited to, results that indicate a violation of any WWTP permit water quality permit limitations or Safe Drinking Water Act, 62-550 F.A.C., and special permit or other requirements. The City will specify the special permit or other requirements. In the event that any sample exceeds the WWTP permit limitations or MCL for a drinking water parameter, confirmation analysis shall be done immediately. G. In the event testing results are incomplete or not in accordance with these specifications or RFP20-001_Laboratory_Services 26 State or Federal guidelines, re-testing will be done at no additional cost to the City. The City will not be charged for analyses performed beyond regulatory holding times and shall be provided with written documentation as to why the holding time was exceeded. H. During the term of the contract, the Service Provider shall have a representative available who is qualified to explain testing procedures and results, and to provide written documentation of such to City staff in case of questions or discrepancies. Said representative shall be available within 24 hours of notification. 5. Response and Completion Times The Service Provider shall analyze all samples within the holding periods specified by 40 CFR Part 136, Florida Department of Environmental Protection Standard Operating Procedures and the turnaround times given below. In the event of conflicting holding periods, the Service Provider shall use the most stringent holding period, unless otherwise instructed in writing by the City. A. Non-emergency Response The Service Provider shall respond on the same day as notified and shall analyze the samples within their respective holding periods or within three (3) business days of sample receipt by the Service Provider, whichever is earlier unless otherwise agreed upon by the City. The Service Provider shall email analysis results within five (5) business days after completion of any analysis. The Service Provider shall provide signed hard copy originals of analysis results and their accompanying QA/QC reports within seven days (7) after completion of the analysis. The Service Provider shall be available Monday through Friday to pickup and analyze non-emergency samples. B. Non-emergency Expedited Response The Service Provider shall be available seven (7) days per week to pickup and analyze non- emergency expedited samples. Upon notification from the City's representative, the Service Provider shall respond on the same day as notified and analyze samples within twenty four (24) hours of sample receipt, or as agreed upon by the City. The Service Provider shall email analysis results within two (2) business days after the completion of any analysis. The Service Provider shall provide signed hard copy originals of analysis results and their accompanying QA/QC reports within five (5)business days after completion of the analysis. C. Emergency Responses The Director of the Utilities Department or designated representative shall have the sole authority to declare an emergency. The Service Provider shall respond twenty four (24) hours per day, seven (7) days per week within one (1) hour with a verbal acknowledgement whenever an emergency call is received. At the sole discretion of the City, the Service Provider shall deliver appropriate sample containers to the City within six (6) hours of notification. If requested by the City the Service Provider shall provide trained personnel to collect samples within six (6) hours of notification. The Service Provider shall analyze emergency samples on the same day as they are collected and email or fax the analytical and QA/QC results within twenty four (24) hours after completion of the analysis. The Service RFP20-001_Laboratory_Services 27 Provider shall provide signed hard copy originals of analysis results and their accompanying QA/QC reports within five (5)business days after completion of the analysis. 6. Pricing A. The quoted price will include the cost of providing and delivering suitable prepared sample containers including proper preservatives, appropriate labels for all sample containers, chain of custody forms, any specialized equipment that may be required for sampling, including but not limited to compositing samplers and filters, as well as incidental supplies, such as coolers and cooling media, for samples to be collected by City staff as well the Service Provider. B. The quoted price will include the cost of providing detailed instructions for proper sample collection, sample preservation and holding times as specified in each applicable Standard Method or EPA approved method for samples to be collected by City staff. C. The proposal price shall also include prepared trip blanks as well as the analysis and reporting of such trip blanks. D. The quoted price will include the cost of delivering sample supplies for those items to be sampled by City staff to the City of Utilities Department 1800 A.D. Mims Rd. Ocoee, FL 34761. E. The quoted price shall include all costs associated with preparing and delivering results and reports. F. The quoted price for sampling provided by the Service Provider shall be all inclusive, including labor, travel, equipment and supplies. 7. Schedule of Required Sampling and Analytical Services The number of samples and tests presented in the Schedule of Required Sampling and Analytical Services are estimates only. This document does not guarantee a maximum or minimum number or frequency of samples to be analyzed during the contract period. The City reserves the right to add, delete or change a sampling event or location or change a sampling frequency. Should the number of samples or frequency of analysis for any parameter be increased or decreased, the Service Provider shall honor the unit price indicated in this proposal. The Service Provider will adjust invoices and billed amounts to reflect actual number of samples and tests collected and conducted. A. Wastewater Treatment Facility&Reclaimed Water System The following items are required in connection with the operation of the City of Ocoee Wastewater Treatment Facility, Permit No. FLA010815-007, (Exhibit D "FDEP DOMESTIC WASTEWATER FACILITIES PERMIT") and its associated reclaimed water system. Item 1A. Daily WWTP Final Effluent—Fecal RFP20-001_Laboratory_Services 28 Item 1B Daily WWTP Filter Effluent—TSS Sampling by City Staff Sample Pickup by Service Provider required. EACH unit to be based on one analyses per sample Item 2A. Weekly WWTP Influent Parameters — Ammonia as N, Total Nitrogen, CBOD5, TSS. Item 2B Weekly WWTP Effluent Parameters —Ammonia as N, Nitrate as N, Nitrite as N, TKN, Total Nitrogen, Orthophosphate as P, Total Phosphorus, CBOD5, TSS, Fecal Coliform. Sampling by City Staff Sample Pickup by Service Provider required. EACH unit to be based on one complete set of analyses per sample Item 3. Annual WWTP Sludge Analysis Parameters - pH, Total Phosphorus as P (%DW), Total Nitrogen as N (%DW), Total Solids (%), TKN as N (%DW), NO3+NO2 as N (%DW), Arsenic, Cadmium, Chromium, Copper, Lead, Mercury, Molybdenum, Nickel, Potassium (%DW), Selenium, Zinc (all metals as mg/kg DW) Sampling by City Staff Sample Pickup by Service Provider required. EACH unit to be based on one complete set of analyses per sample B. Reclaimed Water Item 4. Quarterly Reclaimed Water Application Site Monitoring Parameters - pH (Lab), Chloride, Nitrate Nitrogen, Nitrite Nitrogen, Nitrate + Nitrite Nitrogen, Total Dissolved Solids, Turbidity, Fecal Coliform Samples will be from nine (9) groundwater monitoring wells and one (1) surface water site location. Sampling by Service Provider. EACH unit to be based on one complete set of analyses per sample location Item 5. Field Analyses for Item 4 to be performed by Service Provider—pH, Water level (water level relative to feet NAVD) for nine (9) groundwater monitoring wells and one (1) surface water location. EACH unit to be based on one complete set of analyses per sample site location note: Sampling for Item 4 and 5 to be performed by Service Provider. The lab services provider shall be responsible for sampling four(4) shallow groundwater monitoring wells located within the property boundaries of the WWTP and five (5) shallow groundwater monitoring wells and one (1) surface water sample site located within the property boundaries of Forest Lakes Golf Course as shown on Exhibit B "LOCATION MAPS". Only the following locations on the sample attached maps shall be sampled: MW-2B,MW-4R,MW-5,MW-1B,CW-7R,CW-5A,IW-1,CW-2,CW-3,SW-1. Each well is two (2) inch PVC. Previous sampling has been performed by using a peristaltic pump. Access to sites within the WWTP and Golf Course must be scheduled RFP20-001_Laboratory_Services 29 through City of Ocoee WWTP Operators prior to sampling. Each unit to be based on collecting samples from all ten(10)locations in one event. Item 6. Annual Reclaimed Water Analysis Parameters - Primary and Secondary Drinking Water Standards except asbestos, color, and corrosivity, including: Primary Drinking Water Inorganics, FDEP 62-550.310 (1), Volatile Organics, FDEP 62-550.310 (4) Disinfection Byproducts, FDEP 62-550.310(3) Radionuclides, FDEP 62-550.310(6) Synthetic Organic Contaminants, FDEP 62-550.310(4) Secondary Drinking Water Standards, FDEP 62-550.320(1) All metals to be Total Recoverable. Sampling by City Staff. Sample Pickup by Service Provider required. EACH unit to be based on one complete set of analyses per sample The following items are required in connection with the operation of the City of Ocoee Water Treatment Facility, PWS I.D. #3480204 and its associated water system. C. Water Treatment Item 7A. Monthly Water Production/Distribution Total Coliform, Non-Coliform — Thirty- four(34) samples per month Item 7B Monthly Water Distribution System Fluoride Samples — Four (4) samples per month Sampling by City Staff. Sample Pickup by Service Provider required. EACH unit to be based on a per sample basis. End of Scope RFP20-001_Laboratory_Services 30 EXHIBIT "B" LOCATION MAPS— FIGURE 1 & FIGURE 2 RFP20-001_Laboratory_Services 31 '-‘74 7 to '...j ' ` '. «I. - ill eitt WP Ni, a ' 'AI j ' t 4*. :1%* 41'1* ' .:*1 - '''.. 410, A MW-4R10 1 I ' - ‘ 4 1 4r• ' } * 410z .. •,,M—5,, fir` , k Ill • I _, . 4111 . -- m • 4t =" r► llff,, 4d f , ' .wr 4. R c y it ..'..< . 1 = MVV-1A ht 4V 1B tk _ ,44 .s 41 WO ['V # �4* .w T or d- • ./, • lir Legend FENCELIKE A. D. MIMS WWTF PRIMA VISTA PONDS L Monitoring Welllocation MONITORING LOCATIONS 0 205 410 820 N Applicant:Cit) ut Ocoee FDEP No.:FLA010815 I u re 1 I I 1 I I I t 1 Drawing by:SMW GeoSciences,Inc. • Feet Data Source:SIRWMD Date:September 30.2012 1 5: I • 1 `roleasr+ Dees oee'1:s rims monnonegw- ocabon map.mx• ••ae f ' L :4 1:i .rair IR of :i ,..; *� ')..4'.'tr CL4` 2#' • R4* I' 4 ' r I fir s, ' - . 044-3 • C, -,, , • _ 1 1 .4 , f . , ,,,,-.,'''..>-:,''''-;::3''''' - , __, -ar / J �, r1t-j() , rr E F ` * i1 k' - 1 "z ka• LEGEND Golf Course Boundary FOREST LAKE GOLF COURSE MONITORING LOCATIONS \ Monitoring Well Location N Applicant:City otOcoee Figure FDEP No.:FLA010815 A 0 250 500 1,000 Drawing by:SMW GeoSciences,Ine. 2 I , t r 1 Data Source:SJRWMD Feet Date:September 30.2012 ('Proleo iC)k,Ocoee Golf c,„„1 rnong NN't oration Nap mod Exhibit "C" PRICE PROPOSAL FORM LABORATORY SERVICES FOR CITY WATER & WASTEWATER FACILITIES Wastewater Treatment Facility Item Unit cost Total Annual No. Event Unit Quantity ($) Cost($) 1A Daily WWTP Final Effluent Fecal EACH 365 1B Daily WWTP Filter Effluent TSS EACH 365 2A Weekly WWTP Influent Parameters EACH 52 2B Weekly WWTP Effluent Parameters EACH 52 3 Annual WWTP Sludge Analysis Parameters EACH 1 B. Reclaimed Water Item Sample Frequency Unit cost Total No. Event Unit Quantity Sampled ($) Annual Per Year Cost($) 4 Quarterly Reclaimed Water Application Site Monitoring Parameters EACH 10 4 5 Field Analysis for Item#4 EACH 10 4 6 Annual Reclaimed Water Analysis Parameters EACH 1 1 C. Water Treatment Facility Item Sample Frequency Unit cost Total No. Event Unit Quantity Sampled ($) Annual Per Year Cost($) 7A Monthly Bacteriological Sample 45 12 Analysis EACH 7B Monthly Fluoride Sample Analysis EACH 4 12 D. Special/Emergency Sample Pick Up During Normal Business Hours Unit Cost Per Total Annual Item Unit Quantity Trip Cost ($) ($) Daily Sample Pick Up Charge at the WWTP EACH 1 NA (priced Separate from any sampling above) Firm Name Prepared By: RFP20-001_Laboratory_Services 32 EXHIBIT "D" FDEP DOMESTIC WASTEWATER FACILITIES PERMIT ( 22 PAGES) RFP20-001_Laboratory_Services 33 vt°1E{TION FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION RICK SCOTT Central District GOVERNOR FLO' 1 A 3319 Maguire Boulevard,Suite 232 Orlando,Florida 32803-3767 IiERSCHEL T.VINYARD JR. .