Loading...
HomeMy WebLinkAboutItem #05 Award of B14-05 Ocoee Wastewater Treatment Plant Bar Screen Replacement Project\�'iG ocoee florida AGENDA ITEM COVER SHEET Meeting Date: October 21, 2014 Item # Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager: Subject: Award of B14-05 Ocoee Wastewater Treatment Plant Bar Screen Replacement Project Background Summary: In conformance with the policies and procedures of the City of Ocoee (City), bids were solicited from qualified supplier- contractors for the Ocoee Wastewater Treatment Plant Bar Screen Replacement (Project). The project consists of the removal of the existing bar screen #1 and replacing the screen with a new fine screen. The replacement screen was specified by the City of Ocoee Utilities Department. Bidders were given the opportunity to submit bids for the equipment specified and /or submit a presumed equal fine screen. Bids included all material and labor to remove and replace the fine screen filter #1, plus electrical supply and status /alarm system integration to the wastewater facility's controls (SCADA system). The bid was publicly advertised on July 6, 2014, and opened on August 19, 2014. There were a total of four (4) bids received with one (1) bid being Non - Responsive. Of the three (3) responsive bids, one (1) bid provided both specified and equal equipment, one (1) provided only the specified equipment and one (1) submitted a bid with equal equipment. All bids are available in the Finance department for review. The Utilities and Finance Departments reviewed the bids, which had a range of values from $106,121.00 to $338,350.00. Staff recommends awarding the bid to FilterONE USA, Inc. as the most responsive and responsible bidder, per the attached recommendation from Charles K. Smith, P.E., Utilities Director. The table below is a listing of the bids received: 1. FilterONE USA, Inc. 2. Gamey Companies, Inc. 3. Close Construction, LLC 4. RanCon, LLC (Non- Responsive) Bid with Specification $0.00 , ,' $291,000.00 $338,350.00 $276,500.00 ... .................................... ......... I .............................. Fine Screen ,......... ................... " " ................ ............................... Parkson ................. ............................... Parkson ................. ............................... Parkson Specification WA. . AquaGuard MN AquaGuard MN AquaGuard MN Proposed Equal Bid $106,121.00 $0.00, $229,279.00 ................ ............................... $154,500.00 ................. ............................... .................... ............................... Proposed ................ ................... Fl InfloMax .... ..... Lakeside Lakeside Fine Screen Equal Continuous NSA Raptor Raptor Screen Issue: Should the City Commission award the bar screen #1 replacement with an F1 InfloMax Continuous Screen to FilterONE USA, Inc., in the amount of $106,121.00? Recommendations: Staff recommends that the City Commission award Bid #1314-05 Ocoee Wastewater Treatment Plant Bar Screen Replacement Project to FilterONE USA, Inc., in the amount of $106,121.00; and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are 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 & Project Summary from Utilities Director 3. FilterONE USA, Inc. Bid 4. Invitation to Bid #B 14 -05 5. Addendum #1, #2 & #3 Financial Impact: Funding designated for the North Filter Rehab of $190,000 will be allocated to this project from the Wastewater Repair and Replacement Fund. The North Filter Rehab will be rescheduled for fiscal year 2017. Type of Item: (please mark with an 'Y) 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 ( ) T N/A 2 Mayor S. Scott Vandergrift City Manager Robert Frank TO: Honorable Mayor and City Commission occlee florldo MEMORANDUM THRU: Robert Frank City Manager FROM: Charles K. Smith, P.E. Utilities Director DATE: October 21, 20114 Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 RE: Recommendation for Award of B14 -05 Ocoee Wastewater Treatment Plant Bar Screen Replacement Project Based on the review of the bid documents and bid tabulation, contractors' qualifications and references, and equipment specifications, the Utilities Department recommends the awarding of the Ocoee Wastewater Treatment Plant Bar Screen Replacement Project to FilterONE USA, Inc. in the amount of $106,121.00. BACKGROUND: The Ocoee Wastewater Treatment Plant uses two duplicate redundant "rake" style mechanical bar screens to remove solids and debris from the incoming wastewater flow to the plant. The bar screens were originally supplied by I. Kruger, Inc., the patented process company for which the plant was designed. The original screens were installed in 1994 with Bar Screen #2 being replaced with a new Kruger screen in 2011. Bar Screen #1's performance has deteriorated such that replacement is needed. Due to technological improvements in screening equipment and poor performance of the new Bar Screen #2, Utilities staff undertook a field audit of wastewater screening applications at other similar wastewater facilities throughout central Florida. Staff narrowed the selection to a self- cleaning in- channel fine screen device. This fine screen utilizes a filter element system designed to automatically remove solids larger than 6 mm in size. The filter elements are mounted on a series of parallel chains to form a continuous moving filter grid that collects fine debris from the wastewater flow. Once removed the solids are discharged into a compactor City of Ocoee Utilities - 1 800 A.D. Mims Road - Ocoee, Florida 34761 Phone: (407) 905 -3159 - Fax: (407) 877 -5899 - www.ocoee.org and then a disposal container. Parkson Aqua Guard MN was selected as the standard for the bid with approved equals being accepted. BID SELECTION: FilterONE, Inc.'s R InflowMax was found to be an approved equal to the Parkson Aqua Guard MN at a cost saving of $184,000.00. A background check on FilterONE's references, company financial status, and a deployed filter application were favorable for the recommendation of the award. BID #1314 -05 OCOEE WWTP BAR SCREEN REPLACEMENT PROJECT BID TABULATION 8/19/14 2:00 P.M. BIDDER Close Construction, LLC FitterONE USA, LLC Gamey Companies, Inc. Rancon, LLC Acknowledge Addenda #1 - #3 ✓ ✓ ✓ Bid Security bid bond cashiers check bid bond bid bond Non - Responsible, Disqualified License Current but Inactive at time Company/License Check active active active of bid 'Missing Company Information /Signature Sheet Required Forms (References /Equipment List etc) ✓ ✓ (Received 8/22/14) ✓ TOTAL 3.b. TOTAL 3.a. TOTAL 3.11h. TOTAL 3.a. (Proposed TOTAL 3.a. TOTAL 3.b. TOTAL 3.a. TOTAL 3.b. DESCRIPTION QTY (Parkson) (Proposed Equal) (Parkson) Equal) (Parkson) (Proposed Equal) (Parkson) (Proposed Equal) Mobilization /Demobilization LS $20,000.00 $20,000.00 $0.00 $3,000.00 $12,000.00 $0.00 $6 $5490:00 General Conditions LS $16,000.00 $16,000.00 $0.00 n/a $30,000.00 $0.00 $7 $739909 Procurement and Delivery of Parkson model AG -UC -MN A 75 degrees, 3' wide x 9' discharge height, 6 mm Aqua Guard® UttraClean-Mechanical Fitter Screen unit or equal and Parkson model AWP 8-2 Aqua Washpress or equal. LS $269,350.00 $0.00 $0.00 $190,000.00 $0.00 $24&999:98 Proposed Equal LS $160,279.00 $0.00 $84,621.00 $0.00 $126489:09 Furnish all labor, materials and equipment to remove and dispose of existing automated bar screen, existing screenings bin /discharge chute, all associated piping, conduit and unnecessary associated appurtenances. $6,000.00 $6,000.00 $0.00 $3,000.00 $13,000.00 $0.00 $2- 588:99 $2388:98 Fabrication and modification of screenings discharge chute to accept screenings from the new wash press. LS $5,500.00 $5,500.00 $0.00 $4,000.00 $5,000.00 $0.00 $2998 -99 $2400-88 Furnish all ELECTRICAL supplies, materials, hardware including any factory provided electrical panels and all labor necessary to install a complete functioning fine screen and screenings wash press. Furnish all PLUMBING supplies, materials, hardware and labor necessary to install a complete functioning fine screen and screenings wash press LS $15,000.00 $15,000.00 $0.00 $10,000.00 $23,000.00 $0.00 $9,698:98 $9 Furnish all necessary concrete /masonry work, flow channel modifications and specialty coatings necessary for removal and installation ofthe new fine screen and wash press equipment. LS $6,500.00 $6,500.00 $0.00 $1,500.00 $18,000.00 $0.00 $2,908110 $2,000.99 TOTAL LUMP SUM BID $338,350.00 $229,279.00 $0.00 $106,121.00 $291,000.00 $0.00 $276,699 -99 $164,600.00 'Missing Form considered minor irregularity Mayor S. Scott Vandergrift City Manager IN Robert Frank �} �C�C fIorida CITY OF OCOEE Commissioners John Grogan, District 1. Rosemary Wilsen, District `L Rusty Johnson, District 3 Joel F. Keller, District 4 INVITATION TO BID #1314 -05 OCOEE WASTEWATER TREATMENT PLANT BAR SCREEN REPLACEMENT - 63M0U City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194• www.ocoee.org BID DOCUMENTS Section Page Legal Advertisement 3 Invitation to Bid General Terms & Conditions List of Subcontractors *, p. 19 Equipment Listing *, p. 19 References /Experience *, p. 20 Summary of Litigation *, p. 20 Acknowledgement of Addenda *, p.21 Exceptions*, p. 21 Questionnaire*, pp. 22 -25 SCOPE OF WORK, TECHNICAL SPECIFICATIONS, BID FORM 4 -7 8 -25 Section Page Exhibit A — Scope of Work/Technical Specifications 26 -46 Exhibit B — Bid Form * 47 -48 Exhibit C — Bid Bond Form * 49 -55 Exhibit D — Performance Bond Form 56 -57 Exhibit E — Payment Bond Form 58 -59 Exhibit F — Payment Application Form 60 -61 Exhibit G — Company Information /Signature Sheet* 62 Exhibit H — Proposed Contract for Construction 63 -69 Exhibit I — Attachments #1 - #4 (Posted as a separate pdf file on Demandstar) 70 *Submit document with Bid End Table of Contents B 14 -05 W WTP Bar Screen Replacement Project 2 Invitation to Bid, Legal Advertisement The City of Ocoee, Florida, (the "City ") is soliciting sealed bids for the following project: Bid #1314 -05 Ocoee Waste Water Treatment Plant Bar Screen Replacement 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 August 19, 2014. 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. There will be two (2) available times to visit the project site; July 22, 2014 at 10:00 A.M. local time, and July 30, 2014 at 10:00 A.M. local time. The Project Site Address is 1800 A. D. Mims Road, Ocoee, FL 34761, see the bid package for additional information. 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, July 6, 2014. B 14 -05 W WTP Bar Screen Replacement Project 3 CITY OF OCOEE INVITATION TO BID #B14 -05 OCOEE WASTEWATER TREATMENT PLANT BAR SCREEN REPLACEMENT PROJECT INTENT: Sealed bids for Bid #1314 -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 Bar Screen Replacement Project, as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each Bidder shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid, as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures are permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by the person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm, or corporation interested in the bid, either as a principal, member of a firm, or general partner. If the Bidder is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in 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 jtolbertLaci.ocoee.fl.us , and must be received not later than 2:00 P.M. on August 12, 2014. 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 August 19, 2014. 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 B14-05 W WTP Bar Screen Replacement 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 constitutes 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) Specifications of Proposed Equipment k) Installation Lists; 1) Questionnaire; and m) 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. SITE VISIT: A Site Visit is highly recommended for all Bidders. Questions will not be answered during the site visit; questions should be submitted in writing to the Purchasing Agent, and will be answered by the City through written addendum. This site visit is intended solely to provide Bidders with access to the existing bar screen, bar screen flow channel, screenings discharge equipment and existing and proposed electrical equipment conditions. This visit is also intended to provide opportunity to evaluate existing site conditions and provide opportunity for planning and cost estimation for bid submission. There will be two (2) available times to visit the project site; July 22, 2014 at 10:00 A.M. local time, and July 30, 2014 at 10:00 A.M. local time. The Project Site Address is 1800 A. D. Mims Road, Ocoee, FL 34761. Bidders may choose which site visit to attend. 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 B14 -05 WWTP Bar Screen Replacement Project 5 right to issue Addenda concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued will be returned to the Bidder unopened. In case any Bidder fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Bidders are cautioned that any other source by which a Bidder receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among Bidders; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Failing to use a revised Bid Form, if any, provided as part of an addendum; e) Failing to provide the required Bid Security; f) Failing to provide evidence of the bidding firm having been in business for a minimum of five (5) years at the time of bidding, and /or failing to provide evidence of a minimum of ten (10) installations of similar size; g) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to Bidder's ability to properly perform the work; or h) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Bidder or the rejection of its bid. J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a 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 119, Florida Statutes, and, except as may be provided by Chapter 119, Florida Statutes, and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to B14 -05 WWTP Bar Screen Replacement Project 6 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 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.) B14 -05 WWTP Bar Screen Replacement 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: (Required if Project is over $200,000.00.) a) The Successful Respondent shall furnish the City with a State of Florida 100% Performance and a 100% Payment Bond written by a Surety Company acceptable to the City. Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. The attached Performance and Payment Bond Forms shall be used. b) The cost of the Payment and Performance Bonds shall be borne by the Successful Respondent. The bonds shall be accompanied by duly authenticated or certified B14 -05 WWTP Bar Screen Replacement 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 indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 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 Bid form may not be completed in pencil. All entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict, B14 -05 WWTP Bar Screen Replacement Project 9 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 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. B14 -05 WWTP Bar Screen Replacement Project 10 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. 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) Approved Equal, if applicable c) Bid price d) Warranty offered e) Required experience with similar work f) Successful reference check g) 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. B14 -05 WWTP Bar Screen Replacement Project 11 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 H. Construction time will be Ninety (90) days from the Notice to Proceed for substantial completion and One - Hundred Twenty (120) 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. B14 -05 WWTP Bar Screen Replacement 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 Human Resources 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 (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. B14 -05 WWTP Bar Screen Replacement 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. 1314-05 W WTP Bar Screen Replacement 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(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit 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. B14-05 W WTP Bar Screen Replacement 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 $500,000 1$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 B14 -05 WWTP Bar Screen Replacement 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 amage Liability • $1,000,000 Combined single limit per occurrence (each person, each accident) • All covered automobile will be covered via symbol 1 • Liability coverage will include hired & non -owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non - contributory. • $2,000,000 GENERAL AGGREGATE • $2,000,000 PRODUCTS - COMPLETED OPERATIONS AGGREGATE • $1,000,000 PER OCCURRENCE • $1,000,000 PERSONAL & ADVERTISING INJURY • Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance n/a for this project. 5) Contractual Liability If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE City SHALL BE NAMED AS ADDITIONAL INSURED. ■ $1,000,000 PER OCCURRENCE ■ $2,000,000 AGGREGATE 6) Commercial Umbrella: ■ $1,000,000 PER OCCURRENCE ■ $2,000,000 Aggregate ■ Including Employer's Liability and Contractual Liability 7) Builders Risk: n/a for this project 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 14 -05 W WTP Bar Screen Replacement Project 17 CERTIFICATE OF LIABILITY INSURANCE OPIO J FRA2Z-1 ",tthawovoy" 11104/04 PwoaxEB THIS CERTIFICATE IS ISSUED AS MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE GENERAL L"kaddry ROLOE 7 . THIS CERTIFICATE DOES NOT AMEND, EKTENO OR x RCUL G*KFAAL LUAMW ALTER T COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIL t Ca tractor's Name Address N — - - THE P0.iCfE5 0 PTSUP,WUCE LISTED BELOW HAVE KEEN ISSUED TO 1"E,hSkAEO "ULDASOVE FOR THE POLICY PERIOD i NOICATEO NOTq THSTANDTNG ANY NIOUM9.1"T, MRA, ON CONK)"'pok Of ANY CONTRACT OR OTHER DOCUMENT W+?k RESPECT TO —CH 7HISCERTWICAIE MAY BE S"O GA LAY PERTAIN. THE WSUFUAkC9MFOAXXO" naPO( "A DESCMAIEDHEREN IS SMELT TO ALL THE TERM& EXCLUSIONS AND CONOITTGNS(W SUCI, POLICIES AGGREGATE LUUITSSH()WH MAY HAVE BEEN PIEGUCEOSY PAM GLANS nw?wm - -- -- , -- - - -1-- -- - , 1. 11 - -l-1.1 11 11 1 1 LT14 N N399 TYPI! OF INSURANCE POLICY NURSER REDiX LIMETS GENERAL L"kaddry x RCUL G*KFAAL LUAMW ---- !000,0 0 MAO, 57]—, otEOA 19 Doo I AGGFUrATE LNAq APPLIES KA, -L-- �PROO COW/ AGO f7 00tl 1 000 ,X I 1 PGLJCY,� ZY 7 'm A" AUTO 1r0001000 &LOWN10ALT05 So. (P. PwaMI SCHEDULED AUTOS I HIRED ALTO$ 1 X NON-OWNED AUTOS P4OPwNry DAMAGE JPW UCTNIMI �aAsAOg UANu" '_ AUTO WIRY ILAACCENT AMYAUTO I OTHER THAN 1A ACC $ ,7 : G AGO I C ( LMUMMY � 1 000 000 .. - 1 OCCUA CLJUAS WOE -- -- --.1 A E3ATE 3 2, 000, RETENTION S -0 , I Q-1 m IUNP.Oyt"w LUUNLffY ANY - ------ k L EACH ACCo1L4 T 1500,000 I t 0 0 G ..... . .... El DISEASE-POLICY"Iff 1 500, 000 OTHER • ;Builders Risk Any 1 Loc 100,000 Any 1 OCC 1.000,000 DESCRIPTION 00 OPERATIONS I LOCATIONS I VEHNCLRS I 9)(CUS31ONS ADDED BY XNUO"E"WY J SPECIAL PROW510041 The insurance evidenced by this certificate shall name the certificate holders an an additional insured on the General Liability SA Umbrella Liability, Workers' Compensation, Meployars' Liability 4 Q*nar^l Liability shall contain a Waiver of Subrogation in favor of the certificate holder. The certificate holder in added as a nwad in3lMd &r B Fd City of Ocoee 150 N. Lakeshore Drive Ocoee FL 34761-2259 OCOSSO I I SHOULD AW Of THIS AS" OKSCRIXED POLICIES as CJWtJILLIIZ BEFORE YK9 EX~T*P DAttIMMSOP. THE IUUMOM SURER WEAL ENDEAVOR TO"L 10 DAYS WRITTEN HOME TO THE ClIPTIFICATI HOLD" NAJIKO TO 141 LS". BUT PAN-UA* TO 00 20 SHALL MIRAGES NO o"ATION 09 LUISMIry Of ANY KIND I" THE INSURER ITS AGENTS OR SA,OK to L & B14-05 WWTP Bar Screen Replacement Project 18 20. LIST OF SUBCONTRACTORS: In order to assess the experience of the installing contractor for this project, the FL Contractor's License, 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 the contractor has installed in the last 5 years shall be provided at the time of the proposal. 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: Bidder shall provide a detailed list of all equipment being used by the Bidder on City property. 