Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Documentation_Regular_Tab 17_2/9/2023
Agenda Item #17. Regular Council STAFF MEMO Meeting: Regular Council - Feb 09 2023 Staff Contact: Marjorie Craig, Utilities Director Department: Utilities �� Consider Approval of American Water Chemicals, Inc. Agreement and Requisition for $12,470.00 for Anti-scalant for Water Treatment through a Piggyback on the City of Clearwater's Contract The Village of Tequesta Utilities Department recommends approval of a contract and requisition for $12,470 with American Water Chemicals, Inc, (AWC) for anti-scalant used in the Village's water treatment process. The recommended purchase is through a piggyback on the City of Clearwater's purchasing contract with AWC for anti-scalant. The Utilities Department requires anti-scalant to prevent scaling and fouling of the membranes in the reverse osmosis (RO) treatment process used to produce drinking water. The Village has been purchasing RO anti- scalant "AWC° A-102 Ultra Anti-scalant" from American Water Chemicals, Inc., since 2009, with competitive pricing and excellent operating results. The City of Clearwater and the vendor are allowing us to piggyback their existing agreement. Using the piggyback provision in the Village's "Purchasing Directives and Procedures, we recommend this purchasing mechanism. The proposed purchase requisition will allow for the purchase of the anticipated anti-scalant needed, which is approximately 10,000 pounds (lb) with unit pricing of $1.247/lb for the remainder of FY23. Please see the following budget breakdown for production treatment chemicals from the water fund account 401- 242-552.342 Production Chemicals: Water FY23 Budget FY23 Projected/ Encumbered/ Paid/ +Projected This Request Current Chemicals Adjust Budget Invoices Remaining Sodium hypochlorite $65,000 $93,750 $92,452.50 $0 $1,297.50 Hydrogen peroxide $87,000 $87,000 $17,452.80 $0 $69,547.20 Caustic soda (sodium $79,000 $103,500 $103,500.00 $0 $0.00 hydroxide) Anti-scalant* $20,000 $20,000.00 $2,494.00 $12,470.00 $5,036.00 Sulfuric acid $46,000 $46,000 $6,659.48 $0 $39,340.52 Anhydrous $9,000 $9,000 $2,100.50 $0 $6,899.50 ammonia Miscellaneous $2,000 $2,000 $35.96 $0 $1,964.04 chemicals TOTAL $308,000 $361,250.00 $224,695.24 $12,470.00 $124,084.76 *this request (AWC anti-scalant) Page 201 of 1094 Agenda Item #17. Utilities Staff recommends approving the piggyback purchase contract and requisition for $12,470 with American Water Chemicals, Inc. This document and any attachments may be reproduced upon request in an alternative format by completing our Accessibility Feedback Form, sending an e-mail to the Village Clerk or calling 561-768- 0443. PROJECT NAME: American Water Chemicals, Inc. Proposed: $12,470.00 BUDGET: $20,000.00 ENCUMBERED: $2,494.00 Projected Remaining: $5,036.00 2023.2 American Water Chemicals Village of Tequesta PB Clearwater Page 202 of 1094 Agenda Item #17. 1 ILLAGE OF TEQUESTA AGREEMENT FOR THIS AGREEMENT FOR ANTISCALENT is entered into and effective this day of , 2023, by and between the VILLAGE OF TEQUESTA, a Florida municipal corporation with offices located at 345 Tequesta Drive, Tequesta, Florida 33469, organized and existing in accordance with the laws of the State of Florida, hereinafter "the Village"; and AMAYA SOLUTIONS, INC, dba. American Water Chemicals, INC, a registered Florida corporation, with offices located at 1802 Corporate Center Lane, Plant City, FL 33563 hereinafter "the Contractor", and collectively with the Village, "the Parties". WITN'ESSETH The Village and the Contractor, in consideration of the mutual covenants contained herein and for other goad and valuable consideration, the receipt and sufficiency of which is hereby acknowledged by bath Parties, hereby agree as follows: 1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Agreement whereby the Contractor shall provide antiscalant as needed by the Village. The Parties agree to enter into this .Agreement and piggyback for antiscalant at the unit prices described in the City of Clearwater A.ntiscalant contract awarded through ITB#{' 3$-20. Said contract, including its terms, conditions, specifications, and attached exhibits/amendments, arc hereby fully incorporated into this Agrcernent and attached hereto as Exhibit "A". 2. COMPENSATION. In consideration for the above Scope of Services, pricing shall be pursuant to the unit prices provided in Exhibit "A". The parties hereby agree to the Village's purchase of supplies and/or services in greater or lesser amounts than estimated in the City of Clearwater Antiscalant Contract ITB#38-20, as referenced by the proposal in Exhibit "A". The goods or services shall be delivered as ordered in a time, manner, and location acceptable to the Village the "Performance Date." 3. CHANGE ORDERS: Seller is aware that price and time are of the essence in this contract and that prompt and timely performance of all such obligations is strictly required. If conditions change that would require an increase in price, scope, or time for performance 'Seller must notify the Village in writing detailing the conditions that have changed and requesting a change order to the contract within 30 Clays prior to the performance date "Change Order Deadline". Change orders Page l of S '. Page 203 of 1094 Agenda Item #17. submiuec after the change order deadline will not be considered. Seller shall not proceed with any change to its obligatiDns under a change order request unless documented in a Change Order executed by both Parties. If Seller requests a change order prier to the change order deadline Village at its discretion may accept the change order as is or with modifications, deny the change order, re -advertise and re -solicit providers for the required goods or services or terminate this contract. If the Village elects to re -advertise and re -solicit the need for goods or services, the Village will have 30 days "Solicitation Period" in which to accept the contemplated change order or terminate this contract. At any time after execution of this Agreement but prior to Seller's delivery of the Goods, the Village reserves the right at its discretion to change, modify, remise add, or remove any part of its order for the Goods as described by this Agreement and any Exhibits, if applicable. If any such change to the Village's order causes an increase or decrease in the cost of the goads or causes a change in the time required for delivery of the Goods, the Village shall make an equitable adjustment in the contract price, the delivery schedule, or bath. Any change to the Village's order for the Goods and any subsequent equitable adjustment to the terms of this Agreement shall be effectuated through a written Amendment to this Agreement as executed by both Parties pursuant to Section 15. of thi$ Agreement. 4. TERM;TERMIINATION, NOTICE: Pursuant to the City of Clearwater Antiscalant Contract, the original contract term will expire on September 2W1, 2023, This Agreement may be terminated by either party upon 30 days' written notice to the other party, Notice shall be considered sufficient when sent by certified mail or hand -delivered to the Parties during regular business hours at the following addresses: Village Contractor Village of Tequesta American Water Chemicals INC 345 Tequesta Drive 1802 Corporate Center LIST Tequesta, FL 33469-0273 Plant City, FL, 33563 Attn: [Utilities Department S. INSURANCE: The Contractor shall provide proof of workman's compensation insurance and liability insurance in such amounts as are specified in Exhibit "A" and shall na.nne the Village as an "additional insured" on the liability portion of the insurance policy. Page 2 of 9 Page f1094 Agenda Item #17. 6. INDEMNIFICATION. The Contractor shall at all times indemnify, defend and hold harmless the Village, its agents, servants, and employees, from and against any claim, demand or cause of action of whatsoever kind or nature, arising out of error, omission, negligent act, conduct, ar misconduct of the Contractor, its agents, servants, or employees in the performance of services under this Agreement. Nothing contained in this provision shall be construed ar interpreted as conscnt by the Village to be sued, nor as a waiver of sovereign immunity beyond the waiver provided in Section 768.28, Florida Statutes. 7. PUBLIC ENTITIES CRIMES ACT. As provided in Sections 287.132-133, Florida Statutes, by entering into this Agreement or performing any work in furtherance hereof, the Contractor certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within thirty-six (36) months immediately preceding the date hereof. This notice is required by Section 287,133(3)(a), Florida Statutes, 8. INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor its an independent contractor and not an employee of the Village. Both the Village and the Contractor agree that this Agreement is not a contract for employment and that no relationship of employee-cmp toyer of principal -agent is or shall be created hereby, nor Shall hereafter exist by reason of the performance of the services herein provided. 9. INSPECTOR GENERAL. Pursuant to Sections 2421-2-432 cif the Palm Beach County Code of Ordinances, the Office of the Inspector General has jurisdiction to investigate municipal matters, review and audit municipal contracts, and other transactions, and make reports and recommendations to municipal governing bodies based on such audits, reviews, or investigations, All parties doing business with the Village shall fully cooperate with the inspector general in the exercise of the inspector general's functions, authority, and power. The inspector general has the power to take sworn statements, require the production of records, and to audit, monitor, investigate and inspect the activities of the Village, as well as contractors and lobbyists of the Village in order to detect, deter, prevent, and eradicate fraud, waste, mismanagement, misconduct, and abuses, W. E-VERIFV ELIGIBILITY: The Contractor warrants and represents that it is in compliance with Section 448.095, Florida Sfatutes, as may be amended. No later than January 1, 2021, the Contractor shall: ( 1) register with and use the E-Verify System (E-Verify.gov) to Page 3 of ti `. Page 205 of 1094 Agenda Item #17. electronically verify the employment eligibility of all newly hired workers, and (2) verify that all of the Contractor's subconsultants performing the duties and obligations of this Agreement are registered with and use the E-Verify System to electronically verify the: employment eligibility of all newly hired workers. The Contractor shall obtain from each of its sub -consultants an affidavit staging that the sub -consultant does not employ, contract with, or subcontract with an Unauthorized Alien, as that term is defined in Section 448_095(i)(k), Florida Statutes, as may be amended. The Contractor shall maintain a copy of any such affidavit from a sub -consultant for, at a minimum, the duration of the subcontract and any extension thereof. This provision shall not supersede any provision of this Agreement which requires a longer retention period, The Vit lage shall terminate this Agreement if it has a good faith belief that the Contractor has knowingly violated. Section 448.09(1), Florida Statutes, as may be amended. If the Contractor has a goad faith belief that the Contractor's subconsultant has knowingly violated Section 448.09(l ), Florida Statutes, as may be amended, the ViIlagc shall notify the Contractor to terminate its contract with the sutra -consultant and the Contractor shall immediately terminate its contract with the sub -consultant. In the event of such contract termination, the Contractor shall be liable for any additional costs incurred by the Village as a result of the termination. 11. SCRUTINIZED COMPANIES. For Contracts under $1 lai, the Contractor certifies that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215,4725, Florida Statutes and that it is not engaged in a boycott of Israel. The 'pillage may terminate this Agreement at the Village's option If the Contractor is found to have submitted a false certification as provided under Section 287.135(5), Florida Slaruiec, if the Contractor has been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section 2.15.4725, Florida Statutes, or if Contractor is engaged in a boycott of Israel. For Contracts over $11'tir1, the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statules, The Contractor further certifies that it is not engaged in a boycott of Israel and that it does not have business operations in Cuba or Syria, as similarly provided in Section 287.135, Florida Statutes. The Tillage may terminate this Agreement at the Village's option if the Contractor is found to have submitted a false certification as provided under Section 2.87.135(5), Floridan Statutes or if the Contractor has been placed on one of the aforementioned lists created pursuant Page 4 of 8 Page 206 of 1094 Agenda Item #17. to Section 215.4725, Florida Statutes. Additionally, the Village may terminate this Agreement at the Village's option if the Contractor is engaged in a boycott of Israel or has been engaged in business operations in Cuba or Syria, as defined in Section 287.135, Florida Slamies. 12. ATTORNEV'S FEES. In. the event, a dispute arises concerning this Agreement. the prevailing party shall be awarded attorney's fees, including fees on appeal. 13. FORCE IIVIIAJEURE: The Contractor shall not be considered in default by reason of any failure in performance under this Agreement if such failure arises out of causes reasonably beyond the control of the Contractor or its subcontractors and without their fault or negligence. Such causes include, but are not limited to: acts of God; acts of war; natural or public health emergencies; labor disputes; freight embargoes; and abnormally severe and unusual weather conditions. 14. CHOICE OF LAW; WNUE. This Agreement shall be governed and construed in accordance with the laws of the State of Florida, and venue shall be in Palm Beach County should any dispute arise with regard to this Agreement. 15. AMENDMENTS & ASSIGNMENTS- This Agreement, all Exhibits attached hereto, and required insurance certificates constitute the entire Agreement between both parties, - no modifications shall be made to this Agreement unless in writing, agreed to by both parties, and attached hereto as an addendum to this Agreement. The Contractor shall not transfer or assign the provision ofseruices called for in this Agreement without prior written consent of the'Village. 16. PUBLIC RECORDS: In accordance with Section 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Scope of Services. Upon request from the Village's custodian of public records, the Contractor must provide the Village with copies of requested records, or allow such records to be inspected or copied, within a reasonable time in accordance with access and cost requirements of Chapter 119, Florida Stamie-v. A Contractor who fails to provide the public records tothe Village, or fails to make them available for inspection or copying, within a reasonable time may be subject to attorney's fees and costs pursuant to Section 1 19,0701, Florida Statutes, and other penalties under Section 119.10, Florida Statutes. Further, the Contractor shall ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in Scope of Services are not disclosed except as authorized by law for the duration of the Agreement term, and fallowing Page 5 of 8 Page 207 of 1094 Agenda Item #17. completion of the Agreement if the Contractor does not transfer the records to the Village. Finally, upon completion of the Agreement, the Contractor shall transfer, at no cost to the 'Village, ail ,public records in possession, of the Contractor, or keep and maintain public records required by the Village. If the Contractor transfers all public records to the Village upon completion of the Agreement, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. if the Contractor keeps and maintains public records upon completion of the Agreement, the Contractor shall meet all applicable requirements for retaining public records. Records that are stored electronically must be provided to the Village, upon request front the Village's custodian ofpublic records, in a format that is compatible with the Village's information technology systems. 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 AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-0685, OR AT IEnc Williarrts.t tequestaxrg, OR AT 345 TEQUESTAI DRIVE, TE UESTA, FLORIDA 33469. 17. HEADINGS: The headings contained in this Agreement arc provided for convenience only and shall not be considered in construing, interpreting or enforcing this Agreement. 18. SE'V'ERABILITY: The invalidity or unenforeeability of any provision of this Agreement shall not affect the validity or enforceability or any other provision of this Agreement and this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision is not contained herein. 19. WAIVER; No waiver by the Village of any provision of this Agreement shall be deemed to be a waiver of any other provisions hereof or of any subsequent breach by the Contractor of the same, or any other provision or the enforcement hereof. The Village's consent to or approval of any act requiring the Village's consent or approval of any act by the Contractor shal l not be deemed to render unnecessary the obtaining of the Village's consent to Page 6 of S Page 208 of 1094 Agenda Item #17. or approval of any subsequent consent or approval of, whether or not similar to the act so consented or approved. 20. ENTIRE AGREEMENT., This eight -page Agreement, including any Exhibits, constitutes the entire agreement between the parties; no tnndification shall be made to this Agreement unless such modification is in writing, agreed to by both parties and attached hereto as an addendum to this Agreement. In the event of a conflict betwcen this and any other document, this document shall prevail. 22. AUTHORITY TO OBLIGATE: Each person signing this agreement on behalf of cither Party warrants that he or she has the full Iegal power to execute this agreement on behalf of the Party for whom he or she is signing and bind and obligate such party with respect to all provisions contained in this agreement. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] IN W ITNESS WHERE0F, the parties hereto have executed this Agreement on the date and year first above written. WITNESSES: 1�11'4 1 � I A I AMAY A 'SOLT_1TIONS, INC. DBA AMFRICAN WATER CHEMICALS Page 7 of 8 Page 209 of 1094 Agenda Item #17. ATTEST: Lori McWilliams, MMC Village Clerk (Corporatc Seal) VILLAGE OF TEQUESTA By: Madly Young, ]Mayor (Seal) Page R oFS LU SEAL 2019 U-S— Page 210 of 1094 Agend July 14, 2020 E Hf13IT i,ry OF CLEARWATER l INANcc DU ReTINEtNT, Pit,] OFnct=_. Box 4748, Cu iRwATEk Tiomm 337584748 MUNICIPAL SLRv-icEs BuaDixc, 1(X) Sounf Xh-R-iLE,A,uNUE TEI21110NL (727) 562-4530 1(727) 5 2-4535 NOTICE OF INTENT TO AWARD Public Utilities and Procurement recommend award of ITB No, 38-20, Antiscalant to American Water Chemicals, Inc., the lowest most responsible bidder, in accordance with the bid s eeifieations, in the estimated amount of $65,000 annually, for a period of one (1) year, with two (2), one (1) year extension options. This Award recommendation will be considered by the City Council at the .August 17, 2020 Work Session :00 a.m.) and voted on at the August 20, 2020 Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City°s Sr. Procurement Analyst at +alerie.crai Mclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 337584748. Posted on this date by, att,rt C.,r Valerie Craig, CPPB Sr. Procurement Analyst Frank Hibbard„ lakw Xlark bunker, Councilmember David A11E,rittt», (:4tiunti1Men1lt:r Kathleen Beckman, Councilmember Am Flat rt l iantiilton, Council member -Equal himploymeni and fliirirmativc rlt ksn Employer" Page 211 of 1094 A nda Item #17. LEAR1oATER aR�'{,HT ,'.)JD HF,'S.L7IFUL-9.AY TO ELhCE! E AMERICAN WATER CHEMICALS INC N 1802 CORPORATE CENTER LN D a PLANT CITY, FL 33553 R USA CONTRACT Page 1 of 1 This Contrad is uubjee La Lhe 5landard Terms and CondWons posted at www.myclearwa ler.conn,purrhaseurdur-TandC Contract # 900955-10 Vendor Phone No. Vendor Contact Vendor Email Department 813-246-5448 813-623-6678 BCLARMEMBRANECHEMICAL PUBLIC UTILITIES Start Date End Date Contact Person Telephone Number 08121=20 0812012023 Berg, Eryn 813-246-5448 Item# Descri tionlPartNo OTY UOM Unit Price Extended Price 1 YEAR 1: RO1 & R02 ANTISCALANT 0 EA $30,982,50 $30,982.50 2 YEAR 2: R01 & R02 ANTISCALANT U EA $36.274.00 $36.274.00 :3 YEAR 3: R01 & R02 ANTISCALANT 0 EA $65.000.00 $65.000.00 Total Available $52,310-00 Total Expended $79,946.50 y : r Procurement Manager Total Open PO 0-00 Total Revised $132,256.50 VENDOR COPY Total Original Page 2 .obd-QQ Agenda Item #17. f LE RWA►TE ` &WGHTANDSEAU7TFVt-BAY TO BEACH INVITATION TO BID # 8-20 ANTIALANT June 9, 2020 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M.. Local Time, July ti, 2020 to provide Antiscalant. Brief Description. The City of Clearwater is soliciting sealed bids to supply Reverse Osmosis (SRO) Membrane Antiscalant for the Public Utilities RO Plant #1 and RO Plant #2, Bids must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Bid packets, any attachments and addenda are available for download at: https://www.myclearwater.comibusinesslip Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any rewired response documents, attachments, and submissions will constitute the bid. General, Process or Technical Questions concerning this solicitation should be directed, IN WRITING, to the following Sr. Procurement Analyst: Valerie Craig Sr. Procurement Analyst This Invitation to Bid is issued by: Lori Vogel, C PPB Procurement Manager l car i, voge l@..myclea rwater.com v.11.2018 Procurement Division 100 S Myrtle Ave 33756-6520 PO lBox 4748 33758-4748 Clearwater FL 727-562-4633 Page 213 of 1094 Agenda Item #17. INSTRUCTIONS 0 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the contact listed on page t _ Questions should be submitted in writing via Fetter, fax or email_ Questions received less than ten (110) calendar days prior to the due date and time may be answered at the discretion of the City. i_2 ADDENDAICEARIFICATIIONS: Any changes to the specifications will be in the form of an addendum. Addenda are pasted on the City website no less than seven (7) days prior to the due date. 'vendors are cautioned to check the Purchasing Website for addenda and ciarifications prior to submitting their bid, The City cannot be held responsible if a vendor fails to receive any addenda issued_ The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a bid. i.3 VENDOR CONFERENCE ! SITE VISIT: ❑ Yes M No Mandatory Attendance: ❑ Yes M No If so designated above, attendance is mandatory as a condition of submitting a bid. The onnferencelsite visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the oharacter of the operations to be conducted under the resulting contract. i_4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date.. ,July S, 2020 Time: 10.00 A.M. (Local Time) The City will open all bids properly and timely submitted and will record the names and other information specified by law and rule. All bids become the property of the City and will net be returned except in the case of a Fate submission. Despondent names, as read et the bid opening, will be posted on the City website, Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, bids are available for inspection by contacting the Procurement Division. i.5 BID FIRM TIME: 90 days from Opening Bid shall remain firm and unaltered after opening for the number of days shown above_ The City may accept the bid, subject to successful contract negotiations, at any time duringi this time, 1_6 BID SECURITY: ❑ Yes ® No If so designated above, a bid security in the amount specified must be submitted with the bid, The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's deck payable to the City of Clearwater (personal or company checks are not acceptable): certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such bid security shall be forfeited to the City of Clearwater should the bidder selected fail to execute a contract when requested_ PERFORMANCESECURITY: ❑ Yes 0 No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida, cash: certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable): certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City_ If the Contractor fails or refuses to fully comply with the terms and conditions of the contract, the City shall have the right to use all or such part of said security as may be necessary ANTISC;ALANT 2 ITB #38-20 Page 214 of 1094 Agenda Item #17. INSTRUCTIONS to reimburse the City for loss sustained by reason of such breach_ The balance of said security„ if any, }will be returned to Contractor upon the expiration or termination of the contract. i_7 BID SUBMITTAL: It is recommended that responses are submitted electronically through our bids website at httRs:/iwww_rnyclearwater,comlbusinessirfp, Firms may mail or hand -deliver responses to the address below. Use label at the end of this solicitation ;package_ E-mail or fax submissions will not be accepted_ City of Clearwater Ann: Procurement Division 100 S Myrtle Ave, 31° FI, Clearwater FL 3375 -552fi or PO Box 4748, Clearwater FL 33758-4748 No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a bid that is not properly addressed and identified_ i.8 LATE BIDS. The bidder assumes responsibility for having the bid delivered on time at the puce specified. All bids received after the date and time specified shall not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier. regardless whether sent by mail or by means of personal delivery, You must allow adequate time to accommodate all registration and security screenings at the delivery site. A valid photo I-D. may be required. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times, The bidder agrees to accept the time stamp in the City Procurement Office as the official time, i.g COMMENCEMENT OF WORK. If bidder begins any billable work prior to the City's final approval and execution of the contract, bidder does so at its own risk. 00 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract„ nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any cans not later than seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the bid. Bidders are cautioned to verify their bids before submission, as amendments to or withdrawal of bids submitted after time specified for opening of bids may not be considered. The City will not be responsible for any bidder errors or omissions, ie 11 FORM AND CONTENT OF BIDS. Unless otherwise instructed or allowed, Bids shall be submitted on the forms provided. An original and the designated number of copies of each bid are required. Bids„ including modifications„ must be submitted in ink, typed„ or printed farm and signed by an authorized representative. Please aline through and initial rather than erase changes. If the bid is not properly signed or if any oranges are not initialed„ it may be considered non -responsive. In the event of a disparity between the unit pride and the extended prim, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the bid be submitted. The bid must provide all information requested and must address all points, The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception„ the City may reject the bid. i_12 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for "Brand Name or Equal," the brand name product is acceptable. Alternates will be considered upon demonstratiing the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics_ Minor differences that do not affect the suitability of the supply or service for the City`s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the ANTISC;,ALANT 3 ITB #38-20 Page 215 of 1094 Agenda Item #17. INSTRUCTIONS brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems unacceptable. i_13 MODIFICATION i WITHDRAWAL OF BID. Written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed_ Requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or ITHDRAWAL of the bid_ Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City's discretion_ i_14 DEBARMENT DISCLOSURE. If the vendor submitting this bid has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pendingr the bidder shall include a letter with its bid identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating the suspension or debarment_ i.15 RESERVATIONS. The City reserves the right to reject any or all bids or any part thereof; to rebid the solicitation; to reject non -responsive or non -responsible bids; to reject unbalanced bids; to reject bids where the terms, prices, and/or awards are conditioned upon another event; to reject individual bids for failure to meet any requirement; to award by item, park or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, tamissions, technicalities or form errors in any bid. The City may seek clarification of the bid from bidder at anytime, and failure to respond is cause for rejection. Submission of a bid confers on bidder no right to an award or to a subsequent contract. The City is charged by its Charter to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made stalely at the City's discretion and made to favor the City_ No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.16 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a bidder may not be acknowledged or accepted by the City. Award or execution of a otantract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. 07 COPYING OF Blau. Bidder hereby grants the City permission to copy all parts of its bid, including without limitation any documents and/or materials copyrighted by the bidder. The City's right to copy shall be for internal use in evaluating the proposal. i_18 CONTRACTOR ETHICS. It is the policy of the City to promote courtesy, faimess, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve the purpose of this Article, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein_ It shall be a breach of ethical standards to, a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract orto invoice for Materials or Services not provided, c_ Intentionally offer or provide sub -standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract_ i_1 g GIFTS. The City will accept no gifts, gratuities or advertising products from bidders or prospective bidders and affiliates_ The City may request product samples from vendors for product evaluation. ANTISCALANT 4 ITB #38-20 Page 216 of 1094 Agenda Item #17. INSTRUCTIONS i_20 PROTESTS AND APPEALS. If a Respondent believes there is a mistake, impropriety, or defect in the solicitation, believes the City improperly rejected its proposal, .and/or believes the selected proposal is not in the City's best interests, the Respondent may submit a written protest. All protests and appeals are governed by the City of Clearwater Purchasing Policy and Procedures. If any discrepancy exists between this Section and the Purchasing Policy, the language of the Purchasing Policy controls. Protests based upon alleged mistake, impropriety, or defect in a solicitation that i�; apparent before the bid opening must be filed with the Procurement Officer no later than fire (5) business days before Bid Opening_ Protests that only became apparent after the Bid Opening must be filed within ten (10) business days of the alleged violation of the applicable purchasing ordinance. The complete protest procedure can be obtained by contacting the Procurement Division. ADDRESS PROTESTS TQ- City of Clearwater — Procurement Division 100 S Myrtle Ave, 3`a Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 337584748 ANTISCALANT 5 ITB #38-20 Page 217 of 1094 Agenda Item #17. INSTRUCTIONS — EVALUATION i_21 EVALUATION PROCESS. Bids will be reviewed by the Procurement Division and represe nta times) of the respective department(s), The City staff may or may not i nitiate discussions with bidders for clarification purposes. Clarification is not an opportunity to change the bid_ Bidders Shall not initiate discussions with any City employee or official- i-22 PRESENTATIONSIINTERVIEWS. The bidder must provide a formal presentation/!nterview upon request, i-23 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (0) categories of information: responsiveness, responsibility, and price. All bids must meet the following responsiveness and responsibility criteria to be considered further, a) Responsiveness_ The City will determine whether the bid complies with the instructions for submitting bids including completeness of bid which encompasses the inclusion of all required attachments and submissions_ The City must reject any bids that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility, The City will determine whether the bidder is one with whom it can or should do business_ Factors that the City may evaluate to determine "responsibility" include, but are not limited to: exces,flvely high or low priced bids, past performance, references (including those found outside the bid), compliance with applicable Laws -including tax laws, bidder's record of performance and integrity - e_g- has the bidder been delinquent or unfaithful to any contractwith the City, whetherthe bidder is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A bidder must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request_ City staff may also use Dun & Bradstreet andror any generally available industry information. The City reserves the right to inspect and review bidder's facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Price_ We will then evaluate the bids that have met the requirements above i.24 COST JUSTIFICATION. In the event only one response is received, the City may require that the binder submit a cast proposal in sufficient detail for the City to perform a costlprice analysis to determine if the bid price is fair and reasonable, i.25 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Bidder must be prepared for the City to accept the bid as submitted. If bidder fails to sign all documents necessary to successfully execute the finial contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject bid or revoke the award, and may begin negotiations with another bidder. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the bidder and the City until the Laity executes a written contract or purchase artier. i-26 NOTICE OF INTENT TO AWARD. Notices of the City's intent to award a Contract are posted to Purchasing's website. It is the bidder's responsibility to check the City of Clearwater's website at httr)s://www.myciLtarwater.corrVbusinLt,.ss/ to view relevant bid information and notices. i_27 BID TIMELINE. Dates are tentative and subject to change. Release ITS: June 9, 2020 Advertise Tampa Bay Times: June 10, 2020 Bids due: July 8, 2020 Review bids: July 8- July 14, 2020 Award recommendation: July 14, 2020 Council ,authorization: August 6, 2020 Contract begins: August 2020 AVTISC;ALANT 6 ITB �38-20 Page 218 of 1094 Agenda Item #17. ,STANDARD TERMS AND CONDITIONS S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: "vendor, contractor, supplier, proposer; company, parties, persons" "purchase order, Ply, contract, agreement", "city, Clearwater, agency, requestor, parties", "bid, proposal, response, quote". S_2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor's employees, not City employees. Accordingly, Contractor and Contractor's employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time oft or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers' compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from alll such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City- If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. SA ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City's written consent. Any attempted assignment. either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from .any of its obligations and liabilities under the Agreement. S,5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. S.8 NO THIRD -PARTY BENEFICIARIES. This .Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties, S_7 NOW EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate_ No exclusive rights are encompassed through this Agreement_ S.8 AMENDMENTS, There will be no oral changes to this Agreement, This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties' obligations under this Agreement, S_10 COMPLIANCE WITH APPLICABLE LAWS. a_ General. Contractor must procure all permits and licenses and pay all charges and fees necessary and incidental to the lawful conduct of business_ Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense- Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement_ Upon request, Contractor will demonstrate to the City"s satisfaction any programs, procedures, and ether activities used to ensure compliance- b. Drug -Free 'Workplace. Contractor is hereby .advised that the City has adopted a policy establishing a drug -free workplace for itself and those doing business with the City to ensure the safety and health of all persons working can City contracts and projects. Contractor will require a drug -free workplace for all Contractor personnel working under this Agreement_ Specifically, all Contractor personnel who are working under this Agreement must be notified ANTISC,ALANT 7 ITB #38-20 Page 219 of 1094 Agenda Item #17. STANDARD TERMS AND CONDITIONS in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace - Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c- Federal and State Immigration laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel reoard�; to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a. legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter 'Contractor Immigration Warranty"), (i) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City, (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty- Contractor agrees to assist the City in regard to any random verification performed- (v) Neither Contractor nor .any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274E of the Federal Immigration and Nationality AcL d, Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding ern,ployrnent, Contractor and Contractor's personnel will comply with applicable previsions of Title VII of the US. Civil Fights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq-), and applicable rules in performance under this Agreement. S.11 SALE S/USE TAX, OTKER TAXES. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor's services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any rather taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City, or should otherwise claim the City is liable for the payment of taxes that are Contractor's responsibility under this Agreement. Contractor will indemnify the City for any tax liability. interest, and penalties imposed upon the City. The City is exempt from paying state and local salesiuse taxes and certain federal excise takes and will furnish an exemption certificate upon request. S-12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. ANTISC;ALANT 8 ITB �38-20 Page 220 of 1094 Agenda Item #17. STANDARD TERMS AND CONDITION S.13 OPENNESS OF PROCUREMENT PROCESS. Written competitive proposals, replies, oral presentations, meetings where vendors answer questions, other submissions, correspondence, and all records made thereof, as well as negotiations or meetings where negotiation strategies are discussed, conducted pursuant to this Invitation to Bid (1T113), shall be handled in compliance with Chapters 119 and 286, Florida Statutes. Proposals or replies received by the City pursuant to this ITS are exempt from public disclosure until such time that the City provides notice of an intended decision or until 30 days after opening the proposals, whichever is earlier. If the City rejects all proposals or replies pursuant to this ITS and provides notice of its intent to reissue the ITB, then the rejected proposals or replies remain exempt from public disclosure until such time that the City provides notice of an intended decision oonceming the reissued ITB or until the City withdraws the reissued ITB. A proposal or reply shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies_ Oral presentations, meetings where vendors answer questions, or meetings convened by City staff to discuss negotiation strategies, if any, shall be closed to the public (and other proposers) in compliance with Chapter 286 Florida Statutes_ A complete recording shall be made of such closed meeting_ The recording ofF and any records presented at, the exempt meeting shall be available to the public when the City provides notice of an intended decision or until 3.0 days after opening proposals or final replies, whichever occurs first_ If the City rejects all proposals or replies pursuant to this ITS and provider, notice of its intent to reissue the ITS, then the recording and any records presented at the exempt meeting remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued ITS or until the City withdraws the reissued ITS. A recording and any records presented at an exempt meeting shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. In addition to all other contract requirements as Provided by laws the contractor executing this agreement actrees to cornDIy with Public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, phone: 7 7-5624092 or Rosemarie.Call(ciTrnyclearwatercom, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. Toe contractors agreement to comply with pudic records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter "public agency") to perform the service being provided by the contractor hereunder. b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract tern and following completion of the contract if the contractor does not transfer the records to the public agency. d j Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service_ If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the ANTISC;ALANT 9 ITP3 �38-20 Page 221 of 1094 Agenda Item #17. STANDARD TERMS AND CONDITIONS contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency's contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency's request for records, the public agency shall enforce the contract provlslons in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes.. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency's contract for services, the court shall assess and award against the contractor the reasonable casts of enforcement, including reasonable attorney fees, if. 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided wriRen notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h), if it is sent to the public agency's custodian of public records and to the contractor at the contractor's address listed on its contract with the public agency or to the contractor's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. S_14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement_ The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein- In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement_ Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City_ The audit of records may occur at Contractor's place of business or at City offices, as determined by the City_ S_15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City's information, date,,orfacilitie5 in accordance with the City's current background check policies- Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. ANTISC;ALANT 10 ITB #38-20 Page 222 of 1094 Agenda Item #17. STANDARD TERMS AND CONDITION 5.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. _17 DEFAULT. a. A party will be in default if that perky: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor's capability to perform under the Agreement, (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner, or (iv) fails to carry out any term, promise. or condition of the Agreement. b- Contractor will be in default of this Agreement if Contractor is debarred from participating in City procurements and solicitations in accordance w th the City's Purchasing Policy and Procedures Manual_ c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non - defaulting party to provide notice of the default does not waive any rights under the Agreement. d- Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor's intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (b) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement_ S_18 REMEDIES. The remedies set forth in this Agreement are not exclusive_ Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non -defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. TheCity may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor, (iii) collection against the proposal andlor performance security. if any; (iv) collection against liquidated damages (if applicable), or (v) a combination of the aforementionedremedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement. including, but not limited to, administrative expenses, attorneys' fees, and casts, c. The non -defaulting party will have all other rights granted under this Agreement and all] rights at law or in equity that may be available to it.. d. Neither party will be liable for incidental, special, or consequential damages_ _19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease; performance by other provisions in this Agreement. ANTISC;ALANT 11 ITB #38-20 Page 223 of 1094 Agenda Item #17. STANDARD TERMS AND CONDITION S.0 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement in park or in whole upon thirty (30) calendar days' written notice- .21 TERMINATION FOR CONFLICT OF INTEREST Florida Statutes Section 112. Pursuant to F_S_ Section 112, the City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor- S,22 TERMINATION FOR NON -APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. 3,23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination, The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractoras properly prepared final invoice. S,24 NON -WAILER OF RIGHTS. There will be no waiver of any prevision of this agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 I N D EMNIFICATI O Nf LIAR I L ITY. ae To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines orjudgments, including costs, attorneys', witnesses', and expert witnesses' fees, and expenses incident thereto, relating to, arising out of, or resulting from, (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel's failure to comply with or fulfill the obligations established by this Agreement_ b, Contractor will update the City during the course of the lilgation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification.. c. The City assumes no liability for actions of Contractor and will not indemnity or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor -provided supplies or services. S_25 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman -like and professional manner. The City's acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City's reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturers standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications_ ANTISCALANT 12 ITB #38-20 Page 224 of 1094 Agenda Item #17. STANDARD TERMS AND CONDITION S-27 THE CITY'S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice theCity's right to recover against third parties for any loss„ destruction, or damage to City property, and will at the City's request and expense„ furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery, S-28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City- Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S-29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the unity and will not be used or released by Contractor or any other person except with prior written permission by the City- 30 USE OF NAME. Contractor will not use the name of the City caf Clearwater in any advertising or publicity without obtaining the prior written consent of the City, S-31 PROHIBITED ACTS. Pursuant to Florida Constitution Article II Section 8, a current or former public officer or employee within the last two (2) years shall not represent another organization before the City can any matter for which the officer or employee was directly concerned and personally participated in during their service or employment or over which they had a substantial or material administrative discretion, S.32 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. S-33 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such lass, injury, or destruction will not release Contractor from any obligation hereunder- S. 4 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to C1,ty real property or damage or lass of City personal property when such property is the responsibility of or in the custody of Contractor or its employees, S.35 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble or hindrance from Contractor or third parties. S-36 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, oDpyright, trade secret or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each ether in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City's use or operation of the items provided by Contractor hereunder or .any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation„ either; (a) modify the item so that it becomes non -infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item rather item(s) having at beast equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage„ from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plugs any additional costs the City may incur to aoquJire substitute supplies or services. S,37 CONTRACT ADMINISTRATION. The contract wilt be administered by the Procurement Administrator and/or an authorized representative from the using department. All questions ANTISC;ALANT 13 ITB #38-20 Page 225 of 1094 Agenda Item #17. ,STANDARD TERMS AND CONDITIONS regarding the contract will be referred to the administrator for resolution. Supplements may be written to the contract for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). S_38 FORCE MAJEU RE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including ants of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so; or to minimize or eliminate the effect thereof_ The delivery or performance date will be extended for a period equal to the time Lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred -twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties_ S_39 COOPERATIVE USE OF CONTRACT. The City :has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative_ Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies in the State of Florida with the approval of Contractor_ Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter andfor procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others_ _40 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted_ No price increases will be accepted without proper request by Contractor and response by the City's Procurement Division. SA1 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid, (iii) sent via overnight courier; or (iv) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail, If sent via overnight courier or facsimile, receipt will be deemed effective two () calendar days after the sending thereof. SA2 GOVERNING LAIN, VENUE. This Agreement is governed by the laws of the State of Florida, The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. _43 INTEGRATION CLAUSE. This ,Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S_44 PROVISIONS REQUIRED BY LAIN. Any provision required by lava to be in this Agreement is a part of this Agreement as if fully stated in it_ S,45 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full farce and effect. The parties will negotiate diligently in good faith for such arnendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. ANTISCALANT 14 ITB #38-20 Page 226 of 1094 Agenda Item #17. STANDARD TERMS AND CONDITIONS S_46 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth nights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this_ Agreement, completion, termination, or ether expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. ANTISCALANT 15 ITB #38-20 Page 227 of 1094 Agenda Item #17. DETAILED SPECIFICATIONS INTRODUCTION. The City of Clearwater (City) is located on the rifest Coast of Florida in the Tampa Bay region. It is the third largest city in the region with an estimated population of 116,585 residents. The City of Clearwater is a major tourist destination — Clearwater Beach was recently rated #1 U.S. Beach by TrroAalvisor, previously named "Florida's Best Beach Town 2013" by USA Today, and was on the "Top Ten List of Best Beaches from Maine to Hawaii". The City of Clearwater is home to the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball and hosts several sports tournaments through the year that attract visitors from across the country. Clearwater is home for Winter the Dolphin and the Clearwater Marine Aquarium. Winter's story has made it all the way to Hollywood in the rnotion pictures "Dolphin Tale" and "Dolphin Tale 2", both filmed here in Clearwater. SCOPE OF WORK. The City of Clearwater is soliciting sealed bids to supply Reverse Osmosis (RO) Membrane AntiscaIant for the Public Utilities RO Plant #1and RO Plant #2. The successful bidder will provide a firm prig per pound for antiscalant (scale inhibitor) to be delivered on an as needed basis. 3. FAO PLANT SYSTEM CONFIGURATIONS. RO Plant ##1 has two (2) identical trains. The trains are a single pass two (2) stage system. The first stage has twenty-two (22) vessels with seven (7) elements each .and uses Hydranautics ESPA4-MAX membranes. The second stage has eight (8) vessels with seven (7) elements each and uses Hydranautics E PA2-MAX membranes_ Each train has a nominal permeate flow of 1.4 million g.a'Ilons per day (MGD) with a seventy-eight percent (78%) recovery_ Cartridge prefiltration consists of three (3) housings with each containing seventy-five (75) filters. Filters are 30" X 2.5" double open end rated at five (5) micron nominal_ RO1 Currently uses A- 102+ from American Water Chemicals at an average dose of 3.0 mg1l. RO Plant #2 has three (3) identical trains. The trains are a single pass two (2) stage system. The first stage has thirty (30) vessels with seven (7) elements each and uses Today TMG20-440C membranes. The second stage has fifteen (15) vessels with seven (7) elements each and uses Toray TM720D440 membranes. All vessels and elements are eight -inch (8") diarnetery Each train has a nominal permeate few of 1.75 million gallons per day (MGD) with an eighty percent (80%) recovery_ Cartridge pref iltration consists of two (2) housings with ,each containing one hundred eighty-six (186) filters_ Filters are 40" X 2.5' double open end rated at five (5) micron nominal_ 1. R02 currently uses A-111+ + from American Water Chemicals at an average dose of 3.5 mgil. 4. SPECIFICATIONS. a. Proposed products must be approved and certified for potable grater application under NSI IANSI 60 standards: Drinking Water Treatment Chemicals - Health Effects. A copy of the certification must be provided with the bid proposal ,and must include the maximum allowable dose rates. be Proposed product(s) must have been satisfactorily tested and shown to be acceptable for use with the Torey and Hydranautics membranes listed in the RO PLANT SYSTEM CONFIGURATIONS_ Vendor must provide Today and Hydranautics membrane compatibility letter with bid_ c_ The product shall contain a biogrowth control additive_ The antiscalant must be resistant to biological growth while stored in the original container or feed tank for up to two (2) years. A certification letter verifying this must be included with the bid proposal_ d. Vendor's manufacturing/blending facilities mus Organizational for Standardization ISO 9001 certification must be included in bid proposal_ t be certified under the International certification. A copy of the Vendor's ANTISC;ALANT 15 ITB ti38-20 Page 228 of 1094 Agenda Item #17. DETAILED SPECIFICATIONS e. All submittals must be accompanied by the Safety Data Sheets (SDS) for the product in accordance with the Federal "Right -to -Know" Regulations implemented by the Occupational Safety and Health Administration (OSHA). The antiscalant (scale inhibitor) must be labeled in accordance with OSHA Hazard Communication Standard 29 OFR 19 10, 1200 as may be current and any other applicable safety regulation(s). A Certificate of Analysis from manufacturer defining the parameters outlined below must be included with bid proposal, The certification shall include a minimum of: % Solids Specific Gravity PH Appearance Residual Monomer Content Date of Manufacture g. Both PO Plant #1 and RO Plaint #2 have experienced biological fouling. sulfur reducing bacteria foufinrg, and silicon dioxide fouling. Therefore, a dispersant chemioel has been in use in the facilities. The Vendor will make their recommendation as to whether or not a dispersant is necessary and if their determination is that dispersant Isn't needed; they will bid an alternate dispersant product, The percent (%) of active dislaersant chemlical must be included in the bid, fir, ON -SITE ANALYSISfSUBMITTALS. Due to current facility site restrictions, we are unable to arcfommodete pre -bid site visits. If you have questions about water quality or need