Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item #04 Award of Bid #B13-05 Ocoee Wastewater Treatment Plant South Filter Bay Rehab Project
14kol 4f 46r OCOP(P "orida AGENDA ITEM COVER SHEET Meeting Date: June 4, 2013 Item # ` 1 Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager: Subject: Award of B13 -05 Ocoee Wastewater Treatment Plant South Filter Bay Rehabilitation Proiect (District 1: Groqan) 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 requires routine rehabilitation. The Utilities Department planned the rehab of the south filter for Fiscal Year 2013 and the north filter for 2014. The rehab cycle life is anticipated to be ten (10) years. The City of Ocoee, Florida (City) solicited bids from qualified contractors to furnish labor, supervision, materials, equipment, supplies and incidentals for the Ocoee Wastewater Treatment Plant South 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 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 twelve feet, six inches (46' x 12'6" interior dimensions). In order to provide the City with a single contact for the project throughout the installation of the equipment and through the warranty period, the filter equipment Bidder shall supply the labor to install the equipment defined in the technical specification. The bid was publicly advertised on March 10, 2013, and opened on April 2, 2013. There was a total of two (2) bids received ranging from $164,524.00 to $228,000.00. All bids are available in the Finance Department for review. The Utilities and Finance Departments reviewed all bids received and all were considered responsive. Staff recommends awarding the bid to Aqua- Aerobic Systems Inc. as the most responsive and responsible bidder, per the attached recommendation from Charles Smith, Utilities Director. Aqua - Aerobic's bid is $15,476.00 lower than the Engineer's estimate of $180,000.00. The table below is a listing of the bids received. Bidder Total Bid 1. Aqua-Aerobic Systems Inc. $ 164,524.00 2. TLC Diversified Inc. $ 228,000.00 Issue: Should the City Commission award the Ocoee Wastewater Treatment Plant South Filter Bay Rehabilitation project to Aqua- Aerobic Systems Inc., as recommended by the Utilities Director? Recommendations: Staff recommends that the City Commission award Bid #13 13 -05 Ocoee Wastewater Treatment Plant South Filter Bay Rehabilitation project to Aqua- Aerobic Systems Inc. in the amount of $164,524.00 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. Bid Tabulation 2. Award Recommendation from Utilities Dept. 3. Aqua- Aerobic Systems Bid 4. Invitation to Bid #1313 -05 5. Record Drawings (Asbuilt Filter & Electrical) 6. Addendum #1 Financial Impact: There is $180,000.00 available in this fiscal year's budget for this project. Type of Item: (please mark with an x') Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document /Contract Attached for Execution by City Clerk X Original Document /Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. N/A Reviewed by ( N/A 2 F- L) W O w a z _O H H J_ m Q W } Z W Q O J J m N W Q M_ H ~ N O ❑ c O OD W 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U R o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a m w v u'i ao co �i J V Vf fA � fA V fA fA fA fA f9 N N� w a H N O d d d N � O O O O O O O O T D T T w o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ a v m m v Z 0 O 0 O 0 O 0 O 0 O 0 O o O e v N N tJ C w O O w O m O N O w O O h N m E U w w w en a a j C J YI O N w m N UI N F G a F o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 y Q N 10 V O O O O O O O O O O O O O O llI Q Q o- o- N l0 In O l0 P') O Of z F h w 0 m � m a c N N � L t0 � m 3 N U L C N N m C d (n O N LT C '- U `p o O C O N Z A it t0 N J O p J t0 t0 O C ° m o x o d - v d m m E > F 3 a°i ° -a m E U �� a c a ❑ E n N a E r E. U o a 9 m .x Q m U C7 C d' (n (n ❑ d' a' LL d' J d' C� 65 O C of Good e LI vl Mayor �� 1 1�, Commi ssioners S. Scott Vandergrift John Grogan, District 1 Rosemary Wilsen, District 2 EE Citv Manages O .O Rusty Johnson, District 3 Robert f?rank " Joel 1?. Heller, District 4 MEMORANDUM TO: Honorable Mayor and City Commission THRU: Rob Frank City Manager FROM: Charles K. Smith, P.E. Utilities Director DATE: June 4, 2013 RE: Recommendation for Award of Bid #B13 -05 to Aqua- Aerobic Systems, Incorporated for the Ocoee WWTP South 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 South Filter Bay Rehabilitation Project to Aqua Aerobic Systems, Incorporated, in the amount of $164,524. 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 2013 and the north filter for 2014. The rehab cycle life is anticipated to be ten (10) years. PROJECT: This Ocoee WWTP South Filter Bay Rehabilitation Project consists of the rehabilitation /refurbishment of the wastewater treatment plant's south 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...) City of0coee Utilities • 1800 A.D. Mims Road • Ocoee. Florida 34761 Phone: (407) 905 -3 159 • Fax: (407) 877 -5899 • www.ococe.org 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 March 10, 2013 and sealed bids were opened on April 2, 2003. Two bids were received, with the first from Aqua- Aerobics Systems, Incorporated for $164,524, and the second from TLC Diversified, Incorporated for $228,000. Aqua- Aerobics Systems, Incorporated, the lowest bidder, has a balanced bid with items 1, 2 and 4 from the above list being lower than their counterpart's, leading to the successful bid. Bid Tabulation for the submitted bid has been included with the Staff Report for the Commission agenda item. 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 2013 budget was approved with funding of $180,000 for the south filter; and the Department will include $190,000 for the north filter in the Fiscal Year 2014 budget request. March 28, 2013 Correspondence ID #: AAL -29163 Ocoee Finance Dept/Purchasing Attn: Joyce Tolbert, CPPB Purchasing Agent 2nd Floor, 150 N. Lakeshore Dr. Ocoee, Florida 34761 USA Ph# 407/905 -3190 Fax# 407/905 -3194 Project: OCOEE WWTP RE: City of Ocoee Invitation To Bid #B13 -05 Ocoee WWfP So. Filter Bay Rehab. Project AASI Project IN 112312 Dear Ms. Tolbert, We are pleased to enclose our proposal for the Ocoee Wastewater Treatment Plant South Filter Bay Rehabilitation utilizing AquaABF® Automatic Backwash Filter equipment for the referenced project. Our offering, unless otherwise noted as an Exception /Clarification, is in accordance with the Invitation To Bid #B13 -05 documents, including Addendum number 1. We appreciate the opportunity to submit our proposal for this project and look forward to discussing it with you in detail. In the meantime, please feel free to contact me at phone 815/639 -4466 or email pklebs @aqua- aerobic.com if you have any questions regarding our proposal. Sincerely, qu 7c<fle� Paul Klebs AfterMarket Sales Manager CC: File Envirosales, Inc. / ph #: 863/314 -0616 / fx#: N/A Sam Gutridge / Sam @envirosalesofflorida.com Aeration & Mixing Biological Processes Filtration Membranes Process Control & Monitoring Aftennarker Parts & Services 6306 N. Alpine Rd. Loves Park, It 61111-76S5 p 815.654.2501 f 815.654.2508 www.aqua- aerobic.com r AQUA - AL KUtSIIL, *5 Y3 I L1"3, 1 I �� L'dltll prlfl(t 101 '),0111tlfull9 City of Ocoee FL Invitation To Bid #1313 -05 Ocoee Wastewater Treatment Plant South Filter Bay Rehabilitation Project Table of Contents March 28, 2013 Documents listed are an integral part of Aqua- Aerobic Systems' offer. Section 1. Exhibit B - Bid Form Section 2. Exhibit C - Bid Bond Form t 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. Exhibit E — Company Information & Signature Sheet A. Company Profile & Capabilities B. Officers List, Address, Stockholders i Aeration & Mixing Biological Processes Filtration Membranes Process Control & Monitoring Aftermarket Parts & Services 6306 N. Alpine Rd, Loves Park, IL 611 1 1 -7655 p 815.654.2501 f 615.654.2508 www.aciva- aerobic,com AO;UA -- AEROBIC SYSTEMS, INC. Partnering for Solutions u Table of Contents Page 2 of 2 Section 6. Equipment List # 131292 Section 7. Installation Profiles A. Aqua- Aerobic B. National Water Treatment Services Section 8 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 9. 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 Filtration Membranes Process Control & Monitoring Aftermarket Parts & Services 6306 N. Alpine Rd. loves Park, IL 611 11 • p 815.654.2501 f 815.654.2508 www.aqua- aerohrc.com H U O a a z 0 H a O W H W Q a H W W O O M rti E V) CIO II a U C (D U) a co U_ 4 Q (0 Q w A w 0 w z A a as H z M U N O 1. {1, c 0 • Y �i W 0 3 0 0 O 0 0 0 0 O 0 O 0 O 0 Op 0 CD V CI4 00 0 0 O O O O � d Ga Lr)O Lo OCD 0a', ('D W � 69 � v3 64 O O 0 N a O O 00 0 0 0 0 00 M Q 6 � ;t: u7 O WN 0 69 H v3 � o � a b as O U cC ✓✓ cli 1 U) rA U ( 2 W cd bq tu 4- = v E Q) 0 o',c o.� N Q U U cd (n > + 4 0 cd o o ;d o bn o � U ' o " C/) V] V) VI V] Cn �a a.a,�a . -1as a a. as Z E V) CIO II a U C (D U) a co U_ 4 Q (0 Q w A w 0 w z A a as H z M U N O 1. {1, c 0 • Y �i W 0 3 0 EXHIBIT B (Continued) MEASUREMENT AND PAYMENT FOR BID ITEMS B13 -05 OCOEE WWTP SOUTH FILTER BAY REHABILITATION PROJECT BID ITEM DESCRIPTION NO. J - Mobilization & Demobilization Mobilization shall be the preparatory work and operations in mobilizing for beginning work on the project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site, and if necessary the establishment of temporary offices, buildings, safety equipment and first aid supplies, sanitary and other facilities, as required by the Contract Documents and applicable laws and regulations. The cost of bonds, required insurance, pennants and any other preconstruction expense necessary for the start of work, excluding the cost of construction materials, shall also be included in this item. Demobilization shall be the work of removing temporary facilities from the site. The cost of any fencing, signs, markings, and other items necessary to secure each work site and to notify the public as to the hazards present is explicitly included in this bid item. Insurance and indemnification costs are part of this Bid item, Payment for item 1 shall be paid as Lump Sum. 2 Removal and Replacement of Granular Media Removal and replacement of granular media shall be all work, labor, equipment, rentals and special handleling equipment necessary for the contractor to remove the old existing filter media and to properly replace new appropriate filter media once the filter support rehabilitation work is complete, All work shall be completed as specified in "Scope of Work/Technical Specifications ", Pa ment for item 2 shall be paid as Latn Sum Rehab Sand Filters 3 Contractor shall supply all new materials and labor to rehabilitate the sand filter underdrain system to "like new" working condition including but not limited to all structural steel, filter filtering components, filter bed, cell dividers, filter media support, porous plates, wear strips, electrical control panels, electrical modifications, etc... as specified in "Scope of Work/Technical Specifications ". Pa ment far item 3 shall be paid as Lum p Sum 4 Floating Vertex Sliimmers Labor / Materials/Installation All necessary materials and labor necessary but not limited to the installation of a skimmer device integral with the bridge and wash water hood supports, all structural members, skimmer guide blades skimmer pump, all necessary electrical panels, materials and labor to install a complete floating vertex skimmer as specified in section 2.06 of the "Scope of Work/Technical Specifications ". Pa ment for item 4 shall be paid as Lum p Sum 5 Removal and Installation of New Baclovash Water Launderer All materials and labor necessary but not limited to the removal of the existing launderer trough and replacement with new like materials. All seams shall be sealed per original manufacturers recommendations, All support brackets shall be checked and replaced if necessary with 316 stainless steel brackets. All hardware shall be 316 stainless steel. All work shall be completed as specified in "Scope of Work/Technical Specifications ", P ayment for item S shall be paid as Lum p Sum 6 Rail Cap Removal and Installation All necessary materials and labor necessary but not limited to the removal of the existing rail cap and replacement with new 304 stainless steel , 12 gauge rail cap. All existing supporting metal rail system shall be thoroughly inspected, mechanically cleaned and primed and painted with the appropriate Tnemec Industrial Coating 2roduct. All necessary anchoring hardware shall be inspected and replaced if necessar B13 -05 WWTP South Filter Bay Rehabilitation Addendum t B 13 -05 W WTP South Filter Bay Rehabilitation Addendum I with 316 stainless steel of the like, All work shall be completed as specified in "Scope of Work /Technical Specifications ", P ayment fur item 6 shall be paid as Limp Sum 7 Grouting and Painting of Rail System All existing grout associated with the rail system shall be removed. Appropriate grout specifically manufactured for this type of application shall be used to replace removed grout. All work shall be completed as specified in "Scope of Worlc/Teclmical Specifications ". Payment for item 7 shall be paid as Lump Sum 8 Start Up and Commissioning Contractor shall demonstrate that all workmanship and materials perform as required to achieve efficient and effective operation of the rehabilitated filter. Any malfunction, settlement or compaction of filter media, break through or loss of media, damage or irregularities to the filter support system, porous plates, cell dividers, skimmer system, rail system, backwash water launderer, pumps, electrical controls or any other portion of the rehabilitation project shall be immediately corrected to the satisfaction of the City of Ocoee. The contractor shall provide a one year warranty for all workmanship and materials supplied for this project. All work shall be completed as specified in "Scope of Work/Technical Specifications ". Pa ment for item 8 shall be paid as Lump Sum B 13 -05 W WTP South Filter Bay Rehabilitation Addendum I EXHIBIT C BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Aqua- Aerobic _ Systems Inc. , as Principal, and Western Surety Compan 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) $ Eight thousand two hundred twenty -six and 20/100 --------------------- ---------- ----- --- -- -- --- ---- `---- -- - - -- - - -- (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 21 st day of March , 20 1:1 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 B 13 -05 Ocoee WWTP South 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 32 12 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. 