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. (Attach additional sheets if necessary) B14 -05 WWTP Bar Screen Replacement Project 19 22. REFERENCES /EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Bidder shall complete the following blanks; also see the Questionnaire included, 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 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 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) B14-05 W WTP Bar Screen Replacement Project 20 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.) B14 -05 WWTP Bar Screen Replacement Project 21 QUESTIONNAIRE DATE: PROJECT IDENTIFICATION: City of Ocoee Wastewater Treatment Plant Bar Screen Replacement 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. Include Installation Lists, as required in the Scope of Work/Technical Specifications of the bid, attach additional sheets if necessary. B14-05 W WTP Bar Screen Replacement Project 22 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: B14-05 W WTP Bar Screen Replacement Project 23 7. What equipment do you own that is available for the Work? What equipment will you purchase for the Work? 9. Are you bidding on the equipment as specified in the bid documents? Yes or No If No, list the Manufacturer, Make, Model of the proposed equal equipment, and attach Design and Material Specifications as directed in the bid specifications: 10. Identify all modifications of existing or placement of new masonry or concrete material as specified in the technical specifications: 11. Identify all protective coatings or coverings on existing structures or new equipment that are anticipated to be modified, disturbed or damaged: 12. 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: B14-05 W WTP Bar Screen Replacement Project 24 13. 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, including FL Contractor's License: END OF SECTION B14 -05 WWTP Bar Screen Replacement Project 25 EXHIBIT A CITY OF OCOEE BID #B14 -05 OCOEE WASTEWATER TREATMENT PLANT BAR SCREEN REPLACEMENT PROJECT SCOPE OF WORK/TECHNICAL SPECIFICATIONS FILTER SCREEN AND SCREENING WASH PRESS SCOPE OF WORK AND MATERIALS 1. The City of Ocoee has an existing Kruger Curve course bar screen model KD -14 that has been in continuous use since 1994. The screen has reached the end of its useful life and must be replaced. The City seeks an equipment supplier- contractor herein referred to as Bidder qualified to remove the existing bar screen and screening discharge equipment and supply and install a new fine screen and screenings wash press. These units shall be designed and manufactured to fit the space occupied by the existing bar screen and discharge chute. All demolition of the existing bar screen and aluminum discharge chute, labor and materials including electrical panels, wires, controls and hardware shall be the responsibility of the Bidder. The Bidder shall be solely responsible for providing all mechanical equipment, electrical controls, wiring terminations, hardware, aluminum discharge chute fabrication, plumbing, piping and ancillary materials and labor to provide a complete functioning fine screen and screening wash press system. 2. Bidder is required to review site conditions along with bid documents to determine the specific design necessary to furnish and install a complete functioning fine screen and screening wash press system. All materials /parts /services /labor not specifically mentioned in the Bid Documents or Technical Specifications, which are necessary to complete the project, shall be incorporated into the bid pricing and conform in strength and quality of material and workmanship per manufacturer's specifications. Omission of any essential detail from these specifications does not relieve the Bidder /Contractor from completion of the work. 3. Bidder shall submit specifications with their bid of any and all parts, materials or equipment necessary to complete the scope of this project, including the Manufacturer, Make, Model of the proposed equal equipment, and attach Design and Material Specifications as directed in the bid specifications. 4. BIDDER: Bidder must possess a Florida Contractor's License necessary to perform the work required for this project. 5. SITE VISIT: A Site Visit is highly recommended for all Bidders. Questions will not be answered during the site visit; questions should be submitted in writing to the Purchasing Agent, and will be answered by the City through written addendum. This site visit is intended solely to B14 -05 WWTP Bar Screen Replacement Project 26 provide Bidders with access to the existing bar screen, bar screen flow channel, screenings discharge equipment and existing and proposed electrical equipment conditions. This visit is also intended to provide opportunity to evaluate existing site conditions and provide opportunity for planning and cost estimation for bid submission. There will be two (2) available times to visit the project site; these date and times are listed in the Legal Advertisement and Item G of the Instructions to Bidders. Bidders may choose which site visit to attend. 6. NOTE: Bidders must field verify all dimensions, measurements, elevations and existing site conditions indicated on attachments, plans or any other material contained in this bid package before submission of bid. Bidders are solely responsible for the design and effective and efficient functionality of the equipment described in this bid package. 7. SUBSTITUTE AND "OR EQUAL" CLAUSE: Whenever a material, article, size, condition, or piece of equipment is identified in these specifications by reference to manufacturer's or trade names, catalogue numbers, specific sizes and dimensions, it is intended merely to establish a minimum quality /performance standard. Such references are not intended to be restrictive. Any material, article, or equipment of other manufacturers /vendors, which will perform as well or better the duties, imposed by the specifications and is, in the opinion of the City, of equal or superior quality and functionality, will be considered equally acceptable, provided the proposed equal is within the City's budget. The City's decision shall be final on whether the item is equivalent to the minimum quality /performance standards set forth in the bid package. 8. Bidders shall be required to state exactly what type of item they intend to furnish otherwise they shall be required to furnish the items as specified. Bidders shall submit with their bid, data necessary to evaluate and determine the quality /performance of the item(s) they are bidding. The City shall be the sole judge in determining if any product proposed by the Bidder qualifies as an approved equal or better product. 9. MATERIALS AND ITEMS NOT SPECIFICALLY LISTED IN TECHNICAL SPECIFICATIONS: Any and all fastening hardware provided on this project shall be 304 or 316 stainless steel unless specifically designated otherwise in the technical specifications. 10. While minimal impact is anticipated to the existing concrete structures, all modifications of existing or placement of new masonry or concrete material, techniques and products to be used shall be submitted with your bid for approval by City. It is the sole responsibility of the Bidder to identify these items in their bid and provide allowances in the Bid. 11. All protective coatings or coverings on existing structures or new equipment that are anticipated to be modified, disturbed or damaged shall be repaired to like or better condition. All disturbances or damages shall be documented by the contractor and the City and reported to and reviewed by the Utilities Director immediately. It is the sole responsibility of the Bidder to identify all structures or equipment anticipated to be effected, submit with your bid, and provide allowances in the Bid. B14-05 W WTP Bar Screen Replacement Project 27 12. PERMITS: Permits will be required for this project. Appropriate electrical plans specific to this project will be developed and submitted by the selected Bidder to the Ocoee Building Department and a permit secured prior to starting any electrical work. All associated City of Ocoee permit fees will be waved. All permit requirements will be satisfied and approved before final project payment will be made. END OF SECTION B14-05 W WTP Bar Screen Replacement Project 28 FILTER SCREEN TECHNICAL SPECIFICATIONS The equipment shall be the Parkson model AG- UC -MN -A 75 degrees, 3' wide x 9' discharge height, 6 mm Aqua Guard® UltraCleanTM Mechanical Filter Screen unit as supplied by Parkson Corporation, Vernon Hills, IL. or proposed equal, as determined by the City of Ocoee. All manufacturers proposing equipment described herein, will provide a detailed submittal package, which will consist, at a minimum, all information and details prescribed in the technical specification to follow. If submitted equipment requires arrangement differing from that specified, prepare and submit for review complete structural, mechanical, and electrical drawings and equipment lists showing all necessary changes and embodying all special features of equipment proposed. Any changes are at no additional compensation, and the Bidder will be responsible for all engineering costs associated with the redesign. NOTE: Bidder must field verify all dimensions, measurements, elevations and existing site conditions indicated on attachments, plans or any other material contained in this bid package before submission of bid. Bidder is solely responsible for the design and effective and efficient functionality of the equipment described in this bid package. 1.0 GENERAL 1.1 The Bidder shall furnish one (1) model AG- UC -MN -A 75 degrees, 3' wide x 9' discharge height, 6 mm Aqua Guard® UltraCleanTM Mechanical Filter Screen unit, as supplied by Parkson Corporation, Vernon Hills, IL or equal. The Aqua Guard® UltraCleanTM unit will consist of a frame assembly, filter belt /screen assembly, drive assembly, rotating UltraBrushTM assembly, UltraCleanTM head assembly and controls. Screens not made in the USA will not be accepted. Screens not having a certified service center in the state of Florida will not be accepted. 1.2 Experience - There shall be a minimum of 10 screens utilizing the Ultra Clean technology operating successfully in the U.S. and a minimum of three in Florida. All bidders will be required to submit an installation list with their response. 1.3 The automatic filter screen will be designed to positively clean and remove debris up to 3 inches in diameter from the influent stream by means of high impact plastic filter elements designed to retain and elevate debris to the discharge point of the unit where the UltraClean three step cleaning Technology renews the filter belt. 1.4 The unit shall be suitable for installation and operation in a channel measuring 3 feet wide and 3.75 feet deep. The angle of inclination shall be 75 degrees from horizontal. The opening from which the unit discharges screenings from its enclosure shall be at least 5 feet above the operating floor elevation at which the screen is supported. This is the available clearance for the container /compactor to B14-05 W WTP Bar Screen Replacement Project 29 collect the debris. The total discharge height of the screen, as measured from its base to the screenings discharge point, shall be 9 approximately feet. 1.5 Performance - The screen shall be capable of passing a maximum peak flow of 4 MGD based on a nominal unit width of 3 feet, with a downstream water level of 1 foot. The head loss at the maximum flow of water shall not exceed 16 inches. The calculated head loss is based on the assumption of a clean screen, wastewater containing a typical residential raw wastewater solids content, and steady state flow conditions. At no time shall the wastewater level in the screen's influent channel exceed the overflow weir elevation (note: overflow weir elevation shall be verified during the Bidder mandatory site visit). All computed performance data demonstrating that the screen will perform under required conditions stated above must be submitted for review with the Bid documents. The screen shall be capable of presenting a clean filtration surface to the influent stream at all times during continuous operation utilizing UltraCleanTM technology, It shall be capable of intermittent operation in order to form a mat of material to provide maximum trash removal. Additionally, in order to maximize the capture of paper, rags, and other flexible debris, which tends to drape over and adhere to the filtration surfaces, the screen shall have 0.63 square feet of contact surface area per square foot of wetted filtration belt frontal surface. 1.6 The unit shall be capable of handling 1.222 cubic yards per hour of trash in order to ensure that the maximum amount captured by the screen can be transported out of the channel and into the waiting receptacle. 1.7 Related Work - All electrical, mechanical, plumbing connections and labor and materials necessary to install a functioning screenings wash press is the responsibility of the Bidder. 2.0 CONSTRUCTION AND MATERIALS 2.1 FRAME ASSEMBLY 2.1.1 The frame of the unit, which is stationary, shall be constructed from type 304 stainless steel with a thickness of 3/16 inch. It supports and locates all of the operating components. The unit shall rest at the bottom of the channel, and be anchored at the operating floor elevation. No mechanical mounting or fastening of the unit frame is required to the sidewalls or bottom of the channel. 2.1.2 The "A" frame unit shall be supported at the operating floor elevation by support legs constructed from type 304 stainless steel. The legs shall be designed to allow the unit to pivot the screen out of the channel without dewatering (e.g. for bypass purposes). Routine service of the unit is possible with the screen in the channel. B14-05 W WTP Bar Screen Replacement Project 30 2.1.3 Guide rails shall be mounted to each side on the inside surface of the frame to direct the filter belt during its ascension out of the channel. The guide rails shall be 1/2 inch thick and will be constructed from type 304 stainless steel. 2.1.4 At the top of the screen, circular chain guides shall gently direct the filter belt from its ascending path out of the channel towards the drive sprockets. These circular guides shall be constructed from type 304 stainless steel and shall be welded to a type 304 stainless steel shaft. In order to reduce the wear on both the chain and chain guides, the shaft shall be secured to bearings on each side of the frame and free to rotate. 2.1.5 Chain guides shall also be provided to direct the filter belt from the drive sprockets to the descending path into the channel. These fixed rails shall be constructed of type 304 stainless steel and shall be 5/8 inch thick. 2.1.6 Lower return guides shall be provided at the base of the screen to direct the filter belt during its 180 - degree turn from the descending to ascending paths. The lower guide rails shall be constructed from 1/2 -inch thick type 304 stainless steel and shall be fixed in place as low as possible in the frame to optimize the submerged screen area. No submerged bearing or rotating guides are used that will require routine maintenance or that may become fouled by trash and debris. 2.1.7 Neoprene rubber seals with type 304 stainless steel backing plates shall be mounted along the upstream edges of the frame to seal the outer edge of the frame against the channel wall, and the area between the frame and filter belt side plates. 2.1.8 The bottom of the unit shall be sealed with two rows of nylon brushes, which allow the elements to pass through, but prevents trash from passing beneath the filter elements, ensuring capture of all solids and trash by the filter belt. 2.1.9 All shaft bearings are mounted externally to the side frame for ease of access and maintenance. 2.1.10 Full covers that allow for maximum maintenance access and minimize dripping and misting will be provided. The covers shall be fabricated from 14 gauge type 304 stainless steel. All enclosures shall be removable and lightweight. 2.1.11 Front covers will consist of 3 components: Lower cover will be a full width bolt on piece. The middle cover, will be a single hinged front door mounted above the lower cover. The upper cover will hinge upward for easy access to the chain, screen belt, spray system and rotating rails. The cover will have gas assisted lifting mechanisms and positive locking arms. B14 -05 WWTP Bar Screen Replacement Project 31 2.2 FILTER BELT /SCREEN ASSEMBLY 2.2.1 The screen shall provide dual filtration of all materials in order to minimize compaction of captured debris and minimize the head loss through the screen. This shall be accomplished by recessing the horizontal fine filtration opening in the face of the screen. The coarse horizontal openings formed by the upper or forward shank/arm of the elements shall be 14 millimeters and shall be the first opening the flow stream contacts as it passes through the screen. The lower or recessed shank/arm of the elements shall create a two dimensional grid which limits the maximum vertical opening to 25 millimeters and the fine horizontal opening of 6 millimeters. The elements are arranged in a staggered fashion to form an endless belt and to create a range of motion that allows the recessed shank /arm of one row of elements to pass through the plane of the forward arm of the next row of elements it meshes with. Each filter element shall be a single molded component with a rake integral to its shape. The filter belt shall form a row of these rakes spaced every 4 inches, capable of lifting material of up to 3 inches in diameter out of the channel. The elements are secured to two separate filter shafts that pass through individual bosses in the elements. The use of stainless steel elements will not be allowed. 2.2.2 The side plates (or end plates) are mounted next to the outermost elements of each filter row, and overlap to form a continuous moving sidewall for the filter belt. This moving wall prevents captured trash and debris from spilling over the sides of the filter belt. The side plates shall be constructed from a high strength phenolic resin. 2.2.3 The tension of the moving screen /filter belt assembly shall be completely supported by a stainless steel link chain. The chain must connect the filter shaft ends on both sides of the belt assembly so that the elements are free of tension, and support no weight of the assembly. The chain shall be of closed link design with 2 link sidebars, chain rollers and pins per link. The chain assembly shall have a minimum cross sectional area of 0.144 square inches at the weakest point of any individual link sidebar. 2.2.4 Chains shall be supplied with hollow pin construction that allows for the removal and replacement of the filter shafts, side plates and filter elements without releasing the chain tension. The unit is designed to allow this function to take place at the operating floor elevation with the screen in the channel. Chain rollers shall have a diameter of 1 -3/4 inches. 2.2.5 All chain components shall be corrosion resistant stainless steel. Sidebars shall be type 304 stainless steel. Pins, bushings and rollers shall be type 410 stainless steel. 400 series components shall be heat treated to a minimum hardness of 39 on the Rockwell C Scale. B14 -05 WWTP Bar Screen Replacement Project 32 2.2.6 The filter shafts shall have a maximum diameter of 3/4 inch and be spaced on 4 -inch centers in the direction of travel of the filter belt. The shafts shall be constructed from type 304 stainless steel. 2.3 SCREEN BELT DRIVE ASSEMBLY 2.3.1 The drive assembly consists of a gear reducer, motor, drive shaft, and bearing with eccentric locking collar. The drive mechanism shall be protected from the trash stream to ensure that the screen runs smoothly without jamming. The driving force is transmitted to clean, trash free components to avoid mis- tracking or binding, which could render the screen inoperable, requiring manual cleaning and realignment. 2.3.2 The gear reducer is of hollow shaft design by Sumitomo, mounted directly to the unit external to the side frame and connected directly to the drive shaft with a keyless tapered bushing. The reducer shall be designed in accordance with AGMA recommendations for Class II service based on the required horsepower for operation of the machine. 