Loading...
HomeMy WebLinkAboutItem 05 Award of ITB #20-002 Ocoee Wastewater Treatment Plant North Filter Bay Rehabilitation Project Ocoee florida AGENDA ITEM COVER SHEET Meeting Date: March 17, 2020 Item #: Reviewed By. Contact Name: Joyce TolbertNanessa Department Director: Reb--.- a 'o: i"'�y Anthony / 4t Contact Number: 1516 City Manager: R' ( f' - Subject: Award of ITB #20-002 Ocoee Wastewater T e t Plant North Filter Bay; Rehabilitation Project (District 1: Brinson) Background Summary: In 1992,the City of Ocoee Wastewater Treatment Facility initiated a major expansion which included the upgrade of the plant to public contact effluent disposal (reclaimed water). To accomplish the treatment level, the plant was equipped with a sand filter unit process. The unit process is divided into north and south filters capable of providing a redundant (each filter) 3 million gallons per day loading. The physical demands on these filters' material require routine rehabilitation. The Utilities Department panned the rehab of the south filter for Fiscal Year 2016 and the north filter for 2020. The rehab cycle life is anticipated to be ten(10) years. The City of Ocoee, Florida (City) solicited an Invitation to Bid from qualified contractors to furnish labor, supervision, materials, equipment, supplies and incidentals for the Ocoee Wastewater Treatment Plant North Filter Bay Rehabilitation project. The City's gravity sand filters consist of two adjacent bays of filters, a North bay and a South bay. This project involves rehabilitation of one side of the two-bay gravity sand filter system. The North filter bay shall be rehabilitated while keeping the South filter bay fully operational in automatic control. Filter bay size to be rehabilitated is 46 feet by twelve feet, six inches (46' x 12'6" interior dimensions). The bid was publicly advertised on February 2, 2020, and opened on February 25, 2020. There was a single (1) bid received for$194,450.00.The bid is available in the Finance Department for review.The Utilities and Finance Departments reviewed the bid received and it was considered responsive. Staff recommends awarding the bid to Aqua-Aerobic Systems Inc. as the sole responsive and responsible bidder,per the attached recommendation from Charles Smith, Utilities Director. Aqua-Aerobic's bid is $25,550.00 lower than the budgeted amount of $220,000.00. The table below is a listing of the bids received. Bidder Total Bid 1. Aqua-Aerobic Systems Inc. $ 194,450.00 Issue: Should the City Commission award the Ocoee Wastewater Treatment Plant North Filter Bay Rehabilitation project to Aqua-Aerobic Systems Inc., as recommended by the Utilities Director? Recommendations: Staff recommends that the City Commission award ITB #20-002 Ocoee Wastewater Treatment Plant North Filter Bay Rehabilitation project to Aqua-Aerobic Systems Inc. in the amount of$194,450.00 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required insurance is received. Staff also recommends that the City Manager be authorized to approve change orders to this contract up to the limit of his purchasing authority for each change order, and up to the budgeted amount for this project for all change orders. Attachments: 1. Award Recommendation from Utilities Dept. 2. Bid Tabulation 3. Aqua-Aerobic Systems Bid 4. Invitation to Bid #ITB 20-002 5. Addendum#1 Financial Impact: There is $220,000.00 available in this fiscal year's budget for this project. Type of Item: (please mark with an `k') ❑ 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. ( pezpA__ Reviewed by 2 ITB #20-002 OCOEE WWTP NORTH FILTER BAY REHABILITATION PROJECT BID TABULATION 02/25/20 2:00 P.M. BID TAB Aqua-Aerobic Systems, Inc. Acknowledged Addendum #1 ✓ Bid Security Bond Company Information/Signature Sheet ✓ Sunbiz Verification Contractor& Subcontractor Active Questionnaire ✓ Installation Instructions ✓ References/Experience ✓ Summary of Litigation/Exceptions ✓ Subcontractors/Equipment Listing ✓ DESCRIPTION EST'D QTY. UNIT PRICE TOTAL PRICE Mobilization & Demobilization 1 $15,000.00 $15,000.00 Removal and Replacement of Granular Media 1 $6,000.00 $6,000.00 Rehab Sand Filters 1 $122,450.00 $122,450.00 Floating Vertex Skimmers Labor/Materials/Installation 1 $20,000.00 $20,000.00 Removal and Installation of New Backwash Water Launderer 1 $7,000.00 $7,000.00 Rail Cap Removal and Installation 1 $4,000.00 $4,000.00 Grouting and Painting of Rail System 1 $10,000.00 $10,000.00 Start Up and Commissioning 1 $10,000.00 $10,000.00 TOTAL $194,450.00 Mayor Commissioners Rusty Johnson Larry Brinson District 1 46.0.111r Rosemary Wilsen, District 2 Citv Manager Richard Firstner, District 3 Robert Frank o C o e e George Oliver III, District 4 florida MEMORANDUM TO: Honorable Mayor and City Commission THRU: Robert Frank, City Manager FROM: Charles Smith P.E., Utilities Director DATE: March 5, 2020 RE: Recommendation for Award of Bid #20-002 to Aqua -Aerobic Systems, Incorporated for the Ocoee WWTP North Filter Bay Rehabilitation Project RECOMMENDATION: Based on the review of the bid documents and bid tabulation, contractor's qualifications and references, the Utilities Department recommends the award of the Ocoee WWTP North Filter Bay Rehabilitation Project to Aqua-Aerobic Systems, Incorporated, in the amount of$194,450.00. BACKGROUND: In 1992, the City of Ocoee Wastewater Treatment Facility initiated a major expansion which included the upgrade of the plant to public contact effluent disposal (reclaimed water). To accomplish the treatment level, the plant was equipped with a sand filter unit process. The unit process is divided into north and south filters capable of providing a redundant (each filter) 3 million gallons per day loading. The physical demands on these filters' material requires routine rehabilitation. The Utilities Department planned the rehab of the south filter for Fiscal Year 2016 and the north filter for 2020. The rehab cycle life is anticipated to be ten(10)years. PROJECT: This Ocoee WWTP North Filter Bay Rehabilitation Project consists of the rehabilitation/refurbishment of the wastewater treatment plant's north filter. The following items are included in this project: 1. Mobilization & Demolition 2. Removal and Replacement of Granular Material 3. Rehabilitate Sand Filters (under drain, structural material, filtering components, cell dividers, electrical components, pumps, etc...) 4. Installation of a Floating Vertex Skimmer 5. Installation of a new Backwash Water Launderer 6. Rail Cap Removal and Installation 7. Grouting and Painting of Rail System 8. Start Up and Commissioning BID PROCESS: The City advertised the request for bids on February 2, 2020 and sealed bids were opened on February 25, 2020. Aqua-Aerobics Systems, Incorporated was the Sole Bidder for $194,450.00. Bid Tabulation for the submitted bid has been included with the Staff Report for the Commission agenda item. City of Ocoee Utilities Department• 1800 A.D.Mims Road-Ocoee,Florida 34761 Phone:(407) 905-3159•Fax: (407)877-5899•www.ocoee.org LICENSING AND REFERENCES: Aqua-Aerobic Systems, Incorporated satisfies all the City's licensing requirements. Municipal references with comparable project scopes were contacted. All were extremely happy with the materials and workmanship provided by Aqua-Aerobic Systems, Incorporated. FUNDING: The Fiscal Year 2019 budget was approved with funding of$220,000 for the north filter. AQUA-AEROBIC SYSTEMS, INC. Partnering for Solutions City of Ocoee FL Invitation To Bid # B20-002 Ocoee Wastewater Treatment Plant North Filter Bay Rehabilitation Project Table of Contents February 20, 2020 Documents listed are an integral part of Aqua-Aerobic Systems' offer. Section 1. Exhibit B — Bid Form Section 2. Exhibit C — Bid Bond Form Section 3. Bid Document Pages 19-21 20. List of Subcontractors 21. List of Equipment and Technical Information 22. References/Experience of Respondent with Similar Work 23. Summary of Litigation 24. Acknowledgement of Addenda 25. Exceptions Section 4. Questionnaire Pages 22-24 Section 5. Bid Conflict of Interest Form and Certifications A. Bid Conflict of Interest Form B. Certificates of Non-Segregated Facilities for both Aqua- Aerobic Systems, Inc. and National Water Treatment Services LLC C. Aqua-Aerobic Systems' Drug-Free Workplace Certification Aeration&Mixing Biological Processes (Filtration Membranes Process Control&Monitoring Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com • lid AQUA-AEROBIC SYSTEMS, INC. �'I Partnering for Solutions Section 6. Exhibit E — Company Information & Signature Sheet Executed Exhibit E A. Company Profile & Capabilities B. Officers List, Address, Stockholders C. Aqua-Aerobic Systems' Credit References Section 7. Equipment List Section 8. Installation Profiles and Florida Contractor's License A. Aqua-Aerobic Systems' Installation Profiles B. National Water Treatment Services' FL Contractor's License and Installation Profiles Section 9. Installation Instructions A. AquaABF® Automatic Backwash Filter Recommended Demolition Procedures & Underdrain Installation Instructions B. AquaABF® Porous Plate Caulking Procedures C. AquaABF® Automatic Backwash Filter Rail Installation D. AquaABF® Automatic Backwash Filter Media Installation Procedures E. AquaABF® Automatic Backwash Filter Light Test Procedures Section 10. Descriptive Literature & Cut Sheets A. AquaABF Automatic Backwash Filter Brochure B. Underdrain Drawing 2615549 C. Sika Flex Sealant P/N 2612001 Data Sheet D. Filtration Media, Granular Sand P/N 2602799 Data Sheet Aeration&Mixing Biological Processes I Filtration Membranes Process Control&Monitoring Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com EXHIBIT B BID FORM ITB #20-002 NORTH FILTER BAY REHABILITATION PROJECT Item Number Quantity Unit Item Description Unit Price Extension 1 1 LS Mobilization & Demobilization $15,000.00 $15,000.00_ 2 1 LS Removal and Replacement of Granular Media $6,000.00 $6,000.00 3 1 LS Rehab Sand Filters $122,450.00 $122,450.00 4 1 LS Floating Vertex Skimmers Labor/Materials/Installation $20,000.00 $20,000.00 5 1 LS Removal and Installation of New Backwash Water Launderer $7,000.00 $7,000.00 6 1 LS Rail Cap Removal and Installation $4,000.00 $4,000.00 7 1 LS Grouting and Painting of Rail System $10,000.00 $10,000.00 8 1 LS Start Up and Commissioning $10,000.00 $10,000.00 TOTAL $194,450.00 Units: LS= Lump Sum NAME OF BIDDER Aqua-Aerobic Systems, Inc. BID PREPARED BY(PRINT) Paul Klebs, Aftermarket Sales Manager SIGNATURE 1I -J /ez,,6-‘1._ ITB#20-002 North Filter Bay Rehabilitation Project 33 EXHIBIT C BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Aqua-Aerobic Systems, Inc. ,as Principal, and Fidelity and Deposit Company of Maryland as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of(5 percent of the Contract Bid)$ 9,722.50 Nine thousand seven hundred twenty—two dollars and fifty cents (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed,this 18th day of February , 20 2Q The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the ITB #20-002 North Filter Bay Rehabilitation (Project). NOW THEREFORE I. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon p the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or ITB #20-002 North Filter Bay Rehabilitation Project 34 3.2 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety(90) days from the time and date fixed for.the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "bid" as used herein includes a bid, offer, or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. ITB #20-002 North Filter Bay Rehabilitation Project 35 BIDDER: Strike out(X) non-applicable signature blocks and complete applicable blo . All signatures must have their names printed or type below their signatu =.. If Bidder is SOLE PROPRIETORSHIP,complete this signature bloc (I) (Individual's Sig ure) (Witness) (2 (Individual's Signature) (Witness) doing business as (SEAL) (B 7. ess Address) Telephone No.) (Florida License No.) ITB#20-002 North Filter Bay Rehabilitation Project 36 If Bidder is PARTNERSHIP,complete this signature block. (I) (Pa ••rship Name) (Witne (2) (General Partner's Signature (Witness) (General Partner's Name) (SEAL) (Busi Address) elephone No.) (Florida License No.) ITB #20-002 North Filter Bay Rehabilitation Project 37 If Bidder is CORPORATION,complete this signature block. Aqua-Aerobic Systems, Inc. (1) 6-t-e--- t A.MR.I (Corporation Name) Barb Kinroth (Witness) Illinois (2)9Dp'1ivz,e& (State of Incorporation) Donnelle Herron Witness) By: William G. Decker (Name of Person Authorized to Sign-See Note 1) (SEAL) VP & GM, Equipment & Services Group (Title) (Authorized Signature) Peter G. Baumann, President & CEO (Corporation President) 6306 N. Alpine Rd. , Loves Park, IL 6: 111 (Business Address) 815/654-2501 M13000004052 (Telephone No.) (Florida License No.) ITB #20-002 North Filter Bay Rehabilitation Project 38 4410 lir 1111 1AQUA-AEROBIC SYSTEMS, INC. A Metawater Company Signatory Authorization Per Corporate By-Laws of Aqua-Aerobic Systems, Inc. dated Sept. 16, 2016 ARTICLE IV. OFFICERS Section 1. Enumeration. The officers of the Corporation shall be chosen by the Board of Directors and shall include a Chairman, a President,Vice Presidents,a Treasurer and a Secretary. The Board of Directors may also elect such other officers and agents as it may deem appropriate. Any number of offices may be held by the same person. Section 2. Term of Office. The officers of the Corporation shall be elected at the annual meeting of the Board of Directors and shall hold office until their successors are elected and qualified, or until their earlier death, termination, resignation or removal from office. Any officer or agent of the Corporation may be removed, with or without cause, by the Board of Directors whenever in its judgment the best interests of the Corporation will be served thereby, but such removal shall be without prejudice to the contract rights, if any, of the person so removed. Election or appointment of an officer or agent shall not of itself create contract rights. Any vacancy in any office because of death, resignation, termination, removal, disqualification or otherwise, may be filled by the Board of Directors for the unexpired portion of the term. Section 3. The Chairman. The Chairman shall preside at all meetings of the stockholders and of the Board of Directors. The Chairman shall cause to be called regular and special meetings of the stockholders and of the Board of Directors in accordance with these By-laws and Regulations of Board of Directors. The Chairman may sign, execute and deliver in the name of the Corporation all deeds, mortgages, bonds, contracts or other instruments authorized by the Board of Directors, except in cases where the signing, execution or delivery thereof shall be expressly delegated by the Board of Directors or by these By-Laws to some other officer or agent of the Corporation or where required by law to be otherwise signed, executed or delivered. The Chairman may sign, jointly with the Treasurer and the Secretary, certificates of stock of the Corporation. The Chairman shall appoint and remove, employ and discharge, and fix the compensation of all servants, agents, employees and clerks of the Corporation other than the duly elected or appointed officers, subject to the approval of the Board of Directors. In addition to the powers and duties expressly conferred upon the Chairman by these By- laws,the Chairman shall, except as otherwise specifically provided by the laws of the State of Illinois, have such other powers and duties as shall from time to time be assigned to the Chairman by the Board of Directors. Section 4. The President. The President shall be the chief executive and operating officer of the Corporation. The President shall have general and active management of the business and affairs of the Corporation,subject to the control of the Board of Directors, shall see that all orders and resolutions of the Board of Directors are effectuated, and shall have such other powers and duties as the Board of Directors assigns to him. He shall ensure that the books, reports, statements, certificates and other records of the Corporation are kept, made or filed in accordance with the laws of the State of Illinois. He may sign, execute and deliver in the name of the Corporation all deeds, mortgages, bonds, contracts or other instruments authorized by the Board of Directors, except in cases where the signing, execution or delivery thereof shall be expressly delegated by the Board of Directors or by these By-Laws to some other officer or agent of the Corporation or where required by law to be otherwise signed,executed or delivered. He may sign,jointly with the Treasurer and the Secretary,certificates of stock of the Corporation. He shall appoint and remove, employ and discharge, and fix the compensation of all servants, agents, employees and clerks of the Corporation other than the duly elected or appointed officers, subject to the approval of the Board of Directors. In addition to the powers and duties expressly conferred upon him by these By-laws, he shall, except as otherwise specifically provided by the laws of the State of Illinois, have such other powers and duties as shall from time to time be assigned to him by the Board of Directors. Aeration&Mixing I Biological Processes Filtration Membranes Oxidation&Disinfection Process Control Aftermarket&Customer Service 6306 N Alpine Rd. Loves Park. IL 61111-7655 p 815 654.2.501 f 815.654.2508 www.aqua-aerobic.com Page 2 of 2 Section 5. Vice Presidents. Vice Presidents shall have such powers and duties as the Board of Directors assigns to them. Each Vice President may sign, execute and deliver in the name of the Corporation all deeds, mortgages, bonds, contracts or other instruments authorized by the Board of Directors, except in cases where the signing, execution or delivery thereof shall be expressly delegated by the Board of Directors or by these By- Laws to some other officer or agent of the Corporation or where required by law to be otherwise signed, executed or delivered. In addition to the powers and duties expressly conferred upon them by these By-laws, they shall, except as otherwise specifically provided by the laws of the State of Illinois, have such other powers and duties as shall from time to time be assigned to them by the Board of Directors. Section 6. Secretary. The Secretary shall: (a) keep a record of all proceedings of the shareholders,the Board of Directors and any committees thereof in one of more books provided for that purpose; (b)give, or cause to be given, all notices that are required by law or these By-laws to be given by the Secretary; (c)be custodian of the corporate records and, if the Corporation has a corporate seal, of the seal of the Corporation; (d)have authority to affix the seal of the Corporation to all instruments the execution of which requires such seal and to attest such affixing of the seal; (e)keep a register of the post office address of each shareholder which shall be furnished to the Secretary by such shareholder; (f) sign, with the Chairman, the President, Vice Presidents or any other officer thereunto authorized by the Board of Directors, any certificates for shares of the Corporation, or any deeds, mortgages, bonds, contracts or other instruments which the Board of Directors has authorized to be executed by the signature of more than one(1)officer; (g)have general charge of the share transfer books of the Corporation; (h) have authority to certify as true and correct copies of the By-laws, or resolutions of the shareholders, the Board of Directors and committees thereof, and of other documents of the Corporation; and (i) in general, perform the duties incident to the office of secretary and such other duties as from time to time may be prescribed by the Board of Directors, the Chairman, the President or Vice Presidents.The Board of Directors may give general authority to any other officer to affix the seal of the Corporation and to attest such affixing of the seal. Section 7. Treasurer. The Treasurer shall be the principal accounting and financial officer of the Corporation. The Treasurer shall: (a) have charge of and be responsible for the maintenance of adequate books of account for the Corporation; (b) have charge and custody of all funds and securities of the Corporation, and be responsible therefor and for the receipt and disbursement thereof; and(c)perform the duties incident to the office of treasurer and such other duties as may from time to time be prescribed by the Board of Directors, the Chairman, the President, Vice Presidents. The Treasurer may sign with the Chairman. the President, Vice Presidents or any other officer thereunto authorized by the Board of Directors, certificates for shares of the Corporation. If required by the Board of Directors,the Treasurer shall give a bond for the faithful discharge of his or her duties in such sum and with such surety or sureties as the Board of Directors may determine. Section 8. Other Officers and Agents. Any officer or agent who is elected or appointed from time to time by the Board of Directors and whose duties are not specified in these By-laws shall perform such duties and have such powers as may from time to time be prescribed by the Board of Directors or the Chairman. Section 9.Duties of Officers May be Delegated. In case any officer is absent, or for any other reason that the Board of Directors may deem sufficient, the Chairman or the Board of Directors may delegate for the time being the powers or duties of such officer to any other officer or to any member of the Board of Directors. Aeration&Mixing ( Biological Processes Filtration Membranes Process Control&Monitoring ' Aftemiarket Parts&Services 6306 N.Alpine Rd. Loves Park.IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com SURETY Witness: (If agency is not a Corporation) Fidelity and Deposit Company of Maryland9 (Surety Business Name) (I) 4Egli, • 1299 Zurich Way, 5th Floor Kristi . Beer(Witness) Schaumburg, IL 60196-1056 rincipal Place of Business) (2) �5 /�•- Je sa -0'011;1.1—itness) By: (Surety Agent's Signature-See Note 2) Attest: (If Ag y is a Corpor ion) Annette Audinot, Non-Resident License#W311780 (Surety Agent's Name) (Corporate Secretary Signature) Attorney-In-Fact Scott R. Willis, VP & CFO (Surety Agent's Title) (Corporate Secretary Name) Marsh USA Inc. (Business Name of Local Agent for Surety) 1560 Sawgrass Corporate Parkway (Corporate Seal) International Plaza I Sunrise, FL 33323 (Business Address) 954-240-3489 74735-ZUR-2020-2 (Telephone No.) (Bond No.) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice-president. (2) Complete and attach a certified copy of "Power-of-Attorney" prepared by Surety appointing individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized"Attorney-in-Fact". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. (6) Bid security is required only when the Bidder has less than three years of corporate existence. ITB #20-002 North Filter Bay Rehabilitation Project 39 ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF New Jersey ) COUNTY OR CITY OF Morris ) Before me, a Notary Public, by means of ® physical presence or 0 online notarization Annette Audinot known to me,and known to be the Attorney-in-Fact of Fidelity and Deposit Company of Maryland a Illinois Corporation, which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Fidelity and Deposit Company of Maryland were affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of Fidelity and Deposit Company of Maryland (Surety Company) Given under my hand and seal this 18th day of February ,20 20 APRIL PEREZ (Notary Public) \ NOTARY PUBLIC J t My Commission Expires cTATF OF NEW JEY "COMMISSION EXPIRES APR.16,2024 END OF SECTION ITB#20-002 North Filter Bay Rehabilitation Project 40 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Annette Audinot , its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver, for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies, as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 1 Ith day of July,A.D.2019. * 1711 • ;g ••••• (' sage �$j in. : 86A L ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D.Murray Vice President 1 j(-(4 X', to }i.tti)' By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this l Ith day of July, A.D.2019, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. Ck ii,`/► p7 I :, . Constance A.Gunn,Notary Public '�a;;ij i i::'�,� My Commission Expires:July 9,2023 f 1 1 1 THE FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1299 Zurich Way Schaumburg,IL 60196 Statement of Financial Condition As Of December 31,2018 t ASSETS Bonds $ 245,255,635 Stocks 22,855,569 I Cash and Short Term Investments 3,092,872 Reinsurance Recoverable 73,242,781 . Federal Income Tax Recoverable 42,258 • Other Accounts Receivable 4,801,363 3 t TOTAL ADMITTED ASSETS $ 349,290,278 f LIABILITIES,SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses $ 106,785 Ceded Reinsurance Premiums Payable 46,727,605 Remittances and Items Unallocated 125,000 E Payable to parents,subs and affiliates 28,621,373 1 Securities Lending Collateral Liability 0 E TOTAL LIABILITIES $ 75,580,762 Capital Stock,Paid Up $ 5,000,000 Surplus 268,709,716 I Surplus as regards Policyholders 273,709,716 c TOTAL $ 349,290,478 1 • Securities carried at$162,739,508 in the above statement are deposited with various states as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for all bonds and stocks owned,the Company's total admitted assets at December 31,2018 would be$349,736,423 and surplus as regards policyholders$274,155,661. I,DENNIS F.KERRIGAN,Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing statement is a correct exhibit o •• assets and liabilities of the said Company on the 31st • day of December,2018. NM g o 1 Corporate Secretary t d t State of Illinois City of Schaumburg } SS: g1 Subscribed and sworn to,before me,a Notary Public of the State of Illinois,in the City of Schaumburg,t .20'",day of March,2019. F I /. )i___ / i ji,k( • .. 5 \\,/i ( .f (/,/41 ) , _ . , ______>------- Notary Public il KATHERINE R SCHULTZ r Official Seal Notary Public•Slate of Illinois My Commission Expires Nov 16,2019 20. LIST OF SUBCONTRACTORS: In order to assess the experience of the installing contractor for this project, the name and license number of the installing contractor's firm and the names of at least 4 people to be utilized on the work crew shall be provided. Names and references for at least 5 installations of traveling bridge filter underdrains the installing contractor has installed in the last 5 years shall be provided at the time of the proposal. Note that at the time of the actual installation, in case of an emergency, one of the people named on the proposal can be swapped out for another person if the new personnel has experience on at least 5 other underdrain rehabilitation projects. Bob Renner, 20+ years of experience Eric Renner, 10+ years of experience Mike Smith, 5 years of experience Steve Smith, 5 years of experience Please refer to Section 8 for underdrain references, copy of FL contractor's license, and additional information. SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: None (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor/temporary worker agency listed and has received and has in the Bidder'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's approval before any work shall commence by the additional subcontractor on this project. 21. LIST OF EQUIPMENT AND TECHNICAL INFORMATION: Bidder shall provide a detailed list of all equipment being provided by the Bidder. The list shall include quantity and designation of all system components. Bidder shall provide technical data sheets for media, caulk and porous plates. 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. None ITB #20-002 North Filter Bay Rehabilitation Project 21 (Attach additional sheets if necessary) 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past five years. The Bidder shall have experience in the design and manufacture of the specified porous plate technology for a minimum of five (5) years and shall be able to demonstrate a minimum of ten (10) installations of similar size having operated in the state of Florida for a minimum of 5 years. The Bidder shall submit the list of the installations with their proposal. For each listed project, provide: (a) client's name; (b) contract date; (c) amount of contract; (d) whether Bidder was the prime contractor or a subcontractor; and (e) contact information (name of contact, address, telephone number, and e-mail address). Please refer to Section 8A for Aqua-Aerobic Systems. Inc. and Section 8B for National Water Treatment Services' installation references and additional information. Do you have any similar work in progress at this time? Yes'No Length of time in business 50 years . Bank or other financial references: BMO Harris Bank N.A. 111 West Monroe Chicago, IL 60603 Routing #: 071000288 Account#: 1605617 Please also refer to Section 6C for our Credit References and additional information. (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the ITB#20-002 North Filter Bay Rehabilitation Project 22 litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none,then please say so. No litigation claims have been filed against the bidder in the past five (5) years. (Attach additional sheets if necessary) 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. 1 Dated 2/20/2020 No. Dated No. Dated 25. EXCEPTIONS: Bidder shall provide a detailed list of any exceptions, functional differences, or discrepancies between the Bidder's proposed system and the contract requirements or a statement that there are none. Exceptions may be justification by the City for rejection of Bid. Aqua-Aerobic Systems. Inc. confirms we do not have any exceptions, functional differences, or discrepancies between our proposed system and the contract requirements. (Remainder of page left blank intentionally.) ITB#20-002 North Filter Bay Rehabilitation Project 23 QUESTIONNAIRE DATE: 2/20/2020 PROJECT IDENTIFICATION: North Filter Bay Rehabilitation Project NAME OF BIDDER: Aqua-Aerobic Systems, Inc. BUSINESS ADDRESS: 6306 N. Alpine Road, Loves Park, IL 61111 815/654-2501 (switchboard) TELEPHONE NO.:815/639-4466 (Paul Klebs) EMAIL pklebs@aqua-aerobic.com M13000004052 FL. Pleas( CONTRACTOR'S LICENSE NO AND STATE ISSUED (PROVIDE COPY):refer to Section 8B for cop, SUNBIZ REGISTRATION NUMBER: F13000002009 This questionnaire is intended to provide descriptive information about the Bidder and to offer the opportunity for the Bidder to demonstrate its compliance with the minimum requirements of this Invitation to Bid. With regard to Bidder's qualifications, the answers provided in this section should apply to both the supplier and the installer. The relevance and quality of prior experience necessary to identify a responsive Bidder shall be judged solely by the City of Ocoee at its discretion and is not reviewable through the bid protest process. Resumes of key project team members and their expected role in the project should be attached to this section and included in the bid package submitted by the Bidder. The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. 