Loading...
Contract 2019-38A% CITY 4F LINN%0 R L A N D 0 Via Email: polybiddpt{7snfllc.com April 27, 2023 Mark Schlag Polydyne, Inc. 1 Chemical Plant Road Ricaboro, GA 31323 SUBJECT: Renewal of Term Contract for: 1 Month Extension for Cationic Polymer — IFB19-0032A Dear Mark, The City of Orlando would like to offer your company the opportunity to extend the existing contract between your company and the City of Orlando. In accordance with the terms and conditions of this Contract, the Contract may, by mutual assent of the parties, be extended for an additional one (1) month period under the same terms, conditions, and pricing. The current Contract will expire April 28, 2023. In agreeing to the contract renewal by signing below, the new contract expiration date will be May 28 2023. Please indicate your approval of this offer by having an officer of your company execute the acceptance portion below and return to 3avai•ic.mcdonald a,orlando.gov . Please submit your response no later than April 28, 2023. As a part of the renewal process, please send a copy of your current completed W-9 form and your current insurance certificate, listing the City of Orlando as an additional insured. Thank you for your immediate attention to this matter. Sincerely, David Billingsley, CPSM, C.P.M. Chief Procurement Officer ACCEP KE By: �5_ - ture & Date Bo d Stanley Print Name Sr. Vice -President Title PROCUREMENT AND CONTRACTS DIvisim CITY HALL • 400 SOUTH ORANGE AVENUF. • P.O. Box 4990 • ORLANDo, FLORIDA 32802-4990 PHONE 407.246.2291 • FAx 407.246.2869 • Cityofilrlando.net • esupplier.cityoforlaudomet Rev: 020420 AGREEMENT FOR CATIONIC POLYMER THIS AGREEMENT, is made and entered into thisC) day of M 2019, by and between the CITY OF CLERMONT, FLORIDA, a municipnrporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and POLYDYNE, INC., whose address is: 1 Chemical Plant Road, Riceboro, GA 31323, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Orlando through the public procurement process awarded an Agreement to purchase polymer supplies and materials, City of Orlando Contract Number IFB 19-0032-A; WHEREAS, CITY desires to utilize the above-referenced awarded bid, CONTRACTOR's response thereto and Agreement in accordance with CITY's procurement policy; and WHEREAS,CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the City of Orlando Contract Number IFB 19-0032-A; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I —SCOPE OF WORK The CONTRACTOR shall furnish polymer supplies and materials as described in the City of Orlando Contract Number IFB 19-0032-A, which is attached hereto and incorporated herein as Exhibit "A" and shall do everything required by this Agreement and the other Agreement Documents contained in the specifications, which are a part of these Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. To the extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. ARTICLE II—THE CONTRACT SUM CITY shall pay CONTRACTOR,for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule as set forth in Exhibit `B', attached hereto and incorporated herein. ARTICLE III—TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties,and shall remain in effect until April 28, 2020, unless terminated or renewed as provided by the City of Orlando. 1 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. 3. Upon mutual Agreement of the parties, this Agreement may be renewed for three (3) additional year term. ARTICLE IV—COMMENCEMENT AND COMPLETION OF WORK The CONTRACTOR shall provide all items in the timeframe as set forth in the applicable purchase order or notice to proceed. ARTICLE V—PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted and undisputed services provided, within thirty (30) calendar days of receipt of the invoice. ARTICLE VI—DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County,Florida,unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. 2 I ARTICLE VII—INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The CONTRACTOR shall take out and maintain during the life of this Agreement Worker's Compensation Insurance for all his employees connected with the work of this Project and, in case any work is sublet,the CONTRACTOR shall require the subcontractor similarly to provide Worker's 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 with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. (a) Workers' compensation, Statutory Employer's Liability, $100,000 Each occurrence 2. CONTRACTOR's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be minimum limits as follows: (a) CONTRACTOR's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each Bodily Injury&Property Damage Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. SubCONTRACTOR's Public Liability and Property Damage Insurance-The CONTRACTOR shall require each of his subCONTRACTORs to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subCONTRACTORs in his policy, as specified above. 4. Indemnification Rider (a) To cover to the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the performance of the Work, provided that any such claim, 3 damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death,or to injury to or destruction of tangible property(other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article. (b) In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers'or workmen's compensation acts,disability benefit acts or other employee benefit acts. (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. ARTICLE VIII—NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid,or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: Polydyne, Inc. 1 Chemical Plant Road Riceboro, GA 31323 Attn: Mark Schlag, Vice President CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE IX—MISCELLANEOUS 1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such 4 sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 2. Waiver. The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 3. Severability. If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision,or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment. Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 5. Entire Agreement. This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 6. Assignment. Except in the event of merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 7. Venue. The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 8. Applicable Law. This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9. Public Records. Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does 5 not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. ARTICLE X—AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order/Notice to Proceed 3. All documents contained in the City of Orlando Contract/Bid No. IFB 19-0032A. 6 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this aD day of Ma y ,2019. Ci of C1 :- ,nt I / D. �y. 1441SIE: :S .g:r Attest: Tracy Ackroyd owe, City Clerk Polydyne Inc. / By:r (N. e P nted or yped) Bilis Stanley Stanley Vice-President Title Attest: •. .,. ., : : . „ . Assistant Secretary Mark Schlag (Name Printed or Typed) 7 EXHIBIT A H ITY OF ORLAND April 26,2019 Mark Schlag,Vice President Polydyne, Inc. 1 Chemical Plant Road Riceboro, GA 31323 Subject: IFB19-0032A,Cationic Polymer The attached contract is the City of Orlando's acceptance of your offer in response to IFB 19- 0032A, Cationic Polymer, and is subject to all terms and conditions therein, as well as any addenda to that solicitation. This contract is a twelve (12) month contract, effective April 29, 2019, and will remain in effect through April 28,2020. This contract may be renewed upon mutual agreement as provided in the solicitation. Any amendments to this contract must be in writing and signed by both parties to be valid, binding, and enforceable. All invoices must reference the subject Contract Number. Invoices must be emailed to ap_invoices@cityoforlando.net or be submitted to the address below: Accounts Payable City of Orlando 4th Floor,City Hall PO Box 4990 Orlando,FL 32802-4990 Please remember that only those goods/services specifically listed in this contract can be invoiced. The description and unit prices on each invoice must match the description and unit pricing in the subject contract. Invoices not meeting these requirements are considered improper invoices and will be returned. Sincerely, Diane Wetherington,CPPB Purchasing Agent III • PROCUREMENT AND CONTRACTS DIVISION CITY HALL•400 SOUTH ORANGE AVENUE•P.O.Box 4990.ORLANDO,FLORIDA 32802-4990 PHONE 407.246.2291 •FAX 407.246.2869•CityofOrlando.net•esupplier.cityoforlando.net Rev: 11/10/16 tin* Chief Procurement Officer y Buddy Dyer i David Billingsley,CPSM,C.P.M. .' I x f'AI A r CITY OF ORLANDO U ,. 1`lt1LL INVITATION FOR BIDS (IFB) DATE OF ISSUE: February 22,2019 IFB DUE DATE: March 22,2019 IFB DUE TIME: 2:00 p.m.,Local Time,City of Orlando,FL BID DELIVERY LOCATION: City of Orlando Procurement and Contracts Division 400 South Orange Avenue,Fourth Floor Orlando;Florida 32801 • Bid opening held at same location. IFB TITLE: CATIONIC POLYMER IFB NO: IFB19-0032-A (IFB NUMBER MUST BE PLACED ON FRONT OF ENVELOPE) • THIS IS.NOT AN ORDER DIRECT ALL INQUIRIES TO: Diane Wetherington,Purchasing Agent III Phone: (407)246-3633 Email: Diane.Wetherington®cityoforlando.net BUSINESS NAME&ADDRESS CONTACT INFORMATION Polydyne Inc. Mark Schlag,Vice-President Business Na Name of Contact Ind'v dual 1 Chemica�lant Road 1 ChemicalPlant Rd. Address Contact Address Riceboro,GA 31323 Riceboro,GA 31323 City, State,Zip Cor�tactgC8ity State,Zip 912-880-2035 Telephone Number Contact Telegpphone Nimber PolyBidDpt@snfhc.com PolyBidDpt@snthc.com Business Email Address Contact Email Address It is the intent and purpose of the City of Orlando that this Invitation for Bids promotes competitive bidding. It shall be the bidder's responsibility to advise the Procurement and Contracts Division at the address noted herein, if any language, requirements, etc. or any combination thereof, inadvertently restricts or limits the requirements stated in this Invitation for Bids to a single source. Such notification must be submitted in writing and must be received by the Procurement and Contracts Division not later than ten (10) days prior to the bid closing date. Rev:Goods-09.17.18 Gat pnic Polymer IFB19-0032-A 4 TABLE OF CONTENTS: PAG INSTRUCTIONS FOR SUBMITTING BID ....4 SUBMITTAL REQUIREMENT CHECK LIST 5 SEALED BID ENVELOPE LABEL ....6 INVITATION FOR BIDS AWARD INFORMATION 7 SPECIFICATIONS 8 SPECIAL CONDITION CLAUSES 12 GENERAL CONDITIONS 13 STANDARD TERMS AND CONDITIONS 14 FORMS AND.SUBMITTAL DOCUMENTS: SOLICITATION COVER PAGE 1 • BID PRICE FORM(S) 36 BIDDER'S CERTIFICATION 39 CONFLICT OF INTEREST DISCLOSURE FORM 40 CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH • SCRUTINIZED COMPANIES 41 CONTRACT AND ACCEPTANCE FORM 42 BIDDERS QUESTIONNAIRE 43 WRITTEN QUESTION(S)FORM 45 MINORITY/WOMEN-OWNED BUSINESS ENTERPRISE PARTICIPATION FORM 46 VETERAN BUSINESS ENTERPRISE PARTICIPATION FORM 47 ADDENDUM ACKNOWLEDGMENT FORM 48 NO-BID RESPONSE FORM 49 • Procurement and Contracts Division Page:3 Gatiopic Polymer IFB19-0032-A SEALED BID ENVELOPE LABEL: Complete the label below with all appropriate information and affix it to the outside of the envelope containing your submittal. This will assist in the proper processing of the submittal and avoid revealing the contents of that envelope until the official solicitation opening time and date. SEALED BID ENCLOSED • (To be opened by Procurement official noted below) Respondent's Name: Polydyne Inc. Respondent's Address: 1 Chemical.Plant Road Riceboro,GA 31323 Respondent's Contact Name: MarkSchlag>Vice-President Respondent's Telephone Number: 912 880-2035 City of Orlando Procurement and Contracts Division Attention: David Billingsley, CPSM, C.P.M., Chief Procurement Officer C/O Purchasing Agent: Diane Wetherington 400 South Orange Avenue,Fourth Floor Orlando, Florida 32801 Solicitation No.: IFB19-0032-A Solicitation Title: CATIONIC POLYMER Solicitation Due Date & Time: March 22,2019, 2:00 P.M.,Local Time,City of Orlando,FL a Procurement and Contracts Division Page:6 d Cationic Polymer IRB19-0032-A INVITATION FOR BIDS AWARD INFORMATION: The City's Procurement and Contracts Division is the official source to obtain information relating to City of Orlando solicitations. It is incumbent on the Bidder to obtain current bid and award information prior to and after the scheduled opening date of a solicitation. Information is updated daily as it becomes available. An award,or recommendation of award,may be made at any time after the scheduled opening date of a solicitation. You may obtain award and other solicitation information in a variety of ways: 1. Bid documents are available for download from the eSupplier website: You may access solicitation information by visiting the City's eSupplier website by copying the following link in your web browser: https://vendorlink.cityofoarlando.net/common/default.aspx 2. You may also visit the Procurement and Contracts Division to obtain award information, solicitation packages, addendums,and other documents. Our office is located at: City of Orlando Procurement and Contracts Division 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 3. You may also call the Procurement and Contracts Division at (407) 246-2291, during normal business hours,to request a solicitation and other related information. Please remember, email notification is provided as a courtesy to our vendors, but it is the vendor's responsibility to check with the City of Orlando's website at: httt's;Uvendorlink,citvoforlando.net/common/default.asax for current bid,and other information. We appreciate your interest in doing business with the City Beautiful and wish you much success with your business ventures. Procurement and Contracts Division Page: 7 Cationic Polymer IFB19-0032_A SPECIFICATIONS FOR THE CATIONIC POLYMER A. GENERAL SELECTION CRITERIA: 1. The City Of Orlando needs to dispose of large quantities of solids from its wastewater treatment facilities in an efficient and effective manner. 