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