1. How many years has your organization been in business? Known as Aqua-Aerobic Systems. Inc. since 1969. 2. Describe and give the date and owner of the last ten (10) projects that you have completed similar in type, size, and nature as the one proposed. For each project, list the name of the project, describe your role in the project, the total value of the work you completed, and special conditions present that had to be overcome, the Bidder's project manager, the client's project manager, a reference person familiar with your work on the project, and contact information for that person. The relevant project shall be removed from the list of references if the listed contact person refuses to provide information regarding your performance. Please refer to Section 8A for Aqua-Aerobic Systems, Inc. and Section 8B for National Water Treatment Services' installation references and additional information. ITB#20-002 North Filter Bay Rehabilitation Project 24 3. Have you ever failed to complete work awarded to you? If so, where and why? No, we have not ever failed to complete awarded work. 4. Name the proposed members of your project leadership team, listing the name and title for each person. Attach the resume of each named person who is presented as the means for the Bidder to meet the minimum five (5) year experience requirements listed in the Scope of Work and Section 22 References/Experience: Paul Klebs - Aftermarket Sales Manager* Dave Cornford - Project Manager* Bob Renner - National Water Treatment Services LLC (NWTS) *Please refer to Section 6A for our "Company Profile and Capabilities" that provides Paul's resume on page 14 and Dave's resume on page 10. 5. Have you personally inspected the site of the proposed Work? Yes If so, describe any anticipated problems with the site and your proposed solutions? None. 6. Will you Subcontract any part of the Work? If so, describe which portions by listing the name of the subcontractor, the part of the project they are to perform, and the percentage proportion of the Work represented by that activity, see Section 20: Yes, we will be subcontracting part of the work. National Water Treatment Services LLC will perform the removal of the existing equipment and installation of the new equipment. This represents 60% of the work on the project. A local welder will be hired to tack weld the new rail caps onto the existing rails. ITB#20-002 North Filter Bay Rehabilitation Project 25 7. What equipment do you own that is available for the Work? Small tools as needed to tear out the underdrain. Belt sander to clean the rails. Air chisels to remove grout, if needed. 8. What equipment will you purchase for the Work? None. 9. What equipment will you rent for the Work? Vacuum truck to remove the existing media. 10. In order to assure ongoing support of the project after the equipment installation, the Bidder shall confirm in their proposal that a Factory Trained Field Service Representative (not a sales representative) shall reside within 250 miles of the project location. The name, location and years of relevant experience of the Field Service Representative shall be provided with the proposal: Jim Kellogg of Cape Coral FL. Jim has 22 years of relevant experience. Please refer to Section 6A for our "Company Profile and Capabilities" that provides Jim's resume and other information on page 13. 11. State the true and exact, correct, and complete name under which you do business and give the company officer and the address of the office that will be responsible for the Work: Aqua-Aerobic Systems, Inc. 6306 N. Alpine Road Loves Park, IL 61111 Bill Decker, Vice President & General Manager, Equipment and Services Group END OF SECTION ITB#20-002 North Filter Bay Rehabilitation Project 26 **,14r )( 1IArrrtn BID CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Bidders must disclose within their Bid: the name of any City of Ocoee employee, Mayor or City Commissioner, other City Official, or City Consultants, who owns assets or capital stock, directly or indirectly, in the Bidder's firm or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this Bid. (Indirect ownership or benefit applies to any members of his or her immediate family.) Bidder 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, Bidder 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, Staff, and other key City employees and consultants involved in the award and administration 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 Bid. The undersigned firm,by attachment to this form,submits information which may be a potential conflict of interest for this Bid. Acknowledged by: Aqua-Aerobic Systems, Inc. Firm Name Signature William G. Decker, Vice President & General Manager, Equipment & Services Group Name and Title(Print or Type) ITB#20-002 North Filter Bay Rehabilitation Project 41 r, :.. w 4p:t ss .N:.. AQUA-AEROBIC SYSTEMS, INC. A Metawater Company CERTIFICATE OF NON-SEGREGATED FACILITIES We, Aqua-Aerobic Systems, Inc. Certify that we do not and will not maintain or provide for our employees any segregated facilities at any of our establishments, and that we do not and will not permit our employees to perform their services at any location, under our control, where segregated facilities are maintained. We understand and agree that breach of this certification is a violation of Equal Opportunity clause required by Executive Order 11246, amended. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom or otherwise. We further agree that(except where we have obtained identical certifications from proposed Subcontractors for specific time periods)we will obtain identical certifications from proposed Subcontractors prior to the award of subcontracts exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity clause;that we will retain such certification in our files;and that we will forward the following notice to such proposed Subcontractors(except where the proposed Subcontractors have submitted identical certifications for specific time periods). NOTICE TO PROSPECTIVE SUBBUILDERS OF REQUIREMENT FOR CERTIFICATION OF NON- SEGREGATED FACILITIES. A certification of Non-segregated facilities as required by the 9 May 1967 order on Elimination of Segregated Facilities,by the Secretary of Labor(32 Fed.Reg.7439, 19 May 1967),must be submitted from the provisions either for each subcontract or for all subcontracts during a period(i.e.quarterly, semi-annually,or annually). NOTE: Whoever knowingly and willfully makes any false, fictitious or fraudulent representation may be liable to criminal prosecution under 18 U.S.C. 1001. A ua-Aerobic Systems, Inc. By: William G. Decker Date: February 17, 2020 Title: V.P. & GM, Equipment & Services Group Aeration&Mixing I Biological Processes I Filtration I Membranes I Oxidation&Disinfection I Process Control I Aftermarket&Customer Service 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com NWTS Certificate of Non-Segregated Facilities We, National Water Treatment Services, certify that we do not and will not maintain or provide for our employees any segregated facilities at any of our establishments, and that we do not and will not permit our employees to perform their services at any location, under our control, where segregated facilities are maintained. We understand and agree that breach of this certification is a violation of Equal Opportunity clause required by Executive Order 11246, amended. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time docks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom or otherwise. We further agree that(except where we have obtained identical certifications from proposed Subcontractors for specific time periods)we will obtain identical certifications from proposed Subcontractors prior to the award of subcontracts exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity clause;that we will retain such certification in our files;and that we will forward the following notice to such proposed Subcontractors(except where the proposed Subcontractors have submitted identical certifications for specific time periods). NOTICE TO PROSPECTIVE SUBBUILDERS OF REQUIREMENT FOR CERTIFICATION OF NON- SEGREGATED FACILITIES. A certification of Non-segregated facilities as required by the 9 May 1967 order on Elimination of Segregated Facilities,by the Secretary of Labor(32 Fed. Reg. 7439, 19 May 1967),must be submitted from the provisions either for each subcontract or for all subcontracts during a period(i.e.quarterly,semi. annually,or annually). NOTE: Whoever knowingly and willfully makes any false, fictitious or fraudulent representation may be liable to criminal prosecution under 18 U.S.C. 1001. Na ' al W ter fir atment Services LLC Y B : Robert Renner Date: February 19, 2020 Title:Owner/ President "Providing Quality Water Solutions" Phone: 701-204-7104 Fax:701-204-7104 Mail: PO Box 2394 Bismarck, ND 58502 • AQUA-AEROBIC SYSTEMS, INC. DRUG-FREE WORKPLACE The Drug-Free Workplace Act of 1988(Public Law 100-690)requires employers with federal contracts for procurement of any property or service of a value of$25,000 or more to take certain affirmative steps to assure a drug-free workplace. As required by this law,our statement of policy prohibiting substance abuse on Company premises is attached. The law further requires that each employee acknowledge receipt of the statement of policy and agree to abide by its contents.An acknowledgement form is attached for your signature. A copy of Public Law 100-690 is on file with the Company Secretary;and a copy of same may be requested of her by any employee. AQUA-AEROBIC SYSTEMS, INC. STATEMENT OF POLICY FOR A DRUG FREE WORKPLACE The following is a statement of the Company's policy prohibiting substance abuse on Company premises. 1. It is the intent of the Company to provide a drug free healthful, safe and secure work environment.The unlawful manufacturer,distribution, dispensation,possession or use of a controlled substance is prohibited on the Company premises or while performing any company business. 2. The term"controlled substance"means a controlled substance in Schedules I through V of Section 202 of the Controlled Substance Act. (A copy of the Schedules I through V of the Controlled Substance Act is attached hereto.) 3. Prior to being hired as a permanent employee,the applying person will be sent to a selected facility for a physical examination including a drug test. Refusal to take this test means the person will not be hired,as will a positive drug test,which will be confirmed by a second test. 4. Any violation of this policy will result in disciplinary action, up to and including termination,even for a first offense. 5. The Company recognizes drug dependency as an illness and a major health problem. The Company also recognizes drug abuse as a potential health,safety and security problem.Employees needing help in dealing with such problems are encouraged to discuss them with their supervisor and to use the Company Medical Insurance plan for professional treatment. Conscientious efforts to seek such help will not jeopardize any employee's job and will not be noted in any personnel record. 6. Employees must as a condition of employment abide by the terms of the above policy and report any conviction under a criminal drug statute for violations occurring on or off Company premises while conducting Company business. A report of a conviction must be made within five(5)days after the conviction. This requirement is mandated by the Drug Free Workplace Act of 1988. 7. As a prerequisite to being employed by the Company,you are required to sign the attached form acknowledging that you received a copy of this policy and that you agree to abide by the terms of this policy. Current employees are also asked to sign the acknowledgement form. DRUG ABUSE PREVENTION Schedule I a. Unless specifically excepted or unless listed in another schedule,any of the following opiates,including their insomers, esters,ethers,salts, and salts of isomers,esters,and ethers,whenever the existence of such isomers,esters,ethers, and salts is possible within the specific chemical designation: Acetylmethadol Diethylthiambutene Morpheridine Allyiprodine Dimenoxadol Noracymethadol Alphacetylmathadol Dimepheptanol Norlevorphanol Alphameprodine Dimethylthiambutene Normethadone Alphamethadol Dioxaphetyl butyrate Norpipanone Benzethidine Dipipanone Phenadoxone Betacetylmethadol Ethylmethylthiambutene Phenampromide Betameprodine Etonitazene Phenomorphan Betamethadol Etoxeridine Phenoperidine Betaprodine Furethidine Piritramide Clonitazene Hydroxypethidine Proheptazine Dextromoramide Ketobemidone Properidine Dextrorphan Levomoramide Racemoramide Diampromide Levophenacylmorphan Trimeperidine 09/01/98 policies/drugpoi.doc 2 b. Unless specifically excepted or unless listed in another schedule,any of the following opium derivatives, their salts, isomers,and salts of isomers whenever the existence of such salts, isomers,and salts of isomers is possible within the specific chemical designation: Acetorphine Etorphine Myrophine Acetyldihydrocodeine Heroin Nicocodeine Benzylmorphine Hydromorphinol Nicomorphine Codeine methylbromide Methyldesorphine Normorphine Codeine-N-Oxide Methylhydromorphine Pholcodine Cyprenorphine Morphine methylbromide Thebacon Desomorphine Morphine methylsulfonate Dihydromorphine Morphine-N-Oxide c. Unless specifically excepted or unless listed in another schedule,any material,compound, mixture, or preparation,which contains any quantity of the following hallucinogenic substances,or which contains any of their salts, isomers,and salts of isomers whenever the existence of such salts, isomers, and salts of isomers is possible within the specific chemical designation: 3,4-methylenedioxy amphetamine Lysergic acid diethylamide 5-methoxy-3,4-methylenedioxy Marihuana 3,4,5-trimethoxy amphetamine Mescaline Bufotenine Peyote Diethyltryptamine N-ethyl-3-piperidyl benzilate Dimethyltryptamine N-methyl-3-piperidyl benzilate 4-methyl-2, Psilocybin 5-dimethoxyamphetamine Psilocyn Ibogaine Tetrahydrocannabinols Schedule ll a. Unless specifically excepted or unless listed in another schedule,any of the following substances whether produced directly or indirectly by extraction from substances of vegetable origin,or independently by means of chemical synthesis,or by a combination of extraction and chemical synthesis: 1. Opium and opiate,and any salt,compound,derivative,or preparation of opium or opiate. 2. Any salt,compound,derivative,or preparation thereof which is chemically equivalent or identical with any of the substances referred to in clause(1), except that these substances shall not include the isoquinoline alkaloids of opium. 3. Opium poppy and poppy straw. 4. Coca leaves except coca leaves and extracts of coca leaves from which cocaine, ecgonine,and derivatives of ecgonine or their salts have been removed;cocaine, its salts, optical and geometric isomers,and salts of isomers;ecgonine,its derivatives,their salts, isomers,and salts of isomers;or any compound, mixture,or preparation which contains any quantity of any of the substances referred to in this paragraph. b. Unless specifically excepted or unless listed in another schedule,any of the following opiates, including their isomers,esters,ethers,salts,and salts of isomers,esters and ethers,whenever the existence of such isomers,esters,ethers,and salts is possible within the specific chemical designation: Alphaprodine Methadone-Intermediate,4- Pethidine-Intermediate-B,ethyl-4- Anileridine cyano-2-dimethylamino-4, phenylpiperidine-4- Bezitramide 4-diphenyl butane carboxylate Dihydrocodeine Moramide-Intermediate,2- Pethidine-Intermediate-C, 1- Diphenoxylate methyl-3-morphotino-1, 1- methyl-4 phenylpiperidine-4- Fentanyl diphenylpropane-carboxylic carboxylic acid Isomethadone acid Phenazocine Levomethorphan Pethidine Piminodine Levorphanol Pethidine-Intermediate-A,4- Racemethorphan Metazocine cyano-1-methyl-4- Racemorphan Methadone phenylpiperidine 09/01/98 policies/drugpol.doc 3 c. Unless specifically excepted or unless listed in another schedule,any injectable liquid which contains any quantity of methamphetamine,including its salts,isomers,and salts of isomers. Schedule Ill a. Unless specifically excepted or unless listed in another schedule,any material,compound, mixture, or preparation which contains any quantity of the following substances having a stimulant effect on the central nervous system: 1. Amphetamine, its salts,optical isomers,and salts of its optical isomers. 2. Phenmetrazine and its salts. 3. Any substance(except an injectable liquid)which contains any quantity of methamphetamine, including its salts, isomers, and salts of isomers. 4. Methylphenidate b. Unless specifically excepted or unless listed in another schedule,any material,compound,mixture, or preparation which contains any quantity of the following substances having a depressant effect on the central nervous system: Any substance which contains any quantity of a derivative of barbituric acid,or any salt of a derivative of barbituric acid. Chorhexadol Phencyclidine Glutethimide Sulfondiethylmethane Lysergic acid Sulfonethylmethane Lysergic acid amide Sulfonmethane Methyprylon c. Nalorphine d. Unless specifically excepted or unless listed in another schedule, any material,compound,mixture, or preparation containing limited quantities of any of the following narcotic drugs,or any salts thereof: 1. Not more than 1.8 grams of codeine per 100 milliliters or not more than 90 milligrams per dosage unit,with an equal or greater quantity of an isoquinoline alkaloid of opium. 2. Not more than 1.8 grams of codeine per 100 milliliters or not more than 90 milligrams per dosage unit,with one or more active, nonnarcotic ingredients in recognized therapeutic amounts. 3. Not more than 300 milligrams of dihydrocodeinone per 100 milliliters or not more than 15 milligrams per dosage unit,with a fourfold or greater quantity of an isoquinoline alkaloid of opium. 4. Not more than 300 milligrams of dihydrocodeinone per 100 milliliters or not more than 15 milligrams per dosage unit, with one or more active, nonnarcotic ingredients in recognized therapeutic amounts. 5. Not more than 1.8 grams of dihydrocodeine per 100 milliliters or not more than 90 milligrams per dosage unit,with one or more active, nonnarcotic ingredients in recognized therapeutic amounts. 6. Not more than 300 milligrams of ethylmorphine per 100 milliliters or not more than 15 milligrams per dosage unit,with one or more active, nonnarcotic ingredients in recognized therapeutic amounts. 7. Not more than 500 milligrams of opium per 100 milliliters or per 100 grams,or not more than 25 milligrams per dosage unit,with one or more active, nonnarcotic ingredients in recognized therapeutic amounts. 8. Not more than 50 milligrams of morphine per 100 milliliters or per 100 grams with one or more active, nonnarcotic ingredients in recognized therapeutic amounts. 09/01/98 policies/drugpol.doc 4 Schedule IV Barbital Meprobamate Chloral betaine Methylphenobarbital Chloral hydrate Paraldehyde Ethchlorvynol Petrichloral Ethinamate Phenobarbital Methohexital Schedule V Any compound,mixture,or preparation containing any of the following limited quantities of narcotic drugs,which shall include one or more nonnarcotic active medicinal ingredients in sufficient proportion to confer upon the compound, mixture,or preparation valuable medicinal qualities other than those possessed by the narcotic drug alone: 1. Not more than 200 milligrams of codeine per 100 milliliters or per 100 grams. 2. Not more than 100 milligrams of dihydrocodeine per 100 milliliters or per 100 grams. 3. Not more than 100 milligrams of ethylmorphine per 100 milliliters or per 100 grams. 4. Not more than 2.5 milligrams of diphenoxylate and not less than 25 micrograms of atropine sulfate per dosage unit. 5. Not more than 100 milligrams of opium per 100 milliliters or per 100 grams. 09/01/98 policies/drugpol.doc 5 EXHIBIT E ITB#20-002 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM"ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. Aqua-Aerobic Systems, Inc. 815/639-4423 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) 815/654-8623 FAX (INCLUDE AREA CODE) bdecker@aqua-aerobic.com E-MAIL ADDRESS EifyIF REMITTANCE ADDRESS IS DIFFERENT UTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, William G. Decker PLEASE INDICATE BELOW: V.P. & G.M, Equipment & Service Group NAME/TITLE(PLEASE PRINT) Aqua-Aerobic Systems, Inc. 6306 N. Alpine Road P.O. Box 71521, Chicago, IL 60694-1521 STREET ADDRESS Loves Park, IL 61111 City STATE ZIP FEDERAL ID# 36-1795700 Individual ?Corporation Partnership Other(Specify) Sworn to(or affirmed) and subscribed before me by means of ethysical presence or 0 online notarization this 20th day of February ,2020. Personally Known se or Produced Identification Personally Known Notary Public-State of Illinois (Type of Identification) County ofWinnebago sea ,--- 0a1,1,—.1,1-e—,-. ,C�I44,1"-- 4 OFFICIAL SEAL i Signature of Notary Public 4 DONNELLE HERRON I I Notary Public-State of Illinois 1 My Commission Expires 10/08/2022 I --D0/1/-7..e//e_ /i,erf;p,--\ Printed,typed or stamped Commissioned name of Notary Public ITB#20-002 North Filter Bay Rehabilitation Project 48 AQUA-AEROBIC SYSTEMS, INC. A Metawater Company COMPANY PROFILE AND CAPABILITIES . . • • •' 4 • •-•••`: • GENERAL INFORMATION ABOUT OUR COMPANY Aqua-Aerobic Systems is an applied engineering company specializing in FACILITY/TEST FACILITY adaptive water management solutions including aeration/mixing, biological 125,000 square feet office and processes, cloth media filtration, membranes, oxidation/disinfection and manufacturing (25% office space process control. Since 1969, the company has served the water and and 75% manufacturing space) wastewater industry by providing both municipal and industrial customers 250,000 gallon (950 m3)test tank around the world with advanced technologies and treatment solutions 55,000 gallon (209 m3) test tank that easily adapt to changing demands. From enhanced nutrient removal RESEARCH & TECHNOLOGY to primary filtration, ultra low phosphorus removal or water reuse,Aqua- CENTER Aerobic has proven solutions that offer the lowest cost of ownership with life time customer service. Located at the Rock River Water Reclamation District, this on-site MISSION research facility allows Aqua- Aerobic to conduct extensive Make a Good Company a Great One! research and testing on new STRATEGIC INTENT products and process concepts. To build Aqua-Aerobic Systems, Inc. into a global technology leader REPRESENTATION that provides water treatment solutions for aeration/mixing, biological 150 Sales Representatives in processes, filtration, disinfection, and aftermarket sales and services. To the US, Canada, Mexico and grow our company through technological leadership and partnerships throughout the world. Most are with our customers. To uphold the values that have been the key to the graduate engineers and have success of Aqua-Aerobic Systems, Inc. design capabilities. MARKETS 85% United States, Canada, Virgin Islands ,'# 15% International lit 4 .. INSTALLATIONS More than 10,000 installations t worldwide Peter G. Baumann, MBA Kevin L. Heasley. EIT President& CEO Vice President, Operations James Horton William G. Decker, E.I.T. Scott R. Willis Vice President, Process Group Vice President & General Manager, Vice President& Chief Equipment and Services Group Financial Officer ---- 2 Loves Park, IL 61111 • 815.654.2501 • www.aqua-aerobic.com GENERAL INFORMATION ENGINEERING & TECHNICAL EXPERTISE Aqua-Aerobic Systems, Inc. has a full staff of process, mechanical and electrical engineers, product managers, R&D staff, customer service and field service specialists. Total Employees 160 (Office and Manufacturing) Operations 1 Vice President Administration 10 Technical Managers&Officers Manufacturing 1 Manager 11 Shop Employees Process Group 1 Vice President Project Management 1 Senior Project Managers Cloth Media Filtration 1 Product Manager 2 Project Managers 1 Product Channel Manager Research & 1 Director 1 Senior Process Engineer Development 1 Manager Biological Processes 1 Product Manager 6 Degreed Engineers/Support 1 Product Channel Manager Personnel 3 Senior Process Engineers Engineering 1 Director Domestic Sales 4 Regional Managers 4 Managers International Sales 1 International Business Manager 28 Degreed Engineers/Support Personnel Industrial Sales 1 Industrial Business Manager Applications 1 Manager Engineering 5 Project Applications Engineers 4 Applications Engineers Equipment& 1 Vice President Services Group Aeration &Mixing 1 Manager 4 Support Personnel Oxidation&Disinfection 1 Manager 1 Support Person • Customer Service/ 1 Manager Field Service 13 Employee Outside Service Y Providers 12 Authorized Service Providers 2 Inside Personnel vat' Aftermarket Service 1 Manager 8 Support Personnel FINANCIAL INFORMATION Aqua-Aerobic Systems, Inc. is a well financed company with sales approaching $100 Million.Aqua-Aerobic Systems, Inc. also has extensive bonding capabilities. Primary Banking BMO Harris Bank, Rockford, Illinois Auditors RSM McGladrey, Rockford, Illinois 3 Loves Park, IL 61111 • 815.654.2501 • www.aqua-aerobic.com COMPANY HISTORY In 1919, Rockford, Illinois was a rapidly growing riverfront community. Race Street, in the center of town, was home to Solem Machine Company, a respected manufacturer of woodworking equipment. As the city grew and thrived, so did the company. In 1958, larger facilities were needed and the company moved to 6306 N. Alpine Road. In 1964, a group of investors, including Aqua-Aerobic Systems, Inc. President, John D. Brubaker (retired), purchased this well established manufacturing firm. With an eye toward the future, these investors considered the changing market needs and began expanding the product line. Soon after, the company was positioned to meet the demands of a new and growing environmental industry. In 1969, Solem Machine Company purchased Aqua-Aerobic Systems and began manufacturing its own line of surface aerators, the Aqua-Jet". The Aqua-Jer aerator quickly revolutionized the aerator industry, which led to the company phasing out its other product lines and shifting its focus exclusively to wastewater treatment. In 1976, that commitment resulted in Solem Machine Company's decision to legally adopt the name Aqua-Aerobic Systems, Inc. In 1989, an additional 35,000 square feet of office and manufacturing space was constructed to accommodate the company's rapid growth. Due to increased requests for Aqua's technical seminars and an increase in local business due to growth of the Chicago suburbs, Aqua-Aerobic once again expanded its facilities. In April 2005, another 25,000 square feet was added to the existing building for new, state- of-the-art seminar facilities, more meeting areas, a formal lunchroom, and new offices. The exterior of the new building is environmentally friendly, utilizing glass to promote natural heat and lighting. The existing building was renovated and included conversion of 4,800 square feet of office space into manufacturing space. Existing office areas were also remodeled to coincide with the interior of the new building. Construction was complete in Spring 2006 and included space for company growth. The new high-tech facilities allow Aqua-Aerobic to accommodate larger seminar audiences and to provide remote webcasts. In 2016, Aqua-Aerobic Systems merged with Metawater Co., Ltd., (Tokyo, Japan) an international company and leading supplier of advanced water and wastewater solutions. Currently, Aqua-Aerobic employs approximately 160 persons in manufacturing, engineering, sales/marketing and administration. The company's product line includes: surface aerators, diffused aeration systems, surface spray coolers, direct-drive mixers, batch reactor systems, cloth media filters, sand media filters, membrane systems, control panels, and process management control systems. The company's dedication to research and development ensure the availability of products to meet unique applications and changing requirements.Aqua-Aerobic has gained recognition for quality products. Our commitment to environmental preservation and product integrity ensures continued success well into the 21st century. 4 Loves Park, IL 61111 • 815.654.2501 • www aqua-aerobic com TRADEMARKS & PRODUCT LINE PATENTS Aqua-Aerobic Systems, Inc. holds 45 patents for processes and equipment used in wastewater treatment systems. PRODUCTS AND SYSTEMS TYPICAL INDUSTRIES SERVED Aeration & Mixing • Pulp & Paper Aqua-Jet's Surface Mechanical Aerator • Food/Dairy Aqua-Jet II®Contained Flow Aerator • Beverage AquaDDM® Direct-drive Mixer • Chemical ThermoFlo®Surface Spray Cooler • Petroleum/Petrochemical Endura"Series Limited Maintenance Product • Textile OxyMix Pure Oxygen Mixer OxyStar"Aspirating Aerator • Energy/Utility Fold-a-Float°Self-deploying Segmented Float • Pharmaceutical SAF-T Float®Safe Accessible Float Technology Biological Processes Filtration (continued) Aqua MixAir`'Aeration System OptiFiber PF-14®Cloth Filtration Media AquaCAM-D"'Combination Aerator/Mixer/Decanter OptiFiber UFS-9'Cloth Filtration Media AquaSBR"Sequencing Batch Reactor AquaABF°Automatic Backwash Filter AquaNereda®Aerobic Granular Sludge Technology Membranes Aqua MSBR' Modified Sequencing Batch Reactor Aqua MultiBore"P-Series Polymeric Membrane System AquaPASS®Phased Activated Sludge System Aqua MultiBore"®C-Series Ceramic Membrane System Aqua BioMax''Dual Treatment System AquaMB Process®Multiple-Barrier Membrane System AquaEnsure®Ballast Decanter Aqua-Aerobic®MBR Membrane Bioreactor System Aqua EnduraTube® Fine-bubble Tube Diffuser Aqua EnduraDisc®Fine-bubble Disc Diffuser Disinfection Aqua CB-24°Coarse-bubble Diffuser Aqua ElectrOzone®F-Series Ozone Generator Aqua ElectrOzone®M-Series Modular Ozone Generator Filtration AquaDisk"Cloth Media Filter Controls and Monitorinq AquaDiamond"Cloth Media Filter IntelliPro®Monitoring and Control System AquaDrum®Cloth Media Filter Aqua MiniDisk®Cloth Media Filter Aqua MegaDisk'Cloth Media Filter � ' ". AquaPrime®Cloth Media Filter , AquaStormT" Cloth Media Filter o ) OptiComb" Backwash System OptiFiber®'Cloth Filtration Media OptiFiber PES-13®Cloth Filtration Media OptiFiber PA2-12®Cloth Filtration Media OptiFiber PES-14®Cloth Filtration Media i " •• 5 Loves Park, IL 61111 • 815.654.2501 • www.aqua-aerobic com COMMUNITY INVOLVEMENT Aqua-Aerobic Systems takes pride in its donations to over 90 organizations. A large portion of its contributions go to United Way, Rockford University, and Rock Valley College Foundation. MEMBERSHIPS American Membrane Technology Association (AMTA) American Society for Quality American Water Works Association (AWWA) Business for the Bay Illinois Chamber of Commerce Illinois Manufacturers'Association International Association on Water Quality (IAWQ) International Desalination Association (IDA) International Ozone Association (IOA) National Association of Manufacturers National Association of Clean Water Agencies Technical Association of Pulp & Paper Industry (TAPPI) Water Environment Federation (WEF) Water & Wastewater Equipment Manufacturers Association (WWEMA) WateReuse Association Water Design-Build Council RECOGNITIONS Northern Illinois Business Hall of Fame Exporter Continuing Excellence Award Manufacturer of the Year Award from Rockford Chamber of Commerce Special Congressional Recognition WWEMA Diamond Award Outstanding Corporation Award from the City of Rockford Innovative Technology Award from WEF - 2008, 2011 Export Achievement Certificate from the U.S. Dept. of Commerce Confluence Partnership Honors -Aqua-Rock Business Development Project (2018) TRAINING AND EDUCATION - Structured training seminars are conducted by Aqua Aerobic personnel monthly, May through E`- mob v� _ September. More than 30 Consulting Engineers, Plant Operators, and Municipal Officials typically attend these 11111 training seminars each month to learn about Aqua-Aerobic equipment and systems. Aqua-Aerobic ,, ,,; � wr Systems' engineering staff attends company sponsored ^•' ar seminars and workshops relating to the wastewater industry. 