2. Since solid waste is only 2% to 3% of the wastewater coming off the Digesters, it is important to be able to remove the solids at the lowest cost per gallon of water as it relates to Conserv II Treatment Plant Facility. Solid waste also needs to be removed from the activated sludge(non-digested)process at the Iron Bridge and Conserv I Treatment Plants at the lowest cost per gallon of water. 3. Polymers are used to "flock" the solids (remove the solids) from the sludge handling facilities. The City Of Orlando understands that polymer performance can be different at each of the City's three (3) Wastewater Treatment Plant Facilities: Water Conserv I, Water Conserv II and Iron Bridge. It will be the Vendor's responsibility to determine what product works best at each facility. 4. The Vendor will perform Bench Test in the Lab, and the City will assist in the Field Test. The City will provide the Vendor all reasonable items required to perform the Bench Test, any special items the Vendor needs will be his/her responsibility to provide. The sludge samples will be provided by the City. 5. The type and quantity of Polymer necessary to do the job for a given location will be decided by the Vendor,the City's concern is that it should not have any side effects, such as toxicity. 6. The selection criteria will be based upon the lowest cost of polymer per dry ton of residuals produced and provides the most De-watering. B. PROTOCOL FOR VENDORS BENCH TESTING OF POLYMERS IN THE LAB: 1. Vendor to supply all polymers for laboratory bench testing at no cost to the City. 2. Each Vendor may bench test as many polymers as desired. 3. City will supply sludge samples for bench testing from: GBT feed before polymer injection,and BFP feed before polymer injection. 4. City will provide bench space in the Iron Bridge and Conserv II Labs. 5. City will provide beakers,pipettes, and a gang stirrer unit for all bench testing. 6. Each Vendor will be allowed up to six (6) hours for polymer bench testing at each treatment plant facility. Procurement and Contracts Division Page:8 Cationic Polymer IFB19=0032-A 7. Vendor will determine, without City involvement, which polymer will be recommended for the full scale field testing in the GBT and BFP. 8. Vendor will provide the envisioned dose rate per ton of dry solids as quantified and supported by the Bench Test phase of the bid process. Vendors will then be short-listed by City staff to perform full scale testing prior to final selection and award. C. PROTOCOL FOR VENDORS SELECTED FOR FULL SCALE TESTING OF POLYMERS IN THE FIELD: 1. Each selected Vendor will be allowed to test one selected polymer for full scale testing on a GBT in each treatment plant,and a BFP in Iron Bridge and Conserv II. This means each Vendor may test up to a total of(4) polymers, (2 at Iron Bridge, 2 at Conserv II). Iron Bridge will have (2) Press test; 1 is a 3-Belt Press with INFF solids of 0.5%, and the 2" Press will be a Klam Press with a 1.5 —3.0 TS INFF mg/l. 2. The selected polymer to be used will be as recommended based on the Bench Test studies by the short-listed Vendor(s). 3. Vendors will supply all polymers used in the full scale testing at no cost to the City. 4. The City will have each selected Vendor use the same GBT and/or BFP (within the same treatment plant),within acceptable belt tension settings, for each full scale test performed. 5. The City will provide a polymer feed system (like a PolyBlend unit) to be used for each full scale test performed. 6. Each Vendor will provide enough polymer to allow a three (3) hour test run for the GBT operation. 7. Each Vendor will provide enough polymer to allow a three (3) hour test run for the BFP operation. 8. Each Vendor will be allowed to make polymer adjustments during the first hour of the three hour test run. No polymer adjustments can be made during the remaining two hours of the three hour test run. 9. During each full scale test run, after the one hour Vendor adjustment period,the City will obtain hourly grab samples from the sludge feed,thickened or dewatered sludge cake,and liquid sidestream flows to be analyzed in the City's Lab for solids concentrations. The two(2)numbers from each sample location will be totaled and averaged;the average data point will be used to evaluate the performance of each test run. 10. The City will schedule each Vendor for one (1)day at each treatment plant facility for the full scale testing. 11. Submit a copy of your test results with this bid package. No new testing will be required. Procurement and Contracts Division Page: 9 G ationiic Polymer IF819-0032.A 12. Any one location may elect to have material delivered in any one of or all of the package types at different times or all at the same time. 13. Vendor is responsible for off-loading polymer with their equipment. 14. Delivery is required to the following locations: Water Conserv I Water Conserv II 11401 Boggy Creek Road 5420 L.B. McLeod Rd Orlando,FL 32824 Orlando,FL 32811 • Iron Bridge Facility 601 on Bridge Circle Oviedo,Florida 32765 • D. REQUIRED THROUGHOUT FOR EACH PLANT SOLIDS THICKENING/DEWATERING UNIT: GBT BFP Iron Bridge 300 gpm 80 gpm AND 400 gpm Conserv II 225 gpm 100 gpm Conserv I 150 gpm --- Notes: • A) GBT is Gravity Belt Thickener B) BFP is Belt Filter Press E. TYPICAL SOLIDS CONCENTRATION RANGES FOR EACH PLANTS SLUDGE FEED: GBT Feed BFP Feed Iron Bridge 2,000 to 6,000 mg/1 15,000 to 29,000 mg/1 and on(C)2000-6000mg1 Consery II 5,000 to 7,000 mg/1 18,000 to 22,000 mg/1 Consery I 8,000 to 10,500 mg/1 --- F. THE AWARD WILL BE MADE BASED ON THE ABILITY TO MEET EACH OF THE QUALITY PARAMETERS IDENTIFIED BY THE CITY, AND THEN THE LOWEST COST OF POLYMER PER DRY TON OF SLUDGE PROCESSED: GBT Minimum Quality BFPMinimum Quality Iron Bridge 1.5%-3%TS Product 15.5%TS Cake @>98%Capture @>99%Capture Conserv II 3.5%TS Product @>98%Capture 14.0%TS Cake @>99%Capture Conserv I. 4.5%TS Product @>98%Capture --- Notes: Procurement and Contracts Division Page: 10 Cationic Polymer IFB19-0032,-A A) TS is total solids. B) %capture is calculated as: mg/1 solids applied to unit-mg/1 solids in sidestream x 100=% mg/1 solids applied to unit C) Lbs solids applied to unit, or Lbs solids in sidestream,is calculated as: Flow,mg x Solids Conc.,mg/1 x 8.34 lbs/gal D) Dry tons are calculated as: MG sludge feed applied to unit x solids conc.,mg/1 x 8.34 lbs/gal 2,000 lbs/ton E) Cost of polymer per dry ton of sludge processed is calculated as: Cost of polymer used = polymer cost, $per dry ton Dry Tons of Sludge Processed END OF SECTION • Procurement and Contracts Division Page: 11 Cationic Polymer IFB19-0032.A SPECIAL CONDITION CLAUSES Quantities The quantities for the items listed in this solicitation are estimated annual quantities for bid evaluation purposes only and should not be construed as representing actual quantities to be purchased. Moreover, it is understood by all bidders that the City is not obligated to purchase any minimum or maximum amount during the life of a contract resulting from this solicitation. Site Conditions The bidder, having visited the site and familiarized themselves with the local conditions, nature, and extent of the work, and having examined carefully the specifications and Terms and Conditions herein, proposes to furnish all equipment, labor and materials without exception for the proper execution and completion of the work and if awarded the contract, to complete the said work within time limits as specified for the following bid prices. • Procurement and Contracts Division Page: 12 cationic Polymer IFB19-0032-A ` GENERAL CONDITIONS Bidder should read and follow the following instructions. 1. EXECU'T'ION OF BID: Bid must contain a manual signature of an authorized representative in the space provided on the Bidder's Certification Form. 2. SEALED BIDS: All bids must be submitted in a scaled envelope. The face of the envelope shall contain the date and time of the bid opening and the bid number. Bids not submitted on the City's bid forms may be rejected. All bids are subject to the conditions specified herein and on any attached sheets,specifications,standard terms and conditions and special conditions. 3. NO BID FORM: In the event you elect not to bid this requirement,respond by returning this form, marking it 'NO BiD" and the reason therefor. NOTE: To qualify as a respondent,bidder must submit a"BID"or"NO BID"and it must be received no later than the stated bid opening date and time. . . 4. BID OPENING: Shall be public,on the date and at the time specified on the bid form,with the total bid amount being read aloud. It is the bidder's responsibility to assure that their bid is delivered at the proper time and place of the bid opening. Rids which for any reason are not so delivered,will not he returned but will be retained in the"BID FILE'unopened. Telephone or telegraphic bids cannot be accepted. 5. PRICES,TERMS,and PAYMENT: All prices must be firm for the delivery schedule quoted herein. Bids stipulating "Price in effect at time of shipment"or other similar conditions will be considered not responsive to the bid invitation and will not be accepted. All prices shall be quoted F.O.B. delivered to any City of Orlando Department unless otherwise stipulated in the bid invitation. Bidder is requested to offer cash discount for prompt invoice payment. It is the policy of the City of Orlando to make payments of invoices in time to earn any offered cash discounts. Discount time will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the Accounts Payable Office,whichever is later. a) TAXES: The City of Orlando does not pay Federal excise and State sales taxes. Our tax exemption number is 85-8015427957C-9 and is also stipulated on all our Purchase Orders. b) POLITICAL SUBDIVISIONS: Under Florida Law,prices contained in State Contracts shall be available to the City of Orlando,who might wish to purchase under a State Purchase Contract. The City of Orlando therefore reserves the right to purchase any commodities from a State Purchase Contract if in the best interest of the City. c) MISTAKES: Bidders are expected to examine the specifications,delivery schedules, bid prices,and all instructions pertaining to supplies and services. Failure to do so will be a bidder's risk. d) CONDITION and PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be new (current production model at the time of this bid). All containers shall be suitable for storage or shipment,and all prices shall include standard commercial packaging. c) SAFETY STANDARDS: Unless otherwise stipulated in the hid,all manufactured items and fabricated assemblies shall comply with applicable requirements of Occupational Safety and Health Act and any standards thereunder. f) MARKING: Each individual container shall be marked with the brand name of the product, quantity and the name and address of the manufacturer. Each shipping container shall include the name of the vendor and must also clearly indicate the City of Orlando Purchase Order Number. g) INVOICING and PAYMENT: The supplier shall be paid in accordance with Florida Statutes, upon submission of invoices to: 'I he Accounts Payable Section,City of Orlando,400 South Orange Avenue,Orlando, Florida 32801. Invoices arc to be billed at the prices stipulated on the purchase order and as outlined in this bid. All invoices must show the City of Orlando Purchase Order Number. 6. CONFLICT OF IN'T'EREST: The award hereunder is subject to Chapter 112,Florida Statutes. All bidders must disclose with their bid the name of any officer,director,or agent who is also an employee of the City of Orlando. Further,all bidders must disclose the name of any City of Orlando employee who owns,directly or indirectly,an interest of ten percent(10%)or more of the bidders firm or any of its branches. 7. AWARDS: As the best interest of the City of Orlando may require,the right is reserved to make award(s)by individual items,group of items,all or none,or a combination thereof,with one or more suppliers;to reject any all bids or waive any informality or technicality in bids received. 8. INSPECTION,ACCEPTANCE,and TITLE: Inspection and acceptance will be at destination unless otherwise stipulated. Title and risk of loss or damage to all items shall be the responsibility of the shipper(vendor)until accepted by the using department of the City of Orlando,unless loss of damage results from negligence by the City of Orlando or its Departments. 