additional system information, please contact Valerie.Craig@myclearwater.com. a, The potential Vender must review Exhibit E-Water Quality Data supplied by the City of Clearwater and establish the most effective antiscalant dose based on feeding the product neat (undiluted), b, The potential Vendor must submit with bid proposal a product projection indicating the minimum and recommended dosage for both R0 Plant #1 and RO Plant #2. Submit the product projection on a separate sheet and turn in with bid submittal. e. Products must be fed neat_ Vendor must provide the pro'ections of dosage rate in parts per million and total quantity annually in pounds of product_ Recommence dosages must not exceed the maximum allowable levels established by regulatory agencies for the product_ PRODUCT MATERIAL REQUIREMENTS. RO Plant ##1 has had intermittent iron fouling issues_ Antiscalant doses will be increased as needed to deal with potential iron fouling of cartridge filters and membranes. A phosphonated product is recommended but neat required for RO Plant #1. If a phosphate free product is submitted for RO Plant #1, the vendor must provide with this bid a suitable alternative phosphonated product with the required projection, pricing matrix and specification. RO Plant #2 must be bid with a phosphate free product. MINIMUM QUALIFICATIONS. Vendor must provide, with bid submittal, a minimum of three (3) local service contact names, phone numbers, addresses, and a 24f7 aocess number for product support and emergency technical and product services requirements. The Vendor must provide hands-on training for system cleaning once (1) per year during the contract term. The Vendor must make available a technical representative to visit each Plant a minimum of two (2) times per year to inspect the results of the product on the system. ANTI'SCALANT 17 ITB #38-20 Page 229 of 1094 Agenda Item #17. DETAILED SPECIFICATIONS REFERENCES. Vendor must provide a minimum of three (3) current customer references where the proposed products have been used in a similar product application. Vender will provide the name of the facility and individuals, the product(s) supplied including the application information and the capacity in gallons per day (GPD) for the facility. DELIVERY. a. Vendor must guarantee that each delivery truck will be in safe mechanical condition and will be operated by a capable driver trained in the proper handling of the chemical being delivered. L The Vendor will supply copies of the manufacturer's shipping and handling safety procedures with delivery. c_ All packaging must bear the National Sanitation Foundation (NSF) certification mark and manufacturer's information. d. All normal (non -emergency) deliveries shall be made within ten (10) business days after receipt of order. e. All emergency deliveries shall be made within one (1) business day after receipt of order. f. Within five (5) days of intent to award, Vendor shall provide the City of Clearwater contact information for emergency deliveries. g. Delivery tirne of day shall be as arranged upon placement of order and shall be between the hours of 7.00 AM — 5:00 PM EST, h. The City of Clearwater reserves the right to change quantities and delivery dates at their discretion within a twenty-four (24) hour notice of placing an order. Delivery shipments shall be rejected which fall to meet any contract specifications stated in this document_ In the event that a delivery shipment is rejected by the City of Clearwater, upon notification to the Vendor that the shipment is rejected, the Vendor shall be required to ship a replacement delivery to the affected location within 24-hours from the time of notification. Failure to provide replacement product that meets the bid specifications will constitute failure to comply with the delivery requirements set forth in this document and may be grounds for termination. Product deliveries shall be in palletized fifty-five (55) gallon drums or two -hundred and seventy-five (275) gallon returnable totes. k_ Delivery locations and staffed hours of operation: Site dame Site Address Staffed Hours i 1657 Palmetto Street, RD Plant #1 Clearwater, FL 33765 M-F 6:30am-10:30pm Contact #1. 727-224-2466 Contact #2; 727-224-7736 21133 US 19 N Clearwater, FL 3376S M-F 6 30am-10:30pm ISO Plant #2 Contact 91; 727-200-3229 Contact 92; 727-434-4135 ANTISC;ALANT 1s ITB #38-20 Page 230 of 1094 Agenda Item #17. DETAILED SPECIFICATIONS iN UIRANCE REQUIREMENTS_ The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties_ Coverage shall be obtained with a carrier having an AM Best Rating of A -II Or better_ In addition, the City has the right to review the Contractor's deductible or self -insured retention and to require that it be reduced or eliminated_ Specifically the Vendor must carry the following miniirnum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims -made basis with a minimum three (3) year tail following the termination or expiration of this Agreement-, a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate_ b- Commercial Automobile Liability Insurance coverage for any owned, non -owned, hired or borrowed auto.mobile is required in the minimum amount of $1.000,000 (once million dollars) combined single limit_ c_ Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers' Compensation Insurance coverage in accordance with the laws of the Mate of Florida, and Employer's Liability Insurance in the minimum amount of '$500,000 (five hundred thousand dollars) each employee each accident, $500,000 (five hundred thousand dollars) each employee by disease, and $540,000 (five hundred thousand dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Puce, and U.S. Longshoremen's and Harbor Worker's Pact coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. d. Pollution Liability Insurance coverage, which covers any and all lasses caused by pollution conditions (including sudden and non -sudden pollution conditions) arising from the servicing and operations of Vendor (and any subcontractors, representatives, or agents) involved in the worWtransport, in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000.000 (two million dollars) general aggregate. The above insurance limits may be achieved by a combination of primary and umbrellalexcess liability policies. Other Insurance Provisions. a. Prier to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy's renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an "Additional Insured" on the Commercial General Liability Insurance and Auto Liability policies, In addition, when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows, City of Clearwater Attn: Procurement Division, ITE #38-20 P.G. Box 4748 Clearwater, FL 33758-4748 ANTISC;ALANT 19 ITB #38-20 Page 231 of 1094 Agenda Item #17. DETAILED SPECIFICATIONS b. Vendor shall provide thirty (30) days written notice of any cancellation, nan-renewal, termination, material change or reduction in coverage. c_ Bender's insurance as outlined above shall be primary and non-eontributery coverage for Vendor's negligence. d. Vendor reserves the right to appoint legal counsel to provide for the Vendor s defense, for any and all claims that may arise relaked to Agreement, work performed under this Agreement, or to Vendor's design, equipment, or service_ Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City. and City's failure to request evidence of this insurance shall not be construed as a waiver of Vendor's (or any contractors', subcontractors', representatives' or agents') obligation to provide the insurance coverage specified. ANTISCALANT g ITB #f38-20 Page 232 of 1094 Agenda Item #17. MILESTONES 1. BEGINNING AND END DATE OF INITIAL TERRA, August 2020 — July 2021 If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided, The decision to renew a contract rests solely with the City_ The City will give written notice of its invention to renew the contract no later than thirty (30) days prior to the expiration. Two (2), one (1) year renewals possible at the City's option. 4, PRICES. All pricing shall be firrn for the initial term of one (1) year; excerpt where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this bid. The Contractor certifies that the prices offered are no hlgher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this bid and occurring after award will apply to the undelivered balance. The Contractor shell promptly notify the City of such price reductions. During the sixty (60) day period ,prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices for an amount for no more than the twelve month change in the Producer Prue Index for PPl 90613 Basic Inorganic Chemicals, Not Seasonally Adjusted as published by the t3_S_ Department of Labor, Bureau of Labor Statistics (http://www_bls nov/ppi/home.htrn). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation_ Renewal prices shall be firm for at least one year, and may be adjusted thereafter as outlined in the previous paragraph. No fuel surcharges will be accepted. ANTItiCALANT 21 ITB #38-20 Page 233 of 1094 Agenda Item #17. BID SUBMISSION BID SUBMISSION, It is recommended that bids are submitted electronically through our bids we#site at https.,I/www_myclearwater.comlbusiness.1 , For bids mailed and/or hand -delivered, bidder must submit one (1) signed original bid and one (1) electronic format on a CD or Thumb Drive, in a sealed container using label provided at the end of this solicitation. BIDDER RESPONSE CHECKLIST.. This checklist is provided for your convenience. It is not necessary to return a copy of this solicitation's Instructions, Terms and Conditions, or Detailed Specifications with your bid response. Only submit the requested forms and any other requested or descriptive literature. ❑ Original and proper number of copies with electronic format (if submitting paper document) ❑ Bid container properly labeled ❑ Bid pricing form completed and included ❑ W-9 Request for Taxpayer Identification Number and Certification firm completed and included(http:llwrwv.irs.gov/publirs-pd(/tw9.pdf) ❑ ExceptlonslAdditional MaterialslAddenda form completed and included ❑ Vendor Information farm completed and included ❑ Offer Certification form completed and included ❑ A copy of NSF/ANSI 60 standards certification ❑ Toray and Hydranautics membrane compatibility letter ❑ Certification letter that product is resistant to biological growth for two (2) years ❑ Copy of ISO 9001 certification ❑ Safety Data Sheets (SD) ❑ The Certificate of Analysis from manufacturer ❑ Product Projection ❑ Minimum of three (3) references ❑ Minimum of three (3) local service contacts AVTISC;ALANT 22 ITB #38-20 Page 234 of 1094 Agenda Item #17. BID PRICING Pursuant to all the contract specifocatlons enumerated and described in this solicitation, we agree to furnish Reverse Osmosis Membrane Antiscalant to the City of Clearwater at the price(s) staled in Exhibit A - Bid Pricing. A valid bid requires that bid pricing be entered on the protected Excel worksheet that is provided as Exhibit A — Bid Pricing no other pricing formal wall be accepted, The imbedded formulas will calculate the Estimated Annual Cost. DELIVERY REQUIREMENT FOB: Destination} Freight Prepaid and Allowed Freight Casts: Unit prices should include all freight and transportation charges PAYMENT TERMS: City of Clearwater's Standard payment terms are NET30 Vendor, American Water ChemDate: ils, Ine, 7l7120 ANTISCALANT 23 ITB #38-20 Page 235 of 1094 Agenda Item #17. M _ � w � r a e x 2 a y 33 C a M o 0 S 4 dE 4 C3 R 0 17 :s fi y m 9 'Y o $ i n �a a _ a _ ❑ � .c s 4 b 8 � L b Zs k ry 3 Page 236 of 1094 Agenda Item #17. EXCEPTIONS/ADDITIONAL MATERIAL 1ADDENDA Bidders shall indicate any and all ex ptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one), Note — Any material exceptions taken to the City"s Standard Terms and Conditions will render a Bid Non -responsive. No exceptions Exceptions taken (describe -„attach additional pages if needed) Additional Materials submitted(mark one): No additional materials have been included mith this bid Additional Materials attached (describe —attach additional pages if needed) Addenda Bidders are responsible for verifying receipt of any addenda issued by checking the C;ity's Website at htto.'I,Pw w.myclearwater.comAbossiness/bid-informtiont prior to the bid opening. Failure to acknowledge any addenda issued may result in a response being deemed non -responsive - Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable): Addenda Number Initial to acknowledge reoei t CL 2 a l' Vendor Name American Water GhemiceIs. Inc Dates 7r7.20 ANTISCALANT 24 ITB »25 20 Page 237 of 1094 Agenda Item #17. VENDOR INFORMATION Company LegalJCorporate flame: American Water Chemicals Inc, Doing Business As (if different than above): Address: 1802 Corporate Center Lane City: Plant City State: Rhone: 813-246-5448 customers ervice@rnembranechernicals,com E-Mail Address: DUNS # Remit to Address (if different than above): Address: City: .State: dip: Contact for aivestions about this bid: Name: Veronica Varo Phone: 813-24 -5448 ext 201 0ay-to -W Y Pro-ect Contact if awarded): Name. Breanna Clark Phona; 813-246-5448 ext. 231 Certified Small Business Certifying Agency: FL Zip: 33563 Fax: Website: w°^`w.membranechemlrals.com Order from Address (if different from abovek Address: City: State: —Zip: Fax- customerservice@membranechemicaIs.com E-Mail Address: Fax: E-f all Address: bcl&rk@membranechernicaIs.com Certified Minority, Woman or Disedvanhged Business Enterprise Certifying Agency: A.NTISCALANT t ; ITP fl 6-20 Page 238 of 1094 Agenda Item #17. SCRUTINIZED COMPANIES SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM 7 HI$ FORM MUST BE COMPLETED AND SUBMITTED Wf TH THE BIDIPROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MA Y DEEM YOUR SUBMITTAL NONRESPONSIVE, The affient, by virtue of the signature below, certifies that; 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florlda Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israef, and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this 5oilidtation and is not listed can the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and y "Boycott Israel' or "boycott of Israel" means refusing to deal, terminating business aotivities. or taking other actions to IImit commeruW relations with Israel, or persons or entities doing business in Israel or in Israeif-controlled territories, in a discriminatory manner. A statement by a comparry that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with. or in fuM erance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and �. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, al'fillate, or owner will immediately notify the City of Clearwater in writing. no later than five (5) calendar days after any of Its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel, Authorized natur`'e Rudy C za PfiriWAIIarne Treas rep Tide American Weter Chemfcafs. Inc, Name of BntitylCorporation STATE OF 'FL COUNTY OlF Hillsborough The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarizatlon on, this ", day of r, 20 , by (name of person whose signature is being notarized) as the ' 1 ° (title) of V (name of corporationlentity), personally known or produced {type of [dentfficatian) as-. dentification, and who didld' not take an oath. ; a Nota u It q f Printed Name My Commission Expires: Xr L,- orr , 7,D?27. NOTARY SEAL ABOVE 1ERCKCA VARp Q. MY CWMR5SM # GG 21M -�.-` RES;l3dofier�,�22 Zr;`, W did Ttw ray Nu * Wmiffllko ANTISCAL►4NT 26 IT2 #38-2 Page 239 of 1094 Agenda Item #17. OFFER CERTIFICATION By signing and submitting this Bid, the Vendor certifies that: a} It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands. and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments. and any referenced documents. cj It has no known, undisclosed conflicts of int,erest- d) The prices offered were independently developed without consultation or collusion with any of the other respondents or potential respondents or any other € nti-competitive practices. e) No offer of gifts, paymenIs or other consideration were made to any City employee, officer, elected official, or consuftardwho has or may have had a role in the procuremenI process for Me services and orgoods materials covered by this contract. fj Jt understands the City of Clearwater may copy all parts of this response, including without Jimltatlon any documents andlor materials copyrighted by the respondent, for internal use In evaluating respondents offer, or in response to a public records request under Florida's public records law (F- . 119) or other applicable law, subpoena, or other judicial process; prodded that Clearwater agrees riot to change or delete any copyright or proprietary notices- g) Respondent hereby warrants to the City that the respondent and each of its subcontractors ("Subcontractors" ) will comply with, and are contractually obligated to comply with, an Federal Immigration laws and regulation that relate to their employees- h) Respondent certifies Thai they are not in violation of section 60) o( the Federal Export Administration Act and not debarred by any Federal or public agency- i) It wiJf priovide the materials or services specified in compriance with all Federal, State, and Local Statutes and Jules if awarded by the City- j) It is currant in all obligalions due to the City- k) It will accept sauch terms and conditions in a resulting contract if awarded by the City. 1) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit binding offers for the goods or services as specified herein - ACCEPTED AND ,AGREJED TO - Company AmericanINatgr qhemicals,Inc. } Signature: -ee'140r— Printed Nacre: Rudy Canezo Title, Treasurer Date; 717120 ,ANTISCAI.ANT 27 ITI3 #M-20 Page 240 of 1094 Agenda Item #17. REFERENCES Instructions: Provide a minimum of three (3) current customer references where the proposed products have been used in a similar product application. Vendor r+ i provide the name of the facility and individuals, the products) supplied including the application information and the capacity In gallons per day (GPD) for the facility. Additional pages may be added, if needed. Complete and return with bfd submittal. Product: AWC A-102 Plus Gallons per day: 23 MGD Name of Facility, Palm Beach County - TP # 9 Dates: 2014 to Present Address 22438 SW 7th Street, City I State f Zip Baca Futon, FL 33433 Contact person: Tam Blumberg, Chief Operator Email: fwb1umberg pbcwater_com Phone: (561)381-5351,e-Mali: Fax: Application Information: Brackish Water RO Reference # 2 Product, AWC A-102 Plus Gallons per day: 7.30 MGD Name of Facility; City of Palm Coast -Water Treatment Plant #2 Danes: 2010 to Present Address 50 CitMion Blvd. - City i State 1 Zip Palm Coast. FL 32164 Contact Person: Fred Greiner, Utility Chief Operator Enull: fgreiner palmcoastgov,com Phone' (386)-986-2347 Fax: Application information, Brackish Water RO Reference # 3 Product: AWC A-102 Plus Gallons per day: 9-0 MGD Name of Facility: Clty of Dunedin - Water Depnrtm5nt Dates: 2010 to Present Address 1401 County Road 1 City f Mate f Zip Dunedin, FL 341598 Contact Person. John Vanamburg, Production Supv Email: ivanamburg@dunedinfl,net Phone: 727-296-3100 ext,2 Fax. - Applicatlon Information: Brackish Water RO Vendor Warne American Water Chemicals. Inc. Date; 717120 ANTI CALANT 28 ITB 438-20 Page 241 of 1094 Agenda Item #17. REFERENCES Instructions: Provide a minimum of three (3) current customer references where the proposed products have been used in a similar product application. Vendor will provide the name of the facility and individuals, the product(s) supplied including the application Irrformation and the capacity in gallons per day (OPD) for the facility. Additional pages may be added, if needed. Complete and return with bid submittal. Reference 4 1 Product: AC A-111 .Plus Gallons per day: 12 MG[) Name of Facility: City of Cape Coral - South RO Plant Dates: 2013 to 2014 Address 2000 SW 32nd Street city i State l Zip Cape Coral FL 33914 Robert Woods, Chief Operator, Emall, rwoods@capocoral.net Contact Person: Phone: 239-574-0759 Fax: Application Information: Brackish Water IBC+ 1130orence 0 2 Product; AO A-111 PlusGallons per day: 10 Mrs Name of Facility: Dates: 2013 to 2014 CIty of Cape Coral - North Ike Pant to Present Address 1200 I Ismet Parkway West City f State / Zip Cape Coral, FL 33993 Contact Person; Chris Cagliot, Chief Operator Email: ccagliot{capecoral-net Phone: 239-823-6213 Fax: Application Information- Brackish Water RO Reference # 3 Product: AWC A-1 II plus Gallons per day; Name of Facility. Indian River County - OLSO RO Plant Dates: Since 2017 to Prase Address 15.50 9th. Street SW City 1 State 1 Zfp 'Vero Beach„ FL 32962 Contact Person: Michael Vernon Email: mvernon@lrc.gov Phone (772)770-5068 Fax: Application Information: Bradislh water RD Vendor Name American Water Chemicals, Inc. Date_ 7f7/2020 ANTISGAL.ANT 28 ITB 938-20 Page 242 of 1094 Agenda Item #17. LOCAL SERVICE CONTACTS lr1struucctionsL Provide a minimum of three (3) local service contact narnes, phone numbers, addresses, a.nd a 24/7 access number for product support and emergency technical and product services requirements. Addition a pages may be added, if needed_ Corry lete and return with bid submittal. Service Gontact1 Name: Joshua Utter Address 1802 Corporate Center Lane City 1 State 1 Zip Plant City, FL 33563 Contact Person: Joshua Utter, Applicatlons Engineer Phone: 813-246-5448 +ext. 233 2417 Access Phone Number. 