2.3.3 The motor shall be a squirrel cage induction motor, TEFC, 230/460 volt, 3- phase, 60 Hz, 1800 RPM by Baldor. The motor shall be 1/2 HP. 2.3.4 Overload protection shall be provided by an electrical overload device that senses motor current draw (SSAC Current Monitor or equal) 2.3.5 The filter belt drive shaft is located in the head of the unit and is supported at each end by the hollow shaft reducer and bearing with eccentric locking collar. The drive shaft sprockets that engage the filter belt chain rollers and transmit motion to the filter belt assembly are welded to the drive shaft. The drive shaft and sprockets shall be constructed from type 304 stainless steel. 2.4 ULTRACLEANTm TECHNOLOGY 2.4.1 In addition to the normal interaction of the filter elements, the U1traClean Technology cleans and renews the screen in 3 additional ways: A. The UltraWash Screen Belt Spray System. B. The UltraClean Belt Geometry and repositioned brush. C. The Quick Change UltraBrushTm Assembly 2.4.2 The UltraWash screen belt spray system consists of two (2) optimally positioned stainless steel spray bars with 1/4 turn quick release spray nozzles. The 1/4 turn makes unplugging nozzles quick and easy with access provided thru the covers. Water usage is 20 gpm at 40 psi but can be very effective at low flows, pending site requirements. 2.4.3 SOLENOID VALVE. The UltraWash system will be actuated by one 120 Volt, single phase, 60 Hz normally closed solenoid valve. Valve will consist of a B14-05 W WTP Bar Screen Replacement Project 33 brass body with a I inch NPT pipe connection. Electrical housing will be rated NEMA 7 with a 3/4 inch conduit connection. 2.4.4 Contractor will provide and locate manual shut off valves and pressure gauges for each spray bar after the solenoid valve. 2.4.5 The U1traClean Belt Geometry increases the self cleaning action of elements and positions the screen belt for optimal cleaning by the combination of the brush and spray wash system. 2.4.6 The U1traBrush assembly is of hybrid construction that limits stringy solids from wrapping around the brush shaft and extends its effective life. The bristles are longer and make full penetration of the element shank for positive cleaning of the filter belt. The brush is driven by an independent drive system. Screens that do not use a dedicated drive (independent of the belt drive) for the brush will not be allowed. 2.4.7 A side mounted door provides access for replacing the UltraBrush without reaching into the unit by more than 6 inches. Designs that require reaching into the machine beyond 6 inches to change the brush are prohibited. Changing of the brush is accomplished in under 10 minutes by sliding the solid core brush from the cantilevered drive shaft. 2.5 ULTRABRUSH DRIVE ASSEMBLY 2.5.1 The drive assembly consists of a gear reducer, motor, and brush shaft. The drive mechanism shall be protected from the trash stream to ensure that the brush runs smoothly. 2.5.2 The gear reducer is of hollow shaft design by Sumitomo, mounted directly to the unit external to the side frame and connected directly to the brush shaft with a keyless tapered bushing. The reducer shall be designed in accordance with AGMA recommendations for Class II service based on the required horsepower for operation. 2.5.3 The motor shall be a squirrel cage induction motor, TEFC, 230/460 volt, 3- phase, 60 Hz, 1800 RPM by Baldor. The motor shall be 3/4 HP. 2.5.4 Overload protection shall be provided by an electrical overload device that senses motor current draw (SSAC Current Monitor or equal) 2.5.5 The brush drive shaft shall be of a cantilevered design. In the installed position, it shall be supported at each end by the hollow shaft reducer and eccentric bearing. The entire mechanism will be adjustable via jacking screws to achieve brush removal and replacement. B14 -05 WWTP Bar Screen Replacement Project 34 2.6 DISCHARGE CHUTE 2.6.1 A discharge chute shall be provided integral to the machine, constructed from 14 gauge type 304 stainless steel and designed to direct the screenings to the collection equipment below. 2.6.2 The chute shall have a 1/4 -inch thick flange that shall allow it to be connected to ancillary washing, compacting, and collection equipment. 2.7 LUBRICATION 2.7.1 Lubrication lines shall be extended from each bearing housing to a central point located on the respective side of the machine, accessible from the operating floor for ease of maintenance. 2.8 FASTENERS 2.8.1 All fasteners shall be type 18 -8 stainless steel. 2.9 SURFACE FINISH 2.9.1 SURFACE TREATMENT OF STAINLESS STEEL COMPONENTS All frame and structural members will be mechanically cleaned using DuPont Starblast. Sheet metal components such as covers or the discharge chute will be furnished with a 2B finish. 2.9.2 All other appurtenances including roller chain, brush sprockets, bearing housings, motor, reducer, etc. shall be supplied with the manufacturer's standard finish. 3.0 ELECTRICAL DEVICES AND CONTROLS 3.1 ELECTRICAL DEVICES Interconnecting conduit and wiring will be the responsibility of the installing contractor. In addition to the drive motor, the following electrical devices will be furnished with each unit: 3.1.1 FLOAT SWITCH LEVEL SENSOR. 3.1.2 EMERGENCY STOP LOCAL PUSH BUTTON STATION. A NEMA 4X emergency stop push button station will be mounted to the frame of the unit with a 1/2 inch NPT conduit connection. 3.1.3 SOLENOID VALVE. A NEMA 4X rated, 120 Volt, single phase, 60Hz normally closed solenoid valve with a 3/4 inch conduit connection. B14 -05 WWTP Bar Screen Replacement Project 35 3.2 CONTROLS The following controls will be provided: 3.2.1 A 480 Volt primary U.L. listed and labeled control panel in a NEMA 4X 304 SST enclosure suitable for wall mounting. It will contain the following logic devices for proper operation of the equipment: 1. Programmable relay to perform necessary logic functions and monitor equipment mounted electrical devices. 2. Emergency Stop push button. 3. Hand - Off -Auto selector switch for screen operation. 4. Hand - Off -Auto selector switch for brush operation. 5. Hand - Off -Auto selector switch for spray wash operation. 6. Control power and run indicating lights. 7. Motor current monitor and hour meter. 8. Fault indicating light and system reset pushbutton. 9. Run and fault auxiliary output contacts for customer use. 3.2.2 A step -down control transformer, motor starter and fused disconnect will be provided. 3.3 SEQUENCE OF OPERATION 3.3.1 HAND OPERATION. When the Hand mode is selected, the screen will run continuously. Placing the selector switch in the Off position will stop the screen. 3.3.2 AUTOMATIC OPERATION. When the Auto mode is selected, the unit will run via the water level sensor or repeat cycle timer. After the water level has lowered, the unit will continue to run for the length of time set on the off delay timer, typically set at 30 seconds. The Spray wash system and brush are also activated whenever the screen is running. 3.3.3 EMERGENCY STOP. The unit can be deactivated at any time by pressing either the control panel or unit mounted Emergency Stop push buttons. 3.3.4 FAULT CONDITIONS. Motor overload or high motor current will stop the drive motor and illuminate the fault light. 4.0 ANCHOR BOLTS 4.1 The manufacturer will supply type 304 stainless steel 3/4"-10 UNC threaded rods for use with the HILTI HY- 150MAX Adhesive Anchoring system. Adhesive to be provided by others. B 14 -05 W WTP Bar Screen Replacement Project 36 5.0 FACTORY SERVICE 5.1 The manufacturer will provide a qualified service representative following installation for one (1) trip to the jobsite for a total of two (2) days for inspection of installation, equipment startup and operator training. 6.0 FACTORY ASSEMBLY, TESTING, AND INSPECTION 6.1 The screen shall be factory assembled and tested prior to being shipped. The Engineer and /or Owner may, at their option and own expense, witness the factory test. The equipment will be shipped completely assembled other than the motor /reducer, discharge chute and support legs. It shall be capable of being set in place and field erected by the contractor with a minimum of field assembly. 7.0 INSTALLATION, OPERATION AND MAINTENANCE MANUAL 7.1 In addition to the normal Installation, Operation, and Maintenance manuals required by the contract, a spare manual will be shipped with the unit in order to allow for proper operation of the equipment prior to the release of all final Installation, Operation, and Maintenance manuals. END OF SECTION B14 -05 WWTP Bar Screen Replacement Project 37 SCREENING WASH PRESS TECHNICAL SPECIFICATIONS The equipment shall be the Parkson model AWP 8 -2 Aqua Washpress, as supplied by Parkson Corporation, Vernon Hills, IL. or proposed equal, as determined by the City of Ocoee. All manufacturers proposing equipment described herein, will provide a detailed submittal package, which will consist, at a minimum, all information and details prescribed in the technical specification to follow. If submitted equipment requires arrangement differing from that specified, prepare and submit for review complete structural, mechanical, and electrical drawings and equipment lists showing all necessary changes and embodying all special features of equipment proposed. Any changes are at no additional compensation, and the Bidder will be responsible for all engineering costs associated with the redesign. NOTE: Bidder must field verify all dimensions, measurements, elevations and existing site conditions indicated on attachments, plans or any other material contained in this bid package before submission of bid. Bidder is solely responsible for the design and effective and efficient functionality of the equipment described in this bid package. 1.1 GENERAL A. The Bidder will furnish one (1) Parkson model AWP 8 -2 Aqua Washpress unit, as supplied by Parkson Corp., Vernon Hills, IL or equal. The Aqua Washpress unit will consist of a Main Body, Screw, Wash Sprays, Flush Sprays, Drive System, Feed Hopper and Covers, Discharge Piping and Controls. B. The equipment will be of the latest design and will be fabricated of the specified materials and in a fashion that will fully perform the functions described in these specifications. 1.2 RELATED WORK All electrical, mechanical, plumbing connections and labor and materials necessary to install a functioning screenings wash press is the responsibility of the Bidder. 1.3 REFERENCES STANDARDS A. The design, manufacture, and installation of this equipment will meet or exceed the applicable provisions and recommendations of the following current editions of codes and standard authorities, except where otherwise shown or noted: 1. AGMA, American Gear Manufacturers Association 2. ASME, American Society of Mechanical Engineers 3. ASTM, American Society of Testing and Materials 4. ANSI, American National Standards Institute 5. NEC, National Electric Code 6. ABMA, American Bearing Manufacturers Association B14 -05 WWTP Bar Screen Replacement Project 38 1.4 EXPERIENCE A. The equipment manufacturer will have a minimum of five (5) years of design and manufacturing experience with screw wash press units, with not less than one - hundred (100) screw wash press units sold and installed in similar applications. Manufacturer will include U.S, installation list with the equipment submittal. 1.5 SUBMITTALS A. Complete submittal drawings, quality control and product information will be submitted. As a minimum, the following information will be submitted: A Letter of Compliance, which confirms any variances with the Contract Plans and Specifications, and provides further explanations where necessary to adequately define the scope of supply. 2. Dimensional plan and section drawings of the equipment mounted in the structure, showing all utility connections and requirements, and anchor bolt locations. Where applicable, drawings will show connection to associated equipment provided by others. 3. Approximate weight of each component or piece of equipment. 4. Manufacturers' catalog information, descriptive literature, specifications, and identifications of material of construction. 5. Power and control wiring diagrams, including terminal layout with numbers, panel construction and panel layout drawings, and control schematics diagrams. Control diagrams will also include a description of operation. 6. Manufacturers' performance data for all drives. Installation, Operation and Maintenance manuals, which will be submitted after final approval of the equipment. A spare manual will be shipped with the unit in order to allow for proper installation and operation of the equipment prior to the release of all final Installation, Operation, and Maintenance manuals. 1.6 BASIS OF DESIGN A. EQUIPMENT LAYOUT. The contract documents and specifications are based on the Parkson's Aqua Washpress Model AWP8 -2 design. Any changes in layout, access platforms, piping or structural requirements for an alternative manufacturer's design will be the responsibility of the installing contractor, including the cost of the engineer to verify layout, sizing, and structural requirements. B14-05 W WTP Bar Screen Replacement Project 39 The Aqua Washpress unit will be inclined at 0 degrees from horizontal. The discharge piping will be designed to direct the screenings from the unit into the designated receptacle or receiving equipment. B. STANDARD DESIGNS. Where a manufacturer's standard equipment and /or model number is listed, the equipment will be provided as modified to conform to the performance, function, features, and materials of construction as specified herein. 1.7 PERFORMANCE REQUIREMENTS A. The Aqua Washpress unit will be capable of the following performance: The Aqua Washpress unit will be designed to receive and wash screenings, then reduce the volume and water content by means of a pressing action. Screenings to be washed will be gravity fed to the drainage trough and conveyed by the screw towards the washing section. Wash water is added, which back flows the screenings, while the spiral alternately stops and restarts to convey the screenings through the wash section. The wash water is then turned off and the screenings are discharged and dewatered by the backpressure generated in the discharge pipe. 2. The unit will be installed outdoors in an unclassified area. 3. The unit's controls will be installed in an unclassified area. 4. The unit will be suitable for installation and operation in the designated space. 5. The unit will have an inlet capacity of 35 cubic feet per hour, handling wet screenings with an approximate dry weight of not less than 8% solids. 6. Utilities a. Total Spray wash (max @ 60 psi): 25 gpm (Wash water to be filtered to 50 micron by contractor.) See also sections 2.3, C & D. b. Power Supply 460/3/60 (total power demand indicated on Control Panel drawings) 1.8 WARRANTY A. See Parkson's standard one -year warranty. B14-05 W WTP Bar Screen Replacement Project 40 PARTI- PRODUCT 2.1 MANUFACTURER A. Acceptable manufacturer The Aqua Washpress unit will be manufactured by Parkson Corporation, Vernon Hills, IL, or proposed equal, as determined by the City of Ocoee. 2.2 QUALITY ASSURANCE A. The equipment will include all necessary devices, such as machinery guards, emergency stops, warning labels, and similar items. B. Threaded fitting will have a standard tapered pipe threads complying with ANSI /ASME B1.20.1. C. Bearings will conform to the standards of ABMA. D. Gear reducer selections will comply with AGMA standards and gear reducer's recommendations. E. Nameplates will be engraved stainless steel and stamped and fastened to the equipment with stainless steel rivets. F. The equipment will be manufactured in the United States by a manufacturer that is ISO 9001 certified. G. The equipment will be factory assembled and tested for a minimum of four (4) hours at the U.S. factory prior to delivery. The Engineer and /or Owner may witness the factory test, at their own option and expense. H. The equipment will be delivered to the site as fully assembled as possible. Some components may be removed from the unit after shop testing to prevent damage during shipment' these components must be re- assembled on the unit by the Contractor. 2.3 MATERIALS of CONSTRUCTION AND FABRICATION A. MAIN BODY The main body will consist of a drainage trough and a washer barrel, enclosed by an outer housing and a support leg at each end. The main body will be constructed of type 304L stainless steel for all welded components, to minimize corrosion in the heat affected zones, and type 304 stainless steel for all non - welded components. 1. DRAINAGE TROUGH. The drainage trough will be the perforated inlet area of the unit, which captures screenings and allows liquid to drain. The inlet area will measure 11" wide x 27 inches long. The drainage B14 -05 WWTP Bar Screen Replacement Project 41 trough will be constructed from 12 gauge (0.11 ") for AWP 8 stainless steel with 0.19 inch diameter perforations. WASHER BARREL. The washer barrel will provide a washing zone and a dewatering zone for the incoming screenings. The washer barrel will be constructed of 0.25 inch thick stainless steel, with three distinct perforated drainage zones having 0.19 inch diameter holes chamfered to 0.38 inch diameter on the outside. The inside of the washer barrel will be provided with six (6) 0.25 inch thick by 1.50 inch wide replaceable wear bars with 400 Brinnel hardness. OUTER HOUSING. The outer housing will enclose the sides and bottom of the drainage trough and washer barrel. The outer housing will collect drained liquid from the drainage trough and washer barrel and direct the liquid to a 4.0 inch drain tube. Access panels will be provided on the outer housing in the washer barrel area to facilitate servicing of the washer barrel. The outer housing will be constructed from 10 gauge (0.135 inch) thick stainless steel. 4. SUPPORT LEGS. A support leg will be provided at each end of the main body to support the main body, provide the means to mount the drive assembly (at the drive end), and provide the means to mount discharge piping (at the discharge end). Each support leg will be designed to allow the screw to be removed from either end of the main body. Each support leg will be provided with a footpad and anchor bolt holes, to secure the unit to the structure. B. SCREW: The shafted screw will be provided to convey screenings through the various stages of the unit. The screw will be constructed of carbon steel and finished with alkyd enamel paint. The spiral will be 8.00 inches OD and have minimum 0.63 inch thick flights. A replaceable 0.25 inch wide nylon brush with type 304 stainless steel casing will be attached with bolted clips to the spiral OD throughout the inlet area to scour the perforated sheet. The brush OD will be 8.50 inches. The pitch of the last screw flight will be reduced to facilitate dewatering. The end of the last flight will be blunted to facilitate the pushing of screenings into the discharge pipe. C. WASH SPRAYS The wash zone will include a spray wash system to wash organic residue from screenings. The wash zone spray will consist of one (1) spray header, four (4) water injection points, one (1) ball valve and one (1) solenoid valve. The solenoid valve body will be of brass construction with Buna seals. The ball valve will be of brass construction with a stainless steel ball. The system will have an output of 10 GPM at 60 psi. The spray connection will be '/z inch NPT. D. FLUSH SPRAYS The press will include a single point spray wash system to flush organic residue trapped in the outer trough. The flushing spray will consist of one (1) spray header, one (1) ball valve and one (1) solenoid valve. The solenoid valve body B14-05 W WTP Bar Screen Replacement Project 42 will be of brass construction with Buna seals. The ball valve will be of brass construction with a stainless steel ball. The system will have an output of 15 GPM at 60 psi. The spray connection will be ' / 2 inch NPT. E. DRIVE SYSTEM The unit drive system will consist of a gearmotor mounted on a sealed drive mounting bracket and a drive shaft that connects the gear reducer output to the shaft of the screw. GEARMOTOR. The gearmotor will be a single speed, dual voltage SEW Eurodrive motor direct coupled to an SEW Eurodrive helical gear reducer. a. The electric motor will be a 3 horsepower for severe duty motor with a 1.15 service factor, rated for use in a 40° C ambient temperature. The TEFC motor will be NEMA design B with Class F insulation, 1800 rpm output speed, and a 230/460 volt, 3- phase, 60 Hz power supply. The motor conduit box will have one (1) 1/2 inch NPT and one (1) 3/4" NPT conduit connection. The gear reducer will be AGMA class II (1.6 service factor) with minimum 94% efficiency, producing an output speed of 14 rpm and an output torque of 13,900 inch - pounds. Heavy duty tapered roller bearings in the gear reducer will provide a maximum thrust capacity of 6,740 pounds. Gear reducers with service factors of less than 1.4 and efficiencies of less than 94% will not be allowed. 