9. DISPUTES: In case of any doubt or differences of opinion as to the items to be furnished hereunder,the decision of the City of Orlando's Chief Procurement Officer shall be final and binding on both parties. All disputes between the parties shall be resolved in accordance with the City Procurement Code,(Chapter 7 of the City Code). 10. LEGAL REQUIREMENTS: Federal, State,County and local laws,ordinances, rules and regulations that in any manner affect the item(s)covered herein apply. Lack of knowledge by the bidder will in no way be cause for relief from responsibility. 1 I. LIABILITY: The vendor shall hold and save the City of Orlando, its officers, agents and employees harmless from liability of any kind in the performance of or fulfilling the requirements of the Purchase Order or Contract which may result from this bid. NOTE: ANY AND ALL STANDARD OR SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE. Procurement and Contracts Division Page: 13 r Cationic Polymer IFB19-0032-A STANDARD TERMS AND CONDITIONS 1. RECEIPT OF BIDS: a. Bid must be submitted as one (1) original, one (1) hard copy, and one PDF electronic copy on a CD or Flash Drive, and shall be submitted to the Procurement and Contracts Division prior to the date and time specified herein. Bids will not be accepted after the designated time and date. It is solely the responsibility of the bidder to ensure timely delivery of their bid submittal. b. Each bid shall be submitted in a sealed envelope and marked with the bid number, title of the bid,and bid opening date and time. c. If submitted by mail,the bid submittal shall be enclosed in a sealed envelope addressed to the City's Chief Procurement Officer (CPO), at the address listed below. Bids submitted by mail must be received in the office of the Procurement and Contracts Division by the time specified herein for the opening thereof. Please be advised that United States Postal Service (USPS) Express and Priority service classes, are delivered to the City once daily. Accordingly, in order for a submission to be received by the office of the Procurement and Contracts Division when the services of the USPS are used, a proposer or bidder is responsible for ensuring that their submittal is transmitted in such manner as necessary for the USPS to receive, sort, and deliver to the City by the submittal due date and time. The City only collects other USPS mail one (1) time per day upon opening of the local Post Office branch, which is then sorted by the City for delivery to the Procurement and Contracts Division and other City departments. Submissions arriving at the USPS after the initial pick- up by the City will be placed in the City's call-box for pick-up and will not be delivered to or received by the Procurement and Contracts Division until the next business day. When using the USPS or any other mail delivery services, it is the sole responsibility of the bidder to ensure that bids or proposals are received in the office of the Procurement and Contracts Division by the due date and time. The City shall not be responsible for delays caused by any occurrence. d. All bids shall be mailed or delivered to the office of the Procurement and Contracts Division at the address listed below. Sealed bids are to be addressed as follows: City of Orlando Procurement and Contracts Division Attention: David Billingsley,CPSM,C.P.M., Chief Procurement Officer C/O Purchasing Agent: Diane Wetherington,CPPB 400 South Orange Avenue,Fourth Floor Orlando,Florida 32801 Procurement and Contracts Division Page: 14 IFB19-0032_ Cationic Polymer A r 2. COMMUNICATIONS; QUESTIONS REGARDING SPECIFICATIONS OR BIDDING PROCESS: a. To protect the integrity of the solicitation process and ensure fair consideration of all respondents, a prohibited communication period is hereby established commencing as of the time of the issuance of this solicitation and terminating upon execution of a contract(or,if the solicitation is cancelled, upon cancellation of the solicitation). Except for communication with the City's designated point of contact set forth in this solicitation or as otherwise authorized by the City's Chief Procurement Officer, during the prohibited communication period, the City prohibits communication regarding the solicitation by a respondent or potential respondent (or on a respondent or potential respondent's behalf) to or with any officer, elected official (including the Mayor and City Council), department, division, office, or employee of the City, or any other person or entity providing advice to the City related to this solicitation. During the prohibited communication period, all contacts and communications regarding the solicitation by a respondent,or potential respondent, including their agents, representatives and others on their behalf, shall be directed to the City's Procurement and Contract Services Division in the manner provided below in this solicitation, unless otherwise authorized by the City's Chief Procurement Officer. Prohibited contact or communications during the prohibited communication period may result in disqualification from the solicitation process, rejection of the solicitation, or termination of any resulting contract as determined by the Chief Procurement Officer. In addition, prohibited contact or communications may also be grounds for suspension and debarment of a respondent or potential respondent under the City's Procurement Code. b. Any questions by a bidder relative to the interpretation of specifications or the bid process shall be. addressed in writing as indicated below. In order to be answered prior to the submittal deadline,questions must be received by the Procurement and Contracts Division ten (10) days prior to the date set for the receipt of bids. Please see the "Written Question(s) Form" under Forms and Submittals Section of this solicitation. Any interpretation made to prospective bidders with respect to questions submitted prior to the cut-off date for questions to be answered prior to the submittal deadline will be expressed in the form of an Addendum to the specifications which, if issued,will be conveyed to all prospective bidders no later than five(5)days before the date set for receipt of bids. Oral answers will not be authoritative. c. It will be the responsibility of the bidder to contact the Procurement and Contracts Division prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda,and return executed addenda with the bid. d. All communication and contact regarding this solicitation shall be directed to the Purchasing Agent referenced on the cover page of this Invitation for Bids: • Diane Wetherington,Purchasing Agent III City of Orlando Procurement and Contracts Division City Hall at One City Commons 400 South Orange Avenue,Fourth Floor Orlando,Florida 32801 (407)246-2291 Fax(407)246-2869 Website:Jittp://www,cityoforlando.net/procurement/ Procurement and Contracts Division Page: 15 Cationic Polymer IFB19-0032-A 3. TERM OF THE CONTRACT: The term of the contract resulting from the solicitation, shall be for an initial twelve (12) month period. The contract may, by mutual assent of the parties, be extended for three (3) additional twelve(12)month periods or portions thereof,up to a cumulative total of forty-eight(48)months. 4. BIDDER'S CERTIFICATION FORM: Each bidder shall complete the "Bidder's Certification Form" included with this Invitation for Bids. The form must be acknowledged before a Notary Public with notary seal affixed on the document. The failure of a bidder to include this document with their hid submittal will he cause for rejection of the hid. 5. SUBMITTAL OF BIDS: Bids shall be submitted utilizing the bid form(s) provided herein. All bids shall be properly executed with all blank spaces filled in. The signatures of all persons signing shall be in longhand. Erasures, interlineations, or other corrections shall be authenticated by affixing in the margin immediately opposite the correction the initials of a person signing the bid. If the unit price and the total amount provided by a bidder for any item are not in agreement, the unit price alone shall be considered as representing the bidder's intention, and the totals shall be corrected to conform thereto. 6. BID INFORMATION: It is incumbent on the bidder to check the City of Orlando's website at https://vendorlink.cityoforlando.net/common/default,aspx or contact the Procurement and Contracts Division for current bid and award information, prior to and after the scheduled opening date of a solicitation, in accordance with the instructions provided herein, in section entitled, "Invitation for Bids Award Information". 7. EXCEPTIONS TO TERMS AND CONDITIONS: When completing your bid, do not attach any forms which may contain terms and conditions that conflict with those listed in the City's bid document(s). Inclusion of additional terms and conditions, such as those which may be on your company's standard forms, may result in your bid being declared non-responsive. 8. SPECIFICATIONS: a. The Specifications shown in the Invitation for Bids are intended to represent items of a quality level known to meet City's requirements. While the City endeavors to promulgate written Specifications that arc accurate and nonrestrictive for bidding purposes, they may also reference an item by manufacturer's name and model number. Bidders are cautioned that in the event of a discrepancy therein, such difference must be timely questioned in writing. Any written question must be received by the Procurement and Contracts Division at the address on the cover of this solicitation no later than ten(10) days prior to the bid opening. Procurement and Contracts Division Page: 16 Cationic Polymer II<B19-0032-A b. If any proprietary, trade, brand, or manufacturers' name or part number is used herein in describing the required equipment or materials, it shall be understood to indicate the minimum standard of composition and quality desired, and shall not be construed to exclude equipment or goods that equals or exceeds the functional capability and quality of the named equipment. The City, in its sole discretion, shall determine whether equipment or goods are equivalent in capability and quality. Bidders are strongly encouraged to submit equivalent equipment or materials for consideration during the question and answer period. If equivalent equipment or materials is proposed, indicate the manufacturer's name and model number for the equipment and include any literature or other explanation of the equipment's quality or performance with your bid. c. The equipment bid herein shall be new and shall be of the current production model. If applicable, detailed equipment specifications for make and model offered shall be provided with bid. d. Bidders may be required, at no expense or liability to the City, to make available for test/demonstration, equipment equal in all aspects to the equipment bid, and/or equal equipment that may be seen under operating conditions in the Central Florida area. 9. SILENCE OF SPECIFICATIONS: The apparent silence of these specifications or any supplemental specifications as to details or the omission from same of any detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size, and design are to be used. All workmanship shall be first quality. All interpretations of specifications shall be made upon the basis of this statement. 10. DISCOUNTS: Bidders may offer a cash discount for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation purposes. Discounts will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the office specified,whichever is later. 11. ALTERATIONS/CHANGES TO BID PRICE FORM(S): Bidder shall not change or otherwise alter the quantity or unit designations on the Bid Price Form(s). The unit price bid and total extensions must correspond to these designations. Each line item will be extended as indicated (quantity x unit price). The unit price shall prevail. 12. ADDENDA: It is the bidder's responsibility to contact the Procurement and Contracts Division prior to submitting a Bid to ascertain if any Addenda have been issued, to obtain all such Addenda, and return executed Addenda with the Bid. If you have downloaded this Bid from the Internet, please ensure that you also download all such Addenda. The failure of a bidder to submit acknowledgment of any Addenda that affects the bid price(s), is considered a major irregularity and will be cause for rejection of the Bid. Procurement and Contracts Division Page: 17 Gati'onic Polymer [FB19-0032-A 13. "NO BID" RESPONSE FORM: In the event you elect not to bid on this requirement,please complete and return the "No Bid" form included inthis solicitation. 14. FAVORED CUSTOMER CLAUSE: Should the awarded bidder (also referred to hereinafter as "Contractor"), of a contract resulting from this solicitation sell the same or substantially the same products or services as listed in this solicitation to another Governmental Agency, within the State of Florida, at a lower price than the price listed in this solicitation, the awarded vendor agrees to extend that same discounted price to the City of Orlando. 