813-981-2054 Service Contact #2 Name; Tina Rees Address 18D2 Corporate Center Lane City f State J Zip Plant City, FL 33563 Contact Person: Tim Rees, Regional Sales Manager- Southeast Phone: 813-503-9465 2417 Access Phone Niumhor" 813-503-9435 ervicp Contw.t #3 Name. Gaudencia Cabreros Address 1802 Corporate Center Lane City; State r' Zip plant City. FL 33563 Contact Person: Gaudencio Cabreros, Field Service Engineer Phone: 813-246-5448 ext. 214 2417 Access Rhone Number 813-482-6030 Vendor Name; American Water Chemicals, Inc Date: 7M20 ANTISCALANT 29 IT6 #M'-20 Page 243 of 1094 Agenda Item #17. Form (Rev. Dewnber 20141 Depaimerit of the Tre�axry Intemai Revenue ServJoe rY ay w m r� Request for Taxpayer Give Form to the Identification Number and Certification requester. Do not send to the IRS. 1 NameJaa Snxrwn on you WOffle taM rgtu American Water Cherllicals, Inc. 2 Buislness I k MEWdisTeplarded entity name, on this line; do rot leave thcs line blank. 3 Check appropriate boos for federal tax classlffeatlon; c?WCR only we of the fohlowing agvan boxe& 4 Exemptions (codes. apply 4rsiy+ to p © Individuafisala rnprietar or ®C Carporatlon ElCorlSorakiCrn 0 Partnership �] Truetlestaae certain errtilies• rKat individuals; see Singldudioar LLC instructions on page 3): Limited lia011ity wnV@ny. Enter' the tax classifkca n (CSC corporation, $� corporatlorti P-partnership) Ex6><rlpt payee coda (if airy) Q Nate, For a single-r vmbsr LLC that is disregarded, do not check LLB; erreok the appropriats box in the line above for Exemption from FATCA reporting the tax claaaification or the aingle-member owner, code [f arfo ❑ 011 tar (See inSkruGkiorts� ► +wk� ao ezamrsnumrohwadsva r, us+ 5 Address (number, etme . and apt- or su to no�f Requesters name and address (opGona¢ 1 802 Corporate Center Lane 6 Crly. stake, ar741 Zip code Plant City, FL 33563 7 List accourrt numbe*( here [optional) T Enter yvurTIN in the appropriate box. The TIN prov1dr3d must match the name giyen on line 1 to avoid SWIM security nL-mber backup withholding. For individuals, this Is generally your a social I inst u number (Sag). However, far a � — m — resident alien, stole proprietor, or disregarded antlty, ge9 #Itiq Part I ins#ructions on page 9. For other entities, it is your employer identification number (IM*. If you do not have a number, see How to gets TUN on page 3- or Note. If the account is in more than one nine, sae the Instructicrns for line 1 and the chart on page 4 for FmPkyer Identiflcatlnn number guidelines on whose rmimber to enter. 9 5 Under penalties of paqury. I certify that: t. The number shown on this form is my Correct taxpayer identification number for I am waiting for g number to W isqued to me); and 2. 1 aryl not subject to backup wdlhholding Iaciluse; le) I am exempt from backup withholding, or (b) l have not beers notified by the ln#emal Revenue Service (IRS) that l am subject to backup with holding as a result of a failure to report all interest or dividends, or (C) the I FIIS has notified me that I am no longer subject to backup wlthhoJding; and a. J am a U.S. citizen or other U.S. person (defined badow): and 4, The FATCA code(s) entered on this form (if any) Indicating that I aryl exEwnpt from FATCA reporting is =reCL Certification You mull cross out item 2 above if you have been notified by the IRS that ym are currently subieat to backup withholding because you have Palled to capon all inrterest and dividends on your tax return. For real astam transactions, item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, canlribulivns to an individual retirement arrangement (IRA), and -jenerally, paymarr#3 other than interest and dividends, you are not required to gigrl the certification, but you must proida your correct -n N- Sag the inatructivns on page 3, Sign Signature -of Here U.S, person r~ JOt �' L General Instructions ,Ktlon references ve 10 the IntermW Revenue Code unless arhertwise noted. Future developments- Information about developments affecting FOM W-9 (Such as legislation erwcm after we release iki is at wwwJfmgxav1fiv9- Purpose of Farm An individual or entity (Form Vr-g requester') who Is requirM to fife an information return with the IRS must Obtaria y" correct taxpayer idea-rtifilaWn number (nM which may ba ymr accial security number [$$N), Individual taxpayer IdentirleMon number (ITIN), adoptbn taxpayer identification number (ATINy, or employer iderMcalion number (EIM, to report on an info mallon return the amount Palo to you, or odw_w amount reportable on an information Odurn. Exarnples of information returns induele, but arer not limited tn, the following: * Form 1090-INT (Interest earned or paid} * Fomr 1099-DIV (46dends, including ttwsa from atccks or mutugl funds) * Form 1U99-Mr$fi fvariaus types of Income, prizeap awards, or gross proceeds) * Form 1099-6 (stock cr mutral fund sales and ceirtaln othertransalons bV brokers) • Form 1099•S (proceeds from real estate trarrsaciiiens) * Form I C69-K (merchant oaru and third Wy network trensactiO* ■ Form 1098 (home mortgages Interest), i 0018-E (whAent loan Inters ". 1 M—T (tuftl* Form 1499-C (csncaled debt) * Fwrn 1V99-A tacqui won or abandonment of seorrad property) USa Farm W-S only if you are a U-S. person llnriudvYg a resident allenl, to provide ycwr Correct TIN. ff y'ou die not mbxn Form W--9 to Me requester with a TW, you mW9 be stJD,reN fo ,'aeckgp w hhokUn-9. °$ft M.Of is bwkvp wAJtftakYrrrp7 on page 2- Sy Slgr4V the M d-out farm, your 1. Cartifythat the TIN you are giving is correct (or you are veaking far a number to be iswodi. 2. CArh-dy that you are not sl rblect t4 taamup wlthholding. Cr 3, C41iiin 9xampUon from bacbup withhoJd ft if you ara a U.S- exempt payee Ir epplicabk, you are also certlfyilnp )Rat as a U�S, person, your allocable share of any partnership irrcarne from a U-S. trade or business is not sub)act to the withholding tax on foreign parrtnem' share of effeotively oonrxnled )whams, and 4, Cerllly that FATCA aodefsj entered on this €arm (i€ any) igdicating that you we emetnpt from the FATCA reporting, is con'9ot, See "at rs FA TEA rop&trigP on page 2 for fti'ttrer irkxmation, Get. No. 1p2ai Foml -9191 ,Re-., I ;-.;c:' I: Page 244 of 1094 Agenda Item #17. SECTION 2 Page 245 of 1094 Agenda Item #17. Perfecting the Science of Membrane Treatment Bimirrowth Certification This is to certify that A.WC -102 Plus contains a biogrowth control additive to maintain resistance to biological growth while stored in original container or feed tank for two (2) years. Quo -[din Di ( A1{ C Chemist P: + ; . 13_?4F.5448 ,, E: info,r"ri mranechemicals.com 1Y ww_snembrane(. Page 246 of 1094 Agenda Item #17. Perfecting the Science of Membrane Treatment Biozrowth Certification This is to certify that A C -1 l 1 Plus contains a biogrowth control additive to maintain resistance to biological growth while stored in original container or feed tank for two (2) years, iao-in Di iAJC Chemist '. +1 81 ,24651"Ll.8 I E, info ci mei-ri ranecher!l rals.coiii ,r VVwuvtijom,21—nbe -1n--cl- Page 247 of 1094 1Rn? [-nrnnr;:rfip I-Pn-iPr E ;;r,N PlAri� Fihe P3 �_ Agenda Item #17. S A F ETY DATA SHEET Page � AMERIC'AN WATER CHEMICALS-, INC- 1802 CORPORATE CENTER LANE PLANT CITY, FL 33563 IDENTITY AEU @ A-1 02 PLUS Section J Company and Product Identification AMERIC:AN WATER CHEMICALS 11, INC_ ChemTel phone Number: In the U.S._ 1-800-255-3924 1802 Corporate Center Lane Intemational: 1 �113-248-0585 Plant City, FL 33563 Australia. 1-300-954-583 Brazil: 0-800-591-6042 Telephone Number. (813)-246-5448 China: 400-120-0751 India: 000-800-1004086 Mexico_ 800-099-0731 Date Prepared, March, 1999 Date Revised: May, 2020 Trade Name AC A-102 PLUS Product Family RO, NF Scale inhibitor Section II .- Hazards Went iflcation Signal Word , WARNING Acute Toxicity: Oral, Category 5 Concentrated Product may be harmful if swalJowod, Shin Corrosionlirritation, Category 5 May be slightly irritating to skin. Serious eye Irritation: Category 2 GHS Hazard Phrases H303 + H313: May be harmful if swallowed at full concentration and slightly irritating to skin. H319 Serious aye dame goloye irritation. GHS Precaution Phrases P103: Read Jabel before use GHS Response Phrases P311: Call a poison centerldoctorl ... if you feel unwell GHS Storage and Disposal Phrases Please refer to section 7 for storage and section 13 for Disposal information Health Hazards Effects of Acute and Chronic 0verex osure- Inhalation: None Known Eye Contact: Burning, Itching. Skin Contact- Itchln , Irritation. Ingestion (Swallowing): Nauseous. AWC Form No 216 Page 248 of 1094 Agenda Item #17. SAFETY ,l ATA SHEET AMERICAN WATER CHEMICAi.O, INC. 1802 CORPORATE CENTER LANE PLANT CITY, FL 33563 Section III - Lazard Ingredients/Composition Information Section IV — First Aid Procedures Pap ' Inhalation. Immediately remove to fresh air. Get medical attention if nasal, throat or lung irritation develo s. Eye Contact: Remove contact lenses. Void eyelids apart. Immediately flush with plenty of low pressure water for at least 15 m inutes, Call a physician. Remove material from skin and clothin _ Skin Contact: Immediately flush skin with plenty of water while removing contaminated clothing and shoes_ Thoroughly wash before reuse or discard, Wash skin with soap and water until clear. Get medical help if irritation occurs.. Ingestlon (;wallowing): If conscious, immadiately give several glasses of water or milk. Do not induce vomiting, Do not give food to an unconscious person). Take immediately to hospital or physician - MOST IMPORTANT SYMPTOMS Syrnptornsilpjurles May be slightly irritating to skin. m ptomsAn uries after eye contact Serious eye Irritation. Symptorrslinjuries after ingestion Significant adverse health effects are not expected to develop if only small arnounts (less than a rnouthfu1) are swailawed. Section V - Fire Fighting Measures Flash Paint Method Used None Flammable Limits: NE Extinguishing Media_ Waterspray, foarn, dry chemical, or carbon dioxide Auto Ignition temp: Noncombustible. Special Fire Fighting Procedures and Protective Equipment: Do not enter fire area without proper protective equipment, including respiratory protection_ Use water spray or fog for doling exposed containers. Exercise ceutlon when flghtin2 any chemical fire. Avoid reject fire -fighting water to enter environment. Unusual Fire and Explosion Hazard: Decomposes in afire giving off irritant fumes, Hazardous Decomposition or Combustion Byproducts= Elemental oxides. Section VI— Accidental Release Measures Steps to Be Taken in Case Material is Released or Spilled: Steps to Be Taken in Case Material is Released or Spilled: Ventilate area. Use specified ,protective equipment, Contain and absorb on absorbent material_ Place in waste disposal container. Flush area with theater. Wet area may be slippery. Spread sandlgrlt. Additional Information: Planning ahead is essential for handling spills. Proper equipment and trained employees should be readily available to correct a spiff situation. Prevent entry to sewers and public waters. Notify authorities if li ufd enters sewers and public waters_ Avoid release to the environment_ Awe Form No 216 Page 249 of 1094 Agenda Item #17. SAFETY DATA SHEET A iERICAN WATER CIIIEMICALS`� INC. 1802 CORPORATE CENTER LAKE PLANT CITY, FL 33563 Section Al - Handling and Storage Page 3 Precautions to Be taken in Use appropriate protective wear. Observe all recommended safety Handling (General)® precautions until container is cleaned, reconditioned or destroyed. The reuse of this material's container for non -industrial purposes is prohibited and any reuse must be in wnsideration of the data provided in this material safety data sheet. Precautions for safe storage and Beep container closed when not in use. Protect from freezing. Do riot store any incompatibilities in elevated temperatures. Section VIII — Exposure Controls and Personal Protection Components (Specific OSHA TVVAACGIH STET, ACGIH Other Limits Chemicalldentity; PEL Recommended Common Dame s None has been None None None NA established Primary Route of Exposure. Body contact_ Tar 0t Organs. None Known Respiratory Protection; Approved NIOSH respirator. Skin Protection: Rubber or lactic-im pervious and/or wate roof. Protective Gloves: Rubber, nitrile, neoprene, PVL. I Eye Protection: Splash proof safety o les_Other Protective Clothing or Equipment: Eye wash facility and safety shower in immediate area. Rubber boots. Rubbers over leather shoes are not recommended. Section IX - PhysicalfChemical Characteristics Boiling Point-> Ib0OC ( 2120F) Percent Volatile. NE Viscosity., (Brookfield) ICE 'Specific Gravity (H20 = 1); 1.10 t 0_10 Solubility In Water: Complete H: < 3.5 Appearance and Odor: Clear li uid colorless to yellow with characteristic odor. NR; NOT REQUIRED, NE: NOT ESTABLISHED. NA: NOT APPLICABLE Section X — Stability & Reactivltp Data Stability: Stable under normal conditions_ Conditions to avoid. Do not expose to extreme temperatures_ Incompatibility (Materials to Avoid)., May react with strong oxidizers Hazardous Decomposition Products: Norio known Hazardous Polymerization: Does not occur Condition to avoid: None known Additional Information., none AWC Form No. 2 16 Page 250 of 1094 Agenda Item #17. A[5 ERJ[CAN WATER CHEMICALS'", INC. 1802 CC7R?ORATE CENTER LANE PLAINT C11-Y, FL 33563 Section 1 Toxicological Information Available data on closely related material indicates the following: ORAL LDW(Rats): >2,40D mgA q (Estimated value) DERMAL LD50(JZabbits): >7,940 rngikg (Estmated value EYE IRRITATION: Not established SKJN IRRITATION- Not established Mutagenic: Not listed, Teratogenic: Not listed. Reproductive Toxicity: Net listed. - — Primary Route of Exposure: Body contact, - Taraet Oraans: Not Listed Section X11— Ecolocglcal Information AvailabJe data on closely related material indicates the foIIowring: Aquatic Toxicity: Daphnia Magna 48 Hr. acute toxicity LC50= 709 mg1, no effect level = 1540 m91L Fathead Minnow 90 Fir. acute toxicity, no effect level = 5090 rngfL Biodegradation: BC D-28 = 1 mg1g BOD-5 = 1 mg{g COD = 116 mg[g TOC = 26 mgdg Sect] on X311- DIsposaI Consideratlon Waste Disposal Method: Water contaminated with this product may be sent to a sanitary sewer treatment facility. in accordance with any local agreement, a permitted waste treatment facility or discharge under a permit. Product as is- Incinerate or land dispose in an approved land fill. If this undiluted product is discarded as a waste, the US RCRA hazardous waste identification number 18 not applicable. The state and local requirements for waste disposal may be more restrictive or otherwise different from federal regulations, Consult state and local regulations regard Ing the proper disposal of this material_ Section XIV - Transport information LIN Number ADWRID. not regulated JM1DG: not regulated IATA: not regulated D_O_T_ Proper Shipping Name_ ADRIRID. not dangerous goods IMDG, not dangerous goods IATA: not dangerous, goods ID No: NYA Packing Group: N/A AWC Fonn No, 216 Page 251 of 1094 Agenda Item #17. SAFETY DATA SHEET AN ERICAN WATER CHEMICALS"' ' HEMICAL "', INC. I N2 CORPORATE CENTER LAVE PLANT CITY, FL 33563 Section XV - Regulatory lnformatfon Potable Water Approval: This product is N S FJANSI Standard 60 certified. Maximurr use level = I Qrrng{L Section XVI - Other information Page 5 NEPA RATINGS: Health Flammability Reactivity E::::: 1 1 0 0 The data contained in this safety data sheet has Keen prepared used upon an evaluation of the ingredients contained in the product. their concentrations in the product and potential interactions. The information is offered in goad faith and is believed to be accurate_ It is furnished to the customer who is urged to study it carefully to become aware of hazards. if any, In the storage. handling, use and disposal of the product; and to insure his employees are properly informed and advised of all safety precautions required_ AWC Form No, 216 Page 252 of 1094 Agenda Item #17. SAFETY DATA SHEET AMERICAN WATER CHEMICALS', INC_ 1802 CORPORATE CENTER LADE PLANT CITY, FL 33563 IDENTITY AWC* A-111 PLIES Section I Company and Product Identification Page 1 AMJ=RICAN WATER CHEMICALV� INC, ChemTel phone plumber_ In the U.S.: 1-800-M-39 4 1802 CORPORATE; CENTER LANE International; 1-813-24M585 PLANT CITY, FL 33563 Australia: 1-300-954-583 Brazil: 0-800-591-6042 Telephone Number (813)-248-5448 China; 400-120-0751 India: 000-800-100-4086 Mexico= 800-009-0731 Date Prepared. 