6 Loves Park, IL 61111 • 815.654.2501 • www.aqua-aerobic.com EMPLOYEE PROFILES OFFICERS ADMINISTRATIVE MANAGERS Peter Baumann, MBA Pamela Appino, P.H.R. President& CEO Director of Human Resources M.S. degree in Business Administration, B.S. degree B.S. degree in Administration of Criminal Justice/Bradley in Engineering/University of Wisconsin-Milwaukee. University, Peoria, IL. P.H.R. Certification from SHRM. Experience in wastewater since 1976, including 20 years Human Resources experience since 1991. at Envirex Corp. William Decker, E.I.T. NEW BUSINESS DEVELOPMENT Vice President&General Manager, Equipment and Services Group Hironori Shimada B.S. degree in Civil Engineering/USAF Academy, EIT/ Sr. Project Manager/International Business Development State of Colorado. Project Engineer since 1990. Manager Experience in wastewater since 1994, including Vice B.A. degree in Legal/Ritsumeikan University, Kyoto, President of Biosolids at Ashbrook Simon-Hartley, and 2 Japan. Experience in water and wastewater since 1998. years as President of Aquionics. Kevin L. Heasley, E.I.T. Vice President, Operations B.S. degree in Structural Design &Construction Technology/Penn State University, Harrisburg, EIT/ State of Pennsylvania. Experience in large underground piping systems and wastewater since 1984. James Horton Vice President, Process Group M.S. degree in Civil Engineering/Queensland University of Technology,Australia. B.S. degree in Chemical/ Environmental Engineering/University of Queensland, Australia. Domestic and International experience in wastewater engineering since 1996 including positions with consulting engineer and specialty wastewater contractor. Scott Willis Vice President& Chief Financial Officer M.S. degree in Business Administration and B.S. degree in Accounting/Northern Illinois University, DeKalb, IL MS degree in Business/Rock Valley College, Rockford, IL. 7 Loves Park,IL 61111 • 815.654.2501 • www.aqua-aerobic.com EMPLOYEE PROFILES PROCESS GROUP Brett Quimby Senior Process Engineer-AquaNerede James Horton B.A. degree in Japanese Language and Literature/ Vice President, Process Group University of Wisconsin, Madison, WI. Experience in M.S. degree in Civil Engineering/Queensland University wastewater since 2016. of Technology,Australia. B.S. degree in Chemical/ Environmental Engineering/University of Queensland, MARKETING Australia. Domestic and International experience in wastewater engineering since 1996 including positions Cheryl Kunz with consulting engineer and specialty wastewater Director of Marketing contractor. B.A. degree in Business Management/Ashford University, Clinton, IA. Experience in wastewater and PRODUCT MANAGEMENT marketing since 1989. Manuel de los Santos APPLICATIONS ENGINEERING Product Manager-Biological Processes M.S. degree in Sanitary and Environmental Tamera Knapp Engineering/Universidad de Cantabria, Spain. B.S. Applications Engineering Manager degree in Civil Engineering/Universidad Nacional Pedro B.S. degree in Environmental Engineering/Michigan Henriquez Urena, Santo Domingo, DR. Experience in Technological University. B.S. degree in Environmental wastewater since 2000. Liberal Arts/Northland College,Ashland, WI. Experience in wastewater since 2004. Paula Dorn Process Engineer-Filtration Sara Altimimi M.S. degree in Environmental Engineering, B.S. degree Applications Engineer in Civil Engineering/University of Illinois, Urbana- M.S. degree in Environmental Engineering, specializing Champaign, IL. Experience in wastewater since 2018. in Agri-wastewater treatment and design. B.S. degree in Environmental Engineering/University of Guelph, Canada. John Dyson Experience in wastewater since 2009. Product Channel Manager-AquaPrime``'and AquaStortn— B.S. degree in Chemistry/Longwood College, Farmville,VA. Kristy Chycota Experience in water/wastewater since 1991. Applications Engineer B.S. degree in Paper Engineering - Environmental Aaron Glauch, E.I.T. Processes/Western Michigan University, Kalamazoo, MI. Senior Process Engineer 2 years experience in Product Management at B.S. degree in Environmental Engineering/Colorado Englewood and 4 years at Beloit Corporation as a School of Mines, Golden, CO. Experience in wastewater process engineer. Experience in wastewater since 2015. industry since 2015. Angelica Davila, E.I.T. Dave Holland Project Applications Engineer Senior Process Engineer B.S. degree in Environmental Engineering/University of A.A.S. degree in Technical writing/Rock Valley College, Central Florida. Experience in wastewater since 2013. Rockford, IL. Experience in wastewater since 1979. Thea Davis Mark Hughes, P.E. Applications Engineer Product Manager-Filtration B.S. degree in Chemical Engineering and M.S. degree M.S. degree in Environmental and Water Resources in Chemical Engineering/Illinois Institute of Technology, Engineering/The University of Texas-Austin. B.S. Chicago, IL. Water Innovation Research Intern at Current degree in Civil Engineering/University of Iowa, Iowa City, IA. Innovation. Experience in wastewater since 2019. Experience in wastewater since 2008. 8 Loves Park, IL 61111 • 815.654.2501 • www.aqua-aerobic.com EMPLOYEE PROFILES APPLICATIONS ENGINEERING (continued) Tom Miles Regional Sales Manager, Northeast Rungrod Jittawattananrat, Ph.D. B.S. degree in Chemical Engineering/Penn State Project Applications Engineer University, State College, PA. Experience in wastewater Ph.D. degree in Civil Engineering/Polytechic Institute since 1986. of New York University. M.S. degree in Water and Wastewater Engineering/Asia Institute of Technology, Paul Nelson Thailand. B.S. degree in Environmental Engineering/ Regional Sales Manager, Southeast Chiang-Mai University,Thailand. Experience in B.S. degree in Business and Economics/Elmhurst wastewater since 1990. College, Elmhurst, IL. Experience in wastewater since 1978. Tatiana Mazzei Project Applications Engineer J.P. Pasterczyk M.S. degree in Engineering/University of Wisconsin- Industrial Sales Manager Milwaukee, WI. B.S. degree in Chemical Engineering/ M.S. degree in Engineering Management/University of Universidad Metropolitana, Caracas, Venezuela Colorado-Boulder, Boulder, CO with specialization in Experience in wastewater since 2007. Business Performance Excellence&Applied Statistics. B.A. in Physics/Drexel University, Philadelphia, PA. Jakob Nowicki Experience in wastewater since 1992. Project Applications Engineer B.S. degree in Chemical Engineering/Michigan Steve Stanish Technological University, Houghton, MI. Experience in Regional Sales Manager, Midwest wastewater since 2017. B.A. degree in Business Administration/Washington &Jefferson College, Washington, PA. Experience in Josh Rennell wastewater since 1996. Applications Engineer B.S.degree in Chemical Engineering/Michigan Technological University, Houghton, MI. Experience in wastewater since 2018. REGIONAL MANAGERS Scott Kelly Regional Sales Manager, West B.S. degree in Chemical Engineering and Petroleum Refining/Colorado School of Mines, Golden, CO. Experience in wastewater since 1991. Hui Lin, P.E. Director of International Business M.S. degree in Environmental Engineering/Polytechnic University of New York. M.E. degree in Environmental Engineering/National University of Singapore. B.S. degree in Biochemical Engineering/Beijing Institute of Chemical Technology.6 years at Beijing Organic Chemical Works and 1 year at M&W Zander as Process Engineer. Experience in wastewater since 2002. 9 Loves Park,IL 61111 • 815,654.2501 • www.aqua-aerobic.com EMPLOYEE PROFILES OPERATIONS Joe Campanaro Pilot Engineering Manager Kevin L. Heasley, E.I.T. M.S. degree in Environmental Engineering/New York Vice President, Operations University, New York, NY. B.S. degree in Biology/Stony B.S. degree in Structural Design & Construction Brook University, Stony Brook, NY. Technology/Penn State University, Harrisburg, EIT/ State of Pennsylvania. Experience in large underground Darryl Gravagno piping systems and wastewater since 1984. Senior Research &Development Engineer B.S. degree in Environmental Engineering/University of PROJECT MANAGEMENT Wisonconsin, Platteville, WI.A.A.S. degree in Science, Rock Valley College, Rockford, IL. Experience in David Cornford wastewater since 2015. Project Manager Attended University of Wisconsin. Experience in Chris Kurshinsky wastewater since 1975, including 10 years at Welles Research &Development Technical Systems Supervisor Products Corp. Experience with product development since 1995. Engineering Supervisor R&C Test Lab from 2010-2017 Tom Fenton and named as inventor of several patents. Experience as Senior Project Manager Technical Center Supervisor in the automotive industry A.A.S. degree in Civil Engineering/Williamsport College, 1995-2010. Experience in wastewater since 2017. Williamsport. PA. Experience in Project Management (including Accounting, Field Service, and Manufacturing) Lynn Peterson since 1994. Research & Development Specialist A.A.S. degree/Rock Valley College, Rockford, IL. Shareef Khoga Experience in wastewater since 2015. Project Manager B.S. in Manufacturing Engineering/Northern Illinois Evan Price University, Dekalb, IL. Research & Development Engineer M.S. degree and B.S. degree in Biological Systems RESEARCH & DEVELOPMENT Engineering/University of Wisconsin-Madison, WI. Experience in wastewater since 2018. Terrence Reid, P.E. Director of Research &Development ENGINEERING M.S. degree in Product Design and Development/ Northwestern University, Evanston, IL. B.S. degree in Robert Wiegand Civil & Environmental Engineering/University of Engineering Director Wisconsin-Madison,WI. Experience in wastewater since 1989. M.B.A. degree/University of Wisconsin-Madison. B.S degree in Electrical Engineering Technology/Bradley Blake Hoffman University, Peoria, IL. 10+ years experience in paper Manager, Research & Development industry with Beloit Corp. Experience in wastewater B.S. degree in Business Management and Marketing/ since 2000. Edgewood College, Madison, WI. B.S degree in Mechanical Engineering/University of Wisconsin- ELECTRICAL STANDARDS Platteville, WI. Experience in wastewater since 2018. Gerald Schneider, P.E. Daniel Binder Electrical Standards Supervisor Senior Chemist/Lab Supervisor B.S. degree in Electrical Engineering/University of B.S. degree in Agricultural Science/Illinois State Wisconsin, Madison, WI. Experience in wastewater University, Normal, IL. Experience in liquid separation/ treatment since 1989. purification since 1984; WWT and industrial process streams including more than 8 years at Illinois Water Treatment Company as Senior R&D Project Chemist, R&D Project Chemist, and R&D Chemist. 10 Loves Park, IL 61111 • 815,654.2501 • www.aqua-aerobic.com EMPLOYEE PROFILES ELECTRICAL STANDARDS (continued) Brad Christian Electrical Engineer William Brundige A.A.S degree Robotics/Automation Technology, Indian Electrical Design Engineer Hills community College, Ottumwa, IA. A.A.degree in Mechanical Drafting/Iowa Central Community College, Fort Dodge, IA. Experience in Dan Crews electrical and pneumatic control systems design and Senior Electrical Engineer drawing standards since 1979,with 20 years in the A.S. degree in Electronic Technology/Rock Valley paper industry with Beloit Corporation. College,Rockford,IL.Experience in engineering since 1982. Mike Hevey Dave Johnson Senior Electrical Engineer Senior Electrical Engineer A.A.S. degree in Electromechanical Technology/ B.S. degree in Electrical Engineering/Milwaukee Chippewa Valley Technical College, Eau Claire, WI. School of Engineering, Milwaukee,WI. Experience in 16+years electrical controls engineering experience wastewater since 2000. including control system and software validation and design, development and implementation of systems SooMin Loh incorporating PLC, HMI, SCADA, hardware design, Electrical Engineer power distribution and MCC specification. B.S degree in Electrical Engineering/Wright State University. 5 years in Power Design with ME Engineering Junji Sakashita Consultant and experience in Ozone application with Services&Electrical Engineer drinking/wastewater industry since 1991. Attended the Institute of Technology. Experience in the wastewater treatment industry, specifically Ozone, since Allan Rivers 2011 at Fuji Electric Corp. of America/Metawater USA. Electrical Designer Associate of Arts degree from Rock Valley College with ELECTRICAL CONTRACT emphasis on Electronic Engineering Technology. Gary Lightfoot Experience in electrical engineering since 2003. Electrical Engineering Manager Dennis Teeters A.A.S. degree in Electrical Technology/Rock Valley Electrical Design Engineer College, Rockford, IL. Experience in Electrical Experience in controls/design field in ENG graphic Engineering since 1978. design since 1980. Mondi Anderson Controls Engineer Jeremy Try B.S. degree in Computer Science/Neumont University, Senior Electrical Engineer Salt Lake City, UT. Experience in wastewater since 1998. B.S. degree in Electrical Engineering/Southern Illinois University, Carbondale, IL.A.A.S. degree in Engineering/ Brian Pass Rock Valley College, Rockford, IL. Experience in engineering since 1983. Electrical Design Engineer A.A.S.degree in Electrical/Electronic Drafting/Herzing MECHANICAL STANDARDS Institute of Technology, Madison,WI. Experience in wastewater since 2000. David Smith Mechanical Engineering Manager Kent Campbell B.S. degree in Mechanical Engineering/University of Electrical Engineer Wisconsin-Madison. Experience in wastewater since Degree in Engineering Electronic Technician/Radio 2000. Experience in mechanical design engineering College of Canada (RCC),Toronto, Calanda. and development since 1996, including 4 years at Experience in wastewater since 2019. Beloit Corporation. Received patents for tissue machine equipment. 11 Loves Park,IL 61111 • 815.654.2501 • www.aqua-aerobic.com EMPLOYEE PROFILES MECHANICAL STANDARDS (continued) Chris Carlson Senior Mechanical Designer Devon Bockhop A.A.S degree in Engineering Technology-Design and Mechanical Designer Drafting/Morrison Institute of Technology, Morrison, IL. A.A.S. degree in Drafting and Design/Morrison Institute of Experience in wastewater since 2007. Technology,Morrison, IL.Experience in wastewater since 2019. Scott Howarth Noah Dellamater Senior Mechanical Designer Mechanical Engineer A.A.S. degree in Mechanical Drafting/Morrison Institute of B.S. degree in Mechanical Engineering/Olivet Nazarene Technology, Morrison, IL. Drafting experience since 2002. University, Bourbonnais, IL. Experience in wastewater since 2019. Mark Lenox Senior Mechanical Designer Jerry Machula A.S. degree in Computer Aided Mechanical Design Senior Mechanical Designer (CAD)/Rock Valley College, Rockford, IL. Experience in A.A.S. degree in Mechanical Design and CAD/ the wastewater since 1995. Dunwoody Industrial College, Minneapolis, MN. Experience in custom product design for mechanical, Joseph Massari electrical, pneumatic, and hydraulic products. Senior Mechanical Designer Experience in the wastewater since 2002. A.A.S. degree in Machine Design Technology/Rock Valley College, Rockford, IL. Mechanical and design Michael McCormick experience since 1979. Experience in wastewater since 2002. Senior Mechanical Engineer B.S. degree in Mechanical Engineering/University of Stephen Yalung Wisconsin-Madison, WI. Experience in wastewater since Mechanical Designer 2010. A.A.S. degree in Design and Drafting/Illinois Valley Community College, Oglesby. IL. Experience in Mike Schmitz wastewater since 2019. Principal Engineer B.S. degree in Mechanical Engineering/University of ESTIMATING Wisconsin, Milwaukee, WI. Experience in wastewater since 2008. Gordy Brown Senior Design Analyst MECHANICAL CONTRACT B.S. degree in Civil Engineering/Southern Illinois University. 6 years civil construction and mechanical Dan Durdan design. Experience with PLC's,AutoCAD and RVC. Manager, Contract Engineering & Estimating A.A.S. degree in Mechanical Engineering/IL Valley Ali Groen Community College, Oglesby, IL. Experience in Design Analyst wastewater since 2006. A.A.S. degree in Construction Technology/Morrison Institute of Technology, Morrison, IL. Tim Austin Experience in the wastewater since 2008. Senior Mechanical Designer A.A.S. degree in Computer Aided Mechanical Design/ Scott Tripp Rock Valley College, Rockford, IL. Experience in design Design Analyst engineering since 1997. Experience in Engineering since 1989. Experience in wastewater since 1995. Beth Bahr Mechanical Designer A.A.S. degree in Mechanical Engineering/Blackhawk Technical College, Janesville,WI. Experience in wastewater since 2001. 12 Loves Park, IL 61111 • 815.654.2501 • www.aqua-aerobic.com EMPLOYEE PROFILES EQUIPMENT AND SERVICES GROUP CUSTOMER SERVICE/FIELD SERVICE William Decker, E.I.T. CUSTOMER SERVICE Vice President&General Manager, Equipment and Services Group Tyrone Pratt B.S. degree in Civil Engineering/USAF Academy, EIT/ Customer Service Manager State of Colorado. Project Engineer since 1990. B.S. degree in Marketing/Southern Illinois Experience in wastewater since 1994, including Vice University, Carbondale, IL. Experience in Field Service President of Biosolids at Ashbrook Simon-Hartley, and 2 /Journeyman Electrician for industrial, commercial and years as President of Aquionics. residential since 1987. AERATION & MIXING Shawn Butterfield Technical Support Specialist Mark Herbig A.A.S. degree in Science Engineering (Electronic/ Senior Engineer-Aeration &Mixing Electrical Drafting)/Wisconsin School of Electronics(now Attended Rock Valley College, Rockford, IL. Experience Herzing University). Experience in water and wastewater in the wastewater since 1974. since 2018. James Knight Michael Spragg Senior Engineer-Aeration&Mixing Technical Support Specialist A.A.S. degree in Mechanical Design/Southeastern Iowa Experience with submarine maintenance for 20 years in Community College,West Burlington, IA. Experience in the Navy. Experience as a Field Service Engineer for 13 design field since 1970. Experience in wastewater since years. Experience in wastewater since 2019. 1975. FIELD SERVICE Alan Rice Product Manager-Aeration &Mixing Technologies John Edelen B.S.degree in Chemical Engineering/University of Field Service Specialist Minnesota,Twin Cities, MN. Experience in wastewater B.S. degree in Science& Business Administration/ since 2016. University of Central Florida, Orlando, FL. Experience in Field Service since 1998. OXIDATION & DISINFECTION Josh Frieze Dawn Brady, P.E. Field Service Specialist Application Engineer B.S. degree in EET/Grantham University, Lenexa, KS. M.S. degree in Civil Engineering/Southern Illinois 10 years of combined experience as an Instrumentation University Carbondale, IL. M.S. degree in Hydraulic and and Controls Engineer and Field Service Tech/Engineer Ocean Engineering/National Cheng Kung University, since 2008. Tainan,Taiwan. B.S. degree in Civil Engineering/Southern Illinois University, Carbondale, IL. Jim Kellogg Senior Field Service Specialist Erich DeLang Experience in the wastewater industry since 1972, Product Manager-Disinfection& Oxidation including 7 years experience as a field service B.A. degree in Political Science/Marquette University, representative with experience as an in-house technical Milwaukee, WI. MWS-Master Water Specialist(a advisor. Erection, start-up, troubleshooting and operator Water Quality Association credential). Experience in the training for aerators, mixers, filters, diffused air systems, wastewater since 2004. pumps, valves and control systems. Curt Larson Field Service Specialist Experience in wastewater since 2003. 13 Loves Park,IL 61111 • 815.654.2501 • www.aqua-aerobic.com EMPLOYEE PROFILES FIELD SERVICE (continued) AFTERMARKET SERVICES Benjamin Morton Paul Klebs Field Service Specialist Aftermarket Sales Manager PA DEP Wastewater Certificate. Experience in B.S. degree in Chemistry/University of Wisconsin- wastewater since 1998. Madison, WI. Graduate coursework in Environmental Studies/University of Wisconsin-Green Bay, WI. Certified operator in the state of Wisconsin. Experience in Tom Mowery Field Service Specialist wastewater since 1992. Experience in wastewater since 1996. Denise Boehm Doug See Aftermarket Sales Representative Douior Field Service Specialist Experience in Customer Service in HVAC, packaging and Hands-on experience in operation and maintenance of processing equipment and wastewater since 2000. WWTPs since 1978, including Nitrogen and Phosphorus Barb Kinroth removal.Attended Edinboro University/Edinboro, PA. Contract Administrator Pennsylvania and Maryland Operator Certification, Class A.A.S. degree/Rock Valley College, Rockford, IL. 5 wastewater, Class 6 Industrial wastewater and Class Experience in water and wastewater since 1989. 4 water operations. Technical training by Allen-Bradley for PLC 5 processors. Classes in environmental training, Tim Lamont including pumps, motors and controls as sponsored by Senior Aftermarket Sales Representative the Maryland Center for Environmental Training. B.S. degree in Geology/University of Illinois,illiam Sims Urbana- Champagin, IL. Experience in Sales and Customer William Service Specialist Service since 2000. Experience with retail and FiExperience in water treatment since 2001. manufacturing in the electrical industry since Geoffrey Smith Daniel Lockhart Field Service Specialist Customer Service Process Specialist B.S. degree in Electronics Engineering Technology/ Certified as a Grade IV Wastewater Treatment Operation Grantham University, Lenexa, KS. Experience in Field for the State of California. Certified wastewater operator Service since 2014 with wastewater experience since and experience in wastewater since 2000 2015. Jeff Ogle Tony Smith Aftermarket External Sales Representative Field Service Specialist B.S. degree from Western Illinois University, M.B.A. A.A.S. degree in Electronics Engineering Technology/ degree from Keller Graduate School of Management. ITT Technical Institute, Norwood, OH. Experience in Experience in water treatment industry, including wastewater since 2003. operations, sales and management since 1991. Jerry Tucker Sherry Pike Field Service Specialist Aftermarket Sales Representative Certified in Electrical/Mechanical Technology Electrician Experience as a Sales Rep with Aqua since 2001. experience since 2008 with experience in wastewater treatment since 2018. Leann Torrisi Administration Assistant for Aftermarket Sales Ohta Watson Experience in administrative assistance since 2004. Field Service Engineer Ucacz Kasukabe Technical High School Electricity Department, Denise ket Sal Japan. Experience in water and wastewater since 2010. Aftermarket Sales Representative Associates in Arts degree. Experience in the wastewater since 2015 with previous experience in Inside Sales and Customer Service. 14 Loves Park, IL 61111 • 815.654.2501 • www.aqua-aerobic.com AQUA-AEROBIC SYSTEMS, INC. A Metawater Company 6306 N.Alpine Rd. Loves Park, IL 61111-7655 p 815.654.2501 f 815.654.2508 wwwaq ua-aerobic.com solutions@aqua-aerobic.com ©2019 Aqua-Aerobic Systems, Inc. Bulletin#110 12/19 j' AQUA-AEROBIC SYSTEMS, INC. A Metawater Company Our Leadership . ... # 4 a ,,,.... V ,,,, ' .tib c Peter G. Baumann, MBA Kevin Heasley James Horton President& CEO Vice President, Operations Vice President, Process Group 1\ William G. Decker Scott R. Willis Yoshito Ezure Vice President& General Manager, Vice President& Board Chairman Equipment and Services Group Chief Financial Officer P f 't.tt--;\ a 1 Wataru Iketani Masayuki Nakagawa IBoard Member Board Member Aqua-Aerobic Systems, Inc. is a wholly owned subsidiary of Metawater USA which in turn is a wholly owned subsidiary of Metawater Co., Ltd which is traded on the Tokyo stock exchange. Please refer to the parent company's website www.metawater.co.jp/eng for released financial statements and disclosures. Aeration&Mixing I Biological Processes I Filtration I Membranes I Oxidation&Disinfection I Process Control I Aftermarket&Customer Service 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com ' To ` i AQUA-AEROBIC SYSTEMS, INC. A Metawater Company Aqua-Aerobic Systems, Inc. Credit References: 6306 North Alpine Road Loves Park, IL 61111-7655 ABB Motors and Mechanical Inc. Phone 815-654-2501 5711 RS Boreham Jr. Street Fax 815-654-2508 Fort Smith, AR 72901 www.aqua-aerobic.com Phone: 479-646-4711 Refer to Account 110048 DUNS 00-517-2333 SIC 3589 Attention: Credit Department Permit 0260-7591 CAGE 55833 Acct-Credit-FS(c baldor.abb.com TIN 36-1795700 NAICS 333318 Water Treatment Equipment Manufacturer Columbia Pipe & Supply Co. Incorporated in Illinois 10-24-1919 1120 West Pershing Road Information updated 1-18-19 Chicago, IL 60609 Phone: 815-773-1920 Fax: 773-843-5892 Accounts Payable: Attention: Julie Tenerelli Aqua-Aerobic Systems, Inc. JTenerelli@columbiapipe.com PO Box 16178 Loves Park, IL 61132-6178 Custom Fab Co. Phone: 815-639-4412 2116 Preston Street Fax: 815-639-4400 Rockford, IL 61102 AccountsPayable@aqua-aerobic.com Phone: 815-490-5335 Fax: 815-965-3750 Attention: Christina Callahan Accounts Receivable (remit to): CCallahan©Liebovich.com Aqua-Aerobic Systems, Inc. PO Box 71521 Metals and Services Chicago, IL 60694-1521 145 North Swift Road Phone 815-639-4508 Addison, IL 60101 Fax 815-639-4400 Phone: 630-627-2900 AccountsReceivable@aqua-aerobic.com Fax: 630-627-0032 Attention: Patti Stevens Bank Reference: Patti©MetalServe.com BMO Harris Bank Steiner Electric Company 111 West Monroe 1250 Touhy Avenue Chicago, IL 60603 Elk Grove Village, IL 60007 Phone: 312-461-3316 Phone: 847-871-5293 Fax: 312-461-1507 Fax: 847-956-3175 Attention: Gail Guida Attention: Al Anderson Gail.Guida(c bmo.com AAnderson a©stnr.com Aeration&Mixing I Biological Processes I Filtration I Membranes I Oxidation&Disinfection I Process Control Aftermarket&Customer Service 6306 N Alpine Rd. Loves Park,IL 61111-7655 p 815.654 2501 f 815 654.2508 www.aqua-aerobic.com 4- AQUA-AEROBIC SYSTEMS, INC. A Metawater Company Equipment List: 135120 TO: Ocoee WRF PROJECT: OCOEE WWTP 1800 A.D.Mims Road Ocoee Florida 34761 USA ATN: Vanessa Anthony,Purchasing Technician DATE: February 20,2020 CC: EnviroSales of Florida,Inc.I ph#:N/A/fx#: N/A Gregory Slohoda Washwater Trough Installation(s)consisting of: -3 Washwater trough sections. -6 Stainless steel washwater trough bracket(s). - 1 Pump synchronizing weir plate. - 1 Washwater trough end plate. - 12 Tube(s)of sealant. Underdrain Installation Component(s)consisting of: -280 HDPE Porous plate(s), 3/4"x 8"x 39.5" - 134 Retaining angle(s). -792 Tube(s)of sealant. - 1 Wear starter strip. -6 Wear strip(s). -Insert anchor(s). -1 Pneumatic caulking gun. -450 cubic feet of high grade silica sand approximately 11 inches deep, complying with sections 1, 2.2 and 5 of the standard specifications for the filtering material (AWWA Designation B100-09). The 10%size or effective size shall be between .55 and .65 millimeters. The uniformity coefficient(ratio of 60%size to 10%size)shall not exceed 1.50. -138 8 inch 304 SS End Support Shims Skimmer Installation Component(s)consisting of: -2 304 stainless steel skimmer frame(s). -2 Polypropylene skimmer blade(s). -4 Neoprene wall wiper(s). - 1 Submersible pump(s)with 1/2 HP, 3 ph motor. - 1 Skimmer pump seal. - 1 Pump mounting plate. -2 Adjusting rod(s). - 1 PVC ball valve. -2 Floating skimmer collection head(s). -2 Skimmer head stop collar(s). - 10 Flexible hose(s). - 12 Stainless steel hose clamps. -Stainless steel hardware. Control Panel Assembly(ies)consisting of: -1 NEMA 4X 304 stainless steel enclosure. - 1 Counter 6306 N.Alpine Rd. Loves Park.IL 61111-7655 p 815 654.2501 t 815.654.2508 www.aqua-aerobic.com Copyright 2020,Aqua-Aerobic Systems,Inc Printed:February 17.2020 Page 1 of 2 AQUA-AEROBIC DATE: February 13,2020 Equipment List: 135120 SYSTEMS, INC. A I otaAate'Can:panY -2 Time Delays -2 Indicating pilot light(s). - 1 Selector switch. - 1 Transformer - 1 Fuse - 1 Starter - 1 UL label. - 1 Level sensing electrode holder. -2 Level sensing electrode rod(s). -304SS brackets to mount the skimmer control panel Set(s)of Spare Parts consiting of: -2 Level sensing electrode rod(s). -Spare electrical components - 1 Submersible pump(s)with 3 HP, 3 ph motor. -2 PVC diaphragm valve(s). -24 Stainless steel rail cap(s). - 1 Submersible pump with 1/2 HP, 3 ph motor. Supervision/Freight Supervison/Freight Domestic 1 Installation Services and Freight Package(s)will be provided as follows: -Freight to Jobsite - Installation of the equipment listed in this proposal is included. 