2. DRIVE MOUNTING BRACKET. A drive mounting bracket will be provided to mount the gearmotor to the drive end support leg of the unit. The bracket will be made of type 304 stainless steel. A compression type packing gland seal will be provided on the mounting bracket to seal the drive shaft. PTFE packing rings will be fitted into the seal housing, and held in place by a two -bolt stainless steel gland follower. DRIVE SHAFT. The drive shaft will be direct coupled to the spiral and constructed of carbon steel. The shaft will be painted, except in the area of the shaft that extends into the hollow bore of the reducer. F. INLET HOPPER AND COVER . A 12 gauge (0.105 inch) stainless steel inlet hopper will be supplied to direct screenings and liquid into the drainage trough. The chute will be flange bolted to the trough, with each side of the chute being a minimum 60 degrees from horizontal. A 12 gauge (0.105 inch) stainless steel cover will be supplied to cover the remaining top of the main body. 3. A 3/8" thick foam rubber gasket will be provided to seal the feed hopper and cover. B14-05 W WTP Bar Screen Replacement Project 43 G. DISCHARGE PIPING A 14 gauge (.075 inch) stainless steel discharge pipe will be fitted to the discharge end support leg to direct screenings into a customer provided receptacle. All discharge pipe flanges will be 304L stainless steel. Aluminum flanges will not be allowed. H. PIPE SUPPORTS: Pipe supports, if needed, will be supplied by Parkson. FASTENERS All fasteners will be type 18 -8 stainless steel. J. FABRICATION 1. Weld size, type, and procedure will provide the necessary strength and facilitate the manufacturing of the specific component. K. SURFACE FINISH 1. All stainless steel components will have standard mill finish and will be mechanically cleaned to remove weld discoloration and fabrication markings. 2. The screw and drive shaft will be finished with an enamel coating. 3. The motor and gear reducer will have the standard manufacturer's finish. L. ELECTRICAL DEVICES AND CONTROLS Electrical device interconnecting conduit and wiring will be the responsibility of the installing contractor. In addition to the drive motor, the following electrical devices will be furnished with the unit: SOLENOID VALVES. Two (2) 120 volt, single phase, 60 Hz solenoid valves for the wash zone and flush spray washes housed in NEMA 4X enclosures will have 18 -inch long integral leads and will have 1/2 inch NPT conduit connections. EMERGENCY STOP LOCAL PUSH BUTTON STATION. A NEMA 4X emergency stop push button will be mounted to the end flange and will have a 1/2 inch NPT conduit connection. CONTROL PANEL: Controls for the unit will be provided in the screen control panel. It will contain the following logic devices for proper operation of the equipment: a. Programmable relay to monitor equipment mounted electrical devices to perform necessary logic functions. b. Emergency Stop push button. C. Hand - Off -Auto selector switches for the drive, wash and flush water sprays. d. Control power and spiral run incandescent indicating lights. e. Current monitor f. Fault and fault reset push button incandescent light. B14 -05 WWTP Bar Screen Replacement Project 44 g. Run and fault auxiliary output contacts for customer use. A step -down control transformer, IEC rated motor starter and fused main disconnect will be provided. M. SEQUENCE OF OPERATION 1. HAND OPERATION. When HAND mode is selected, the screw will run continuously. When either spray wash HAND mode is selected, the spray wash will run continuously. 2. INTERMITTENT AUTOMATIC OPERATION. The control panel will be equipped to control the wash cycle, screw movement and flush cycle. Each wash or flush cycle and the screw movement will be controlled independently through the use of timers and counters. The drive motor and spray washes will be controlled automatically when the selector switches are placed in the AUTO position. a. The press motor starts after an adjustable number of start cycles from the interlocked feeding equipment. The press motor will run for an adjustable length of time, typically set at 0.3 seconds. b. The press motor continues to run and the washing solenoids open for an adjustable length of time, typically set at 4 seconds. The press motor stops for an adjustable length of time, typically set at 4 seconds, while the washing solenoids remain open. C. Motor stop /start cycle repeats for an adjustable number of counts, typically set at six (6). d. The washing solenoids close and the press motor runs for an adjustable length of time, typically set at 30 seconds, to dewater and discharge the screenings. e. The flush solenoid opens for an adjustable length of time after the press motor stops, typically set at 10 seconds. The system will reset after the flush solenoid closes. 3. EMERGENCY STOP. The unit can be deactivated at any time by pressing either the control panel mounted or unit mounted Emergency Stop push buttons. 4. FAULT CONDITIONS. Motor overload or high motor current conditions will stop the motor and illuminate the fault light. B14 -05 WWTP Bar Screen Replacement Project 45 2.4 CONTRACTOR RESPONSIBILITIES A. The Contractor will be responsible for reviewing the design of the equipment provided by the manufacturer, so that it fits properly in the structure and interfaces properly with associated equipment provided by others. B. The Contractor will be responsible for receiving the equipment, unloading it from the common carrier, and storing it safely until it is ready to be installed. C. The Contractor will install the manufacturer's equipment in accordance with the manufacturer's Installation, Operation and Maintenance instructions. D. The Contractor will provide all field wiring between the electrical devices on the screen (motors, switches, valves, etc.) and the control panel. Contractor will also provide all required local disconnects and junction boxes. E. The Contractor will provide all field piping, fittings, isolation valves, and components required to supply the necessary wash water to the spray system (as specified in Paragraph 1.8 A 5 a). F. The manufacturer will provide 304 stainless steel anchor bolts with 6 inch minimum embedment, for each unit. The AWP 8 uses '' /z" diameter anchors. PART 2 - EXECUTION 3.1 INSPECTION AND STORAGE A. The equipment will be shipped assembled and as much as possible (depending on size of unit, drives and supports may be shipped loose). The Contractor will be responsible for inspecting the equipment upon receipt of goods at the jobsite, unloading, and storing the equipment in a reasonable manner and protecting the motors, gearboxes, and controls from the weather in accordance with the Installation Operation and Maintenance manual. 3.2 INSTALLATION A. The Contractor will install the equipment in the structure, according to the Contract Documents and the approved submittals provided by the manufacturer, following the instructions detailed in the Installation Operation and Maintenance manual. B. Upon completion of installation by the Contractor and startup of the equipment by the manufacturer's field service representative, the equipment will be operated under the supervision of the Contractor for a minimum of eight (8) hours to ensure that all operating characteristics are within acceptable limits. END OF SECTION B14-05 W WTP Bar Screen Replacement Project 46 EXHIBIT B BID FORM (Page 1 of 2) B14 -05 OCOEE WWTP BAR SCREEN REPLACEMENT PROJECT Item Description Unit LS Item Price 1 Mobilization/Demobilization LS $ 2 General Conditions LS $ 3 Procurement and Delivery of Parkson model AG- UC -MN -A 75 LS $ degrees, 3' wide x 9' discharge height, 6 mm Aqua Guard' UltraCleanTM Mechanical Filter Screen unit or equal and Parkson model AWP 8-2 Aqua Washpress or equal. (25% invoice value of item to be retained until unit is beneficial functionally useful). Please list proposed equal here 4 Furnish all labor, materials and equipment to remove and dispose of LS $ existing automated bar screen, existing screenings bin /discharge chute, all associated piping, conduit and unnecessary associated appurtenances. 5 Fabrication and modification of screenings discharge chute to accept LS 8 screenings from the new wash press. B14-05 WWTP Bar Screen Replacement Project 47 BID FORM (Page 2 of 2) B14 -05 OCOEE WWTP BAR SCREEN REPLACEMENT PROJECT 6 Furnish all ELECTRICAL supplies, materials, hardware including LS $ any factory provided electrical panels and all labor necessary to install a complete functioning fine screen and screenings wash press. Furnish all PLUMBING supplies, materials, hardware and labor necessary to install a complete functioning fine screen and screenings wash press (25% value of item to be retained until unit is beneficial functionally useful) 7 Furnish all necessary concrete /masonry work, flow channel LS $ modifications and specialty coatings necessary for removal and installation of the new fine screen and wash press equipment. TOTAL LUMP SUM BID $ i Units: LS = Lump Sum NAME OF BIDDER BID PREPARED BY (PRINT) SIGNATURE B 14 -05 WWTP Bar Screen Replacement Project 48 EXHIBIT C 1 : I 1 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 B14 -05 Ocoee WWTP Bar Screen Replacement (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 B14-05 W WTP Bar Screen Replacement Project 49 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. 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. 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. B14-05 W WTP Bar Screen Replacement Project 50 BIDDER: Strike out (X) non - applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP, complete this signature block. (1) (Individual's Signature) (Witness) (2) (Individual's Signature) doing business as (Witness) (SEAL) (Business Address) (Telephone No.) (Florida License No.) B14-05 W WTP Bar Screen Replacement Project 51 If Bidder is PARTNERSHIP, complete this signature block. (1) (Partnership Name) (Witness) (2) (General Partner's Signature) (Witness) (SEAL) (General Partner's Name) (Business Address) (Telephone No. ) (Florida License No.) B14-05 W WTP Bar Screen Replacement Project 52 If Bidder is CORPORATION, complete this signature block. (1) (Corporation Name) (Witness) (2) (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.) B14 -05 WWTP Bar Screen Replacement Project 53 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. B 14 -05 W WTP Bar Screen Replacement Project 54 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) known to me, and a (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 Given under my hand and seal this day of (Surety Company) ►.1 (Notary Public) My Commission Expires END OF SECTION B14 -05 WWTP Bar Screen Replacement Project 55 EXHIBIT D PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that , (hereinafter referred to as "Principal "), and a corporation organized under the laws of the State of and licensed to do business in the State of , (hereinafter referred to as "Surety "), and held and firmly bound unto the City of Ocoee, Florida, as Obligee, (hereinafter referred to as "Obligee "), in the Penal Sum of , for the payment of which sum well and truly made, Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated ,entered into a contract, (hereinafter referred to as the "Contract ") with Obligee for the construction of Ocoee Wastewater Treatment Plant Bar Screen Replacement Project (hereinafter referred to as the "Project ") in accordance with the plans and specifications prepared by City of Ocoee Utilities Department, dated July, 2014; and NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT IF Principal shall well and truly perform all the undertakings, covenants, terms, conditions, and agreements of said Contract including, but not limited to, the making of payments to persons or entities providing labor, materials or services to Principal under the Contract, within the time provided therein, and any extensions thereof that may be granted by the Obligee, and also during the life of any warranty or guaranty required under said Contract, and shall also well and truly perform all undertakings, covenants, terms, conditions, and agreements of any and all duly authorized and modifications of said Contract that may hereafter be made, and shall pay, compensate, indemnify and save harmless the said Obligee of and from any and all loss, damage and expense, or from any breach or default by Principal under the Contract, including, but not limited to, liquidated damages, damages caused by delays in performance of the Principal, expenses, cost and attorneys' fees, including appellate proceedings, that Obligee sustains resulting directly or indirectly from failure of the Principal to perform the Work identified by the Contract, then this obligations shall be null and void; otherwise, it shall remain in full force and effect and Surety shall be liable to Obligee under this Performance Bond. The Surety's obligations hereunder shall be direct and immediate and not conditional or contingent upon Obligee's pursuit of its remedies against Principal, and shall remain in full force and effect notwithstanding (I) amendments or modifications to the contract or contract entered into by Obligee and Principal without the Surety's knowledge or consent; (ii) waivers of compliance with or any default under the Contract granted by Obligee to Principal or by Principal to Obligee without the Surety's knowledge or consent; (iii) the discharge of Principal from its obligations under the Contract as a result of any proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability of Principal or its estate as a result of any such proceedings; or (iv) any other action taken by Obligee or Principal that would, in the absence of this clause, result in the release or discharge by operation of law of the Surety from its obligations hereunder. B14-05 W WTP Bar Screen Replacement Project 56 In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shall also indemnify and save the Obligee harmless from any and all loss, damage, cost and expense, including reasonable attorneys' fees and other legal costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety's failure to fulfill its obligations hereunder. This paragraph shall survive the termination or cancellation of this Performance Bond. The obligations set forth in this paragraph shall not be limited by the Penal Sum of this Bond. Any changes in or under the Contract or the Contract and compliance or noncompliance with any formalities connected with the Contract or the Contract or the changes therein shall not affect Surety's obligations under this bond, and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Penal Sum of this bond shall increase or decrease in accordance with approved changes or modifications to the Contract. The said Principal and the said surety agree that this bond shall inure to the benefit of all persons supplying labor and material in the prosecution of the work provided for in the said subcontract, as well as to the Obligee, and that such persons may maintain independent actions upon this bond in their own names. IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals on the day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents fully signed by its undersigned representative, pursuant to the authority of its governing body. Signed, sealed and delivered in the presence of: Principal SEAL) (Official Title) Surety C (SEAL) (Official Title) NOTES: If Principal and Surety are corporations, the respective corporate seal should be affixed and attached. Surety shall execute and attach a certified copy of Power of Attorney Appointing Individual Attorney -In -Fact for execution of Performance Bond on behalf of Surety. END OF SECTION B14 -05 WWTP Bar Screen Replacement Project 57 EXHIBIT E Statutory Payment Bond Pursuant to Florida Statutes, 255.05, et seq. KNOW ALL MEN BY THESE PRESENTS, THAT (hereinafter called the "Principal'), as Principal, and , a corporation organized and existing under the laws of the State of , hereinafter called the "Surety "), as Surety, are held and firmly bound unto the City of Ocoee, Florida, (hereinafter called the "Obligee "), by bond number in the sum of Dollars and Cents ($ ), for the payment of which sum well and truly to be made, the said Principal and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a written Contract with the Obligee dated , 20_ to perform, as Contractor, in accordance with the Contract and Contract Documents, which Contract and Contract Documents are hereby incorporated herein by reference. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Principal and the Surety agree that this Bond shall inure to the benefit of all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in said Contract, and that any such claimant may maintain an independent action upon this Bond in its own name. The provisions of Florida Statutes, Section 255.05, et seq. are hereby incorporated herein by reference and made a part of this payment bond including, but not limited to, the notice and time limitation provisions in subsection (2). Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05 (2), Florida Statutes. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. B14 -05 WWTP Bar Screen Replacement Project 58 (Principal) I:1 (Seal) (Name & Title) (Signature) Witness or Secretary's Attestation (Seal) (Surety) By (Name & Title *) (Signature) Witness or Secretary's Attestation *Attach Power -Of- Attorney END OF SECTION B14 -05 WWTP Bar Screen Replacement Project 59 EXHIBIT F APPLICATION AND CERTIFICATION FOR PAYMENT FORM Application No. Progress Payment Final Payment P.O. No.: Contractor: Contract Date: Application Date: For Period Ending City Project Nos.: Project Name: B14 -05 Ocoee WWTP Bar Screen Replacement Construction Start Date: End Date: Construction Days — Total: Elapsed: Remaining: 1. Original Contract Amount $ 2. Sum of Approved Change Orders to Date (from Table) $ 3. Current Contract Amount (Sum of Lines 1 and 2) $ 4. Total of Prior Pay Applications (including retainage) $ 5. Amount of this Pay Application (including retainage; Total (Write in Line 2, above) from Bid Item Quantity Spreadsheet) $ 6. Total Earned to Date (Sum of Lines 4 and 5) $ 7. Total of Payments Made by City to Date $ 8. Retainage Held from Prior Pay Applications $ 9. Retainage to Be Held in this Pay Application $ 10. Total Retainage Held to Date (Sum of Lines 8 and 9) $ 11. Total Earned to Date less Retainage (Line 6 minus Line 10) $ 12. Total Earned less Retainage for this Pay Application (Line 5 minus Line 9) $ 13. Total Amount to Be Paid by City for this Application (Line 11 minus Line 7) $ Approved Chance Orders Change Order No. Date Approved by City Date Accepted by Contractor Total Change in Contract Price Total (Write in Line 2, above) B14 -05 WWTP Bar Screen Replacement Project 60 Contractor's Certification The undersigned Contractor hereby swears under penalty of perjury that (1) all previous progress payments received from the Owner on account of Work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive (not applicable for first application.); and (2) all materials and equipment incorporated in said Project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interest and encumbrances; (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated , 20 (Contractor) (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: an Representative's Authorized Signature Owner's Authorized Signature Title Date: Date: B14 -05 WWTP Bar Screen Replacement Project 61 EXHIBIT G BID #B14 -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 B14 -05 WWTP Bar Screen Replacement Project 62 EXHIBIT H 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 B14 -05 OCOEE WASTEWATER TREATMENT PLANT BAR SCREEN REPLACEMENT PROJECT Scope of Work ARTICLE 2. Architect and Engineer The Project has been designed by the City of Ocoee; however, the Utilities Director (Engineer) or his designee is to act as Owner's representative, assume all duties and responsibilities of the project engineer, and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the work. ARTICLE 3. CONTRACT TIME 3.1 The work shall be substantially complete within Ninety (90) calendar days. Substantially Complete shall be defined as all necessary work to restore acceptable operation of the sand filter. The entire work shall be complete and ready for its intended use, including final dressing and cleanup, within One Hundred Twenty (120) calendar days. 