33 BIDDER Strike out (X) non - applicable signature blocks and complete applicable bloc . I All signatures must have their names printed or type below their sig natur . f Bidder is SOLE PROPRIETORSBH, complete this signature bloc (1) (Individual's Sign a e) (Witness) (Individual's Signature) doing business as (Witness) SEAL) �(mess Address) TeIe hone No. Florida License No,) 34 If Bidder is PARTNERSHIP, complete this signature block. (1) (Partn - hip Name) (Witne (2) (General Partner's Signature) (Witness) (SEAL) (General Partner's Name) (Bu ess Address) Tele hone No.) (Florida License No,) 35 If Bidder is CORPORATION, complete this signature block. Aqua - Aerobic Systems, Inc. 4 D N 0 (1} (Wit es. (Corporation Name) Illinois (State of Incorporation) ness) By: A. Baker (Name of Person Authorized to Sign - See Note 1) (SEAL) Vice - President, Finance (Title) - Gtr �e-�- (( Authorized Signature) Rob J. Wimmer (Corporation President) 6306 North Alpine Road Loves Park, IL 61111 (Business Address) 815/654 -2501 (Telephone No.) (Florida License No. 36 SURETY Western Surety Company (Surety Business Name) 801 Warrenville Rd Ste 700 Lisle. IL 60532 P Place of Business) By: (S Agent's Signature - Ve Note 2) Judith L. Zier (Surety Agent's Name) Attornev -in -Fact (Surety Agent's Title) Williams Manny Inc. _ ^ (Business Name of Local Agent for Surety) 700 W. South St. Freeport, IL 61032 (Business Address) 815- 235 -7194 (Telephone No.) (Bond No. Witness: (If agency is not a Corporation) J (Witness) (2)� (Witness) Attest: (If Agency is a Corporation) / (Corporate Secretary Signature) (Corporate Secretary Name) ���gEi Y fU�a ti sO IT up. NOTES: (I) 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. 37 ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF I l l i n o i s ) COUNTY OR CITY OF Stephenson Co. ) Before me, a Notary Public, personally came Kathleen S. Haubach known to me, and known to be the Attorney -in -Fact of Western Surety Company, a South Dakota Corporation, which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Western Surety Company 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 Western Surety C ompany. (Surety Company) Given under my hand and seal this 21st F OFFICIAL SEAL KATHLEEN S. HAUBACH Notary Public, State of Illinois My Commission Expires 08/12/16 day of March , 2013. My Commission Expires 8/12/16 END OF SECTION (Notary Public) 38 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Steven R Johnson, John C Pick, David L Townsend, Judith L Zier, Connie L Marty, Vicki S Busker, Julie A Tresemer, Margaret A Howard, Individually of Rockford, IL, its true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to hind it thereby as frilly and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed, This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 23rd day of October, 2009. /l WESTERN SURETY COMPANY ua er �•�T pP OAq� ° i O n 3 is �S E A /o Paul . Bruflat, Senior Vice President State of South Dakota ss County of Minn( haha On this 23rd day of October, 2009, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say: that be resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires +444444444444441511144444 4 i D. KRELL November 30, 2012 NOTARY PUBLIC f + JRSOUTH DAKOTA�i +44444444444444444444444+ D. Krell, No ary Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seat of the said corporation this 2 1 St day of_ Ma , 2013 ?SUaErtc WESTERN SURETY COMPANY o ° z L. Nelson, Assistant Secretary Form F4280 -09.06 20. LIST OF SUBCONTRACTORS: In order to assess the experience of the installing contractor for this project, the name 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. Work crew Bob Renner, 20+ years of experience. Eric Renner, 7+ years of experience - Dave Sackman, 5+ years of experience. Todd Moch 10+ years of experience .qPP attarhed for list of underdrain installation references. _ SUBCONTRACTOR and /or TEMPORARY WORKER AGENCY NAM E/ADDRES SN EDERAL 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. 2007 Chevrolet Avalanche owned. B13 -05 WWTP South Filter Bay Rehabilitation Project 19 (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). See Section 7 for Aqua-Aerobic Systems Inc. and National Water Treatment Services installation reference formation. Do you have any similar work in progress at this time? Yes X No , Length of time in business 44 years (Incor porated 10/2411919 as Solem Machine, as AASI since 1969) Bank or other financial references: DUNS #00- 517 -2333 SIC #3589 Baldor Electric Co PO Box 2400 Fort Smith AR 72902 Ph: 479/646 -4711 A ttn: C redit Dept. Ref A/C 110048 Columbia Pipe & Supply Co., Inc. 1803 Money Ave. Rockdale IL 60436, Ph: 815/773 -1920 Julie Tenerelli Custom Fab Co. 6026 Forest Hills Rd, Loves Park IL 61111, Ph: 8151490 -5322, Mark KRodriguez Metals & Services, 145 N. Swift Rd, Addison IL 60101, Ph: 630/627 -2900, Patti Stevens Steiner Electric, ou y ve., rove age, - ice aula is (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 B13 -05 W WTP South Filter Bay Rehabilitation Project 20 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. 1. Amherst NY: Product Liability. Unknown monetary amount. Insurance Co. is handling litigati 2. Multiple legal actions instigated by Aqua- Aerobic for patent enforcement. (Attach additional sheets if necessary) 24, ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. 1 Dated March 19, 2013 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. None. (Remainder of page left blank intentionally.) B13 -05 WWTP South Filter Bay Rehabilitation Project 21 QUESTIONNAIRE DATE March 28, 2013 PROJECT IDENTIFICATION: City of Ocoee Wastewater Treatment Plant South Filter Bay Rehabilitation Project NAME OF BIDDER: Aqua- Aerobic Systems, Inc. BUSINESS ADDRESS 6306 North Alpine Road, Loves Park, IL 61111 TELEPHONE NO.: 815/654 -2501 EMAIL pklebs @aqua- aerobic.com NORTH DAKOTA CONTRACTOR'S W 11 LICENSE NO. 4 7 4 8 4 (Natl. Water Trmt. Services) 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? 44 years (Incorporated 10 as S olem M achine, as AASI 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. See Section 7 for Aqua - Aerobic Systems, Inc. and National Water Treatment Services i nstallation referenceslinformation. B13 -05 WWTP South Filter Bay Rehabilitation Project 22 Have you ever failed to complete work awarded to you? If so, where and why? No. 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 Tom Fenton Project Manager Bob Renner - National Water Treatment Services 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. 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. NWTS 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 FL licensed electrician will be hired to complete the wiring for the skimmer c ontrol panel A local welder will be hired to tack weld the n rail caps onto the existi rails B13 -05 WWTP South Filter Bay Rehabilitation Project 23 7. What equipment do you own that is available for the Work? Small tools as needed for the tear out of the underdrain. Belt sander to clean the ra'[s, Air •- hisels tQ remove the group S. 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. Sand blaster to clean the rails. 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, Cape Coral, FL, 16 years of relevant experience, See Section 5A AASI "Company Profile And Capabilities" for Jim Kellogg's resume information 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- A erobic Systems, Inc. 6306 North Alpine Road Loves Park, IL 61111 Bill Decker, Vice President & General Manager, Equipment & Se rvices Group END OF SECTION B13 -05 WWTP South Filter Bay Rehabilitation Project 24 EXHIBIT E BID 013 -05 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 WORKIBID 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. COMPANY NAME A ED Z SIGN M ATURE (manual) Bill Decker, VP & General Mgr, Equipment & Service Grou NAME /TITLE (PLEASE PRINT) 6306, No. Alpine Rd. STREET ADDRESS Loves Park, IL 61111 City STATE ZIP FEDERAL ID # 36- 1795700 815/654 -2501 TELEPHONE (INCLUDE AREA CODE) 8151654 -2508 FAX (INCLUDE AREA CODE) B Decke @ Aerobic.com E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW; Individual X Corporation Partnership Other (Specify Sworn to and subscribed before me this day of March 1 2013, Personally Known e?� 01 ' Produced Identification Notary Public - State of (Type of Identification) County of �itw �0 cf 6Y� " LIJ' 7 'Lr� Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public 41 ) usiG :93UkJX3 W88WW09 AA S*NM do 31 V IS -OrNW AW10N N0aa3H M13NNOQ 7YM 700130 4 , AQUA- AEROBIC SYSTEMS, INC. COMPANY PROFILE AND CAPABILITIES r . GENERAL INFORMATION ABOUT OUR COMPANY Aqua - Aerobic Systems, Inc. is a leader in adaptive water management solutions for municipal and industrial markets worldwide, since 1969. Our expertise in aeration and mixing, biological processes, cloth media filtration, membranes, and control and monitoring systems allows us to provide you with adaptive water management solutions at the lowest life cycle cost. Our proven technologies meet the most stringent wastewater effluent requirements including enhanced biological nutrient removal, phosphorus removal and water reuse, as well as TTHM removal and ultrafiltation in potable water applications. Our technologies are designed to easily accommodate changing effluent demands. MISSION Make a Good Company a Great One! STRATEGIC INTENT To build Aqua- Aerobic Systems, Inc. into a global technology leader that provides water treatment solutions for aeration /mixing, biological processes, filtration and aftermarket sales and services. To grow our company through technological leadership and partnerships with our customers. To uphold the values that have been the key to the success of Aqua- Aerobic Systems, Inc. John D. Brubaker Chairman of the Board Robert J. Wimmer President & CEO Peter G. Baumann, P.E. William G. Decker Vice President & General Manager, Vice President & General Manager, Process Group Equipment and Services Group Christopher V. Korab, SPHR Vice President, Human Resources Jay A. Baker Vice President, Finance Rick J. Reiland Vice President, Operations Steven A. Schupbach Vice President, Rotating Products 2 n AQUA- AEROBIC SYSTEMS, tNC. • Loves Park, IL 61111 • 815.654.2501 • www.aqua- aerobic.com GENERAL INFORMATION ENGINEERING EXPERTISE FACILITY Aqua - Aerobic Systems, Inc. has a full staff of process and mechanical engineers, several of which hold advanced degrees in 125,000 square feet office and civil, chemical, mechanical and electrical engineering. Our manufacturing (25% office space engineers evaluate over 1,000 designs a year. and 75% manufacturing space) Total Employees Administration Domestic Sales International Sales Manufacturing R&D Project Management Equipment & Services Group 135 (office and manufacturing) 13 Technical Managers & Officers 4 Regional Sales Managers 1 International Business Manager 1 Manager - 8 shop employees 4 degreed Engineers and support personnel 1 Director 3 in -house representatives 3 Managers 4 in -house representatives 10 outside field representatives TEST FACILITY 250,000 gallon (950 m test tank 55,000 gallon (209 m test tank LOCATION • 70 mi. (112 km) northwest of O'Hare Airport -Chicago, IL • 120 mi. (192 km) southwest of Milwaukee, WI REPRESENTATION 150 Sales Representatives in the US, Canada, Mexico and throughout the world. Most are graduate engineers and have design capabilities. MARKETS 85% United States, Canada, Virgin Islands 15% International INSTALLATIONS More than 10,000 installations worldwide FINANCIAL INFORMATION Aqua- Aerobic Systems, Inc. is a well financed, privately held company with sales approaching $100 Million. Aqua- Aerobic Systems, Inc. also has extensive bonding capabilities. Primary Banking PNC Bank, Rockford, Illinois Auditors RSM McGladrey, Rockford, Illinois 3 AQUA- AEROBIC SYSTEMS, INC, • Loves Park, IL 61111 • 815.654.2501 • www.aqua- aerobic.com r7 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 -Jets aerator quickly revolutionized the aerator industry so the company phased out its other product lines and wastewater treatment became its exclusive focus. 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. Today, Aqua- Aerobic Systems employs approximately 135 persons in manufacturing, engineering, sales /marketing and administration, The company's product line includes: surface aerators, diffused aera- tion 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 AC`UA- AEROBIC SYSTEMS, INC. • Loves Park, 1L 61111 ► 815.654.2501 • www.aqua- aerobic.com r TRADEMARKS & PRODUCT LINE PATENTS Aqua- Aerobic Systems, Inc. holds 45 patents for processes and equipment used in wastewater treatment systems. PRODUCT LINE Aqua -Jet® Surface Mechanical Aerator Aqua -Jet 11 Contained Flow Aerator Aqua CB -24® Coarse - bubble Diffuser Aqua EnduraDisc Fine - bubble Disc Diffuser Aqua EnduraTube Fine - bubble Tube Diffuser ThermoFlo® Surface Spray Cooler Aqua MixAir®Aeration System AquaDDM Direct -drive Mixer OxyMi0 Pure Oxygen Mixer AquaSBR® Sequencing Batch Reactor Aqua MSBR® Modified Sequencing Batch Reactor AquaPASS Phased Activated Sludge System Aqua BioMax" Dual Treatment System AquaCAM -D® Combination Aerator /Mixer /Decanter AquaDisk® Cloth Media Filter Aqua MiniDisk® Cloth Media Filter AquaDrum ®Cloth Media Filter AquaDiamond Cloth Media Filter AquaABF ®Automatic Backwash Filter AquaMB Process Multiple- Barrier Membrane System Aqua - Aerobic MBR Membrane Bioreactor System Aqua UltraFiltration'" Membrane System IntelliPro® Monitoring and Control System TYPICAL INDUSTRIES SERVED • Pulp & Paper • Food /Dairy • Beverage • Chemical • Petroleum /Petrochemical Textile • Energy /Utility • Pharmaceutical TRADEMARKS Aqua - Aerobic AquaEnsure® Aqua - Aerobic MBR AquaExcel Aqua -Jet AquaMB Process Aqua -Jet II® AquaPASS® AQUA•OLOGY AquaSBR® Aqua BioMax'" Endura® Series Aqua CB -24® IntelliPro Aqua EnduraDisc® OptiFiber® Aqua EnduraTube OptiFiber®PES -13 Aqua Financing Solutions OptiFiber® PA2 -13® Aqua MiniDisk OptiFiberOACR -13 Aqua MixAir® OptiFiber®PES -14 Aqua MSBR® Our Green is Blue® Aqua On DemandO OxyMix® Aqua UltraFiltration Partnering for Solutions® AquaABF® SpareCare AquaCAM -D® ThermoFlo® AquaDDM Trust the Tag® AquaDiamond Turbilitel AquaDisk AquaDrum* 5 A0_UA- AEROBIC SYSTEMS, INC. • 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 College, and Rock Valley College Foundation. MEMBERSHIPS American Society for Quality American Water Works Association (AWWA) Business for the Bay Environmental Export Council Illinois Chamber of Commerce Illinois Manufacturers' Association International Association on Water Quality (IAWQ) National Association of Manufacturers Technical Association of Pulp & Paper Industry (TAPPI) Water Environment Federation (WEF) Water & Wastewater Equipment Manufacturers Association ( WWEMA) WateReuse Association RECOGNITIONS 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 Community Impact by a Business from Rockford Mayor's Arts Awards TRAINING AND EDUCATION Structured training seminars are conducted by Aqua- Aerobic personnel monthly, May through September. More than 30 Consulting Engineers, Plant Operators, and Municipal Officials typically attend these training seminars each month to learn about Aqua- Aerobic equipment and systems. Aqua- Aerobic Systems' engineering staff attends company sponsored seminars and workshops relating to the wastewater industry. 