11121/03 Date Revised; October 2019 Trade Name AWC° A-111 PLUS Product Family RCS, NF Scale Inhibitor Section 11— Hazards Identification Signal Word: 'WARNING Acute Toxicity: Oral, Category 5 May be harmful if swallowed. Skier Corrosion,lrritation, Category 5 May be harmful in contact with skin Inhalation: None GHS Hazard Phrases H303 + H313.May be harmful 9 swallowed or in r=tact with skin GHS Precaution Phrases P103. Read label before use OHS Response Phrases P311: Call a poisan centerfdoctort... if you feel unwell GHS Storage and Disposal Phrases Please refer to suction 7 for storage and section 13 for Disposal information Route(s) of Entry: I Inhalation? N I Skin? Y Ingestion? Y Health Hazards Effects of .Acute and Chronic Overexposure) Inhalation: None Known Eye Contact: May cause eye irritation. Skier Contact: May be slightly irritating to skin Ingestion (Swallowing), May be harmful if swallowed AWC Form No216 Page 253 of 1094 Agenda Item #17. SAFETY DATA SI°lEET AMERICAN WATER CHEMICAII-Sq, INC. 1802 CORPORATE CENTER LANE PLANT CITE', FL 33563 Section III - Hazzard IngredientslComposition Information page 2 Hazardous Components Chemical Dame CAS 1# % Pol yacrylic acid, sodium salt 9003-04-7 34-36 Acrylic acid monomers 79-10-7 < 0.1 Section IV — First Aid Procedures Inhalation- Not considered a problem, Move victim to fresh air Eye Contact: Remove contact lenses. Hold eyelids apart_ immediately Cush Wth plenty of low pressure water for at least 15 minutes. Calla physIcian. Remove material from skin and clothing , Skin Contact: Immediately flush skin with plenty of water while removing contaminated clothing and shoes. Thoroughly wash before reuse or discard_ Wash skin with soap and water until clean. Get medical help if irritation occurs. Ingestion (Swallowing). If conscious, immediately give several glasses of water. Do not induce vomiting, (Flo not give food to an unconscious person). MOST JI M1PORTANT SYMPTOMS Symptoms/injuries May be slighly irritating to skin. S m ptorosfln uries after eye contact May be irritating to eyes. Symptomsllnjuries after ingestion Significant adverse health effects are not expected to develop if only small amounts (lass than a mouthful) are swallowed_ Section V - Fire Fighting Measures Flashy Point Method Used None Flammable Limits NE Extinguishing Media: Product is a non- flamrnable aqueous solution_ Ilse any media suitable for the surrounding fire_ Auto Ig nition tern ; Noncom bustlble, Special Fire leigWing Procedures and Protective Equipment: Do not antes fire area without proper protective equipment, including respiratory protection. Use water spray or fag for cooling exposed containers. Exerclse caution when % h(i ng an y chemical fire_ Unusual Fire and Explosion Hazard. None Known Hazardous Decomposition or Combustion Byproducts: Oxides of carbon and nitrogen may be released if water is evaporated by fire - Sect [on VI v Accidental Release Measures Steps to Be Taken In Case Material is Released or Spilled: Steps to Be Taken in Case Material is Released or Spilled. Ventilate area. Use specified protective equipment. Contain and absorb on absorbent material. Place in waste disposal container. Flush area with water. Wet area may be sli e _ Spread sands rit.. A C Fore. No. 21 Page 254 of 1094 Agenda Item #17. SAFETY DATA SHEET AMERICAN WATER CHEMICAL , INC. 1802 CORPORATE CENTER LANE PLANT CITY, FL 335+63 Page 3 Additional Information: Planning ahead is essential for handling spills. Proper aquipment and trained employees should be readily available to correct a spill situation_ Prevent entry to sewers and public waters_ Notify authorities if liquid enters sewers and public waters. Avoid release to the environment. Section VII - Handling and Storage Precautions to Be taken in Use appropriate protective wear. Observe all recommended safety Handling (General): precautions until oontainer is cleaned, reconditioned or destroyed. The reuse of this material's container for none -industrial purposes is prohibited and any reuse mast be in consideration of the data provided in this material safety data sheet, Precautions for safe storage and Keep container closed when not in use. Protect from freezing_ any incompatibilities Section Villl — Exposure Controls and Personal Protection Components (Specific Chemical Identity; Common Narne(s)) OSHA PEL TWA8 ACGIH STEL ACGIH I Other Limits Recommended Acrylic Acid 10 ppm 7 ppm NIA NA Primary Route of Exposure, Body contact. TaEget Org ans: None Known Respiratory Protection: Not normally required Skin Protection: Rubber or lasft-inn pervious and/or waterp roof. Protective Gloves. Dubber, nitri le. neo prene, PVL, I Eye Protection; S plash proof safe gogg Ies. Other Protective Clothing or Equipment: Eye wash facility and safety shower in immediate area. Rubber boots. Rubbers over leather shoes are not recommended. Section l - PhysicaUChemical Characteristics BolIIng Point- 2120F1104°C Percent Volatile: > 64% Freezing Point: <0°C Viscosity : (cP at 251C). <10 Specific Gravity (H2O = 1), 1.10 ± 0.10 Solubility in Water Complete pH: 3-5 Appearance and odor: dear coJoriess to light yellow liquid NR: NOT REQUIRED, NE; NOT ESTABLISHED, NA. NOT APPLICABLE AWC 1Forrn No. 216 Page 255 of 1094 Agenda Item #17. S-�FF"I'Y DATA SHEET AMERICAN WATER CHEMICALSS', INC, 1802 CORPORATE CENTER LAME PLANT CITY, FL 33563 .Section X — Stability & Reactivity Data Stability: Stable under normal conditions. Conditions to avoid., None known Incompatibility (Materials to Avoid): Metals, concentrated alkalis or oxidizing agents. Hazardous Decomposition Products. None known Hazardous Polymerization. Does not occur Condition to avoid. Norse known Additional Information: None Section X11— Toxlcolog ical Information Available data on closely related material indicates the following: NO TL S ESTABLISHED FOR FINISHED PRODUCT, ORAL LD50 (RAT): >5.0 kg. DERMAL (acute) LDSO (RABBIT) : >2.0 gikg- DERMAL IRRITATION (RABBIT) ; NOT A PRIMARY IRRITANT ABOVE DATA IS BASED ON COMPOSITIONALLY SIMILAR MATERIAL, Mute enic: Not listed, Teratn enic: Not listed. Reproductive Toxicity, Not listed. Primary Route of Exposure: Body contact Target Organs: Not Listed Section XI — Ecological Information Page 4 Available data on closely related material indicates the following: BLUE GILLS: LC50=1,000 PPM; NO DISCERNIBLE EFFECT AT 680 PPM AFTER 96 HPS. ,EXPOSURE SHEEPSHEAD MINNOWS: LC50 = 600 PPM; NO DJSCERNIBLE EFFECT AT 360 P P M AFTER 96 HRS. EXPOSURE - THE ABOVE ENVIRONMENTAL DATA ARE FOR A COMPOSITIONALLY SIMILAR MATERIAL - Section XIII - Disposal Consideration Waste Disposal Method: Waste Disposal Method: Water contaminated with this product may be sent to a sanitary sewer treatment facility, in accordance with any local agreement. a permitted waste treatment facility or discharge under a permit. Prod UGt as is- Incinerate or land dkipose in an approved Land fill - If this undiluted product is discarded as a waste, the US RDRA hazardous waste Identlflcation number is not applicable - The state and local requirements for waste disposal may be more restrictive or otherwise different from federal regulations. Con suit state and local regulations regarding the proper disposal of this material. AC Fonn No, 216 Page 256 of 1094 Agenda Item #17. SAFETY DATA SHEET AMERJ AN WATER CHEMICALS@, INC_ 1802 CORPORATE CENTER LANE PLAINT MY, FL 33563 Section XJV - Transport information O,O,T, Proper Shipping Name, N/A D.O.T. Hazard Class NIA D_O_T_ LABEL- N/A ID No. NIA Packing Group: WA Section XV- ReguIatory information page 5 THJS PRODUCT DOES NOT CONTAIN HAZARDOUS SUBSTANCES AT LEVELS WHICH REQUIRE REPORTING, OBEY ALL FEDERAL, STATE OR LOCAL REGULATIONS. Certified NSFIANSI Standard 60 Drinking Water Treatments Chemical -- Health Effects_ Max Use 10 mg?L Section XVI -Other information Health The data contained In this material safety data sheet has been prepared based upon an evaluation of the ingredients contained in the product, their concentrations in the product and potential interactions. The informatlon is offered in good faith and is believed to be accurate. It is fumished to the customer who is urged to study it carefully to become aware of hazards, if any, in the storage, handling, use and disposal of the product; and to insure his employees are properly informed and advised of all safety precautions required. A C Form No. 216 Page 257 of 1094 Agenda Item #17. ADVANTAGES A broad spectrum antiscalant designed to inhibit inorganic scale formation in membrane separation processes ■ Inhibits calcium carbonate scale up to a Calcium Carbonate Nucleation Index (CC N1) of 2,2 Effectively inhibits formation of calcium sulfate, cal ydum fluoride, barium sulfate, strontium sulfate and silica ■ 5tabiGxes metal ions to prevent metal oxides precipitation and disperses existing metaloxides/ hydroxides, silt and clay particles ■ Approved for use by all major membrane manufacturers ■ Envi ran metal IV compatible, especially where discharge of waste into the environment is a concern ■ Certified by NSF to NSPAN 51 Standard 60 TYPICAL PROPERTIES Appearance Odor Solubility in water PH (as is) �[3a 25'C Specific Gravity PACKAGING Clear colorless to yel low liquid Characteristic Complete < 3_5 1.10 � 0.10 5 gallon pails, 55 gallun non -returnable plastic drums, 275 gallon totes and bulk shipments AWCOA-102 PLUS SAFETY & HANDLING Store in a cool, dry place. In accordance with good safety practice, handle with care and avoid contact with eyes and prolonged of repeated contact with skin. For more inforrnation, seethe Safety Data Sheet provided with this product. CHEMICAL FEEDING AND CONTROL Injection: AWC A-102 Plus should be injected continuously into the RO feedwater line, always downstream of multimedia filters, and preferably downstream of the cartridge filters in the presence of a static mixer. In the absence of a static mixer, dosing upstream Hof the cartridge filters will serge as a substitute to improve mixing. Dosing: The dosage required to inhibit scale formation will typ ical ly be in the range of 1- 5 ppmr depending on feed water quality and system operating parameters. Dosage can be determined Using Proton@ membrane antiscal ant projection softwarer or can be provided by an AWC technicaJ representative. Dilution: AWC A-102 Plus is designed to be fed neat. However, if the minimum output of the dosing pump exceeds the required dosager then dilution will be necessary, For product diluti on, always use water that Is free of any detectable hardness — deioniaed water car RO permeate are preferred due to their higher purity, but softened water is also acceptable. This product contains a preservative to prevent biological growth in the feed tank. 0iIution in excess of 1 OX will impact the potency of the preservative. If dilution beyond 10X is unavoldable, it is recommended to replace the diluted product frequently, preferably every 7 — 10 days. 0 0auic Page 258 of 1094 Agenda Item #17. ADVANTAGES Phosphorous -free antiscalant designed to inhibit inorganic scale formation in membrane separation Processes ■ IrNbiks calcium carbonate kale up to a Calcium Carbonate Nucleation Index (CCN1) of 2.0 • Controls calcium carbonate, calcium sulfate, barium ,and strontium sulfates, as well as silica scales in waters with a high fouling potential Approved for use by all major membrane manufacturers Fnvirrinmentally compatible, especially where discharge of waste into thee nvi ro n m ent is a concern Certified by NSF to NSF/ANSI Standard 60 TYPICAL PROPERTIES Appearance Odor Solubility in water pH (as is) @ 75°C Specific Gravity PACKAGING Colorless to light yellow liquid Characteristic Co m pl ete 3-5 1.10 ± 0.10 5 gallon pails, 55 gallon nary -returnable plastic drums, 275 gallon totes and bulb shipments AWC"' A-1 11 Plus SAFETY & HANDLING Store in a cool, dry place. fn accordance with good safety practice, handle with care and avoid contact with eyes and prolonged or repeated contact with skin. For more information, see the Safety Data Sheet provided with this product. CHEMICAL FEEDING AND CONTROL Injection: AWC A-111 Plus should be injected continuously into the RO feedwater line, always downstream of muItim,edia filters, and preferably downstream of the cartridge filters in the presence of a static mixer. In the absence of a static mixer, dosing upstream of the cartridge filters will serve as a substitute to improve mixing. Dosing; The dosage required to Inhibit scale formation will typically be in the range of 1 _ 5 pprn, depending on feed water quality and system operating parameters. Dosage can be determined using Protons membrane antiscaJant projection software, or can be provided by an AWC technical representative, Dilution: AWC A-111 Plus is designed to be fed neat However, if the mnirnurn output of the dosing pump exceeds the required dosage, then dilution will be necessary. For prod u ct di l utio n, always use water that is free of any detectable hardness — deionized water or Ro permeate are preferred due to their higher purity, but softened water is also acceptable. This product contains a preservative to prevent biological growth in the feed tank. Dilution in excess of 1 OX will impact the potency of the preservative. If dilution beyond I OX is unavoidable, it is recommended to replace the d i I uteri product frequently, preferably every 7— 1 G days. 0 awc Page 259 of 1094 Agenda Item #17. AM ER I AN WATER CHEMICALS; I N C. CERTIFICATE OF ANALYSIS Product Name: Lot #: Date of manufacture; AWC A-102 PLUS 20-149 03121/2020 PARAMETER SPECIFICATION OBSERVATION Results CONTROL RANGE 1 APPEARANCE CLEAR LIQUID - CLEAR LIQUID - PASS YELLOW YELLOW 2 pH <3.5 2.24 PASS SPECJFJC GRAVITY 1.10± 0.05 1.08 PASS 4 SOLIDS (%) 36.5 f 5.0 36.0 PASS RESIDUAL 6 MONOMER <0.1 % <0.1 % PASS CONTENT Pre,pare,d by, C A/ C Chemist L902CORPORATE C r.NrER LAND, PLANT CITY, PLORIDA. USA - PHONE; 913.246-.5448— FAX: 813-623-6678— WED: WWW.niEMBRANECHr-.I r AIS CONI ,4WC FOR,44407 RJ 4V-13-f R Page 260 of 1094 Agenda Item #17. A E ICAN WATER HE I AL ` " INC. CERTIFICATE OF ANALYSIS Product Name: Lot #: -T Date of manufacture: AW A-111 PLUS 20-310 0612212020 PARAMETER SPECIFICATION OBSERVATION Results CONTROL RANGE CLEAR LIQUID — CLEAR LIQUID — 9 APPEARANCE COLORLESS TO COLORLESS PASS LIGHT YELLOW 2 pH 3.O — 5.0 4.63 PASS 3 SPECIFIC GRAVITY lAot 0.10 1.08 PASS 4 SOLIDS (%) 25.0 ± 5.0 25.0 PASS RESIDUAL 5 MONOMER <0.1 % <0.1 % PASS CONTENT Prepared by. QA/QC Chemist I Mln {'ORPORATE CENTER L..ANF. PLANT CITY, FLGRIdA, 4JS rA - PFIONF: 813-24-6-544a— PAX: 811-623-6678 — WEB: WWW_h{E616RANEVEiEhiSCALS.C4Dh[ .!}f C FDA W 407 R5 02-13-i8 Page 261 of 1094 Aq a -,Re hMj7NSF Imematimal 19 The Public Health and Safely Organization NSF Prods[[ and Service Listings These NSF Off iciat Listings are current as of Thursday, July 02, 2024 at 12:15 a.m. Eastern Time. Please contact N 5 F to confirm the status of any Listing, report errors, or make suggestiorts- Alert: NSF is concerned about fraudulent dovmnloading and manipulation of website text. Always confirm this, information by cticidng on the below link for the most accurate information: aittp.}f info, nsf.ars IC.ertifiedIPvisChemicalsiListings. asp? CompanyName=American --Watsr*Charnitats-bi 0QRcTradeNarne=AWC+A!M107+PtusE[PlantState=FtoridafFLFtPtantCountry-UNITED+STATES€t NSF/ANSI/CAN Drinking Water Treatment Chemicals - Health Effects American Water Chemicals, Inc. 1802 Corporate Center Lane Plant City, FL 335b3 United States 888.217.8757 813.246.5448 Visit this company`s website Facility : Plant City, FL Miscellaneous Treatment Chemical Trade DesiSnation Product Function Max Use AWC A-102 Plus Reverse Osmosis Antisca'lant 15mg1L Page 262 of 1094 httpd/lido.nsf,orgf,,,-102+,Pliis&ChainienlNrune--&PtOductFuriclion- PlantState-Florid,.q+Fi.&PtantCountry--UNEED+ TATES&PtanAegion=[7f2/2Q24 J_37:48 PMp -A-[t"s e,3r #aj7j.15F latestikntiauwl 0 The Public Health and Safely Organization NSF Product and Service Listings These NSF Official Listings are current as of Thursday, July 02, 2020 at 12.15 a.m. Eastern Time. Please cantact NSF to confirm the status of any Listing report errors, or make suggestions. Alert. NSF is con cemed about fraudulent downloading and manipulation of website text. Always confirm this information by clicking on the blow link for the most accurate information, nttp: Jl in€o.nsf.orge Certified/ A+asChemicalsI Listings, asp? Companyi`Larne-Americart+ eter-i-Chemica4-Inc%2EF7radefJame=A1hWC+A%20111+PlusftPlan[State=Florida+FL&PlantCDunt y=UNITED+5T1T�S& NSF/ANSI/CAN 60 Drinking Water Treatment Chemicals - Health Effects American Water Ch mic ts, Inc. 1802 Corporate Center Lade Plant City, FL 33563 United States 888-217-8.757 813-246-5448 Visit this company's website Facility ; Pl[ant Cfty, FL Miscellaneous Tredtrnent Chemical Trade DesIgnation Product Function flax Use AWCA-i11 PLUS Reverse Osmosis Antiscalant iOmg/L Page 263 of 1094 hap -lru5fo-nsf.orgf----111+plus&chemicalNnire--&PmdualFurLcdun-&P1antStak-Florida+FL&PlanriCauutry--LMTED-+STATES&PlautRegion=[7=20 338.25 PM] Agenda Item #17. SECTION 3 Page 264 of 1094 Agenda Item #17. r} Z1 Projection By; Joshua Utter 6 Lu c c ?T N Client name_ Clearwater Membrane Aqueous Chemistry Calculator Project Id-. 15024 Project: Bid2020_R0#1 I Bid VVCL2020 REPORT: 5.198.45.02 release date: .fuJy 04, 2020 Location: United States I Florida 1 Cleawater S ure : Well Water (Brackish) Feed Pressure: psi 84.607 Feed Temperature: °G 25.2a0 Total Pressure: psi 41.070 Raw Water Flow/Train: galimin 972.222 Brine Pressure; psi 43.537 Permeate Flowfffain: gallmin 758.333 Permeate PrBssure; psi 0.000 Average Flux Rate: gfd 11.820 System Recovery, % 78.000 Recycling Flew: galhxtin 0.000 internal Reomery- % 78.000 Flow Faiaor, 1.000 Element Age: Years 0 Salt Passage Increase: % 0.000 Specift Power: kWhlkgal 0-853 cations Raw Caz` water F NFeed 101.20 i 101.20 i 458-29 0 -48 tu4 22 13.70 13.70 62.06 0,06 Bat+ 0.03 0.03 0.12 0.00 S r2' 0.26 0.26 1.18 0.00 Na* 03,5D 93.50 402.98 6.21 K4 2.20 2.20 9.48 0.15 Fee' 0.00 0.00 0.00 0.00 Fe3' 0.10 0.10 0_38 0.02 A13+ 0.00 0.00 0.00 0,00 Mn2-' 0_01 0.01 0-05 0.00 NH3INH4 - N 0.46 0.46 2.02 0,02 Anions Raw HG03 Afk(GaCO3) water A +Feed 184.00 1 182.63 M 791.38 F 4.73 C032` A1k(CaCO3) 0.00 1.37 27.65 0.00 Tota l Al k (CaCO3) 184.00 184.00 8 i 9-03 4.73 CO2 15.49 15.49 25.88 15.35 OTMC-P043- 0.18 0.18 010 0.04 8042- 20.00 20.00 90-71 0.06 F- 0,18 0.18 0.79 0-01 Cl. 220.55 220.55 976.20 7.42 Er 0.99 0-99 4.37 0.04 SiO2 24.30 24.30 108.87 0.45 NOs--N 0.00 0.00 0.00 0.00 N --N 0_00 0.00 0.00 0.00 Sulfides (as 2-) 0.00 0.00 0.00 0.00 J3 0,04 0.04 0.04 +0.04 AS (III) 0.00 0.00 0.00 0_00 AS (V} 0.00 0_00 0.00 0_00 TD8_- 696.660 696.670 3079.960 20.fi30 Land (Nslern): 1108.000 1008.4134 4266.507 30.629 PH: 7.300 7.300 7 640 5.770 Flow gallday 0.000 0,000 1092000.000 pH adjusted uainT H2804 Selected product: AWC A-102 Plus 0,000 rnglL 2.752 mglL 1 I American 'Water Chem ie.9is Inc does not assume any nbl.igation pr liability for resti.ats obtaiii-ed or dama� + ffoin the application Dr tliis iurarnlation_ Page 265 of 1094 Agenda Item #17. ' �.,cn t ¢,� �ON Projection By: Client name; JoshuaUtler Clearwater Meinhrcine Aqu us Chemistry Calculator Project Id' 15024 rect; BId202t1_RO#1 r Bid WO2020 REPOPT: 5.198.48.02 release date: July04, 2020 Location, United States J Florida 1 Clearwater Unit Stage I Stage 2 Total Elements; 154 56 Total Vessels: 22 a Elements l Vessels: 7 7 Feed Pressure: PSI 84.607 66.466 Permeate Throtl:W psi 21.912 0.000 Backpressure: Interstage Boost Pressure; psi 0.000 0.000 Piping Losses; psi 0-000 0.000 Concentrate Pressure: psi 66A66 43.537 reed flow: galirrnln 44.192 41.319 Concentrala Flow-. gallmin 15.025 26.736 di L Lt 1 . .lst :�. s VY • +Aif� L L wAa a %t Permeate Average System Feed Flow Concentrate A Osmotic Net Driving Pu ambrane Model: Flow: Flux: Recoweq: l PV: Flow 1 PV_ Pressure: Pressure: Pressure: gatfmin gfd % gallmin gallmin psi psi psi S ftel 641.667 13X36 66.000 1.085 44.192 15.025 18.141 16.706 40.100 1 ✓=SPA4 MAX 5.W 18.149 12.549 1.100 44.192 38.646 4.613 6-916 53.370 2 ESPA4 MAX 4.997 16.355 12.931 1.094 38.645 33.649 3,822 7.870 48.096 3 ESPA4 MAX 4.524 14.807 13.446 1.089 33,649 29,124 3.007 9.008 43.544 4 ESPA4 MAX 4,104 13.431 14.091 1.084 29.124 25.021 2.338 10.384 39.496 5 ESPA4 MAX3.714 12.156 14.845 1,M 25.021 21.306 1.794 12.065 35-747 6 ESPA4 NLAX 3.335 10.615 15.653 1.076 21.306 17.971 1.355 14.142 32.097 7 ESPA4 MASS 2.946 9.641 16.393 1.070 17.971 15.025 1.007 16_706 28.352 Sfage2 116.667 6.818 35,294 1.039 41.319 26.736 22.929 26-136 31.114 1 ESPA2 MAX 3.053 9,991 7.388 1.055 41-319 38,267 4.501 18.624 45.W 2 ESPA2 MAX 2.681 8_774 7.006 1.049 38,267 35.586 3.963 19.044 40.040 3 ESPA2 MAX2.342 7.665 5.551 1,044 35.W 33.244 3,516 21.268 34.976 4 ESPA2 MAX 2.031 6.64a 6.111 1.039 31244 31212 3.145 22.575 30.339 5 ESPA2 MAX 1.746 5.716 5.595 1.034 31.212 29.466 2.838 23-839 26,083 6 ESPA2 MALX 1.485 4.859 5,030 1.029 29.466 27.981 2.586 25-M 22.175 7 ESPA2 MAX 1.245 4-074 4.449 1.025 27.981 26.736 2.380 26.136 18-591 2 } 6 Amc can Watcr Clicmicals laic duos not assunie airy abii ption or liability for rc;sults obtained or damages incurred from flic app]ieztion of this infornlation- Page 266 of 1094 Agenda Item #17. ? D Projection By'. Joshua URer a, C„ 4� Client name: Clearwater Membrane Aqueous Chemistry Cc1culator Project ld: 15d24 Prolem E34d2020_RO#1 I Bid WO2020 REPORT. 