► SECRETARY STATE OF FLORIDA DOMESTIC WASTEWATER FACILITY PERMIT PERMITTEE: PERMIT NUMBER: FLA010815-007 Ocoee,City of FILE NUMBER: FLA010815-007-DW1P ISSUANCE DATE: May 13,2013 RESPONSIBLE OFFICIAL: EXPIRATION DATE: May 12,2023(Rev.5-2013) Charles Smith 1800 A D Mims Rd Ocoee,Florida 34761-4001 (407)905-3159 FACILITY: Ocoee WWTF 1800 A D Mims Rd Ocoee,FL 34761-4001 Orange County Latitude:28°35' 19.31"N Longitude: 81°31' 10.85"W This permit is issued under the provisions of Chapter 403, Florida Statutes (F.S.), and applicable rules of the Florida Administrative Code(F.A.C.). This permit does not constitute authorization to discharge wastewater other than as expressly stated in this permit. The above named permittee is hereby authorized to operate the facilities in accordance with the documents attached hereto and specifically described as follows: WASTEWATER TREATMENT: An existing 3.0 mgd annual average daily flow (AADF) permitted capacity conventional activated sludge domestic wastewater treatment plant consisting of influent screening, grit removal, aeration, secondary clarification, chemical feed, filtration, chlorination, and aerobic digestion of residuals followed by de-watering and drying/storage beds. The flow at this facility was previously limited, but it now increased to the full design capacity of 3.0 mgd annual average daily flow (AADF). REUSE OR DISPOSAL: Land Application R-001: An existing 0.35 MGD annual average daily flow permitted capacity rapid infiltration basin system. R-001 is a reuse system which consists of two rapid infiltration basins with a total wetted area of 10.7 acres having a capacity of 0.35 MGD located approximately at latitude 28°35' 15"N,longitude 81°31'9"W. Land Application R-002: An existing slow-rate public access system. R-002 is a reuse system which consists of irrigation within the Reuse Service Area as shown on the attached map which is being expanded to 3.14 MGD AADF. Additionally, the City is permitted to supplement it reuse supply in R-002 by utilizing reuse capacities for Orange County Utilities Department Northwest Regional Reclamation Facility and/or from City of Orlando's CONSERV II Facility. IN ACCORDANCE WITH: The limitations,monitoring requirements,and other conditions set forth in this cover sheet and Part I through Part IX on pages 1 through 22 of this permit. PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) I. RECLAIMED WATER AND EFFLUENT LIMITATIONS AND MONITORING REQUIREMENTS A. Reuse and Land Application Systems 1. During the period beginning on the issuance date and lasting through the expiration date of this permit,the permittee is authorized to direct reclaimed water to Reuse System R-001. Such reclaimed water shall be limited and monitored by the pemtittee as specified below and reported in accordance with Permit Condition I.B.8.: Reclaimed Water Limitations Monitoring Requirements Frequency of Monitoring Parameter Units Max/Min Limit Statistical Basis Monitoring Sample Type Site Number Notes Flow(To onsite RIBs) Recording Flow MGD Max 0.35 Annual Average Continuous Meter with FLW-4 See I.A.4 Max Report Monthly Average Totalizer BOD,Carbonaceous 5 Max 20.0 Annual Average day,20C Max 30.0 Monthly Average mg/L Max 45.0 Weekly Average Weekly 24-hr FPC EFA-1 Max 60 0 Single Sample Solids,Total Max 20 0 Annual Average Suspended Max 30 0 Monthly Average mg/L Max 45.0 Weekly Average Weekly 24-hr FPC EFA-1 Max 60.0 Single Sample Coliform,Fecal Max 200 Annual Average #/100mL Max 200 Monthly Geometric Mean Weekly Grab EFA-1 See I.A.5 Max 800 Single Sample pH Min 6 0 Single Sample s.u. Max 8.5 Single Sample Continuous Meter EFA-1 See I.A.3 Chlorine,Total See I.A.6 Residual(For mg/L Min 0.5 Single Sample Continuous Meter EFA-1 and I.A 3 Disinfection) Nitrogen,Nitrate,Total mg/L Max 12.0 Single Sample Weekly 24-hr FPC EFA-1 (as N) Nitrogen,Total mg/L Weekly 10.0 Annual Average Weekly 24-hr FPC EFA-1 See 1.A.8 Max Report Monthly Average 2 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) 2. Reclaimed water samples shall be taken at the monitoring site locations listed in Permit Condition I.A.1.and as described below: Monitoring Site Number Description of Monitoring Site FLW-4 Flow meter to on-site RIBS(M-2) EFA-1 Chlorine contact chamber effluent 3. Hourly measurement of pH and total residual chlorine for disinfection during the period of required operator attendance may be substituted for continuous measurement. [Chapter 62-601,Figure 2] 4. A recording flow meter with totalizer shall be utilized to measure flow and calibrated at least once every 12 months. [62-601.200(17)and.500(6)] 5. The effluent limitation for the monthly geometric mean for fecal coliform is only applicable if 10 or more values are reported. If fewer than 10 values are reported,the monthly geometric mean shall be calculated and reported on the Discharge Monitoring Report. [62-600.440(4)(c)] 6. Total residual chlorine must be maintained for a minimum contact time of 15 minutes based on peak hourly flow. [62-610.510, 62-600.440(4)(b)and(5)(b)] 7. Nitrate nitrogen(NO3)concentration in the water discharged to the land application system shall not exceed 12.0 mg/L or as required to comply with Rule 62-610.510,F.A.C.[62-610.510] 8. Total Nitrogen concentration in the water discharged to the land application system shall not exceed the annual average limit of 10.0 mg/L TN. [62-600.550] 3 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) 9. During the period beginning on the issuance date and lasting through the expiration date of this permit,the permittee is authorized to direct reclaimed water to Reuse System R-002. Such reclaimed water shall be limited and monitored by the permittee as specified below and reported in accordance with Permit Condition I.B.B.: Reclaimed Water Limitations Monitoring Requirements Frequency of Monitoring Parameter Units Max/Min Limit Statistical Basis Analysis Sample Type Site Number Notes Flow(Public access reuse) Recording Flow MGD Max 1.89 Annual Average Continuous Meter with FLW-3 See I.A.12 Max Report Monthly Average Totalizer Flow(Forest Lake GC) Recording Flow MGD Max Report Annual Average Continuous Meter with FLW-2A Totalizer Flow(Forest Lake RIBs) Recording Flow MGD Max Report Annual Average Continuous Meter with FLW-2B • Totalizer Flow(Winter Garden Recording Flow RIBs) MGD Max 0 25 Annual Average Continuous Meter with FLW-2C Totalizer BOD,Carbonaceous 5 day, Max 20 0 Annual Average 20C Max 30 0 Monthly Average mg/L Max 45.0 Weekly Average Weekly 24-hr FPC EFA-1 Max 60 0 Single Sample Solids,Total Suspended mg/L Max 5.0 Single Sample Daily;24 hours Grab EFB-I Coliform,Fecal #/100mL Max 25 Single Sample Daily;24 hours Grab EFA-1 Coliform,Fecal,%less percent Min 75 Monthly Total Daily;24 hours Calculated EFA-1 See I.A.13 than detection pH s u Min 6.0 Single Sample Continuous Meter EFA-1 See I.A.1 I Max 8.5 Single Sample Chlorine,Total Residual mg/L Min 1.0 Single Sample Continuous Meter EFA-1 See I.A.14 (For Disinfection) and I.A.17 Turbidity NTU Max Report Single Sample Continuous Meter EFB-1 See LA 15 and I.A 17 Nitrogen,Total mg/L Max 10.0 Annual Average Weekly 24-hr FPC EFA-1 See LA.19 Max Report Monthly Average Phosphorus,Total (as P) Max Report Annual Average mg/L Max Report Monthly Average Weekly 24-hr FPC EFA-1 See I.A.20 Giardia cysts/TOOL Max Report Single Sample Bi-annually; Grab EFA-1 See I.A.18 every 2 years Cryptosporidium oocysts/IDOL Max Report Single Sample Bi-annually; Grab EFA-1 See I.A.18 every 2 years 4 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) 10. Reclaimed water samples shall be taken at the monitoring site locations listed in Permit Condition I.A.9.and as described below: Monitoring Site Number Description of Monitoring Site FLW-3 Flow meter to Reuse Service Area FLW-2A Flow meter in line to Forest Lakes Golf Course FLW-2B Flow meter to Forest Lakes RIBs FLW-2C Flow meter to Winter Garden RIBs EFA-1 Chlorine contact chamber effluent EFB-1 Filter effluent prior to chlorination 11. Hourly measurement of pH during the period of required operator attendance may be substituted for continuous measurement. [Chapter 62-601, Figure 2] 12. A recording flow meter with totalizer shall be utilized to measure flow and calibrated at least once every 12 months. [62-601.200(17)and.500(6)] 13. To report the"%less than detection,"count the number of fecal coliform observations that were less than detection,divide by the total number of fecal coliform observations in the month,and multiply by 100%(round to the nearest integer). [62-600.440(5)(1)1 14. The minimum total chlorine residual shall be limited as described in the approved operating protocol,such that the permit limitation for fecal coliform bacteria will be achieved. In no case shall the total chlorine residual be less than 1.0 mg/L. [62-600.440(5)0); 62-610.460(2);and 62-610.463(2)] 15. The maximum turbidity shall be limited as described in the approved operating protocol,such that the permit limitations for total suspended solids and fecal coliforms will be achieved. [62-610.463(2)] 16. The treatment facilities shall be operated in accordance with all approved operating protocols. Only reclaimed water that meets the criteria established in the approved operating protocol(s)may be released to system storage or to the reuse system. Reclaimed water that fails to meet the criteria in the approved operating protocol(s)shall be directed to reject storage for subsequent additional treatment or disinfection or to the following permitted alternate discharge system: on-site RIBS. [62-610.320(6)and 62-610.463(2)] 17. Instruments for continuous on-line monitoring of total residual chlorine and turbidity shall be equipped with an automated data logging or recording device. [62-610.463(2)] 18. Intervals between sampling for Giardia and Cryptosporidium shall not exceed two years. [62-610.463(4)] 19. Total Nitrogen concentration in the water discharged to the land application system shall not exceed the annual average limit of 10.0 mg/L TN. [62-600.550] 20. Monitoring for total phosphorus(TP)is required as allowed by Rule 62-601.300(6),FAC,to evaluate impacts of reclaimed water to ground and surface waters in an impaired water basin. [62-601.300(6)] 5 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLAO10815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) B. Other Limitations and Monitoring and Reporting Requirements 1. During the period beginning on the issuance date and lasting through the expiration date of this permit,the treatment facility shall be limited and monitored by the permittee as specified below and reported in accordance with condition I.B.8.: Limitations Monitoring Requirements Frequency of Monitoring Parameter Units Max/Min Limit Statistical Basis Analysis Sample Type Site Number Notes Flow(Total through Max 3.0 Annual Average Recording Flow See I.B.4 plant) MGD Max Report Monthly Average Continuous Meter with FLW-1 Max Report Quarterly Average Totalizer Percent Capacity, (TMADF/Permitted percent Max Report Monthly Average Monthly Calculated FLW-1 Capacity)x 100 _ BOD,Carbonaceous 5 See I.B.3 day,20C(Influent) mg/L Max Report Single Sample Weekly 24-hr FPC INF-1 Solids,Total Suspended Max Report Single Sample Weekly 24-hr FPC INF-1 See I.B.3 (Influent) mg/L 6 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) 2. Samples shall be taken at the monitoring site locations listed in Permit Condition I.B.1.and as described below: Monitoring Site Number Description of Monitoring Site FLW-1 Master flow meter at chlorination tanks,total plant flow(M-4) INF-1 Influent to plant headworks 3. Influent samples shall be collected so that they do not contain digester supernatant or return activated sludge,or any other plant process recycled waters. [62-601.500(4)] 4. A recording flow meter with totalizer shall be utilized to measure flow and calibrated at least once every 12 months. [62-601.200(17)and.500(6)] 5. Sampling results for giardia and cryptosporidium shall be reported on DEP Form 62-610.300(4)(a)4,Pathogen