6 „( 815.654.2501 www.aqua- aerobic.com ACZIJA AEROBIC SYSTEMS, INC. • Loves Park, IL 61111 pm-P EMPLOYEE PROFILES TECHNICAL MANAGERS & OFFICERS Robert Wimmer President & CEO M.S. degree in Management/Golden Gate University. B.S. degree in Mechanical Engineering /N.Y. Institute of Technology. Experience in WWT industry since 1978. Peter Baumann, P.E. Vice President & General Manager, Process Group M.S. degree in Business Adm inistrationlUniversity of Wisconsin- Milwaukee. B.S. degree in Engineering; Experience in wastewater treatment industry since 1976, including 20 years at Envirex Corp. William Decker Vice President & General Manager, Equipment and Services Group B.S. degree in Civil Engineering /USAF Academy, EIT/ State of Colorado. Project Engineer since 1990. Experience in wastewater treatment industry since 1994, including Vice President of Biosolids at Ashbrook Simon - Hartley, and 2 years as President ofAquionics. Jay Baker Vice President, Finance B.A. degree in English /University of Illinois, Champaign, IL. CPA since 1990. Member of Institute of Management Accountants. Over 30 years experience in Accounting. Richard Reiland Vice President, Operations B.S. degree /Illinois State University. Experience in the manufacturing field since 1975. Terence Reid, P.E. Director of Research and Development B.S. degree in Civil & Environmental Engineering/ University of Wisconsin- Madison. Experience in wastewater treatment industry since 1989. Robert Wiegand Engineering Director MBA/University of Wisconsin- Madison. B.S. degree in Electrical Engineering Technology /Bradley University, Peoria, IL. 10 years experience in paper industry with Beloit Corporation and experience in wastewater treatment industry since 2000. Kevin Heasley Director or Project Management B.S. degree in Structural Design & Construction Technology /Penn State University. Experience in wastewater treatment industry since 1984. David Smith Mechanical Engineering Manager B.S. degree in Mechanical Engineering /University of Wisconsin- Madison. Experience in WWT industry since 2000. 4 years at Beloit Corp. as a design engineer. Received patents for tissue machine equipment. Gary Lightfoot Electrical Engineering Manager A.A.S. degree in Electrical Technology/ Rock Valley College, Rockford, IL. 26 years of experience in the elec- trical engineering field. RESEARCH & DEVELOPMENT Terence Reid, P.E., Director, Research & Development Christopher Korab, SPHR Vice President, Human Resources B.S. degree in Education /Illinois State University. Experience in Human Resources since 1984. Member of Computer Graphic Technology Industrial Advisory Board for Purdue University, IL. Steven Schupbach Vice President, Rotating Product Sales B.S. degree in Mechanical Engineering /Bradley University, Peoria, IL. 2 years at Welles Products Corp. as Product Mechanical Engineer in the Aerator Division. Experience in wastewater treatment industry since 1982 Daniel Binder Senior Chemist/ Lab Supervisor B.S. degree in Agricultural Science /Illinois State University. Experience in liquid separation /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, Matthew Castillo Research and Development Specialist B.S. and M.S. degrees in Civil and Environmental Engineering /Marquette University, Milwaukee, WI. Experience in wastewater treatment industry since 2005. 7 AC`UA- AERCIBIC SYSTEMS, INC. • Loves Park, IL 61111 • 815.654.2501 • www,aqua- aerobic.com P . , EMPLOYEE PROFILES Dr. Ken Mikkelson, Ph.D Consultant Ph.D.,M.S. degrees in Environmental Health Science and Engineering /University of Kansas. Experience in wastewater treatment industry since 1965. Co- holder of 5 patents. Author of "AquaSBR Design Manual' and numerous technical papers. Course instructor and committee member for Marquette University, Sequencing Batch Reactor (SBR) short course series. Chester Zixing Yang, Ph.D. Consultant B.E. degree in Environmental Engineering/Tongji University, Shanghai, China. M.S. and Ph.D. in Environmental Engineering /University of Kansas. Author of "Anaerobic Pilot Plant Study of the Johnson County Airport" and "Anaerobic Digestibility Study of Kaw Point Municipal Sludge and Procter & Gamble Wastewater Treatment Plant". PRODUCT MANAGEMENT Peter Baumann, P.E., Vice President & General Manager, Process Group Brandon Thomas Senior Process Engineer B.S. degree in Mechanical Engineering from Iowa State University. Experience in wastewater treatment industry since 2001. Mark Hughes Process Engineer B.S. degree in Civil Engineering from the University of Iowa and a M.S. degree in Environmental and Water Resources Engineering from The University of Texas at Austin. He currently focuses on design, application, and technical support for biological and filtration products. APPLICATION ENGINEERING Kevin Heasley, Director of Project Management Tamara Knapp Project Application Engineer B.S. degree in Environmental Engineering from Michigan Technological University. B.S. degree in Environmental Liberal Arts from Northland College, Ashland, WI. Experience in wastewater treatment industry since 2004. James Horton Director or Product Management B.S. degree in Chemical /Environmental Engineering/ University of Queensland, Australia. M.S. degree in Civil Engineering /Queensland University of Technology, Australia. Domestic and International experience in wastewater engineering since 1996 including positions with a consulting engineer and specialty wastewater contractor. At Aqua- Aerobic Systems since 2000 including positions of Application Engineer, Project Application Engineer, Senior Application Engineer, and International Business Manager. Ed Lang Program Manager, Process Group B.S. degree in Business Management/Pennsylvania State University, PA. Experience in wastewater treatment industry since 1978. Dave Holland Senior Process Engineer A.A.S. degree in Technical writing /Rock Valley College. Experience in wastewater treatment industry since 1979. Eric Roundly, P.E. Project Application Engineer M.B.A. degree /Mississippi University. B.S. degree in Civil Engineering /University of Nebraska. M.S. degree in Environmental Engineering /University of Illinois. Experience in wastewater treatment industry since 2005. Ni Ma Project Application Engineer B.S. degree in Environmental Engineering/ Chongqing University, China. M.S. degree in Environmental Safety and Health Management/ University of Findlay, Ohio. Experience in wastewater treatment industry since 2006. Edward Fritz, P.E. Project Application Engineer B.S. degree in Chemical Engineering, M.S. degree in Bioengineering /Clemson University. Experience as a Consulting Engineer in construction and wastewater. Experience in wastewater treatment industry since 2006. 8 AQUA- AEROBIC SYSTEMS, INC. - Loves Park, IL 61111 • B15.654.2501 • www.aqua- aerobic.com ,. EMPLOYEE PROFILES Rungrod Jittawattananrat, Ph.D. Project Application Engineer Ph.D in Civil Engineering /Polytechic Institute of New York University. M.S. degree in Water and Wastewater Engineering/ Asia Institute of Technology, Thailand. B.S. degree in Environmental Engineering/ Chiang -Mai University,Thailand. Experience as Consulting Engineer in construction and wastewater. Experience in waste water treatment industry since 1990. Hui Lin, P.E. International Business Manager 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 Bei- jing Organic Chemical Works, 1 year at M +W Zander as Process Engineer. Jessica Hardy Application Engineer B.S. degree in Environmental Health /Illinois State University. A.S. degree /Rock Valley College. Certifications from the Federal Emergency Management Agency (FEMA) for Disaster Preparedness. REGIONAL SALES MANAGERS Peter Baumann, P E., Vice President & General Manager, Process Group William Moore Regional Manager, West Attended Southern Illinois University. Experience in the wastewater industry in sand filter sales since 1977. Paul Nelson Regional Manager, Southeast B.S. degree in Business and Economics /Elmhurst College, Elmhurst, IL. Experience in wastewater industry since 1978. Bernie Eiswert Regional Manager, Northeast A.A.S. degree in Engineering Technology /Pennsylvania College of Technology, Williamsport, PA. Experience in the wastewater treatment industry since 1987. Thomas Sichz, P.E. Regional Manager, Midwest B.S. degree in Chemical Engineering /Arizona State University- Tempe. Experience in the environmental and engineering industry since 1994. Certified operator in the state of Illinois. Manuel de los Santos SeniorApplication Engineer, international M,S. degree in Sanitary and Environmental Engineering /Universidad de Cantabria, Spain. B.S. degree in Civil Engineering /Universidad Nacional Pedro Henriquez Ureha, Santo Domingo, DR. Experience in wastewater treatment industry in application engineering since 2000. 2 years consulting engineer experience in the construction field. ENGINEERING Peter Baumann, P.E., Vice President & General Manager, Process Group David Cornford Supervisor, Estimating Attended University of Wisconsin. Experience in wastewater industry since 1975 including 10 years at Welles Products Corp. Mark Herbig Supervisor, Contract Engineering Attended Rock Valley College. Experience in the waste- water industry since 1974. Gerald Schneider Electrical Standards Supervisor B.S. degree in Electrical Engineering /University of Wisconsin, Madison, WI. Experience in wastewater treatment industry since 1989. Dave Johnson Senior Electrical Engineer B.S. degree in Electrical Engineering /Milwaukee School of Engineering, Milwaukee, WI. _ a A0_UA- AEP,0BIC SYSTEMS, INC. • Loves Park, IL 61111 815.654,2501 www.aqua aerobic.com . EMPLOYEE PROFILES Mike Hevey Senior Electrical Engineer A.A.S. degree in Electromechanical Technology/ Chippewa Valley Technical College. 16 years electrical controls engineering experience including control system and software validation, and design, development, and implementation of systems incorporating PLC, HMI, SCADA, hardware design, power distribution, and MCC specification. William Brundige Electrical Design Engineer A.A. degree in Mechanical Drafting /Iowa Central Community College. 23 years experience in electrical and pneumatic control systems design and drawing standards. 20 years in the paper industry with Beloit Corporation and experience in the wastewater treatment industry since 2001. Dennis Teeters Electrical Design Engineer Over 26 years of experience in the controls /design field in engineering graphics design. Brian Pass Electrical Design Engineer A.A.S. degree Electrical /Electronic Drafting /Herzing Institute of Technology, Madison, WI. Experience in the wastewater industry since 2000, Vicki Rekemeyer Electrical Engineer A.S. Degree in Electronic Engineering TechnologylScott Community College, Bettendorf, IA. Experience in controls design since 1983- Jeremy Try Electrical Engineer B.S. degree in Electrical Engineering /SIU, Carbondale, IL. A.A.S. degree in Engineering /Rock Valley College, Rockford, IL. Experience in engineering since 1983. Dan Crews Electrical Engineer A.S. degree in Electronic Technology /Rock Valley College, Rockford, IL. Experience in engineering since 1982. Mark Lenox Senior Mechanical Designer A.S. degree in Computer Aided Mechanical Design (CAD)1Rock Valley College, Rockford, IL. Experience in the wastewater industry since 1995. Joseph Massari Senior Mechanical Designer A.A.S. degree in Machine Design Technology /Rock Valley College, Rockford, IL. 20 years as a Design Engineer for Industrial Power Transmission Products, 11 years with Dynacorp Inc and 9 years with Warner Elec- tric Brake & Clutch Co. Jerry Machula Senior Mechanical Designer A.S. degree in Mechanical Design and CAD /Dunwoody Industrial College, Minneapolis, Minnesota. Experience in custom product design for mechanical, electrical, pneumatic, and hydraulic products. Experience in the wastewater industry since 2002- Jeff Byrne Senior Mechanical Designer A.A.S. degree in Mechanical Drafting & Design/ Morrison Institute of Technology, Morrison, IL. Experience in design industry since 1982. Les Zimmerman Senior Mechanical Technician A.S. degree in Mechanical Engineering /Rockford School of Engineering. Experience in wastewater industry since 1983 including design, field service, and research & development. Tim Austin Mechanical Designer A.A.S. degree in Computer Aided Mechanical Design/ Rock Valley College, Rockford, IL. Experience in design engineering since 1997. Beth Bahr Mechanical Designer A.A.S. degree in Mechanical Engineering /Blackhawk Technical College, Janesville, WI. Experience in waste- water treatment indusry since 2001. -_ 10 AQUA- AEROBIC SYSTLMS, INC. • Loves Park, IL 61111 • 815.654.2501 • www.aqua- aerobic.com EMPLOYEE PROFILES Scott Howarth Mechanical Designer A.A.S. degree in Mechanical Drafting/ Morrison Institute of Technology, Morrison, IL. Drafting experience since 2002 Chris Carlson Mechanical Designer A.A.S degree in Engineering Technology- Design and Drafting/ Morrison Institute of Technology, Morrison, IL. Experience in wastewater treatment industry since 2007 Alicia Groen Mechanical Designer A.A.S. degree in Construction Technology /Morrison Institute of Technology, Morrison, IL. Experience in the wastewater industry since 2008. Mike Schmitz Mechanical Engineer B.S. degree in Mechanical Engineering /University of Wisconsin, Milwaukee, WI. Experience in wastewater treatment industry since 2008. Gordy Brown Senior Cost Estimator B.S. in Civil Engineering /Southern Illinois University. 