15. OPENING OF BIDS: Sealed bids will be received in the Procurement and Contracts Division until the due date and time as specified in this Invitation for Bids. Bids will be opened and the total bid amount shall be publicly read aloud immediately following the published due date and time. No responsibility will attach to the City for the premature opening of a bid not properly addressed and identified. Bidders or their authorized agents are invited to be present at the bid opening. 16. BIDDER QUALIFICATION: Bids will be considered from firms who have adequate,personnel and equipment and who are so situated as to perform prompt service. The City reserves the right to request information or • conduct an inspection of the bidder's facility and equipment prior to the award of the contract. Bids will be considered only from firms which are regularly engaged in the business as described in this bid package; with a record of performance for a reasonable period of time, which have sufficient financial support, equipment, and organization to ensure that they can satisfactorily execute the service if awarded a contract under the terms and conditions herein stated. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practice in the industry and as determined by the City. Failure to comply with the established deadline for submittal of required documents may be grounds for disqualification. 17. INSPECTION OF PUBLIC RECORDS: Bidders may request copies of the solicitation records in person or by written request to the City Records and Archive Management Services located at 400 South Orange Avenue, 2nd Floor, Orlando, Florida, 32801 or by calling (407) 246- 2148. Pursuant to Florida State Statute Chapter 119.07, sealed bids are exempt from public inspection until such time as the City provides Notice of Intended Action or until thirty(30)days after bid opening,whichever is earlier. Procurement and Contracts Division Page: 18 Cationic Polymer IFB19-0032.A I ` 18. IRREGULAR BIDS: Bids made on other than the documents furnished by the Procurement and Contracts Division may not be considered. Changes in phraseology, additions, or limiting provisions made on the Invitation for Bids may render the bid irregular and may cause rejection. The City's Chief Procurement Officer, however,shall have the authority to waive minor irregularities. 19. UNBALANCED BIDS: As determined by the City's Chief Procurement Officer in the CPO's discretion, the City may consider a solicitation response irregular and reject it if any of the prices are excessively unbalanced (either above or below the amount of a reasonable response) to the potential detriment of the City. The City further reserves the right to require backup documentation from the respondent if, in the Chief Procurement Officer's opinion, the prices are, or appear tobe, excessively unbalanced. 20. WITHDRAWAL OF BIDS: After bid opening, no changes in bid prices or other provisions shall be permitted. Bidders may withdraw or correct a bid prior to the stipulated date and time for the opening of bids upon a written request to the City's Chief Procurement Officer. 21. EVALUATION OF BID AWARD: The City reserves the right to award the bid to the responsive and responsible bidder who submits the lowest bid meeting specifications. For purposes of this solicitation, the determination of the responsive and responsible bidder submitting the lowest bid shall be made after the application of all applicable programs and preferences established by the City, including but not limited to the City's MBE/WBE program and VBE preference. In determining whether a bidder is responsible, the City reserves the right to consider matters such as, but not be limited to, quality offered, delivery terms, and service reputation of the bidder. 22. AWARD OR REJECTION OF BIDS: The City's Chief Procurement Officer reserves the right to accept any, all or part of any bids, to waive minor irregularities, or to reject any, all or part of any bids,and to advertise for new bids, as the interest of the City may require. The City's Chief Procurement Officer also reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time contracts of a similar nature, or a bid of a bidder who investigation shows is not in a position to perform the contract. In determining responsibility, the following other qualifications,in addition to price,may be considered by the City's Chief Procurement Officer: a. The ability,capacity and skill of the bidder to perform the service required. b. Whether the bidder can perform the contract or provide the service promptly, or within the time specified,without delay or interference. c. The character, integrity,reputation,judgment,experience and efficiency of the bidder. d. The quality of performance of previous contracts or services. Procurement and Contracts Division Page: 19 Cationic Polymer IPB19.0032-A • e. The previous and existing compliance by the bidder with laws and ordinances relating to the contract or service. f. The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service. g. The quality, availability and adaptability of the supplies, or services, to the particular use required. h. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract. i. Whether the bidder is in arrears to the City on a debt or contract or is a defaulter on surety to the City,or whether the bidder's taxes or assessments are delinquent. j. Such other information as may be relevant or secured. 23. SELECTION/REJECTION OF OPTIONS: The City of Orlando reserves the right to select/reject options which are bid, based on price and other considerations as deemed to be in the best interests of the City. 24. MULTIPLE AWARDS: The City reserves the right in its sole discretion after evaluation of all responsive bids, to award the work described herein to more than one responsive and responsible bidder. In such cases where an award is made to more than one responsive and responsible bidder, the City shall apportion the work among the various primary, secondary and alternate providers in such manner and at such time as it deems appropriate under the circumstances in its sole discretion and no minimum amount or proportion of work is guaranteed to any single provider or class of providers irrespective of such provider's designation as primary,secondary or alternate. 25. CONTINGENT FEES: The bidder warrants that no City official or employee was paid a fee, commission, gift, or other consideration contingent upon receipt of an award for the services and/or supplies specified herein. 26. IRREVOCABLE OFFER: The submission of a bid shall constitute an irrevocable offer to the City by the bidder for a period of ninety (90)days from the date of bid opening to provide the goods and services set forth in this solicitation upon the terms,conditions, and provisions of this solicitation,at the pricing set forth in the bid. • Procurement and Contracts Division Page:20 Cationic Polymer IFB19-0032-A k • 27. PRICING AND ORDERING: The City will issue purchase orders directly to the awarded bidder for the purchase of supplies and materials. The awarded bidder shall honor these orders in accordance with the terms and conditions of the solicitation and their pricing and discounts terms as listed in their bid submittal. Unless otherwise specified,the awarded bidder shall stock sufficient quantities of supplies to meet the requirements of the City on an "as-needed" basis within seventy-two (72) hours after being notified of such requirements by the City. 28. RETURN OF MERCHANDISE: All items delivered must meet the Specifications herein. Items delivered not as specified will be returned at no expense by the City of Orlando. The City may return, for full credit, any unused items received which fail to meet the city's performance standards. Replacement items meeting Specifications must be submitted within a reasonable time after rejection of the non-conforming items. The supplier is to accept for full credit, any merchandise returned by the City within ninety (90) days from the delivery or pick up date. All merchandise to be acceptable for full credit is to be returned in a condition to allow for resale by the vendor and include reference to an applicable Vendor Invoice or Packing List. Full credit is to include all costs paid by the City related to the subject merchandise as determined by the appropriate Vendor Invoice or Packing List. 29. CONTRACT SALES REPORT The Contractor shall report sales and usage data to the City on an annual basis in Excel spreadsheet format. The following data at a minimum must be reported for each item included on the Price Form that is procured during the reporting period: • Contract name and number • Contractor name • Reporting period • Department/Division/Location name • Order date • Item description • Unit of measure • Quantity • Unit price • Extended price • Submission of Contract Sales Reports is the responsibility of the Contractor,without prompting or notification by the City. The Contractor will submit by email the completed Contract Sales Reports to the Purchasing Agent identified in the Contract. The City shall work with the Contractor to develop the approved electronic format and content of the Contract Sales Reports to be used by the Contractor. Failure to provide Contract Sales Reports, including no sales status, may be grounds for default and/or cancellation of the Contract. Procurement and Contracts Division Page:21 cationic Polymer IFB19-0032-A 30. FAMILIARITY WITH SITE WORK AND CONDITIONS: The responsibility for the determination of accurate measurements, the extent of work to be performed, and the conditions surrounding the performance thereof shall be the bidder's. Submission of a bid shall constitute acknowledgment by the bidder that it is familiar with all such conditions. The failure or neglect of a bidder to familiarize itself with the site of the proposed work,shall in no way relieve it from any obligations with respect to its bid. 31. RIGHT TO AUDIT RECORDS: The City shall be entitled to audit the books and records of a Contractor or any subcontractor to the extent that such books and records relate to the performance of the contract or any subcontract. The Contractor and its subcontractors shall retain and maintain financial records and other records relating to the contract for a period of five (5) years from the date of final payment under the contract and by the subcontractor for a period of five (5) years from the date of final payment under the subcontract unless a shorter period is otherwise authorized in writing by the City. If any litigation, claim,negotiation, audit or other action involving the records has been started before the expiration of the 5-year period, the records must be retained until completion of the action and resolution of all issues which arise from it,or until the end of the regular 5-year period, whichever is later. 32. ASSIGNMENT: The Contractor shall not sell, assign, or transfer any of its rights, duties, or obligations under the contract or under any purchase order issued pursuant to the contract, without the prior written consent of the City. The Contractor shall give full attention to the contract, to the faithful execution of the contract, and shall keep the same under its control. 33. FISCAL YEAR FUNDING APPROPRIATION: a. Specified Period Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interest of the City, provided funds are available for the first fiscal period at the time of contract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by City Council of funds therefor. b. Cancellation Due to Unavailability of Funds in Succeeding Fiscal Periods When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be cancelled and the Contractor shall be entitled to reimbursement for the reasonable value of any nonrecurring cost incurred but not amortized in the price of the supplies or services delivered under the contract or otherwise recoverable. 