Monitoring,which is attached to this permit. This form shall be submitted to the Department's Central District Office and to DEP's Reuse Coordinator in Tallahassee. [62-610.300(4)(a)] 6. The sample collection,analytical test methods and method detection limits(MDLs)applicable to this permit shall be conducted using a sufficiently sensitive method to ensure compliance with applicable water quality standards and effluent limitations and shall be in accordance with Rule 62-4.246,Chapters 62-160 and 62-601, F.A.C.,and 40 CFR 136,as appropriate. The list of Department established analytical methods,and corresponding MDLs(method detection limits)and PQLs(practical quantitation limits),which is titled"FAC 62-4 MDL/PQL Table(April 26,2006)" is available at http://www.dep.state.fl.us/labs/library/index.htm. The MDLs and PQLs as described in this list shall constitute the minimum acceptable MDL/PQL values and the Department shall not accept results for which the laboratory's MDLs or PQLs are greater than those described above unless alternate MDLs and/or PQLs have been specifically approved by the Department for this permit. Any method included in the list may be used for reporting as long as it meets the following requirements: a. The laboratory's reported MDL and PQL values for the particular method must be equal or less than the corresponding method values specified in the Department's approved MDL and PQL list; b. The laboratory reported MDL for the specific parameter is less than or equal to the permit limit or the applicable water quality criteria,if any,stated in Chapter 62-302,F.A.C. Parameters that are listed as "report only"in the permit shall use methods that provide an MDL,which is equal to or less than the applicable water quality criteria stated in 62-302,F.A.C.;and c. If the MDLs for all methods available in the approved list are above the stated permit limit or applicable water quality criteria for that parameter,then the method with the lowest stated MDL shall be used. When the analytical results are below method detection or practical quantitation limits,the permittee shall report the actual laboratory MDL and/or PQL values for the analyses that were performed following the instructions on the applicable discharge monitoring report. Where necessary,the permittee may request approval of alternate methods or for alternative MDLs or PQLs for any approved analytical method. Approval of alternate laboratory MDLs or PQLs are not necessary if the laboratory reported MDLs and PQLs are less than or equal to the permit limit or the applicable water quality criteria,if any,stated in Chapter 62-302,F.A.C. Approval of an analytical method not included in the above- referenced list is not necessary if the analytical method is approved in accordance with 40 CFR 136 or deemed acceptable by the Department. [62-4.246, 62-160] 7. The permittee shall provide safe access points for obtaining representative influent,reclaimed water,and effluent samples which are required by this permit. [62-601.500(5)] 7 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) 8. Monitoring requirements under this permit are effective on the first day of the second month following permit issuance. Until such time,the permittee shall continue to monitor and report in accordance with previously effective permit requirements, if any. During the period of operation authorized by this permit,the permittee shall complete and submit to the Department Discharge Monitoring Reports(DMRs)in accordance with the frequencies specified by the REPORT type(i.e.monthly,toxicity,quarterly, semiannual,annual,etc.)indicated on the DMR forms attached to this permit.Unless specified otherwise in this permit,monitoring results for each monitoring period shall be submitted in accordance with the associated DMR due dates below.DMRs shall be submitted for each required monitoring period including periods of no discharge. REPORT Type on DMR Monitoring Period Mail or Electronically Submit by Monthly or Toxicity first day of month-last day of month 28th day of following month Quarterly January 1 -March 31 April 28 April 1 -June 30 July 28 July 1 -September 30 October 28 October 1 -December 31 January 28 Semiannual January 1 -June 30 July 28 July 1 -December 30 January 28 Annual January 1 -December 31 January 28 The permittee may submit either paper or electronic DMR forms. If submitting paper DMR forms,the permittee shall make copies of the attached DMR forms,without altering the original format or content unless approved by the Department,and shall mail the completed DMR forms to the Department's Central District Office at the address specified in Permit Condition I.B.13.by the twenty-eighth(28th)of the month following the month of operation. If submitting electronic DMR forms,the permittee shall use the electronic DMR system(s)approved in writing by the Department and shall electronically submit the completed DMR forms to the Department by the twenty- eighth(28th)of the month following the month of operation.Data submitted in electronic format is equivalent to data submitted on signed and certified paper DMR forms. [62-620.610(18)][62-601.300(1),(2), and(3)] 9. During the period of operation authorized by this permit,reclaimed water or effluent shall be monitored annually for the primary and secondary drinking water standards contained in Chapter 62-550,F.A.C.,(except for asbestos,color,odor,and corrosivity). These monitoring results shall be reported to the Department annually on the DMR. During years when a permit is not renewed,a certification stating that no new non- domestic wastewater dischargers have been added to the collection system since the last reclaimed water or effluent analysis was conducted may be submitted in lieu of the report. The annual reclaimed water or effluent analysis report or the certification shall be completed and submitted in a timely manner so as to be received by the Department at the address identified on the DMR by June 28 of each year. Approved analytical methods identified in Rule 62-620.100(3)(j),F.A.C.,shall be used for the analysis. If no method is included for a parameter,methods specified in Chapter 62-550,F.A.C.,shall be used. [62-601.300(4)][62-601.500(3)][62- 610.300(4)] 10. The permittee shall submit an Annual Reuse Report using DEP Form 62-610.300(4)(a)2.on or before January 1 of each year. [62-610.870(3)] 11. Operating protocol(s)shall be reviewed and updated periodically to ensure continuous compliance with the minimum treatment and disinfection requirements.Updated operating protocols shall be submitted to the Department's Central District Office for review and approval upon revision of the operating protocol(s)and with each permit application. [62-610.320(6)][62-610.463(2)] 12. The permittee shall maintain an inventory of storage systems. The inventory shall be submitted to the Department's Central District Office at least 30 days before reclaimed water will be introduced into any new storage system. The inventory of storage systems shall be attached to the annual submittal of the Annual Reuse Report. [62-610.464(5)] 8 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) 13. Unless specified otherwise in this permit,all reports and other information required by this permit,including 24-hour notifications,shall be submitted to or reported to,as appropriate,the Department's Central District Office at the address specified below: Florida Department of Environmental Protection Central District Office 3319 Maguire Blvd Suite 232 Orlando,Florida 32803-3767 Phone Number-(407)897-4100 FAX Number-(850)412-0496 (All FAX copies and e-mails shall be followed by original copies.) [62-620.305] 14. All reports and other information shall be signed in accordance with the requirements of Rule 62-620.305, F.A.C.[62-620.305] II. BIOSOLIDS MANAGEMENT REQUIREMENTS 1. Biosolids generated by this facility may be transferred to Sanford Max West or Shelley's Environmental Services or disposed of in a Class I solid waste landfill.Transferring biosolids to an alternative biosolids treatment facility does not require a permit modification.However,use of an alternative biosolids treatment facility requires submittal of a copy of the agreement pursuant to Rule 62-640.880(1)(c),F.A.C.,along with a written notification to the Department at least 30 days before transport of the biosolids. [62-620.320(6), 62- 640.880(1)] 2. The permittee shall monitor and keep records of the quantities of biosolids generated,received from source facilities,treated,distributed and marketed,land applied,used as a biofuel or for bioenergy,transferred to another facility,or landfilled.These records shall be kept for a minimum of five years. [62-640.650(4)(a)] 3. Biosolids quantities shall be monitored by the permittee as specified below. Results shall be reported on the permittee's Discharge Monitoring Report,for monitoring group RMP-Q,in accordance with Condition I.B.8. Biosolids Limitations Monitoring Requirements Frequency Sample Monitoring Parameter Units Max/ Limit Statistical Basis of Analysis Type Site Min Number Biosolids Quantity ton(d) Max Report Monthly Total Monthly Calculated RMP-1 (Transferred) Biosolids Quantity ton(d) Max Report Monthly Total Monthly Calculated RMP-1 (Landfilled) [62-640.650(5)(a)1] 4. Biosolids quantities shall be calculated as listed in Permit Condition II.3 and as described below: Monitoring Site Number Description of Monitoring Site Calculations RMP-1 Biosolids leaving the facility 5. The treatment,management,transportation,use,land application,or disposal of biosolids shall not cause a violation of the odor prohibition in subsection 62-296.320(2),F.A.C. [62-640.400(6)] 6. Storage of biosolids or other solids at this facility shall be in accordance with the Facility Biosolids Storage Plan. [62-640.300(4)] 9 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) 7. Biosolids shall not be spilled from or tracked off the treatment facility site by the hauling vehicle. [62- 640.400(9)] 8. Disposal of biosolids,septage,and"other solids" in a solid waste disposal facility,or disposal by placement on land for purposes other than soil conditioning or fertilization,such as at a monofill,surface impoundment,waste pile,or dedicated site,shall be in accordance with Chapter 62-701,F.A.C. [62-640.100(6)(b)& (c)] 9. The permittee shall not be held responsible for treatment and management violations that occur after its biosolids have been accepted by a permitted biosolids treatment facility with which the source facility has an agreement in accordance with subsection 62-640.880(1)(c),F.A.C.,for further treatment,management,or disposal. [62-640.880(1)(b)] 10. The permittee shall keep hauling records to track the transport of biosolids between the facilities. The hauling records shall contain the following information: Source Facility Biosolids Treatment Facility or Treatment Facility 1. Date and time shipped 1. Date and time received 2. Amount of biosolids shipped 2. Amount of biosolids received 3. Degree of treatment(if applicable) 3. Name and ID number of source facility 4. Name and ID Number of treatment facility 4. Signature of hauler 5. Signature of responsible party at source 5. Signature of responsible party at treatment facility facility 6. Signature of hauler and name of hauling firm A copy of the source facility hauling records for each shipment shall be provided upon delivery of the biosolids to the biosolids treatment facility or treatment facility. The treatment facility permittee shall report to the Department within 24 hours of discovery any discrepancy in the quantity of biosolids leaving the source facility and arriving at the biosolids treatment facility or treatment facility. [62-640.880(4)] 11. If the permittee intends to accept biosolids from other facilities,a permit revision is required pursuant to paragraph 62-640.880(2)(d),F.A.C. [62-640.880(2)(d)] III. GROUND WATER REQUIREMENTS A. Construction Requirements Section Construction Requirements is not applicable to this facility. B. Operational Requirements 1. For the Part III and Part IV Land Application System(s), all ground water quality criteria specified in Chapter 62-520, F.A.C., shall be met at the edge of the zone of discharge. For major users of reclaimed water (i.e., using 0.1 MGD or more), the zone of discharge for Land Application Site(s) shall