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 B14 -05 WWTP Bar Screen Replacement Project 63 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, B 14 -05 W WTP Bar Screen Replacement Project 64 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: B14 -05 WWTP Bar Screen Replacement Project 65 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). B14 -05 WWTP Bar Screen Replacement Project 66 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 H). 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 Bar Screen Replacement Project." dated July, 2014. 8.6 Exhibit 1, Drawings, bearing the following general title: Attachment #1 Power Riser Diagram Equipment Schedule Attachment #2 Oxidation Ditches Pretreatment Facility Electrical Plan Attachment #3 Pretreatment Building Sections Attachment #4 Pretreatment Building Top Plan 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 B14 -05 WWTP Bar Screen Replacement Project 67 State of Florida or any political subdivision, municipality, special district or authority thereof without Contractor's consent and without recourse. 9.2 Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, his partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 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.) B14-05 W WTP Bar Screen Replacement Project 68 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: 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 NAME: APPROVED BY CITY OF OCOEE COMMISSION AT A MEETING HELD on , under Agenda Item _ END OF SECTION TITLE: APPROVED: BY: S. Scott Vandergrift, Mayor B14-05 W WTP Bar Screen Replacement Project 69 EXHIBIT I FILTER SCREEN AND SCREENING WASH PRESS ATTACHMENT COVER SHEET The following attachments, posted as a separate pdf file on Onvia/Demandstar, are derived from the original Record Drawings /Conformed Drawings for the City of Ocoee Wastewater Treatment Plant 42 Phase 2 Expansion as provided to the City of Ocoee by Professional Engineering Consultants, Incorporated dated 10/18/1992. These plan sheets are provided for reference only. All dimensions, sizing and equipment location must be field verified. Attachment #1 Power Riser Diagram Equipment Schedule Attachment #2 Oxidation Ditches Pretreatment Facility Electrical Plan Attachment #3 Pretreatment Building Sections Attachment #4 Pretreatment Building Top Plan B14 -05 WWTP Bar Screen Replacement Project 70 Mayor S. Scott Vandergrift City Manager Robert Frank July 21, 2014 Commissione John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B14 -05 OCOEE WASTEWATER TREATMENT PLANT BAR SCREEN REPLACEMENT PROJECT This addendum shall modify and become a part of the original bid documents for the Ocoee Wastewater Treatment Plant Bar Screen Replacement project. This addendum consists of one (1) page Bidders shall acknowledge receipt of Addendum No. One (1) in the space provided on page 21 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Answers to questions received and /or amendments to the bid documents are as follows: Q1. Will the city allow Fairfield Service Company to be listed as an approved manufacturer for the filter screen and screening wash press? A]. Per the bid instructions (Section E), questionnaire, award criteria, scope of work/specifications, and bid form, submit your proposed equal equipment and specifications with your bid. Per Page 27, Paragraph 8, of the Scope of Work: "8, Bidders shall be required to state exactly what type of item they intend to furnish otherwise they shall be required to furnish the items as specified, Bidders shall submit with their bid, d at a necessary to evaluate and determine the quality /performance of the item(s) they are bidding, The City shall be the sole judge in determining if any product proposed by the Bidder qualifies as an approved equal or better product." Q2, The project calls for substantial completion in 90 calendar days and final completion in 120 calendar days, Substantial completion needs to be expanded to allow for delivery of the screen. A2. Section 12, Contract and Article 3.1, Contract Time is hereby changed to the following: Substantial Completion is hereby changed to one hundred fifty (150) calendar days, and Final Completion is hereby changed to one hundred eighty (180) calendar days. �ol ert, CPPB Purchasing Agent cc: Charles Smith, P.E., Utilities Director Tom King, Utilities Facilities Manager City of Ocoee. - 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org Mayor S. Scott Vandergrift City Manager Robert Frank August 12, 2014 Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. feller, District 4 ADDENDUM NO: TWO (2) CITY OF OCOEE BID #B14 -05 OCOEE WASTEWATER TREATMENT PLANT BAR SCREEN REPLACEMENT PROJECT This addendum shall modify and become a part of the original bid documents for the Ocoee Wastewater Treatment Plant Bar Screen Replacement project. This addendum consists of four (4) pages including the Revised Bid Form. Bidders shall acknowledge receipt of Addendum No. Two (2) in the space provided on page 21 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. *Important Note: REVISED BID FORM ATTACHED" Revised Bid Form Pages 47 and 48, Exhibit B, Bid Form, is hereby replaced in its' entirety with the attached revised Exhibit B, Bid Form. Bidders must use the attached revised Bid Form; your bid will be disqualified for failure to use the revised Bid Form. The Bid Form has been changed to provide Bidders to Bid both a Parkson Screen and an Equal. Total columns are provided so either or both screens can be bid at the bottom of the Bid Form. As stated in the Bid Document, the Parkson screen design and specifications will be used as the basis for the City to evaluate and compare any proposed equal. An "equal" determination will be made solely by the City on this comparison. Answers to auestions received and /or amendments to the bid documents are as follows: Q 1. We request that the bid form be changed so that the Base Bid must include the Parkson Aqua Guard Bar Screen as specified, and that this be the basis of award. To ensure a level playing field between all bidders, we also request that the bid form include an alternate deduct section for other screen manufacturers. If an alternate screen is listed, then the bid must include data necessary for the Owner to evaluate the alternate equipment to determine if it is equal to, or better than, the base bid equipment. If the Owner determines that the alternate equipment is equal or better, the deduct will apply to the bidders award amount. These requests are made because the current bid documents make the bidders responsible for equipment that may or may not be acceptable to the Owner as determined after the bid is submitted. The requested changes make all bidders equal in determining if equipment is acceptable and eliminates the possibility of a bid protest. At. The bid form has been revised, see attached. City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org Q2. Please confirm that the Owner will be providing a stop gate or other devices as necessary, to isolate flow from the channel where the screen replacement will take place. A2. The owner will supply a stop gate to isolate flow to the channel where the bar screen will be replaced. Q3, Exhibit A, Items 10 & 11 -- This section mentions repairing concrete and coatings, as required, during the bar screen replacement, yet it does not specify methods and materials to be used, Instead, it states that the Bidder must identify and submit products, methods, etc, with their bid, This leaves a broad range of interpretation of what is required to satisfy the projects requirements. We request a brief specification be provided for minor concrete repair and coatings and have the submittal process take place after award. A3. Contractor shall use Tnemec Series 435 Perm -Glaze Modified Polyamine Epoxy for repairs to any influent channel's concrete surfaces above and below water line that may be damaged during removal /installation of bar screen. Apply product per manufacturer specifications. Q4. List of Subcontractors Item 20 and Questionnaire Question 6 — These sections direct the bidder to list names of subcontractors along with, contractor license numbers, names of people to be utilized, and names of previous projects with references. Key subcontractors on this project may not be chosen until the final few minutes before the bid is turned in; therefore, please consider accepting the company name of the subcontractor on the bid forms, and requesting that the three low bidders supply this additional information within twenty-four (24) hours after the bid. A4. Bidders are only required to supply their Subcontractor's company names with their bid submittal. Any Bidder which desires to remain in consideration after the bid opening must provide all remaining subcontractor information as required in the bid documents within 48 hours of the bid opening. Q5. Will a resume of company personnel career experience suffice for the business qualification questions (5 yrs. in business)? A5. Personal experience can be submitted but will not carry as much weight as businesses that have been successful for five or more years. J . olbert, CPPB Purchasing Agent Attachment: Revised Bid Form cc: Charles Smith, P.E., Utilities Director Tom King, Utilities Facilities Manager Addendum 2 — B14 -05 WWTP Bar Screen Replacement Project Page 2 EXHIBIT B REVISED BID FORM (Page 1 of 2) B14 -05 OCOEE WWTP BAR SCREEN REPLACEMENT PROJECT Item Description Unit LS Item Price I Mobilization/Demobilization LS $ 2 General Conditions LS $ 3. a. Procurement and Delivery of Parkson model AG- UC -MN-A 75 degrees, 3' LS $ wide x 9' discharge height, b mm Aqua Guard UltraCleae' Mechanical Filter Screen unit or equal and Parkson model AWP 8-2 Aqua Washpress or equal. (25% invoice value of item to be retained until unit is beneficial functionally useful). or 3. b. Please list proposed equal he LS $ 4 Furnish all labor, materials and equipment to remove and dispose of existing LS $ automated bar screen, existing screenings binldischarge chute, all associated piping, conduit and unnecessary associated appurtenances. 5 Fabrication and modification of screenings discharge chute to accept LS $ screenings from the new wash press. 47 REVISED BID FORM (Page 2 of 2) B14 -05 OCOEE WWTP BAR SCREEN REPLACEMENT PROJECT 6 Furnish all ELECTRICAL supplies, materials, hardware including any LS $ factory provided electrical panels and all labor necessary to install a complete functioning fine screen and screenings wash press. Furnish all } PLUMBING supplies, materials, hardware and labor necessary to install a complete functioning fine screen and screenings wash press (25% value of item to be retained until unit is beneficial functionally useful) 7 Furnish all necessary concrete /masonry work, flow channel modifications LS $ and specialty coatings necessary for removal and installation of the new fine screen and wash press equipment. TOTAL LUMP SUM BID on 3.a. S Item Numbers: (1,2,3a,4,5,6,7) TOTAL LUMP SUM BID on 3.b. S Item Numbers: (1,2,3b,4,5,6,7) Units. LS = Lump Sum NAME OF BIDDER BID PREPARED BY (PRINT) SIGNATURE 48 Mayor S. Scott Vandergrift City Manager Robert Frank August 14, 2014 Co mmissione rs John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 ADDENDUM NO: THREE (3) CITY OF OCOEE BID 014 -05 OCOEE WASTEWATER TREATMENT PLANT BAR SCREEN REPLACEMENT PROJECT This addendum shall modify and become a part of the original bid documents for the Ocoee Wastewater Treatment Plant Bar Screen Replacement project. This addendum consists of one (1) page Bidders shall acknowledge receipt of Addendum No. Three (3) in the space provided on page 21 of the bid documents. Failure to do so may subject the bidder to disqualification, The bid date remains the same. Answers to questions received and /or amendments to the bid documents are as follows: Q1. We would not be able to include a price from Parkson Corporation in our bid, which based on Addendum No. 2 would render our bid non - responsive. We therefore request that we be allowed to bid without including the Parkson price in Item 3a on our bid form, or alternately that the bid form be changed to allow the basis of award to be made on the hump sum bid including the price of a proposed equal, or the Parkson screen, but not just on the basis of the Parkson price, Al. To clarify Addendum #2, per the Revised Bid Form, Bidders may bid on a Parkson Bar Screen, or an Equal Bar Screen, or Both. The Parkson bar screen design and specifications will be used to evaluate and compare all bids, including; any equals. *oyvceert, CPPB Purchasing Agent cc: Charles Smith, P.E., Utilities Director Tom King, Utilities Facilities Manager City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 • www,ocoee,org I . Letter of Introduction i 2. Exhibit B -Bid Form 3. Subcontractors /Equipment/References/ Experience /Exceptions /Questionnaire 4. Cashier's Check (in lieu of Bid Bond Exhibit C) 5. Exhibit G- Company Information /Signature Sheet Ocoee FL Bid #B 1 4-05 6. FilterONE List of Completed Projects Table of t ' Contents 7. FilterONE List of New-Equipment Installed 8. FilterONE List of References with Phone Numbers 9. FilterONE F -1 Wash Press General Specifications 10. FilterONE F -1 InFloMax Screen General Specifications 11 _ General Arrangement, Assembly, and Electrical Drawings 12. Data Sheets Showing Compliance with Specifications FilterONE USA, LLC August 14, 2014 City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 Reference: Ocoee WWTP Bar Screen Replacement Project/Bid No. B19 -05 Dear Ms. Tolbert: We are pleased to submit our bid in accordance with the instructions contained in your Invitation to Bid #B 14 -5 as well as the addenda. As required, we have included the following forms and additional information: 1. Letter of Introduction 2. Exhibit B -Bid Form 3. List of Subcontractors /List of Equipment /Reference and Experience/Summary of Litigation /Acknowledgement of Addendum /Exceptions /Questionnaire 4. Cashier's Check (in lieu of Bid Bond Forms Exhibit C) 5. Exhibit G- Company Information /Signature Sheet 6. FilterONE List of Completed Projects 7. FilterONE List of New Equipment installed 8. FilterONE List of References with phone numbers 9. FilterONE Wash Press Specifications 10. FilterONE InFloMax Screen General Specifications 11. General Arrangement, Assembly, and Electrical Schematics 12. Data sheets showing compliance with specifications So who is FiIterONE and what experience do we have that will add value to your project? What can we offer the City to give you confidence that you are getting a robustly designed screen and wash press, that will be easy to operate, and provide the operators with minimal maintenance and peak performance for many years to come? First and foremost as we have taken exception to your experience requirements shown in Item 1.2 on Page 29 of the Bid Documents we are providing the City with a three (3) Year warrant own our equipment in lieu of the one (1) year warranty included with the specified equipment. FilterONE USA I.LC has been in business over ten years and to date has completed over 250 contracts for new equipment, remanufactured equipment, parts and service. FilterONE has grown each year since its inception, even throughout the past recession, and is on solid financial grounds. We are debt free, can bond multi - million dollar jobs, and, for example, our sales for fiscal 2012 surpassed the $3 million mark. This included a $1,6 million project for the City of Dallas that we recently completed. 1807 S. POWERLINE RD., SUITE 107, DEERFIELD BEACH, FL 33442 -8194 Pagel of 3 PH.: 954.757 9741 FAX: 954 -757 9742 E -MAIL: FI@FILTERONEUSA.COM WEBSITE: FILTERONEUSA,COM FilterONE USA, LLC Most of our past contracts have involved rebuilding self - cleaning filter screens, belt filter presses, and sand filters, but more recently we have also been focusing on the supply of new equipment such as the F InFloMaxTM Continuous Screen, and complimentary equipment such as the F WashPress, F1 Compactor, F Screenings Conveyor, Fl Conveyor, and the F1 Grit Concentrator Classifier. A list of all of our customers, many whom are repeat customers, is attached, as well as a partial list of references. More names and phone numbers can be supplied at your request. Our list of customers in Florida is so extensive that I have to assume we have worked with some of your clients in the past, and ask that you touch base with them to hear their opinion of FilterONE. Our list of satisfied and repeat customers in Florida includes Orange County, JEA, Broward County, Lee County, Hillsborough County, Cape Coral, Pinellas County, and many others. I personally have over 40 years' experience with process equipment, 10 years of which were spent managing the AquaGuard Screen product line at Parkson Corporation where I worked for over 24 years. I was the marketing and product manager for the AquaGuard Screen at Parkson after the acquisition of the manufacturing license from the Japanese inventor, Toyo Filter, through a local company, Dyneeo. Therefore, my expertise in the application of self - cleaning filter screens is as extensive as anyone in North America. Rui Claudio, our VP of Engineering, was with Parkson for close to 25 years, of which he was the principal engineer for the AquaGuard Screen for over 15 years. In that capacity, Rui was responsible for the engineering and manufacturing of upwards of 1000 screening /compacting /conveying installations, prior to starting FilterONE with his partner, Ryan Brice. No other screen manufacturer of self - cleaning screens, including Parkson Corporation, possesses this depth of knowledge about self - cleaning filter screens and their application. Ryan Brice, our VP of Marketing, was the primary service engineer at Parkson for many years, starting up hundreds of AquaGuard Screens, and other mechanical products produced by Parkson, prior to helping found FilterONE. Ryan was with Parkson for close to 25 years as well. His personal experience working with contractors and owners in the field, solving many startup and warranty problems, provides FilterONE with a wealth of application and operational knowledge that we build into all our equipment for the benefit of the operators and owners. We are a company that is proud to make all our equipment in the USA and will welcome any and all visitors to our shop in South Florida, as well as our vendor's shop in South Carolina. Our company motto is "Keep America Working" which we do on each and every project in which we are engaged. This includes making all our own chains, rollers, shafts, and elements for our F1 InFloMaxTM Continuous Screen. For example, here is a photo of our F1 InFloMax Screens recently supplied on a large project in competition with Parkson Corporation. 