6 years civil construction and mechanical design at various other companies before coming to Aqua- Aerobic Skills in PLC's, AutoCAD, and RVC, Dean Livingston Cost Estimator A.S. degree in Mechanical Engineering /Rock Valley College, Rockford, IL. Experience in machine tool, automation and filtration equipment design and construction since 1974. Scott Tripp Cost Estimator Experience in engineering since 1989; wastewater treatment industry since 1995. PROJECT MANAGEMENT Kevin Heasley, Director of Project Management Dan Durdan Project Manager A.A.S in Mechanical Engineering /IL Valley Community College, Oglesby, IL. Experience in Project Management since 2006. Tom Fenton Project Manager A.A.S. in Civil Engineering /Williamsport College, Williamsport, PA. Over 15 years experience in Project Management including accounting, field service, and manufacturing. Equipment and Services Group William Decker, Vice President & General Manager, Equipment and Services Group Kent Drews Customer Service Manager B.S. in Electronic Technology /Northern Illinois University. Experience in project engineering since 1977 and customer service since 1986. Paul Klebs Aftermarket Sales Manager B.S. degree in Chemistry/University of Wisconsin - Madison, Wl. Graduate coursework in Environmental Studies /University of Wisconsin -Green Bay. Certified operator in the state of Wisconsin. Experience in the wastewater treatment industry since 1992. Terry Johnson, P.E. Product Manager, Rotating Products B.S. degree in Chemical Engineering /Iowa State University. Experience in the application and sales of floating surface aerators, direct -drive mixers, and spray coolers since 1987. 15 years at Aqua- Aerobic Systems including positions of Process Design Manager, R &D Manager, Senior Process Engineer and Process Engineer. 10 years at Siemens Industry as Product Manager and Industrial Sales Manager. James Knight Rotating Products Senior Engineer A.A.S. degree in Mechanical Design /Southeastern Iowa Community College, West Burlington, IA. Experience in design field since 1970; wastewater treatment since 1975. 11 AQUA- AEROBIC SYSTEMS, INC. • Loves Park, IL 61111 • 815.654.2501 • www.aqua- aerobic.com EMPLOYEE PROFILES Michael Bukowski Customer Service Specialist A.S. degree in Electronic Technology /North Central Technical College. 30 years industrial experience in the areas of electrical and mechanical troubleshooting and equipment maintenance. Jeff Woodard Customer Service Process Specialist Experience in wastewater treatment industry since 1983; project management, equipment installation, start-up, troubleshooting and operator training. James Howell Field Service Specialist A.A.S. degree in Mechanical Engineering /Ohio State University, Columbus, OH. Experience in engineering since 2004. Curt Larson Field Service Specialist Experience in wastewater treatment since 2003. Tom Mowery Field Service Specialist Experience in wastewater treatment since 1996. Roger Anderson Senior Field Service Specialist 15 years of experience in the design, manufacture, installation and commissioning of control systems for the paper industry on a project level. Includes interface with customers, vendors, manufacturing, sales support and installation contractors. Doug See Senior Field Service Specialist Hands -on experience in operation and maintenance of WWTPs since 1978, including Nitrogen and Phosphorus removal. Attended Edinboro University /Edinboro, PA. Pennsylvania and Maryland Operator Certification, Class 5 wastewater, Class 6 Industrial wastewater and Class 4 water operations. Technical training by Allen - Bradley for PLC 5 processors. Classes in environmental training, including pumps, motors and controls as sponsored by the Maryland Center for Environmental Training. Jim Kellogg Senior Field Service Specialist Experience in the wastewater industry since 1972, including 7 years experience as a field service representative with experience as an in -house technical advisor. Erection, start-up, troubleshooting and operator training for aerators, mixers, filters, diffused air systems, pumps, valves and control systems. Tom Miller Field Service Specialist Wastewater operations license from Morraine Valley Technical Institute. Experienced in equipment installa- tion, start-up, troubleshooting and operator training. Experience in wastewater treatment since 1973. Tyrone Pratt Field Service Specialist B,S, degree in Marketing from Southern Illinois University, Carbondale, IL. Over 20 years of experience as a Field Service Representative / Journeyman Electrician for industrial, commercial, and residential. 12 AQUA- AEROBIC SYSTEMS, INC, • Loves Park, IL 61111 • 815.654.2501 • www.aqua- aerobic.com AQUA-AEROBIC SYSTEMS, INC. 0388N. Alpine Rd. Loves Park. |L 61111'7655 p815.664.2501 1816.654.2508 www.aqua'aenobic.nonn solutions @nqua-neroUio.00m 2012 Aqua-Aerobic Systems, Inc. BuUehn#110 3113 AO.UA -- AEROBIC SYSTEMS, INC, Partnering for Solutions Officers of A qua- Aer obic Systems, Inc. Years of Service John D. Brubaker(1) 49 years Chairman of the Board Robert J. Wimmer(1) 15 years President & CEO Peter G. Baumann, P.E. 14 years Vice President & General Manager, Process Group Bill Decker 3 years { VP & General Manager, Equipment & Services Group Jay A. Baker, C.P.A. 19 years Vice President, Finance Lloyd W. Johnson, MPD, P.E. 24 years Vice President, Research & Development Christopher V. Korab, SPHR 11 years Vice President, Human Resources Rick Reiland 14 years Vice President, Operations Footnote (1): Person is a holder of 10% or more stock in the Corp. I March 2013 Aeration & Mixing Biological Processes Filtration Membranes Process Control & Monitoring After market Parts & Services 6306 N. Alpine Rd. Loves Park, IL 6111 1 -7655 p 815,654.2501 f 815.654,2508 www.aqua- aerobic.com Equipment List: 131292 TO: City of Ocoee, Finance Dept/Purchasing 150 N. Lakeshore Dr. Ocoee Florida 34761 -2268 USA ATN: Joyce Tolbert, CPPB, Purchasing Agent CC: Envirosales, Inc. / ph #: 8631314- 0616 / fx #: N/A Sam Gutridge PROJECT: OCOEE WWTP BID DATE: April 2, 2013 DATE: March 28, 2013 Underdrain Installation Component(s) consisting of: - 280 HDPE Poly Porous Plate, 39.5" x 8" x.75" nominal - 134 Retaining angle(s). - 1 Pneumatic caulking gun. - 792 Tube(s) of sealant. - 22.5 tons 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 8100 -89). 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. - 12 Cell Divider Caps of 304SS. - 1 wear starter strip. - 6 Wear strip(s). 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 with 112 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 feet flexible hose. - 12 Stainless steel hose clamps. Control Panel Assembly(ies) consisting of: - 1 NEMA 4X 304 stainless steel enclosure. - 1 Counter - 2 Time Delays - 1 selector switch. - 2 Indicating pilot light(s). - 1 transformer - 1 Fuse - 1 starter - 1 UL label. - 1 level sensing electrode holder. 5 Level sensing electrode rods. Bridge Rail Installation Component(s) consisting of: 6306 N. Alpine Rd. Loves Park, IL 61111-7655 p 815.654,2501 f 815.654.2508 www,aqua- aerobic.com Copyright 2013, Aqua- Aerobic Systems, Inc Printed: March 21, 2013 Page 1 of 2 AU_UA - /iCtA,IJD1k_ ,3 I J t LIVID, S INk— Pilfmcliny fog Soluliuns DATE: March 28, 2013 Equipment List: 131292 AQUA- AEROBIC SYSTEMS, INC. - 24 Stainless steel rail cap(s). Washwater Trough Installation component(s) consisting of: - 3 Washwater trough sectlons. - 6 Stainless steel Washwater trough bracket(s). - 1 pump synchronizing weir plate. - 1 washwater trough end plate. - 24 Tube(s) of sealant. Supervision /Freight Supervison /Freight Domestic 1 Supervision Services and Freight Package(s) will be provided as follows: - FREIGHT TO JOBSITE 6306 N. Alpine Rd. Loves Park, IL 61111 -7655 p 815.654.7501 f 815.654.2508 www.aqua - aerobic.com Copyright 2013, Aqua- Aeroblc Systems, Inc Printed: March 21, 2013 Page 2 of 2 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 I Filtration Membranes Process Control & Monitoring Aftermarket Parts & Services 6306 N. Alpine Rd. Loves Park, IL 61 1 1 1 -7655 p 815.654.2501 f 815.654.2508 www.aqua- aerobic.com J AI_UA- ALKU01k— JY31 CIVLJ, Lull.. Partuerijig lui SQIdtIel]S 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 Filters) 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.corn AU_UR—NtKVDIt, J T J 1 C1VI3, 1 tVt.. r Pal lI elIng Iof Soluhow" GIORGIO FOODS, TEMPLE, PA Project ID: 103337B 1161 Park Rd. Blandon Pennsylvania 19510 USA 6101926 -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 I Filtration Membranes Process Control & Monitoring Aftermarket Parts & Services 6306 N. Alpine Rd. Loves Park, 11-61111-7655 p815.65/1_2501 f 815.654,2508 www.aqua- aerobic.com 1 f AI_,�UA JTJ 1 LIVtJ, 11NL,. x Paitneiilly ici SoiuIlolls INDIAN RIVER COUNTY Project ID: 103925A 2500 6th Ave. S.W. Vero Beach Florida 12444 USA 7721770 -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) r Amount of Contract: $99,000 Role: Subcontractor Project Manager: Tom Fenton Email: TEtter @irc.gov Aeration & Mixing I Biological Processes Filtration I Membranes I Process Control & Monitoring Aftermarket Parts & Services 6306 N. Alpine Rd, Loves Park, IL 61111-7655 p 815.654.2501 f 81 5.654.2508 www.aqua- aerobic.com A(_UA -A KUtS )YJ I L1V13, IINk— z PaiU�e�iny loi Salriliuns 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) l Amount of Contract: $76,190 Role: Subcontractor Project Manager: Tom Fenton Email: CBrown1014 @yahoo.com 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 AQUA- ALIKUIi1U - 3 Y3 1 LIVI3, 1IN%_.. PaIt1,eiing IoI Solnlioriti MANATEE COUNTY PUBLIC UTILITY Project ID: 102724 5101 65th Street, West Bradenton Florida 34210 USA 941/792 -8788 (plant) Tom Birk, Chief Operator Start-Up Date: January, 1987 Waste Characteristics: Domestic Avg. Daily Flow: 8.29 MGD Treatment Objective: TSS 1 Tertiary Filter(s) 1 ABF Concrete Filter(s) Amount of Contract: $290,000 Role: Subcontractor Project Manager: Tom Fenton Email: Tom.Birk@mymanatee.org Aeration & Mixing I 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 _(4 AU.0 A- A L KU D I k.- JT31 EIV1J, 11-4 V Pailnei1ng loi Snliilions 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 / 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 I Biological Processes Filtration Membranes Process Control & Monitoring Aftermarket Parts & Services 6306 N. Alpine Rd. Loves Park, IL 6111 1 -7655 p 815.654.2501 f 815.654.2508 www aqua- aerobic.com AQUA - A L', KU tS I I. J Y 3 1 C IV 13 , I P-0— Pailnetlnq lot Soliillons 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) 2 ABF Concrete Filter(s) Contract Amount: $92,777 Role: Subcontractor Project Manager: Tom Fenton Email: Palazzolo ) @cityofnewportrichey.org Aeration & Mixing Biological Processes I Filtration II 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-ALKUlJK_ JYJ t tMJ, Itvk.- Pa[tne inq lui so'rilinn, 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 @ocalafl.org Aeration & Mixing Biological Processes Filtration Membranes Process Control & Monitoring After narket Parts & Services 6306 N. Alpine Rd. Loves Park, IL 61111-7655 p 815.654.2501 f 815,654.2508 www.aqua- aerobic.com 10. AUUA-ALKU01l. J Y3 I LIVID, t_lvt . Paiii+eiiny lai Sn'ulions RANTOUL WWTP Project ID: 112184A 1625 East Grove Road Rantoul Illinois 61866 USA 2171841 -7896 Steve Post Start -Up Date: May, 2012 Waste Characteristics: Domestic Avg. Daily Flow: 8.66 MGD Treatment Objective: TSS 1 Tertiary Filter(s) 1 ABF Concrete Filter(s) Amount of Contract: $151,993 Role: Prime Contractor Project Manager: Tom Fenton Email: SPost@village.rantoul.il -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 AQUA- ALKUBI )YJ 1 LM,), HN% R Paiiiieiing lul Sululiuns ST. PETERSBURG WWTP Project ID: 101695A 601 8TH AVE, SOUTHEAST WRF ST. PETERSBURG Florida 33701 USA 7271892 -5637 FRANK NILES Start -Up Date: January, 1995 Waste Characteristics: Domestic Avg. Daily Flow: 5.06 MGD Treatment Objective: TSS / NTU 1 Tertiary Filter(s) 1 ABF Concrete Filter(s) Contract Amount: $205,531 Role: Subcontractor Project Manager: Tom Fenton Email: Frank.Nilesgstpete.org Aeration & Mixing Biological Processes Filtration Membranes Process Control & Monitoring I Aftermarket Parts & Services 6306 N. Alpine Rd. Loves Park, IL 61111-7655 p 815.654.2501 f 815.654.2508 www.aclua- aerobic.com A ALKUbit- JY,) I Lm'), P�iilueiing lui sulIli1011,C 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 615.654.2508 www.aqua- aerobic.com l NI_UN-NCKUDI%— 31'31 CIVI3, L1V \-. NJhw[inq Im Snli low; • N WTS NATIONAL WAFER TREATMENT SERVICES Recent references for underdrain installations and filter rehabs. Holmes Harbor, WA Mark Dumke 360 -661 -4944 Rebuilt 1 ABW filter and removed and installed media Work performed in 2011, acting as sub contractor to Aqua- Aerobic Systems. Rantoul, IL Steve Post 217 -841 -7896 Rebuilt 1 ABW filter with 1 this year to follow also installed media Work performed in 2012, acting as subcontractor to Aqua- Aerobic Systems. Sand Lake Road Facility in Orlando, FL John Haak 407- 254 -7726 Rebuilt 3 ABW filters with possible future ones, installed media Work performed in 2011, acting as prime contractor. Carol Stream, IL Mike Idzior— CH2MHi11 630 - 653 -5499 Rebuilt 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 • N WTS NATIONAL WATER TREATMENT SERVICES Blue Scope North Star Steel Tony Grant PH- 419 - 906 -7288 Delta, Ohio Rebuilt 1 ABW Filter installed media Work performed in 2012, acting as prime contractor, with equipment supplied separately by Aqua- Aerobic Systems. Giorgio Foods Alan Liszewski Temple, PA PH – 610 - 926 -2139 Rebuilt 1 ABW Filter, 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 Printed On: 2012 -05 -29 al 08:48:27 By Beth Bahr AquaABF Automatic Backwash Filter RECOMMENDED DEMOLITION PROCEDURES AND UNDERDR.AIN 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 EP -10078 AquaABF Demo & Underdrain Ins( I of 14 Copyright © 2008 Aqua - Aerobic Systems, ble. 2008 -05 -12 Prnled Gm 2012 -05 -29 al 08:48:27 By Beth Bahr INSTALLATION DRAWINGS 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! Q _C - -- 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 2 of 14 Copyright © 2008 Aqua - Aerobic Systems, Inc. 2008 -05 -12 Printed On 2012 -05 -29 at 08,48 By Beth Bahr 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 contanunants 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. Q CAUTION Care must be taken when removing the porous plates, so the existing integral porous plate su le of the headers i not destroyed durin 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 he 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 fiberglass materials that also has good immersion capabilities. All pockets or cavities must be EP -10078 AquaABF Demo & Underdrain Inst 3 of 14 Copyright © 2008 Aqua- Aerobic Systems, Inc. 2008 -05 -12 Printed On 2012-()5-29a[06:48:27 By Belh Bahr 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. Some type of support ledge or the support angles described above will be required to be installed between the cell dividers for +rI oi)erl sealing and su orHn ►the oroa+s Iates. 