6306 N.Alpine Rd. Loves Park.IL 61111-7655 p 815.654.2501 f 815.654 2508 www.aqua-aerobic.com Copyright 2020.Aqua-Aerobic Systems.Inc Printed:February 17.2020 Page 2 of 2 AO.JA-ALROB1C SYSTEMS. INC. MOUNT CLEMENS WWTP, MI Project ID: 101054B 1750 Clara Mt. Clemens Michigan 48043 USA 586/469-6847 ext 501 Jason Pich, Utilities Supervisor-WWTP Start-Up Date: November, 2019 Waste Characteristics: Avg. Daily Flow: 8.29 MGD Treatment Objective: 2 Tertiary Filter(s) 2 ABF Concrete Filter(s) Aeration&Mixing j Biological Processes Filtration Membranes Process Control&Monitoring Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com A AQUA-AEROBIC SYSTLMS. INC.. INDIAN RIVER COUNTY, FL(WEST) Project ID: 103925D 8405 8th Street Vero Beach Florida 32968 USA 772/770-5045 Mike Loveday Start-Up Date: September, 2018 Waste Characteristics: Avg. Daily Flow: 1.51 MGD Treatment Objective: 1 Tertiary Filter(s) 1 ABF Concrete Filter(s) Aeration&Mixing Biological Processes Filtration Membranes ` Process Control&Monitoring Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com . w q AQUA-AEROBIC SYSTEM' INC. NAPLES WWTP, FL Project ID: 102773C 1400 Third Avenue North Naples Florida 34102 USA 239-860-7070 Barry Stein Start-Up Date: February, 2018 Waste Characteristics: Domestic Avg. Daily Flow: 4.14 MGD Treatment Objective: 1 Tertiary Filter(s) 1 ABF Concrete Filter(s) Amount of Contract: $690,000 Role: Prime Contractor Project Manager: Dave Cornford Email: BStein@naplesgov.com Aeration&Mixing Biological Processes 1 Filtration Membranes Process Control&Monitoring Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com AQI_CA-AEROBIC. Sl'STI,�1�. INC. CAPE CANAVERAL A.F.S., FL Project ID: 104584B 1211 S. Patrick Dr. Coco Beach Florida Unknown USA 321/476-8468 Clayton "Clay" Broadhead Start-Up Date: February, 2017 Waste Characteristics: Domestic Avg. Daily Flow: 0.63 MGD Treatment Objective: 2 Tertiary Filter(s) 1 ABF Concrete Filter(s) Contract Amount: $322,000 Role: Subcontractor Project Manager: Dave Cornford Email: clayton.broadhead.ctr@us.af.mil Aeration&Mixing Biological Processes Filtration Membranes Process Control&Monitoring ' Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com mminummennee ,. AQ 1A-ACROR1C SYSTEMS. INC. ` ♦tA.. ..r..0 ..w rr HORNELL WWTP, NY Project ID: 112765 69 Park Drive Hornell New York 14843 USA 607/968-6108 Rich Dunning Start-Up Date: June, 2016 Waste Characteristics: Avg. Daily Flow: 7.37 MGD Treatment Objective: 2 Tertiary Filter(s) 2 ABF Concrete Filter(s) Aeration&Mixing Biological Processes Filtration Membranes Process Control&Monitoring Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com AQUA-AEROBIC SYSTEMS, INC. loIti:eiinq fol SolullOh.. GIORGIO FOODS, TEMPLE, PA Project ID: 103337B 1161 Park Rd. Blandon Pennsylvania 19510 USA 610/926-2139 Bob Hanna Start-Up Date: February, 2013 Waste Characteristics: Salad Dressing Avg. Daily Flow: 0.78 MGD Treatment Objective: TSS 1 Tertiary Filter(s) 1 ABF Package Filter(s) Amount of contract : $88, 447 Role: Prime Contractor Project Manager: Dan Durdan Email : BHanna@giorgiofoods .com Aeration&Mixing Biological Processes j Filtration Membranes Process Control&Monitoring Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com A AQUA-AEROBIC SYSTEMS, INC. 0 ALBERT WHITTED WWTP Project ID: 105382 601 8TH AVE, SOUTHEAST WRF ST. PETERSBURG FLORIDA 33701 USA 727/892-5637 FRANK NILES Start-Up Date: March, 2000 Waste Characteristics: Domestic Avg. Daily Flow: 6.45 MGD Treatment Objective: TSS 2 Tertiary Filter(s) 2 ABF Concrete Filter(s) Amount of contract : $422, 000 Role: Subcontractor Project Manager: Tom Fenton Email : Frank.Niles@stpete.org Aeration&Mixing Biological Processes Filtration Membranes Process Control&Monitoring " Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com AQUA—AEROBIC SYSTEMS, INC. PaithPiinq to, Solut,on: LADY LAKE, THE VILLAGES-LADY LAKE Project ID: 105072A 2450 El Camino Real Lady Lake Florida 32159 USA 352/750-6750 Chris Brown Start-Up Date: January, 2000 Waste Characteristics: Domestic Avg. Daily Flow: 0.62 MGD Treatment Objective: TSS 1 Tertiary Filter(s) 1 ABF Concrete Filter(s) Amount of Contract : $76, 190 Role: Subcontractor Project Manager: Tom Fenton Email : CBrown1014@yahoo. com Aeration&Mixing Biological Processes Filtration Membranes Process Control&Monitoring Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com AQUA-AEROBIC SYSTEMS, INC. ii t.q ;iii ti P1 MILITARY POINT REGIONAL AWT FACILITY Project ID: 105245 1121 Fred Anderson Road Southport Florida 32409 USA 850/286-3509 Albert Bock Start-Up Date: July, 1999 Waste Characteristics: Domestic Avg. Daily Flow: 5.0 MGD Treatment Objective: TSS I NTU 3 Tertiary Filter(s) 3 ABF Concrete Filter(s) Amount of Contract : $345, 000 Role: Subcontractor Project Manager: Tom Fenton Email : ABock@baycountyfl .gov Aeration&Mixing Biological Processes 'Filtration j Membranes Process Control&Monitoring Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com AQUA-AEROBIC SYSTEMS, INC. PdIMeiihq Ioi Solo( o; ; INDIAN RIVER COUNTY Project ID: 103925A 2500 6th Ave. S.W. Vero Beach Florida 12444 USA 772/770-5045 Tony Etter Start-Up Date: January, 1996 Waste Characteristics: Domestic Avg. Daily Flow: 1.65 MGD Treatment Objective: TSS 1 Tertiary Filter(s) 1 ABF Concrete Filter(s) Amount of Contract : $99, 000 Role: Subcontractor Project Manager: Tom Fenton Email : TEtter@irc.gov Aeration&Mixing Biological Processes Filtration Membranes Process Control&Monitoring Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com T ACZUA-AEROBIC SYSTEMS, INC. N 1 1 0, VENICE EAST SIDE WWTP Project ID: 103450 3510 Laurel Road Nokomis Florida 34275 USA 941/486-2788 Ext 221 Jim Petroski Start-Up Date: January, 1991 Waste Characteristics: Domestic Avg. Daily Flow: 9.0 MGD Treatment Objective: TSS / NTU 3 Tertiary Filter(s) 3 ABF Concrete Filter(s) Amount of Contract : $353, 000 Role: Subcontractor Project Manager: Tom Fenton Email : JPetros@ci .venice. fl .us Aeration&Mixing Biological Processes Filtration Membranes Process Control&Monitoring Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com ACZUA-AEROBIC SYSTEMS, INC. Pd!ii ei Ing 101 _olutiou:> CAPE CORAL WATER RECLAM (AKA EVEREST PARKWAY WWTP) Project ID: 103371 3310 S. W. 20 Avenue Cape Coral Florida 33914 USA 239/574-0783 Randy Mickelsen, Chief Operator Start-Up Date: December, 1989 Waste Characteristics: Domestic Avg. Daily Flow: 14.0 MGD Treatment Objective: TSS 2 Tertiary Filter(s) 2 ABF Concrete Filter(s) Amount of Contract: $440, 000 Role: Subcontractor Project Manager: Tom Fenton Email : Unknown Aeration&Mixing Biological Processes Filtration Membranes Process Control&Monitoring Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com AQUA-AEROBIC SYSTEMS, INC. ..:a hdlllPIII=O 101 f,I It=011 . NEW PORT RICHEY WWTP Project ID: 102824 6420 Pine Hill Road Port Richey Florida 34668 USA 727/841-4569 Joe Palazzolo Start-Up Date: January, 1988 Waste Characteristics: Domestic Avg. Daily Flow: 4.6 MGD Treatment Objective: TSS 2 Tertiary Filter(s) 1 2 ABF Concrete Filter(s) Contract Amount: $92, 777 Role: Subcontractor Project Manager: Tom Fenton Email : PalazzoloJ@cityofnewportrichey.org Aeration&Mixing Biological Processes 1 Filtration Membranes Process Control&Monitoring Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com • ACIU.A-ALROB1C SYSTIMS. INC IPSWICH Project ID: 102746 274 High Street Ipswich Massachusetts 01938 USA 978/356-6639 Joseph Ciccotelli Start-Up Date: January, 1987 Waste Characteristics: Domestic Avg. Daily Flow: 1.76 MGD Treatment Objective: TSS 2 Tertiary Filter(s) 1 ABF Concrete Filter(s) Amount of Contract: $144,000 Role: Prime Contractor Project Manager: Tom Fenton Email: JCiccotelli@ipswichutilities.org Aeration&Mixing Biological Processes Filtration Membranes Process Control&Monitoring Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com A%UA-AEROBIC SYSTEMS, INC. A.4t,;.. Pc1111:P1'1 '01 01:;! 01'_ OCALA WWTP NO. 1 Project ID: 102676 1220 NW 4th Ave. Ocala Florida 34475 USA 352/629-8427 Bill Stokes Start-Up Date: January, 1986 Waste Characteristics: Domestic Avg. Daily Flow: 6.45 MGD Treatment Objective: TSS / NTU 2 Tertiary Filter(s) 2 ABF Concrete Filter(s) Contract Amount : $200, 900 Role: Subcontractor Project Manager: Tom Fenton Email : WStokes@ocalaf1 .org Aeration&Mixing Biological Processes I Filtration Membranes Process Control&Monitoring Aftermarket Parts&Services 6306 N.Alpine Rd. Loves Park,IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aqua-aerobic.com State of Florida Department of State I certify from the records of this office that NATIONAL WATER TREATMENT SERVICES LLC is a North Dakota limited liability company authorized to transact business in the State of Florida, qualified on June 24, 2013. The document number of this limited liability company is M13000004052. I further certify that said limited liability company has paid all fees due this office through December 31, 2020, that its most recent annual report was filed on February 10, 2020, and that its status is active. I further certify that said limited liability company has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Tenth day of February, 2020 tA, '' ' lr ' . Ob We Secretary of State Tracking Number: 9928258290CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.su n biz.org/Filings/CertificateOfStatus/Certifica teAu thentica tion 41.) NWTS NATIONAL WATER • TREATMENT SERVICE` National Water Treatment Services LLC (NWTS) has been in business for 36 years. Please refer to Section 3, item 20, for a listing of key NWTS personnel who will be utilized for the rehabilitation. In addition to the Florida contractor's license, NWTS also has a North Dakota contractor's license. Below are some recent references for underdrain installations and filter rehabilitations that NWTS has successfully completed. Mount Clemens WWTP, MI Contact: Jason Pich, Utilities Supervisor — WWTP Phone: 586/469-6847 ext. 501 Rebuilt two (2) Automatic Backwash (ABW) filters, removed old media, and installed new media. Work performed in 2019, acting as subcontractor to Aqua-Aerobic Systems. Goldsboro WWTP, NC Contact: Bert Sherman Phone: 417/683-0399 Rebuilt four (4) underdrains and installed new media. Work performed from 2016 — 2019, acting as subcontractor to Aqua- Aerobic Systems. Ava WWTP, MO Contact: Steve Davis Phone: 417/683-0399 Rebuilt one (1) underdrain and installed wear strip and new media. Work performed in 2019, acting as subcontractor to Aqua-Aerobic Systems. A second filter will be rebuilt in 2020. "Providing Quality Water Solutions" Phone: 701-204-7104 Fax: 701-204-7104 Mail: PO Box 2394 Bismarck, ND 58502 NWTS NATIONAL WATER • TREATMENT SERVICES Scituate WWTP, MA Contact: Eric Langlan Phone: 781/858-7378 Rebuilt one (1) underdrain, installed new wear strip, and installed new media and pumps. Work performed in 2019, acting as subcontractor to Aqua-Aerobic Systems. Franklin-Meadowbrook WWTP, PA Contact: Bob Swarmer Phone: 724/327-5766 Rebuilt underdrains on two (2) ABW filters and installed new wear strips and new media. Work performed in 2019, acting as subcontractor to Aqua-Aerobic Systems. Farmers City WWTP, IL Contact: Calvin Florey Phone: 217/778-2555 Rebuilt entire bridge, rails, wear strip, and underdrain and installed new media. Work performed in 2019, acting as prime contractor. Bay Valley Foods, Faison, NC Contact: Steve Stricker Phone: 910/267-4711 Rebuilt entire filter bridge components, underdrain, wear strip and installed new media. Work performed in 2018, acting as subcontractor to Aqua-Aerobic Systems. "Providing Quality Water Solutions" Phone: 701-204-7104 Fax: 701-204-7104 Mail: PO Box 2394 Bismarck, ND 58502 NWTS NATIONAL WATER • TREATMENT SERVICES Indian River County, FL Contact: Mike Loveday Phone: 772/770-5045 Rebuilt one (1) concrete ABW filter, removed old media, and installed new media. Work performed in 2018, acting as subcontractor to Aqua-Aerobic Systems. Naples WWTP, FL Contact: Barry Stein Phone: 239/860-7070 Rebuilt one (1) concrete ABW filter, removed old media, and installed new media. Work performed in 2018, acting as subcontractor to Aqua-Aerobic Systems. Cape Canaveral A.F.S., FL Contact: Clayton "Clay" Broadhead Phone: 321/476-8468 Rebuilt two (2) ABW filters and installed new media. Work performed in 2017, acting as subcontractor to Aqua-Aerobic Systems. Hornell WWTP, NY Contact: Rich Dunning Phone: 607/968-6108 Rebuilt two (2) concrete ABW filters and installed new media. Work performed in 2016, acting as subcontractor to Aqua-Aerobic Systems. "Providing Quality Water Solutions" Phone: 701-204-7104 Fax: 701-204-7104 Mail: PO Box 2394 Bismarck, ND 58502 NWTS NATIONAL WATER • TREATMENT SERVICES Holmes Harbor, WA Contact: Mark Dumke Phone: 360/661-4944 Rebuilt one (1) ABW filter, removed old media, and installed new media. Work performed in 2011, acting as subcontractor to Aqua-Aerobic Systems. Rantoul, IL Contact: Steve Post Phone: 217/841-7896 Rebuilt one (1) ABW filter with another rebuild to follow and also installed new media. Work performed in 2012, acting as subcontractor to Aqua-Aerobic Systems. Sand Lake Road Facility in Orlando, FL Contact: John Haak Phone: 407/254-7726 Rebuilt three (3) ABW filters with possible future ones to be completed and also installed new media. Work performed in 2011, acting as prime contractor. Carol Stream, IL Contact: Mike Idzior — CH2MHiIl Phone: 630/653-5499 Rebuilt one (1) ABW Filter. Work performed in 2012, acting as prime contractor. "Providing Quality Water Solutions" Phone: 701-204-7104 Fax: 701-204-7104 Mail: PO Box 2394 Bismarck, ND 58502 0 NWTS NATIONAL WATER • TREATMENT SERVICES Blue Scope North Star Steel, Delta, OH Contact: Tony Grant Phone: 419/906-7288 Rebuilt one (1) ABW Filter and installed media. Work performed in 2012, acting as prime contractor, with equipment supplied separately by Aqua-Aerobic Systems. Giorgio Foods Contact: Alan Liszewski Temple, PA Phone: 610/926-2139 Rebuilt one (1) ABW Filter and removed and replaced media. Work performed in 2013, acting as subcontractor to Aqua-Aerobic Systems. "Providing Quality Water Solutions" Phone: 701-204-7104 Fax: 701-204-7104 Mail: PO Box 2394 Bismarck, ND 58502 AquaABF®Automatic Backwash Filter RECOMMENDED DEMOLITION PROCEDURES AND UNDERDRAIN INSTALLATION INSTRUCTIONS FOR UNITS WITH 8 INCH CELL SPACING, SINGLE MEDIA FILTER BED WITH PLASTIC HDPE POROUS PLATES NOTE: THIS INFORMATION IS PROVIDED TO SUPPLEMENT THE PRE-CONSTRUCTION CONFERENCE CONDUCTED BY AN AQUA-AEROBIC SYSTEMS REPRESENTATIVE. DIMENSIONS DETAILED WITHIN THIS INSTRUCTION DOCUMENT ARE NOT CERTIFIED FOR CONSTRUCTION,AND THE INSTALLING WORKMENT MUST FOLLOW THE ACTUAL DIMENSIONAL INSTALLATION DRAWINGS EP-10078 AquaABF Demo&Underdrain Inst.doc l of 13 Copyright©2008 Aqua-Aerobic Systems, Inc. 2012-03-05 SPECIAL INTRODUCTION COMMENTS NOTE: It is recommended that the installing contractor/inspecting engineer, and owner, become familiar with these demolition procedures and retrofit installation instructions for the underdrain installation, along with the special customized project installation drawings, before starting any civil demolition work on the filter system. Aqua-Aerobic Systems, Inc. limits its liability only to the standard terms and specific language of our project warranty for new materials and equipment sold and paid for in full. STORAGE AND HANDLING The fiberglass reinforced plastic materials used in fabrication of the cell dividers and angles of the underdrain system are very tough and durable. However, a few points are brought to the installing contractor's(owner's) attention, as follows: A. It is the contractor's responsibility to properly store all equipment components, and parts on site,to maintain the same quality and cleanliness' as when shipped. Extra care must be taken when handling materials at extremely low or high temperatures. B. When pouring the concrete or repairing grout filets (if applicable),we suggest a temperature range from 40-100° F. C. Sealant: Refer to technical data sheet supplied in the back of the manual for storage, surface preparations, curing times and characteristics, along with safety precautions. D. Porous Plate: The porous plates are made of HDPE (1015)plastic. Although the plates are very strong,they are susceptible to breakage from bending and impact, such as dropping or being hit by equipment or tools. Inspect all pallets of plates for damage immediately after receipt of shipment. DO NOT USE DAMAGED OR CHIPPED POROUS PLATES! 6 CAUTION The leveling of the filter bed is critical to the operation of the filter. UNDERDRAIN DEMOLITION PROCEDURES: The special project underdrain installation drawings will detail all assembly and installation procedures required for the system and it is recommended that they are reviewed very closely, prior to starting any type of demolition or retrofit work. EP-10078 AquaABF Demo & Underdrain Inst.doc 2 of 13 Copyright©2008 Aqua-Aerobic Systems,Inc. 2012-03-05 Starting of demolition work will require dismantling all power from the bridge unit and pumps. The bridge mechanism washwater hood,backwash mechanism,pumps,and all bridge components must be removed from the basin for ease in demolition and installation. The bridge assembly must be removed from the rails to complete all retrofit work on the underdrain system and the basin walls. The existing media must be removed from all cells and discarded to a landfill area. It is recommended that preparations be made with local authorities in advance of removal due to possible waste contaminants within material. All cell dividers, spacer rods,porous plates,and retaining angles are the next components that need to be removed from the basin. Demolition of the porous plates should be done very carefully not to destroy the end cell porous plate support ledges of each existing header. These support ledges will be required when installing the new porous plates. All underdrain components such as the porous plates, spacer rods,and media materials will be replaced with the new retrofit underdrain system. Removal of the grouted floor bottom and a small portion of the grout filets on both ends of the filter bed is required to complete the demolition of the underdrain system. At a minimum,the first seven inches(7")of the grout filets must be removed along the width of the basin, down the elevation of the floor bottom. This grouted area must be removed in order to replace the leveling angles and fasteners and the retaining angles required when sealing the porous plates in place. An alternate solution to removing this extensive grout filet listed above,would be to cut-out the existing retaining angles and bolts,then carefully and temporarily place new porous plates on cell ledge within the first full cell area,then add the new retaining angle. Use the retaining angle as a template to drill out for new replacement 1/4"size anchors. Then you must remove the porous plates and retaining angles until ready to completely install, and follow the caulking procedures,then anchor the retaining angles in place. It is suggested as a minimum,that a small portion of the grout filets be removed in order to replace new spacer rods within the first and last cells. All of the existing leveling strips and floor anchors must be removed with the anchors cut-off flush with the floor at elevation detailed on the installation drawings. CAUTION Care must be taken when removing the porous plates, so the existing integral porous plate support ledge of the headers is not destroyed during the demolition phase. NOTE: A diamond saw blade is recommended for field cutting and removing alumina oxide type porous plates flush with concrete end walls. If existing headers are fiberglass,care must be taken to ensure the porous plate support ledge is not destroyed when removing porous plates and the original caulking. The interior walls of basin must be smooth,with all cracks,holes,and/or indentations repaired with good concrete and mortar mixture or a good construction adhesive that has good immersion capabilities. If the existing headers show signs of indentations,pockets or cavities or they have been damaged due to the demolition in the area of the porous plates,they also must be filled in with a good polyurethane caulking, construction adhesive, or repaired EP-10078 AquaABF Demo&Underdrain Inst.doc 3 of 13 Copyright©2008 Aqua-Aerobic Systems,Inc. 2012-03-05 fiberglass materials that also has good immersion capabilities. All pockets or cavities must be repaired flush with inside face of walls to ensure no leaks of sand media during operation.The walls must be repaired prior to installation of any new wall angles and/or cell dividers found and/or damaged during demolition. If no porous plate support ledge exists on the original installed headers or they were destroyed during the demolition phase,new stainless steel or FRP wall support angles will need to be provided and anchored to the face of walls. These support angles are required to ensure a good support ledge and sealing point for the installation of the porous plates within each cell, in order to insure the integrity of the system. These support angles must be field anchored to the face of the filter sidewalls at the end of each cell,with the top of the angle flush with the top of the support ledge of the cell dividers. These angles must be installed prior to sealing the porous plates in position. NOTICE Some type of support ledge or the support angles described above will be required to be installed between the cell dividers for properly sealing and supporting the porous plates. INSTALLING FRP WALL ANGLES: If the existing headers have a support ledge for sealing the porous plates and they have not been destroyed during demolition,the wall support angles (porous plate support ledge)may not be required. Both influent and effluent walls need a support ledge for sealing the new porous plates. After evaluating the porous plate support ledge on the existing system,replace all damaged area with the new horizontal porous plate support angles(1 1/2" x 1 1/2" x 3/16" FRP). If they are all damaged beyond repair or missing entirely you will need to start with installing the new horizontal porous plate support angles for the full length of the filter bed system matching the dimensions provided on the installation drawings. These angles should be used as a template to locate and anchor them to the walls with 3/8"size anchors, after applying a bead of sealant to the backside of angle prior to attachment to wall. Next locate the first vertical support angles,cell divider support upper angle(1 1/2"x 1 1/2"x 1/4 FRP)and cell divider support lower angle (1 1/4"x 1 1/4"x 10 GA—304 SS.NOTE: The cell divider support lower angle has two(2)pre drilled holes,refer to the underdrain installation drawings for angle and hole orientation.,required for attachment of the cell per the installation drawings. These angles should also be used as a template to locate and anchor them to the walls with 1/4"size anchors. If these angles do not fit flat against the face of the walls or there is gaps between the angle and the wall,you will need to apply some polyurethane sealant/caulking to the back side of each angle prior to anchoring to the walls. Follow all installation instructions provided within the installation drawings and hold all dimensions as detailed to complete the underdrain system. Aqua-Aerobic Systems,Inc. will furnish a pneumatic caulking gun, including a l Oft.hose assembly for caulking the wall support angles and the cell dividers to the wall and installation of porous plates. This pneumatic caulking gun requires an operating pressure is 50 PSI. EP-10078 AquaABF Demo &Underdrain Inst.doc 4 of 13 Copyright O 2008 Aqua-Aerobic Systems,Inc. 2012-03-05 Each upper and lower cell divider support angle must be held in line vertically when anchoring in place for accurately installing the cell dividers. After installation of the first two vertical support angles(upper and lower cell divider support angles)you may continue installing all angles holding the eight inch(8") spacing from angle to angle for each cell width. All angles should be held level for the length of the basin maintaining the accurate 8"spacing for ease in attachment of the cell dividers. INSTALLING CELL DIVIDERS: For retrofit underdrain systems,the standard length FRP cell dividers must be trimmed on both ends to fit between the concrete walls, and legs of vertical support angles provided. These cell dividers will be factory trimmed to the length required for the basin width,keeping them symmetrical in length for ease in installation. Refer to the installation drawings for actual size of cell dividers required for your project and attachment of the foot angles. Start by setting the first cell divider on top of the leveling angles and up against the first two vertical wall angles at one end of the filter bed. Secure the cell divider by installing the self- drilling&tapping screws by drilling into the side of the cell dividers and into each vertical wall angle until the washer head of the screw seats against the cell divider locking it in position. Then securely fasten the foot angle to the leveling strips with the same self-drilling&tapping screws. After fastening each cell divider to the angles and leveling strips, apply a large bead of sealant on one side, at both ends of the cell dividers, from the top down to the bottom sealing them to the walls. Continue installing all cell dividers in the same manor, on top of the leveling angles and up against the leg of two vertical wall angles with the self-drilling&tapping screws to secure in place. Do not over torque the self-drilling screws or you will strip the threads of the fiberglass material. There must not be any visible gaps between the vertical wall angles and cell dividers that could allow the sand media to migrate through the system. It is critical that each cell divider be sealed to the wall in order to isolate each cell for backwashing and filtering. Checks must be made from time to time verifying the top holes in the cell dividers are in alignment between adjacent cell dividers, for attachment of the cell spacer rods,which will be attached after installation of the porous plates and retaining angles. Once the cell dividers have been anchored securely in place to both the wall angles and leveling strips it is recommended that sheets of plywood be positioned on top of the assembled cell dividers during pouring of the sloped floor. EP-10078 AquaABF Demo &Underdrain Inst.doc 5 of 13 Copyright©2008 Aqua-Aerobic Systems,Inc. 2012-03-05 GROUTING SLOPE IN BOTTOM OF CELLS: The entire basin floor must be grouted to slope from the high point at the influent wall, down to the invert elevation of the effluent ports within each individual cell. The high point of the grouted slope at influent wall should be a min. of 4 3/4" from the original floor elevation, and it must slope downward to the invert of the effluent ports at an approximate height of 2 1/2". The grouted slope within each cell must totally enclose and isolate each cell and cover the leveling strips. Refer to the grouting fixture details illustrated on the installation drawings as an example to help with preparing the sloped floor. All cells must have the grouted bottom/sloped floor completed and allowed to cure out,before the cell spacer rods may be installed, or they will interfere with any type of fixturing to maintain the slope. After complete installation of the grouting,the cell spacer rods may be attached for maintaining the eight-inch spacing in all cells prior to installing the media. After each cell has been completed with the installation of the spacer rods, it is recommended that sheets of plywood be re-positioned on top of the cell dividers for ease in field assembly of spacer rods and hardware and for walking around during the rest of the installation. POROUS PLATE CAULKING INSTRUCTIONS: After underdrain system has been retrofitted with new cell dividers, porous plates can be installed in the following manner. Aqua-Aerobic Systems, Inc. will furnish a pneumatic caulking gun, including a 10ft. hose assembly for sealing the porous plates. This pneumatic caulking gun requires an operating pressure is 50 PSI. Q CAUTION Before installation of any porous plates,each entire cell chamber must be cleaned. Any and all debris removed. Excess dust and dirt within cells can be blown through effluent port with an air hose. It is very important to completely seal entire perimeter of plate with sealant. If there is the slightest pinhole in the sealant it will act as an hour glass and allow the sand to migrate into the chamber below making that an inactive cell. Sheets of plywood 1/2" or 3/4" thick x 4 ft. wide x 8 ft. long should be placed on top of the cell dividers. This will enable the workmen to walk on the top of the dividers and give them an area to lay tools and supplies. EP-10078 AquaABF Demo & Underdrain Inst.doc 6 of 13 Copyright©2008 Aqua-Aerobic Systems,Inc. 2012-03-05 EQUIPMENT REQUIRED (BY OTHERS)TO INSTALL POROUS PLATES: 1). Acetone or MEK (for cleaning). 2). Metal or plastic buckets 3). Rags: This is a messy job. A large quantity of rags is necessary. 4). Air compressor, with regulator(35-50) PSI air pressure is required to operate the caulking gun). 5). Air hose, (about 50 ft. of hose is required,with fitting adaptable to caulking gun hose fitting). 6). A small broom or brush for sweeping dirt or debris from cells. 7). A pair of 7/16" wrenches for tightening fasteners installed through the retaining angles,wall angles and cell extensions. 8). A 9/16" open end wrench for tightening spacer rods. DO NOT USE DAMAGED PLATES! A. Clean the ledge around the entire perimeter with the MEK, or acetone just prior to applying sealant. B. A 24 hour period with weather conditions of 40°F or greater is required for proper plate installation. C. HDPE (1015) Porous Plate C-1 Prepare the correct supply of first plates by using a circular saw and cut the tab off on 15°angle as shown in Fig 15. Be sure that the angle is cut with the tab on the opposite end in the proper orientation. (Tab down against support angles.) 15° 1/16"- GAP SEALANT MUST BE COMPRESSED FOR A GOOD SEAL. HEADER SUPPORT LEDGE FIGURE 15 EP-10078 AquaABF Demo& Underdrain Inst.doc 7 of 13 Copyright©2008 Aqua-Aerobic Systems,Inc. 2012-03-05 It is recommended to test fit the entire first cell before applying any sealant, allowing a 1/16"to 1/8"gap at the start, 1/8"gap at each plate joint and 1/16" to 1/8"gap,between the plate and end wall. Measure length from the lap joint to the wall minus a 1/4" for the gap including a 15° angle cut on edge per Fig 16 and dry fit up the entire cell before starting the caulking procedures. r----------L-1/4" t: 14- 15° 112•BOTTOM BEAD EFFLUENT WALL FIGURE 16 Note: This dry fit should be performed for each cell along the basin length. This dry check will allow for adjusting the final plate cut compensating for basin width,porous plate tolerances or cell variances and insuring proper gap throughout the installation CAUTION Under no circumstances can anyone take a break from installing the porous plates if they have applied any portion of the sealant onto the support ledge or opened an adhesive cartridge until the tasks has been completed. C-2. Starting from the influent end, using an air operated caulking gun, apply a 1/2" bead of sealant(supplied) on three (3) sides of the support ledge as shown in Fig 17. 1h/2 HP SEALANT BEAD CELL DIVIDER SUPPORT LEDGE FIGURE 17 EP-10078 AquaABF Demo &Underdrain Inst.doc 8 of 13 Copyright©2008 Aqua-Aerobic Systems,Inc. 2012-03-05 Place first plate securely on support ledge leaving a 1/l6"-1/8" gap from the influent header wall and approx. 1/8" gap on both sides between plate and cell dividers. While the plates are installed, continue to apply the 1/2"bottom bead. Also, apply a continuous 5/16" bead across both vertical edges of porous plate as shown in Fig 18—Step 1. 05/16"BEAD ACROSS STEP- 1 VERTICAL EDGES OF PLATE INSTALL NEXT PLATE 1/2"BOTTOM BEAD WITH 1/8"GAP FROM ADJACENT PLATE AS -- 1/8" SHOWN. STEP-2 11 FIGURE 18 NOTE: Apply firm pressure on the plate to insure compression of the sealant. C-3. Install next porous plate with 1/8" gap from previous plate as shown in Fig 18 Step 2. To avoid damage to porous plates, DO NOT FORCE. The 1/8"gap MUST be maintained. A small amount of sealant should squeeze from between plates, forming a bead. Do not disturb this bead. Do not walk or set any object on plates after installation. Again, caulk the entire end of each plate as shown in Fig 18—Step 1. Continue installing all plates to complete the cell, carefully not to damage or step on the cell spacer rods. C-4. The installation of the last plate in any cell is to be cut to the measured length from the lap joint to the wall minus a 1/4" for the gap including a 15° angle cut on edge as shown in Fig 19. This will allow for the 1/8" gap between plates and a 1/16 to 1/8"gap between the plate and end wall. 05116"BEAD ACROSS L-1/4" VERTICAL EDGES 15° • . 