1807 S. POWERLINE RD., SUITE 107, DEERFIELD BEACH, FL 33442 -8194 Page 2 of 3 PH.: 954 -757 9741 FAX 954 -757 0742 E-MAIL F1 @FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM FilterONE USA, LLC Therefore, in summary, let me say that we are a small, successful, well established, financially sound company, based in the State of Florida, who because of our focus on design quality and our service mentality, will provide you with the best built, most reliable, and user - friendly equipment available on the market today for his project. Moreover, we will be able to provide the services and parts needed to sustain trouble free operation, with minimal O &M, for many years to come. Additional information on FilterONE can be found on our website, www.filteroneusa.com. Thank you for considering our equipment, and we look forward to working with you towards a successful project. Very truly yours, ` /^ � f ail Mike Schill 1 Michael G. Schill Sales and Marketing, FilterONE USA, LLC 1807 S. POWERLINE RD., SUITE 107, DEERFIELD BEACH, FL 33442 -8194 Page 3 of 3 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL; FI@FILTERONEUSA.COM WE$SITE: FILTERONEUSA.COM EXHIBIT B REVISED BID FORM {Page 1 of 2} B14 -05 OCOEE WWTP BAR SCREEN REPLACEMENT PROJECT Item Description Unit LS Item Price 1 Mobilization/Demobilization LS $ -5�00 o0 • 2 General Conditions LS $ r4 f !� 3. a. Procurement and Delivery of Parkson model AG -VC -MN A 75 degrees, 3' LS S wide x 9' discharge height, 6 mm Aqua Guard U1traCleanTm Mechanical Filter Screen unit or equal and Parkson model AWP 8--2 Aqua Washpress or equal. (25% invoice value of item to be retained until unit is beneficial functionally useful). or 3. b. Please list nro_posed eghai.heire -^ �1 ! ,���r l„��..0 � A � LI 3 � �..i�,.� LS $ CIO 4� Mw7c S's?ELC.LEA 3 Fus a SciLEC:A3 , 4 Furnish all labor, materials and equipment to remove and dispose of existing LS $ automated bar screen, existing screenings bin/discharge chute, all associated cC) piping, conduit and unnecessary associated appurtenances. 1 5 Fabrication and modification of screenings discharge chute to accept screenings from the new wash LS $ oG aC�O press. t 47 REVISED BM FORM (''age 2 of 2) 514 -05 OCOEE 'WVVT'P BAR SCREEN REPLACEMENT PROJECT 6 Furnish all ELECTRICAL supplies, materials, hardware including any LS $ factory provided electrical panels and aH labor necessary to install a . complete functioning fine screen and screenings wash press. Furnish all t PLUMBING supplies, materials, hardware and labor necessary to install a complete functioning fine screen and screenings wash press (25% value of item to be retained until unit is beneficial functionally useful) i I Furnish all necessary concrete/masonry work, flow channel modifications LS $ i and specialty coatings necessary for removal and instanatiou of the new tine E t screen and wash press eq i TOTAL LUMP SUM BID on 3.a. $ Item Numbers: (1,2,3a,4,5,6,7) TOTAL LUMP` SUM SID on 3.b. S D Item Numbers: (1,2,3b,4,5,6,7) F 1 too j Units. LS = Lump Sum NAME O F BIDDER t t 1. V- - 0 tom:. US -'\ , L C . BID PREPARED BY fP� ,', 1 , R'l SIGNA.TL'RE /``- c- a 48 20. LIST OF SUBCONTRACTORS: In order to assess the experience of the installing contractor for this project, the FL Contractor's License, 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 the contractor has installed in the last 5 years shall be provided at the time of the proposal. � S r Ak."I l j Cs Co yr TO�4 qu �pr� .•��' StAtk i ep- ., N U '�.�n^.sg Z'`'� i�►tet"C1� G�F, -- t t �.��1� Std Pr�RV � S a,iL 9�Akr.1 -* ?UBCO SUBCONTRACTOR and o� TEMPORAR� WORKER � N A CY Y-AG NAME /ADDRESS/FEDERAL I.D. NO. /CONTACT PERSON/PHONE #: StW_q t S et-EC^UdAL, 'St R -4kU -S Z%W-• -_ Ef -eCTR C A L OM" f L. r�RON� (Attach additional sheets if necessary) P_ L. 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: Bidder shall provide a detailed list of all equipment being used by the Bidder on City property. 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. (Attach additional sheets if necessary) B14 -05 WWTP Bar Screen Replacement Project 19 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Bidder shall complete the following blanks; also see the Questionnaire included, 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 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). Paws —Or, d �r�►.�uFAC * �S.Tata..' Tgew CcsMep crtiR LJ. Ke C11:4 F` 401 l P9449 - L-OK� "�1NT, 2 0 IZ -wM-cv P-t3 `1 '�Ibol� i�4 ANut�AtTutLr•f. INSrAU_ N EW SC&EC I'COAM�JaRs 6 (- C V.#Vry 200 FL Bit , Mr�►RSHAU. - REco,.� 6MCe lmEL: 40'7 �1►2.5 t i oo -- OR�A+3 to RL ' 20 ( t "rnAg -6oy.., ® �,� �� , F ��.wrs� .��.3 � te r, ��1� � � 'v tu.�SC ?.bid 1 o u a any semi ar work m progre��fthis time Yes_ No Sea ii'�E O'Length of time in business 1 1 Z -' S . Bank or other financial references: NtJ CC LLS 1 -AV.&o A.%3 k 5b6s W . 14 - VN1,V 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 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) -40 �NS"nAl.t,. f4 SC."6" 4 Cnn�p�Grt S u►.►�e� cStJ LLTc� SC " �O1u s e a mv'rrS SLV-3 8'15 %114 B14 -05 WWTP Bar Screen Replacement Project 20 �k;46 Dgb)L Qb Maa.%FAC.Tu4LC- 4- (. N9w CO"PACTOP- Yow4.11 u.V XL- K.eV COt r.AAN - L"7t( 4' 1L W Lwr? b Bss Egos 24. 25. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. 1 No. Z No. 3 EXCEPTIONS: Dated 7 -r21 — ?.�o JL. . Dated aO14• Dated $ -* J+ — ?.Q t4 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. of %ah3cp Is (Remainder of page left blank intentionally.) B 14 -05 WWTP Bar Screen Replacement Project 21 A--4V- ti p. Trri QUESTIONNAIRE ri r i PROJECT IDENTIFICATION City of Ocoee Wastewater Treatment Plant Bar Screen Replacement Project NAME OF BIDDER: Ft L T efL. N E U1'J P1 L L C BUSINESS ADDRESS: tbP_i TS - QW Q t_ I;Y C— � i1 i Faw Rt s1. A3311 -yam TELEPHONE NO. - C SL - "1 at EMAIL R.b9A CZ@ : t LXG_RU f-ZE u S A • CO P CONTRACTOR'S FLORIDA LICENSE NO. C.GC. 115 0 5 1, 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? 1 Li 4 jLS — E's —eV erZ A- A NAB ' (E%Ve .S 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. Include Installation Lists, as required in the Scope of Work/Technical Specifications of the bid, attach additional sheets if necessary. W M \J 1A Q)- jsT96m TO&* ••• C-P PQ WXk \. - Z. 1 SGA -4- ErCN tNSm AAgmeA -& i _4A %.I SLA # .A R M41 1 Ce7LL.1P_R. C6uNT%-k _Ft- tNST ALt>tiT10�1 2 SLi Gw�S, SLu�c &� NEE p- 4ir Cpp VPV. C%r AR• M ARTtNC?Z • 2.39 2.152 b7— C.OLLsAV, e-T`I G-4 B14 -05 WWTP Bar Screen Replacement Project 22 �A��.RS SO•.4't'N5� p6 WW-N -V air St7�h� SCR$C nJ5 NgSA .t%NUMAAGarKQ -- a� Polo o4-'L6 - C%T -401 Z UAs A, �'�t'�ASa CoasTO,�►Grt f�Qy►AStA4t @wl'�.S W4��' M Etctco - CbNv61oFL .I- -to R. 4. 5. Have you personally inspected the site of the proposed Work? �?43 S 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: e� J Le CTp- tc'AL, Legs" ti ', L - M A. O N3 i "%L.t_ c0 t.,E T rir t..JL. �t0 U►-r^► +w� A ..�t� fL VO4 D OW B14 -05 WWTP Bar Screen Replacement Project 23 3. Have you ever failed to complete worts awarded to you? If so, where and why? N o 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: 7. What equipment do you own that is available for the Work? V t-.L. - Tbo L..► na cr �� �.► d - T'4� P ECi�"o SL iZV t G S As s�Ec ►F ►� D 8. 10. 11 What equipment will you purchase for the Work? Nt�naC Are you bidding on the equipment as specified in the bid documents? Yes o No C1 Identify all modifications of existing or placement of new masonry or concrete material as specified in the technical specifications: { � � O � t��Gt�TOnJS T� �...H L W ALL �G 1�-0u►�"1NCa ' TO !Bk'E %A- ^—^Z V Z A Qr ti.I A Identify all protective coatings or coverings on existing structures or new equipment that are anticipated to be modified, disturbed or damaged: ►�ir,,� �: PAN 7► C �ca - �' Q p�'��Z. TNT A� r.3 R as d E ��� -, � � . 12. 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: V=NL MiL-ONE 'MAT - ,- - 1 FACTO'L.4 LA`;Q O Vlu k-b J q. ►LTt it. N E FAC.0 - 1 5 L ",J %► J THE 2So '�►i,� Rk:Q�li +�►ENT� �£ AEG B14 -05 WWTP Bar Screen Replacement Project L,OcATE to i N ;ScvA24 FL_, If No, list the Manufacturer, Make, Model of the proposed equal equipment, and attach Design and Material Specifications as directed in the bid specifications: 13. END OF SECTION B14 -05 WWTP Bar Screen Replacement Project 25 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, includinia FL Contractor's License: St±i.: �i l�' �B�iiYa �J+l AI^' r- N Sj'•- 5 � a : � taie ��1 .- ."T.�:Pi�.a:L�.i:�ils%1ikLas: - e ��'_-.._-..-. .r.."C�::._ ?�r�?:::xiai= :.7 — .`� : 'i_i+ . �:¢?x 606r70 21024 1210(6) CASHIER'S CHECK 6647000985 OfliceAU>R OP"1.11.13: ,4000497 ''fl008060 PAY TO THE ORDER OF ** * CITY OF OCOEE * ** * * *RE: FOR BAR SCREEN BID ON 08119114 * ** ** *Five thousand three hundred six dollars and 05 cents ** WELLS FARGO BANK, N.A. 5321 LYONS RD COCONUT CREEK, FL 33073 FOR INQUIRIES CALL (480) 3943122 11 '6647000985(I• i 513257((' August 15, 2014 * *$5,306.05 ** V OID IIF O US S 5.306.05 CONTROLLER v BZD 1317C RMC3M PW FOR: BID # BI ,—L- DATE: CIC;; - ACCOUNT # -36 -0000 AMOUNT 5 MISC. REVENUE CODE #500 Finance CITY OF OCOEE 69/26/2914 16.11 AF'EIFFER RC. ifl9 661- 36 -Ofl66 DID 14 -65 AMOUNT FIV165097 FNSD RC 566 961- 36 -666�j BID 5,366.65 FILTER ONE USA,.LLC PAYMENT RECEIVED T AMOUNT S. Ed CHECK: 664700098 5, 306. TOTAL-,--------------------------- - - - - -- EXHIBIT C BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, ,as Principal, and as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of (5 percent of the Contract Bid) $ (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of , 20 . The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the B14 -05 Ocoee WWTP Bar Screen Replacement (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 B14 -05 WWTP Bar Screen Replacement Project 49 EXHIBIT G BID #1114 -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 AU ZED SI NATURE (manual) NAME/TITLE (PLEASE PRINT) MOM 'S F ,r-J09 STg t0n— STREET ADDRESS 1� erR.��GtA �,Ea�w � � 334�+Z City STATE ZIP FEDERAL ID # O�i►� 'i 37-tt k Individual ✓ Corporation Partnership Other (Specify) �" t—.C- Sworn to and subscribed before me this _day of_ 20 (A. CJ -- Personally Known or Produced Identificatio VA A Q Dc �S.&Y %.'C r) Notary Public - State of _ __C_�_ (Type of Identification) County of e5fv�� A to "Signature ofNotary Public °4p pY PV Shawnis Ruttan State of Florida N ,oe MY COMMISSION # FF 2447o-� k' or '�" t � k —n Pi rated, typed stamped Expires: June 5 , 2017 Commissioned name of Notary Public 95L1- - 7 5 `T 9 - 14 l TELEPHONE (INCLUDE AREA CODE) ° t e ak+ `i S Qi 1 4a FAX (INCLUDE AREA CODE) , ;t,6X;CC @T r1 L.T'ER OM l3 USA fC40M E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: B 14 -05 W WTP Bar Screen Replacement Project 62 FilterONE USA, LLC Anchorage, AK Antrim, PA* Apopka, FL* Anne Arundel, MD Athens, GA* Attica, NY Batavia, IL Beaver Borough, PA* Boca Raton, FL Brevard County, FL* Bristol, RI Bristol Twp., PA* Partial List of Completed Projects Influent screen Rebuild Screen Parts Refurb influent screen Influent Screen Rebuild Influent Screen Rebuild Screen Service /Repairs Repairs /Parts Influent Screen Rebuild Refurb Two (2) Screens Refurb two (2) screens Rebuild two (2) screens Refurb Influent Screen Rebuild Belt Filter Press Repair four shaftless conveyors Rebuild two (2) screens Rebuild third screen Rebuild Influent screen Rebuild two (2) belt filter presses Screen Parts Parts /Service 2005 2011 2009 2003 2010 2012 2010 2009 2004 2007 2007 2004 2003 2005 2005 2010 2011/2012 2010 2010 2007 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Pagel of 10 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 @FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM FilterONE USA, LLC Broward County, FL Rebuild four (4) Influent Screens 2008/2010 Calhoun, GA Misc. Parts 2007 Cape Canaveral, FL Refurb one (1) influent screen 2006 Cape Coral, FL* Rebuild traveling bridge filters 2004 Rebuild Influent screen 2004 Refurb one (1) influent screen 2004 Two (2) F-1 grit classifiers w/pump 2005 Maryland Env. Services, MD Rebuild belt filter press 2006 Ceramtec/Laurens, SC Rebuild inclined plate clarifier 2005 Charlestown, IN Rebuild Influent Screen 2003 Chester, SC Rebuild Rotary Screen/Install/Svc. 2006 BASF/CIBA, Maclntosh, AL Rebuild 40 sand filters 2006 Collier County, FL* Install new fine screen 2008 Install two new step screens 2006 Rebuild Influent Screen 2008 Install two (2) new step screens 2012/2013 Coral Springs, FL* Repair rotary drum thickener 2006 Repair belt filter press 2009 Cox Creek, MD Repair influent screen 2005 Dade City, FL Repair influent screen 2006 Dallas, TX* Repair one influent screen 2006 Repair one influent screen 2008 1807 S. POWERILINE RD., SUITE 107, DEEFIELD BEACH, FL 33442-8194 Page 2 of 10 PH,: 964-767 9741 FAX: 954-757 9742 E-MAIL Fl@FILTERONEUSA.GOM WEBSITE: FILTERONEUSA.COM Fi IterON E USA, LLC Refurb two (2) influent screens Refurb two (2) influent screens Refurb three (3) influent screens Davie, FL* Refurb influent screen Screen parts Refurb Influent screen and wash press Denton Creek, TX Douglasville, GA Dow Chemical, Midland, Ml* Dunedin, FL Edgewater, FL Evansville, IN Ft. Myers, FL Fort Pierce, FL* Easton, MD GE Mobile Water, MO Greenville, AL Hillsborough County, FL* Refurb one influent screen Refurb one influent screen Refurb one influent screen Supply screen parts Refurb one influent screen Refurb one influent screen Repair influent screen Refurb two (2) influent screens Rebuild one influent screen Screen repairs Screen parts Rehab six (6) sand filters Rehab twenty -one (21) sand filters Refurb one influent screen Refurb one influent screen Refurb one influent screen 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 a@FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM 2010 2011 2012/2013 2009 2007 2004 2005 2005 2003 2005 2004 2008 2005 2007/2008 2008 2004 2012 2009 2010 2004 2006 2006 Page 3 of 10 Hillsborough County, FL* Repair influent screen 2004 Refurb one influent screen 2009 Refurb one influent screen 2006 Refurb two (2) influent screens 2011 Repair two (2) influent screens 2007 Refurb two (2) influent screens 2011 Refurb one influent screen 2007 Rebuild one influent screen 2004 Screen parts 2009 Repair two (2) influent screens 2012 Repair two (2) influent screens 2012 Repair one influent screen 2010 Repair one influent screen 2008 Refurb one influent screen 2004 Heath, OH Repair one screen /washer /compactor 2004 Holley- Navarre Beach, FL Repair one influent screen 2007 Hutchinson Island, FL* Circular clarifier repairs 2005 Repair one influent screen 2004 Hurlburt Field, FI_ (USAF)* Repair two (2) sand filters 2007 Repair screw conveyor /belt filter press 2008 1807 S. POWERLINE RD_, SUITE 107, DEEFIELD BEACH, FL 33442 -8194 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL F1@FILTERONEUSA,COM WEBSITE: FILTERONEUSA.COM Page 4 of 10 FilterONE USA, LLC Indian Head, MD Refurb one influent screen 2009 Indian River County, FL Refurb one influent screen 2009 Hookset, NH Refurb one influent screen /install press 2005 Jacksonville Electric (JEA), FL* Rebuild one influent screen 2011 Refurb two (2) influent screens Repair screw conveyor Jennings, LA Refurb one influent screen Port St. Lucie, FL Conveyor repairs (linings /screws) Joppa, MD Kent County, DE Kissimmee, FL Lake City, FL Largo, FL* Lee County, FL Lemars, IA Lincoln, IL Loxahatchee River Dist., FL Lynn Haven, FL Martin County, FL* Refurb influent screen Repair one influent screen Repair influent screen New F1 CompactorMasher 2011 2011 2004 2011 2005 2005 2003 2011 Refurb four screens /install new conv. 2004 -2010 Repair one influent screen 2009 Refurb one influent screen 2006 Rebuild one influent screen 2008 Screening parts 2011 Refurb one influent screen 2012 Repair deep bed sand filters 2011 Rehab 32 sand filters 2009 Rehab 4 sand filters 2010 Sand filter rehab 2007 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Page 5 of 10 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: Fl@FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM FilterONE USA, LLC Z 71 Refurb influent screens 2011 Repair sand filters 2011 Martin County, FL* Clean 8 sand filters 2011 Repair influent screens and sand filters 2005 Modifications to influent screen 2006 Marion County, FL Modifications to odor control system 2010 Mt. Pleasant, SC* New F1 Grit Classifier 2012 Repairs to influent screen/ram press 2007 Repair influent screen 2008 Repair influent screen 2005 Influent screen repairs 2011 Myrtle Beach, SIC Refurb influent screen 2007 Milwaukee, WI Refurb 3 influent screens 2012 Miramar, FL* Grit System repairs 2010 Grit System repairs 2010 Sand Filter repairs 2005/2006 Repairs to screens/filters/clarifiers 2006-2010 Morovis, PR Supply two (2) new F1 Conveyors 2007 Naples, FL* Influent screen repairs 2009 Influent screen repairs 2009 Repairs to belt filter presses 2011 New Fairfield, CT Rehab sand filter 2008 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442-8194 Page 6 of 10 PH.: 954-757 9741 FAX: 954-767 9742 E-MAIL: Fl@FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM FilterONE USA, LLC New Port Richey, FL Refurb influent screen 2006 No. Platte, NE Rebuild influent screen and press 2005 New Smyrna Beach, FL Install new screen /compactor 2011 Orange County Utilities, FL* Circular clarifier repairs 2004 -2006 Rehab traveling bridge filters 2009 Install new Shaftless Conveyor 2009 Rehab traveling bridge filters 2008 Rehab traveling bridge filters 2007 -2008 17 other contracts (filters /screens /clar.) 2007 -2011 Ormond Beach, FL Repairs to influent screen 2007 Palm Bay, FL Install new screen and compactor 2007 Palm Coast, FL* Repair 16 sand filters 2004 Repair influent screens 2004 Panama City, FL Refurb influent screens /compactor 2006 Pascoe County, FL Install new grit classifier 2006 Pembroke Pines, FL Repair influent screens 2005 Palm Harbor, FL Refurb influent screen 2006 Pinellas County, FL* Repair influent screen 2007 Install new conveyor 2004 Piney Orchard, MD Repairs to screen /compactor 2006 Plant City, FL Refurb one influent screen 2007 Port -of- the - Islands, FL Sand Filter Repairs 2008 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Page 7 of 10 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 @FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM Fi IterON E USA, -- LLC _.: Polk County, FL Traveling filter repairs 2012 Reading, PA Repair influent screen /washer /comp. 2005 Reedy Creek, FL Refurb two (2) influent screens 2005 Mt. Pleasant, SC Technical Services 2006 Sanford, FL* Screen /Compactor /Conv. Repairs 2006 Sanitation District No. 1, KY Seminole County, FL* Loxahatchee, FL t Sussex County, DE S.E. Brunswick, NC Smurfit - Stone, FL So. Boston, VA Spotsylvania, VA Summerville, SC* Sunrise, FL* Rehab 25 sand filters Repair sand filters Refurb three (2) influent screens Influent screen repairs New F -1 Compactor /chute Install new screen covers Refurb one influent screen Rehab sand filters Refurb one influent screen Refurb one influent screen Rehab grit classifier Refurb one influent screen Influent screen retrofit New Shaftless F -1 Grit Classifier Screen Parts Compactor repairs Influent screen repairs 2006 2005 2007 2005 2011 2008 2007 2007 2009 2004 2004/2008 2003 2010 2010 2010 2006 -2009 2007 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Page 8 of 10 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 @FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM Filter4NE USA, LLC Sunrise, FL* Refurb two (2) influent screens 2009 Refurb one influent screen 2010 So. Broward Utilities, FL Screen repairs 2006 Springtree, 1=L Refurb two (2) influent screens 2007 Tempe, AZ Technical services 2006 Trappe, MD Influent screen repairs 2009 Upper Gwynedd, PA Refurb one influent screen 2006 Upper Saucon, PA Refurb one influent screen 2004 Vero Beach, FL Rebuild two (2) influent screens 2005 Valdosta, GA Repair deep -bed /dual media filters 2008 West Palm Beach, FL* Rebuild two (2) influent screens 2010 Rebuild two (2) influent screens 2009 Conveyor repairs 2011 Refurb three (3) influent screens 2005 -2009 Wilmington, DE* Influent screen parts 2011 (Veolia N.A.) Influent screen repairs 2010 Technical services 2011 Repair two (2) pump station screens 2008 Refurb two (2) pump station screens 2005 Rebuild four (4) pump station screens 2007 Rebuild two (2) pump station screens 2006 Rebuild one pump station screen 2012 t 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Page 9 of 10 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: FI@FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM FilterONE USA,, LLC Yorkville, IL* Compactor retrofit 2012 Refurb one influent screen 2009 Install new F-1 Compactor 2010 *- Denotes repeat customers 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442-8194 Page 10 of 10 PH,: 954-757 9741 FAX: 964-757 9742 E-MAIL