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 undcrdrain installation drawings for angle an hole orientation, required for attaclunent 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 1 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 lnst 4 of 14 Copyright © 2008 Aqua- - Aerobic Systems, Inc. 2008 -05 -12 Printed On: 2012 -05 -29 at 08:48.27 By Beth Bahr 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. FP -10078 AquaABF Demo & Underdrain Inst 5 of 14 Copyright © 2008 Aqua - Aerobic Systems, Inc. 2008 -05 -12 Printed On: 2012.05 -29 at 08:48:27 By Beth Bahr 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 tixturing 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 case 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 mariner. Aqua- Aerobic Systems, Inc. will furnish a pneumatic caulking gun, including a loft. 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 _ op rt w 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 6 of 14 Copyright © 2008 Aqua - Aerobic Systems, Inc. 2008 -05 -12 Printed On: 2012 -05.29 W 08:48:27 By Beth Bahr EQUIPMENT REQUIRED (BY OTHERS) TO INSTALL POROUS PLATES: 1). Acetone or ME K (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 Q 015 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,) lam" 1/16 "• 118" GAP SEALANT MUST aE COMPRESSED rOR A GOOD SEAL. HEADER SUPPORT FIGURE 15 EP -10078 AquaABF Demo & Underdrain Inst 7 of 14 { Copyright © 2008 Aqua- Aerobic Systems, Inc. 2008 -05 -12 Printed On. 2012-05-29a[08:48:28 By Beth Bahr 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. FIGURE 16 Note: This dry fit should be perfornied 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 O 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 c artridge unti t tas ks 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. -l02" - /SEALANT HEAD CELL DIVIDER SUPPORT LEDGE FIGURE 17 EP -10078 AquaABF Demo & Underdrain Inst 8 of 14 Copyright © 2008 Aqua- Aerobie Systems, Inc. 2008 -05 -12 Printed On: 2012 -05 -29 at 08 By Beth Bahr Place first plate securely on support ledge leaving a 1/16 " -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. 05116" BEAD STEP - 1 MER>tlML EDGES OF INSTALL NEXT PLATE 112" BOTTOM BEAD WITH 118" GAP FRMCENT PLATE AS SHOWN. STEP -2 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 oil 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 - 114 "__ VERTICAL EDGES /// 112" BEA 112" BOTTOM BEAD E FFLUENT WALL EP -10078 AquaABF Demo & Underdrain lnst 9 of 14 Copyright © 2008 Aqua - Aerobic Systems, Inc. 2008 -05 -12 Printed On: 2012 -05 -29 at 08:48:28 By Beth Bahr FIGURE 19 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. GAP MUST BE COMPLETELY 114" FILLED WITH SEALANT. SEALANT POROUS BEAD PLATT 112" MIN. CELL DIVIDER SUPPORT LEDGE N SEALED UNDERDRAIN SYSTEM MUST BE ALLOWED A MINIMUM ODAYS 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. EP -10078 AquaABI Demo & Underdrain Tnst 10 of 14 Copyright © 2008 Aqua - Aerobic Systems, Inc. 2008 -05 -12 Printed on: 2012.05 -29 at 08;48:29 By Beth Bahr SEALANT BEAD HEADER SUPPORTLEDGE FIGURE 21 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 / POROUS PLATE 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 4760) 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. EP -10078 AquaABF Demo & Underdrain Inst l 1 of 14 Copyright 0 2008 Aqua- Aerobic Systems, luc, 2008 -05 -12 Printed On: 2012 -05 -29 a108;48:31 By Beth Bahr seal is required to p leakage of filter media from top side of porous Plates- 0 CAUTION Again under no circumstances can anyone take a break from assembly or installing the retaining angles. If the upper Yz" 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 12 of 14 Copyright © 2008 Aqua - Aerobic Systems, Inc. 2008 -05 -12 Printed Orr 2012 -05 -29 at 08:48:31 By Beth Bahr L 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 ta ken. _ 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 instnletions. 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 stricture 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 aligrunent 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 1/8 "- 3/16" gap between them, and must seat tight against the face of the effluent headers / wall at all points for EP -10078 AduaABF Demo & Underdrain Inst 13 of 14 Copyright © 2008 Aqua- Aerobic Systems, Inc. 2008 -05 -12 Printed On, 2012 -05 -29 at 0B:48:31 By Beth Bahr 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 a nd installed by installing contractor If the existing wear strip anebors 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 attachinent of the wear strips. FOR MEDIA INSTALLATION PLEASE REFER TO ENGINEERING STANDARD DOCUMENT "ES- 1102" TITLED ABF SILICA SAND MEDIA INSTALLATION PROCEDURES, TO C OMPLETE YOUR INSTALLATION. EP -10078 AquaABF Demo & Underdrain Inst 14 of 14 Copyright © 2008 Aqua - Aerobic Systems, Inc. 2008 -05 -12 AquaABF Automatic Backwash Filter HDPE POROUS PLATE CAULKING PROCEDURES TO SUPPLEMENT PRE - CONSTRUCTION CONFERENCE CONDUCTED BY AN AQUA - AEROBIC SYSTEMS REPRESENTATIVE 8 INCH CELL SPACING, SINGLE MEDIA PLASTIC HDPE POROUS PLATES ! NOTE: REFER TO ALL INSTALLATION DRAWINGS FOR ALL CONSTRUCTION DIMENSIONS. EP -10242 AquaABF HDPE Porous Plate Caulking Proc.doc 1 of 6 Copyright © 2009 Aqua - Aerobic Systems, Inc. 2009 -04 -06 POROUS PLATE CAULKING PROCEDURES: After underdrain system has been installed, porous plates can be installed in the following manner. Aqua- Aerobic Systems, Inc. will furnish a pneumatic caulking gun, including a l Oft. hose assembly for use with the 20 oz silkaflex polyurethane uni -pac Sausage sealant packs. This pneumatic caulking gun requires an operating pressure is 50 PSI. * CAUTION: Before installation of any porous plates each entire cell chamber must be thoroughly cleaned and wiped down with acetone or mek. Any and all debris, dust, mold release film, must be removed from the ledges of the cell dividers and headers. Excess dust can be blown through effluent port with an air hose. r '. CAUTION: 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. r NOTICE: Sheets of plywood 1/2" or 3/4" thick x 2 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 EQUIPMENT REQUIRED (BY OTHERS) TO INSTALL POROUS PLATES: 1). Acetone or MEK (for cleaning FRP parts). 2). Metal or plastic buckets 3). Rags: This is a messy job. A large quantity of rags is necessary. 4). Air compressor, with regulator (40 -60) psi air pressure is required to operate the caulking gun). 5). Air hose, (additional 50 ft. of hose is recommended, 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. (3/8" air ratchet and 7/16" deep well socket.) 8). A 9/16" open end wrench for tightening spacer rods. 9). A minimum for four sheets of plywood 48" x 96" x 1/2" thick. EP -10242 AquaABF HDPE Porous Plate Caulking Proc.doc 2 of 8 Copyright C) 2009 Aqua - Aerobic Systems, Inc. 2009 -04 -06 B. A 24 hour period with weather conditions of 40°1± or greater is required for proper porous plate installation. C. HDPE 1015 Porous Plate C -1 Prepare the correct supply of first plates to be installed in a few cells by using a circular saw and cut the tab off on Wangle as shown in Figure 1. Be sure that the angle is cut with the tab on the opposite end as shown in Figure 1 for the proper orientation. t CAUTION: Do not walk on top of the cell dividers without first laying down sheets if plywood. is• GAP SEALANT MUST BE COMPRESSED FOR A GOOD SEAL, HEADER SUPPORT JFQQF FIGURE 1 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, with a 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 for the last porous plate, 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. EP -10242 AquaABF HDPE Porous Plate Caulking Proc.doc 3 of 8 Copyright © 2009 Aqua- Aerobic Systems, Inc. 2009 -04 -06 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. HGURE Z 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 silkaflex polyurethane sealant onto the support ledge or opened an adhesive cartridge until the tasks has been completed. C -2. Starting from the influent end, using the air operated caulking gun, apply a 1/2" bead of sealant (supplied) on three (3) sides of the support ledge as shown in Figure 3. SEALANT BEAD CELL DIVIDER SUPPORT LEDGE FIGURE 3 t NOTICE: Lay 2 sheets o plywood end to end across width of basin next ro adjacent cell to be installed with porous plates. Place first plate securely on support ledge leaving a 1/16 " -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 Figure 4 - Step 1. EP -10242 AquaABF HDPF Porous Plate Caulking Proc.doc 4 of 8 Copyright © 2009 Aqua- Aerobic Systems, Inc. 2009 -04 -06 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 116" SHOWN, STEP -2 FIGURE 4 NOTE: Apply Finn 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 Figure 4 - Step 2. To avoid damage to porous plates, DO NOT FORCE INTO PLACE. The 1/8" gap MUST be maintained. A small amount of sealant should squeeze from between plates, fonning 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 Figure 4 -- 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 Figure 5. 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' Q � FAD 112" BOTTOM BEAD EFFLUENT WALL FIGURE 5 EP -10242 AquaABF HDPE Porous Plate Caulking Proc.doc 5 of 8 Copyright © 2009 Aqua- Aerobic Systems, Inc. 2009 -04 -06 C -S. After the plates are installed in the cell, apply a bead of sealant around the top perimeter of plates filling the side gaps with sufficient quantity as shown in Figure 6. GAP MUST BE COMPLETELY PILLED WITH SEALANT. SEALANT POROUS BEAD PLATE J_ V 112" MIN, All CELL DIVIDER SUPPORTLEDGE Ei" 1 N O_ SEALED UNDERDRAIN SYSTEM MUST BE ALLOWED A MINIMUM OF 7 DAYS CURING TIME PRIOR TO INSTALLING FILTER MEDIA- UJUUKE 6 Both ends of each cell must be sealed as shown in Figure 7 to prevent any possibility of leakage. SEALANT BEAD HEADER SUPPORTLEOGE FIGURE 7 C -6. Clean and wipe down all retaining angles with acetone or mek, as described above, and press into corner fornund 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. EP -10242 AquaABF RDPE Porous Plate Caulking Proc.doc 6 of 8 Copyright © 2009 Aqua- Aerobic Systems, Inc. 2009 -04 -06 1/4" FASTENERS RETAINING ANGLE (FRP) SEALANT BEAD POROUS PLATE 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 dividers. Leave an empty hole between each rod which will be used in the next cell. Adjust backing nuts to hold cell dividers at 8" center to center. Completely install porous plates and spacer rods down the length of filter bed to finish installation, moving plywood deck sheets as required. NOTICE: A good seal is required to prevent leakage of filter media from top side of porous plates. Aqua - Aerobic Systems, Inc. will not assume responsibility for failure of plate seals. It is very important that the installing workmen use caution during and after installation to assure a scaled underdrain. CAUTION: Once a cell has been started it must be completely finished with retaining angles and space rods bolted and secured in place prior to work stoppage for longer than 30 minutes. CAUTION: Again under no circumstances can anyone take a break from assembly or installing the retaining angles. If the upper 1/2" 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 -10242 AquaABF HDPE Porous Plate Caulking Proc,doc 7 of 8 Copyright C 2009 Aqua - Aerobic Systems, Inc. 2009 -04 -06 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- shiinking 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 priuued only and will require a field applied finish coating. EP -10227 AquaABF Rail Instl.doc 1 of I Copyright © 2008 Aqua- Aerobic Systems, Inc. 2009 -01 -29 Agl<taABF 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. 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. 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. 2008 -05 -08 EP -10076 AquaABF :Media Installation.doc 1 of 3 AquaABF Automatic Backwash Filter MEDIA INSTALLATION PROCEDURES When the super sack is suspended, the loops must be vertical, without arty twists or knots. R„htina Super Sacks: To right a super sack that has toppled on its side, and 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 roust 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 maxinrurn 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 fitter, the media wilt compact slightly and some tines will be removed during the backwash process. The excess media must be retained to top off the cell dividers following commissioning. Individual One Cubic hoot 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. 2008 -05 -08 EP -10076 AquaABF Media Installation.doc 2 of 3 AquaABF Automatic Backwash Filter MEDIA INSTALLATION PROCEDURES Emptvine 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, 'WK" N ' 7 Neverstand under a super`siicltdtt in�d�scllar�c` °� � ,rY I 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 tin-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. 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. 