34. APPLICABLE LAW AND APPEALS: This solicitation is issued in accordance with and shall be governed by the provisions and procedures of Chapter 7 of the City of Orlando's Code which can be accessed online at: https://yvww.municode.com/library/fl/orlando/codes/code of ordinances?nodeld=TIT11CICO CH 7PRCO or by contacting the Procurement and Contracts Division. Any appeal of matters relating to this solicitation must be filed in accordance with the requirements of Chapter 7 of the City Code. Procurement and Contracts Division Page:22 Cationic Polymer IFB19-0032-A 35. WARRANTY: Bidder warrants that all equipment,materials and workmanship, whether furnished by bidder or its subcontractor(s), will comply with the City's specifications, drawings and other requirements. Such equipment and materials shall be free from defects, new, and suitable for the putpose for which they are intended. Unless otherwise specified, the awarded bidder shall fully warrant all equipment and materials furnished hereunder against defect and materials and workmanship for a period of ninety (90) days from date of delivery and acceptance by the City. Should any defect in materials or workmanship, except ordinary wear and tear, appear during the stated warranty period,the awarded bidder shall repair or replace the defect at no cost to the City. 36. CONTRACT AND ACCEPTANCE FORM: In order to expedite the contracting process after hid opening and preclude delays occasioned by subsequent contract execution, bidders are requested to sign the Contract and Acceptance Form included with this solicitation and return the form with their bid. In the event that a successful bidder fails to properly execute the Contract and Acceptance Form or return said form (or, if necessary, a letter of authorization) with their bid, the City shall notify the bidder of the City's intent to make an award and the bidder shall submit such form properly executed (together with a letter of authorization, if necessary, as set forth below) within fifteen (15) calendar days of receipt of notice from the City. Unless such time is extended by the City, the failure of a bidder to submit a properly executed form (and, where necessary, a letter of authorization) within said time period shall be cause for cancellation of the intended award by the City in its sole discretion. In the event that an intended award is cancelled,the award may then be made to the next lowest responsive and responsible bidder or the City's Chief Procurement Officer may decline to make an award. Successful bidders who default in properly executing the Contract and Acceptance Form after notification of the City's intent to make an award shall forfeit any bid security to the City and arc subject to suspension and/or debarment by the City. Unless otherwise agreed by the City in its sole discretion,the Contract and Acceptance form shall he executed and notarized as follows: a. If the bidder is a corporation, the Contract and Acceptance Form shall be signed by an authorized corporate officer (i.e., President, Vice President, C.E.O, or C.O.O.). b. If bidder is a Partnership, the Contract and Acceptance Form shall be signed by a general or managing partner. c. If the bidder is a limited liability company, the Contract and Acceptance Form shall be signed by a Manager or Managing Member having authority to bind the company. d. If bidder is a sole proprietorship, the owner shall sign the Contract and Acceptance Form. If an aforementioned signatory is not available and a different authorized signatory executes the form, a letter of authorization reflecting the signatory's authority shall he submitted on the bidder's stationery stating that the person who signed the form is duly authorized to enter into such contract on behalf of the bidder. Such letter of authorization shall be signed by one of the designated signatories above or such other representative as may be acceptable to the City. If you have any questions regarding the execution of the Contract and Acceptance Form, please contact the Procurement and Contracts Division at(407) 246-2291 for further clarification. Procurement and Contracts Division Page: 23 • Cationic Polymer IFB19-0032-A If a bid is accepted by the City of Orlando, the Contract and Acceptance Form will be executed by the City with respect to the items awarded and returned to the bidder evidencing the City's acceptance of the bid. No award shall be final, and no bidder shall have any entitlement to a contract or award, until such time as the City has executed the Contract and Acceptance Form. Upon execution by both parties, the Contract and Acceptance Fonn will constitute the formal written contract between the City of Orlando and the bidder. Any such resulting contract shall be non-exclusive, and the City may procure the goods and services listed in said contract from other sources. Within one (1) week of receipt of the fully executed Contract and Acceptance Form, an awarded bidder shall provide to the City with any required bonds, indemnities, and insurance certificate(s). 37. ACCEPTANCE OF MATERIALS/SERVICES: Materials/services must comply with all the terms herein. The material and/or services provided under this contract shall remain the property of the seller until the City performs a physical inspection and accepts said material/services. In the event the material or service supplied to the City is found to be defective or does not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller. Materials shall be returned to the seller at the seller's expense. 38. CONTRACT ALTERATIONS: No waiver, alterations, consent or modification of any of the provisions of the contract shall be binding unless in writing and signed by the Chief Procurement Officer or designee. 39. INDEMNIFICATION: The awarded bidder agrees to indemnify and hold harmless the City, its elected officials, officers, agents, and employees, from and against any and all liabilities, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions, and cost of actions, including attorneys' fees for trial and on appeal, and for the preparation of same arising out of the Contractor's, its officers',agents', and employees' acts, or omissions associated with the contract. 40. INSURANCE: a. General Insurance Requirements. Within seven(7)days of receipt of a notification of intended award from the City, the Contractor shall provide the City with the required Certificate(s) of Insurance in a form(s)acceptable to the City. The Certificate(s) of Insurance shall demonstrate that the awarded bidder has coverage in accordance with the requirements set forth herein. Insurance coverage must be in force throughout the contract term. Should a Contractor fail to maintain insurance as required or to provide acceptable evidence of insurance within seven (7) days prior to the expiration date of an•insurance policy, the City shall have the absolute right to terminate the contract without any further obligation to the Contractor. In such event the Contractor shall he liable for the entire additional cost of procuring performance plus the cost of performing the incomplete portion of the contract at the time of termination. Procurement and Contracts Division Page: 24 Cationic Polymer 1FB19-0032-A h. Subcontractors. Unless expressly specified otherwise in this solicitation, a Contractor and its subcontractors of any tier will be required at their own expense to maintain in effect at all times during the performance of the work insurance coverages with limits not less than those set forth below with insurers and under forms of policies satisfactory to the City. It shall be the responsibility of the Contractor to maintain the required insurance coverages and to assure that subcontractors maintain required insurance coverages at all times. Failure of a Contractor to maintain adequate coverage shall not relieve it of any contractual responsibility or obligation. The requirements specified herein as to types, limits, and City's approval of insurance coverage to be maintained by a Contractor and its subcontractors are not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by the Contractor and its subcontractors under a contract. Any insurance carried by the City that may be applicable shall be deemed to be excess insurance and the Contractor's insurance primary for all purposes despite any conflicting provision in the Contractor's policies to the contrary. c. Certificates of Insurance. Prior to commencing work at the jobsite, and as a condition precedent to the Contractor's and his subcontractors' initiation of performance, the Contractor and its subcontractors shall furnish the City with certificates of insurance as evidence that policies providing the required coverage and limits of insurance are in full force and effect. The certificates shall provide that any company issuing an insurance policy for the work under a contract shall provide not less than 30 days advance notice in writing to the City prior to cancellation, termination, or material change of any policy of insurance (except for notice of non-payment of premium for which not less than 10 days advance notice in writing shall be required). In addition, the contractor shall immediately provide written notice to the City upon receipt of notice of cancellation of an insurance policy or a decision to tenninate an insurance policy. All certificates of insurance shall clearly state that all applicable requirements have been satisfied, including certification that the policies are of the "occurrence" type. Certificates of insurance for a Contractor and subcontractor-furnished insurance and notices of any cancellations, terminations,or alterations of such policies shall be mailed to the Procurement and Contracts Division at the address set forth for delivery of the bid. d. Additional Insureds. All insurance coverages furnished under a contract except Workers' Compensation and Employers' Liability shall include the City and its officers,elected officials, and employees as additional insureds with respect to the activities of the Contractor and its subcontractors. The City shall not by reason of their inclusion under these policies incur liability to the insurance carrier for payment of premium for these policies. e. Waiver of Subrogation. The Contractor and its subcontractors shall require their insurance carriers, with respect to all insurance policies, to waive all rights of subrogation against the City, its officers, elected officials, agents and employees and against other Contractors and subcontractors. f Types of Coverage to be Provided. The awarded Contractor (and its subcontractors to the same extent and on the same terms as set forth below for Contractor) shall maintain the following coverages and furnish the certificate(s) of insurance on the policies and renewals thereof which indicate that insurance coverage has been obtained meeting the requirements of the contract. Procurement and Contracts Division Page: 25 'Cationic Polymer I1?BI9-0032-A 1 I (i) Workers' Compensation and Employer's Liability. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees that, for any reason, may not fall within the provisions of a workmen's compensation law. This policy shall include an "all states" or"other states" endorsement. Exemption certificates shall be accepted if valid during the term of the contract, but only for those eligible corporate officers pursuant to Chapter 440 of the Florida Statutes. Proof of workers' compensation coverage must still be provided for all employees, sub-contractors not eligible for exemption. The liability limits shall not be less than: . Workers' compensation Statutory Employer's Liability $100,000 each occurrence (ii) Comprehensive Automobile Liability. This insurance shall be written in comprehensive form and shall protect the Contractor and the additional insureds against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicle, and shall cover operation on or off the site of all motor vehicles licensed for highway use, whether they are owned, non-owned, or hired. The liability limits shall not be less than: Bodily injury and $1,000,000 combined single Property damage limit each occurrence (iii) Commercial General Liability. This insurance shall be an "occurrence" type policy (excluding automobile liability) written in comprehensive form and shall protect the Contractor and the additional insureds against all claims arising from bodily injury, sickness, disease, or death of any person or damage to property of the City or others arising out of any act or omission of the Contractor or its agents, employees, or subcontractors. This policy shall also include protection against claims insured by usual bodily injury liability coverage, a "contractual liability" endorsement to insure the contractual liability assumed by the Contractor under its contract with the City, and "completed Operations and Products Liability" coverage (to remain in force for 2 years after final payment and subsequent to project completion). If the Contractor's work, or work under its direction, requires blasting, explosive conditions,or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of structures, or damage to underground property. The liability limits shall not be less than: Bodily injury and $1,000,000 combined single Property damage limit each occurrence 41. LICENSES: Unless otherwise extended by the City, the awarded bidder will be required within fifteen (15) calendar days of award date, to provide any and all local, state, and federal licenses, approvals, permits,authorizations and/or certifications which would be applicable for all services to be rendered during the term of the contract. Procurement and Contracts Division Page:26 Metlonic Polymer IFB19-0032-A 42. AUTHORITY: The City's Chief Procurement Officer or the CPO's written designee shall have authority to act on behalf of the City in matters related to the contract, including but not limited to the sending and receiving of any notices required hereunder. 43. PUBLIC ENTITY CRIMES: A person or affiliate, as defined in §287.133 of the Florida Statutes, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid to provide any goods or services to a public entity, may not submit a bid with a public entity for the construction or repair of a public building or a public work,may not submit a bid on leases of real property to a public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under an agreement with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in §287.017 of the Florida Statutes for.Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 44. PROMPT PAYMENT ACT: Payment by the City shall be made in accordance with Sections 218.70. et sq. Florida Statutes, Local Government Prompt Payment Act. 1. Proper Invoice For purposes of billing submission and payment procedures, a "proper invoice" by a Contractor,vendor or other invoicing party shall consist of at least all of the following: a. a description (including quantity) of the goods and/or services provided to the City (or a party on behalf of the City)reasonably sufficient to identify it(or them); b. the amount due,applicable discount(s),and the terms thereof; c. the full name of the vendor, Contractor or other party who is supplying the goods and/or services including a mailing address in case of a dispute and a mailing address for payment purposes(if they are different)and a telephone number; d. the Purchase Order or contract number as supplied by the City;and e. an identification by Division, Office or Department of the party(ies) to whom the goods were delivered or services provided. All invoices, in order to be classified as a proper invoice, shall be delivered to Accounts Payable, Business and Financial Services Department, City of Orlando, 400 South Orange Avenue,P.O. Box 4990,Orlando,Florida, 32802-4990. Procurement and Contracts Division Page:27 ?,ationic Polymer IFB19-0032-A Finally, in addition to all of the above, in order to he considered a proper invoice, it must be based on a proper delivery, installation, or provision of the goods and/or services to and acceptance by the City (or party on behalf of the City); the vendor, Contractor or other party who is supplying the goods and/or services has otherwise complied with all of the contract's terms and conditions and is not in default of any of them; and if the contract requires any subcontractors or other parties to be bound by similar other "flow-down" requirements that those requirements have been complied with. 2. Dispute Resolution In the event a dispute occurs between a Contractor, vendor or other invoicing party ("invoicing party") and the City concerning payment of an invoice, the City Department, Office or Division which has the dispute along with a representative of the City's Procurement and Contracts Division and the invoicing party shall meet to consider the disputed issues. The invoicing party shall provide to the City such material and information as the City may reasonably require. Any such procedure shall be initiated by either party notifying the other in writing of a dispute and stating with specificity its nature. This procedure shall commence not later than forty-five (45) days, and be resolved not later than sixty (60) days, after the date on which the proper invoice was received by the City. Any decision by the City's Chief Procurement Officer shall constitute the final decision of the City regarding these matters and shall he communicated in writing to the invoicing party within three business days after such decision. If no decision is rendered within the time period as set out above, then a decision against the invoicing party shall be deemed to have been issued. 4.5. PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES: At the option of the awarded vendor, the submission of any bid in response to this Invitation for Bid constitutes a bid made under the same terms and conditions, for the same contract price, to other governmental agencies including the State of Florida and its agencies, political subdivisions, counties and cities. Each governmental agency desiring to accept these bids, and make an award thereof, shall do so independently of any other governmental agency. Each agency shall be responsible for its own purchases and each shall be liable only for materials ordered and received by it and no agency assumes any liability by virtue of this bid. 46. EQUIPMENT: The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials, tools, equipment,and consumables, left on City property by the Contractor. 47. TERMINATION FOR CONVENIENCE: The Chief Procurement Officer may terminate any contract resulting from this solicitation for convenience with advance written notice to the Contractor. In the event of such a termination by the City, the City shall be liable for the payment of all work properly performed or materials provided prior to the effective date of termination and for all portions of materials, supplies, services, and facility orders which cannot be cancelled and were placed prior to the effective date of termination. Procurement and Contracts Division Page: 28 Cationic Polymer IFB19-0032-A 48. TERMINATION FOR DEFAULT: The performance of Work under the contract may be terminated by the City's Chief Procurement Officer, in whole or in part, in writing, whenever the Chief Procurement Officer shall determine that the Contractor has failed to meet the performance requirements of the contract. The Chief Procurement Officer has a right to terminate for default if the Contractor fails to make delivery of the supplies or perform the Work, or if the Contractor fails to perform the Work within the time specified in the contract, or if the Contractor fails to perform any other provisions of the contract. Notwithstanding the preceding, nothing herein shall be deemed to preclude the Chief Procurement Officer in the CPO's sole discretion on a case by case basis from providing the Contractor with written notice and a reasonable opportunity to cure the default prior to termination. Failure of a Contractor to deliver or perform the required Work within the time specified,or within a reasonable time as determined by the Chief Procurement Officer or failure to make replacements of rejected articles or Work when so requested, immediately or as directed by the Chief Procurement Officer, shall constitute authority for the Chief Procurement Officer to purchase in the open market articles or Work of comparable grade to replace the articles or Work rejected, not delivered, or not completed. On all such purchases, the Contractor or his surety, shall reimburse the City, within a reasonable time specified by the Chief Procurement Officer, for any expense incurred in excess of the contract prices. Such purchases shall be deducted from contract quantities or work. Should public necessity demand it, the City reserves the right to utilize services or use and/or consume articles delivered which are substandard in quality, subject to an adjustment in price to be determined by the Chief Procurement Officer. The Contractor shall not be liable for any excess costs i f acceptable evidence has been submitted to the Chief Procurement Officer that failure to perform the Work was due to causes beyond the control and without the fault or negligence of the Contractor. Nothing herein shall be deemed to preclude the City's exercise of any other rights or the City's pursuit of any other remedies that it may have herein or under law or in equity, including but not limited to any right of the City to terminate the contract for convenience. 49. DRUG-FREE WORKPLACE CERTIFICATION: By submitting a bid in response to this Invitation for Bids, you are certifying that your company is' a drug-free workplace in accordance with Florida Statute §287.087. 50. AMERICANS WITH DISABILITIES ACT: Persons with disabilities needing a special accommodation to participate in this proceeding should contact the Procurement and Contracts Division, City Hall at One City Commons, 400 South Orange Avenue, Orlando, Florida 32801 telephone (407) 246-2291, not later than seven (7) days prior to the date on which the accommodation is requested. 51. PURCHASING CARD PROGRAM: The City of Orlando uses the VISA Purchasing Card Program to streamline our procurement process. In order to expedite payments to suppliers, The Bank of America VISA Purchasing Card and cPayable solution has been implemented to more effectively control our procurement activities and to achieve a significant cost savings over the traditional paper, purchasing and payment system. Procurement and Contracts Division Page:29 .Ca$lonlc Polymer IFB19-0032-A As one of the City of Orlando's valued suppliers, your business may also achieve cost savings results by accepting the ePayables solution. Identified supplier benefits of this Program may include: • Reduction of payment time • Direct electronic deposit to your primary banking account • Increase in working capital • Elimination of invoicing • Reduced collection efforts • Enhanced corporate relationships • Reduced billing costs • Enhanced reporting • Increased sales as a"Preferred Supplier" Additionally, you will be able to grow your customer base by accepting purchasing cards from other corporate customers as well as all major credit cards, therefore, The City encourages all vendors to accept the VISA ePayable solution. 52. . RECIPROCAL LOCAL PREFERENCE: In the event the lowest responsive and responsible response to any Invitation for Bids or Request for Proposal is by a vendor whose principal place of business is in a city, county, or state which grants a preference for the procurement of such goods or services to a vendor whose principal place of business is in such area, then the City may award a preference to the (next) most responsive and responsible vendor having a principal place of business in the Metropolitan Statistical Area, (i.e., Orange, Seminole, Lake and Osceola Counties). Such preference shall be equal to the preference granted by the area in which the lowest responsive and responsible vendor has its principal place of business. 53. EMERGENCY SUPPORT: It is hereby made a part of this Invitation for Bids that before, during and after a public emergency, disaster, hurricane, flood, or other acts of God, that the City of Orlando shall be provided goods and services on a first priority basis. It is vital and imperative that the citizens of the City are protected from any emergency situation which threatens public health and safety,as determined by the City. Contractor agrees to provide, rent, sell, or lease all goods and services required by the City on a first priority basis. The City expects to pay a fair and reasonable price for all goods and services acquired before, during and after a disaster, emergency or hurricane. Contractor shall furnish a twenty-four(24)hour phone number in the event of such an emergency. • 54. SUBCONTRACTORS: The Contractor shall perform all of its obligations and functions under the contract by means of its own employees, or by a duly qualified subcontractor, which is approved in advance by the City. In the event a subcontractor is employed, the Contractor shall continuously monitor the subcontractor's performance, shall remain fully responsible to insure that the subcontractor performs as required and itself perform or remedy any obligations or functions, which the subcontractor fails to perform properly. Procurement and Contracts Division Page:30 Cationic Polymer IFB19-0032-A . 55. BID PRICES: Unless otherwise specified, Bid Prices must include all costs (labor, overhead, materials) and profit to perform the work specified in this Invitation for Bids. Bid prices shall remain firm for the entire contract period unless otherwise specified or changed by an Amendment. At each renewal period, price increases or decreases may be considered, provided they are reasonable and acceptable to the City. Any Amendment must be in writing and signed by both parties. 56. GOVERNING LAW/VENUE: Any contract entered into as a result of this solicitation shall be deemed to be under and shall be . governed by, and construed according to, the laws of the State of Florida. Any litigation arising out of this contract shall he commenced in the State and Federal Courts of Orange County,Florida. Contractor shall comply with all applicable federal, state, and local laws in the performance of work under the contract. To the extent applicable, Contractor shall comply with Florida public records laws, including Sections 119.0701(2) (b) 1 through 4 of the Florida Statutes. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF THE PUBLIC RECORDS AT C/O DEPUTY CITY CLERK, RECORDS(&,CITYOFORLANDO.NET, TELEPHONE NUMBER (407) 246-3538, 400 S. ORANGE AVE., ORLANDO, FL 32801. 57. RECYCLED CONTENT: In support of the Florida Waste Management Law, bidders arc encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); the percentage of recycled material contained in the product and the cost and product performance impact of increasing the percentage of recycled content. The City is requesting that bidders provide detailed information regarding any known or potential recycled material content in the product that may be extracted and recycled after the product has served its intended purpose, on the Bidder's Questionnaire as provided in this solicitation. If the specifications contained herein require the use of recovered materials, by submitting a bid or response to this solicitation, a respondent agrees and certifies that it will meet such requirement. Upon the conclusion of any contract resulting from this solicitation requiring the use of recovered materials, the Contractor shall submit to the City's project manager for the work a statement regarding the actual percentage of recovered materials utilized in the completion of the contract. 