1/2"BEAD 1/2"BOTTOM BEAD EFFLUENT WALL FIGURE 19 EP-10078 AquaABF Demo & Underdrain Inst.doc 9 of 13 Copyright©2008 Aqua-Aerobic Systems, Inc. 2012-03-05 Note: This dry fit should be performed for each cell along the basin length. This dry check will allow for adjusting the final plate cut compensating for basin width,porous plate tolerances or cell variances and insuring proper gap throughout the installation C-5. After the plates are installed in the cell, apply a bead of sealant around the top perimeter of plates filling the gap with sufficient quantity as shown in Fig 20. COMPLETELY 1/4" FILLEDGAPMUST WITHBE SEALANT. SEALANT 4- /POROUS BEAD PLATE cl, ( ,,.s.,,.,,.//--. 1r U2"MIN. CELL DIVIDER SUPPORT LEDGE I- $" I NOTE: SEALED UNDERDRAIN SYSTEM MUST BE ALLOWED A MINIMUM OF 7 DAYS CURING TIME PRIOR TO INSTALLING FILTER MEDIA. FIGURE 20 Both ends of each cell must be sealed as shown in Fig 21 to prevent any possibility of leakage. SEALANT BEAD _ ,i MN HEADER SUPPORT LEDGE FIGURE 21 EP-10078 AquaABF Demo&Underdrain Inst.doc 10 of 13 Copyright©2008 Aqua-Aerobic Systems,Inc. 2012-03-05 C-6. Clean retaining angles, as described above, and press into corner formed by the cell divider and the porous plates. Be sure to align the holes in the angles with the holes in the cell dividers. This will compress the sealant and bond the angle, cell divider and porous plates together. Install fasteners as shown in Fig 22. 1/4"FASTENERS RETAINING ANGLE(FRP) SEALANT BEAD _J POROUS PLATE 211111 NOTE:SEALANT MUST BE COMPRESSED AS SOON AS POSSIBLE TO BOND ANGLE TO PLATES. FIGURE 22 Note: A 1/4" air operated ratchet(such as a Milwaukee Model #760) will make installation easier and shorten time required to install the 1/4" fasteners. C-7. Install spacer rods in half of the holes near top of cell divider. Leave an empty hole between each rod which will be used in the next cell. Adjust to hold divider at 8" center to center. NOTICE A good seal is required to prevent leakage of filter media from top side of porous plates. CAUTION Again under no circumstances can anyone take a break from assembly or installing the retaining angles. If the upper 'A" bead of sealant has been applied on top of the porous plates,or an adhesive cartridge has been opened,which may reduce the life of the sealant or allow the sealant to skin over. EP-10078 AquaABF Demo &Underdrain Inst.doc 11 of 13 Copyright©2008 Aqua-Aerobic Systems, Inc. 2012-03-05 Q CAUTION 1. The porous plates are fragile--they must be handled with care. 2. Do not use a plate that appears cracked, chipped or damaged. 3. Do not walk on plates after they are installed. 4. Start at one end of the basin and work toward the other,doing only one cell at a time. 5. Do not allow the sealant to skin. Make sure the retaining angles have been installed within each cell before any work breaks are taken. Note: A good bead of sealant must be applied in all areas as detailed on the drawings to prevent any possible leakage or migration of the media during operation. Aqua-Aerobic Systems, Inc. will not assume any responsibility for failure of plate seals, and it is very important that the installing workmen use caution during installation to assure a totally sealed underdrain system. Refer to all details and complete underdrain installation manual drawings provided within the operation and maintenance manuals for complete instructions. After all of the porous plates and retaining angles have been installed the entire underdrain system to this point must be allowed a min. of seven (7) days curing time prior to installing filter media. WEAR STRIP DEMOLITION AND INSTALLATION NOTES: Remove existing fasteners in order to remove the existing wear strips from the face of the effluent wall and/or headers. Some older version modular type ABF filters utilized painted steel and/or PVC coated steel components. The exposed component parts must be inspected to insure a good coating exists prior to installation of the underdrain system. It is recommended that all steel components within the older structure be sandblasted and re-coated with epoxy paint and/or wet blasted at 40,000 PSI and re-coated with epoxy paint prior to installing the new underdrain system. Some older version modular type ABF filters utilized 1/4 inch size anchors and 3/8 inch size anchors for attaching the wear strips. The 1/4 inch size anchors will not be used for the new retrofit installation. If the existing installation utilized 3/8 inch size anchors and they have become rusted or will not allow new 3/8" fasteners to seat and secure wear strip to wall,they must be re-drilled out and replaced with new 3/8"-16 UNC type anchors provided. Use the new wear strips as a template and align the four inch (4")hole of wear strip over the 4"effluent ports to locate and drill wall for new anchors. It is important to maintain the best possible alignment of the effluent ports. The first wear strip installed should be the smaller starter strip (# 2603204) which is approximately thirty-six (36") in length. The rest of the wear strips are approximately eighty-four inches (84") in length and will run the full length of the filter bed and past the last cell/port area. The last wear strip will need to be field cut to length including approximately twelve inch (12")extra length called a dead area. This area allows for smooth backwash shoe travel over the first and last cell. Each wear strip will have approximately l/8"-3/16"gap between them, and must seat tight against the face of the effluent headers/wall at all points for EP-10078 AquaABF Demo &Underdrain Inst.doc 12 of 13 Copyright© 2008 Aqua-Aerobic Systems,Inc. 2012-03-05 proper operation of backwash shoe. If the face of the concrete walls has any type of indentation or cavity around the effluent port area of the wear strips, it is recommended that the wall be repaired smooth with a concrete/mortar mixture,or the backside of the wear strips should be caulked. This will ensure a good seal of the backwash shoe and that no blow-by of backwash pump flow will occur. A good polyurethane sealant or a sealant material designed for immersion applications is recommended for this procedure and the sealant if required must be supplied and installed by installing contractor. If the existing wear strip anchors must be replaced you will need the following equipment: a.) 1/2" diameter carbide drill bits b.) Electric hammer drill c.)Drop-in anchor 3/8"-16 UNC x 1 9/16" long with min. 5/8'thread depth(#2611335) d.)Flat head machine screws 3/8"-16 UNC x 3/4" long 304SS (#2604001) e.)Never-Seize thread lubricant. The hole depth for the new 3/8"size anchors must be drilled 1 9/16" to 1 5/8" maximum for the drop-in anchor size and each anchor must be set flush with face of effluent concrete wall for attachment of the wear strips. NOTICE FOR MEDIA INSTALLATION PLEASE REFER TO ENGINEERING STANDARD DOCUMENT"ES-1102"TITLED ABF SILICA SAND MEDIA INSTALLATION PROCEDURES TO COMPLETE YOUR INSTALLATION. EP-10078 AquaABF Demo& Underdrain Inst.doc 13 of 13 Copyright©2008 Aqua-Aerobic Systems,Inc. 2012-03-05 AquaABF® Automatic Backwash Filter HDPE Porous Plate Installation Procedures HDPE POROUS PLATE INSTALLATION PROCEDURES CONCRETE & PACKAGE FILTER REFER TO ALL INSTALLATION DRAWINGS FOR ALL CONSTRUCTION DIMENSIONS AND INSTALLATION DETAILS. 2015-12-18 EP-10242 AquaABF HDPE Porous Plate Instl Proc.doc 1 of 11 ©2015 Aqua-Aerobic Systems, Inc. AquaABF® Automatic Backwash Filter HDPE Porous Plate Installation Procedures SPECIAL INTRODUCTION COMMENTS NOTICE It is recommended that the installing contractor/owner become familiar with this entire installation manual before starting any civil construction on the filter system. Aqua- Aerobic Systems,Inc.will not assume liability for material or workmanship provided by others. Aqua-Aerobic Systems, Inc.limits its liability only to the standard terms and specific language of our standard warranty for new equipment sold and paid for in full. STORAGE AND HANDLING A few points are brought to the installing contractor's(owner's)attention, as follows: A. It is the contractor's responsibility to properly store all equipment and parts upon arrival at job site and to maintain the same package quality as when shipped. Extra care must be taken when handling materials at extremely low or high temperatures. It is recommended that the contractor store all materials in a weatherproof building with controlled environment until required for installation. The standard packaging of these materials may be damaged from rain or moisture, increasing the possibility of breakage and/or loss of material. (Keep porous plate boxes dry.) B. Sealant: Sealant should be stored indoors in a temperature controlled environment. If stored outdoors,cover sealant with a loose-fitting,waterproof tarp to provide protection against rain without creating high temperatures. The sealant specified/supplied for installation of the HDPE porous plates is Sikaflex®-la, a single component,polyurethane,non-sag sealant. Refer to the technical data sheet supplied within each manual for storage, limited shelf life, surface preparations,curing characteristics and safety precautions. C. Porous Plates: The porous plates are made of(HDPE)high density polyethylene. Although the plates are very strong,they are susceptible to breakage from bending and impact, such as dropping or being struck by equipment or tools. Inspect all pallets of plates for damage immediately after receipt of shipment. DO NOT USE DAMAGED PLATES! Wet boxes will fall apart,potentially damaging plates! The target ambient temperature for installing HDPE porous plates should be 65-70°F. Due geographic job site location, season and temperature variations between day and night, covering and heating the basin at night will be required to achieve the proper cure time. When installing the HDPE porous plates with the Sikaflex®-la sealant, it is recommended that all boxes of sealant be stored inside the warmest room available at the job site. By doing so,the sealant will be maintained at the desired application temperature. The Sikaflex -1 a sealant adheres to the HDPE porous plates and cell divider ledges better at elevated ambient temperatures. At lower 2015-12-18 EP-10242 AquaABF HDPE Porous Plate Instl Proc.doc 2 of 11 ©2015 Aqua-Aerobic Systems,Inc. AquaABF® Automatic Backwash Filter HDPE Porous Plate Installation Procedures temperatures,the sealant may not cure properly, leading to sealing issues when water is applied to the filter cells during the backwash phase. The Sikaflex®-la final cure time, with controlled installation and cure temperatures of 65-70 °F, should be approximately 5-7 days from the time the final HDPE porous plate was installed. After allowing the sealant to cure for 7 days, enter the basin and physically check the sealant by touching the surface and verifying the sealant is tack-free and has cured-out. An alternate method to check for proper curing is to create an HDPE porous plate test section during installation, made up of previous cut-off pieces of HDPE porous plate with the Sikaflex-l a sealant applied and left loose on a piece of plywood. CAULKING PROCEDURES NOTICE Before installation of any porous plates, each entire cell chamber should be inspected and cleaned. Cell dividers and header support ledges must be in good condition prior to sealing plates in place. All debris must be removed. Excess dust may be blown through effluent port with an air hose. It is very important to completely seal entire perimeter of plate with sealant. The slightest pinhole in the sealant will act as a funnel and allow the sand media to migrate into the chamber below, blocking flow through the cell. EQUIPMENT REQUIRED FOR INSTALLATION OF POROUS PLATES: 1. Acetone or Methyl Ethyl Ketone(MEK) for cleaning. 2. Metal or plastic buckets 3. Rags: This is a messy job. A large quantity of rags or strong disposable towels will be necessary. 4. Air compressor,with regulator(30-40) psi air pressure is required to operate the caulking gun. A longer hose length may be required with basins longer than 50 ft. 5. Air hose, (about 50 ft. of hose is required, with fitting adaptable to caulking gun hose fitting). 6. A small broom or brush 6" - 7" wide for sweeping dirt or debris from cell and ledges of cell dividers, or air compressor and appropriate fittings for removing all debris from within the cell areas. 7. A pair of 7/16" wrenches for tightening fasteners installed through the retaining angles is required for each person installing the hardware. 8. A 9/16" open end wrench for tightening spacer rods. (for concrete units only) 9. Concrete or grout(4000 psi minimum) for repairing end grout fillets back to normal/existing state. (for concrete units only) 2015-12-18 EP-10242 AquaABF HDPE Porous Plate lnstl Proc.doc 3 of 11 ©2015 Aqua-Aerobic Systems, Inc. AquaABF® Automatic Backwash Filter HDPE Porous Plate Installation Procedures Sheets of plywood 1/2" or 3/4" thick x 4 ft. Wide x 8 ft. long are recommended to be placed on top of the cell dividers. The plywood sheets provide a means for workers to walk on top of the dividers as well as provide an area for placing tools and supplies. OPTIONAL EQUIPMENT MAY BE REQUIRED: (For concrete units only) 1. Support material (1"wide x 1/16"thick) for support ledge at ends of cells if non-existing or damaged during demolition phase. 2. Fiberglass repair kits,polyurethane caulking or construction adhesive, for repair of cell dividers,headers, and/or concrete walls if damaged during demo phase. SPECIAL CAULKING INSTRUCTIONS NOTICE The underdrain installation procedures and caulking instructions must be followed completely to insure a properly sealed underdrain system. Time is of the essence. Once applied, caulk will begin to form a skin within 40-60 minutes. An entire cell must be completed from start to finish without interruption. Don't begin work on a cell unless the cell may be completed without stopping. Caulk has a shelf life. Check expiration date before beginning work. If the caulk passes its expiration date, contact Aqua-Aerobic Systems. Do not use expired caulk. A good/consistent bead of sealant must be applied in all areas, as detailed on the drawings, to prevent any possible leakage or migration of the media during operation. Aqua- Aerobic Systems, Inc. will not assume any responsibility for failure of plate seals. It is very important that workers use caution during installation to assure a totally sealed underdrain system. Refer to all details and underdrain installation instructions provided within the operation and maintenance manuals. 2015-12-18 EP-10242 AquaABF HDPE Porous Plate Instl Proc.doc 4 of 11 ©2015 Aqua-Aerobic Systems, Inc. AquaABF® Automatic Backwash Filter HDPE Porous Plate Installation Procedures DO NOT USE DAMAGED PLATES! A. Clean the support ledge around the entire perimeter of the cell dividers and headers with the MEK, or acetone just prior to applying sealant. B. A 24 hour period with weather conditions of 40°F or greater is required for proper porous plate installation. C. HDPE Porous Plate C-1 Prepare the correct amount of initial (first)plates to be installed in the first few cells by using a circular saw and cutting the tab off at a 15° angle, as shown in Figure 1. Be sure that the angle is cut with the lap joint on the opposite end as shown in Figure 1 for the proper orientation. The last porous plate must be cut to size,requiring a gap of 1/8"to 1/4"from the header wall. 15° 1/16'-1/8' GAP SEALANT MUST BE COMPRESSED FOR A GOOD SEAL. 111111.1111. HEADER SUPPORT LEDGE FIGURE 1 It is recommended to test fit the entire first few cells before attempting to apply any sealant. Allow 1/16"to 1/8"gap at the start, with a 1/8"gap at each plate joint and 1/8"to 1/4" gap between the plate and end wall. For the last porous plate, measure the length from the lap joint to the wall minus 1/4" for the gap, including a 15°angle cut on edge. Refer to Figure 2 to complete dry fit up of the entire cell before starting the caulking procedures. The porous plates should have 1/8"gap on each side from the cell dividers. If the plates fit tight and touch cell dividers,they need to be trimmed with a table saw or circular saw. Cut one edge of the porous plate enough to allow the 1/8" gap per side. Continue dry fit up of plates. 2015-12-18 EP-10242 AquaABF HDPE Porous Plate Instl Proc.doc 5 of 11 ©2015 Aqua-Aerobic Systems, Inc. AquaABF® Automatic Backwash Filter HDPE Porous Plate Installation Procedures 7.----------- L-114" 1 15° 112'BOTTOM BEADY EFFLUENT WALL FIGURE 2 Note: This dry fit should be performed for each cell along the basin length. This dry check will allow for adjusting the final plate length, compensating for basin width,porous plate tolerances or cell variances and insure proper gap throughout the installation. It is recommended that all cells be dry fit prior to the start of caulking any cells. NOTICE Once a cell installation has been begun, it must be completely finished with retaining angles bolted in place prior to work stoppages of 30 minutes or more. C-2. Starting from the cell end opposite the effluent,using the air operated caulking gun, apply a 1/2" bead of sealant(supplied) around the perimeter of the support ledge as shown in Figure 3. CELL DIVIDER -STARTING FROM THE CELL END OPPOSITE THE EFFLUENT,USING 1!2' �' THE AIR OPERATED SEALANT BEAD CAULKING GUN,APPLY A 1/2"BEAD OF SEALANT 1..1.1 r` (SUPPLIED)AROUND THE PERIMETER OF THE /` SUPPORT LEDGE. / „, ... j' _, CELL DIVIDER Zf. , / SUPPORT LEDGE I ___„>,--".-.: it { �� r ± FIGURE 3 2015-12-18 EP-10242 AquaABF HDPE Porous Plate Instl Proc.doc 6 of 11 ©2015 Aqua-Aerobic Systems, Inc. AquaABF® Automatic Backwash Filter HDPE Porous Plate Installation Procedures Place first plate securely on support ledge, leaving 1/16"-1/8" gap from the influent header wall and approximately 1/8" gap on each side of the porous plate and adjacent cell divider. While the plates are installed, apply a continuous 5/16" bead across both vertical edges of each porous plate lap joint as shown in Figure 4 - Step 1. 05/16"BEAD ACROSS 4CSTEP- 1 VERTICAL EDGES OF PLATE --/• INSTALL NEXT PLATE 1/2"BOTTOM BEAD WITH 1/8"GAP FROM ADJACENT PLATE AS --- x--1/8" SHOWN STEP-2 E1 FIGURE 4 NOTE: Apply firm pressure on the plate to insure compression of the sealant to support ledge. C-3. Install next porous plate with 1/8" gap from previous plate as shown in Figure 4 - Step 2. To avoid damage to porous plates or cell width, DO NOT FORCE INTO PLACE. The 1/8" gap MUST be maintained. A small amount of sealant should squeeze from between plates, forming a bead on top of the lap joints. Do not disturb this bead. Do not walk or set any object on plates after installation. Again, caulk the entire end of each plate as shown in Figure 4—Step 1. Continue installing all plates to complete the cell. Do not damage or step on the cell spacer rods. C-4. The installation of the last porous plate in any cell is to be cut to the measured length from the lap joint to the wall,minus 1/4", allowing an 1/8"to 1/4" gap, including a 15° angle cut on end as shown in Figure 5. This will allow for the proper gap between plate and end wall. LENGTH MINUS 1/4" • (2)5/16"SEALANT BEADS (LAST PLATE) -, ACROSS BOTH LAP 1/2"BEAD O15° JOINTS,AND SET ONE END LEDGE LAP__ViPLATE AT A TIME jr LAP JOINT CELL DIVIDE EFFLUENT (2)5/16"SEALANT BEADS SUPPORT LEDGE WALL \ ACROSS BOTH LAP 1/2"SEALANT BEAD JOINTS,AND SET ONE PLATE AT A TIME FIGURE 5 2015-12-18 EP-10242 AquaABF HDPE Porous Plate Instl Proc.doc 7 of 11 ©2015 Aqua-Aerobic Systems, Inc. AquaABF® Automatic Backwash Filter HDPE Porous Plate Installation Procedures C-5. After the plates are installed in the cell, apply a bead of sealant around the top perimeter of plates, filling the side gaps as shown in Figure 6. M 1/8" FILLEDGAPMUST WITHBE SEALANTCOMPLETELY SEALANT /POROUS BEAD PLATE 1/2"MIN . i } , CELL DIVIDER SUPPORT LEDGE 1- CELL WIDTH I FIGURE 6 Both ends of each cell must be sealed as shown in Figure 7 to prevent any possibility of leakage. SEALANT BEAD 21111111 -I 111111111111111111.1.11114 HEADER SUPPORT LEDGE FIGURE 7 2015-12-18 EP-10242 AquaABF HDPE Porous Plate Instl Proc.doc 8 of 11 ©2015 Aqua-Aerobic Systems, Inc. AquaABF® Automatic Backwash Filter HDPE Porous Plate Installation Procedures C-6. Clean and wipe down all retaining angles with acetone or MEK, as described above, and immediately press into corner formed by the cell divider and the porous plates. Be sure to align the holes in the angles with the holes in the cell dividers. This will compress the sealant and bond the angle, cell divider and porous plates together. Install stainless steel fasteners provided as shown in Figure 8. 1/4"FASTENERS RETAINING ANGLE(FRP) SEALANT BEAD _J !� POROUS PLATE 11110 111111- - zim NOTE: SEALANT MUST BE COMPRESSED AS SOON AS POSSIBLE TO BOND ANGLE TO PLATES FIGURE 8 Note: A common 1/4" air operated ratchet driver(such as a Milwaukee Model #760)will make installation of the fasteners quicker. C-7. Install spacer rods in half of the holes near top of cell divider. Leave an empty hole between each rod which will be used in the next cell. Adjust to hold divider at 8" or 12"center to center. (concrete units only) NOTICE A good/consistent seal is required to prevent leakage of filter media from the top side of the porous plates. Aqua-Aerobic Systems,Inc. will not assume responsibility for failure of plate seals. It is very important that the installing contractor use caution during and after installation to assure a sealed underdrain. 2015-12-18 EP-10242 AquaABF HDPE Porous Plate Instl Proc.doc 9 of 11 0 2015 Aqua-Aerobic Systems, Inc. AquaABF® Automatic Backwash Filter HDPE Porous Plate Installation Procedures NOTICE Once cell installation and sealing of porous plates has begun, it must be completely finished with retaining angles bolted in place prior to work stoppages of 30 minutes or more. The porous plates are fragile--they must be handled with care. Do not use a plate that appears cracked, chipped or damaged. Set these aside and document quantity and batch code for possible credit/replacement plates. NOTE: Aqua- Aerobic Systems, Inc. has allowed for a small percentage of breakage only within quantity provided. Do not walk on plates after they are installed. Always start at one end of the tank and work toward the other end, installing only one individual cell at a time. Do not allow the sealant to skin over prior to completing the tasks within a cell. The Sikaflex®-la sealant typically begins to form a skin within 40-60 minutes after application. Make sure the retaining angles and hardware are installed completely prior to any work stoppages or breaks are taken. DO NOT place filter media into a cell before the 7 day final installation curing period has elapsed. The Sikaflez-la sealant is moisture activated and typically cures after 5-7 days. However, if the relative humidity is low, the final cure period may need to be extended. In areas of low humidity, a fine water spray may be used to promote curing. LIGHT TEST PROCEDURES After the porous plates have been installed, a light test must be preformed. Refer to EP-10077 AquaABF Light Test Procedure document within your manual. MEDIA INSTALLATION After the light test and any necessary repairs have been completed, the media may be installed. Refer to EP-10076 AquaABF Silica Sand Media Installation Procedure document within your manual. FINISHING INSTALLTION Once the media has been completely installed,the unit(washwater hood/supports, washwater pump, etc.) should be re-assembled and placed back into operation. Enable power to the carriage unit for travel and initial backwash cycling, allowing all air pockets to escape from the media within each 2015-12-18 EP-10242 AquaABF HDPE Porous Plate Instl Proc.doc 10 of 11 0 2015 Aqua-Aerobic Systems, Inc. AquaABF® Automatic Backwash Filter HDPE Porous Plate Installation Procedures cell. This procedure will also remove the media fines prior to placing unit into operation. At this time, it is recommended that the pumps be re-synchronized for actual flow rates with the new underdrain installation. Refer to the operation and maintenance manual for start-up instructions, initial backwashing phase and synchronization of pump flows. Refer to the synchronizing pump flow chart to set initial pump flow rates. Once the unit has been operated for a minimum of two passes, running only the backwash pump to expand cells and remove the fines,the washwater pump may be operated to verify operation and flow rates. The unit should be run for an additional two passes, operating both pumps and checking for cell expansion and collection of media within the trough. If the cells are being expanded with media washing out from under both sides of the hood and no media is present within the trough, the unit may be placed back into full operation. 2015-12-18 EP-10242 AquaABF HDPE Porous Plate Instl Proc.doc 11 of 11 ©2015 Aqua-Aerobic Systems,Inc. AquaABF® Automatic Backwash Filter RAIL INSTALLATION A critical factor in the filter installation is the accurate placement of the rail. An improperly placed rail will result in the bridge running erratically, de-railing, and damage to both the equipment and filter underdrain. The following tolerances must be held in the placement of the rail. 1. The rails must be straight to plus of minus 1/8"longitudinally. 2. The effluent wall rail must be parallel to the wear strip within plus of minus 1/8". 3. The two rails for each basin must be parallel to the wear strip within plus or minus 1/8". 4. The rails must be level to plus or minus 1/8" 5. Field weld two (2) rail hold down clips to rail: choose clips closest to center of basin (typical all rail walls). NOTE: This will hold the rail in position during expansion and contraction during temperature changes, allowing it to expand and contract in two directions, terminating at the center. 6. Typically rails are grouted in with a non-shrinking grout the full length of the rail, as shown on the drawings in this manual. 7. Field weld the(12 GA. SS) rail cap to the top of rails: clamp each rail cap tight to the rail before welding, this is to insure a flat surface and eliminate any"wave" in the rail caps. Tack weld 1" long on 12" staggered centers at the base of the caps, as shown on the drawings in this manual. 8. After welding, the welded areas must be hand or power tool cleaned before finish paint is applied: The rails are factory primed only and will require a field applied finish coating. EP-10227 AquaABF Rail Instl.doc 1 of 1 Copyright©2008 Aqua-Aerobic Systems,Inc. 2009-01-29 AquaABF® Automatic Backwash Filter Media Installation Procedures This document covers receiving, storage, installation, and commissioning of media in the AquaABF Automatic Backwash Filter. Refer to the site drawings for additional detail on the type or types of media and the amount shipped. RECEIVING Media will include silica sand and may also include anthracite. All media will arrive in one of two forms. 1) Packaged in one cubic foot bags and stacked 30 bags per pallet(approx 4'x 4' size). The pallets will be stretch wrapped for weather protection. Individual bags of silica sand weigh approximately 100 pounds. Individual bags of anthracite weigh approximately 50 pounds. 2) Packaged in plastic super sacks, shipped individually. Super sacks for silica sand may be 30 cubic feet or 40 cubic feet,weighing approximately 3000 or 4000 pounds. Super sacks for anthracite will be 45 cubic feet,weighing approximately 2250 pounds. 3) Pneumatic Truck Delivery. A typical pneumatic truck can carry 24 to 25 ton(480-500 c.f.) of sand media. The sand must be dry and is conveyed by air. Coarse products such as support gravel cannot be conveyed pneumatically. Anthracite cannot be conveyed pneumatically. Super Sacks: Lifting of the Super Sacks: When lifting the super sacks with a fork lift truck, be sure that the fork lift tines are spaced correctly. All lifting loops should be vertical, so that no lateral forces will be created. Be sure that the lifting loops are not twisted. Fork lift tines should have rounded edges and/or protective covers. The super sacks should be raised or lowered slowly and smoothly. Horizontal Carrying With Fork Lift Trucks: The fork lift truck must be suitable for the load to be carried. When traveling with the super sacks hanging from the fork lift tines, there is a danger of the truck becoming unstable. The super sacks should be held close to the mast and as low as possible with the mast tilted slightly toward the fork truck. Make sure that the super sacks will not be damaged by the wheels of the truck. The load should not restrict the view of the driver. The super sack must not be dragged. The truck should be brought to a stop before the super sack is raised or lowered. 2017-07-13 EP-10076 AquaABF Media Installation.doc 1 of 4 ©2012 Aqua-Aerobic Systems, Inc. AquaABF® Automatic Backwash Filter Media Installation Procedures Handling with Cranes or Hoists The hooks, spreader bars, or other devices used for lifting should have rounded edges and/or protective covers. It is recommended that use of safety hooks with an integrated latch be utilized to prevent the hook from accidentally slipping off the loop. Hooks should have a sufficiently large radius to prevent squeezing the loops together. When the super sack is suspended, the loops must be vertical, without any twists or knots. Righting Super Sacks: To right a super sack that has toppled on its side, an endless fabric sling,wound through all the lifting loops, should be used. Any attempt to lift the super sack using fewer loops than those provided may result in the loops being torn off. STORAGE All media should be stored in a dry, covered location. When media must be stored outdoors, the media must be covered with a UV-resistant, waterproof layer and placed on pallets or blocks sufficient to protect from mud, standing water, etc. The cover should shed water rather than allowing it to pool atop the media, and should be loose-fitting at the sides and bottom to minimize trapping of condensation. Super Sacks: When stacking super sacks 2 (two) or more high, every effort should be made to ensure that the stack is stable. Where possible,the stack should be formed against at lease two retaining walls, preferably three, to achieve maximum stability. Generally, the higher the stack,the greater the number of retaining walls required. Where only free stacking is possible, a pyramid method should be used. Super sacks should not be pushed into a stack as this can cause damage to the sacks. INSTALLATION Media must be dispersed over the entire basin in layers, with individual layer depth not to exceed three inches. Excess layer depth may cause deflection of the cell dividers due to the weight of the media pressing against the cell divider. Take care to dispense media evenly throughout the installation. In dual media applications, install the silica sand to the depth specified on the drawing prior to installing the anthracite. By design there should be media remaining after the filter has been filled to the design level. During commissioning of the filter, the media will compact slightly and some fines will be removed during the backwash process. The excess media must be retained to top off the cell dividers following commissioning. 