extend horizontally 100 feet from the application site and vertically to the base of the surficial aquifer. For other users,the zone of discharge shall extend horizontally to the boundary of the general service area identified in the attached map and vertically to the base of the surficial aquifer. [62-520.200(27)][62-520.465] 2. The ground water minimum criteria specified in Rule 62-520.400 F.A.C., shall be met within the zone of discharge. [62-520.400 and 62-520.420(4)] 3. During the period of operation authorized by this permit,the permittee shall sample ground water in accordance with this permit and the approved ground water monitoring plan prepared in accordance with Rule 62-520.600, F.A.C. [62-520.600][62-610.463] 10 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) 4. The following monitoring wells shall be sampled quarterly. Sampling must be reasonably spaced to be representative of potentially changing conditions. Facility Permit WAFR ID GMS ID Well Type Depth Aquifer New or MW Name Builder MW No. (Feet) Monitored Existing ID RIBs at Prima Vista Reuse System R-001: MW-1B MWB-1BR MWB-5342 3048A13299 Background 25 Surficial Existing MWB-2B MWB-2B MWB-36557 3048A13301 Background 35 Surficial Existing MW-4R MWI-4R MWI-5338 3048A13303 Intermediate 15 Surficial Existing MW-5 MWC-5 MWC-5337 3048A13304 Compliance 15 Surficial Existing Golf Course Area Reuse System R-002*: SW-1 MWC-SW-1 MWA-5332 3048A14938 Surface -- Surficial Existing (ID#94997) Water IW-1 MWI-1 MWA-5331 3048A14939 Intermediate 30 Surficial Existing CW-2 MWC-2 MWA-5329 3048A14941 Compliance 30 Surficial Existing CW-3 MWC-3 MWA-5328 3048A14942 Compliance 25 Surficial Existing CW-5A MWI-5A MWA-5326 3048A14944 Intermediate 20.5 Surficial Existing CW-7R MWC-7R 114707 -- Compliance 30 Surficial Existing *Existing wells BW-1 (WAFR#5334).CW-8(WAFR 4 5323).and CW-9(WAFR#5322)located at the Golf Course Site have been deleted from the existing Groundwater Monitoring Plan(GWMP).These three(3)wells shall be inactivated but shall not he abandoned.In the future,these wells shall be re- activated,if warranted. MWB=Background Well;MWI=Intermediate Well:MWC=Compliance Well;SW=Surface Water Sampling Location [62-520.600][62-610.463] 5. The following parameters shall be analyzed for each of the monitoring well(s)identified in Permit Condition(s) III.B.4: Parameter Compliance Units Sample Type Monitoring Well Limit Frequency Water Level Relative to Feet,NGVD Report Feet In Situ Quarterly Nitrogen,Nitrate,Total(as N) 10 mg/L Grab Quarterly Solids,Total Dissolved(TDS) 500 mg/L Grab Quarterly Chloride(as Cl) 250 mg/L Grab Quarterly Coliform,Fecal 4 #/100mL Grab Quarterly pH 6.5-8.5 SU Grab Quarterly Turbidity,Nephelometric Report NTU Grab Quarterly [62-520.600(11)(b)][62-601.300(3), 62-601.700, and Figure 3 of 62-601][62-601.300(6)][62-520.310(5)]. 6. If the concentration for any constituent listed in Permit Condition III. B. 5. in the natural background quality of the ground water is greater than the stated maximum, or in the case of pH is also less than the minimum, the representative natural background quality shall be the prevailing standard. [62-520.420(2)] 7. In accordance with Part D of Form 62-620.910(10), water levels shall be recorded before evacuating wells for sample collection. Elevation references shall include the top of the well casing and land surface at each well site(Feet,NGVD)at a precision of plus or minus 0.01 foot. [62-520.600(11)(C)][62-610.463(3)(a)] 8. Ground water monitoring wells shall be purged prior to sampling to obtain representative samples. [62- 601.700(5)][62-160.210] 11 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) 9. Analyses shall be conducted on unfiltered samples, unless filtered samples have been approved by the Department's Central District, Ground Water Section as being more representative of ground water conditions. [62-520.310(5)] 10. Ground water monitoring parameters shall be analyzed in accordance with Chapter 62-601, F.A.C. [62- 620.610(18)] 11. Ground water monitoring test results shall be submitted on Part D of Form 62-620.910(10). A completed Certification Page shall accompany each quarter of monitoring data. For reuse or land application projects, the quarterly ground water monitoring results shall be submitted with the DMR as shown in the following schedule. [62-520.600(10)and(11)(b)] [62-601.300(3), 62.601.700, and Figure 3 of 62-601][62-620.610(18)1 SAMPLE PERIOD REPORT DUE DATE January-March April 28 April-June July 28 July-September October 28 October-December January 28 12. If any monitoring well becomes damaged or cannot be sampled for some reason, the permittee shall notify the Department's Central District,Ground Water Section immediately and a written report shall follow within seven days detailing the circumstances and remedial measures taken or proposed. Repair or replacement of monitoring wells shall be approved in advance by the Department's Central District, Ground Water Section. [62-520.6001[62-4.070(3)] 13. The Permittee shall provide verbal notice to the Department's Central District,Ground Water Section as soon as practical after discovery of a sinkhole within an area for the management or application of wastewater, wastewater residuals (sludges), or reclaimed water. The Permittee shall immediately implement measures appropriate to control the entry of contaminants, and shall detail these measures to the Department's Central District,Ground Water Section in a written report within 7 days of the sinkhole discovery. [62-4.070(3)] IV. ADDITIONAL REUSE AND LAND APPLICATION REQUIREMENTS A. Part III Public Access System(s) 1. Use of reclaimed water is authorized within the general service area identified in the attached map. The following uses of reclaimed water are authorized within this general service area: Athletic Complexes and Parks Golf Courses Other Landscape Irrigation Residential Irrigation [62-620.630(10)(a)] 2. This reuse system includes the following major user(s)of reclaimed water(i.e.,using 0.1 MGD or more)and general service area(s): Site Number User Name User Type Capacity(MGD) Acreage PAA-001 Forest Lake Golf Course and Golf Courses 1.0 260 RIBs PAA-002 Winter Garden RIBs Golf Courses 0.25 100 Total 1.25 360 [62-610.800(5)][62-620.630(10)(b)] 12 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) 3. New major users of reclaimed water(i.e.,using 0.1 MGD or more)may be added to the reuse system using the general permit described in Rule 62-610.890,F.A.C.,if the requirements in this rule are complied with. Application for use of this general permit shall be made using Form 62-610.300(4)(a)1. [62-610.890] 4. Cross-connections to the potable water system are prohibited. [62-610.469(7)] 5. A cross-connection control program shall be implemented and/or remain in effect within the areas where reclaimed water will be provided for use. [62-610.469(7)] 6. The permittee shall conduct inspections within the reclaimed water service area to verify proper connections,to minimize illegal cross-connections,and to verify the proper use of reclaimed water. Inspections are required when a customer first connects to the reuse distribution system. Subsequent inspections are required as specified in the cross-connection control and inspection program. [62-610.469(7)(h)] 7. If a cross-connection between the potable and reclaimed water systems is discovered,the permittee shall: a. Immediately discontinue potable water and/or reclaimed water service to the affected area. b. If the potable water system is contaminated,clear the potable water lines. c. Eliminate the cross-connection. d. Test the affected area for other possible cross-connections. e. Within 24 hours,notify the Department's Central District Office's domestic wastewater and drinking water programs. f. Within 5 days of discovery of a cross-connection,submit a written report to the Department's Central District Office detailing:a description of the cross-connection,how the cross-connection was discovered, the exact date and time of discovery,approximate time that the cross-connection existed,the location,the cause,steps taken to eliminate the cross-connection,whether reclaimed water was consumed,and reports of possible illness,whether the drinking water system was contaminated and the steps taken to clear the drinking water system,when the cross-connection was eliminated,plan of action for testing for other possible cross-connections in the area,and an evaluation of the cross-connection control and inspection program to ensure that future cross-connections do not occur. [62-555.350(3)and 62-555.360][62-620.610(20)] 8. Maximum obtainable separation of reclaimed water lines and potable water lines shall be provided and the minimum separation distances specified in Rule 62-610.469(7),F.A.C.,shall be provided.Reuse facilities shall be color coded or marked. Underground piping which is not manufactured of metal or concrete shall be color coded using Pantone Purple 522C using light stable colorants.Underground metal and concrete pipe shall be color coded or marked using purple as the predominant color. [62-610.469(7)] 9. In constructing reclaimed water distribution piping,the permittee shall maintain a 75-foot setback distance from a reclaimed water transmission facility to public water supply wells. No setback distances are required to other potable water supply wells or to any nonpotable water supply wells. [62-610.471(3)] 10. A setback distance of 75 feet shall be maintained between the edge of the wetted area and potable water supply wells,unless the utility adopts and enforces an ordinance prohibiting potable water supply wells within the reuse service area. No setback distances are required to any nonpotable water supply well,to any surface water, to any developed areas,or to any private swimming pools,hot tubs,spas,saunas,picnic tables,barbecue pits,or barbecue grills. [62-610.471(1), (2), (5), and(7)] 11. Reclaimed water shall not be used to fill swimming pools,hot tubs,or wading pools. [62-610.469(4)] 12. Low trajectory nozzles,or other means to minimize aerosol formation shall be used within 100 feet from outdoor public eating,drinking,or bathing facilities. [62-610.471(6)] 13 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) 13. A setback distance of 100 feet shall be maintained from indoor aesthetic features using reclaimed water to adjacent indoor public eating and drinking facilities. [62-610.471(8)] 14. The public shall be notified of the use of reclaimed water.This shall be accomplished by posting of advisory signs in areas where reuse is practiced,notes on scorecards,or other methods. [62-610.468(2)] 15. All new advisory signs and labels on vaults,service boxes,or compartments that house hose bibbs along with all labels on hose bibbs,valves,and outlets shall bear the words"do not drink"and"no beber"along with the equivalent standard international symbol. In addition to the words"do not drink"and"no beber,"advisory signs posted at storage ponds and decorative water features shall also bear the words"do not swim" and"no nadar"along with the equivalent standard international symbols. Existing advisory signs and labels shall be retrofitted,modified,or replaced in order to comply with the revised wording requirements.For existing advisory signs and labels this retrofit,modification,or replacement shall occur within 365 days after the date of this permit. For labels on existing vaults,service boxes,or compartments housing hose bibbs this retrofit, modification,or replacement shall occur within 730 days after the date of this permit. [62-610.468, 62- 610.469] 16. The permittee shall ensure that users of reclaimed water are informed about the origin,nature,and characteristics of reclaimed water;the manner in which reclaimed water can be safely used;and limitations on the use of reclaimed water. Notification is required at the time of initial connection to the reclaimed water distribution system and annually after the reuse system is placed into operation. A description of on-going public notification activities shall be included in the Annual Reuse Report. [62-610.468(6)] 17. Routine aquatic weed control and regular maintenance of storage pond embankments and access areas are required. [62-610.414(8)] 18. Overflows from emergency discharge facilities on storage ponds shall be reported as abnormal events in accordance with Permit Condition IX.20. [62-610.800(9)] B. Part IV Rapid Infiltration Basins 1. Advisory signs shall be posted around the site boundaries to designate the nature of the project area. [62- 610.518] 2. The maximum annual average loading rate to the two rapid infiltration basins with a total wetted area of 10.7 acres having a capacity of 0.35 MGD shall be limited to 1.2 inches per day(as applied to the entire bottom area). [62-610.523(3)] 3. The two rapid infiltration basins with a total wetted area of 10.7 acres having a capacity of 0.35 MGD normally shall be loaded for 7 days and shall be rested for 7 days. Infiltration ponds,basins,or trenches shall be allowed to dry during the resting portion of the cycle.