58. LIVING WAGE POLICY: As set forth in City Policy and Procedure 161.3 (for a copy, contact Procurement at 407.246.2291). Covered Service Contractors, as well as their subcontractors (first tier only), shall pay to all of their employees providing Covered Services pursuant to a contract with the City, a living wage for the time spent providing services to the City. (This provision does not include general administrative personnel unless they are assigned to a City project). "Living Procurement and Contracts Division Page:31 Cationic Polymer IFB19-0032-A wage" means compensation for employment of not less than $10.71 per hour for straight time, exclusive of FICA, unemployment taxes, and workers compensation insurance and employee benefits. Necessary payroll documentation shall be provided to confirm compliance with this provision or the service Contractor shall allow the City to audit (at service Contractor's place of business) its payroll records to determine if compliance has been achieved. Failure to comply with the provision may result in termination of the contract and/or preclusion from future City contracts at the sole option of the City. This provision shall apply to all bid and Proposal awards for Covered Services, which involve City expenditures that exceed $100,000.00 per year. More particularly, this provision shall apply to single and multiple award agreements for Covered Services regardless of the initial value of the award whenever City expenditures exceed $100,000.00 in any one contract year. As for multiple award contracts (contract award which will be divided among several Contractors), at the point when the City has expended $100,000.00 on that contract in any one-contract year, regardless of whether such expenditure was to one Contractor or several Contractors, then the living wage provision shall apply to all Contractors who are a party to that award. For those contracts whose initial value was less than $100,000.00 but exceeded $100,000.00 prior to the end of the contract term, this provision will be applicable to that contract in the next quarter. 59. PATENTS AND COPYRIGHTS: The Contractor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device in performance of the Work, which is the subject of patent rights or copyrights. Contractor shall, at its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the Work, or any part thereof, furnished under the contract, constitutes an infringement of any patent or copyright of the United States. The Contractor shall pay all damages and costs awarded against the City. 60. MISCELLANEOUS PROVISIONS: By submitting a hid, the bidder shall be deemed to have certified that the contract is made without prior understanding, agreement or connection with any corporation, firm or person who submitted bids for the work covered by the contract and is in all respects fair and without collusion or fraud. Bidder further warrants and certifies that they arc authorized to enter into the contract and to execute same on behalf of the Contractor as the act of the said Contractor. The contract, including any exhibits thereto, contains all the terms and conditions agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of the contract shall be deemed to exist or to bind either party thereto. If any section, sentence, clause, phrase, provision, or other portion of the contract is, for any reason, held invalid or unconstitutional by a court or other body of competent jurisdiction, such portion shall be deemed a separate, distinct, and independent provision and such holding shall not affect the validity of the remaining portions of the contract. The contract is solely for the benefit of the parties to the contract and no causes of action shall accrue upon or by reason thereof to or for the benefit of any third parties. The City's Chief Procurement Officer or written designee shall have authority to act on behalf of the City in matters related to the contract, including but not limited to the sending and receiving of any notices required thereunder. Procurement and Contracts Division Page: 32 Cationic Polymer IFB19-0032-A 61. ORDER OF PRECEDENCE: This solicitation shall be included and incorporated in the purchase order or contract resulting from this solicitation. 'l'he purchase order or contract, including any exhibits attached thereto, contains all the terms and conditions agreed upon by the parties. No other contract, oral or otherwise, regarding the subject matter of the contract, shall be deemed to exist or to bind either party hereto. Unless otherwise expressly provided in the purchase order or contract, in the event of any conflict between the terms of the contract or purchase order, the City's solicitation, and the vendor's response, the order of precedence shall be the contract or purchase order, followed by the solicitation, and then the response to the solicitation. 62. PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES: In accordance with Section 287.135(2) of the Florida Statutes, "[a] company is ineligible to,and may not, bid on, submit a proposal for, or enter into or renew a contract with an agency or local governmental entity for goods or services of: (a) Any amount if, at the time of bidding on, submitting a proposal for,or entering into or renewing a contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725,or is engaged in a boycott of Israel;or (b) One million dollars or more if, at the time of bidding on, or submitting a proposal for, or entering into or renewing such contract,the company: 1. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,created pursuant to s. 215.473, or 2. Is engaged in business operations in Cuba or Syria." Section 215.473 of the Florida Statutes defines a company to include"all wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit." By submitting a response to this solicitation, a respondent certifies that it and those related entities of respondent as defined above by Florida law above arc not on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of the Florida Statutes,and are not engaged in a boycott of Israel. In addition, if this solicitation is for a contract for goods or services of one million dollars or more, by submitting a response to this solicitation, a respondent certifies that it and those related entities of respondent as defined above by Florida law are not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473 of the Florida Statutes and are not engaged in business operations in Cuba or Syria. Any respondent awarded a Contract as a result of this solicitation shall be required to recertify the aforementioned certifications at each renewal of the Contract. The City may terminate any contract resulting from this solicitation if respondent or any of those related entities of respondent as defined above by Florida law are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or(ii)for any contract for goods or services of one million dollars or more,it has been placed Procurement and Contracts Division Page:33 (;anionic Polymer IFR19-0032..A on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria. Notwithstanding the preceding, the City reserves the right and may, in its sole discretion, on a case by case basis, permit a company on such lists or engaged in business operations in Cuba or Syria to be eligible for, bid on, submit a proposal for, or enter into or renew a contract for goods or services of one million dollars or more, or may permit a company on the Scrutinized Companies that Boycott Israel List to be eligible for, bid on, submit a proposal for, or enter into or renew a contract for goods or services of any amount, should the City determine that the conditions set forth in Section 287.135(4)of the Florida Statutes are met. Accordingly, firms responding to this solicitation shall execute and return with their response an executed copy of the attached, Certification Regarding Prohibition Against Contracting With Scrutinized Companies. A contract shall not be awarded to a Respondent who does not submit the certification form at the time of submittal or within seven(7) days of the date the City requests the certification form be submitted, if a Respondent fails to return the form with its response. ****************wwwieve*.,.. x...**xx{cxxxxx****** ******9c***9e**ssic;:*******icK9eaeotir*4c9e*** Procurement and Contracts Division Page: 34 Cationic Polymer IFB19-0032-A BIDDER'S CERTIFICATION FORM: I have carefully examined the Invitation for Bids, Instructions to bidders, General, Standard and Special Conditions, Specifications, Contract and Acceptance Form and any other documents accompanying or made a part of this Invitation for Bids. I hereby propose to furnish the goods or services specified in the Invitation for Bids at the prices or rates quoted in my bid. I agree that my bid will remain firm for a period of up to ninety (90)days in order to allow the City adequate time to evaluate the bids. I agree to abide by all conditions of this bid and understand that a background investigation may be conducted by the Orlando Police Department prior to award. I certify that all information contained in this bid is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this hid on behalf of the bidder as its act and deed and that the vendor/contractor is ready,willing and able to perform if awarded the bid. I certify, under oath,that this bid is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a bid for the same product or service. I further certify that no officer,employee or agent of the City of Orlando or of any other Proposer has a financial interest in this bid. I further certify that the undersigned executed this Bidder's Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so. Polydyne Inc. State of Georgia County of Liberty NAME OF BUSINESS Sworn to(or affirmed)and subscribed before me BY: thisl5th day ofMarch ,20`19, by Painel-a J. Mcllermitt SIGNATURE Mark Schlag,Vice-President / NAME&TITLE,TYPED OR PRINTED , ' /, �,.. Signature of N• •ry 1 Chemical Plant Road Notary Public, State of Georgia MAILING ADDRESS Personally Known Pamela J. MCDermitt Riceboro, GA 31323 Notary Public CITY,STATE,ZIP CODE -OR- My Commission Explrea July 28,2020 Produced Identification_ f 914 880-2035 TELEPHONE NUMBER Type: ( 912 ) 880-2078 Company Tax ID# 34-1810283 FAX NUMBER (The City only requires Company'Fax ID numbers. The City is not requesting individual social security numbers.) PolyBidDpt@snfhc.com E-MAIL ADDRESS Procurement and Contracts Division Page: 39 Cationic Polymer IFB19-0032-A .,k CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Respondents must disclose within their Bid the name of any officer, director, employee or agent (or their spouse or child) who is also an employee or officer of the City of Orlando. Furthermore, all Respondents must disclose the name of any City employee or officer (or their spouse or child) who owns, directly or indirectly, an interest of more than five percent (5%) in the Respondents firm or any of its affiliates or subsidiaries. By submission of this Bid, the undersigned certifies, under penalty of perjury, that to the best of their knowledge and belief, except as disclosed pursuant to the instructions above, that no officer or employee of the City (or their spouse or child), directly or indirectly, owns an interest of more than five percent (5%) in the Respondents firm or any of its affiliates or subsidiaries;nor does the Respondent know of any City officer or employee having any financial interest in assisting the Respondent to obtain, or in any other way effecting, the award of the contract to this Respondent. Comments: None Acknowledged by: Mark Schlag Firm Name: Polydyne Inc. Signature of A Ajg r' ::tleepresentative: '1 Name and Title(Print or Type): Vice-President Date: 3/15/19 Procurement and Contracts Division Page:40 6 tionic Polymer IFB19-0032-A CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutinized Companies that Boycott Israel List created pursuant to s. 215.4725 of the Florida Statutes,or are engaged in a boycott of Israel. In addition, if this solicitation is for a contract for goods or services of one million dollars or more, I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority- owned subsidiaries,parent companies, or affiliates of such entities or business associations, that exists for. the purpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473 of the Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute. I understand and agree that the City may immediately terminate any contract resulting from this solicitation upon written notice if the undersigned entity (or any of those related entities of respondent as defined above by Florida law)are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or(ii) for any contract for goods or services of one million dollars or more,it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria. Name of Respondent; Mark Schlag By:_-_-. .