2017-07-13 EP-10076 AquaABF Media Installation.doc 2 of 4 ©2012 Aqua-Aerobic Systems, Inc. AquaABF® Automatic Backwash Filter Media Installation Procedures Individual One Cubic Foot Sacks If media has been supplied in one cubic meter sacks, simply spread the media over the entire filter bed to the specified depth while maintaining depth uniformity within three inches. Emptying Super Sacks: Super sacks are usually emptied by gravity,but can also be emptied by suction. When emptying by gravity through a bottom discharge spout,the rate of discharge must be controlled by restricting the outlet. wARNING Never stand under a super sack during discharge. The super sacks have a spout on the bottom that is tethered in place for shipment. With the sack near the desired discharge location,release the tether and the spout will drop. The spout also has been tied. When ready and positioned over the center of cells,pull the cord to un-tie the spout. Disperse media and while moving the sack gradually side to side within the filter bed. Limit media to no more than 3"lifts in all cells. Continue dispersing media in 3"lifts until the entire bed reaches the depth specified on the site drawings. Hold all remaining media in super sacks for installation after the filter bridge has been cycled through each cell a minimum of two passes to remove all fine particles. Pneumatic Truck Media Delivery Each truck typically is equipped with 20' of four inch hose for unloading. Some carriers can supply additional hose for unloading. There is an additional fee for extra hose and if the extra hose is required it must be requested in advance. It is recommended the length of hose used is kept to a minimum. When using additional hose beyond 20' it may take longer to offload the media. In addition there is often concern for degradation of the material and creating additional dust when excessive hose is required. We do not recommend trucks are offloaded indoors or in an area where the dust can effect, equipment, instrumentation or other products. We also recommend any person that may come in contact with airborne particulates utilize an appropriate mask or respirator. Please refer to the SDS for product safety. It is the client's responsibility to move and/or direct hose in the filter. It is recommended the client use a fine water spray or water mist to help settle dust during unloading. Some carriers have a fitting available for the client to attach a garden hose to a site water source to utilize in settling dust. This fitting must be requested in advance and can be supplied if available. It is not available from all pneumatic carriers. It is the client's responsibility to manage dust. 2017-07-13 EP-10076 AquaABF Media Installation.doc 3 of 4 ©2012 Aqua-Aerobic Systems, Inc. AquaABF® Automatic Backwash Filter Media Installation Procedures COMMISSIONING Commissioning of the filter must be done under the direction of an Aqua-Aerobic Systems field service representative. During commissioning,the field service representative will balance the output of the backwash and washwater pump and perform several backwash cycles. This process results in media compaction and the removal of fines from the media. After commissioning, the filter must be taken offline and drained, and additional media installed to reach the final design media depth. The final design media depth is approximately 90%of cell divider height, and this value appears on the site drawings. 2017-07-13 EP-10076 AquaABF Media Installation.doc 4 of 4 © 2012 Aqua-Aerobic Systems, Inc. AquaABF® Automatic Backwash Filter Light Test Procedures This document is provided as a guide for the field service and plant construction personnel in preparing the set up, initiating, and completing of the light testing required for each of the basin underdrain systems. In order to start planning to conduct a light test, the entire underdrain system must be completely installed. This includes the sealing/caulking of the porous plates, and retaining angles. After the porous plates have been installed and the entire cure time for the sealant has lapsed and/or completely cured out, the following procedures should be followed. 1. Clean and vacuum out all cells and the tops of each porous plate. L CAUTION Do not step on or walk on the Porous Plates. 2. Set up a time or condition that produces complete darkness over the entire filter bed. I.e.: Blank out all light sources from windows, doors, etc to start this test. This test is generally scheduled and done in the late evenings after sun down. 3. Have on hand, a standard battery powered flood light with minimum 1 million candle watt power, including at least one spare battery with charger and a few sticks of chalk. This flood light is not provided with the equipment and is commercially available at most stores. 4. Have on hand,the pneumatic caulking gun and all equipment required including extra nozzles and cartridges of sealant for making any necessary repairs. 5. A minimum of a three (3) man team will be required to complete this light test. One person will be handling the flood light, positioning it through each effluent port. One person will be required to walk across the top of the cell dividers and spot any light showing through porous plates or caulked joints. One person will be responsible to keep the light person and the spotter working within the same cell. 6. If at any time light shows through the porous plates, that spot must be marked with the chalk stick and repaired immediately as required to maintain the seal. 7. Each cell found to pass any light through; needing repairs must be re-tested with the light after repairing the cell and before proceeding with test any adjacent cells. RECOMMENDED SUPPLY'S/MATERIALS TO CONDUCT LIGHT TEST: • Three(3) man labor team to conduct evening test • Materials for blanking off building windows and doors in order to create darkness conditions for test. • Pneumatic caulking gun • Remaining nozzles • Remaining cartridges of sealant • Compressor&air-hose equipment with extension cords • Battery powered 1-million candle power Flood light • Spare battery and charger EP-10077 AquaABF Light Test Procedure.doc 1 of 1 Copyright©2008 Aqua-Aerobic Systems,Inc. 2012-03-13 AQ A-AEROBIC SYSTEMS, INC. AquaABFC) AUTOMATIC BACKWASH FILTER „ , .,,„ Aq uaABF,_,„ AUTOMATIC BACKWASH FILTER For more than 25 years, the AquaABF`"'Automatic Backwash Filter has received wide acclaim for its successful performance in municipal and industrial water and wastewater treatment. It has proven to be an efficient means of treating potable water, reducing turbidity and suspended solids in industrial process makeup water, and providing reuse quality effluent in municipal wastewater applications. The AquaABF filter is a continuous rapid-rate, gravity filter utilizing granular media. The filter is simple to operate and offers a competitive cost and energy efficient design, making it the logical alternative to other filtration systems. Features and Advantages • High quality effluent • Fully automatic; minimal operator attention required • Mono media sand,dual media sand and anthracite,or granular activated carbon • Low capital cost and installation cost • Continuous filtration,even during backwash • Low head requirements • High mechanical reliability and low maintenance; no pipe galleries or air bowers cast-in-Place Concrete Basins Steel Package Tanks AquaABF concrete filters are available in standard widths of AquaABF package filters are available in a variety of sizes, 6, 9, 12.5, and 16 ft. (1.8, 2.7, 3.8 and 4.9 m), offering site ranging from 4 ft. x 8 ft. (1.2 m x 2.4 m)to 9 ft. x 40 ft. (2.7 m x adaptability and cost efficiency. 12.2m), and are available in both painted steel and stainless steel. *awert� ...;tri�* „.:=" "!1 1'" I , ..—' Its' • I k k t ,ate - li - -a r _ M r r our AquaABF'concrete filters installed as part of this plant's upgrade AquaABF package filters are ideal for both municipal and industrial to meet required effluent TSS and phosphorus levelswater or wastewater treatment applications. AquaABFOperation The AquaABF is designed to filter water and backwash filter cells simultaneously during normal operation. By design, the filter bed is divided horizontally into 8 in. or 12 in. (20.3 or 30.5 cm)wide cells. Inlet water floods the sand bed through multiple inlet ports via gravity and flows through the granular media and porous plate. Filtrate passes through the effluent backwash port and into the effluent channel. Backwashing occurs under the hood, which is suspended below the traveling carriage. During backwash, the carriage and attached hood move slowly across the filter bed. This action consecutively isolates and backwashes each individual cell. Cells not under the hood continue the filtering process as the hood and carriage travel across the AquaABF filter bed. A backwash pump draws filtered water from the effluent chamber and backwashes each cell by pumping water back through the effluent port. Another pump picks up the washwater, which has collected in the hood and discharges it to the washwater trough. The backwash cycle occurs only when needed because of headloss, or if desired, by a pre-selected time cycle. Turbilite Backwash System Option The Turbilite option collects the post-backwash filtrate and re-directs it to the washwater collection system. The system minimizes post-backwash breakthrough, maximizing turbidity and suspended solids removal; and reducing virus and other microorganisms often present in potable water and wastewater. Control Panel Fiberglass Washwater Launder Fiberglass Cell Collection Effluent Chamber/ Divider Sheets Pump Clearwell Influent Ports IOW •`r4r ,,! Polypropylene "fi�r 414` Wear Strip Backwash Pump 10111°61111111^ Backwash Shoe Influent Chamber Granular Media Porous Plate (Typically 11 in. (279 mm) Media Support Mono Sand) Individual Cell Effluent/Backwash Port and Module Header Providing TOTAL Water Management solutions Visit our website at www.aqua-aerobic.com to learn more about the AquaABP Automatic Backwash Filter and our complete line of products and services: Aeration & Mixing Biological Processes Filtration Membranes Controls & Monitoring Systems Aftermarket Products and Services AQUA-AEROBIC SYSTEMS, INC. 6306 N.Alpine Rd Loves Park, IL 61111-7655 p 815.654.2501 f 815.654.2508 solutions@aqua-aerobic.com The information contained herein relative to data.dimensions and recommendations as to size. power and assembly are for purpose of estimates only.These values should not be assumed to be universally applicable to specific design fxoblems.Particular designsinstallations and plants may call for specific requirements.Consult Aqua-Aerobic Systems,Inc lot exact recommendations or specific needs Patents Apply. ©2012 Aqua-Aerobic Systems,Inc. Bulletin#751C 6/12 • NOTES' f-----------_ 39.50"REF 1. MAIL.: 1015(UV RESISTANT HDPE)-500 MICRON PORE SIZE 2. POROSITY: 30%-45% 38.500" MINIMUM @ 70°F 3. AIR PERMEABILITY: MEAN PER PLATE SHALL BE 100 SCFM/FT"±25% @ 1'WATER COLUMN. 4. STRENGTH: 7.500"±.063" a) BREAK MINIMUM,550 lbs.CENTERLINE LOADING ON A 5.75'SPAN 12" WIDE @ 70°F. BREAK MINIMUM,185 lbs.ON A 6"WIDE PLATE AT 11"SPAN. ASTM D-695-80 TEST METHOD,TENSILE STRENGTH. b) FLEXURAL STRENGTH, 1500 PSI MINIMUM. c) MODULUS OF RUPTURE: @ 70°F THE MEAN PER PLATE SHALL BE 700 lb/in'MINIMUM. d) DEFLECTION UNDER LOAD @ 70"F THE MEAN PER PLATE SHALL NOT EXCEED.25"WITH A 500 lb.CENTERLINE LOAD ON A 5.75"SPAN AND 12'WIDTH. ( 350'±.032"TYP 5. SURFACE IRREGULARITIES: a) MAXIMUM DEPTH OF INDENTATIONS AT EDGE Q SHALL NOT EXCEED.250. r 1 b) MAXIMUM LENGTH OF INDENTATIONS OVER.200 SHALL NOT EXCEED 1/2" AT EDGE 0 1.00"±.125" 750"±.063"— + 6. LENGTH BOW SHALL NOT EXCEED.500". TYP 7. WIDTH BOW SHALL NOT EXCEED.140". 8. LENGTH TO WIDTH ANGLE MUST BE 90°(RIGHT ANGLE). 9. SQUARENESS OF LAPP JOINT SHALL NOT EXCEED 1/8". JOB NAME. 00 NOT SCALE DRAWING 4='' AQUA-AEROBIC DRN BY KMV DATE:726705 - SYSTEMS,INC. CABBY. ACT WT r ~"'0' scAl F.1:8 NAME SMEAR REF; 8'UNDERDRAIN PLATE UNLESS OTHERWISE SPECIFIED NPISiZE: MACRONUOuflSICWS fne ALL Two PUCE DEcuus '010 TYPE A C10976 1-17-08 GBM UPDATED NOTES Au TREE PLY.oer.AVls ' SKEET 1 OP 1 REF ECO DATE BY REVISION ALLY Es 'm DWD.NO.2611950 Sealant Part # 2615952 Sikaflex la, White, 10.1 oz Description: Sikaflex-la is a premium-grade, high-performance, moisture-cured, 1- component, polyurethane-based, non-sag elastomeric sealant/adhesive, -. **14116 suitable for vertical and horizontal joints. Meets Federal specification TTS- 00230C, Type II, Class A. Meets ASTM C-920, Type S, Grade NS, Class 35, use T, NT, 0, M, G, I; Canadian standard CAN/CGSB 19.13-M87. NSF Aro, certified to NSF/ANSI standard 61 for potable water. Packaging: Disposable moisture proof composite cartridge, 10.1 fl. oz.,24/case Specifications: • Typical Data: (Material and curing conditions @ 73°F(23°C) and 50%R.H.) • Shelf Life: 10.1 oz moisture proof composite cartridge, 5-7 months max after receipt of filter shipment. • Storage Conditions: Store at 40°-95°F(4°-35°C). Condition material to 65°-75°F before using. • Color: White • Application Temperature: 40°to 100°F. Sealant should be installed when joint is at mid-range of its anticipated movement. • Service Range: -40°to 170°F • Coverage: 10.1 oz moisture proof composite cartridge seals 12.4 lineal ft. of 1/2 x 1/4 in.joint. • Curing Rate: Tack-free time 3 to 6 hours Tack-free to touch 3 hours Final cure 4 to 7 days Avoid contact with alcohol and other solvent cleaners during the cure time. • Tear Strength (ASTM D-624): 55 lb./in. • Shore A Hardness (ASTM D-2240): 21 day 40±5 • Tensile Properties(ASTM D-412): 21 day Tensile Stress: 175 psi (1.21 MPa) Elongation at Break: 550% Modulus of Elasticity: 25% 35 psi (0.24 MPa) 50% 60 psi (0.41 MPa) 100% 85 psi (0.59 MPa) • Adhesion in Peel (TT-S-00230C,ASTM C 794) Substrate Peel Strength Adhesion Loss Concrete 20 lb. -0% Aluminum 20 lb. - 0% Glass 20 lb. - 0% • Weathering Resistance: Excellent resistance to aging and weathering • Chemical Resistance: Good resistance to water, diluted acids, and diluted alkaline. Avoid exposure to high levels of chlorine. (Maximum continuous level must not exceed 5ppm of chlorine.) Bonds to most construction materials without a primer. Consult Technical Service for specific data. • Clean-up: Uncured material can be removed with approved solvent. Cured material can only be removed mechanically. 2015-12-08 2615952 Sealant.doc 1 of 1 Filtration Media, Granular Sand Part # 2602799 Silica Sand Media Characteristics: Effective Size 0.55 - 0.65 mm Complying to Current -AWWA B100, Sections 1, 2.2 and 5, Specifications 85% min. Silica Dioxide -NSF/ANSI Standard 61 Certified Uniformity Coefficient (Ratio of 60% size to 10% size)Not to exceed 1.50 The Sand Media furnished shall be high-grade silica sand complying with AWWA specifications as listed above, and shall be well graded with materials showing abnormal grading rejected. The particle size distribution shall be determined by screening through standard U.S. Series sieves. SHIPPING REQUIREMENTS: The sand media will be delivered to the jobsite as bagged and palletized material,with two (2) alternatives for packaging by weight. The package alternatives are; 1) Packaged in cubic foot (100 lb. paper bags) stacked 30 bags per(4'x 4')pallet with an estimated shipping weight of 3,050 pounds,which are stretch wrapped for added protection. 2) Packaged in 2000 to 4000 lb. plastic super sacks, shipped individually. 3) Bulk delivery with pneumatic truck(s): a. A standard 4" dia. x 20' long hose is provided for off loading. If additional hose is required, it must be scheduled at the time of the order/submittal approval. The hose comes in 20' lengths. b. A water box or water fitting for dust reduction is not provided. It is strongly recommended the installing contractor connect a water source, utilizing a garden hose, to this fitting creating a water mist that will spray over the pneumatically conveyed sand. If a water box is not available, a garden hose spray nozzle that produces a fine mist may be used. c. For safety purposes, the contractor will be required to supply all appropriate masks or respirators for all personnel in the vicinity of the installation. Any equipment or controls in the surrounding area, which may be adversely affected by dust, should be removed or well protected. CAUTION It is vital that the media installation instructions and procedures detailed on the under drain installation drawings be reviewed prior to selecting the appropriate packaged material for supply, delivery, and handling purposes. The total volume of Sand Media required will be packaged and shipped via one of the above alternatives, upon specific written project instructions received with the returned approvals. 2020-02-17 2602799 Filtration Granular Sand Media .55-.65mm.doc 1 of 2 Filtration Media, Granular Sand Part # 2602799 Silica Sand Two(2) copies of Certified Laboratory Analysis, complete with sieve analysis, will be conducted on all sand media orders for approval prior to media shipment. The actual media shipment will not be authorized until Aqua-Aerobic Systems, Inc. receives written approval with selected packaging instructions as listed above. Media shipments require a minimum of 4-6 weeks notice in advance of expected delivery dates. 2020-02-17 2602799 Filtration Granular Sand Media .55-.65mm.doc 2 of 2 Mayor Commissioners Rusty Johnson Larry Brinson Sr.,District 1 City Manager II'kir.- Rosemary Wilsen,District 2 1� Richard Firstner,District 3 Robert FrankGeorge Oliver III, District 4 ()cope florida CITY OF OCOEE INVITATION TO BID #20-002 NORTH FILTER BAY REHABILITATION PROJECT City of Ocoee• 150 N Lakeshore Drive•Ocoee,Florida 34761 phone: (407)905-3100•www.ocoee.org TABLE OF CONTENTS ITB#20-002 ORTH FILTER BAY REHABILITATION PROJECT BID DOCUMENTS Section Page Legal Advertisement 3 Invitation to Bid 4 - 8 General Terms &Conditions 9 - 26 List of Subcontractors*,p. 21 Equipment Listing*,p. 21 References/Experience*,p. 22 Summary of Litigation*,p. 22 Acknowledgement of Addenda*,p.23 Exceptions*,p. 23 Questionnaire*,pp. 24-26 SCOPE OF WORK,TECHNICAL SPECIFICATIONS,AND BID FORM Section Page Exhibit A—Scope of Work/Technical Specifications 27-32 Exhibit B—Bid Form* 33 Exhibit C—Bid Bond Form* 34-40 Conflict of Interest Disclosure Form* 41 Exhibit D—Payment Application Form 42-43 Performance Bond Form/Payment Form 44-47 Exhibit E—Company Information and Signature Sheet* 48 Exhibit F—Proposed Contract for Construction 49-56 Exhibit G—Record Drawings 1-7; Asbuilt Filter and Electrical, 57 *Submit document with Bid End Table of Contents ITB #20-002 North Filter Bay Rehabilitation Project 2 Invitation to Bid,Legal Advertisement The City of Ocoee, Florida, (the "City") is soliciting sealed bids for the following project: ITB # 20-002 North Filter Bay Rehabilitation Project. Bids will be received at the office of Vanessa Anthony, Purchasing Technician, Finance Department/Purchasing, First Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on February 25,2020. Bids received after that time will not be accepted under any circumstances. Sealed Bids that have been timely received will be publicly opened and read aloud at that time. The site will be open for inspection on February 11, 2020 at 10:00 am. No questions will be answered during site visit. Prospective bidders may secure a copy of the documents required for submitting a bid through Demandstar by accessing the City's website at http://www.ocoee.org under the "Living and Working Section. Partial sets of the documents required for submitting a bid will not be issued. By using Demandstar, prospective bidders will be provided with all addendums and changes to the project requirements. Membership with Demandstar is not required to submit a bid; fees may apply for non-members. Persons may inspect the documents required for submitting a bid 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, February 2,2020. ITB#20-002 North Filter Bay Rehabilitation Project 3 CITY OF OCOEE INVITATION TO BID#20-002 NORTH FILTER BAY REHABILITATION PROJECT INTENT: Sealed bids for ITB #20-002 will be received by the City of Ocoee, hereinafter called "City" or "Owner," by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called"Bidder". The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for the North Filter Bay Rehabilitation Project, as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each Bidder shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid, as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures are permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by the person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm, or corporation interested in the bid, either as a principal, member of a firm, or general partner. If the Bidder is a corporation, the bid 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 bid should be addressed in writing to the Finance Department/Purchasing, City of Ocoee, FL, Attention: Vanessa Anthony, Purchasing Technician (407) 905-3100, extension 1513, or email preferred vanthony(I ci.ocoee.fl.us , and must be received not later than 2:00 P.M. on February 18, 2020. Any clarifications/changes will be made by way of written addenda only, issued by the Finance Department/Purchasing. Bidders should not contact other City staff, City Commission, or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies, of the required submittals only, by the Finance Department not later than 2:00 P.M., local time, on February 25, 2020. Bids received by the Finance Department after the time and date specified will not be considered and will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed envelope,clearly marked with the bid number, title, and opening date and time to: City of Ocoee,Finance Department/Purchasing Attention: Vanessa Anthony, Purchasing Technician 150 N. Lakeshore Drive Ocoee, FL 34761-2258 ITB #20-002 North Filter Bay Rehabilitation Project 4 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761 at 2:01 P.M., or as soon thereafter as possible, on the above-appointed date. Bidders or their authorized agents are invited to be present. The actual contract award will be made by the Ocoee City Commission at a later date. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All Bidders shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) List of References/Experience; b) List of Subcontractors/Temporary Worker Agencies; c) Equipment Listing; d) Summary of Litigation; e) Addenda Acknowledgement; f) Any Exceptions; g) Bid Security; h) Bid Form; i) Company Information/Signature Sheet; j) Installation Instructions; k) Questionnaire; and 1) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the Bidder has complied with Paragraph E. The failure or neglect of a Bidder to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. No claim for additional compensation that is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work will be allowed. All items quoted shall be in compliance with the bid documents/scope of work. G. The site will be open for inspection on February 11,2020 at 10:00 am.No questions will be answered during site visit.All questions must be submitted in writing per bid documents. H. Any response by the City to a request by a prospective Bidder for clarification or correction will be made in the form of a written addendum communicated through Demandstar issued not later than twenty-four(24)hours before bid opening. It shall be the responsibility of each prospective Bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued will be returned to the Bidder unopened. In case any Bidder fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Bidders are cautioned that any other source by which a Bidder receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. ITB #20-002 North Filter Bay Rehabilitation Project 5 I. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of its bid: a) Submission of more than one (1) bid 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 Bidders; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Failing to use a revised Bid Form, if any,provided as part of an addendum; e) Failing to provide the required Bid Security; f) Failing to provide evidence of the bidding firm having been in business for a minimum of five (5) years at the time of bidding, and/or failing to provide evidence of a minimum of ten(10)installations of similar size; g) 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 Bidder's ability to properly perform the work; or h) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Bidder or the rejection of its bid. 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, Florida Statutes, and, except as may be provided by Chapter 119, Florida Statutes, and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to identify specifically any information contained in their bids that they consider confidential and/or proprietary and that they believe to be exempt from disclosure, citing specifically the applicable exempting law. All bids received in response to this Invitation to Bid become the property of the City 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. 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. ITB #20-002 North Filter Bay Rehabilitation Project 6 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 the 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@OCOEE.ORG, WITH AN OFFICE LOCATED AT 150 NORTH LAKESHORE DRIVE,OCOEE,FLORIDA 34761 No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. A request for withdrawal or a modification of a bid may be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids, no bid may be withdrawn or modified. The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any bid, or to re-advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids 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 Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, ITB#20-002 North Filter Bay Rehabilitation Project 7 as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder'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 Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. (Remainder of page left blank intentionally.) ITB #20-002 North Filter Bay Rehabilitation Project 8 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by Bid Security in the form of a Cashier's/Certified Check or company check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent(5%) of the amount of the bid. A combination of any of the former is not acceptable. Cash will not be accepted as Bid Security. The Bid Security is submitted as a guarantee that the respondent, 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 respondent 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. Please note checks will be deposited. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent'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 respondent 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. c) 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. d) The cost of the required bond and required insurance coverage is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The refund checks of the three (3)most favorable respondents will be returned within three (3) days after the City and the successful respondent 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 AND PAYMENT BONDS: (Required if Project is over$200,000.00.) a) The Successful Respondent shall furnish the City with a State of Florida 100% Performance and a 100% Payment Bond written by a Surety Company acceptable to the City. 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. The attached Performance and Payment Bond Forms shall be used. b) The cost of the Payment and Performance Bonds shall be borne by the Successful Respondent. The bonds shall be accompanied by duly authenticated or certified ITB#20-002 North Filter Bay Rehabilitation Project 9 documents, in duplicate, evidencing that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of the bonds. The date of the certification cannot be earlier than the Agreement. 3. 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 terminated 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. 4. PATENT INDEMNITY: Except as otherwise provided, the successful Bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Respondent and persons employed or utilized by the Respondent in the performance of the construction contract. Further, the Respondent 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. ITB#20-002 North Filter Bay Rehabilitation Project 10 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Sheet. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. The Bid form may not be completed in pencil. All entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid 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 Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict, between the unit price stated by the Bidder on the Bid form and the total price stated by the Bidder on the Bid form, the unit price stated by the Bidder on the Bid form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Bid form to calculate the total price, utilizing the unit prices that have been identified by the Bidder. The taking of such action by the City shall not constitute grounds for the Bidder to withdraw its bid nor shall it provide a defense constituting discharge of the bid 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 Bid form. However, the City reserves the right to reject as non-responsive Bid forms that are incomplete or contain information that is not required. a) The Bidder represents that the article(s)to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid 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 Bidder or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid 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); e) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under a contract with the State of Florida Purchasing Division; and f) Bidder agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Bidder gives to any customer for such supplies/services and that rights and remedies provided herein are ITB#20-002 North Filter Bay Rehabilitation Project 11 in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) 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. INSTALLATION INSTRUCTIONS: In order to confirm the Bidder's ability to support the installation of the equipment specified, the Bidder shall provide installation instructions in a written format. These instructions shall be in great enough detail to clearly demonstrate the steps needed to perform the installation of the equipment specified. 