[62-610.523(4)] 4. Rapid infiltration basins shall be routinely maintained to control vegetation growth and to maintain percolation capability by scarification or removal of deposited solids.Basin bottoms shall be maintained to be level. [62- 610.523(6)and(7)] 5. Routine aquatic weed control and regular maintenance of storage pond embankments and access areas are required. [62-610.514 and 62-610.414] 6. Overflows from emergency discharge facilities on storage ponds or on infiltration ponds,basins,or trenches shall be reported as abnormal events in accordance with Permit Condition IX.20. [62-610.800(9)] 14 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) V. OPERATION AND MAINTENANCE REQUIREMENTS A. Staffing Requirements 1. During the period of operation authorized by this permit,the wastewater facilities shall be operated under the supervision of a(n)operator(s)certified in accordance with Chapter 62-602,F.A.C. In accordance with Chapter 62-699,F.A.C.,this facility is a Category I,Class A facility and,at a minimum,operators with appropriate certification must be on the site as follows: A Class C or higher operator 8 hours/day for 7 days/week. The lead/chief operator must be a Class A operator, or higher. [62-620.630(3)1[62-699.310][62-610.462] 2. The lead/chief operator shall be employed at the plant full time. "Full time"shall mean at least 4 days per week, working a minimum of 35 hours per week,including leave time. A licensed operator shall be on-site and in charge of each required shift for periods of required staffing time when the lead/chief operator is not on-site. An operator meeting the lead/chief operator class for the treatment plant shall be available during all periods of plant operation. "Available"means able to be contacted as needed to initiate the appropriate action in a timely manner. [62-699.311(10), (6)and(1)] 3. An operator meeting the lead/chief operator class for the plant shall be available during all periods of plant operation. "Available"means able to be contacted as needed to initiate the appropriate action in a timely manner. [62-699.311(1)] B. Capacity Analysis Report and Operation and Maintenance Performance Report Requirements 1. Submit an updated capacity analysis report prepared in accordance with Rule 62-600.405,F.A.C., five years from the date of issuance of this permit.[62-600.405(5)] 2. The application to renew this permit shall include an updated capacity analysis report prepared in accordance with Rule 62-600.405,F.A.C. [62-600.405(5)] 3. The application to renew this permit shall include a detailed operation and maintenance performance report prepared in accordance with Rule 62-600.735,F.A.C. [62-600.735(1)] C. Recordkeeping Requirements 1. The permittee shall maintain the following records and make them available for inspection on the site of the permitted facility. a. Records of all compliance monitoring information,including all calibration and maintenance records and all original strip chart recordings for continuous monitoring instrumentation,including,if applicable,a copy of the laboratory certification showing the certification number of the laboratory,for at least three years from the date the sample or measurement was taken; b. Copies of all reports required by the permit for at least three years from the date the report was prepared; c. Records of all data,including reports and documents,used to complete the application for the permit for at least three years from the date the application was filed; d. Monitoring information,including a copy of the laboratory certification showing the laboratory certification number,related to the residuals use and disposal activities for the time period set forth in Chapter 62-640,F.A.C.,for at least three years from the date of sampling or measurement; e. A copy of the current permit; f. A copy of the current operation and maintenance manual as required by Chapter 62-600,F.A.C.; g. A copy of any required record drawings; h. Copies of the licenses of the current certified operators; 15 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) i. Copies of the logs and schedules showing plant operations and equipment maintenance for three years from the date of the logs or schedules. The logs shall,at a minimum,include identification of the plant;the signature and license number of the operator(s)and the signature of the person(s)making any entries;date and time in and out;specific operation and maintenance activities,including any preventive maintenance or repairs made or requested;results of tests performed and samples taken,unless documented on a laboratory sheet;and notation of any notification or reporting completed in accordance with Rule 62-602.650(3), F.A.C. The logs shall be maintained on-site in a location accessible to 24-hour inspection,protected from weather damage,and current to the last operation and maintenance performed;and j. Records of biosolids quantities,treatment,monitoring,and hauling for at least five years. [62-620.350, 62-602.650, 62-640.650(4)] VI. SCHEDULES 1. The following improvement actions shall be completed according to the following schedule: 1. Submit an updated capacity analysis report,per permit condition V.B.1. Within 5 years of permit issuance 2. The permittee is not authorized to discharge to waters of the state after the expiration date of this permit,unless: a. The permittee has applied for renewal of this permit at least 180 days before the expiration date of this permit using the appropriate forms listed in Rule 62-620.910,F.A.C.,and in the manner established in the Department of Environmental Protection Guide to Permitting Wastewater Facilities or Activities Under Chapter 62-620,F.A.C.,including submittal of the appropriate processing fee set forth in Rule 62-4.050, F.A.C.;or b. The permittee has made complete the application for renewal of this permit before the permit expiration date. [62-620.335(1)-(4)] VII. INDUSTRIAL PRETREATMENT PROGRAM REQUIREMENTS 1. This facility is not required to have a pretreatment program at this time.[62-625.500] VIII. OTHER SPECIFIC CONDITIONS 1. The permittee shall comply with all conditions and requirements for reuse contained in their consumptive use permit issued by the Water Management District,if such requirements are consistent with Department rules. [62-610.800(10)] 2. In the event that the treatment facilities or equipment no longer function as intended,are no longer safe in terms of public health and safety,or odor,noise,aerosol drift,or lighting adversely affects neighboring developed areas at the levels prohibited by Rule 62-600.400(2)(a),F.A.C.,corrective action(which may include additional maintenance or modifications of the permitted facilities)shall be taken by the permittee. Other corrective action may be required to ensure compliance with rules of the Department. Additionally,the treatment, management,use or land application of residuals shall not cause a violation of the odor prohibition in Rule 62- 296.320(2),F.A.C. [62-600.410(8)and 62-640.400(6)] 3. The deliberate introduction of stormwater in any amount into collection/transmission systems designed solely for the introduction(and conveyance)of domestic/industrial wastewater;or the deliberate introduction of stormwater into collection/transmission systems designed for the introduction or conveyance of combinations of storm and domestic/industrial wastewater in amounts which may reduce the efficiency of pollutant removal by the treatment plant is prohibited,except as provided by Rule 62-610.472,F.A.C. [62-604.130(3)] 4. Collection/transmission system overflows shall be reported to the Department in accordance with Permit Condition IX.20. [62-604.550][62-620.610(20)] 16 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) 5. The operating authority of a collection/transmission system and the permittee of a treatment plant are prohibited from accepting connections of wastewater discharges which have not received necessary pretreatment or which contain materials or pollutants(other than normal domestic wastewater constituents): a. Which may cause fire or explosion hazards;or b. Which may cause excessive corrosion or other deterioration of wastewater facilities due to chemical action or pH levels;or c. Which are solid or viscous and obstruct flow or otherwise interfere with wastewater facility operations or treatment;or d. Which result in the wastewater temperature at the introduction of the treatment plant exceeding 40°C or otherwise inhibiting treatment;or e. Which result in the presence of toxic gases,vapors,or fumes that may cause worker health and safety problems. [62-604.130(5)] 6. The treatment facility,storage ponds for Part II systems,rapid infiltration basins,and/or infiltration trenches shall be enclosed with a fence or otherwise provided with features to discourage the entry of animals and unauthorized persons. [62-610.518(1)and 62-600.400(2)(b)] 7. Screenings and grit removed from the wastewater facilities shall be collected in suitable containers and hauled to a Department approved Class I landfill or to a landfill approved by the Department for receipt/disposal of screenings and grit. [62-701.300(1)(a)] 8. Where required by Chapter 471 or Chapter 492,F.S.,applicable portions of reports that must be submitted under this permit shall be signed and sealed by a professional engineer or a professional geologist,as appropriate. [62-620.310(4)] 9. The permittee shall provide verbal notice to the Department's Central District Office as soon as practical after discovery of a sinkhole or other karst feature within an area for the management or application of wastewater, wastewater residuals(sludges),or reclaimed water. The permittee shall immediately implement measures appropriate to control the entry of contaminants,and shall detail these measures to the Department's Central District Office in a written report within 7 days of the sinkhole discovery. [62-620.320(6)] 10. The permittee shall provide adequate notice to the Department of the following: a. Any new introduction of pollutants into the facility from an industrial discharger which would be subject to Chapter 403,F.S.,and the requirements of Chapter 62-620,F.A.C.,if it were directly discharging those pollutants;and b. Any substantial change in the volume or character of pollutants being introduced into that facility by a source which was identified in the permit application and known to be discharging at the time the permit was issued. Adequate notice shall include information on the quality and quantity of effluent introduced into the facility and any anticipated impact of the change on the quantity or quality of effluent or reclaimed water to be discharged from the facility. [62-620.625(2)] IX. GENERAL CONDITIONS 1. The terms,conditions,requirements,limitations,and restrictions set forth in this permit are binding and enforceable pursuant to Chapter 403,Florida Statutes. Any permit noncompliance constitutes a violation of Chapter 403,Florida Statutes,and is grounds for enforcement action,permit termination,permit revocation and reissuance,or permit revision. [62-620.610(1)] 17 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) 2. This permit is valid only for the specific processes and operations applied for and indicated in the approved drawings or exhibits. Any unauthorized deviations from the approved drawings,exhibits,specifications,or conditions of this permit constitutes grounds for revocation and enforcement action by the Department. [62- 620.610(2)] 3. As provided in subsection 403.087(7),F.S.,the issuance of this permit does not convey any vested rights or