5A98_4 .02 release date. July 04.2020 Locabow United Slates IFlorida POtearwater Summary Scale - Precipitation Potentials (mylL) (when no antiscalant is used) 350 300 50 200 150 100 50 0 O o- � 0 "' CaCCA (1504)a CaM SrS+Ow B&SO4 CekF2 SiO2 FeCO3 Fe.S MnCO3 FePOa Fe(OH)3 AI(OH)a Mg(OH)2 337.724 OA49 0 0 0 0 19.585 0 0 0 Q 0.737 0 0 Summary Scale - X Saturation (when no antiscalant is used) CaCQ3 Ca3(PQ4)2 CaSQ4 SrSOe SaSO4 CaFz SiO2 FaCO3 Fes MrrCQa FeWQ4 Fe(OH)3 AI(OH)3 1dg(OH)2 32.314 2n.979 U_045 0.01M Q-r3 9 0.154 1.216 Cl 0 0.534 91451.102 14994.74E 0 0 0 Amcriaan Warcr Mnik,als [1tc clots not 1ssuma Any obligation or liability For results obtained or damages iwUrrct- frona the applic;lfiottofibis information. Page 267 of 1094 Agenda Item #17. + uiC 1. 10Na Projoclion By- Joshua Utter 4 CIient narne. Clearwater Project Id: 15424 Membrane 7iCtlle Aqueous €?US Chemistry Cil tllk Project; Bid2020_R0#1 I Bid WQ 2020 REPORT. 5.198-48.02 release elate; filly 04, 2020 Location: United Slates Florida! Clearweter CaQQ3 Saturation is 32.31 ; [Saturation Max is 1,51], Precipitation Potential; 337.72 mgll MgCO3 Saturation is 2.74 X: [Saturation Index Is 0,44], Predpilatloin Polentlal.44.65 rngll Ca3(PO4)2 Saturation is 20.98 X: [Saturatlon Index Is 1.32], Precipitation Potential; 0.15 rngA rePC4 Salur-Aon Is 91,451.10 X: [Sa turation I ndex is 4.961, Precipitation Potential: 0.00 mgA Fe(CH)3 Saturafiion is 14,890.75 X: [Saturation Index is 4.171, Precipitation Potential: 0. 74 rno CaSi2G,i(QW)2 Saturation is 345.19 X; [Saturation Index. is 2.54). Precipitation Potential: 1.56 mgA 502 Saturation is 1_22 X: [Saturation Index is Q.K, Precipitation Potential- 19.59 mgA 4� 6 American Water Ckmicals Inc does not psstl=any ObligtitiUn or liability for resu3ts obtained or damages inciuTr:: from the applicarlar7 of this infonlnation. Page 268 of 1094 Agenda Item #17. f�4) P., Oj L-ct ion By Joshua Utter cc-�, a uic PRJTON Client name.- Clearwater Membi-cme Aqueous Chemistry Calculator Project W-. 15024 Project; Bld2020—R0#1 I Bid WQ-2M REPORT: 5.198,48.02 release date. JollyN, 2020 Location- United States I Florida i C!182M2ter MrMstim KFdw3ddE Camm Plmspbre -Uralftel ptlelplialiall ladn C C 0, MW, lrrom. CUIL M6 VKI f.JLPI) it .4.31 OK rasa e.sa ash IKa 4 OK ck, & Siva Fo�wvfamn KineriE ladn ClEtim SiUrald 431ijb p1l) QkWMSdKMe1NM1n1PH) rsim :X CK7i % Caklun Fhwrkk CA - Y IM A CK I S, I American can eater Clicini cals I ne does not aqS1111no any ob I i9a tion or lialb i1i (Y for r�sul is obtai ud or da magres incurred from the application of this inforinarion, Page 269 of 1094 Agenda Item #17. PRE ¢-'1r Membrane Aqueous Chemistry Calculator REPORT: 5.198-48-0 release date; JulyO4, 2020 Projection, ay- Joshua Utter Client nalrre: Clearwater Project ld; 15024 Project: 8id2020_R041 I Bid WQ_2020 Location; United States IFlorida l Clearwater Calculaled Dosage_ 2,752 mglL 0-040 mglL Total Dosage (modified by user): 2.752 mglL N1A % Coacentratlon: NIA 93.040% Density; 1.070 g1cm3 1-835 glcm3 Dosing Pump: 9-466 mlimin 0.000 mllmin Hours of OperationlDay: 24 houf(s) 24 hour(s) Day 32.158 lbs 0.000 lbs Week 225.091 lbs 0.000 lbs 4 Weeks 900-363 lbs 0A00 lbs Year 11736-4372Ibs 0-000lbs 5 Years 58684.362 Ills OZOO Ibs Dilution.Arktiscalant Metering Pump Type: Diaphragm Pump Dosing Pump Capacity_ gaUhour 1.00 DIluliioo Required: 3,00 Injection pump tic - Diluted Product: mllmin 28AG * of Pump Capacity, % 45.0 * Stroke; % 50 * Speed: % 90 Day Tank Capacity Days 3 Day Tank Volume! gal 4 0. CID Insert your additional comments below: Comments... DISC'LAINTER: NO WARRANTY. EXPRESSED OR IMPLIED, AND NO 'WARRANTY OF 'Lv] ERCHAhlTAWLITY OR FITNL-SS FOR A PARTICULAR PURPOSE, I5 GIVEN. American Water Chemicals Inc Blocs not rtsswne any obligation or Iiability for msu Its obtained or damages incorrect from the application of'this information. Bccausc tisc conditions and applir:able laws iTwy differ from one location to another and may chance witli time, cummer is responsible for &teftninina whetlier produem are appropriate for customer's use.- Amer!caii water C'] cnivals asswncs no liability, if, as a result of Cmaom uls use of(hc 11rotoii mcinbrane aqueous chemistry calculator, the customer should be sued for alleged infringement of any patent iiot owncd or controlled by American ntcr Chemicals Inc, } 6 American Wgter Chemicals Inc does not assume any obligation or liability for results obtained or dar i •ors incurred finni the al)plieation ofthis inforinatirn. Page 270 of 1094 Agenda Item #17. 0 a 11 ; ��T Projection Sy: Client nam@ Joshua Utter Clearwater Membrane Aqueous Chemistry C( lrsulQtor Pr4jetl Id: 12229 Project: Did2020_R0#2 I Bid WO_2020 REPORT; 5,198-48-02 release date: Jule 04, 2020 Location; United Slates r Florlda i Clearwater Source. Well Water (Brackish) Feed Pressure. psi 193.661 Feed Temperature. °c 25.000 Total A Pressure: psi 25.291 Raw Water Flo wlTrain. gal/min 1215.278 lBr€ne Pressure: psi 168.370 Permeate FlouwlTrain: gallmirl 972-222 Permeate Pressure: psi 0,000 Average Flux Rate: gfd 10,100 System Reoovery: % 80,000 Recycling Flow'.. 011min 0-WO Intemal Rewvery: % 80M0 Flow Factor'_ 1-000 Element Age: Years 0 Salt Passage Increase: % 0.000 Specific Power kVfttkgal 1.952 Cations1# Cap* 195-00 195.00 k i 971.94 1 0.77 MU2. 86M 86.80 432.94 0.27 Bat+ 0.05 0,05 0.24 0-00 &22 1.30 1.39 6-93 0-00 Na` 814.00 814.W 3980-98 22.26 K* 24-80 24,80 121-28 0.68 r-e2l 0-00 4-00 0,00 0.00 Fe3* 0-02 0-02 0.09 0.00 APt 0,00 0A0 0.00 0.00 Mn2* 0.01 0.01 0.05 0-00 NHNNH4 - N 0.34 0.34 1,45 0-06 HCO3- AA(CaCO,3) 183-00 181,44 873-81 3.11 CO3,2- AIR(CaCO3) 0-00 1,56 28.78 0.00 Total Alk (Ca Oo) 183.00 183.00 902.56 3.11 CO2 16.29 16.29 26.26 16.10 Ortho-PO4-1- 0.34 0.34 1.32 t}.09 S 2' 160.00 160.00 797.83 0-54 F- 0-00 0.00 0.00 0,00 CI- 1622-39 1622-39 7973,94 34.50 Or 17-10 17,10 83,84 0,42 Slt_i2 18.00 18.60 91,35 0-41 NO3 -N 0.00 0-00 0,00 0-00 1\1102N 0.00 0-00 0-00 0-00 Sulfldes (as S2-) 0,00 0-00 0.00 0.00 B 0-16 0.10 0.21 0.15 AS (Ill) 0-00 0.00 0.00 0.0D AS (V) 0,00 0.00 0,01 0.00 TDS-. 3142,400 3142,490 15446.000 63-470 Cond (psJcrn)= 5305,000 5122.319 24154.789 105-246 pH: 7.200 7.200 7.480 5-560 Flow: galiday 0.000 0.000 1400000,OW pH .adjusted using_ H2 CW S-electad prodluot, A C A-111 PLUS 0,000 mg1L 1.600 mgiL Anied an Water 0wmicals Inc does licit assuIne any &Iigation or liability for results obtai nod or dam sges incurred { i from Clie appi i cation ufthis infonnation. Page 271 of 1094 Agenda Item #17. Q _" � ,uj� . { 4 Projection By; Client name; Joshua Utter Clearwater Membrane aqueous Chemistry Calculator Project Id, 12220 Project; Bid2020_R0#2 f Bid VVQ_2020 REPORT, 5,198.E-8,02 release date: July 0.200 Location United States I Florida I Clearwater Total Elernatlts_ :«- 210 105 Total vessels; 30 is Elements l Vessels: 7 7 Feed Pressure; psi 103"661 179.025 Permeate Throttlel psi 74.884 0.000 Backpresswe, tnterstage Boost Pressure; psi 0.000 0.000 P pdng Losses, psi 0.000 0.000 Concentrate Pressure: psi 179.025 168.370 Feed Flaw; gallmin 40.509 29"167 Concentrate Flow; gallmin 14"583 16.204 perrrmate Average System FeW Flow Concentrate A Ournotic Net Drluing Membrane Model; Flow, Flux; Recovery, l PV, Flory I PV, Pressure: Pressure; Pressure: galfmIn gfd gallmin gallmin psi psi psi Stagel 777.778 12.121 64.000 1-078 40"509 14.583 14"837 85"929 48"093 1 TMG20-440C 5.922 19.382 14.620 1.112 40.509 34.587 4-083 38"190 78.546 2 TMG20-440C 5.223 17.092 15.100 1"104 34.537 29"364 3"107 44"486 68.655 3 T G0-440C 4,481 14"667 15-262 1"093 29-364 24"883 2"349 51"901 54.511 4 TW9G20-440C 3.764 12"318 15,127 1,082 24,843 21,119 1..775 60"486 47.864 5 TMG20-440C 2"927 9"580 13.W 1.067 21.119 18.192 1.359 69.560 37.223 6 TM020-440C 2"141 7,008 11.771 1.050 18.192 116.080 1.074 78.338 27.229 7 TM02"40C 1.467 4.802 9.141 1.035 16.050 14,683 0.889 86.029 18"657 Stagei 194.444 6.061 44.444 1,040 29"167 16.204 10,655 154,983 42"534 1 7M72QU-440 3.420 11.10 11"725 1.070 29.167 25.747 2"398 99.278 78"548 2 TM 720D-440 2.823 9.239 10"964 1 "Q60 25"747 22.924 1 "953 110-81 1 64-838 3 TM7200.440 2,247 7"353 8"801 1"049 22"924 20"677 1"620 122"257 51.605 4 TM72OD-440 1"718 5-623 8.309 1.039 20,677 18,959 1,378 132,902 39.461 5 TM7200-440 1 "261 4,127 6,651 1.029 18.959 17.6,96 1.206 142.109 28.962 6 TrUl7200-440 0.689 2.911 5.026 1.021 17.698 16.809 1.089 149.494 20.430 7 TM72OD-440 0.6D5 1.979 3,596 1.014 16"809 16"204 1.010 154"963 13.892 2 1 6 American Water Chemicals Inc dues iiot amune any obligation or liability #ormsulta obtained ordalnat"u, I. . fimIll the appl1l�acioli of 011E ltlfolYriation. Page 272 of 1094 Agenda Item #17. PZC , � F Prsjec#6ffn By; Joshua Utter � 1' CIle„Qriame.. Clearwater Memhro-iie Aqueous Chemistry Calculcitor Frojert Id: 12229 Project. Bid2020_R0#2 d Bid WCL2020 REPORT. 5,19� ,4M2 release daW July 04, 2020 Location: United states i Florida f Clearwater Summary Scale - Precipitation Potentials (mg/L) (where no sntiscalant Is used) 320 280 240 200 160 1Z0 80 40 y 01 �aN ob.01 CaG03 Caa(P4}4)2 Ca' STS04 BaSO4 CaFs 8107 FaCCYs FINS MrLM Fi§POi F�(014}3 AXOH)3 Mg(OH)2 2e9-M] 0.141 4 0 0-224 U 8-M4 0 C 0 0 0.173 0 0 Summery Scale - X Saturation (when no antiscalant is used) 5-0 4.5 4..0 3,5 3.0 2,5 2.0 1.5 1.0 010 -- ZD,�, oa a ON irk ^� �0 �o,b 1K���. Summary Scale -X.Saturation CACO3 CW(MO C9804 SrS104 8401 CaF2 SiD2 FeCO3 FeS MnCOs FePO- Fe,(QH)a A1[C]H)a Mg[OH)2 17-M7 6,331 0.21fi U-044 3.725 0 1-107 0 � ff.23� 3334�.217 4.910-777 C1 0 6 I Arnerican WaterChk:niiculs Inc does not assuneany abliption or liability for result, obtained ordannages incuirud frOL11 the application oFthis infonnation. Page 273 of 1094 Agenda Item #17. .JTON , LU Membrane Aqueous Chemistry Calculator REPORT: 5,198.48.02 CaCO3 MgCO3 Ca3(PO4)z FePO4 SaSO4 Fo(QH)3 CaSbO4(0111)�2 ft&20S] OH)a M2 release date; July 04, 2020 Projes:tjoo By-. Joshua Utter Client name: Clearwater Pro]eet Ill= 12229 Project: M2020 R0#2 i Bid WO 2020 Laeatl w. United States I Florida f CJearwater Saturation is 17.99 X; [Saturation Index Is 1.251, Predpitadoon Potentlal; 289,98 m9il Saturation Is 5,73 K; [Saturation Index Is 0,76], Preel,pitation Potential; 124.57 mgll Saturation. Is 8,33 XL, [Saturation Index is 0,80], Precipitation Potential; .0,14 mall Saturation Is 33.348.22 X; [Saturation Index is 4.521, Precipitation Potential: 0,00 mgh Saturation is 3.73 X; [Saturation Index is 0.57], Precipitation Potential: 0.22 mgii Saturation is 4.010.78 X; [Saturation Index is 3_691, Precipitation Potential: 0.17 mgn Saturation is 208.11 X; [Saturation Index is 2.32], Precipitatlon Potential- 1.29 rnol Saturation is 47.06 X; tSaturation Index is 1.07], Precpitation Poterltlal: 2.05 rngA Saturation is 1.11 Kr [Saturation Index Is 0,041, Preclpltatlon Potential; 8,88 nV 4 1 6 � AnlCl7,uan Water Chemicals Inc does nor assume any Ohli9atioit or Iialsility for resuILq obtained or daInages inuUmal from the appIic:ation of this inronnation. Page 274 of 1094 Agenda Item #17. c.,,, auuc�'i PR,4-�TON` Memhrane Aqueous Chemistry C cilcu7ritor REPORT 5.198.48.02 Calcium CaOmwe Caklum Ware r.so� Silica Nh_.rinGaa L6,i" I.&. s� r�11 Ox1-4 -11 release date: July 04, 2020 Stsp nlam H.sdrma& Ir.lcw- Bwumsub,w Ea5a a; CK a� CaTron MMtr MO FM _LM 9i A ----o I Projection by Client name: Project Id: Project; L,otat! oo Celzla� 51lkare Oa rst pH} �Cl i&4M r y 9s r Joshua Utter Clearwater 12229 M2020 Rid#2 I Bid WQ 2020 United States ! Florida f Clearwater AwUw*mrespka Laos au ��erl es Ctkfwr f�rneYlt 5 1 6 American Water Chemicals Ine does not assume any obligation or IiabiIity f0F TLSults ubtsincd iT 61nages incurrcd from the application of this information. Page 275 of 1094 Agenda Item #17. R Projection By: t ?TO P N Client name; Me-mhrcine Aqueous Chemistry Ccilculatox Project ld l. Project: REPORT: 5,198-48,02 release elate; July 04, 2070 Location: Joshua Utter Clearwater 12229 Bld2020 RQK i Ed WQ 2020 United Mates I Florida f Clearwater Calculated Oosage: 1.014 mg1L 0-0{}0 mg1L Total Diosage (modified by user): 1.600 mglL WA % Coneentratom. NIA 93-000% Density: 1,040 gJCM3L 1.83591CM3 Dosing Pump, 7,076 mltmin 0.000 mllm€n Hours of OperatiordDay: Consumptionr 24 hour(s) 24 hour(s) Day 23-364 lbs 0-000 lbs Week 163.W lbs 0,0001bs 4 Weeks 654.185 lbs 0.000 Ibs Year 8527,762lbs +]MOIbs 5 Years 42688.812 Ibis 0-00) lbs Metering Pump Type: Diaphragm Pump Dosing PumpCapacity. gallhour 1.00 Dilution Required; 4.00 Injection pump flow - Diluted Product mlfmin 28.31 % of pump Capacity_ % 44.9 % Stroke: % 50 % Speed' % 90 Day Tank Capacity: Days 3 Day Tank Volume: gal 40.00 nsert: your {:ommerits... LIISCLANYTE.R; No WARRANTY, EXPRESSED OR IMPLIED, AND NO WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, IS GIVEN- American Water Chemicals Inc does not assume any obligation or liability for results obtained or d4mages incurred from theapplicadoti of this hiforinaticm. 8tc-ause use conditions and applic-ablelaws may differ front one location to another and may change wish time, customer is ruspumdblc tier determining whether prodwcts are appropriate for customer's use- American Water Chemicals assumes no liability, if, as a result of custorner'.s use of the Proton meinbraaie aquCous c:hmmistry calculator, the customer should be sued for a]leged inf`riri-emenr of any latent not owned or control Ied by American Water Chemicals Inc. 6 1 Amt7 dcar[ Water Otrinicals Inc dM 310t assure any obligation or liability for results obtained or Unagcs incun,,,l — From the: application of this information. Page 276 of 1094 Agenda Item #17. �,. { '� ° PJ p 11 projection By Client parrge: jo4hua Ulter Clearwater Membrane Aqueous Che1T11Stry Ccdculator Project Irf; 1501 Project Bid2€8 Ft0#1 ! REPORT; 5-1 g$-48-02 rejease [lIte; July 0)4, �020 20194VQ_LS AhD219177_0-06pprnFa Locatlon; United Slates i Flarids f Claarwater Well Wwor (Brackish) Feed Pressure. psi 85,345 Feed Temperature: 4c 25.800 TotafA Pressure- psi 40-788 Raw Water FIi�+ wlTrain: gaElmin 972-222 Brine Pressure: psi 44-557 Permeate FlowlTrain: gallmin 758.333 Permeate Pressure: psi 0.0017 Average Flux Rate: gfd 11.820 System Recovery_ % 78.000 Recycling Flow- gal/min 0.000 Internal Recovery: % 78.000 Flow .Factor: 1-000 Demen It Age: Years 0 Salt Passage Increase: % 0-040 Specific Power: kWnikgal OMO Ca2* 101.20 101.20 458-30 0-48 NGg2* 13.40 13.40 60-71 0-06 Sae+ 0.03 0-03 0-14 0-00 Sr7� 0.26 0.26 1.18 0.00 Na4 107.03 1107,04 46222 6.83 K" 2-41 2-41 10.41 0.15 Fee* 0-00 0.00 0,00 0.00 Fe3* 0.06 0.06 0.23 0.01 AI3• 0.00 0.00 0.00 O-Oil MO` 0.01 0.01 0-05 d.00 NH31NH4 - N 0,00 0.00 a..00 0,00 AnTionsa H CO,'i- AlkI;CaCO3p + 176.80 Feed (mg 175-51 1 762-00 1 4.55 C032- Alk(CaC Oa) 0-00 1-09 24-22 0-00 Total Alk (CaWa) 176-60 176-60 786.22 4.55 Cot 18.12 18.12 27.39 17.99 01thD-PO43- 0.21 0.21 0.81 0.04 S042, 17.19 17.19 77.97 0.05 F- 0.18 OA 8 0.79 0.01 C I- 246.80 246.80 1092.11 8.38 8r- 0-59 0-59 2.60 0.02 Si02 24-70 24-70 110-62 0-47 Nos--N 0-10 0-10 0-34 0-04 NO�-4 J 0.0a 0.00 0-®1 0-00 Sulfides (as S2-) 0.00 0.00 0.00 0.00 B 0.04 0, 04 0.04 0,04 A8 (III) 0.00 0.00 0.00 0-00 AS (V) 0-00 0-00 0.00 0-00 TOS1; 725A 10 725-120 3205A90 22.140 Coad (ps4crn): 1198.000 1063.489 4514.577 33-109 pH: 7.210 7„210 7,590 5.680 Flow; gallday 0.000 0.000 1092000.000 pH adjusted using: H2804 Selected product; AWr, A-102 Plus 0.000 rnVL 2.027 tnglL l Amori can Watcr Chemicals Inc does not .r.Nume any obi iga[ion or liability for re-,ulis obtained or damages incarrred from [lie app]icadoil of this information - Page 277 of 1094 Agenda Item #17. at PRE 1 PrajectFon By; CIientname: Joshua Utter Clea ater Membrane Aqueous Chemistry Calculator Project Id: 15D18 Project; Sid2020 R0#1I REPORT. 5.198.48.02 release date; duly 04, 020 2019WQ_LSA#0219177_0,06ppmFe rdl Lixation, United States I Florida I Clearwater Total Elements: 154 ^' 56 Total Vessels: 22 $ f=lemenis f Vessels_ 7 7 =eed Pressure. psi 85.345 67.347 Permeate Tharenlel psi 22.683 0.000 8ackpres5ure; Interstage, Boost Pressure: psi 0.000 0.000 Piping Losses: psi 0.000 0.000 Concentrate Pressure: psi 07.347 44.557 Feed Flow, gallmin 44.192 41.319 Concentrate Flow, gallmin 15.025 26.736 Perrneste Average System Feed Flow Concentrate Q 08moilc Net Driving Membrane Model; Flaw: Flux, Reowery: f PV: Flow! PV: Pressure: Pressure: Pressure: 6alfmin gfd galfmin gaUmin psi psi psi Stagel 641.667 13.636 66,000 1.085 44.192 15-025 17.998 17.808 39.394 1 ESPA4 MAX 5-593 18.304 12.656 1.101 44.192 38.699 4.793 7.386 52-879 2 ESPA4 MAX 5.030 16.462 13.032 1.095 38.599 33.569 3.795 8.413 47.558 3 ESPA4 MAX 4.542 14.866 11532 1.089 33.569 29.027 2,980 9.637 42,947 4 ESPA4 MAY, 4.106 13.439 14.147 1,084 20-027 24.020 2.314 11.114 38,823 5 ESPA4 MAX 3.700 12.108 14.846 1-080 24.920 21-221 1.774 12.913 34.980 6 ESPA4 MAX 3.W2 10.806 15.560 1.075 21.221 17.919 1.341 15.117 31.218 7 ESPA4 MAX 2.893 9.469 16.148 1.069 17,919 15.025 1.001 17.808 27.356 Stage2 116-667 6,818 35.294 1.039 41.319 26-736 22,790 27.850 30.566 1 ESPA2 MAX 3.063 10.091 7.462 1.055 41.319 38.236 4.479 19-870 45.238 ESPA2 MAX 2.700 8.836 7.061 1.049 38.236 35.536 3.940 21.288 39.611 3 ESPA2 MAX 2.350 7.600 6.612 1.044 35.536 33.186 3.492 22.707 34,476 4 ESPA2 MAX 2.029 6.642 6_115 1.039 33.186 31.157 3.122 24.101 29.774 5 ESPA2 MAX 1.735 5.680 5-570 1.033 31.157 29.422 2.818 25.443 25.462 6 ESPA2 MAX 1.466 4-798 4,983 1.029 29.422 27.956 2-570 26.702 21.509 7 HSPA2 MAX 1.219 3.991 4.362 1.024 27.956 26.736 2.3,69 27.850 17.892 & AnnCTLCtIn WilteT Clicinir:als Inc d❑cs not assuine any obligation oT liability for TC5111ti ❑btiincd or donlages incunvd from the application of this infonnati❑n. Page 278 of 1094 Agenda Item #17. j Projection By; P ��,TOW CIiant riarne. Joshua Utter Clearwaler Membrane Aqueous Chemistry Calculator Project ld_ 15018 Project: Did2020 ROM ! REPORT: 5.198.48.02 rotease date_ July 04, 21020 2019YY6_LSA90219177_0_06ppmFe t_acation- United States! Florida! Clearwater Summary Scale - Precipitation Potentials (mglL) (when no antiscalant is used) 350 300 250 200 150 100 50 0 ✓ C CraC43 CM(PO4P C250a SrSO4 BaSO4 CaF2 SiG2 FeCD3 Fes MnCD3 FePO4 Fe(OH)a Ald011ij3 Mg(OH)2 319.415 0.163 0 0 0 0 20.4$6 0 0 0 0 0.449 0 0 5.0 4.5 4.0 3.5 3.0 2.5 2.0 L5 1.0 0.5 0.0 Cf C59 Summary kale - X Saturation (when no antiscalant is used) M CaCCkj CagPO4)2 CaSO4 SrSCA 9a Oi Cart Q2 FaQ03 Fes MnQD.3 FePQ4 Fe(OH)3 At(OH)a Mg(QH)2 2T.935 22.838 0.089 0.002 0.802 0,149 1.223 0 0 0.447 77531_8319196.512 0 0 3 1 6 Atncricnn water Cltcroicals Inc does nut assume any obligation or liability for results obtained or daanagcs incurrti,.l Front the applictition of this infonnation. Page 279 of 1094 Agenda Item #17. p Projection Bye, Joshua Utter r Pi. STO crient name !