2008 -05 -08 EP -10076 AquaABF Media Installation.doc 3 of 3 AquaABF" Automatic Backwash Filter Light Test Procedures This document is provided as a guide for the field service and plant construction personnel in preparing [lie 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 scaling /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. 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. Le.: 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 Band, a standard battery powered flood light with mitiimum 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 conunercially 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.doe 1 of I Copyright © 2008 Aqua - Aerobic Systems, Inc. 2008 -05 -08 AQUA- AEROBIC SYSTEMS, INC. Aq uaA F AUTOMATIC BACKWASH FILTER AquaABF (9) 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 reliabitity 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 6, 9, 12,5, and 16 ft. (1.8, 2.7, 3.8 and 4.9 m), offering site adaptability and cost efficiency. Four AquaAS" concrete filters installed as part of this plant's upgrade to meet required effluent TSS and phosphorus levels. AquaABF package filters are available in a variety of sizes, ranging from 4 ft. x 8 ft. (1,2 m x 2.4 m) to 9 ft. x 40 ft. (27 m x 12.2m), and are available in both painted steel and stainless steel. AquaABF® package filters are ideal for both municipal and industrial water or wastewater treatment applications. AquaABF Operation 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 I� t I S - Polypropylene Wear Strip F Backwash Pump 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 :t Providing TOTAL Water Management Solutions Visit our website at www.aqua- aerobic.com to learn more about the AquaABF° Automatic Backwash Filter and our complete line of products and services: Aeration & Mixing Biological Processes Filtration Membranes Controls & Monitoring Systems Aftermarket Products and Services i AQUA- AEROBIC SYSTEMS, INC. 6306 N. Alpine Rd Loves Park, IL 61111 -7655 p 815.654.2501 1815.654.2508 www.aqua- aerobic.com solutions @aqua- aerobic.com The inlurmaliun canlained Weld relative to data, dimensions and recommendal'tons as lc size, Iwwer and asse may are for purpose of estimation only. These values should not be assumed to ue universally applca1Ne to speaAC deslgn problems. Particular designs, instarlatlms and plants may call for speMC reclikeiviews. Consult Aqua Aembc systems, Inc. for exact recommendations or specdic needs Patents Apply. 0 2012 Aqua - Aerobic Systems, Inc. Bulletin #751C 6112 / 2( } 3 { � � ) /- c3 � q + ) �K H to .� � \� in < \ �- %� o ; } \ �} \§ : � \ � § §/ E z Lq § Cl) § ( )° { e e e ! ) {§\ � ! � §r \� \ ..I�lIG f i | � ! z � \ � \ ; \ � p z ~\ }\ Z { 6! in ® E§ . < /gym { Lu )�/ § .i . 't � _} §\ \Z ) � s I � m k ƒ §§ S c \ \� z §� § G $\ e bj w [ 2 § < $ \ z �° / ( [ r [ )/ /§ jk I- / ) L �\ c m 2 I. LU §% - R/ mm \ w C f� R. \ F ul z ° ® § b \ \ \ /\ }} \\ $= i m 2 % 7 2 �. zt m u w / z or ] a \ \® \ § o }\ [$ e< 3 / w } / / < j f j ( § ± } / ) \ { ( \ \ \ \ \ ) ) \ 5» z $ =z e- =< u= w- e E af o o z e o k� a ƒ )( z } \ \ � E $ 0 @ o / . Of ® I .. §3 Ii )§ \§ 2 I \§u \ a >a e� CD o u l - w m�po m o }\ \j § } �((< j \ 6\ 2 a£ W\ / zw a n » e in < \ �- %� o ; } \ �} \§ : � \ � § §/ E z Lq § Cl) § ( )° { e e e ! ) {§\ � ! � §r \� \ ..I�lIG f i | � ! z � \ � \ ; \ � p z ~\ }\ Z { 6! in ® E§ . < /gym { Lu )�/ § .i . 't Sealant Part # 2612001 Sikaflex 1a, White, 20 oz Description• . Sikaflex -la is premium - grade, high- performance, moisture- cured, (- component, polyurethane- based, non -sag elastomeric sealant / adhesive. Meets Federal specification 77- S- 00230C, Type I1, Class A. Meets ASTM C -920, Type S, Grade NS, Class 35, use T, NT, O, M, G, I; Canadian standard CAN /CGSB 19.13 -M87. NSF certified to NSF /ANSI standard 61 for potable water. Packaging: Disposable uni -pac sausages, 20 fl. oz., 20 /carton. Specifications: • Typical Data: (Material and curing conditions @ 73 °F (23 °C) and 50% R.IL) • Shelf Life: 20 fl. oz. uni -pac sausages 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: 20 fl. oz. uni -pac sausage seals 24 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. 2013 -03 -14 2612001 Sealant.doc 1 of I Filtration Media, Granular Sand Part #2602799 Silica Sand Media Characteristics: F,ffectivc Size 1 0.55 - 0.65 nun Complying to Specifications Uniformity Coefficient AWWA 13100 -89, Sections 1, 2.2 and 5, 85% min. Silica Dioxide (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 lb. plastic super sacks, shipped individually. CAUTION: It is vital that the media installation instructions and procedures detailed on the underdrain installation drawings be reviewed prior to selecting the appropria to 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. 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- Acrobic 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. 2010 -03 -17 2602799 Filtration Granular Sand Media. 5 5-.65mm.doe 1 of I M_ S. Scott Vandergrift Citv M tna Robert Frank ��� C of Goo(j I i t1j1 �✓ "" a a Flotilla CITY OF OCOEE Commissioners Gary Hood, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel Keller, District 4 PLANT SOUTH FILTER BAY REHABILITATION PROJECT City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194• Www.ocoee.org TABLE OF CONTENTS BID #1313 -05 OCOEE WASTEWATER TREATMENT PLANT SOUTH FILTER BAY REHABILITATION PROJECT BID DOCUMENTS Section Pa $!e Legal Advertisement 3 Invitation to Bid General Terms & Conditions List of Subcontractors *, P. 19 Equipment Listing *, p. 19 References /Experience *, p. 20 Summary ofLiligation *, p. 20 Acknowledgement of'Addenda *, p.21 Exceptions *, p. 21 Questionnaire *, pp. 22 -2=1 SCOPE OF WORK, TECHNICAL SPECIFICATIONS, AND BID FORM 4 -7 8 -24 Section Pa 2e Exhibit A — Scope of Work/Technical Specifications 25 -30 Exhibit B — Bid Form* Exhibit C — Bid Bond Form Exhibit D — Payment Application Form 31 32 -38 39 -40 Exhibit E — Company Information and Signature Sheet* 41 Exhibit F — Proposed Contract for Construction 42 -48 Exhibit G — Record Drawings 1 -7; Asbuilt Filter and Electrical, (also available as a pdf file on Demandstar) 49 *Submit document with Bid End Table of Contents B13 -05 WWTP South 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: Bid #1313 -05 Ocoee Waste Water Treatment Plant South Filter Bay Rehabilitation Project. Bids will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance Department /Purchasing, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on April 2, 2013. 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. No Pre -bid conference is scheduled at this time. Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia /Demandstar by accessing the City's website at http: / /www.ocoee.org under Finance Department /Purchasing. Partial sets of the documents required for submitting a bid will not be issued. By using Onvia /Demandstar, prospective bidders will be provided with all addendums and changes to the project requirements. Membership with Onvia /Demandstar is not required to submit a bid; fees may apply for non - members. Persons other than prospective bidders 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. Beth Eikenberry, City Clerk, March 10, 2013. B13 -05 WWTP South Filter Bay Rehabilitation Project 3 CITY OF OCOEE INVITATION TO BID #1313 -05 OCOEE WASTEWATER TREATMENT PLANT SOUTH FILTER BAY REHABILITATION PROJECT INTENT: Sealed bids for Bid #13 13 -05 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 Ocoee Wastewater Treatment Plant South 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 initiated and dated by the person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be property 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 writin to the Finance Department /Purchasing, City of Ocoee, FL, Attention: Joyce Tolbert, CPPB, Purchasing Agent (407) 905 -3100, extension 1516, fax (407)905 -3194, or email preferred jtolbcrt4i'ci.0c0ee.11.us , and must be received not later than 2:00 P.M. on March 21, 2013. 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 April 2, 2013. 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: Joyce Tolbert, CPPB, Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 34761 -2258 B13 -05 WWTP South 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. No Pre -bid Conference has been scheduled for this project. 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 Onvia/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 addendurn 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. B13-05 W WTP South Filter Bay Rehabilitation Project 5 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 bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a 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 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 s. 287.133(2)(a), Florida Statutes.] K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 1 19, 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. 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 B 13 -05 W WTP South Filter Bay Rehabilitation Project 6 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 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, 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.) B13 -05 WWTP South Filter Bay Rehabilitation Project 7 GENERAL TERMS & CONDITIONS• BID SECURITY: a) Each proposal must be accompanied by a Cashier's /Certified 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 or company check will not be accepted as Bid Security. The cashier's check or Bid Bond 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 that Cashier's /Certified 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 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 91" day after bid opening, whichever is earlier. The remaining 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: (Not Required Unless 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 B13 -05 WWTP South Filter Bay Rehabilitation Project 8 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 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 indernnify 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. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Sheet attached. 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 Bidder shall supply a price with their proposal that includes the cost of the equipment defined in the technical section of this specification, as well as the removal of the existing equipment and the installation of the new equipment. Note that the City shall be responsible for the costs related to the disposal of the existing media, porous plates and related underdrain material. 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 1313 -05 WWTP South Filter Bay Rehabilitation Project 9 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 any 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. In submitting a bid, the Bidder represents: a) 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 that 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 any 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 in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at the destination, or from the date correct invoice is received B13 -05 WWTP South Filter Bay Rehabilitation Project 10 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: a) A Bidder shall file a written bid protest under this Article or be barred any relief, oral protests shall not be acknowledged. b) 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. c) 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. B13 -05 WWTP South Filter Bay Rehabilitation Project d) The bid protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. e) The Purchasing Agent, on behalf of the Owner, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If Owner denies the protest, Owner 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 percent (10 %) retainage until the job is fifty percent (50 %) complete. Subsequent to the fifty percent (50 %) completion milestone, Owner shall reduce retainage withheld on each payment application to five percent (5 %). 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 (25`) business day after the date on which the properly submitted Application for Payment is initially received by the Owner. All applications for payment must be submitted using the form provided by the City of Ocoee and will require the notarized signature of the Contractor. 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 Florida Sales & Use Tax Exemption Certificate No. 85- 8013779974C-0. Pursuant to Chapter 212, Florida Statutes, the City is exempt from federal excise, state, and local sales taxes. 12. CONTRACT: a) The successful Bidder, hereinafter referred to as "Contractor," will be required to enter into a contract with the City; the proposed contract is attached as Exhibit G. Construction time will be thirty (30) days from the Notice to Proceed for substantial completion and sixty (60) days from the Notice to Proceed for final completion. b) 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. B13-05 W WTP South Filter Bay Rehabilitation Project 12 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 mandates of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, as described in CFR Part 1926, and CFR 1910, General Industry Standards, which 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, that telephone numbers of physicians, hospital, and ambulance services are posted (copy to Personnel Director, City of Ocoee), and that a first aid kit is available on the job site at all times. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g. hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring, and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder- actuated stud guns or low velocity and /or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. J) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back -up alarms, (b) boom angle indicator, (c) load chart, (d) reeving, (e) fire extinguisher, and (0 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. B13 -05 WWTP South Filter Bay Rehabilitation Project 13 m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building and for all external power outlets. 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 Waste Depot, LLC, d.b.a. Waste Works. 