any exclusive privileges. Neither does it authorize any injury to public or private property or any invasion of personal rights,nor authorize any infringement of federal,state,or local laws or regulations. This permit is not a waiver of or approval of any other Department permit or authorization that may be required for other aspects of the total project which are not addressed in this permit. [62-620.610(3)] 4. This permit conveys no title to land or water,does not constitute state recognition or acknowledgment of title, and does not constitute authority for the use of submerged lands unless herein provided and the necessary title or leasehold interests have been obtained from the State. Only the Trustees of the Internal Improvement Trust Fund may express State opinion as to title. [62-620.610(4)] 5. This permit does not relieve the permittee from liability and penalties for harm or injury to human health or welfare,animal or plant life,or property caused by the construction or operation of this permitted source;nor does it allow the permittee to cause pollution in contravention of Florida Statutes and Department rules,unless specifically authorized by an order from the Department. The permittee shall take all reasonable steps to minimize or prevent any discharge,reuse of reclaimed water,or residuals use or disposal in violation of this permit which has a reasonable likelihood of adversely affecting human health or the environment. It shall not be a defense for a permittee in an enforcement action that it would have been necessary to halt or reduce the permitted activity in order to maintain compliance with the conditions of this permit. [62-620.610(5)] 6. If the permittee wishes to continue an activity regulated by this permit after its expiration date,the permittee shall apply for and obtain a new permit. [62-620.610(6)] 7. The permittee shall at all times properly operate and maintain the facility and systems of treatment and control, and related appurtenances,that are installed and used by the permittee to achieve compliance with the conditions of this permit. This provision includes the operation of backup or auxiliary facilities or similar systems when necessary to maintain or achieve compliance with the conditions of the permit. [62-620.610(7)] 8. This permit may be modified,revoked and reissued,or terminated for cause. The filing of a request by the permittee for a permit revision,revocation and reissuance,or termination,or a notification of planned changes or anticipated noncompliance does not stay any permit condition. [62-620.610(8)] 9. The permittee,by accepting this permit,specifically agrees to allow authorized Department personnel,including an authorized representative of the Department and authorized EPA personnel,when applicable,upon presentation of credentials or other documents as may be required by law,and at reasonable times,depending upon the nature of the concern being investigated,to: a. Enter upon the permittee's premises where a regulated facility,system,or activity is located or conducted, or where records shall be kept under the conditions of this permit; b. Have access to and copy any records that shall be kept under the conditions of this permit; c. Inspect the facilities,equipment,practices,or operations regulated or required under this permit;and d. Sample or monitor any substances or parameters at any location necessary to assure compliance with this permit or Department rules. [62-620.610(9)] 10. In accepting this permit,the permittee understands and agrees that all records,notes,monitoring data,and other information relating to the construction or operation of this permitted source which are submitted to the Department may be used by the Department as evidence in any enforcement case involving the permitted source arising under the Florida Statutes or Department rules,except as such use is proscribed by Section 403.111, F.S.,or Rule 62-620.302,F.A.C. Such evidence shall only be used to the extent that it is consistent with the Florida Rules of Civil Procedure and applicable evidentiary rules. [62-620.610(10)] 18 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) 11. When requested by the Department,the permittee shall within a reasonable time provide any information required by law which is needed to determine whether there is cause for revising,revoking and reissuing,or terminating this permit,or to determine compliance with the permit. The permittee shall also provide to the Department upon request copies of records required by this permit to be kept. If the permittee becomes aware of relevant facts that were not submitted or were incorrect in the permit application or in any report to the Department,such facts or information shall be promptly submitted or corrections promptly reported to the Department. [62-620.610(11)] 12. Unless specifically stated otherwise in Department rules,the permittee,in accepting this permit,agrees to comply with changes in Department rules and Florida Statutes after a reasonable time for compliance;provided, however,the permittee does not waive any other rights granted by Florida Statutes or Department rules. A reasonable time for compliance with a new or amended surface water quality standard,other than those standards addressed in Rule 62-302.500,F.A.C.,shall include a reasonable time to obtain or be denied a mixing zone for the new or amended standard. [62-620.610(12)] 13. The permittee,in accepting this permit,agrees to pay the applicable regulatory program and surveillance fee in accordance with Rule 62-4.052,F.A.C. [62-620.610(13)] 14. This permit is transferable only upon Department approval in accordance with Rule 62-620.340,F.A.C. The permittee shall be liable for any noncompliance of the permitted activity until the transfer is approved by the Department. [62-620.610(14)] 15. The permittee shall give the Department written notice at least 60 days before inactivation or abandonment of a wastewater facility or activity and shall specify what steps will be taken to safeguard public health and safety during and following inactivation or abandonment. [62-620.610(15)] 16. The permittee shall apply for a revision to the Department permit in accordance with Rules 62-620.300,F.A.C., and the Department of Environmental Protection Guide to Permitting Wastewater Facilities or Activities Under Chapter 62-620,F.A.C.,at least 90 days before construction of any planned substantial modifications to the permitted facility is to commence or with Rule 62-620.325(2),F.A.C.,for minor modifications to the permitted facility. A revised permit shall be obtained before construction begins except as provided in Rule 62-620.300, F.A.C. [62-620.610(16)] 17. The permittee shall give advance notice to the Depaiunent of any planned changes in the permitted facility or activity which may result in noncompliance with permit requirements.The permittee shall be responsible for any and all damages which may result from the changes and may be subject to enforcement action by the Department for penalties or revocation of this permit. The notice shall include the following information: a. A description of the anticipated noncompliance; b. The period of the anticipated noncompliance,including dates and times;and c. Steps being taken to prevent future occurrence of the noncompliance. [62-620.610(17)] 18. Sampling and monitoring data shall be collected and analyzed in accordance with Rule 62-4.246 and Chapters 62-160,62-601,and 62-610,F.A.C.,and 40 CFR 136,as appropriate. a. Monitoring results shall be reported at the intervals specified elsewhere in this permit and shall be reported on a Discharge Monitoring Report(DMR),DEP Form 62-620.910(10),or as specified elsewhere in the permit. b. If the permittee monitors any contaminant more frequently than required by the permit,using Department approved test procedures,the results of this monitoring shall be included in the calculation and reporting of the data submitted in the DMR. c. Calculations for all limitations which require averaging of measurements shall use an arithmetic mean unless otherwise specified in this permit. 19 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) d. Except as specifically provided in Rule 62-160.300,F.A.C.,any laboratory test required by this permit shall be performed by a laboratory that has been certified by the Department of Health Environmental Laboratory Certification Program(DOH ELCP). Such certification shall be for the matrix,test method and analyte(s)being measured to comply with this permit. For domestic wastewater facilities,testing for parameters listed in Rule 62-160.300(4),F.A.C.,shall be conducted under the direction of a certified operator. e. Field activities including on-site tests and sample collection shall follow the applicable standard operating procedures described in DEP-SOP-001/01 adopted by reference in Chapter 62-160,F.A.C. f. Alternate field procedures and laboratory methods may be used where they have been approved in accordance with Rules 62-160.220,and 62-160.330,F.A.C. [62-620.610(18)J 19. Reports of compliance or noncompliance with,or any progress reports on,interim and final requirements contained in any compliance schedule detailed elsewhere in this permit shall be submitted no later than 14 days following each schedule date. [62-620.610(19)) 20. The permittee shall report to the Department's Central District Office any noncompliance which may endanger health or the environment. Any information shall be provided orally within 24 hours from the time the permittee becomes aware of the circumstances. A written submission shall also be provided within five days of the time the permittee becomes aware of the circumstances. The written submission shall contain:a description of the noncompliance and its cause;the period of noncompliance including exact dates and time,and if the noncompliance has not been corrected,the anticipated time it is expected to continue;and steps taken or planned to reduce,eliminate,and prevent recurrence of the noncompliance. a. The following shall be included as information which must be reported within 24 hours under this condition: (1) Any unanticipated bypass which causes any reclaimed water or effluent to exceed any permit limitation or results in an unpermitted discharge, (2) Any upset which causes any reclaimed water or the effluent to exceed any limitation in the permit, (3) Violation of a maximum daily discharge limitation for any of the pollutants specifically listed in the permit for such notice,and (4) Any unauthorized discharge to surface or ground waters. b. Oral reports as required by this subsection shall be provided as follows: (1) For unauthorized releases or spills of treated or untreated wastewater reported pursuant to subparagraph(a)4.that are in excess of 1,000 gallons per incident,or where information indicates that public health or the environment will be endangered,oral reports shall be provided to the STATE WARNING POINT TOLL FREE NUMBER(800)320-0519,as soon as practical,but no later than 24 hours from the time the permittee becomes aware of the discharge.The permittee,to the extent known, shall provide the following information to the State Warning Point: (a) Name,address,and telephone number of person reporting; (b) Name,address,and telephone number of permittee or responsible person for the discharge; (c) Date and time of the discharge and status of discharge(ongoing or ceased); (d) Characteristics of the wastewater spilled or released(untreated or treated,industrial or domestic wastewater); (e) Estimated amount of the discharge; (f) Location or address of the discharge; (g) Source and cause of the discharge; (h) Whether the discharge was contained on-site,and cleanup actions taken to date; (i) Description of area affected by the discharge,including name of water body affected,if any;and (j) Other persons or agencies contacted. (2) Oral reports,not otherwise required to be provided pursuant to subparagraph b.1 above,shall be provided to the Department's Central District Office within 24 hours from the time the permittee becomes aware of the circumstances. 