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 to the overall lowest most responsive and responsible Bidder according to the following criteria: a) Compliance with scope of work, specifications, terms, and conditions b) Bid price c) Warranty offered d) Required experience with similar work e) Successful reference check f) Approved subcontractor/installer 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 Agent in the following manner: ITB #20-002 North Filter Bay Rehabilitation Project 12 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 Agent 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 Agent, 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: Payment will be based upon monthly applications for payment properly submitted by the Contractor to the Owner and based upon the percentage of work complete. The Owner shall deduct ten (10%) retainage until the job is fifty (50%) complete. Subsequent to the fifty percent (50%) completion milestone, Owner shall reduce retainage withheld on each payment application to five (5%)retainage. All retainage amounts shall be paid when the work is complete,unless otherwise stated in the contract. Payment for all applications for payment for work properly completed shall be made, not later than the Twenty-fifth (25th) business day after the date on which the properly submitted Application For Payment is initially received by the Owner. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee, Florida has the following tax exemption certificates assigned: • Florida Sales &Use Tax Exemption Certificate No. 85-8013779974C-0; and ITB #20-002 North Filter Bay Rehabilitation Project 13 • Pursuant to Chapter 212, Florida Statutes, the City is exempt from federal excise, state, and • local sales taxes. 12. CONTRACT: The successful Bidder, hereinafter referred to as "Contractor," will be required to enter into a contract with the City. The contract shall be a written agreement similar to the ASCE standard construction contract or City-issued purchase order. Construction time will be twenty-one (21) days from the Notice to Proceed from the beginning of work (sand filter being taken off line) to final completion (sand filter being returned to service). a) The City may in its sole discretion award any additional work,whether in the existing area, or in any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 13. SAFETY REQUIREMENTS: The Bidder 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. ITB #20-002 North Filter Bay Rehabilitation Project 14 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) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) 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. o) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. DRUG-FREE WORKPLACE: Provide a statement concerning the Bidder's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 15. CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that the Bidder does not and will not maintain or provide for the Bidder's employees any segregated facilities at any of the Bidder's establishments and that the Bidder does not permit the Bidder's employees to perform their services at any location, under the Bidder's control, where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas,parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Bidder agrees that (except where the Bidder has obtained identical certification from proposed contractors for specific time periods) the Bidder will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the Bidder will retain such certifications in the Bidder's files. The non-discriminatory guidelines as promulgated in Section 202, Executive 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/NON-CONCLUSION CERTIFICATION: ITB#20-002 North Filter Bay Rehabilitation Project 15 The Bidder declares by submission of a qualification package that the only persons, or parties interested in their bid are those named herein, that this bid 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 the Agreement for this project. The Bidder certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity,nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The Bidder 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, the Bidder agrees to immediately notify the City in writing. Bidder must submit the attached Conflict of Interest Disclosure Form. The Bidder further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services,requirements, and standards contained in the Bid documents. Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Bidder offers and agrees that if this negotiation is accepted, the Bidder 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 Bidder. The bid constitutes a firm and binding offer by the Bidder to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, 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 ITB#20-002 North Filter Bay Rehabilitation Project 16 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 bids 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." All Bidders who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid 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 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. 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 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 ITB#20-002 North Filter Bay Rehabilitation Project 17 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. • $2,000,000 GENERAL AGGREGATE • $2,000,000 PRODUCTS-COMPLETED OPERATIONS 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: n/a for this project. 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: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE,THE City SHALL BE NAMED AS ADDITIONAL INSURED. • $1,000,000 PER OCCURRENCE • $2,000,000 AGGREGATE 6) Commercial Umbrella: • $1,000,000 PER OCCURRENCE • $2,000,000 Aggregate • Including Employer's Liability and Contractual Liability 7) Builders Risk: n/a for this project ITB#20-002 North Filter Bay Rehabilitation Project 18 8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: 9) The name of the Insured contractor, the specific job by name and job number, the name of the insurer,the number of the policy,its effective date,its termination date. 10) Statement that the Insurer shall mail notice to the Owner at least thirty(30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premium. (Remainder of page left blank intentionally.) ITB#20-002 North Filter Bay Rehabilitation Project 19 ACQBD. CERTIFICATE OF LIABILITY INSURANCE ria n „,,,arl;OW Yw:tilr01sz• .•C4.4416 ~—T rw CERT61CATt o*WED AS A wTTIMM Of wtOMiAhw OitY AMM COMFF as MO RIGKTI U Wa TME Ct*TW ATE Ill IMAMR NMI RATIC.ATIV DOta NOT£$M.MUD OP ALTER not cow-ulna AP►0R0l0 BY THEE POLIC111 SELAr HOUR RS AIIORIM•O ca*r*.at alit• ewer .._. MAMA q►M Fog me 4a•.wlr fut rasa .5..410 t IMOMIFMACIMII ma'O.RI 20 wl ntorri y'I0IB Mhl STM SOAP'0 M1110 I .0.1Z WTI hli nS .CI M10 obtotO•OrAn MalO1M Nor gimpliptiPer"WOT CLO:OnOn CP•,n ar.1.0 M V.1:11 006FM'...--KIM-*wn.:A.Ma ORNCtn MST*ir1ww MTaR7••r rK•n6r w•Ca rromt•w r/s,•a A5I 1140iinD.in..•'mac,nr♦.•• n..a Mu/04 0.0 COMP**II v MLR. deLieTs,ria WI, retie MAW& nae nano e.i l ir.oaice' M i.w I Taalrarua IXV 't�4la � I '10441.0,” � X !X arwtaM1.I.Ma•Irc i ! R.een! � r- `10.»lar�lJ Wain OM P,T..T.�1 a 2,000 '.ellalr•aaveiar* 61.000,000 mow�IPiamA s Q 1000.,00II •rrlt•aa�aaTTtlaTrildiwa PeateCTS-~00440 42,000,000 , , tlGutr71� L —• ',AnPrq.a WNW, I tva�Ira iirXa w+ 1 1.000.000 s WIAgra 1 1o�rAao tutor rW X vele MOTS I ~.attar. I I •1060.4•110 Mel •rGl�6rv«_ a6lalet • a� "1G our-GsaLsasR I F�-uroIra• i •17rr6(a►� MreC I I • 000 1 i I ieeKOriu rlo 6 3,! r 000 _ ""w ""ter`""'" 1�"..ia..6e ;2,000,000 i I–., 1 a �T. I I ,•11911e•11911e0.. 0. I •remit tare iramoaiwt I . . '- motet LAMM, 6L r110rr a I•00,000 vlarv=t1t1!=r1U164 1,M Mimmix a 90.,000 .. rMts mna alraal. .L aa . cvuwt *100,000 w adi S anders Malt Lary 1 Loc KIM j1 1:1_____M____112. 2,021."—)1.00 OlgairTa CoOwallaar&+Trria..e'iia,i•tuareeri liefirealleaMitl Rp6liliror Ma inaoranoa evidenced by this c•r:tticata . all Gam the certificate holdar• •• as eaditioeal Immured on the general Liability a Umbrella i.,tahtlity, Workers, Caatoo.atiaa. XamPluTer•' Li-mbilitr I Oswr.l LlebilltY seal contSLL • Velvet of Subrogation la favor of Tb. cart iftO•t• bolder. The cart 1fitate Solder L• sadist u • FISMXI fieID!tur F>11U1 .ea RLsk. LINT,Un IL1 MOUMA CAICAT10M .. _.__- _,...- _ ... =visa 1 roar,r or„e•00.1,PM■•m r00061 M VIOCIP aaMPOIll Tr.,...n4. xt rro•or meets.au.n.u.Tvaaeam.o UM 10 ••r1 an-ria .mc•n.•CeN1•It•n.4.us a sawn••11e WT.Me pelted Tema to I.6.1. City of ,come woessa0muss-cm ce-sou,esss',S0,0LPOi^0me eli7QO~0. LSO W. 4als•bore Drive .a.nY.,urwla __ 000e• rt. 16741.233V muses rows _. _ `j AedM cORtOIATLO S tial ACOItD IT:1]aTiC11 SA-Ak A L &— ITB #20-002 North Filter Bay Rehabilitation Project 20 20. LIST OF SUBCONTRACTORS: In order to assess the experience of the installing contractor for this project, the name and license number of the installing contractor's firm and the names of at least 4 people to be utilized on the work crew shall be provided. Names and references for at least 5 installations of traveling bridge filter underdrains the installing contractor has installed in the last 5 years shall be provided at the time of the proposal. Note that at the time of the actual installation, in case of an emergency, one of the people named on the proposal can be swapped out for another person if the new personnel has experience on at least 5 other underdrain rehabilitation projects. SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor/temporary worker agency listed and has received and has in the Bidder'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's approval before any work shall commence by the additional subcontractor on this project. 21. LIST OF EQUIPMENT AND TECHNICAL INFORMATION: Bidder shall provide a detailed list of all equipment being provided by the Bidder. The list shall include quantity and designation of all system components. Bidder shall provide technical data sheets for media, caulk and porous plates. 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. ITB#20-002 North Filter Bay Rehabilitation Project 21 (Attach additional sheets if necessary) 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past five years. The Bidder shall have experience in the design and manufacture of the specified porous plate technology for a minimum of five (5) years and shall be able to demonstrate a minimum of ten (10) installations of similar size having operated in the state of Florida for a minimum of 5 years. The Bidder shall submit the list of the installations with their proposal. For each listed project, provide: (a) client's name; (b) contract date; (c) amount of contract; (d) whether Bidder was the prime contractor or a subcontractor; and (e) contact information(name of contact, address,telephone number, and e-mail address). Do you have any similar work in progress at this time?Yes No Length of time in business Bank or other financial references: (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five(5)years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the ITB#20-002 North Filter Bay Rehabilitation Project 22 litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, then please say so. (Attach additional sheets if necessary) 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated 25. EXCEPTIONS: Bidder shall provide a detailed list of any exceptions, functional differences, or discrepancies between the Bidder's proposed system and the contract requirements or a statement that there are none. Exceptions may be justification by the City for rejection of Bid. (Remainder of page left blank intentionally.) ITB #20-002 North Filter Bay Rehabilitation Project 23 QUESTIONNAIRE DATE: PROJECT IDENTIFICATION: North Filter Bay Rehabilitation Project NAME OF BIDDER: BUSINESS ADDRESS: TELEPHONE NO.: EMAIL CONTRACTOR'S LICENSE NO AND STATE ISSUED (PROVIDE COPY): SUNBIZ REGISTRATION NUMBER: This questionnaire is intended to provide descriptive information about the Bidder and to offer the opportunity for the Bidder to demonstrate its compliance with the minimum requirements of this Invitation to Bid. With regard to Bidder's qualifications, the answers provided in this section should apply to both the supplier and the installer. The relevance and quality of prior experience necessary to identify a responsive Bidder shall be judged solely by the City of Ocoee at its discretion and is not reviewable through the bid protest process. Resumes of key project team members and their expected role in the project should be attached to this section and included in the bid package submitted by the Bidder. The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. 1. How many years has your organization been in business? 2. Describe and give the date and owner of the last ten (10) projects that you have completed similar in type, size, and nature as the one proposed. For each project, list the name of the project, describe your role in the project, the total value of the work you completed, and special conditions present that had to be overcome, the Bidder's project manager, the client's project manager, a reference person familiar with your work on the project, and contact information for that person. The relevant project shall be removed from the list of references if the listed contact person refuses to provide information regarding your performance. ITB#20-002 North Filter Bay Rehabilitation Project 24 3. Have you ever failed to complete work awarded to you? If so, where and why? 4. Name the proposed members of your project leadership team, listing the name and title for each person. Attach the resume of each named person who is presented as the means for the Bidder to meet the minimum five (5) year experience requirements listed in the Scope of Work and Section 22 References/Experience: 5. Have you personally inspected the site of the proposed Work? If so, describe any anticipated problems with the site and your proposed solutions? 6. Will you Subcontract any part of the Work? If so, describe which portions by listing the name of the subcontractor, the part of the project they are to perform, and the percentage proportion of the Work represented by that activity, see Section 20: ITB #20-002 North Filter Bay Rehabilitation Project 25 7. What equipment do you own that is available for the Work? 8. What equipment will you purchase for the Work? 9. What equipment will you rent for the Work? 10. In order to assure ongoing support of the project after the equipment installation, the Bidder shall confirm in their proposal that a Factory Trained Field Service Representative (not a sales representative) shall reside within 250 miles of the project location. The name, location and years of relevant experience of the Field Service Representative shall be provided with the proposal: 11. State the true and exact, correct, and complete name under which you do business and give the company officer and the address of the office that will be responsible for the Work: END OF SECTION ITB#20-002 North Filter Bay Rehabilitation Project 26 EXHIBIT A CITY OF OCOEE BID ##20-002 NORTH FILTER BAY REHABILITATION PROJECT MECHANICAL SPECIFICIATIONS PART 1: GENERAL 1.01 SCOPE OF WORK A) The City's gravity sand filters consist of two adjacent bays of filters, a North bay and a South bay. This project involves rehabilitation of one side of the two-bay gravity sand filter system. The South filter bay shall be rehabilitated while keeping the North filter bay fully operational in automatic control. Filter bay size to be rehabilitated is 46 feet by 12.5 feet (46' x 12'6" interior dimensions). Drawings of existing sand filters are included in these documents. This work involves complicated construction and close coordination between supplier and installer of sand filtration equipment. Because of the importance of the proper installation of the underdrain to the life of the filter and performance, the City will only consider bids from those companies with extensive prior experience in the supply and rehabilitation of sand filtration equipment of similar size and scope at municipal or industrial treatment facilities including similar type of underdrain systems. Each bidder must furnish at least three examples of relevant experience on the Section 00301 questionnaire. For each example project, the Bidder must provide a description of the project, its location, and a contact person willing and able to discuss the Bidder's performance of that project. Experience must be documented for both the supplier and the installer. B) Filter Manufacturer to furnish all labor, materials, equipment and incidentals required for the rehabilitation of one automatic backwash filter mechanism as described below. C) The filter mechanism rehabilitation shall include these major components; the porous plates, filter media, and skimmer system including leveling probes, wash- water pump (3 HP Flygt NF-3085) and skimmer pump (1/2 HP Goulds Model 3886 consistent with materials used on the North filter project, controls and hardware. Bid shall include all materials and labor to perform a complete rehabilitation as described in these specifications. ITB #20-002 North Filter Bay Rehabilitation Project 27 1.02 QUALIFICATIONS A) To assure unity of responsibility, the underdrain components, skimmer system, labor to remove the existing underdrain assembly and install the new underdrain and skimmer and related controls shall be furnished and/or coordinated by a single manufacturer. B) The manufacturer must have a minimum of ten separate installations in the State of Florida, of this same specified design (only the length of the filter bed may vary) installed in concrete tankage, filtering this type waste. 1.03 WARRANTY The Manufacturer shall provide a written warranty against defects in materials and workmanship. Manufacturer shall warrant the goods provided by the Manufacturer to be free from defects in materials and workmanship under normal conditions and use for a period of one (1) year from the date the goods are put into service, or eighteen (18) months from shipment of equipment, whichever first shall occur. Any breakthrough or loss of media through or around the filter underdrain or cell dividers shall be fully repaired and corrected by the manufacturer to the satisfaction of the City within a one-year period of which the supplied services and equipment is put into service. This warranty shall not apply to any goods or part which has been altered, applied, operated or installed contrary to the Manufacturer's instructions or subject to misuse, chemical attack/degradation, negligence or accident. 1.04 OPERATING INSTRUCTIONS A) Operation and maintenance manuals shall be furnished. The manuals shall be prepared specifically for this installation and shall include all required cuts, drawings, equipment lists, description, etc., that are required to instruct operation and maintenance personnel unfamiliar with such equipment. B) An installing contractor who has complete knowledge of proper operation and maintenance shall be provided for to instruct representatives of the Owner on proper operation and maintenance. This work shall be conducted in conjunction with the installation of the underdrain equipment specified below. 1.05 TOOLS A) Special tools, if required for normal operation and maintenance, shall be furnished with the equipment. ITB #20-002 North Filter Bay Rehabilitation Project 28 1.06 PRODUCT HANDLING A) All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the equipment is ready for operation. On-site precautions must be taken by the Owner to ensure adequate protection during storage. This shall include the Owner providing dry storage of the equipment shipments, prior to installation. PART 2: PRODUCTS 2.01 MATERIALS AND EQUIPMENT A) All structural steel used in the fabrication of the equipment shall be stainless steel and conform to the requirements of"Specifications", ASTM Designation A-240. All welding shall conform to the latest standards of the American Welding Society. B) The specifications for equipment and controls under this section supersede specifications for equipment and controls specified elsewhere in the contract documents. Purchased components such as gear reducers, pumps, motors, and valves, shall be provided with standard recommended manufacturers paint, unless otherwise specified within this section. 2.02 FILTER UNDERDRAIN SYSTEM A) Filter Bed: The filter bed shall consist of a series of partitions which divide the filter into a multiple of 8" wide compartments. B) Cell Dividers: The existing cell dividers shall be reused. C) Filter Media Support System: The filter media support system shall consist of HDPE porous plates that meet the following requirements: 1. Porosity: 500 microns 2. Modulus of Rupture: 700lbs./sq. in. 3. Air Permeability: 100 S.C.F.M. per ft' per 3/4" thick plate at 1" water column pressure 4. Thickness: 3/4" nominal C) The porous plates shall be completely sealed in place with a gasket-forming type sealant such as polyurethane. The porous plates shall be held down by a fiberglass reinforced polyester retaining angle attached to the cell divider with 1/4" stainless steel fasteners through factory pre-drilled holes. ITB #20-002 North Filter Bay Rehabilitation Project 29 D) Wear Strip: There shall be provided a replaceable wear strip against which the backwash shoe will slide. The wear strip shall extend one foot beyond the headers on both ends of the basin. Its joints shall not superimpose the effluent header joints, but shall overlap the effluent header joints. E) Rail Caps: The existing rail caps shall be removed by the installing contractor. A new 304 stainless steel, 12-gauge rail cap shall be field attached to the top surface of the rails and extend the full length. Rail caps are to be tack welded in no less than every 12". All new and existing railing and hardware except rail cap shall be mechanically cleaned, primed and painted with the appropriate Tnemec Industrial Coating product. F) Grout: The grout beneath the rails shall be inspected by the installing contractor for cracks. Any cracks identified shall be filled and sealed prior to coating. G) Backwash Water Launderer: The existing backwash water launderer shall be removed and disposed of in a City supplied dumpster. A new launderer of the like shall be installed in its place. All new hardware associated with the replacement of the launderer shall be 316 stainless steel. 2.03 GRANULAR MEDIA The old spent granular filter media will be removed from the filter by the contractor and disposed of in City supplied dumpsters, or at the jobsite. The filter shall have a nominal sand media depth of 11". The depth specified shall be obtained when the filter is completely submerged and after thorough backwashing to remove all media fines. The sand media shall be a high-grade silica sand with a minimum of 85% silica dioxide complying with Sections 1, 2.2 and 5 of the Standard Specifications for Filtering Material (AWWA Designation: B100-09). The sand shall be well graded and materials showing abnormal grading will be rejected. The particle size distribution shall be determined by screening through standard U.S. Series sieves. The percent size shall be determined from a plot of the percentages of the material passing each sieve, against the rated openings of the sieve. The 10% size or effective size shall be between 0.55 and 0.65 millimeters. The uniformity coef- ficient (ratio of 60% size to 10% size) shall not exceed 1.50. 2.04 FLOATING VERTEX SKIMMER Skimmer: The automatic backwash system shall be fitted with a skimming device integral with the bridge and washwater hood supports. All structural members shall be fabricated from 304 stainless steel. Skimmer guide blades shall be fabricated from polypropylene and factory assembled to a 304 stainless steel frame for ease of ITB #20-002 North Filter Bay Rehabilitation Project 30 installation. These skimmer guide blades shall direct all floating scum, grease or oils to two (2) floating vertex collection points, from which it shall be pumped to the launder trough. Each collection point shall have direct piping to a submersible skimmer pump. Both floating vertex collection points shall skim in either direction and shall be capable of scum removal at a minimum rate of 50 GPM at a 10 foot TDH with a 480 volt, three- phase, 60 Hz., motor. Skimmer controls shall be mounted in a separate 304SS control panel and be designed to operate based on feedback from a level sensing assembly. A selector switch, with indicator light, shall be provided for manual operation. The skimmer pump shall be a heavy-duty cast-iron submersible type with a stainless- steel motor shaft, 1/2 HP, sealed with class B insulation. The skimmer shall be automatically operated during the filter's normal backwash cycle. The skimmer shall also be capable of manual operation if necessary. 2.05 SPARE PARTS A spare set of leveling probes, wash-water pump (3 HP Flygt NF-3085) and skimmer pump (1/2 HP Goulds Model 3886) shall be provided by the contractor along with two (2) spare flow control valves and up to $2,000 worth of spare electrical components for the control systems. PART 3: SERVICES 3.01 EQUIPMENT SUPPLIERS INSTALLATION SERVICES The equipment manufacturer shall furnish the services of a contractor to remove all of the media from the filter. The media will either be disposed of in City provided dumpsters or at the jobsite. After removal of the media, all hold down angles, spacer rods, 1/4-20 hardware, caulk, and old porous plates shall be removed. After removal, all cell dividers will be inspected and ledges will be cleaned to be free of caulking. Once unit is clean, new HDPE porous plates, sealant, retaining angles, and hardware will be installed. After this is completed, a light test will be performed to assure the plates are installed properly for the plant. It is assumed the existing cell divider spacer rods will be reused. A skimmer will be installed to skim the surface of the filter. A 1/2 HP pump will be installed as part of the skimmer, to send the skimmings to the wash water trough. Power for the skimmer pump will be supplied from the existing control panel. The skimmer system will be supplied with a new subpanel with its own level sensing electrode and counter. The contractor shall provide for the installation of the skimmer ITB #20-002 North Filter Bay Rehabilitation Project 31 control panel, as well as the labor and material to connect the new skimmer panel to the existing control panel. The contractor shall provide the labor to remove the existing rail caps, and to install (tack weld) the new 304SS rail caps onto the existing rails. Repair of the grout beneath the rails, including filling the cracks, and sealing, shall be performed by the contractor. The contractor will then install the media via pneumatic truck or individual bags. The contractor shall also provide for mechanical and electrical startup of the filter, and the new skimmer. After media installation and startup of the filter is completed, a walkthrough of the entire filter will be performed to check for other possible problems. Wear strips, bearings, pumps, etc. will be inspected to make sure everything is working correctly. The contractor shall allow for a 24-hour window before the new equipment installation, and after demolition, for the Owner to prepare and paint the interior surface of the filter basin. The 24-hour window only applies to a dry surface. In the event of rainy weather, the Owner and contractor will make every attempt to minimize down time by the contractor. The Owner shall provide for offloading of equipment shipments, and for storage in a dry location, prior to installation. A dumpster and disposal will be provided by the Owner for all waste materials. Compressed air will be provided by the Owner. Electrical service at 110V, 20 amp shall be provided by the Owner. The Owner shall make reasonable effort to prevent the influent flow from entering into the filter during the rebuild process. Leak-by is expected due to the age of the operating gates. ITB#20-002 North Filter Bay Rehabilitation Project 32 EXHIBIT B BID FORM ITB#20-002 NORTH FILTER BAY REHABILITATION PROJECT Item Number Quantity Unit Item Description Unit Price Extension 1 1 LS Mobilization&Demobilization 2 1 LS Removal and Replacement of Granular Media 3 1 LS Rehab Sand Filters 4 1 LS Floating Vertex Skimmers Labor/Materials/Installation 5 1 LS Removal and Installation of New Backwash Water Launderer 6 1 LS Rail Cap Removal and Installation 7 1 LS Grouting and Painting of Rail System 8 1 LS Start Up and Commissioning TOTAL Units:LS=Lump Sum NAME OF BIDDER BID PREPARED BY(PRINT) SIGNATURE ITB#20-002 North Filter Bay Rehabilitation Project 33 EXHIBIT C BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, ,as Principal, and as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of(5 percent of the Contract Bid) $ (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed,this day of , 20_. The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the ITB#20-002 North Filter Bay Rehabilitation(Project). NOW THEREFORE 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or ITB#20-002 North Filter Bay Rehabilitation Project 34 3.2 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety(90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "bid" as used herein includes a bid, offer, or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. ITB #20-002 North Filter Bay Rehabilitation Project 35 BIDDER: Strike out (X) non-applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP,complete this signature block. (1) (Individual's Signature) (Witness) (2) (Individual's Signature) (Witness) doing business as (SEAL) (Business Address) (Telephone No.) (Florida License No.) ITB#20-002 North Filter Bay Rehabilitation Project 36 If Bidder is PARTNERSHIP,complete this signature block. (1) (Partnership Name) (Witness) (2) (General Partner's Signature) (Witness) (General Partner's Name) (SEAL) (Business Address) (Telephone No.) (Florida License No.) ITB#20-002 North Filter Bay Rehabilitation Project 37 If Bidder is CORPORATION,complete this signature block. (1) (Corporation Name) (Witness) (2) (State of Incorporation) (Witness) By: (Name of Person Authorized to Sign-See Note 1) (SEAL) (Title) (Authorized Signature) (Corporation President) (Business Address) (Telephone No.) (Florida License No.) ITB#20-002 North Filter Bay Rehabilitation Project 38 SURETY Witness: (If agency is not a Corporation) (Surety Business Name) (1) (Witness) (Principal Place of Business) (2) (Witness) By: (Surety Agent's Signature-See Note 2) Attest: (If Agency is a Corporation) (Surety Agent's Name) (Corporate Secretary Signature) (Surety Agent's Title) (Corporate Secretary Name) (Business Name of Local Agent for Surety) (Corporate Seal) (Business Address) (Telephone No.) (Bond No.) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice-president. (2) Complete and attach a certified copy of "Power-of-Attorney" prepared by Surety appointing individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized"Attorney-in-Fact". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. (6) Bid security is required only when the Bidder has less than three years of corporate existence. ITB#20-002 North Filter Bay Rehabilitation Project 39 ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF ) COUNTY OR CITY OF ) Before me, a Notary Public, by means of 0 physical presence or 0 online notarization known to me, and known to be the Attorney-in-Fact of ,a Corporation,which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said were affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of (Surety Company) Given under my hand and seal this day of , 20 . (Notary Public) My Commission Expires END OF SECTION ITB#20-002 North Filter Bay Rehabilitation Project 40 .‘410.1or oc oee tlorido BID CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112,Florida Statutes. All Bidders must disclose within their Bid: the name of any City of Ocoee employee, Mayor or City Commissioner, other City Official,or City Consultants,who owns assets or capital stock, directly or indirectly, in the Bidder's firm or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this Bid. (Indirect ownership or benefit applies to any members of his or her immediate family.) Bidder 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,Bidder 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, Staff, and other key City employees and consultants involved in the award and administration 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 Bid. The undersigned firm,by attachment to this form, submits information which may be a potential conflict of interest for this Bid. Acknowledged by: Firm Name Signature Name and Title(Print or Type) ITB #20-002 North Filter Bay Rehabilitation Project 41 EXHIBIT D APPLICATION AND CERTIFICATION FOR PAYMENT FORM Application No. Progress Payment Final Payment P.O. No.: Contractor: Contract Date: Application Date: For Period Ending City Project Nos.: Project Name: ITB #20-002 North Filter Bay Rehabilitation Construction Start Date: End Date: Construction Days—Total: Elapsed: Remaining: 1. Original Contract Amount $ 2. Sum of Approved Change Orders to Date(from Table) $ 3. Current Contract Amount(Sum of Lines 1 and 2) $ 4. Total of Prior Pay Applications(including retainage) $ 5. Amount of this Pay Application(including retainage; from Bid Item Quantity Spreadsheet) $ 6. Total Earned to Date(Sum of Lines 4 and 5) $ 7. Total of Payments Made by City to Date $ 8. Retainage Held from Prior Pay Applications $ 9. Retainage to Be Held in this Pay Application $ 10. Total Retainage Held to Date(Sum of Lines 8 and 9) $ 11. Total Earned to Date less Retainage(Line 6 minus Line 10) $ 12. Total Earned less Retainage for this Pay Application (Line 5 minus Line 9) $ 13. Total Amount to Be Paid by City for this Application (Line 11 minus Line 7) $ Approved Chance Orders Change Date Approved Date Accepted Total Change in Order No. by City by Contractor Contract Price Total(Write in Line 2, above) ITB #20-002 North Filter Bay Rehabilitation Project 42 Contractor's Certification The undersigned Contractor hereby swears under penalty of perjury that(1) all previous progress payments received from the Owner on account of Work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive (not applicable for first application.); and (2) all materials and equipment incorporated in said Project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interest and encumbrances; (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated ,20 (Contractor) By: (Name) (Title) COUNTY OF STATE OF Before me on this day of , 20 , by means of ❑ physical presence or ❑ online notarization , known to me, who being duly sworn, deposes and says that (s)he is the of the Contractor above mentioned; that(s) he executed the above Application for Payment and statement on behalf of said Contractor; and that all of the statements contained therein are true, correct and complete. Notary Public My Commission Expires Payment shown on Line 13 is recommended by City's Resident Project Representative and authorized by the Owner: By: Date: Representative's Authorized Signature By: Date: Owner's Authorized Signature Title ITB#20-002 North Filter Bay Rehabilitation Project 43 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that , (hereinafter referred to as "Principal"), and a corporation organized under the laws of the State of and licensed to do business in the State of , (hereinafter referred to as "Surety"), and held and firmly bound unto the City of Ocoee, Florida, as Obligee, (hereinafter referred to as "Obligee"), in the Penal Sum of , for the payment of which sum well and truly made, Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated ,entered into a contract, (hereinafter referred to as the "Contract") with Obligee for the construction of ITB # 20-002 North Filter Bay Rehabilitation Project (hereinafter referred to as the "Project") in accordance with scope of services and NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT IF Principal shall well and truly perform all the undertakings, covenants, terms, conditions, and agreements of said Contract including, but not limited to, the making of payments to persons or entities providing labor, materials or services to Principal under the Contract, within the time provided therein, and any extensions thereof that may be granted by the Obligee, and also during the life of any warranty or guaranty required under said Contract, and shall also well and truly perform all undertakings, covenants, terms, conditions, and agreements of any and all duly authorized and modifications of said Contract that may hereafter be made, and shall pay, compensate, indemnify and save harmless the said Obligee of and from any and all loss, damage and expense, or from any breach or default by Principal under the Contract, including, but not limited to, liquidated damages, damages caused by delays in performance of the Principal, expenses, cost and attorneys' fees, including appellate proceedings, that Obligee sustains resulting directly or indirectly from failure of the Principal to perform the Work identified by the Contract, then this obligations shall be null and void; otherwise, it shall remain in full force and effect and Surety shall be liable to Obligee under this Performance Bond. The Surety's obligations hereunder shall be direct and immediate and not conditional or contingent upon Obligee's pursuit of its remedies against Principal, and shall remain in full force and effect notwithstanding (I) amendments or modifications to the contract or contract entered into by Obligee and Principal without the Surety's knowledge or consent; (ii) waivers of compliance with or any default under the Contract granted by Obligee to Principal or by Principal to Obligee without the Surety's knowledge or consent; (iii) the discharge of Principal from its obligations under the Contract as a result of any proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability of Principal or its estate as a result of any such proceedings; or(iv) any other action taken by Obligee or Principal that would, in the absence of this clause, result in the release or discharge by operation of law of the Surety from its obligations hereunder. In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shall also indemnify and save the Obligee harmless from any and all loss, ITB#20-002 North Filter Bay Rehabilitation Project 44 damage, cost and expense, including reasonable attorneys' fees and other legal costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety's failure to fulfill its obligations hereunder. This paragraph shall survive the termination or cancellation of this Performance Bond. The obligations set forth in this paragraph shall not be limited by the Penal Sum of this Bond. Any changes in or under the Contract or the Contract and compliance or noncompliance with any formalities connected with the Contract or the Contract or the changes therein shall not affect Surety's obligations under this bond, and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Penal Sum of this bond shall increase or decrease in accordance with approved changes or modifications to the Contract. The said Principal and the said surety agree that this bond shall inure to the benefit of all persons supplying labor and material in the prosecution of the work provided for in the said subcontract, as well as to the Obligee, and that such persons may maintain independent actions upon this bond in their own names. IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals on the day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents fully signed by its undersigned representative,pursuant to the authority of its governing body. Signed, sealed and delivered in the presence of: Principal By: (SEAL) (Official Title) Surety By: (SEAL) (Official Title) NOTES: If Principal and Surety are corporations, the respective corporate seal should be affixed and attached. Surety shall execute and attach a certified copy of Power of Attorney Appointing Individual Attorney-In-Fact for execution of Performance Bond on behalf of Surety. END OF SECTION ITB #20-002 North Filter Bay Rehabilitation Project 45 STATUTORY PAYMENT BOND Bidder shall provide the City with a Statutory Payment Bond in the amount of the contract bid. Statutory Payment Bond Pursuant to Florida Statutes, 255.05, et seq. KNOW ALL MEN BY THESE PRESENTS, THAT (hereinafter called the "Principal"), as Principal, and , a corporation organized and existing under the laws of the State of , hereinafter called the "Surety"), as Surety, are held and firmly bound unto the City of Ocoee, Florida, (hereinafter called the "Obligee"), by bond number in the sum of Dollars and Cents ($ ), for the payment of which sum well and truly to be made, the said Principal and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a written Contract with the Obligee dated , 20_ to perform, as Contractor, in accordance with the Contract and Contract Documents, which Contract and Contract Documents are hereby incorporated herein by reference. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Principal and the Surety agree that this Bond shall inure to the benefit of all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor,materials, or supplies,used directly or indirectly by Principal in the prosecution of the work provided for in said Contract, and that any such claimant may maintain an independent action upon this Bond in its own name. The provisions of Florida Statutes, Section 255.05, et seq. are hereby incorporated herein by reference and made a part of this payment bond including, but not limited to, the notice and time limitation provisions in subsection(2). Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05 (2), Florida Statutes. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of , 20 , the name and ITB #20-002 North Filter Bay Rehabilitation Project 46 corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative,pursuant to authority of its governing body. (Seal) (Principal) By (Name& Title) (Signature) Witness or Secretary's Attestation (Seal) (Surety) By (Name & Title*) (Signature) Witness or Secretary's Attestation *Attach Power-Of-Attorney END OF SECTION ITB #20-002 North Filter Bay Rehabilitation Project 47 EXHIBIT E ITB#20-002 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM"ARE ACCURATE AND WITHOUT COLLUSION.THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. 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 (or affirmed) and subscribed before me by means of ❑ physical presence or ❑ online notarization 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 ITB#20-002 North Filter Bay Rehabilitation Project 48 EXHIBIT F PROPOSED CONTRACT FOR CONSTRUCTION NOTICE: Owner reserves the right to alter any contract provisions shown in this example. THIS AGREEMENT is dated as of the day of in the year by and between the City of Ocoee, a municipal corporation, hereinafter called Owner, and , hereinafter called Contractor. Owner and Contractor, in consideration or the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK Contractor shall complete all work as specified or indicated in the Contract Documents. The work is generally described as follows: CITY OF OCOEE ITB #20-002 NORTH FILTER BAY REHABILITATION PROJECT Scope of Work ARTICLE 2. Architect and Engineer The Project has been designed by the City of Ocoee; however, the Utilities Director (Engineer) or his designee is to act as Owner's representative, assume all duties and responsibilities of the project engineer, and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the work. ARTICLE 3. CONTRACT TIME 3.1 The entire work shall be complete and ready for its intended use, including final dressing and cleanup, within twenty-one (21) calendar days from the beginning of work (sand filter being taken off line) to final completion (sand filter being returned to service). All time periods begin from the effective date of the Notice to Proceed. 3.2 Placing of permanent pavement markings on all final asphaltic concrete surfaces, if applicable, shall not be accomplished before thirty (30) calendar days have elapsed after placement of the final surfaces. The charging of Contract Time will be suspended during the thirty (30) calendar-day period provided the work is considered to be Substantially Complete, as provided in paragraph 3.1 above. The charging of Contract Time will resume on the 31st day. ITB#20-002 North Filter Bay Rehabilitation Project 49 3.3 Contractor recognizes that time is of the essence of this Agreement and that Owner will suffer financial loss if the work is not completed within the times specified in above, plus any extensions thereof allowed. Contractor acknowledges that proving the actual loss and damages suffered by Owner if the work is not completed on time is impracticable and not susceptible to exact calculation. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Two Hundred Fifty Dollars ($250.00) for each day that expires beyond the date specified in paragraph 3.1 above for final completion. 3.4 In addition to the liquidated damages, there shall be additional incidental damages paid by the Contractor to the Owner for failure to timely complete the work. These may include, but not be limited to, delay damage settlements or awards owed by Owner to others, inspection and engineering services, interest and bond expense, delay penalties, fines or penalties imposed by regulatory agencies, contract damages, and professional fees (including attorneys' fees) incurred by Owner in connection with Contractor's failure to timely complete the work. 3.5 In addition to liquidated damages and incidental damages arising from Contractor's failure to perform the work, Contractor may be required to repay Owner for the cost of corrective actions undertaken by Owner to resolve construction defects. Such corrective actions include, but are not limited to,restoration of damaged areas, clearing of reclaimed water customer facilities to remove construction debris, repair and replacement of damaged reclaimed water customer equipment, and emergency repairs to the reclaimed water distribution system during the one-year warranty period. ARTICLE 4. CONTRACT PRICE 4.1 Owner shall pay Contractor for performance of the work in accordance with the Contract Documents in current funds at the lump sum or unit prices presented in the Bid Form, DOLLARS AND CENTS, ($ ), which is incorporated herein and made a part hereof by this reference. 4.2 The Contractor agrees that the Contract Price is a stipulated sum except with regard to those items in the bid which are subject to unit prices and agrees to perform all of the work as described in the Contract Documents, subject to additions and deductions by Change Order, and comply with the terms therein for the Bid stated in the attached Bid Form. ARTICLE 5. PAYMENT PROCEDURES ITB#20-002 North Filter Bay Rehabilitation Project 50 Contractor shall submit applications for payment. Applications for payment will be processed by Engineer. 5.1 Progress Payments. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's properly submitted and approved Applications for Payment, as recommended by Engineer, not later than the Twenty-fifth (25th) business day after the date on which the properly submitted Application for Payment is initially received by the Owner. All such progress payments will be on the basis of the progress of the work measured by the Schedule of Values and in the case of Unit Price, work based on the number of units completed and included in Contractor's qualifications submittals. 5.1.1 Progress payments will be made in an amount equal to the percentage indicated in Paragraph 5.1.2, below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or Owner may withhold. 5.1.2 Progress payments shall be equal to ninety percent (90%) of the value of work completed, and ninety percent (90%) of the value of materials and equipment not incorporated into the work but delivered and suitably stored and accompanied by documentation satisfactory to Owner with the balance of the value of the work being retainage. However, when the work has reached the point of being fifty percent (50%) complete, the retainage may not exceed five percent (5%) of the value of the work completed. 5.2 Final Payment - Upon final completion and acceptance of the work Owner shall pay Contractor an amount sufficient to increase total payments to 100 percent of the Contract Price. However, not less than two percent (2%) of the contract price shall be retained until Record Drawings, specifications, addenda, modifications and shop drawings, including all manufacturers instructional and parts manuals, are delivered to and accepted by the Engineer. ARTICLE 6. INTEREST All monies not paid when due shall bear interest at the rate of 6%simple interest per annum. ARTICLE 7. CONTRACTOR'S REPRESENTATIONS In order to induce Owner to enter into this Agreement, Contractor makes the following representations: 7.1 Contractor has examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 8) and the other related data identified in the Bidding Documents including "technical data." ITB#20-002 North Filter Bay Rehabilitation Project 51 7.2 Contractor has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishings of the work. 7.3 Contractor is familiar with and is satisfied as to all federal, state, and local laws and regulations that may affect cost,progress,performance, and furnishing of the work. 7.4 Contractor has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) . 7.5 Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect costs, progress,performance or furnishing of the work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 7.6 Contractor is aware of the general nature of work to be performed by Owner and others at the site that relates to the work as indicated in the Contract Documents. 7.7 Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.8 Contractor has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the work. 7.9 Contractor shall perform work with a value of not less than fifty percent (50%) of the Contract Price with his own forces. ARTICLE 8. CONTRACT DOCUMENTS ITB #20-002 North Filter Bay Rehabilitation Project 52 The Contract Documents, which comprise the entire agreement between Owner and Contractor concerning the work, are attached to this Agreement, made a part hereof, and consist of the following: 8.1 This Scope of work Agreement(Exhibit F). 8.2 Exhibits to this Scope of work Agreement(if any). 8.3 Performance Bond,Payment Bond and Certificates of Insurance. 8.4 Notice of Award and Notice to Proceed. 8.5 Bid Documents bearing the general title "City of Ocoee, Florida, Wastewater Treatment Plant North Filter Bay Rehabilitation Project."dated January 2020. 8.6 Drawings consisting of a cover sheet and the sheets bearing the following general title: City of Ocoee, FL Electrical and Asbuilt Filter Record Drawings 8.7 Addenda numbers , inclusive. 8.8 Contractor's Bid. 8.9 Documentation submitted by Contractor prior to Notice of Award. There are no Contract Documents other than those listed above in this Article 8. ARTICLE 9. MISCELLANEOUS 9.1 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. 9.2 Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, his partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. ITB#20-002 North Filter Bay Rehabilitation Project • 53 9.3 Chapter 558, Florida Statutes: The parties agree that the provisions of Chapter 558, Florida Statutes are not applicable to this Agreement. 9.4 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. 9.5 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. 9.6 SCRUTINIZED COMPANIES: The Respondent certifies that the company is not participating in a boycott of Israel. The Respondent certifies that the Respondent is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized Companies with Activities in Sudan List,not on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Respondent is unable to provide such certification but still seeks to be considered for award of this solicitation, the Respondent shall, on a separate piece of paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Respondent agrees to cooperate fully with the City in any investigation undertaken by the City to determine whether the claimed exception would be applicable. The City shall have the right to terminate any contract resulting from this solicitation for default if the Respondent is found to have submitted a false certification, or to have been placed on the Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized Companies for Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria. 9.7 To the degree records are not exempt or confidential under Florida's Public Records law, Contractor agrees to comply with Chapter 119, Florida Statutes, and particularly Section 119.0701, Florida Statutes, relating to a contractor's obligation with regard to public records. 9.8 PUBLIC RECORDS COMPLIANCE ITB #20-002 North Filter Bay Rehabilitation Project 54 i 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@ocoee.org, WITH AN OFFICE LOCATED AT 150 NORTH LAKESHORE DRIVE, OCOEE, FLORIDA 34761. (Remainder of page intentionally left blank) ITB#20-002 North Filter Bay Rehabilitation Project 55 LN WITNESS WHEREOF, the parties hereto have signed this Agreement. All portions of the Contract Documents have been signed or identified by Owner and Contractor or by Engineer on his behalf. 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 ,under Agenda Item this day of SHUFFIELD,LOWMAN&WILSON,P.A. BY: Scott A. Cookson,City Attorney END OF SECTION ITB#20-002 North Filter Bay Rehabilitation Project 56 Exhibit G Record Drawings 1-7: Filter Bridge Electrical (4 sheets) Asbuilt Filter Drawings (3 sheets) ITB#20-002 North Filter Bay Rehabilitation Project 57 Tyr El t r,,,r ra L'... ‘,01,.. Lxru o -,I — _ ▪ : ..._ I F I ] I t. I CTJ LJi-J -'--• - 1402 _ i. Mona 1. -- '''''..- _a� ) 1...: � ax 1pjO1 !sap. _—— TERMINAL BOARD LAYOUT & INTERCONNECTION 1 — o6 .,rj -i—v- Ht-_1 INTERIOR PANEL LAYOUT FRONT PANEL LAYOUT PART N0,93022-04-100 GO1 ICOES In 1,. ..gip]P.M HANN ] ]var. M... 104 II^" O'0"'r""''""""'"'"SS°t''' Wilco D..remont� ] Intilco Degremont Inc. .o..m. R •!�^ .......e....•• a-.m 8 V,="4 °":=:=.7........i T.rn w[r.,ts.LUDO 20R 0(0.s s¢04 2990»-a-�w i ( 2" -'er_w�-r JW __. CONTROL LAYOUT YOUT ,.5sL. r AgW FILTER —__.....— m� V� WITHOUT SKIMMER L',-I__==- — -- - n 93022-04-100 13 101 I 21 ",0 1st r l LT 12 TOW 4 11,33 O. 1020' 1r.0 101 133.1 102 '• 11 _.. ._....-:. 122 1 'n1 (' ° u • 5 101.JO ''3 a 1322 _ -s 0l 131 103 12 .....____.__.� ..a W. R ru.rsx 1 a} r__43.= 3 ._T0.a ''Y 1... .... � t dI L J 104 -----p� �-_ a,r 124 1433 "u wenn IF 1.11r Li t Off r-nR f 3433. as 12.2 IMIA • 11. . �.• 12My 0or, , n 19. r 3 10 �.Tom. '0'�'�p-__ X0.2 127 1 47 --r°3 11:f COW on 1n.x 3.1.3543 -_-�"t�9 11.: __ 71'!7,7- ”2.i' 12. ' - 133 1K .._1a. ../'1. _..2 Oil 1338 .IU 1 IIr " txrro L c J 109 _y{°n "` _ .s 120 t�_ _ _ r� 1339 �a�n` 1 10 , '0n , 1 • lcC 1 50 0 1 M[ TWO N 33033/.0Jn o 111 1 1" Un 1>1w `.14xr 151 r l y 131 _ '�, . L. ,sew 112 'r' r• r"" 132 _ Q 152 1"_"" u1 r.. r- -13.-.---;-o" 11 ' • 0 1 I53 1 I Le 11• 1.nw , 11'11 _J 1 1 .__ .,.1 -.__Yp�._13.3.1 .. 1533 .30,40, , aR�a=_ ea �Na e A AMA i15 13 155 10,.. ,0 11¢+ 1111 m 116 1 r�inix .40. 1r I - ' -----f ' ,x1 1 - ..._ a c•,F".•o 1 56 1;'}__-33'.{1. mea ton 11r 111wrs"1 , u"r ,sm n 131. 03,3 �r 117 -.._ __s,,n _�T__. :1.0 --,-MY, 1 » 137 p•._ Fes- _,_� ___. !x11, emg 3333. 118 1 1 , 1211 130 i.. n1 o. _- 1mI Inn 1111 1 191 110 130 pie. ___.___..__...._................... F,W 120"-.. " 2 i1/2 -_ _-_ y^5 'S:"'L4&---.9 "'-- ,1e. 1331 lswx 1.33 1.00 1,133 133. NOUN .T.Y ^'7e3�".�..".' '.. no „� Wilco D`,L„r,'R°"+,Incw, 3- 111811 Infilco Degremont Inc. ---,C.-1 "10O---I _ FC4;.PN_Nti1L0 0+ Mr.rrr.vs _P— SCHEMATIC lS1C WIRING DIAGRAM ' � 9• M.w AF1FILTERImF" .rani. ..-.__ WITHOUT SKIMMER .- ,_ 0.2 -- .I ��93022-04 101 A 65,600.110101,560.0, 1. - 11, 1 ■ —,., ,... 1 ! ■ au Vq , Fr „K;• fid, Pa SN P, J "M 11 Q 0 4 n,4 0 4 ` PIO 160 ® `v 0 46 sun. MI — iI d s j Intik"nepKP,o^T Inc. -.41''''' +, ii')i InfilcoDegremont Inc. 8 s �:; rY f a vov,ta DISTRIBUTION DIAGRAM % na.NNE wn rew RTER ergc_a5- -7 'WITHOUT SKINNER ..w"rzi3..,..s -RIIRII---.—a._.--I 93022-04-10216 WIT 0 -� I WASHWATER BACKWASH _I 0 0 �/ ° PUMP ' ° PUMP �I -- CARRIAGE ° ^ �xi.r w.[..anon m. .m ,.smn LI�-1 xnr m.l a wort . 1.,. 3.."7,..). a t _FlRSTECOND LINE-LIN- -1-7 O O M I Mx x 4.0.5n[s xr1T WW[MEPLATE DETAv_FOR 1NP-AP .e.c: wF .[x<r. STRe e[sta<o"an XXYYxX MIRE .ee a Yka. [s. .YYXXYXXX... 0 LEGEND PLATE(TYP) 1 �[Wilco Degremnnt Ir.. ..... ., RST �.,r,:=4::17,--,..7...7,..-z= x# Wf�Ullll Intilco Degremont Inc. ! �u G.A. � uS ........u.r ,..7.041, _y NAMEPUTE/LEGENO PLATE PETAL ... I 9c0S_iutL._ -___ /.ew FILTER ._ .. lari CDM.. PANEL ___.__ I ao fix.Satz. a ex .I oz 1Jry wE—'J _—_. ..__. D 93022-04-103( Q 444 QQ Q r ra a-r .a ar 11,0 r ar. N r rr r-c .. ailliiiiiiiiiiiiiii 1 I 1 I 11 1 I I • I I I _€ I r 1 I I m rOg OM I I I • OMICIIIIIIIIIMINIIIIIIIMI 9—iI I— ; . • • imm, 1 I 1.11.413.1.13 i1 o-- - - it• -a-p er �b '--- 4�+ y n u r MI L510/.065.1.11 '51g7 ,r, . II 11 LI =1 1 MN o- 1 rte • '� _ RECORD DRAWING Ln FOUNDATION PLAN To.,n..,z.,o.,ai..nwn a. _ un 4 COMM .WPM M n.SWIMS ON SMCW y$ p j.vorw R � fC ` wenno ,riles '.w. D iL Y /TANiS NC. CM E O uw'w.`».'� wn` n WASTEWATER rnuNtydr nwT/x FILTER PHASE x EXPANSION FOUNDATION PLAN ,.«.,aa1..L1.4- S73 1.1 •I '1 v. t }1 t i I 1 110 O O © O EO O s•e .a .q .ro eo r ! as ram . 1•114,11., Yr, SO,1 rear emu a III q 0 e' e er.,., I i — [ - it 1 , i _ _ r.NOIli -re, 0 ll AP I i. __, {i _ I a_,.. • • O V! _ Oa b r ® RECORD DRAWING 1 TOP PLAN1.,,,,,,1-7.151---4.1.4 1 21014bSTAMM MU.9.01 Ex 3D147,2..00.3 L .PP"nai•os,vmrt CV.r SOAK —_-rr 1.!•-• C ^Li;w/vi�• !1<l�tl41Cn! -i {1L �.� _.�1��1 RI tlw>aaQ yv' " a. wvrtnr e3 S®ww — p IF"v"". rANfB,, ,.., WASTEWATER 1 ATIENT PI.WT f2 FILTER �' 514 PHASE 2 TTVARSRNa TOP PLAN ,,dj..L 1 __ , 44?1 T _ P• n,w, ~ O O IT Z.."'"DM u trnIKM elll Poel,4-02n tlb>OIRM !-.1II :147.10 a Wag.' ORM 99.1. n•,r IMAM MA 90 MY OM nl.Lm IIII ®`000000000000000 _•00000000000 amMve 'II --cmsaii if I.a mWi10 ii-m i — illf•il— ' 1lJmQlnTiaiiiii&If ::%.,1•A:K 4•17,..,,,r,./-,,+\x ` R V .s sr,S VM4:5, --- M•1 •u:639wa[•N.1 11199909 1399.1.1 UK s SECTION ® SECTION r�, O ® I n I n Q O •. © gEllk O I n,...___. ._..„!_,___.,_._„_____. ,_ _t_,___,__t_.,_______A Lxr �• . .1 ill ,.. , '-.1 LU ! 1 !1JI!.t cammilim1.11111111 • i0�aWru■ _ a�ie>�irssl�Qalrli�Ras�+� ,,,,,. rislt +i. 1 9919. 9 – 9.,rN G tl3 SECTION © SECTION ?,.-d ® 3,..'•d b '? 999002099 99191.3 969914<04 SDI.SOL MC 59.1 i 9.97..90.91 914969 RECORD DRAWING ° -"°^°° --°~- - - . _. =�reArra w� Of«oa a =.�.. ^-:W;.�:r– _ ow --_ — - F'..,••••• u.... wASiwATER TREMOR PLANT iz FILTER S15 '® - >.me ,W�..... >m .99.9.,...e*cr..m. ..iv..¢. PHASE 2 EXPANSION SECTIONS ,2k/..1 21- "•'—— Mayor Commissioners Rusty Johnson Larry Brinson Sr,District 1 RosemaryWilsen, District 2 City Manager Richard Firsner, Ditrict 3 Robert Frank Ocoee George Oliver III, District 4 florida February 20,2020 ADDENDUM NO: ONE(1) CITY OF OCOEE ITB#20-002 OCOEE WASTEWATER TREATMENT PLANT NORTH FILTER BAY REHABILITATION PROJECT This addendum shall modify and become a part of the original bid documents for the Ocoee Wastewater Treatment Plant North Filter Bay Rehabilitation Project. This addendum consists of two(2)pages. Bidders shall acknowledge receipt of Addendum No. One(1) in the space provided in Section 24, page 23 of the bid documents. Failure to do so may subject the bidder to disqualification.The bid date remains the same. PROPOSED CONTRACT FOR CONSTRUCTION 1. Article 3. Contract time is hereby amended and replaced as follows: 3.1 The work shall be substantially complete within ninety (90) calendar days. Substantially Complete shall be defined as all necessary work to restore acceptable operation of the sand filter. The entire work shall be complete and ready for its intended use, including final dressing and cleanup,within one hundred twenty (120) calendar days. The construction time of twenty-one (21) days from when the sand filter is taken offline to final completion (sand filter being return to service). All time periods begin from the effective date of the Notice to Proceed. 2. Section 3.2 (This section not used). ANSWERS TO BIDDER'S QUESTIONS RECEIVED: QI. Is there an engineer estimate available for this work? Al. There is no engineer's estimate for this work. Budgeted amount of $220,000.00 as posted on DemandStar. Q2. Please confirm if there is damage to any of the existing cell dividers in the North Filter Bay. If there is damage to the cell dividers,please confirm how many of the dividers are damaged? A2. There is no surface damage to the cell dividers, however the areas beneath the sand are not visible and it should be assumed at least 20% should be replaced. Q3. Please confirm if the contractor will be required to paint any of the interior walls of the filter basin. If painting is required, please confirm which walls need to be painted, and what product should be utilized for the painting? ITB#20002 WWTP North Filter Bay Rehabilitation Addendum I 1 A3. Interior walls will be coated by WW staff(as outlined in the scope)the contractor will be required to coat the concrete areas on top of the wall at the rail bases.The contractor should use a Grey standard concrete epoxy. Q4. Our firm has rehabilitated many automatic backwash filters but several of them have been done in the past 8-9 years with the most recent two rehabs done in 2019. Would the owner accept projects done in the past 10 years? A4. Experience for the last 10 years is acceptable. Q5. We would ask that you amend the contract time required to procure the equipment, manufacture and shipping? A5. See contract amendment 3.1 above. Vanessa Anthony Purchasing Technician cc:Trent Hopper,Utilities Facility Supervisor Charles Smith,Utilities Director ITB#20002 WWTP North Filter Bay Rehabilitation Addendum 1 2