14. DRUG -FREE WORKPLACE: If applicable, 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. STATEMENT OF AFFIRMATION AND INTENT: The Bidder declares 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. B13 -05 WWTP South Filter Bay Rehabilitation Project 14 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. 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(l 1), Florida Statutes, requests for proposals as defined by Section 287.012(l 6), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit 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 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. 1313 -05 WWTP South Filter Bay Rehabilitation Project 15 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 required City of Ocoee permits. 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. The minimal fee of $5.00 for registration cannot be waived by the City. 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 $500,0001$500,000 1$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. Include Waiver of Subrogation in favor of the City of Ocoee. c) Contractor's Public Liability and Property Damage Insurance The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy Should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as B13 -05 WWTP South Filter Bay Rehabilitation Project 16 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 l • 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 Droiect 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. B 13 -05 WWTP South Filter Bay Rehabilitation Project 17 AcoR ©. CERTIFICATE OF LIABILITY INSURANCE OP ID J DATEIMM °°""' BRASS -1 11 04 04 rnoouCEle THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COV ERAGE AFFORDED BY THE POLICIE BELOW. INSURERS AFFORDING COVERAGE NAIC s ASURERA aR B at lap A ....r 4iSlXtEq 0 Contractor' 6 Name .. —'-- _-..— *' _ ... Address E IZ,JgERc � AiSIf+ER E'. COVERAGES ME POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISBUCU TO THE ASURED NAMED ABOVE FOR THE POVCv nmot) INDICATED. NOTw'THSTANOAG ANY REOUNEAIE NT, TERM OR CONOMON OF ANY CONTRACT OR OTHEA DOCUMENT W IT)1 RESREC T TO WHICH THIS CERTKICATE MAY BE IBSVEO Oq MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED WREN IS SUBJECT TO ALL TNF TERMS EXCLUSIONS AND CONDITIONS OF SUCH ROL✓_'t£S AGGREGATE L WETS S1OW N MAY HAVE BEEN REDUCED BY PA�O CLAMS. .._.. — r — ..._._ irvsnn.TM,O' — '��y POLIO, NUMBER 1 — LTR NSRD TYRE Of INSURANC E E OATE L4pTB MtDOKY1 AN4Sf0/Y�.� GENERAL UAa4RT , EACN, OG LUAitENGE 1 1,000, 000 —_.� rDAALTGETIITB:RTED .._.._ .__ ........ ...... X x C OMANiRCU.L GENERAL LIABR.ITYf PAEMISE4 S5O, 000 jE mcaf 1 CLAIMS MADE x ; OCCUR. MED FJyD (Am .am) S 5,000 PERSON aAOV INf'RY S1 1G NERAL AGGRFGA t£ S 2 000, 000 1 GENT AGGREGATE I1-1 APPL 43 PM PROOLCTS - - COMPIOP AGG $2,0 00,000 -- ; M.k `—� LOC -- AUTOMOekE LM LRY COMtRNEO SACLE L+MIT ^ S 11000,000 y ' EA a crawl -AUTO -- -- --.. ALL OwNEDAUt05 I BODLY INJURY ' SCHEOJIED AUTOS I {PAr Frsan) $ .— -� M T__ .__... -._._ _.. _. ......._._ I INCED M;iOB BOOtIY piIS. R S x : HOMO NED AUTOS - IPE, A «w«Ky DAMAGE S I f lPp acaarN1 OARAOE LLAMILITY '. AUTO ONLY EA AGG +DE!i? S ANY AV TO EA ALL S OTHER THAN AU ?O ONLY AGG S � t ' t EXCESSNASeRELLA LllVSR.TTY EACH Or:Ci,RREN S 1,1 r 000 I x x OCCUR CLAAJx MADE ADGREaA?E : 2,000,000 ... • , 5 , i DEDUCTIBLE I WORKER! COMRCNSAT1pN AND X 10RV LIMIT ER _ _ _ EMPLOYERS' LLAXA TY E L EACH ALGID£ i S 511 , 111 -� AN PROPRIETOR+PARTNEREAECUTr1� _ _ _ _ _ D£xICEWMEMBER EXGLLOW1 ; E101gEAgE EA FAAPLOvE£ 1 SOO, 0 00 9PECML F ROVISIONS 6fbw E.l DISEASE. " POLICY LU„T 1 - -- .OTHER ._ .—...� Builders Risk Any 1 Loc 100,000 Any 1 Occ 1,0 01,000 DESCRV710N OF OPERATN3N3 / LOCATK3NS t YELNCLfB I EKCLUJWNS ADOED BY ENDORSEaIFNT 1 SRFCUU. PROV SIOatS �� The insurance evidenced by this certificate shall name the certificate holders as an additional insured on the General Liability Umbrella Liability. Workers' Companaation, Employers' Liability 4 General Liability shall contain a Waiver of Subrogation in favor of the certificate holder. The certificate holder is added as a nwi)d i113X d {s g11, Riq)E. CERTIFICATE HOLDER CANCELLATION OCoEE11 AWKXO ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEN)" THE EYPIRATWN DATE TNEREOF, THE ISSUING INSURER PALL ENDEAVOR TO MAIL L O DAYS WBTETEN NOTICE TO THE CERTIFICATE WILDER NAMED TO THE LEFT, BUT FAILURE TO GO SO SNALL City Of Ocoee 1S0 N. Lakeshore Drive BIPOSE NO OBUGATION OR LSAEAJTY OF ANT KIND UPON TNE'AS'UBER, ITS AGENTS OR Cooea FL 74961 -2258 REPREBENrArrvEB. _ — AUTWRfZEO REPRESENTATIVE ACORD 25 52001/081 '. V ACONU � V NY VNR I IV N 11 .$/Q-A& to Z C B13 -05 WWTP South Filter Bay Rehabilitation Project 18 20. LIST OF SUBCONTRACTORS: In order to assess the experience of the installing contractor for this project, the name 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. B13 -05 WWTP South Filter Bay Rehabilitation Project 19 (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 B13 -05 WWTP South Filter Bay Rehabilitation Project 20 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.) B13 -05 WWTP South Filter Bay Rehabilitation Project 21 QUESTIONNAIRE DATE: PROJECT IDENTIFICATION: City of Ocoee Wastewater Treatment Plant South Filter Bay Rehabilitation Project NAME OF BIDDER: BUSINESS ADDRESS: TELEPHONE NO.: EMAIL CONTRACTOR'S FLORIDA LICENSE NO. 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. 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. B13 -05 WWTP South Filter Bay Rehabilitation Project 22 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: B13 -05 WWTP South Filter Bay Rehabilitation Project 23 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 1313 -05 WWTP South Filter Bay Rehabilitation Project 24 EXHIBIT A CITY OF OCOEE BID #1313 -05 OCOEE WASTEWATER TREATMENT PLANT SOUTH FILTER BAY REHABILITATION PROJECT SCOPE OF WORK/TECHNICAL SPECIFICATIONS 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 twelve feet, six inches (46' x 12'6" interior demensions). Drawings of existing sand filters are included in these documents. Construction time will be thirty (30) days from the Notice to Proceed for substantial completion and sixty (60) days from the Notice to Proceed for final completion. The Bidder shall supply a price with their proposal that includes the cost of the equipment defined in the technical section of this specification, as well as the removal of the existing equipment and the installation of the new equipment. Note that the City shall be responsible for the costs related to the disposal of the existing media, porous plates and related underdrain material. In order to provide the City with a single contact for the project throughout the installation of the equipment and through the warranty period, the filter equipment Bidder shall supply the labor to install the equipment defined in the technical specification. 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 ten (10) examples of relevant experience. 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. 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 B13 -05 WWTP South Filter Bay Rehabilitation Project 25 Florida for a minimum of 5 years. The Bidder shall submit the list of the installations with their proposal. 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. 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. 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. B) Contractor /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 componants; the porous plates, filter media, and skimmer system with related materials, controls and hardware. Bid shall include all materials and labor to perform a complete rehabilitation as described in these specifications. 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 Contractor /Manufacturer. B) The Contractor /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, and have been in operation a minimum of five years, filtering this type waste. 1.03 WARRANTY The Contractor /Manufacturer shall provide a written warranty against defects in materials and workmanship. Contractor /Manufacturer shall warrant the goods provided by the Contractor /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 B13 -05 WWTP South Filter Bay Rehabilitation Project 26 equipment, whichever first shall occur. Any breackthrough or loss of media through or around the filter underdrain or cell dividers shall be fully repaired and corrected by the manuafacturer 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 Contractor /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 specifed below. 1.05 TOOLS A) Special tools, if required for normal operation and maintenance, shall be furnished with the equipment. 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 customer to ensure adequate protection during storage. 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 supercede specifications for equipment and controls specified elsewhere in the contract documents. Purchased components such as gear reducers, pumps, motors, and B13 -05 WWTP South Filter Bay Rehabilitation Project 27 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. A total of twelve (12) caps of 304SS shall be provided to repair the existing broken cell dividers. If the cell dividers need to be replaced, or the grout and leveling angles below the cell dividers need to be replaced, then additional costs shall apply. C) Filter Media Support System: The filter media support system shall consist of HDPE porous plates that meet the following requirements: 1. Porosity: 500 micron 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. 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. 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: All grout under the rails shall be replaced. Appropriate grout specifically manufacured for this type of application shall be use to replace removed grout. 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 it's place. All new hardware associated with the replacement of the launderer shall be 316 stainless steel. B13 -05 WWTP South Filter Bay Rehabilitation Project 28 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. 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 coefficient (ratio of 60% size to 10% size) shall not exceed 1.50. 2.04 FLOATING VERTEX SKIMMER H) 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 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 durring the filter's normal backwash cycle. The skimmer shall also be capable of manual operation if necessary. B 13 -05 W WTP South Filter Bay Rehabilitation Project 29 PART 3: SERVICES 3.01 EQUIPMENT SUPPLIERS INSTALLATION SERVICES The equipment manufacturer shall furnish the services of a contractor to remove all hold down angles, spacer rods, 1/4 -20 hardware, caulk, and old porous plates. 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. The cell dividers will be repaired via capping with stainless steel caps, or utilizing fiberglass repair kits as needed. 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 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 washwater 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 will then install the media via pneumatic truck. After media installation and startup of the filter is completed, a walk through 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. A dumpster and disposal will be provided by the Owner for all waste materials. Compressed air will be provided by the plant. Electrical service at 110V, 20 amp shall be provided by the plant. END OF SECTION B13 -05 WWTP South Filter Bay Rehabilitation Project 30 � � 2 � Q W 2 c \ ,} ■ / \ \ \ k � $ a w \ / j a \ u c Q @ / Q � / r ® \ 73 ) / . / \ 2 � / « / ƒ cli a � � / d J cn = § t z o G « •- \ � u \ § 2 = w c. \ _ \ / m 2 » m � § } /y3 2 C4 � / C4 d cz 7 @ @ @ @ @ @ @ @ » Q a Q a a Q Q a - � � § § k / \ / \ \ � / \ / j a \ u c Q @ / • � / r EXHIBIT C 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 B13 -05 Ocoee WWTP South Filter Bay Rehabilitation (Project). NOW THEREFORE 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 32 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. If. 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. 33 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) ( (Individual's Signature) doing business as (Witness) (SEAL) (Business Address) (Telephone No.) (Florida License No.) 34 If Bidder is PARTNERSHIP, complete this signature block. (Partnership Name) (Witness) ( (General Partner's Signature) (Witness) (SEAL) (General Partner's Name) (Business Address) (Telephone No.) (Florida License No.) 35 If Bidder is CORPORATION, complete this signature block. (1) (Corporation Name) (Witness) ( (State of Incorporation) By: (Witness) (SEAL) (Name of Person Authorized to Sign - See Note 1) (Title) (Authorized Signature) (Corporation President) (Business Address) (Telephone No.) (Florida License No.) 36 SURETY Witness: (If agency is not a Corporation) (Surety Business Name) (Principal Place of Business) By: (Surety Agent's Signature - See Note 2) (Surety Agent's Name) (Surety Agent's Title) (Business Name of Local Agent for Surety) (Business Address) (Telephone No.) (Bond No.) (Witness) (2) (Witness) Attest: (If Agency is a Corporation) (Corporate Secretary Signature) (Corporate Secretary Name) (Corporate Seal) 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. 37 ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF COUNTY OR CITY OF Before me, a Notary Public, personally came known to be the Attorney -in -Fact of Corporation, which (Surety Company) a known to me, and (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Directors, were affixed by order and authority of said Company's Board of (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 38 EXHIBIT D APPLICATION AND CERTIFICATION FOR PAYMENT FORM Application No. Progress Payment Final Payment P.O. No.: Contractor: Contract Date: Application Date: For Period Endin City Project Nos.: Project Name: B13 -05 Ocoee WWTP South Filter Bay Rehabilitation Construction Start Date: End Date: Construction Days — Total: Elapsed: Remaining: I . 