20 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) c. If the oral report has been received within 24 hours,the noncompliance has been corrected,and the noncompliance did not endanger health or the environment,the Department's Central District Office shall waive the written report. [62-620.610(20)] 21. The permittee shall report all instances of noncompliance not reported under Permit Conditions IX.17.,IX.18., or IX.19.of this permit at the time monitoring reports are submitted. This report shall contain the same information required by Permit Condition IX.20.of this permit. [62-620.610(21)1 22. Bypass Provisions. a. "Bypass"means the intentional diversion of waste streams from any portion of a treatment works. b. Bypass is prohibited,and the Department may take enforcement action against a permittee for bypass, unless the permittee affirmatively demonstrates that: (1) Bypass was unavoidable to prevent loss of life,personal injury,or severe property damage;and (2) There were no feasible alternatives to the bypass,such as the use of auxiliary treatment facilities, retention of untreated wastes,or maintenance during normal periods of equipment downtime. This condition is not satisfied if adequate back-up equipment should have been installed in the exercise of reasonable engineering judgment to prevent a bypass which occurred during normal periods of equipment downtime or preventive maintenance;and (3) The permittee submitted notices as required under Permit Condition IX.22.c.of this permit. c. If the permittee knows in advance of the need for a bypass,it shall submit prior notice to the Department,if possible at least 10 days before the date of the bypass. The permittee shall submit notice of an unanticipated bypass within 24 hours of learning about the bypass as required in Permit Condition[X.20.of this permit. A notice shall include a description of the bypass and its cause;the period of the bypass, including exact dates and times;if the bypass has not been corrected,the anticipated time it is expected to continue;and the steps taken or planned to reduce,eliminate,and prevent recurrence of the bypass. d. The Department shall approve an anticipated bypass,after considering its adverse effect,if the permittee demonstrates that it will meet the three conditions listed in Permit Condition IX.22.b.(1)through(3)of this permit. e. A permittee may allow any bypass to occur which does not cause reclaimed water or effluent limitations to be exceeded if it is for essential maintenance to assure efficient operation. These bypasses are not subject to the provisions of Permit Condition IX.22.b.through d.of this permit. [62-620.610(22)] 23. Upset Provisions. a. "Upset"means an exceptional incident in which there is unintentional and temporary noncompliance with technology-based effluent limitations because of factors beyond the reasonable control of the permittee. (1) An upset does not include noncompliance caused by operational error,improperly designed treatment facilities,inadequate treatment facilities,lack of preventive maintenance,careless or improper operation. (2) An upset constitutes an affirmative defense to an action brought for noncompliance with technology based permit effluent limitations if the requirements of upset provisions of Rule 62-620.610,F.A.C., are met. b. A permittee who wishes to establish the affirmative defense of upset shall demonstrate,through properly signed contemporaneous operating logs,or other relevant evidence that: (1) An upset occurred and that the permittee can identify the cause(s)of the upset; (2) The permitted facility was at the time being properly operated; (3) The permittee submitted notice of the upset as required in Permit Condition IX.20.of this permit;and (4) The permittee complied with any remedial measures required under Permit Condition[X.5.of this permit. c. In any enforcement proceeding,the burden of proof for establishing the occurrence of an upset rests with the permittee. 21 PERMITTEE: Ocoee,City of PERMIT NUMBER: FLA010815-007 FACILITY: Ocoee WWTF EXPIRATION DATE: May 12,2023 (Revised 5-2013) d. Before an enforcement proceeding is instituted,no representation made during the Department review of a claim that noncompliance was caused by an upset is final agency action subject to judicial review. [62-620.610(23)] Executed in Orlando,Florida. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Christianne C.Ferraro, .E. Program Administrator Water Facilities Permitting Date:May 13,2013 Attachment(s): Discharge Monitoring Report "Pathogen Monitoring"Form Map of the General Reuse Service Area 22 *i_..,A44 ocoY e fforida RFP CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112,Florida Statutes. All Proposers must disclose within their Proposal: the name of any City of Ocoee employee,Mayor or City Commissioner,other City Official, or City Consultants, or any FEMA,FHWA, FDOT employee,who owns assets or capital stock, directly or indirectly, in the Proposer's firm or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this proposal. (Indirect ownership or benefit applies to any members of his or her immediate family.) Proposer certifies 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. In the event that a conflict of interest is identified in the provision of services, Proposer agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission, Evaluation Committee members,and other key City employees and consultants involved in the award of this contract. According to Chapter 112,Florida Statutes,the term"conflict of interest""means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest",and refers to situations in which financial or other personal considerations may adversely affect,or have the appearance of adversely affecting,an employee's professional judgment in exercising any City duty or responsibility in administration,management, instruction,research,or other professional activities. Please check one of the following statements and attach additional documentation if necessary: To the best of our knowledge,the undersigned firm has no potential conflict of interest for this Proposal. The undersigned firm,by attachment to this form, submits information which may be a potential conflict of interest for this Proposal. Acknowledged by: Firm Name Signature Name and Title(Print or Type) Date RFP20-001_Laboratory_Services 34 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. COMPANY NAME TELEPHONE(INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE(PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID# Individual Corporation Partnership Other (Specify) Sworn to and subscribed before me this day of ,20 . Personally Known or Produced Identification Notary Public-State of (Type of Identification) County of Signature of Notary Public Printed,Typed or Stamped Commissioned Name of Notary Public RFP20-001_Laboratory_Services 35 EXHIBIT "E" PROPOSED AGREEMENT FOR RFP #20-001 LABORATORY SERVICES FOR CITY WATER &WASTEWATER FACILITIES THIS AGREEMENT FOR LABORATORY SERVICES FOR CITY WATER & WASTEWATER FACILITIES (this "Agreement") is made this day of , 2020, by and between the CITY OF OCOEE, a Florida municipal corporation, whose mailing address is 150 North Lakeshore Drive, Ocoee, Florida 34761 (hereinafter referred to as the"City") and , a corporation, whose mailing address is (hereinafter referred to as the"Contractor"). WITNESSETH: WHEREAS, the City desires to enter into an Agreement with the Contractor to perform the work set forth in that certain Request for Proposals RFP #20-001 (the "Work"), and any amendments thereto being attached hereto as Exhibit"A"; and WHEREAS, the Contractor is capable of performing the Work and agrees to perform the Work pursuant to the terms of this Agreement, and for the amounts specified in the Contractor's Proposal, the Contractor's Proposal and any amendments thereto being attached hereto as Exhibit"B". NOW THEREFORE, in consideration of the premises and other good and valuable considerations exchanged between the parties hereto, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Scope of Agreement. The terms and conditions of Exhibit"A attached hereto as well as the terms and conditions of Exhibit "B" attached hereto are incorporated by reference herein as fully as if herein set forth. Unless otherwise specified herein, the Contractor is to furnish all materials, tools, equipment, labor, supervision, and consumables to complete the Work. Section 2. Term of Agreement. This Agreement shall consist of one (1) initial three (3) year term beginning on (the "Effective Date"), with two (2) separate automatic one-year extensions, for a total of five (5) years, unless terminated by the City upon the issuance of written notice by the City to the Contractor provided not later than thirty (30) days prior to the expiration of any renewal year term. The City shall have the option of extending the term an additional one (1) year. Each term is renewable with the condition that the City's obligation to pay under this Agreement for each year is contingent upon the City in its good faith judgment having sufficient funds to make an annual appropriation for the work to be provided under this agreement. Section 3. Compensation. Contractor agrees to provide the services and materials as specified in Exhibit "A" for the amount specified in Exhibit "B". The amount as specified in Exhibit "B" may be increased or decreased by the City under the Extra Work provision of this Agreement, through the issuance of an Addendum, if applicable. Any prices specified in this Agreement, RFP20-001_Laboratory_Services 36 will remain firm for the initial three (3) year term of this Agreement. After the initial three (3) year term of this Agreement, price adjustments will be allowed pursuant to the Price Adjustment provision of this Agreement. Section 4. Payment. All invoices received by the City are payable within (30) days from receipt, provided they have first been approved by the City, and the City has accepted the Work for which payment is sought. The City reserves the right, with justification, to partially pay any invoice submitted by the Contractor. All invoices shall be in duplicate and directed to: City of Ocoee, Accounts Payable, 150 North Lakeshore Drive, Ocoee, Florida 34761-2258. All invoices must be clearly marked: City Agreement #RFP 20-001 Laboratory Services for City Water &Wastewater Facilities. Section 5. General Conditions. A. Patents and Copyrights. The Contractor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device in performance of the Work, which is the subject of patent rights or copyrights. Contractor shall, at its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the Work, or any part thereof, furnished under this Agreement, constitutes an infringement of any patent or copyright of the United States. The Contractor shall pay all damages and costs awarded against the City. B. Termination for Default. 1) The performance of Work under this Agreement may be terminated by the City, in whole or in part, in writing, whenever the City shall determine that the Contractor has failed to meet the performance requirements of this Agreement. 2) The City has a right to terminate for default if the Contractor fails to perform the Work, or if the Contractor fails to perform the Work within the time specified in the Agreement, or if the Contractor fails to perform any other provisions of the Agreement. 3) Failure of a Contractor to perform the required Work within the time specified, or within a reasonable time as determined by the City or failure to redo the Work when so requested, immediately or as directed by the City, shall constitute authority for the City to hire another contractor to perform the Work. In all such cases, the Contractor or his surety, shall reimburse the City, within a reasonable time specified by the City, for any expense incurred in excess of the Agreement prices. 4) Should public necessity demand it, the City reserves the right to utilize services which are substandard in quality, subject to an adjustment in price to be determined by the City. The Contractor shall not be liable for any excess costs if acceptable evidence has been submitted to the City that failure to perform the Work was due to causes beyond the control and without the fault or negligence of the Contractor. 