Fl@FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM Fi IterON E USA, LLC Fypasa /Aguascalientes, MX PRASANega Alta, PR* Hurlburt Field, FL Cape Coral, FL* Collier County, FL* Lake City, FL Mt. Pleasant, SC* Morovis, PR New Smyrna Beach, FL Orange County Utilities, FL* Palm Bay, FL Pascoe County, FL Pinellas County, FL* Seminole County, FL* Loxahatchee, FL Summerville, SC* Yorkville, IL* Palm Bay, FL* Partial List of New Equipment Sold Two (2) InFloMax Screens /Comp Two (2) InFloMax Screens /Comp New Shaftless Screw Conveyor Install two (2) new grit classifiers Install new fine screen Install two new step screens Install two (2) new step screens New F1 Compactor/Washer New F1 Grit Classifier Supply two (2) new F1 Conveyors Install new screen /compactor Install new Shaftless Conveyor Install new screen and compactor Install new grit classifier Install new conveyor New F -1 Compactor /chute Install new screen covers New Shaftless F -1 Grit Classifier Install new F -1 Compactor New F -1 Compactor 2013 2013 2008 2005 2008 2006 2012/2013 2011 2012 2007 2011 2009 2007 2006 2004 2011 2008 2010 2010 2013 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Page 1 of 2 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL; FIQFILTERONEUSA.COM WESSITE: FILTERONEUSA.COM FilterONE USA, LLC *- Denotes repeat customers October 1, 2013 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442-8194 Page 2 of 2 PH.: 954-757 9741 FAX: 954-757 9742 E-MAIL: FI@FILTERONEUSA.COM WEBS[TE: FILTERONEUSA.COM FilterONE USA, LLC FilterONE USA, LLC Partial List of References 1. Randy Mickelson Southwest Water reclamation Facility 3310 SW 20 Avenue Cape Coral, FL 3914 239- 242-3533 2. Daren Brothers Martin County Utilities 3100 NW Hillman Drive Jensen Beach, FL 34957 772-260-8392 3. Patrick Speights Summerville, SC 843-875-8774 4. Frank Dipietrapaul Veolia Water North America East 12 Street and Hay Road Wilmington, DE 19809 302-764-6610 5. Oscar Martinez South Collier County WWTP Collier County, FL 239-252-6214 6. Greg Hill Rifle Range Road WWTP Mt. Pleasant, SC 843-971-7516 7. Nosa lrenumaagho Southside WWTP 10011 Log Cabin Road Dallas, TX 75253 214-670-0426 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442-8194 Page I of 2 PH.: 954-757 9741 FAX: 954-757 9742 E-MAIL: Fl@FILTERONEUSA.GOM WEBSITE: FILTERONEUSA.COM FilterONE USA, LLC 8. Chuck Harrison Anne Arundel County Bureau of Utilities North Wastewater Operations 7409D Baltimore-Annapolis Blvd., NW Glen Burnie, MID 21061 410-222-6015 9. Bill Marshall AECOM Engineers Orlando, FL 407-425-1100 10. Vernal Spence Wastewater Reclamation Facility 13900 Pembroke Road, Building A Miramar, FL 33027 954-548-0123 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442-8194 Page 2 of 2 PH.: 954-767 9741 FAX: 954-757 9742 E-MAIL: FI@FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM Filter4NE USA, LLC F9 Screenings WashPress General specifications The F1 Screenings WashPress described below is designed to wash and convey wet screenings, as found in the headworks of a wastewater treatment plant. This equipment washes and conveys screenings to a compaction zone, where a compacted plug is formed and discharged through a piping assembly. The moisture from the screenings is reduced to less than 20% prior to discharge. The unit will include a Stainless Steel (304LSS) Frame assembly, a high strength spiral, covers, support legs, an inlet gravity drain zone, a washing zone, a pressing zone, a washing system, a drive system, a drive mounting bracket whabyrinth seal, electrical components, and other required appurtenances. PART 1: GENERAL 1.1. SUBMITTALS A. Shop Drawings i. Manufacturer's catalog information, descriptive literature, specifications and identification of materials of construction. ii. Detailed drawing showing equipment fabrication, dimensions, method of attachment including number, locations and size of fasteners and weights of fabrications. iii. Manufacturer's recommended dimensions, mounting configuration and location for each application. B. Quality Control Submittals i. Manufacturer's Certificate of Compliance. ii. Special shipping, storage and protection and handling instructions. iii. Manufacturer's written /printed installation instructions. iv. A list of 5 installations of comparable equipment, in operation for at least 5 years. V. Certified test reports of the physical and mechanical properties of the product. 1.2 WARRANTY A. Manu facturer shall expressly warrant the equipment to be free of defects in materials and workmanship for a period of three (3) years from the date of installation, exclusive of misuse, negligence or accident on the part of the owner. 1807 S. POWERLINE RD., SUITE 107, DEERFIELD BEACH, FL 33442 -8194 Page 1 of 4 PH.. 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 @FILTERONEUSA.COM WEBSITE: FILTERONEUSA,COM FilterONE USA, LLC 1,3 COORDINATION A. Th e Screenings WashPress, all interconnecting piping, hoppers, and electrical wiring, shall be installed by the Contractor or Customer. The manufacturer shall coordinate the equipment design and installation requirements with the installers, in order to insure trouble free operation for the owner. B. Th a equipment provided herein will be operated by controls provided by the equipment manufacturer). PART 2: PRODUCTS 2.1 MANUFACTURER A. Th e equipment covered by these specifications is intended to be standard equipment of proven performance as manufactured by reputable concerns. The equipment shall be designed, manufactured, and installed in accordance with the best practices of the trade, and shall operate satisfactorily when installed as shown on the contract drawings. B. Th a equipment shall be manufactured in the United States and parts shall be readily available should the end user /customer requires them in an emergency basis or event. C. The Screenings WashPress shall be as manufactured by FilterONE USA, LLC, Deerfield Beach, FL — Model F1 WP- 160/190 Screenings WashPress. 2.2 APPLICATION A. Th a WashPress shall be designed and built for intermittent service up to ten (10) starts per hour for moderate sock without overheating, excessive vibration or strain. B. All structural a nd functional parts shall be sized to prevent deflections or vibrations which may impair the washing and compacting operations. C. The equipment to be furnished and installed shall be of the latest design and shall be fabricated of materials and fully perform the functions as describe below. D. The heavy duty WashPress described herein shall be suitable for handling an inlet solids capacity of up to 35 cubic feet per hour of wet screenings, with a minimum dry solids content of 8% by weight, and operate at an angle of inclination of zero degrees, with a trough length of (length varies). 2.3 EQUIPMENT CONSTRUCTION A. All Frame components shall be made of 304 stainless steel. B. A Drive mounting bracket shall be provided and must incorporate a Labyrinth seal around the drive shaft to eliminate water leakage and prevent water from getting into the Gear Reducer. The drive mounting bracket must be designed to eliminate the Gear Reducer from directly mounting to the trough. There must be a minimum of 3 inch spacing between the drive mounting flange and the trough flange. The drive mounting bracket and Labyrinth seal attachment must be manufactured of 304 stainless steel. 1807 S. POWERLINE RD., SUITE 107, DEERFIELD BEACH, FL 33442 -8194 Page 2 of 4 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 @FILTERONEUSA.COM WEBSITE: PILTERONEUSA.COM FilterONE USA, LLC C. All welds shall be cleaned. D. The bearings, electrical devices, motor, and gear reducer shall be provided with the manufacturer's standard coating system for the application.. E. Th e drive shaft/dewatering screw shall be constructed of high strength carbon steel, prime coated. The flights will be made from high strength bar stock and formed into a complete spiral. The spiral will have a nominal thickness of 5/8 inch. The drainage section of the flights will have a plastic bristle brush to promote a clean gravity drainage section. F. The inlet area shall have an available inlet area of 11 inches wide x 30 inches long. G. A transition hopper shall be provided to direct screenings from a Bar Screen discharge to the WashPress. The hopper shall be made of 304 stainless steel and 12 gauge thickness. The hopper shall not have any surfaces inclined at an angle of less than 60 degrees. H. The inlet gravity drainage zone will allow for free water to drain from the drive end via perforation in the inlet trough. The plate shall have perforations of 3/16" x 2 ". I. All Covers shall be constructed of 12 gauge type 304 stainless steel. J. The Support legs shall be constructed as a part of WashPress frame structure and therefore manufactured of stainless steel and designed to support the required loads. The height of the legs will be sufficient enough to provide the specified inclination. K. Th a washing zone shall consist of a circular perforated area with a spray water system to assist breakup of the fecal /inorganics and shall be manufactured of 304 stainless steel. L. The dewatering zone will consist of a circular dewatering perforated area, outer spray water system, and enclosure. The dewatering cylinder shall be manufactured of 304 stainless steel and shall incorporate a high strength wear bar system. M. The fecal /inorganics and spray water shall exit the washing and dewatering zone through a 3" OD plain end pipe discharge. N. The unit shall have a trash discharge piping system to direct dewatered /compacted screenings to dumpster or container. The discharge piping system shall be manufactured from 304 stainless steel — the length varies per the installation. O. The drive system will consist of a severe duty rated motor, TEFC, 3 HP, 1800 rpm /230/460 volt/3 phase /60 cycle, 1.15 sf, helical type gear reducer, SEW Eurodrive, AGMA II Class service, and have a hollow shaft design for direct insertion of the drive shaft. P. Th a manufacturer shall provide four (4) 120 volt actuated solenoid valves, each normally closed, with brass body and BUNA seals, and 1 /2" NPT pipe connection. Q. The supplier will also provide two (2) local E- stops, NEMA 4X, in a polycarbonate enclosure, to be field mounted. R. A current sensing overload device shall be provided to be mounted in the Control panel. U. The equipment to be supplied with a stainless steel NEMA 4X control panel. The control panel shall include a main breaker, transformer, fuses & fuse block, a starter, H -O -A switch, running light, overload light, CP power light, delay run timer to automatically operate the WashPress in conjunction with the existing Bar Screen or continuous basis. 1807 S. POWERLINE RD., SUITE 107, DEERFIELD BEACH, FL 33442 -8194 Page 3 of 4 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 @FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM FilterONE USA, LLC PART 3: EXECUTION 3.1 INSTALLATION A. Th e installing contractor shall install the WashPress in accordance with the contract drawings, manufacturing drawings and manufacturer's recommendations. B. Th a manufacturer shall provide two (2) days of on -site technical services for installation approval and training, in not more than one (1) trip to the jobsite. C. All of the embedded anchor bolts required for the installation of the WashPress shall be 18 -8 stainless steel and be 1 /2" diameter. END OF SECTION 1807 S. POWERLINE RD., SUITE 107, DEERFIELD BEACH, FL 33442 -8194 Page 4 of 4 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 @FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM FilterONE USA, LLC F1InFloMax7M Continuous Screen Model IMS -100 (304 Stainless Steel) GENERAL SPECIFICATIONS The self - cleaning bar /filter screen described below is designed to remove non - biological solids from the influent to a wastewater treatment plant. The Fl InFloMaxTM Continuous Screen is designed to convey the solids to a discharge point above the top of the channel, where the screen cleans itself, and ejects the screenings into a dumpster, compactor, or conveyor, before the screening belt returns to the channel. PART1 GENERAL 1.1. SUBMITTALS A. Shop Drawings i. Manufacturer's catalog information, descriptive literature, specifications and identification of materials of construction. ii. Detailed drawings showing equipment fabrication, dimensions, method of attachment including number, locations and size of fasteners and weights of fabrications. iii. Manufacturer's recommended dimensions, mounting configuration and location for each application. B. Quality Control Submittals i. Manufacturer's Certificate of Compliance. ii. Special shipping, storage and protection and handling instructions. iii. Manufacturer's written /printed installation instructions. iv. Certified test reports of the physical and mechanical properties of the product. 1.2, WARRANTY A. Manufacturer shall expressly warrant the Fl InFloMaxTM Continuous Screen, Model IMS -100 to be free of defects in materials and workmanship for a period of three (3) years from the date of installation, or forty -two (42) months from shipment, whichever comes first, exclusive of misuse, negligence or accident on the part of the owner. 1.3. COORDINATION A. Manufacturer shall coordinate the screen design and installation requirements with the dumpster /conveyor /compactor supplier in order to insure trouble free operation for the owner. 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Page 1 of 4 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 @FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM FilterONE USA, LLC PART 2 PRODUCTS 2.1 MANUFACTURER A. The mechanical bar /filter screen shall be as manufactured by FilterONE USA, LLC, Deerfield Beach, FL, F1 InFloMaxTKContinuous Screen, Model IMS -100. 2.2 APPLICATION A. The screen shall be designed and built for intermittent service up to ten (10) starts per hour for moderate sock without overheating, excessive vibration or strain. B. All structural and fiinctional parts shall be sized to prevent deflections or vibrations which may impair the screening, conveying operations. C. The equipment to be furnished and installed shall be a frilly automatic self - cleaning filter screen. The equipment shall be of the latest design and shall be fabricated of materials and in a fashion which will fully perform the functions describe bellow. D. The heavy duty fully automatic self - cleaning, bar /filter screen shall be suitable for installation and operation in a flow channel measuring 3.0' wide by 3' -9" deep, as measured from the base of the screen to the level at which it is supported. The angle of inclination shall be 75° from horizontal. E. The point at which all collected material will fall off the discharge opening shall be 5' -3" above the top of channel. This is the available clearance for a container /conveyor to collect the debris. The total discharge height of the screen, as measure from its base to the bottom of the discharge open is 9.0'. F. The screen shall be capable of passing a maximum of 4 mgd GPM of wastewater with a maximum downstream water level of 1.0' in a channel 3.0' wide. The head loss at maximum flow of clean water shall not exceed 16" of water. The head loss calculation is based on assumption of clean screen, clean water, and steady flow. G. The screen shall be capable of presenting a clean filtration surface to the oncoming liquid stream at all times during operation. It shall be capable of intermittent operation in order to form a mat of material to provide maximum trash removal. H. The screen shall provide dual filtration of all materials in order to minimize compaction of captured materials and minimize head loss through the screen. The filtration shall remove all material larger than 6 mm diameter and be capable of removing 1.222 cubic yards per hour. I. The unit rests on the top of the channel walls and the bottom of the channel. No mounting of fastening of the unit to the side walls of the bottom of the channel will be allowed. It shall be possible to remove the screen out of the channel without dewatering (e.g., for bypass purposes). Routine service must be possible with screen in the channel. 2.3 EQUIPMENT CONSTRUCTION A. All moving wetted parts, all wetted parts on which the moving parts ride, and/or all filter belt 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Page 2 of 4 PH,: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 @FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM FilterONE USA, LLC components under guiding, bearing or driving loads which include but are not limited to the shafts, side plates, links, guide rails and drive shaft sprocket inserts, shall be fully corrosion - resistant, and shall be made of 304 stainless steel or wear resistant heat treated 400 series stainless steel, except as noted below. B. The screen elements shall be suitable high impact polycarbonate which will not shred trash or cause jamming, because of the self relieving nature of the material. C. The screening chain rollers, bushings and pins shall be made of 400 series heat treated stainless steel with a minimum Rockwell of 39C hardness for reduced wear and long life. D. The frame and supports, which are stationary, shall be of 304 stainless steel not less than 3/16" thick. E. The main drive shaft and sprockets shall be constructed of 304 stainless steel. F. The take -up screw shall be made of 304 stainless steel. G. The brush shaft shall be made of 304 stainless steel. H. The lower front seal support shall be made of 304 stainless steel. 1. The rotating brush and lower front seal shall have nylon bristles. J. The filter screen belt side plates shall be made of Phenolic. K. The side seal shall be made of neoprene rubber with 304 stainless steel backing plates. L. All hardware shall be made of 304 stainless steel. M. All other appurtenances including chains, brush sprockets, bearing housings, etc., shall be of the manufacturer's standard coated material. N. The screening chain rollers shall be minimum 13/4" diameter and shall ride on 1/2" thick 304 stainless steel rails. A submerged curved 304 stainless steel rail shall be provided at the foot of the screen. No submerged bearings or sprockets are allowed. O. In order to limit deflection, the filter shafts shall have a minimum diameter of 3/4" and spaced on four (4) inch centers in the travel direction of the belt and shall be made of 304 stainless steel. P. The tension of the moving screen belt assembly shall be completely supported by a stainless steel link chain. The chain must connect the filters shafts ends on both sides of the belt assembly so that no weight is supported by the filter elements. Q. The brush drive system shall consist of a Sumitomo Buddybox Hollow Shaft Gear Reducer, AGMA Class 11 Service, with a 0.75 hp Baldor AC motor, 230/460 volt, 3 phase, 60 hertz, TEFC designed for 24 hour, Class II service. R. The screen belt is to have two (2) spray systems, 304 stainless steel. S. The screen shall be factory assembled and tested for a minimum of 16 hours prior to delivery, and shall be delivered fully assembled. It shall be capable of being set in place an field erected by contractor with minimum field assembly. T. The screen shall be driven by a Sumitomo Buddybox Hollow Shaft Gear Reducer, AGMA Class II Service, with a 0.5 hp Baldor AC motor, 230/460 volt, 3 phase, 60 hertz, TEFC designed for 24 hour, Class I1 service. U. Equipment to be supplied with a stainless steel NEMA 4X control panel. The control panel shall include a main breaker, transformer, fuses & fuse block, starter, II -O -A switch, running light, overload light, CP power light, liquid level timer, repeat cycle timer, delay timer to automatically operate the screen on a liquid level control signal, timed or continuous basis. 