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 1 l minus Line 7) $ Approved Change Orders Change Order No. Date Approved by City Date Accepted bv Contractor Total Change in Contract Price Total (Write in Line 2, above) 39 Contractor's Certification The undersigned Contractor hereby swears under penalty of perjury that (l) 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) C (Name) (Title) COUNTY OF STATE OF Before me on this day of , 20, personally appeared 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 I: Owner's Authorized Signature Title Date: 40 EXHIBIT E BID #1313 -05 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 AUTHORIZED SIGNATURE (manual) NAME /TITLE (PLEASE PRINT) STREET ADDRESS City STATE ZIP FEDERAL ID # Individual Corporation Sworn to and subscribed before me this Personally Known or Produced Identification (Type of Identification) TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Partnership Other (Specify day of 20 Notary Public - State of County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public 41 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 B13 -05 OCOEE WASTEWATER TREATMENT PLANT SOUTH FILTER BAY REHABILITATION PROJECT Seone of Work ARTICLE 2. Architect and Engineer The Project has been designed by the City of Ocoee; however, the City's 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 work shall be substantially complete (all work complete except for the placement of permanent pavement markings on all final asphaltic concrete surfaces) within thirty (30) calendar days. The entire work shall be complete and ready for its intended use, including final dressing and cleanup, within sixty (60) calendar days. 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 42 Complete, as provided in paragraph 3.1 above. The charging of Contract Time will resume on the 31 st day. 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 Dollars ($200.00) for each day that expires beyond the date specified in paragraph 3.3 above for substantial completion Two Hundred Fifty Dollars ($250.00) for each day that expires beyond the date specified in paragraph 3.3 above for final completion (readiness for final payment). 3.4 In addition to the liquidated damages, there shall be additional incidental damages paid by the Contractor to the Owner for failure to timely complete the work. These may include, but not be limited to, delay damage settlements or awards owed by Owner to others, inspection and engineering services, interest and bond expense, delay penalties, fines or penalties imposed by regulatory agencies, contract damages, and professional fees (including attorneys' fees) incurred by Owner in connection with Contractor's failure to timely complete the work. 3.5 In addition to liquidated damages and incidental damages arising from Contractor's failure to perform the work, Contractor may be required to repay Owner for the cost of corrective actions undertaken by Owner to resolve construction defects. Such corrective actions include, but are not limited to, restoration of damaged areas, clearing of reclaimed water customer facilities to remove construction debris, repair and replacement of damaged reclaimed water customer equipment, and emergency repairs to the reclaimed water distribution system during the one -year warranty period. ARTICLE 4. CONTRACT PRICE 4.1 Owner shall pay Contractor for performance of the work in accordance with the Contract Documents in current funds at the lump sum or unit prices presented in the Bid Form, DOLLARS AND CENTS, ($ ) , 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. 43 ARTICLE 5. PAYMENT PROCEDURES 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 (25` 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: 44 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." 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. (Remainder of page left blank intentionally). 45 ARTICLE 8. CONTRACT DOCUMENTS 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 South Filter Bay Rehabilitation Project." dated March 2013. 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. 46 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. 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. (Remainder of Page Left Blank Intentionally.) 47 IN 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: TITLE: NAME: OWNER: CITY OF OCOEE, FLORIDA ATTEST: Beth Eikenberry, City Clerk (SEAL) FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, FLORIDA APPROVED AS TO FORM AND LEGALITY this day of SHUFFIELD, LOWMAN & WILSON, P.A. BY: Scott A. Cookson, City Attorney APPROVED BY CITY OF OCOEE COMMISSION AT A MEETING HELD Oil , under Agenda Item END OF SECTION TITLE: APPROVED: :• S. Scott Vandergrift, Mayor 48 Exhibit G Record Drawings 1 -7: Filter Bridge Electrical (4 sheets) Asbuilt Filter Drawings (3 sheets) (also available as a pdf file on Demandstar) 49 2 - C } 1 LJ sae EK — r q t i JI _ W =I I i I II r, z� t _ IL . r u� �r ' 1 i �n LJ "l a� r rr � 'o a a o I i �a O f Z ✓' I �� - 1 4 l - I al �n LJ "l a� l I al n I i i � t r i i I i 0 o i'' �; �I I . I �- ��� rl i U �: ,� o �� � ��, t I � nix � � �. � � '� ��' ,,r� � E J St `� ClA h Q � N i n �. k � � � U � S J ✓ I � III � .�I ,.e� C . a ' LLL � � - r� � a I j � Fv .___ I I �, o os Y � -,— -�1 , LL a �� ;� � i —o c i � ; '�o-. � ,—[� � � LL I . I rl i U �, "� � A _ t I i �__ C ��z I E J x I x �T H- �_ A -. �_ J-{ � ! i I _ � LL I . I o �, i 5 i C ��z I E J x I } � I � � __ l IW Gz] ° °es° c,F Yw � 111111.1 r VVV x 3 \/ bi bb Z N Z - 0 w u z w as i W � 2 w a 3 Z g bj 4. b Z = o z r��6 fr .vv[ m u 8 b J � z n � Q I t i j I l l I g b b g b y h I ST A BV15 I I R � I T13M'aR{P _ � I b — liRR7[75NiIfII77 - _7 , II Art -. y� av w //I /cu w 1rvu sw1VU111LllY1' „0- ,I�,.h /I 31071 ' 9M ES'�V \� 3V I T3NNR]'J�i711T➢3 HdWWdS �I a.LL Z�� I p -. ZZ A -•t ! S -.ZI A-.[ A -.[ f .9 -.Zl C -. y� av w //I /cu w 1rvu sw1VU111LllY1' „0- ,I�,.h /I 31071 ' 9M ES'�V \� 3V � � °rk °s rla m I I I � Z P °sasge8:i� &a � $3 I .P��6y.�E °�a� qqz m o ICI ss I+y $ y I � °a »es33� �F4w 7 Z Lg Fa _J 4 0 V N b ac _ — F b a O b Z Z Q W b r N W b � w uWi 2 3 a y a 3 R I I � a !L b b CL V if 15NOJ ' v s 4 $ Q W �W r Q a two sop 4 m b� Q n - LA b _ III i� K p 6 s E� 4 1 9tl3 TI�03 Z � s L 1 �o T3NR9IIJ �I3T1737 � �3RA71I7 IR711�I37 /� �- � b 13Nf77G5 II73I1'iS33"AOWWdS F I I I I Yxf I� CW `� F} as yc I W b gY•�2y32f: W �fP e.2_a %a N LI U uj Oy e�OE €ass N O p W� S� P-.Y G7 n•�.E ip@ y y -,z y q - Q ar fix r n ' W O Y f.S�oa k3 C °..x O 1 = 3 ^• O Fc � O y O � 2 vi b t b $Qy << F o .bL �ff r s s 5i -- sl h N � b H f 5 & — " Tb /"/. W — s-- li , „0 -j -,RA TY — 'm�Y " uuwv.�r\ a — Mayor S. Scott Vandergrift City Manager Robert frank March 19, 2013 She C of Good Llv r�r - - i r CO ED Commissioners Gary Hood, District 1 Rosemary Nilsen, District 2 Rusty Johnson, District 3 Joel heller, District 4 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B13 -05 OCOEE WASTEWATER TREATMENT PLANT SOUTH FILTER BAY REHABILITATION PROJECT This addendum shall modify and become a part of the original bid documents for the Ocoee Community Center Reconstruction project. This addendum consists of four 4 pages including the attachment. Bidders shall acknowledge receipt of Addendum No. One (1) in the space provided in Section 24, page 21 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Amendments: MEASUREMENT AND PAYMENT: The attached Measurement and Payment is hereby included as part of Exhibit B Bid Form. PROPOSED CONTRACT FOR CONSTRUCTION Article 2. Architect and Engineer is hereby amended and replaced as follows: 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 dutics 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 is hereby amended and replaced as follows: The work shall be substantially complete within ninety (90) calendar clays. 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. All time periods begin from the effective date of the Notice to Proceed. ANSWERS TO BIDDER'S QUESTIONS RECEIVED: Q 1. The equipment to be supplied for the Ocoee project will require time to fabricate, deliver and install. Assuming that there are no submittals required, Bidder would request that the time for substantial completion be extended to 150 days and the time for final completion be extended to 180 days. If an approval set of submittals are required, then Bidder would request an additional 30 days be added to the values listed above to allow Bidder to produce the submittals, plus time for the City to approve the submittals. A1. Substantial Completion has been increased to (90) calendar days, and Final Completion has been increased to (120) calendar days. No additional time will be approved for submittals. B13 -05 WWTP South Filter Bay Rehabilitation Addendum I Q2. Bidder would request that the requirement for a Florida contractor's license be removed frorn the project. Alternatively, please confirm if a contractor's license from another state would he acceptable in lieu of a contractor's license from Florida. A2. Since this is specialized work specific to sand filters, another State's current contractor's license will be acceptable. All electrical work requiring a permit sliall have a Florida Licensed electrician. Q3. Please confirm if the City of Ocoee will offload the shipments of equipment to the jobsite, or if this work should be handled by the contractor. A3. The City of Ocoee will offload materials under the direction /supervision of successful kidders representative. J ) -y v�Ze Tovir , PPB Purchasing Agent Attachment: Measurement and Payment cc: Tom King, Utilities Facility Manager Charles Smith, Utilities Director B13 -OS WWTP South Filter Bay Rehabilitation Addendum 1 2 EXHIBIT B (Continued) MEASUREMENT AND PAYMENT FOR BID ITEMS B13 -05 OCOEE WWTP SOUTH FILTER BAY REHABILITATION PROJECT BID ITEM DESCRIPTION NO. I Mobilization & Demobilization Mobilization shall be the preparatory work and operations in mobilizing for beginning work on the project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site, and if necessary the establishment of temporary offices, buildings, safety equipment and first aid supplies, sanitary and other facilities, as required by the Contract Documents and applicable laws and regulations. The cost of bonds, required insurance, pennants and any other preconstruction expense necessary for the start of work, excluding the cost of construction materials, shall also be included in this item. Demobilization shall be the work of removing temporary facilities from the site. The cost of any fencing, signs, markings, and other items necessary to secure each work site and to notify the public as to the hazards present is explicitly included in this bid item. Insurance and indemnification costs are part of this Bid item. Payment for item 1 shall be paid as Lump Su m, 2 Removal and Replacement of Granular Media Removal and replacement of granular media shall be all work, labor, equipment, rentals and special handleling equipment necessary for the contractor to remove the old existing filter media and to properly replace new appropriate filter media once the filter support rehabilitation work is complete. All work shall be completed as specified in "Scope of Work/Technical Specifications ". Payment for item 2 shall be pai as Lump Sum 3 Rehab Sand Filters Contractor shall supply all new materials and labor to rehabilitate the sand filter underdrain system to "like new" working condition including but not limited to all structural steel, filter filtering components, filter bed, cell dividers, filter media support, porous plates, wear strips, electrical control panels, electrical modifications, etc... as specified in "Scope of Work/Technical Specifications ". Pa ment fo item 3 shall be paid as Lump Su 4 Floating Vertex Skimmers Labor / Materials /Installation All necessary materials and labor necessary but not limited to the installation of a skimmer device integral with the bridge and wash water hood supports, all structural members, skimmer guide blades skimmer pump, all necessary electrical panels, materials and labor to install a complete floating vertex skimmer as specified in section 2.06 of the "Scope of Work /Technical Specifications ". Payme for item 4 shall be paid as Lump Sum 5 Removal and Installation of New Backwash Water Launderer All materials and labor necessary but not limited to the removal of the existing launderer trough and replacement with new like materials. All seams shall be sealed per original manufacturers recommendations. All support brackets shall be checked and replaced if necessary with 316 stainless steel brackets. All hardware shall be 316 stainless steel. All work shall be completed as specified in "Scope of Work/Technical Specifications ". Payment for item 5 shall be paid as Lump Sum 6 Rail Cap Removal and Installation All necessary materials and labor necessary but not limited to the removal of the existing rail cap and replacement with new 304 stainless steel , 12 gauge rail cap. All existing supporting metal rail system shall be thoroughly inspected, mechanically cleaned and primed and painted with the appropriate Tnemec Indus Coat ing product. All necessary anchoring hardware shall be inspected and replaced if necessar B13 -05 WWTP South Filter Bay Rehabilitation Addendum I B 13 -05 WWTP South Filter Bay Rehabilitation Addendum 1 with 316 stainless steel of the like. All work shall be completed as specified in "Scope of Work/Technical Specifications ". Pa ment for item 6 shall be paid as Lum Sum 7 Grouting and Painting of Rail System All existing grout associated with the rail system shall be removed. Appropriate grout specifically manufactured for this type of application shall be used to replace removed grout. All work shall be completed as specified in "Scope of Work/Technical Specifications ". Payment for item 7 shall be paid as Lum p Sum 8 Start Up and Commissioning Contractor shall demonstrate that all workmanship and materials perform as required to achieve efficient and effective operation of the rehabilitated filter. Any malfunction, settlement or compaction of filter media, break through or loss of media, damage or irregularities to the filter support system, porous plates, cell dividers, skimmer system, rail system, backwash water launderer, pumps, electrical controls or any other portion of the rehabilitation project shall be immediately corrected to the satisfaction of the City of Ocoee. The contractor shall provide a one year warranty for all workmanship and materials supplied for this project. All work shall be completed as specified in "Scope of Work/Technical Specifications ". Payment for item 8 shall be paid as Lump Sum B 13 -05 WWTP South Filter Bay Rehabilitation Addendum 1