__ ION (A h prized Signature) Title: Vice-President Date: 3/15/19 • Procurement and Contracts Division Page: 41 Cati9nic Polymer IFB19-0032-A CONTRACT AND ACCEPTANCE FORM FOR SOLICITATION NO. IFB19-0032: Upon execution of this contract below by the City of Orlando ("City"), the undersigned hereby agrees to provide all goods and services set forth in its bid in response to the above referenced solicitation ("Solicitation")in accordance with,and subject to, all terms, conditions, and provisions of the Solicitation at the prices set forth in the undersigned's bid for the items and work awarded to it by the City. This Contract and Acceptance Form together with the (i) Solicitation, including all addenda, and (ii) the undersigned's bid in response to the Solicitation, including all schedules and forms submitted with the bid, all of which are hereby incorporated herein by this reference, shall constitute the formal written • contract betwee e '••-and the undersigned. • �1I( State of Georgia SIGNATURE ' County of Liberty - Mark Schlag,Vice-President Sworn to(or affirmed)and subscribed before me • NAME&TITLE,TYPED OR PRINTED this 15thia of March ,2018 by Pa T ga J.yivlcbermitt Polydyne Inc. MIT,paOh444# NAMEOF BUSINESS Signature of 1 Chemical Plant Road Notary Public,State of Georgia 'MAILING ADDRESS Riceboro,GA 31323 Personally Known (circle if applicable) CITY,STATE;ZIP CODE -OR- Pamela J. MCDermitt Notary Publics 912 880-2035 My commission Expires July 28,2020 PHONE:( ) Produced Identification: FAX: ( 912 .1 880-2078 Type of Identification: E-MAIL: PolyBidDpt@snfhc.com • FOR USE BY THE CITY OF ORLANDO ONLY . This contract is awarded to the party listed above as a: Primary Supplier: y Secondary Supplier: This contract is for: All Item Numbers: V or Item Numbers: INITIAL CONTRACT TERM: 1/101,1( 1"? to ((1'ckk/c) ACCEPTANCE: APPROVED AS TO FORM AND LEGALITY CITY OF ORLANDO,FLORIDA for the use and reliance of the • A City of Orlando,Florida,only. By:��� / „./4„...., Chief Procurement Officer Assistant City Attorney ORLANDO,FLORIDA DAVID BILLINGSLEY,CPSM,C.P.M. 4,A...44 Date: !'17' • ,2019 Date: 2.5 ,2019 Procurement and Contracts Division Page: 42 S t'' Cationic Polymer IFB19.0032-A BIDDER'S OUESTIONNAIRE: The following questionnaire is to be completed by the bidder and provided with its bid submittal. If a question is not applicable,so indicate by writing"N/A". 1. COMPANY NAME: Polydyne Inc. Address of Principal Place of Business: 1 Chemical Plant Road City/State/Zip: Riceboro,GA 31323 Phone: 912-880-2035 Fax: 912-880-2078 Name of primary Contact: Mark Schlag,Vice-President Email: PolyBidDpt@snfhc.com 2. REMIT-TO ADDRESS: Polydyne Inc,POB 404642 City/State/Zip: Atlanta,GA 30384-4642 3. TYPE OF ORGANIZATION: Sole Proprietorship Partnership Non-Profit Joint Venture X Corporation Other: . State of Formation: Delaware Federal ID# 34-1810283 DUNS# 939242616 ('The City only requires a Federal Tax ID Number,not a Social Security number. 4. EMERGENCY CONTACT PERSON: Chris Cherp Phone: 941-961-3998 Fax: 912-880-2078 Cell: 941-961-3998 S. INSURANCE COMPANY NAME: Frenkel&Company,An EPIC Company Agent Contact: Laura Alvarez Phone: 212-488-0427 6. EXPERIENCE: A. Years in business: 244-years B. Years in business under this name: 20+years C. Years performing this type of work: 24+years 7. SUBCONTRACTORS -for informational purposes only: If bidder intends to use subcontractors, please provide the information below. All subcontractors listed remain subject to approval by the City. • Name of subcontractors to be utilized and type of work: Name Type.of Work M/WBE VBE Certified? City Certified? (Y or N) (Y or N) No subcontractors will be utilized for this contract. Procurement and Contracts Division Page:43 Cationic Polymer IFB19-0032-A • 8. LOCAL SERVICE FACILITY,IF APPLICABLE: Not Applicable A. Name of local service center: B.Address of local service center: C. County local service center is located in: D. Contact: Telephone number: 9. RECYCLED CONTENT: Not Applicable A. Percentage of recycled material contained in the product: 0 B. Is your product packaged/shipped in material containing recycled content? Yes No X C. Is your product recyclable after it has reached its intended end use? Yes N 10. REF :RENCES: Bidder shall submit as a part of their Bid submittal, a minimum of three (3) customer references for similar products which your firm has provided within the last three(3) years. Reference#1: Louisville M.S.D. Name: Address: 4522 Algonquin Parkway,Louisville,KY 40211 Telephone No.: (502) 372-7646 Fax No.: Contact: Robin Burch E-mail: robin.burch@louisvillemsd.org Reference#2: Name: Los Angeles County Sanitation District Address: 24501 South Figueroa Street,Whittier,CA 90601 Telephone No.: (310) 830-2400 Fax No.: (310)830-2407 Contact: Malika Jones E-mail: mjones@lacsd.org Reference#3: Name: City of Atlanta Address: 2440 Bolton Road,N.W.,Atlanta,GA 30318 Telephone No.: (404) 565-8903 Fax No.: Contact: Daniel Sabou E-mail: dsabou@atlantaga.gov Reference#4: Name: Address: Telephone No.: Fax No.: Contact: E-mail: Procurement and Contracts Division Page: 44 Ltatipnic Polymer IFB19-0032-A WRITTEN QUESTION(S) FORM: �, Any questions relative to interpretation of specifications or the solicitation process must be ' addressed to the City in writing. For uniformity, the City requests that you use the following format. No verbal inquiries will be accepted. Written questions must be received at least ten (10) days prior to the solicitation due date. Written questions received within ten (10) days of the solicitation due date will not be responded to. Please submit all questions to the Purchasing Agent as identified in this Invitation for Bids. This form is provided for your convenience, however,emails to the Purchasing Agent are acceptable. Only written answers and clarifications in the form of a written Addendum to the solicitation will be binding. Oral answers will not be authoritative. SOLICITATION NUMBER: IFB19-0032-A DATE SUBMITTED: SOLICITATION TITLE: CATIONIC POLYMER COMPANY NAME: ADDRESS: CITY: STATE: ZIP: CONTACT NAME: PHONE: 1. 2. • 3. 4. 5. Procurement and Contracts Division Page:45 Cationic Polymer IFB19-0032-A ADDENDUM ACKNOWLEDGMENT FORM: The undersigned acknowledges receipt of the following addenda to the Documents(Give number and date of each): None Received Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated • Failure to submit acknowledgment of any Addendum that affects the Bid prices is considered a major irregularity and will be cause for rejection of the bid. Polydyne Inc. Company • 4, Signature ark Schlag Vice-President Title Procurement and Contracts Division Page:48 • tio • WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF POLYDYNE INC. The undersigned,being all of the directors of Polydyne,Inc.,a Delaware Corporation (the"Corporation"), hereby approve and adopt the following resolutions by written consent: Municipal Contract Authorization RESOLVED; that Boyd Stanley, Rene Pich, Peter Nichols, John Pittman, Mark Schlag, Bobby Wise and Ken Luke be and hereby are authorized, empowered and directed to bid, In the name of and on behalf of the Corporation, upon such municipal projects as he may deem appropriate;and further RESOLVED, that Boyd Stanley, Rene Pich, Peter Nichols, James R. Carlson, Mark Schlag, Bobby Wise and Ken Luke be and hereby are authorized and empowered to execute and deliver, in the name of and on behalf of the Corporation, all documents, Instruments, certificate, agreements and papers as he may deem advisable or necessary or proper to effect the Corporation's municipal bids or the transactions contemplated thereby;and further RESOLVED, .that the President, Senior Vice President, Vice President, Secretary, Treasurer, and Assistant Secretary or Director of the Corporation be and hereby Is authorized and empowered, and to the extent necessary or advisable, directed, to attest the execution of any document executed pursuant to these resolutions, and to affix the seal of the Corporation thereto, and to certify under seal to any municipality the adoption of these resolutions;and further RESOLVED,that the authorizations granted under these resolutions shall expire on January 09, 2020. IN WITNESS WHEREOF,the undersigned,constituting all of the directors of the Corporation, have executed this Consent the 9th day of January, 018. 1 • jy/ARene P • wit Peter NI ole �►!e'er AIM I /rte.: R o Hund /�j/ Pasco emy I hi LAwr John- an I atte't to t authenticity of this copy of the Resolution of the Board of Directors. This resolution is still valid and i eff ct as of date signed. 1 �I Mark Sch , ' ce-President Date:3/15/2019 Polydyne Inc. General Information Federal Identification No. 34-1810283 State of Incorporation: Delaware Date of Incorporation: August 21, 1995 Administrative Offices: P.O.Box 279, 1 Chemical Plant Road Riceboro,GA 31323 Payment Address: Y.U.Box 404642 Atlanta,GA 30384-4642 Board of Directors René Pich, Pascal Remy,John Pittman, Peter Nichols, René Hund Officers President John Pittman Secretary Christopher Gannon _ Vice President Finance,Assistant Secretary,Treasurer _Mark Schlag Vice President Boyd Stanley Vice President Ken Luke *Authorized Signers-Non Officers Bobby Wise Controller Ownership Disclosure Corporation Percent Ownership Owner Polydyne Inc. 100 SNF Holding Company SNF Holding Company 100 SPCM SA SPCM SA 100 Mr.Rent PICH holds and controls 100%of the shares of SPCM SA,a company duly organized and existing under the laws of France, whose registered office is in ZAC de Milieux, Andrtzieux,(42163), FRANCE,registered under the number 312 327 737 in the Commercial Registry of the town of Saint-Etienne (42000),FRANCE. Rev.1/2018 Cationic Polymer EXHIBIT B IFB19-0032-A BID PRICE FORM You are invited to Bid on the following: Cationic Polymer The bidder, having carefully examined the specifications and Terms and Conditions herein, proposes to furnish proposes to furnish all labor, materials, equipment and other items without exception for the proper execution and completion of the work,and if awarded the contract,to complete the said work within time limits as specified for the following bid prices. Item No. Quantity Unit Description Unit Price Total IRON BRIDGE FACILITY 1. 15,000 Gal Part A-Belt Filter Press $ 9.89/Gal. $ 148,350.00 Polymer: Clarifloc SE-1591 ($I.1S/Lb.x 8.6 I bs/Gal.=$9.89/Gal. Bulk(Tank Truck)-Price per lb. $1.15/Lb. Dry lbs.Polymer per wet gallon of neat polymer: 3.53 Total Gallons of Sludge Processed= 72,000 Gals Sludge Feed Solids Concentration= 0.61 Cake Solids Concentration= 17.6 oda Filtrate Solids Concentration= 0.0045 ppm or• Total Pounds Polymer Used= 45 lbs Pounds Polymer per Dry Ton Solids Processed= 25.1 Cost Polymer per Dry Ton Processed=$28.87 2. 12,000 Gal Part B-Gravity Belt Thickener $ 9.89/Gal• $ 118,680.00 Clarifloc SE 1591 ($1.15/Lb.x 8.6 Ll s/Gal.=59.89/Gal.. Polymer: Bulk(Tank Truck)-Price per lb. $1.15/Lb. Dry Ibs.Polymer per wet gallon of neat polymer:3.53 Total Gallons of Sludge Processed= 54,000 Gals Sludge Feed Solids Concentration= 0.68 % Cake Solids Concentration= 4.1 % Filtrate Solids Concentration= 0.0066 ppm or% Total Pounds Polymer Used= 6.7 lbs Pounds Polymer per Dry Ton Solids Processed= 4.36 Cost Polymer per Dry Ton Processed= $5.014 Sub-total(this page)$ 267,030.00t' "��r Bidder Initials Procurement and Contracts Division Page:36 Cationic Polymer IFB19-0032-A Bidder's Name: Polydyne Inc. BID PRICE FORM You are invited to Bid on the following: Cationic Polymer Item No. Quantity Unit Description Unit Price Total WATER CONSERV II Part A—Belt Filter Press Clarifloc SE-1391 10.20/GaL 153,000.00 3. 15,000 Gal Polymer: $- $ Bulk(Tank Truck)-Price per lb. $1.20/Lb. ($1.20/1.b.x s.Slbsical.=$lo.zo/Gal.) Dry lbs. Polymer per wet gallon of neat polymer: 4.36 Total Gallons of Sludge Processed= 18,0000 Gals Sludge Feed Solids Concentration 4.96 % Cake Solids Concentration— 17.4 % Filtrate Solids Concentration= 0.0418 ppm or% Total Pounds Polymer Used= 28.8 lbs Pounds Polymer per Dry Ton Solids Processed= 19.5 Cost Polymer per Dry Ton Processed= $23.40 Part B-Gravity Belt Thickener 4. 12,000 Gal Polymer: Clarifloc SE-1036 $9.89/Gal. $ 118,680.00 ($1.15/Lb.x 8.6.,bs/Gal.-$9.8 TGal) Drum (55 gal) - Price per lb. $1.15/Lb. Dry lbs.Polymer per wet gallon of neat polymer: 3.53 Total Gallons of Sludge Processed= 40,500 Gals Sludge Feed Solids Concentration= 0.896 % Cake Solids Concentration= 4.7 % Filtrate Solids Concentration= 0.01 ppm or% Total Pounds Polymer Used- 12.96 lbs Pounds Polymer per Dry Ton solids Processed= 8.57 Cost Polymer per Dry Ton Processed= $9.86 0 Sub-total(this page)$ 271,680p00 Bidder Initials Procurement and Contracts Division Page: 37 • Cationic Polymer IFB19-0032-A Bidder's Name: Polydyne Inc. BID PRICE FORM You are invited to Bid on the following: Cationic Polymer Item No. Quantity Unit Description Unit Price Total WATER CONSERV I Gravity Belt Thickener 5. 825 Gal Polymer: Clarifloc SB-1036 $9.89/Gal. $ 8,159.25 Tote(275 gal) - Price per lb. $1.15/Lb. (51.15/Lb.x 8.6L11Ua1.-59.89/Gal.) Sub-total(this page)$8159.25 546,869.25 GRAND TOTAL(ALL PAGES)$ Bidder Initials 4/(-C 1. FOB Point Destination 2. Discount Payment Terms (if any): N/A %, if paid within N/A days after receipt of invoice. 3. Is your company willing to accept the VISA ePayable solution for payment of all invoices? X Yes No 4. Is your company willing to serve as a secondary supplier in the event your company is not selected for primary award? X Yes No Recheck your quotations prior to submission.Bids may not be changed after being opened. Procurement and Contracts Division Page:38