1807 S. POWERLINE RD., SUITE 107, DEEFIErLD BEACH, FL 33442 -8194 Page 3 of 4 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 @FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM FilterONE USA, LLC PART 3 EXECUTION 3.1 INSTALLATION A. The installing contractor shall install the screen in accordance with the contract drawings, manufacturing drawings and manufacturer's recommendations. B. The manufacturer shall provide two (2) days of on -site technical services during installation and training, in not more than one (1) trip to the jobsite. C. All of the embedded anchor bolts required for the installation of the screen shall be stainless steel and shall be supplied by the contractor unless stated to the contrary in the suppliers quotation D. The screen is to be covered for safety and /or odor control purposes, the covers shall be made of all 304 stainless steel, minimum 14 gauge, and include a hinged inspection door /port, with easy opening latches to allow easy access, as well as seals to contain water and odors. END OF SECTION 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Page 4 of 4 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 @FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM *A, 014 V� lop low 6V� Y 9V U SA o to FL k - lop O f 2 o OO WWA 1 0� a) Fl M07ES 1. SCREEN SPOW ! 7 FPM SCREEN %9CHr ?350 LBS 2. #*lm X SUPERCLEAN BELT DRIVE. A MOTOR; BALDER 7/2 HP. 1900 RPAL 230 /460 V, 7 PH, 60 H2. TEFL. 9, REDUCER. SLWTCNO HELICAL RUM"M REDUCER, ACW CABS R SERVICE 1 SUPERCLEAN BRUSH ORNNE. A. W07M BALDER 3/4 W. 1900 RPM, 230/460 Y 3 PH. 60 Hz. TUC B. REDUCER, SIBETOMO HELICAL BUDOVBOX REDUCER, ALMA CLASS 4 SERVICE 4. NASHPRESS ERNE. S HP. IWO RPM. 2301450 V. 3 PK, W ft TEFL, 1.15 SF EURCMIE NE UCAL CFARACrOQ AG AL CLASS 0 SERVCE 14 ROW 5. OVEMAW PROTECTION - ETECTPoC CURRENT MEI'Ew SENsm RD7ES 6 A 49DV NEA49 NI 30CW CONTROL PANEL ENCLOSURE WKL BE SUPP= TO BE AIS•DLLL.ED N THE SAME LOCATION Or THE Eff= SCREEN PANET. TO BE RENOYED, 7. MiWA 4X ELERCEMCT' STOP STATEN MOUKIEO ON AFLmmX SCREEN ME SIDE a. EVFLDMAX SCREEN TO 9E SLPPORTED AT CPERATM ELEVATION AND AT THE WT7 S BASE LWT 945E 4lALL REST FL=K TO ALE BOTTOM OF THE CHANNEL OVER THE WIDTH. GROUT UNDER THE SUPPDRT ANGLES AT OPERATING FLOOR 9. A RGAT SNITCH LEVEL SUZUR MERCURY TYPE 191IL BE SUPPLIED TD BE 449TH LED UPSTREAM Cr ffL MM 10. SCREEN WIAL BE CAPABLE OF PASSNG A AN WUM PE.W FLOR OF 4 MW KITH A Ol9MNSIREAM WATER 4E1£L OF 7 n=.. THE WAD 1.655 AT THE MAIDIIIRM FLOW OF WATER SHALL ITT EXL4ID 19 ACHES. ° a H N roprodaeed -*.4 '-,.4 —W" mr wad tar ary pyrpwa o9.x �an ,� A ° Ap9e r am ,uniaMd a LAN a .mBen ean49nt o1 FATEROA'E 164. Tu o47.6., Eiginm/. ad eh e7TI.a, u 4 O C O EE W WT P, FL FILTERONE USA RUI . RIIC B L4 - 2OT4 CIAUOfi h14.2011 3 /6aL --0 t -- knal.cd xn 1/1e pFDfact dalyl —1 �np✓<+,aent and w- M safely 10, ...d.* Ha9aT.ed oy heal, atat. and Nd9961 lots Nr9n irKxpA.4 <Gg v - a' v g 4 4 v •a a v d ' 8 E FLOW b 4 4 d 4 a a a v d a v d v d' SECTION X —X (SCALE 7 14-l' -O) TAie dvwiny and o6 appurtenant -"t ca ok. y./e/nraf.'an papalary 19 �,ELORE LLD : -� .�;� m , Gamma arra m,#. PROJECT RAMS H N roprodaeed -*.4 '-,.4 —W" mr wad tar ary pyrpwa o9.x �an ,� A ° Ap9e r am ,uniaMd a LAN a .mBen ean49nt o1 FATEROA'E 164. Tu o47.6., Eiginm/. ad eh e7TI.a, O C O EE W WT P, FL FILTERONE USA RUI . RIIC B L4 - 2OT4 CIAUOfi h14.2011 3 /6aL --0 t -- knal.cd xn 1/1e pFDfact dalyl —1 �np✓<+,aent and w- M safely 10, ...d.* Ha9aT.ed oy heal, atat. and Nd9961 lots Nr9n irKxpA.4 <Gg - 1•ATEROF/E USA LLC into !M orere6 pnjec< dmi9n. F74TDR1NF LISA ata rmf Ne tnppmtN lar M[atinn atl /cr A'acerna4f A FXTVM LI *M pMnl de,pn, trot Is FILTEROHrE ,uponabl6 rpr p1mA gray en.yn FaAw la ONE (T) INFLOMAX WELMANICAL BAIL SCREEN h ONE (T) WASH COMPACTOR E 1— D855-02 F end tar fM /aMr aoo.opNate avraty pHaeartianA N vm oPHatAn mW mointenancs of FlL7FJPWE spufpenarL SHEET 2 OF 2 VIEW Z —Z (SCREEN UPPER FRAME NOT SHONTJ } r 71' r> L6 ii 1y6 Arauma7c BRUSH BFAROVC _ 2��11 i DRNE ROTATII�Y.' HFYl91 1171 1 I nA M REARM - ROrATMG 8RM 10 1 tlW1LlfG1 - RV1 , !APISH �MIM1IG 9 7 ROTATtrM. BRUSH AstEMfALr TAKE UP FILTERONE USA JNrLOMAK SCREEN (SUPER CLEAN) MAIN ASSEMBLY F1 -0826 1? i NEVA4XSSZNCL�LJRE LAYOUT SUBJECT TO CHANGE AT FABRICATION TIME rel W ., � • `� ii ." : r i FILTERONE USA DNTRDL PANEL SAR SCREEN AND WASI VliRINC SCHEMATICS FI- 08% -O? r ----- ----------- - - - --� E E 1 i Rid ti fl4 I i 4 1 7 l b llb 11 Lam.! { 1 � i i a —_ -------------- �I i NEVA4XSSZNCL�LJRE LAYOUT SUBJECT TO CHANGE AT FABRICATION TIME rel W ., � • `� ii ." : r i FILTERONE USA DNTRDL PANEL SAR SCREEN AND WASI VliRINC SCHEMATICS FI- 08% -O? 100 011T7�D1ELT SV. CUSTOMER IMMR — —o im SUPPLY �• SSE 103 480 VAC 3 m Fl 60 HZ CCMR 104 15 AMPS — —O C30 AMP) rC 106 107 102 109 va 111 112 113 lt4 Its 3 Al O F5 FLM N o x XFLS XF3 p 4f , V. ( XFL2 250 VA Lan V. lzD V. �N 116 BAR SCREEN VAVMRESS 1 E -S7CP 1171 E -STCP 217 '"'p" —*_ ""p -vcL'_ 118 Mir u9 120 CR -L1 121 122 M2� 127 h� 124 CR-L2 125 F 126 msp-ft 127 we MP-"2 W9 130 131 ESR 131 132 133 134 135 136 137 132 139 140 4PJDA BAR SCREEN RUN L3GHT FAIL LIGHT COMPACTOR RUN LIGHT FAIL LIGHT MSP - Ml SE7 P 1 AMP ST1 3" 14 M1 BAR SCREEN 1/2 HP 4BO VAC 1 AMP MSP-M2 I MSP -M3 SET E 13 AMPS SE7 P 4.1 AMPS SCREEN BRUSH WASH PRESS (COMPACTOR) 3/4 HP 3 HP 480 VAC 480 VAC 13 AMPS 4.1 AMPS _ TO INPUT 5 SEE SHEET FI- 856 -D4 _ TO INPUT 6 SEE SHEET FI- 856 -D4 NOTES: W 9 N f- TO RESET FAULTED SCREEN TURN THE H--O-A SW 70 THE 'OFF' AND PRESS TFE RESET PUSHBUITOm � I iAUTD 1323 MSP-Nf . I xm M1 2- SCREEN RUN CYCLE IS PRESET IN PROGRAM TO ALLOW SCREEN TO SEE SHMEET EET RUN ON A TIMED WES. v OFF FROM F 1 F3- e56 -04 --�,� 1352 M2 �P FILTERONE USA FROM OUTPUT 2 p CONTROL PANEL CONTROL PANEL 84R .SCREEN AND WASF SEE SHEET F1- 956 -Cq TERMINAL BLOCa< WIRING SCHEMA71C5 - - -- -- r'TELA WIRING p.— By CW r 2 y Aw B T2 TOf4 + hw. Np SHEET 2 OF 3 F7- 0956 -Q3 xpR 240 POWER UP SCREEN 2R3 N 1 241 ®O® 3 Aw SCREEN AT LEFT UNDER NORMAL E� m o M O 242 N. • , .. . CONDITIO TO MODIFY TIMER zey PDUER CLATUT FLM - 243 SA MC5 SETTINGS PRESS THE 'OK' BUTTON xu a 244 ESR RUN PROCEED TO STEP K. 2w1 � 20 Rat 24s MAIN MENU SCREEN zac SMART RELAY ea: '�` 2 46 ? ® ® STEP #1 ♦/ EZD DISPLAY PROGRAIL. 70 BAR SCREEN USE I ROUND M TI SCROLL T IN AU70 RUN SEE 1322 ettrU UNIT CAV70MMTD: M= =� PARANCTEN� SHY FS- OB O DOWN THRU THE MENU OPTIONS 111 'STOP PART kEAST779 -AG-RC 2 � 1 K LEVEL 2R P RESS THE 'CX' BUTTON THIS VILL M43 STOP THE UNIT FROM RUNNING THE PRMAM. 20B U DOWN TO •PARAMETER' PRESS THE m9 120 VAC SKI F1 - 6-M x49 ® ® 'W BUTT ON -LIST OF THE TIMERS WILL TE VASHPRESS APPEAR R1R AUTO RUM SEE ]� °� 6 - (RELAY) O) UPUT 3M4 aoz 00% 2311 PARAMETER SCREEN SHT FI-0056 -03 ® S T E P # 2 pit 2941 251 2 X ISS r . USE ROUND BUTTON TO SELECT TIMER TO L M S CHAN6F9 PRESS 'd(' FOR EXAMPLE SCRO H-D-A SWITCH SEE 113 4 T3 X 16S X X MS N3 ® ® 1�VN T3 PRESS 'OK' 213 Run SHT F1- 0856-03 2N 2W1 m 254 TIHER DETAIL SCREEN STEP #3 M5 235 PRESS 'OK THIS VILL ALLOW THE TIMER 216 a61 �. C 2162 23G X H L C E T . 00, ® SETTING C B USE F 13 TH BUTBUTTON TT T ME C LEFT -CPT 7 E TH Ill TIE NUlMXR TO a7 za] xr7 D BUTTON TO SELECT THE SIRED TIME THEN 2181 TP THE 'OK• BUTTON, THEN TIE 'ESC' RES PTffSS BUTT@] THIS VILL TAKE YOU BACK TO THE PARAMETER SCREEN. THEN 'ESC' AGA114 TO a BAR SCREEN 9 [M a91 259 GOTD MAIN MENU. oul9 zee " LI 3i» 22a3 MOTOR DVERLOAD 262 MAIN MENU SCREEN SEE srrt aF1- oes6 -o3g ® STEP #4 PURAK. D� SCROLL UP To 'STOP RuN' PRESS 'Wl' WASHIPRESS 222 1 R 4 PARAMET 1222 MOT13R OVERLOAD iNZ STOPJ RUN O THIS WILL PUT UNIT BACK IN THE RUN MCDE ' RUN SEE SHY 4F1- OB56 -03 , THEN PRESS THE 'EYC' BUON TT A'ID SCREEN 223 W�94 Z63 Q_: ^1 VILL GO BACK TD THE PCVER UP SCREEN, 224 2"1 IMM 2241 264 Wirt-y, 22S I �� 265 M] ESA M2 226 m[ 266 1F !--- -� F : W SCREER SIM SC VA CII 227 SPRAY VATH ON SPRAT RCEN 266 WASH I 267 1 2662 2663 2664 266$ 2666 I I I 22B G 2W 2291 2241 229 BAR SCREEN SPR4r woo 269 BAR SCREEN ESTOP VASHPRESS WASH ::' RLIN RUN 230 a9t MBIO SMART RELAY EXPANSION MULE I 2" WASNP 2". PART MEASY202 -RE FA WASH an w� rI- z VSS 2311 I 272 z3z °M 2 - ( RELAY> CUPUT SMA " WASH CFF 233 SPY W A 2'711 234 G 2311 � 2721 2722 2723 2724 110 274 zas SMART RELAY TTUER/COUNTER SETTII>G AND DESCRIPTIONS 275 BAR SCREEN VASHPRESS FAIL FAIL 236 71 - DAR SCREEN IDOL IDOL TIMER SET IN MW /SEC (REPEAT3 276 T2 =BAR SCREEN POST RUN TIMER SET IN HIM/= arr- DELAY) 237 T3 COMPACTOR POST RUN SET IN MM /4Y Corr -DEIAD 277 T4 DO SCREEN SPRAY WASH TIMER SET IN SECOIDS CUFF-BELAY) nR TS = COMPACTOR SPRAY WASH TIMER SET IN SEEOM TOFF -DELAY) 279 FJLTERONE USA T6 BOTH H-O -A SWITCHES IN AUTO DELAY TIMER SET IN MIWSEC OIN- 110-473 M7 77 . BAR SCREEN SPRAY WASH TIMER SET IN MIWSEC (REPEAT) - NOT USFy f!T9 To • COMPACTOR SPRAY WASH TIMER SET IN MIWSEC CREPEAD NOT USED CONTROL PANEL HAR SCREEN AND WASHPRSS n = COMPACTOR AUTO START COUNTER mESET AT r FOLLOW INSTRUCTIONSAT RIGHT ON HOW TO WIRING SCHEMATICS CHANGE TIMER SETTINGS. a — s' OO(J �' _ �•O"° 72 0T4 SMEEr 2 OF J n-M -a _ Fi IterON E USA, LLC August 12, 2014 BID #B14 -05 OCOEE WASTEWATER TREATMENT PLANT BAR SCREEN REPLACEMENT PROJECT CITY OF OCOEE, FLORIDA FilterONE InFloMax SuperClean Fine Screen Design Number of units Model Nominal Width Discharge Height Filtration horizontal opening Angle of Inclination from Horizontal Channel Width Channel Depth Design Flow Downstream Water Level Head Loss Screenings size Trash Capacity Screen Belt Drive System Reducer Motor Brush Drive System Reducer Motor Screen Belt Spray Wash System One (1) 1FM -100 -6 3 1 -0 11 9 1 - 011 6 mm 75 degrees 3 1- 0 11 3 1 - 9 11 4 MGD 1 0" 16 inches or less Up to 3" in diameter 1.222 cubic yards per hour Sumitomo Cyclo Buddybox Hollow Shaft Gear Reducer AGMA Class 11 Service, Baldor AC Motor, 1/2 HP, 1800 RPM, 230/460 Volts, 3PH, 60 Hz, TEFC. Sumitomo Cyclo Buddybox Hollow Shaft Gear Reducer AGMA Class It Service, Baldor AC Motor, 3/4 HP, 1800 RPM, 230/460 Volts, 3PH, 60 Hz, TEFC. Two (2) spray systems 304 Stainless Steel 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Page 1 of 4 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1QFILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM FilterONE USA, LLC Material of Construction Frame (Housing) Support Legs Guide Rails Upper Rotating Guide Rails Upper Chain Guide Rails Lower Return Guide Rails Drive Shaft Rotating Brush Shaft Rotating Brush Spray System Side Seals Bottom Front Seal Filter Shafts Screen Filter Elements Filter Belt Side Plates Filter Belt Chain Side Bars Belt Chain Pins, Bushings and Rollers Chain Rollers Covers (Front and Rear) Discharge Chute Lubrication System Hardware 3/16" thick 304 Stainless Steel 3/16" thick 304 Stainless Steel 1/2" thick 304 Stainless Steel 5/8" thick 304 Stainless Steel 5/8" thick 304 Stainless Steel 1 /2" thick 304 Stainless Steel 304 Stainless Steel 304 Stainless Steel Longer Nylon Bristol on UHM W Hub 304 Stainless Steel Neoprene with 304 SS backing Plates Two rows of Nylon Brushes 3/4 Diameter 304 Stainless Steel High Impact Polycarbonate High Strength Phenolic 304 Stainless Steel with a minimum cross section of 0.144 Square inches 410 Stainless Steel Heat Treated to min. 39C Rockwell 1 -3/4" diameter 14 gauge 304 Stainless Steel 14 gauge 304 Stainless Steel 304 Stainless Steel 18 -8 Stainless Steel 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Page 2 of 4 PH.: 954 -757 9741 FAX: 954 -757 9742 E-MAIL: F1 @FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM FilterONE USA, LLC FilterONE Screenings Wash Press Design Number of Units One (1) Model F1 WP Capacity 35 cubic feet per hour wet screening with approximately Dry weight of not less than 8% solids Spray System Wash Spray 1/2 NPT spray header with injection points Flush Spray 1 /2NPT spray header with six spray jets Drive System (Eurodrive Gearmotor) Reducer SEW Eurodrive Helical Gear Reducer, 14 RPM AGMA Il Class Service Motor Motor, 3 HP, 1800 RPM, 230/460 Volts, 3PH, 60 Hz, TEFC, 1.15 service factor. Materials of Construction Frame (Main Body) 304L Stainless Steel Trough 304 Stainless Steel Washer Barrel 304 Stainless Steel with six (6) .25 x 1.50 inch wide 400 Brinnel Hardness replaceable wear bars Support Frame 304 Stainless Steel Drive Mounting Support 304 Stainless Steel Drive Shaft Seal A Compression Type Packing Seal mounted on drive Mounting Support and a Labyrinth Seal on Inside Drive Shaft Painted High Strength Steel. Screw 5/8" thick High Strength Steel painted with replaceable Nylon Brush attached with 304 SS holding Clips. Wash Spray System 304 Stainless Steel Flush Spray System 304 Stainless Steel. Inlet Hopper and Cover 12 Gauge 304 Stainless Steel Discharge Pipe 304 Stainless Steel Hardware 18 -8 Stainless Steel 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Page 3 of 4 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: FIQFILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM FilterONE USA, LLC ACCESSORIES: Control Panel NEMA 4X 304SS, 480 V, with PLC to perform all necessary logic functions and monitor equipment mounted electrical devices. Local Emergency Stop Push Button Two (2) NEMA 4X. One mounted on the InFloMax Screen Side Frame and the Second mounted at WashPress Solenoid Valves Four (4) 120 Volts, Single Phase, Normally closed contacts Housing in a Nema 4X, Model 8210, Level Sensor Float Switch Type INFLOMAX FINE BAR SCREENS AND WASHPRESS ARE MANUFACTURED AND ASSEMBLED IN THE USA 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Page 4 of PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 @FILTERONEUSA.COM WESSITE: FILTERONEUSA.COM Fi IterON E USA, LLC Manufacturer Type Model Number Ratio Input .RPM Output RPM Input HP Max. Output Torque @ 1/2 HP Input Connection Output Shaft Unit Weight Assembly Modification OCOEE WWTP CITY OF OCOEE, FLORIDA INFLOMAX SCREEN REDUCER TECHNICAL SPECIFICATION Sumitomo Cyclo Helical Buddybox EHYJS- B612DAY -Y1- 683 -56C -2 3/16" 683 :1 1750 2.56 1/2 11,500 in -lbs 56C Face 23/16 356 Lbs Y 1 (Output Shaft Horizontal on top) with hollow shaft flanged mount Outdoors, Wash down paint and magnetic drain plug 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442-8194 Page 1 of 1 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 @FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM Fi IterON E USA, LLC OCOEE WWTP CITY OF OCOEE, FLORIDA INFLOMAX FINE SCREEN MOTOR TECHNICAL SPECIFICATION Manufacturer Baldor Catalog Number VM3538 Horsepower 1/2 Frame 56C Enclosure TENV Voltage 230/460 Volts Phase 3 Phase Hertz 60 Full Load Amps (460V) 1 RPM 1750 Insulation Class B Design Code B Service Factor 1.25 Full Load Efficiency 74 Approximate Weight 23 Ibs 1807 S, POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Page 1 of 1 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 @FILTERONEUSA.COM WEBSITE: FILTERONEUSA.GOM FilterONE USA, LLC Manufacturer Type Model Number Ratio Input RPM Output RPM Input HP Max. Output Torque @ 1.07 HP Input Connection Output Shaft Modification OCOEE WWTP CITY OF OCOEE, FLORIDA SUPERCLEAN BRUSH REDUCER TECHNICAL SPECIFICATION Sumitomo Hyponic Right Angle RNYJ- 1320Y -20 20:1 1750 87 3/4 657in -ibs 56C Face 1 1/4 Outdoors, Wash down paint and magnetic drain plug 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Page 1 of 1 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 @FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM FilterONE USA, LLC OCOEE WWTP CITY OF OCOEE, FLORIDA SUPPERCLEAN BRUSH MOTOR TECHNICAL SPECIFICATION Manufacturer Baldor Catalog Number VM3542 Horsepower 3/4 Frame 56C Enclosure TEFC Voltage 230/460 Volts Phase 3 Phase Hertz 60 Full Load Amps (460V) 1.5 RPM 1750 Insulation Class B Design Code B Service Factor 1.25 Full Load Efficiency 75.5 Approximate Weight 25 lbs 1807 S. POWERLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Page 1 of 1 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 a FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM FilterONE USA, LLC OCOEE WWTP CITY OF OCOEE, FLORIDA WAHPRESS GEARMOTOR TECHNICAL SPECIFICATION Manufacturer Eurodrive Type SEW Eurodrive Helical Ratio 125:1 Input RPM 1750 Output RPM 14 Input HP 3 Motor Service Factor 1.15 Motor Enclosure TEFC Current 230/460 V Reducer Service AGMA Class 11 Max. Output Torque 13,900 in -lbs Output Shaft 60mm Options Heavy Duty Tapered Roller Bearings 1807 S. POWFRLINE RD., SUITE 107, DEEFIELD BEACH, FL 33442 -8194 Page 1 of 1 PH.: 954 -757 9741 FAX: 954 -757 9742 E -MAIL: F1 @FILTERONEUSA.COM WEBSITE: FILTERONEUSA.COM ■ Complete rebuilds and repairs with minimal downtime • Budget friendly • New equipment • Over 75 years of engineering, design, and service expertise • Sustainable solutions for headworks, sludge presses, sand filters • All USA parts • Free estimates ■ All work guaranteed! Keep America Working! FilterONE USA LLC IW Deerfield Beach FL 33442 954- 757 -9741 www.filteroneusa.com Problem: Worn out screen elements and chain? Solution: Call FilterONE! Problem: Worn out filter airlifts? Plugged sand bed? Solution: Call FilterONE! Problem: Worn out compactor /washer /conveyor linings and screws? Solution: Call FilterONE! We come to your plant, fix your equipment, clean up, and go home. Nothing for you to do. Call us today for your TURNKEY MECHANICAL SOLUTION! All equipment manufactured by FilterONE USA is American made. Keep America Working! L ED FilterONE USA, LLC Deerfield Beach FL 33442 954- 757 -9741 www,filteroiieusa.coni Figure 1: Side View Figure 2: Front View Keep America Working! ■ The new and improved self- cleaning filter screen o Extended head for better discharge o Improved chain and rail designs for long life o Advanced seals for higher capture ■ The F1 InFloMaxTM Screen is the solution for all tough screening applications ■ 75 years of service and engineering expertise built into every screen ■ Low head loss ■ 3, 6, or 15 min screen openings for highest removal rates ■ Both 100 and 200 mm element sizes available ■ 60 °, 75 °, and 85° designs ■ Widths from 1'6" to 8'0" ■ Discharge heights to 50 feet ■ All stainless frames, shafts, and chain for low O &M ■ Combine with F1 Compactor Washer and Shaftless Conveyors for complete screening systems ■ Made in the USA! FilterONE USA LLC Deerfield Beach FL 33442 954 - 757 -9741 www.Filteroneusa.com Principle of Operation The FilterONE F1 InFloMaxTm Continuous Screen is a robust, reliable, and fully automated influent bar screen that captures solids from a moving wastewater stream in a channel, conveys the screenings to the top of the channel, and discharges the solids into a compactor or conveyor, prior to disposal at a landfill. The F1 InFloMaxTM Continuous Screen is capable of performing in a wide variety of both municipal and industrial applications. The Fl InFloMaxTM Continuous Screen can be designed with either 3 mm, 6 mm, or 15 mm screening element spaces, to remove the required solids from a wastewater treatment facility influent. The molded plastic elements are assembled together on a series of stainless steel shafts, with each element being supported by two parallel shafts, adjacent elements alternating between the leading and trailing shafts. The shafts are supported by stainless steel chain links, located on both sides, to form a complete screening belt. At the top of the screen, the belt changes direction and travels through the discharge area where the larger solids fall off the face of the screening belt by gravity. In the discharge area, the belt changes direction again, and any remaining screenings are wiped off each leading row of elements, by a unique cleaning interaction with the row of elements that follows. Thus, the elements are truly self - cleaning, and the interaction of each row of elements, in conjunction with the changes in belt direction, is the main means of discharging solids from the belt. A rotating brush is provided to assist in removing any screenings that may hang up on the tips. The standard unit is designed and manufactured completely of 304 stainless steel (with upgrade to 316 stainless steel available), with the exception of the elements, rotating brush, side seals, and chain cover. FilterONE can provide customized safety covers, with inspection doors, as well as complete control systems for fully automated operation. Our "extended head design" insures maximum solids release, and our improved chain and rails are designed for longer life and reduced O &M costs. The F1 InFloMaxTM Continuous Screen can be coupled with an Fl Compactor, or an F1 Screenings WasherCompactor, to provide a complete screenings removal and handling system for the headworks of wastewater treatment facility. For a user friendly, trouble -free, and extremely reliable influent bar screen, make the FilterONE F1 InFloMaxTM Continuous Screen your first and only choice. All of FilterONE's equipment is American made. FilterONE USA LLC Keep America Working! Deerfield Beach FL 33442 954 -757 -9741 www.filterorieusa.com