- Clearwater Membrane Aqi-ieous Chemistry Calculcitor Project Id; 15018 Pro]er,t- &d2020 R0#1 i REPORT: 5.198.48.0 release -late; July 04, 201() 2019VVd_L$A#0219177_0.06ppmFe Location; United States 1 F4orlda ! Clearwater t aaWcalant is usediM CBG03 Saturation is 27.94 X; [Saturation Index is IAS), Pretdpilation Potential: 319.41 mgli mgcoa Saturation is 2.38 X, [Saturation Index is 0.371, Precipitation Potential; 37,81 nwjA Ca3(PO4>2 Saturation is 22.84 X; [Saturation Index is 1.36], Precipitation Potentiar: 0.18 m-WI FePO4 Saturation is 77,531.83 X; [Saturation Index is 4.$9], Preppitation Potential, 0-00 rn€gfl Fe(OH)3 Saturation is 9,196-51 ; [Saturation Index is 3-9q, Precipitation Potential_ 0.45 mgll Ca8i204(OH) Saturation is 261.20 X; [Saturation Index Is 2.45], Precipitation Potential; 1.45 rrqll Bich Saturation Is 1.22 X; (Saturation Max is 0.09], Precipitation Potential: 20.47 mgll 4 1 Artwriean WkLtcr Chemicals Inc docs not assume any obligation or liability for results obtained or damages incurred From the application of this inrorination- Page 280 of 1094 Agenda Item #17. Projection By: Joshua Viter W C PTO CIiC art Dam.Clearwater MembTane,Aqueous Chemistry Calculator Flr*jetlld= 15098 Project: e5018 a_Ra#1 I REPORT: 5.198.48-02 release date_ July 04, 2020 201 swQ_LSA9027s17T_a-C16ppmFe l_cxcation: United States 1 Florida l Clearwater C ]'ifillm Cubrnahr Mjpmlum [k4mlde Cam P4esphalr c�a •ccsr su+�t i�s+o.�, a��� i [anima Sufrals H,7t7Utll S�Ifire {Cralium �aYrsfr C.M MCL 5,50ti AM SlikiPoly7aerizaMIL KLORLnU&I Mi mSWura4k-bgH1 Caktu1tL*9kMeLNMWWpRJ = {keePYb C�iP C�0-Nts 4.15 46 �t fir, An,iKplw Pnc�pilalian fades 5,99 96: . 5 f Arncrican Water Chemicals Inc does ttol flssulM tinY obligation or liability for mutts obtainer[ or damages incuiTecl from the applicatiov of this infonnation. Page 281 of 1094 Agenda Item #17. a,',.�awcni PR410N"' Membrane Aque-ous Chemistry Calculator REPORT: 5198.48-02 release date: Aily04.2020i Projoct ion By: Joshua Utter Client narnee Clearwater Prolactld: 15018 Project: Bid2020 R091 I 2019VVC _LSA#0219177_0.06pprnFe Locati+om United States f Florida f Clearwater Calculated Dosage; 2.027 mglL 0.000 mgJL Total Dosage (modlfied by user}; 2.027 mgIL VA % Concentration; WA 93_000% Density: 1.470 gfcm3 1.835 gfcm3 Dosing Pump: 6.974 mlfmin 0.000 mUmira Hours of OperationfDay_ 24 hour(a) 24 hour(s) Day 23.688 Ibs 0.000 lbs Week 165-817 Ibs 0.000 ibs 4 Weeks $63-269 Ibs 0-000 Itks Year 8646,186lbs 0.000lbs 5 Years 43230.930 Ibs 0.000 Ibs Dilution, Metering Pump Type_ piapha'agm Pump Dosing Purnp Capacity, gallhour 1.00 Dlfution Regulred: 4.00 Injectlon pump flour- Diluted Product. ml m..in 27.N * of Pump Capacity: % 44,2 * Stroke: 46 50 * Speed. "0 88 Day Tank Capacil}r Days 3 Day Tank Volume: gal 40-00 Insert our additional comments below: Gornmeols... DISC LAIML•R: NO WARRANTY, EXPRESSED OR IMPLIED, AND NO WARRANTY OF NIERCHANT.A31LITY OR FITNESS FOR A PARTICULAR PURPOSE, IS GIVEN. Arocriean Water Chcmicals Inc doe:; not assmnc Fury +obligolion or liability for results obtained ordamagcs incun-cd from the application oftliis information. Because use conditions and applicable laws may differ imam one location to another grid may change with time, custonicr is responsible for determining whether products arc appropriate for customer's wise, American Water Chemicals assumes no Iiaability, if, a a result ofcuslu=r's iise of the Proton. inciribrane aqueous clienaistry calculator, the customer should be sued for atlas-ed infringement of:any patent not owned or controlled by.American kV.9tcr Chemicals Inc. 6 { American Water Chemicals lnc does not assume any obligation or liability for msults obtained or dainages incurred From the application of this information. Page 282 of 1094 Agenda Item #17. n we P 4 .J Projection By; Client name; ,Joshua Utter Clearwater Merrtbicme Aqueous Chemistry Calculator Project Id: 15106 Project; Sid2020 RQ#2 ) REPORT: 5.198.48.02 release date: July 04, 2020 2019WQ_LSA.#0219184_Hi9hTDS Location: United States l Ftorida l Cilearwater Bootee: Well Water (Bracklsht Feed Pressure: psi 189.482 Fc;e.d Temperature., ec 25.400 Total Pressure: psi 25.231 Raw Water Floww{rrain: gallmin 1215-278 Brine Pressure; psi 164.251 Permeate FlowfTrain: gaUmin 972.222 Permeate Pressure; psi 0.000 Average Flux Date: gfd 10.100 Sys#em ReCpvery; % 80-000 Recycling Flaw: gayrriln 0.000 Jntemal Rocovery: % 60-000 Flow Factor: 1.000 Element Age: Years 0 Salt Passage Increase: 0,000 Specift Power- kVVhAcgal 1-910 Ca2* 182� 50 182-50 909-63 0.72 Mg2* 61,46 81.40 406-26 0.26 fla2* 0-05 0.05 0-25 0.00 Sr2' 1,33 1.33 6,63 0.00 Na+ 805.81 805.83 3941.32 21.96 K+ 21.83 21-83 106.77 0.60 F + 0.00 0.00 0.100 0.00 Fe3* 0.02 0-02 0,00 0.00 AID* 0,00 0.00 0.00 0.D0 Mrr2* 0.00 0.00 0-00 0.00 NH31NH4 - N 0-00 0,00 0,00 0.00 Anions H+CO3- Alk(CaM) R-M water (mg)L) Balanced 183.30 Feed (m9fL) Rejort 181-49 (MWL) 873-53 Pennea te (m 91L) 3-15 C032- AA(CaCCI3) 0.00 1-63 29-34 0-00 Total Alk {CaCO3) 183.30 1;53-12 902-87 3-15 COz 15.22 15-22 25-40 15-03 Ortho-P043- 0-52 0.52 2.04 0,14 B042- 177-60 177.60 885.58 0.61 F- 0.16 0,16 0, 70 0.00 ct- 15M.00 1660.00 7666.25 33.69 Br- 4.27 4-27 20-93 0.11 Si02 19.84 19-64 97-42 0.45 NOS--N 0.25 0-25 1-19 0.02 Npr-N 0.02 0.02 0.07 0.00 Sulfides (as 82.) 0,00 0.00 0.00 0.00 U 0,15 0.16 0.20 0.14 AS (111) 0.00 0.00 0.00 0-00 AS (V) 0-00 0.00 O.00 0-00 TDS: 3071.06G 3071-080 15092-860 62.430 Conti (psltm), 5237-000 4968,677 23438,648 103.005 PH: 7-230 7.230 7,500 5.600 Flow'. gallday 0.000 0.000 1400000.000 pH adjusted using: H2SO4 0.000 mg1L Selected product: AWC A-111 PLUS 1.600 mg1L 6-- j Ameijcan Water Cheanicals Inc does not assume any ckrligatioii or liability for ressLlts 01ainixt or dainages hicurrod l Nxin tl7e appiliL-attvri of this irifotmation. Page 283 of 1094 Agenda Item #17. 9 � � � s WC��T Projection By: Cllant name- ,Joshua Utter Clearwater Membrane Aqueous Chemistry Calculator Fralect Id: 15106 Praject: B02420_R0#21 REPORT: 5.198.48.02 release date; July 04, 2024 2019WQ_LSA#02191$4 HIghTDS Location: United States I Flarlda J Clearwater Total Elements, 210 105 Total Vessels_ 30 15 Elements d Vessels_ 7 7 Feed Pressure_ psi 189.482 174,894 Permeate TivoWel psi 73.265 0,000 Backpressure: Int,erstage Boast Pressure_ psi 0-000 0-000 Piping Losses: psi 0-000 0.000 Concentrate Pressure: psi 174.894 164.251 Feed Flow, gallmin 4.509 29.167 Concentrate Flow-, gallmin 14.583 M.204 Permeate Average System � Feed Flow Concentrate a Oksmotic filet Driving Membrene Model,, Flaunt_ Flu): Reoavery'. 1 F V_ Flow f PV, Pressure, Pressure_ Pressure, gallmin gfd gall/min gal/min psi psi phi St2ge? 777.778 12.121 64.U00 1.078 40.509 14.583 14.589 83.620 47.184 1 TMG20-440C 5...914 19.354 14.596 1.112 40,509 34.596 4.073 37.158 77.022 2 TMG20-440C 5,215 17.069 15.D75 1.103 34.596 29.380 3.101 43.272 67.322 3 TMG20-440C 4.585 MAN 15.502 1.095 29.380 24.826 2.339 50.639 57.236 4 TMG20-,440C 3.732 12.212 15.031 1.082 24.826 21.494 1.765 58.929 46-693 5 TMG20-440C 2.9C►8 9-518 13.787 1.066 21-094 18.186 1.353 67.717 36446 6 TMG20-440C: 2.134 6.984 11.735 1.060 18,186 16.062 1,071 76.232 26.81+ 7 TMC2)0-440C 1-468 4.805 9.148 1.035 16,052 14.583 OM7 83.620 18.462 Stage.2 194.444 6.061 44.444 1.D40 29.167 16,204 10.642 150.806 42.032 1 TbT7200-440 3.400 11.126 11.656 1.070 29.167 25.787 2.393 98.532 77.165 2 T&1720D-440 2.812 9.2D4 10.914 1.060 25.767 22.955 1,951 107.693 63.832 3 TM720D-440 2.245 7.346 9,779 1,049 22.955 20-710 1.620 118.789 5t1.949 4 TM7200-440 1.723 5.638 8.318 1.039 20.710 18.987 1.378 129.141 39,098 5 TM720D-440 1.269 4.155 6.686 1.029 18.987 17,718 1,206 138-134 28,814 6 TM72OD-440 0.900 2-944 5-077 1.021 17,718 16.018 1.087 145.384 20.417 7 TM720D-440 0-615 2.011 3,654 1.014 16.818 10.2D4 1.007 150.806 13.949 1 American eater Chemicals Inc does not assume any obligation or liability For results obtained or damages ineun-ed From the application of this inforination- Page 284 of 1094 Agenda Item #17. PP �� F PraJ�r, cti�By; -ON 1 Client name: Joshua Utter Clearwater Mernbrune Aqueous Chemistry Ccilculator projed Id- Project: 15106 Bid2020_RO#2I REPORT: 5-19 .48.02 r-lease date: .Italy 04, 2020 2019WQ_ITSAY0219184_HighTDS Location- Urrlt States I Florida i Clearwater Summary Scale - Precipitation Potentlals (MWL) (when no antiscalant is used) 320 280 24C- 200 160 120 80 40 t Z7 0 -- i Potentials (mWL) +C00O3 Cea(POa'N CaSO4 SrSDa BaSO4 CaF2 FeC63 FeS MrrCQ� Fapca FO(OH)3 AI(OH}3 Mg(QH)2 286.708 0-32 0 0 0.238 0 "I.Jd2 0 0 0 6 0.172 0 0 Summary Scale - X Saturation (when no antiscalant is used) 5.0 4.5 4.0 3.5 3.0 2.5 2.0 1.5 1,0 0,s 0.0 CaCO3. Ca3(PO412 CaSC4 "04 BaSC 14 CaF2 W2 FoCCa Fe$ MnCQ3 FePO4 Fe(OH)3 AI(4H)a W(OH)s 13.12 15,263 0231 4.049 4.279 0.061 1.167 0 0 0 47435.54� 49W4.44$ 0 0 3 6 American Water Chemicals Inc does not assume aryy obligation or liability For results obtained or dainages irlcurre� l E froin the application of this Jtifonnat on, Page 285 of 1094 Agenda Item #17. � . a w c ' >.?T r� Projection By: Joshua Utter 4 Client name; Clearwater Membrane Aqueous Chemistry Calculcoor Pro]-Llct lad'. 15106 PrpjeGt- Si 2020 R0# ! REPORT: 5.198.48_02 release elate; July 04, 2020 20t9VVCLLSA#0219164_HighTDS ihe Locadon- United Sta(Gs f Florlda I CAearweter used.If no antl5callant is fb[Iowixvg_ cacckj Saturation is 18.12 X [Saturation Index is 1.261, Preolpiltatlon Potential: 286,71 rnpil MgCO3 Saturation is 5.78 X; [Saturation Index Is 0.761, Precipitation Potential; 122.81 mgA Ca3(PQ4)2 Saturation is 15.20 X; [Saturation Jndex is 1.181, Precipitation Potential: 0.32 mQfl W04 Saturation i547,435.54 X; [Saturation Index is 4.68]. Prerapitation Potential- 0-00 mgll Basoip Saturation is 4.28 ; [Saturation Index is 0.63], Precipilation Potentlal= 0.24 mgA Fe(OH)3 5aturatlon Is 4,9Q4,45 X; ,[Saturation Index is 3.69], Pracipilation Potential: 0.17 IV CaSi204(OH)2 Saturation Is 235.75 X; [Saturation Index is 2.37], Preclpltatlon Potential; 1.45 mgAJ M93Si2 (OH)4 Saturation is 58.48 X; [Saturation Index Is 1.77], Precipitntlon Potential: 2.29 M Si02 Saturation is 1.17 X: [Saturation Index Is 0.07], Precipit don Potential; 14.03 rwfl 4 1 American Waler Chemicals Inc does not acssuine any obligation Or liability fir results obtained or damages incun-ed from the application of this, infonivatim. Page 286 of 1094 Agenda Item #17. W C M# TON - PFQjeCtion By: Cii,nt mime- Joshua Utter Clearwater GT'ril bane Aqu usChemistry Calculiior (Project Id: Prejer~t= 15106 Bld2020_RO#2! REPORT: 5.198.48.0 release date: My04,2020 201SVV6-LSA#0219184_HighTDS Critipal Location: United States! Florida f Gearwater Indices CLkhm Cirbxmrt Cato: ntt?Sr i� CaIckMtMILne trio. M iri NF.i nieriamrim Kraw&s Indn 'gyp, i3FlTii aK Ulapnrum HyditmL ror �.49 Caki iMTrwr(F5:h A C'a9y _" ay {akiam Fbrqiue Ea8r14a.iOrSf i� IC`aEr®Silirau (Snrrar �j imM liar NwIpIndw UK 8175 American Water Chemicalq Inc does not msianc any obligation or Ilabikity for results obtained or dainagcs incurnfd 1'i:om the application of this infonnation. Page 287 of 1094 Agenda Item #17. PR41ONs Membrane Aqueous Chemistry Calculator REPORT, 5-198-48,02 release date: July 04, 2020 Projection By'. Joshua Utter Client aarne, Clearwater Projael.ld_ 15106 Project: Bid2020 R042 i 2019WQ_L8A#0219184_Hi9hTI7S Location- United States 1 Florlda I Clearwater C4culated Dosage; 1.031 MA 6.004 rn9tL Total Dosage (modified by uses): 1.600 rngl>L NIA % Concentration: WA 93.000% Density_ 1.040 g1cm3 1.835 gkm3 Dosing pump: 7.078 mlimin 0.000 mUmin Hours of DparatiorWDay_ Consumptfon 24 hour(s) 24 hour(s) e Day 23,370 lbs 0.000 lbs Week 163.590 lbs 0-000 Ibs 4 Weeks 654.361 lbs 0.000 Ibs Year W0.061lbs 0.000 lbs 5 Years 4265D.304 lbs € .000 Ibs Dilution-Antiscalant t;Aetaring Pump Type: Diaphragm Pump dvsing Pump Capeolty. galftur 1.00 OluOon Required 4.00 Injection pump flow - Diluted Products mlfrnin 28.31 % of Pump Capacity_ % 44_9 % Stroke: % 50 % Speed: % 90 Day -rank Capacity' pays 3 Day Tank Volume: gal 40.00 Insert your additional comments below: Comments... m--- DISCLAIMER: NO WARKANTY, EXPRESSED OR IMPLIED. AND NO WARRANTY OF MERCHANTABILITY CAR FITNESS FOR A PARTICULAR PURPOSE, 4S GIVEN. A,tnedicart Water Chemicals Inc does nor assume any obligation or liability for results obtained or damages incurred ?i"Ctm the appli-eadon of this information- Because use conditions and applicable laws may differ from one Ix-ition to another and tray change with time, customer is responsible for deiennining whether products are appropiiate For custoiner's use. American Watcr Chemicals assumes. no liability, if.. as a result of customer's use of the Proton menbrane aquc4rus clianis try calculator, the customer should be Sued for alleged infiingeincnt of any patent not owned nr controlled by American Water Chemicals Inc. . J A.nierican Water Chemicals Inc does not assum5l ally obligation or liability f" yr results obtainod ordaniag4' -.- :d P Frioin the application of this information_ Page 288 of 1094 Agenda Item #17. SECTION 4 Page 289 of 1094 Agenda Item #17. I 1"''3 Thatcher Court Poway. CA 910,14 Tel; 858,218-1610 Fax; 858.486-3063 October 28, 2008 American Water Chemicals 9203 King Paam DHve Suite A Tampa, FL 33619 To whom It May Concem: Based on the product details proVded by you to Toray, we acknowledge that Your produots Ilsted below rn,ay be utilized in RO systems that use the fallowing membrane element series; TMG20 and TMG10. TM720 and TM710, TM820; T M H and TML- phis letter pertains to membrane compatibility only, Toray makes no claims as to the effecliueneas of the chemicals, nor do we make any recommendations as to dosage and use_ Approval of these chemicals does not Modify the warranty for Toray membranes, Antlscalants for Toray RO Elements listed above: 1, Aquacare-A-101 2_ AWC-A-102 3. AWC-A-1I I Pfus Cleaning Chemicals for Toray RO Elements listen above, 1. A C-C-216 2. AWC-C-213 3_ AWC-C-218 5i Merely, Al Lynne M. Guliz[a R0JNF Product Line Manager Page 290 of 1094 Agenda Item #17. jvittcp VYDRANAUTICS Group Company August 2, 2019 Subject: Compatibility of Arneri can 'Water Chemicals (A'WfC) Products with Hydranautics RO Membranes To whoua it may concern; HYDRANAUTICS, a loading supplier ofRO, NF and i_TF membrerie technology, consid chemicals which may be compatible with our membranes, In this regard, I have reviewed your requested approval for your cNrrnical products see attached) with our membrane products. Based on the information you have supplied, Hydranautics approves the use of these products with out CPA, E SNAI-LF, E PA, LFC or SWC membrane products. This approval is contingent upon the usi,,r operating within the dose rates and concentrations specified by AWC (American Water Chemicals) for the projects of interest This infmT.n.adon is intended to indicate that these chemicals are compatible and not haimttil to the Hydranautics rnenabranes whm used at recommended levels, Any indirect effect that this product may have to operational issues of our membrane, are not the responsibility of Hydranautics, Finally, we do not warrant the performance or effectiveness of your products to prevent fouling or to clean the RQ elements, Best regards, i f L Craig R. Barter, Ph,D, Vice President of R&D Hydranautics Corporate Headquarters; 401 Jones Load, O anslde, CA 02068, USA. Toll Free. 1-800-CPA-PURE Phone: +760-901-2500 Fax: +750-001-2578 Emal hy-info@nitto.com Wehslto: www,mernbranes.corn Page 291 of 1094 Agenda Item #17. lvattcp IIYDRANAUTICS Ditto Croup Company Supplier Name Product Name American Water Chemicals AWC A-101 American Water Chemicals AWC A-102 American Water C'hernicals AWC-A-102 Plus American Water Chernicals AWC-A-102 Ultra Amerman Water Chemicals AWC A-101 Fe American Water Chemicals AWC A-102 Fe American Water Chemicals AWC A-103 American Water Chemicals AWC A-107 Arnerican Water Chemicals AWC A-108 American Water Chemicals AWC A-108 Fe Americ n alter Chemicals AWC A-110 American Water CheinicaIs AWC A-111 Pius American Water Chemicals AWC A -I 11 UL American Water Chemicals AWC A-132 Arneiican Water Chemicals AWC C-216 A etican Water Chemicals AWC C-217 American Water Chemicals AWC C-218 Hydranautics Corporate Head quarters= 401 Jones Road, Ocearkside, CA 02058, USA. Toll Free: 1-800-CPA-PSIRE Phone: +760-901-2500 Fax: +760-901-2578 Email: by -info nitto_cam 1Website: www.mem ranes_corn Page 292 of 1094 CERTIFICATE This is to certify that American Water Chemicals, Inc. 1802 CorporateCenter Ln Plant City, FL 33563 United States of ArnerTca has implemented and maintains a Quality Management System, Scope; The Design, Formulation, and Manufacture of Chemicals for Water Treatment Application, exefuding Research and Development of New Products and Lab Services_ Through an audit, documented in a report, it was verified that they management system fuftills the requirements of the following standard; ISO 9001 : 2015 Certificate registration no. 10015134 QM15 A&B Date of original oerlifficabon; 201(3-12-15 € N;Aud{iEh7E: R SYST=!IS Date of revision 202"3-11 GCRTikr a.1UN 80UY Date of certification 2018-04-04 Valid until 20 1-04-03 Al v'� DQS Inc. Brad M9ruire Managing D ractor Accradited Sodye BQS hic., 1500 M1cConnor Parkway, Suite 400, Sr-haurnburg, 11-60173 USA Page 293 of 1094 Agenda Item #17. :b V Vl Ln fi • VD W Page 294 of 1094 Agenda Item #17. Q r ru a ry Lip to it F Lu m C0J M q r} i•} b q} ry 6 C aS [U W oh 4 Up M `;, Up y V U [� W iD — � _C R cre ut W L C1 d z C70 = OD O G} r �7 �j L3 {�} � CV EN Q 4'7 �3 d} Lp LL 7M L E C - E } r;f 0 M ca m E LV if; y Lu 0 9 L) D 9 L) d <� n E,oa� ILw _ o Maa�ca ma z [V [vl a L3 m 4yI}� i"S GD a 4d Q i+P V S V N Rf rt Yi ep G ep i+} E W. WC. C. ll Jl _] ` Lfi iV � �y tY5 V} rz 2� r~ L) 06 — [3 C J J � w � ff fl C37 O Q V O p z O 0 _ al 2 L LL C E E sv - 4 CD � di Co C3 f xCID i �lo � a �, ci CIO r E W z a z— maw Z g aoc rah a a 2 C Page 295 of 1094