5) Termination for Convenience. The City may terminate this Agreement at its convenience with thirty (30) days advance written notice to the Contractor. In the event of such a termination by the City, the City shall be liable for the payment of all Work properly performed prior to the effective date of termination and for all portions of RFP20-001_Laboratory_Services 37 materials, supplies, services, and facility orders which cannot be cancelled and were placed prior to the effective date of termination and other reasonable costs associated with the termination. C. Warranty. The Contractor warrants that the Work including equipment and materials provided shall conform to professional standards of care and practice in-effect at the time the Work is performed, be of the highest quality, and be free from all faults, defects or errors. If the Contractor is notified in writing of a fault, deficiency or error in the Work provided within one (1) year from completion of the Work, the Contractor shall, at the City's option, either redo such portions of the Work to correct such fault, defect or error, at no additional cost to the City or refund to the City the charge paid by the City which is attributable to such portions of the faulty, defective or erroneous Work, including the costs for obtaining another Contractor to redo the Work. ALL MATERIALS PROVIDED BY THE CONTRACTOR, SHALL BE MERCHANTABLE AND BE FIT FOR THE PURPOSE INTENDED. THE CONTRACTOR SHALL BE LIABLE FOR SECONDARY, INCIDENTAL OR CONSEQUENTIAL DAMAGES OF ANY NATURE RESULTING FROM ANY WORK PERFORMED UNDER THIS AGREEMENT. D. Time of Completion. The parties understand and agree that time is of the essence in the performance of this Agreement. The Contractor agrees that all Work shall be performed regularly, diligently, and uninterrupted within the time specified. The Contractor or City, respectively, shall not be liable for any loss or damage, resulting from any delay or failure to perform its contractual obligations within the time specified, due to acts of God, actions or regulations by any governmental entity or representative, strikes or other labor trouble, fire, embargoes, or other transportation delays, damage to or destruction in whole or in part, of equipment or manufacturing plant, lack of or ability to obtain raw materials, labor, fuel or supplies for any reason including default of suppliers, or any other causes, contingencies or circumstances not subject to the Contractor's or City's control, respectively, whether of a similar or dissimilar nature, which prevent or hinder the performance of the Contractor's or City's contractual obligations, respectively. Any such causes of delay shall extend the time of the Contractor's or City's performance respectively, by the length of the delays occasioned thereby, including delays reasonably incident to the resumption of normal Work schedules. However, under such circumstances as described herein, the City may at its discretion, cancel this Agreement for the convenience of the City. E. Indemnification. To the fullest extent provided by law, Contractor shall indemnify, defend and hold harmless the City and all of its officers, agents and employees from all claims, loss, damage, cost, charges or expense including, but not limited to reasonable attorneys' fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor, its agents, employees, or subcontractors during the RFP20-001_Laboratory_Services 38 performance of the Agreement. The City shall use its best efforts to promptly notify the Contractor in writing of any Claims and shall provide the Contractor with information regarding the Claims as the Contractor may reasonably request, but the failure to give such notice or provide such information shall not diminish the obligations of the Contractor under this Section. No Claims whatsoever shall be made or asserted against the City by the Contractor for or on account of anything done or as a result of anything done or omitted to be done in connection with this Agreement. F. Correction of Work. The Contractor shall promptly correct all Work rejected by the City as faulty, defective, or failing to conform to this Agreement whether observed before or after substantial completion of the Work. The Contractor shall bear all costs of correcting such rejected Work. In the event that Contractor fails to timely mow or otherwise maintain a portion of the work, then the City, at its sole discretion and without waiving any other rights or remedies under this Agreement, may deduct from any amounts due under this Agreement, the actual cost paid by the City to a third party to perform the work. If the City performs such work with its own personnel then the City may deduct from any amounts due under this Agreement such amount equal to what the Contractor would have charged for doing the work, plus 15% of such amount. G. Right to Audit Records. The City shall be entitled to audit the books and records of the Contractor or any sub-contractor to the extent that such books and records relate to the performance of this Agreement or any sub-contract to this Agreement. Such books and records shall be maintained by the Contractor for a period of three (3) years from the date of final payment under this Agreement and by the sub-contractor for a period of three (3) years from the date of final payment under the sub-contract unless a shorter period is otherwise authorized in writing. H. Information. All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Contractor or its employees, pursuant to this Agreement, shall be the sole property of the City and all rights therein are reserved by the City, except that the Contractor may disclose any such information to its corporate affiliates and their agents. I. Safety Measures. The Contractor shall take all necessary precautions for the safety of the City's and Contractor's employees and the general public and shall erect and properly maintain at all times all necessary vehicular and facility safeguards for the protection of the workers and public. If necessary, the Contractor shall post signs warning against hazards in and around the work site. J. Extra Work. The City, without invalidating this Agreement, may order changes in the Work within the general scope of this Agreement consisting of additions, deletions, or other revisions, the Agreement price and time being adjusted accordingly. All such changes in the Work shall be authorized by a written Addendum to this Agreement, and shall be executed under the applicable conditions of the Agreement. RFP20-001_Laboratory_Services 39 K. Price Adjustments. Pricing is firm for the initial three (3) year term of this agreement. For the renewal terms of this Agreement, if the Contractor proposes to make a price adjustment, the Contractor shall first give the City written notice thereof, with explanations stated for the price adjustment, and such notice shall be given at least one hundred-twenty (120) calendar days prior to the one (1) year renewal term for which the price adjustment is sought. Nothing contained herein shall affect the City's right to terminate this Agreement for Convenience as provided herein. L. Familiarity with The Work. The Contractor by executing this Agreement, acknowledges full understanding of the extent and character of the Work required and the conditions surrounding the performance thereof The City will not be responsible for any alleged misunderstanding of the Work to be furnished or completed, or any misunderstanding of conditions surrounding the performance thereof It is understood that the execution of this Agreement by the Contractor serves as the Contractor's stated commitment to fulfill all the conditions referred to in this Agreement. Section 6. Miscellaneous Provisions. RFP20-001_Laboratory_Services 40 A. The Contractor shall not employ subcontractors without the advance written permission of the City. B. No assignment by a party hereto of any rights under, or interests in, the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due, and moneys that are due, may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. Notwithstanding the foregoing, the Owner may assign this contract to the State of Florida or any political subdivision, municipality, special district or authority thereof without Contractor's consent and without recourse. C. The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of Work under this Agreement. D. No waiver, alterations, consent or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by the City. E. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local laws, ordinances, rules, and regulations, for the proper execution and completion of the Work under this Agreement. F. The Contractor shall at all times, keep the Work area free from accumulation of waste materials or rubbish caused by its operations, and promptly remove any such materials to an approved disposal location. G. The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials, tools, equipment, and consumables, left on City property by the Contractor. H. This Agreement is considered a non-exclusive Agreement between the parties. I. This Agreement is deemed to be under and shall be governed by, and construed according to, the laws of the State of Florida. The parties agree that the provisions of Chapter 558, Florida Statutes are not applicable to this Agreement. J. Waiver of Jury Trial; Legal Costs. It is mutually agreed by and between the Contractor and Owner that each of the parties do hereby waive trial by jury in any action, proceeding or claim which may be brought by either of the parties hereto against the other on any matters concerning or arising out of this Agreement. The parties further agree that the sole and exclusive venue for any action to enforce this agreement shall be in The Circuit Court of the Ninth Judicial Circuit in and for Orange County, Florida. K. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. L. The undersigned hereby certify that this Agreement is made without prior understanding, agreement or connection with any corporation, firm or person who submitted proposals for the Work covered by this Agreement and is in all respects fair and without collusion or fraud. As to Contractor, the undersigned hereby warrants and certifies that it is authorized to enter into this Agreement and to execute same on behalf of the Contractor as the act of the said Contractor. M. This Agreement, including Exhibit "A" and Exhibit "B", contains all the terms and conditions agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind either party hereto. RFP20-001_Laboratory_Services 41 PUBLIC RECORDS COMPLIANCE The City of Ocoee (City) is a public agency subject to Chapter 119, Florida Statutes. The Contractor agrees to comply with Florida's Public Records Law. Specifically, the Contractor shall: 1. Keep and maintain public records required by the City to perform the service. 2. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Florida Statutes, or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from the public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the City. 4. Upon completion of the contract, Contractor agrees to transfer at no cost to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public record to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 5. A Contractor who fails to provide the public records to City within a reasonable time may be subject to penalties under section 119.10, Florida Statutes. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 407-905-3100, EXTENSION 1022, CCDL@ci.ocoee.fl.us, WITH AN OFFICE LOCATED AT 150 NORTH LAKESHORE DRIVE, OCOEE, FLORIDA 34761. (Signature Page Follows) RFP20-001_Laboratory_Services 42 IN WITNESS WHEREOF, Contractor and the City have caused this Agreement for Laboratory Services for City Water & Wastewater Facilities to be executed by their duly authorized officers as of the day and year first above written. CONTRACTOR: BY: PRINT NAME: TITLE: WITNESSES: NAME: NAME: TITLE: TITLE: OWNER: CITY OF OCOEE,FLORIDA ATTEST: APPROVED: BY: BY: Melanie Sibbitt, City Clerk Rusty Johnson, Mayor (SEAL) FOR USE AND RELIANCE ONLY BY APPROVED BY CITY OF OCOEE THE CITY OF OCOEE, FLORIDA COMMISSION AT A MEETING HELD APPROVED AS TO FORM AND LEGALITY on , 2020,under Agenda Item . this day of , 2020 SHUFFIELD, LOWMAN&WILSON, P.A. BY: Scott A. Cookson,City Attorney END OF SECTION RFP20-001_Laboratory_Services 43 EXHIBIT "A" SCOPE OF SERVICES RFP#20-001 (To be added at time of execution) RFP20-001_Laboratory_Services 44 EXHIBIT "B" CONTRACTOR'S PROPOSAL (To be added at time of execution) RFP20-001_Laboratory_Services 45