HomeMy WebLinkAboutAgreement_Water Service_2/9/2023_American Water ChemicalsVILLAGE OF TEQUESTA
AGREEMENT FOR
THIS AGREEMENT FOR ANTISCALENT is entered into and effective this q
day of Ip(u , 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".
WITNESSETH
The Village and the Contractor, in consideration of the mutual covenants contained herein
and for other good and valuable consideration, the receipt and sufficiency of which is hereby
acknowledged by both 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 Antiscalant contract awarded through ITB# 38-20. Said contract, including its terms,
conditions, specifications, and attached exhibits/amendments, are hereby fully incorporated into
this Agreement 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 days prior to the performance date "Change Order Deadline". Change orders
Page 1 of 8
submitted after the change order deadline will not be considered. Seller shall not proceed with any
change to its obligations under a change order request unless documented in a Change Order
executed by both Parties. If Seller requests a change order prior 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, revise 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 Goods 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 both. 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 this Agreement.
4. TERM; TERMINATION; NOTICE: Pursuant to the City of Clearwater Antiscalant
Contract, the original contract term will expire on September 20th, 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 LN
Tequesta, FL 33469-0273
Plant City, FL, 33563
Attn: Utilities Department
5. 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 name
the Village as an "additional insured" on the liability portion of the insurance policy.
Page 2 of 8
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, or 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 or
interpreted as consent 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 is 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 -employer or 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 2-421-2-432 of 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.
10. E-VERIFY ELIGIBILITY: The Contractor warrants and represents that it is in
compliance with Section 448.095, Florida Statutes, 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 8
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
stating that the sub -consultant does not employ, contract with, or subcontract with an Unauthorized
Alien, as that term is defined in Section 448.095(1)(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 Village shall terminate
this Agreement if it has a good faith belief that the Contractor has knowingly violated Section
448.09(l), Florida Statutes, as may be amended. If the Contractor has a good faith belief that the
Contractor's subconsultant has knowingly violated Section 448.09(1), Florida Statutes, as may be
amended, the Village shall notify the Contractor to terminate its contract with the sub -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 $1M, 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 Village
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 Statutes, if the Contractor has
been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section
215.4725, Florida Statutes, or if Contractor is engaged in a boycott of Israel. For Contracts over
$1 M, 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
Statutes. 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 Village 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
Statutes or if the Contractor has been placed on one of the aforementioned lists created pursuant
Page 4 of 8
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 Statutes.
12. ATTORNEY'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 MAJEURE: 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; VENUE: 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 of services 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 Statutes.
A Contractor who fails to provide the public records to the 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 119.0701, 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 following
Page 5 of 8
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, all
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 from the Village's custodian of public 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
1mcwi11iams(a,tequesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA,
FLORIDA 33469.
17. HEADINGS: The headings contained in this Agreement are provided for
convenience only and shall not be considered in construing, interpreting or enforcing this
Agreement.
18. SEVERABILITY: The invalidity or unenforceability 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 shall not be deemed to render unnecessary the obtaining of the Village's consent to
Page 6 of 8
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 modification 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 between this and any other document,
this document shall prevail.
22. AUTHORITN' TO OBLIGATE: each person signing this agreement on behalf
of either Party warrants that he or she has the full legal 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 FLANK]
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the
date and year first above written.
WITNESSES:
AMAYA SOLUTIONS, INC. DBA
AMERICAN WATER CIIEMICALS
Page 7 of 8
.ATTEST:
Lori McWilliams, MMC
Village Clerk
�LU JI
ti
EEC d :1
2019
(Corporate Seal) G US.A r/
VILLAGE OF TEQUESTA
By: NIo11}"o layor
Page 9 of 8
SEAL`��
NCORpORATED;.
4
July 14, 2020
EXHIBIT A
CITY OF CLEARWATER
MN,kNCE DEPARDILNT, RMT OPICE Box 4748, 0_LkRtC.1TER, FLORID.% 33'384748
MUNH IPAL SL•RvicB BuELDING, I(N) Sm-ni INh-RTLi AvLx'.-E
TEITTHONP (721) 562-4530 F,+.x (727) 562-4535
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
specifications, 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 (9:00 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
valeric.craie`rimyclea tivater.coni, or mailed to City of Clearwater, Attn: Procurement Division,
PO Box 4748, Clearwater, FL 337584748.
Posted on this date by:
V akp, r t z C4-CL,t
Valerie Craig, CPPB
Sr. Procurement Analyst
Frank Hibbard, Mayor
Mark Bunker, Countilmember David Allhritton. Councilmcmber
Kathleen Beckman, Councilmember 0 1Joyl I lamilton, Councilmember
-Equal Finploymcn] and Aftinnativr Action I:rnployer"
CLEARWATER
SCC.47 AND HE. X77LI-- BAY 7- 3FAC ?
E AMERICAN WATER CHEMICALS INC
p 1802 CORPORATE CENTER LN
o PLANT CITY, FL 33563
R USA
CONTRACT
Page 1 of, 1
Th:s Contract is subject to the Standard Terms and Conditions Posted at
www.mvclearwater.com;purchaseorder-TandC
Contract # 900955-10
Vendor Phone No.
Vendor Contact
Vendor Email
Department
813-246-:r448
813-623-6678
3CLARKtic^r MENIBRANECHEN1"CAL...
PUBLIC UTILITIES
Start Date
End Date
Contact Person
Telephone Number
.8r71 2Q7Q
�8;'70 ?C73
berg n
81 -746 544i1
Item#
Descri lion/PartNo
OTY
UOM
Unit Price
Extended Price
YEAR 1: R01 & R02 ANTISCALANT
0
EA
S30,982.50
S30,982.50
2
YEAR 2: R01 & R02 ANTISCALANT
0
EA
$36,274,00
S36,274.00
3
YEAR 3. R01 & R02 ANTISCALANT
.'
EA
565,000.00
$65,000,00
Total Available $52,310.00
Bv:
Total Expended S79.946.50
Procurernen Manager
Total
Total Open PO $0-00
Revised S132,256.50
VENDOR COPY
Total Original $65,000.00
July 14, 2020
EXHIBIT A
CITY OF CLEARWATER
FINANCE DUARDIL -T, POST OPTICE Box 4748, C iRkmvkmi, ftoi im 33 58-4748
MUNICIPAL SLR%rjcu, BuIUANG, 100 Sot-ni Nf)-RT i- AVENUE
TEu-. HONE (727) 562-4530 FAx (727) 562-4535
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
specifications, in the estimated amount of $65,000 annually, for a period of one (1) year, with two
(2), one (I) year extension options.
This Award recommendation will be considered by the City Council at the August 17, 2020 Work
Session (9:00 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
valerie.craig;a myclear%vater.com, or mailed to City of Clearwater, Attn: Procurement Division,
PO Box 4748, Clearwater, FL 337584748.
Posted on this date by:
Va x,r� C ro-i,�
Valerie Craig, CPPB
Sr. Procurement Analyst
Frank Hibbard, Mayor
Mark Bunker, Councilmember David Allbrition, Councilmemlxr
Kathleen Beckman, Councilmember 0 1loll Hamilton, Councilmember
`i-quual Fniploymcnf and Affirmative Action Employer"
CLEARWATER
BR =ii' AND REAIT.F"--BAY TG 3FAM
E AMERICAN WATER CHEMICALS INC
p 1802 CORPORATE CENTER LN
o PLANT CITY. FL 33563
R USA
CONTRACT
Page 1 of 1
Th s Contract is sLbjez[ to LIE] Slandard Te*ms and Conditions posted al
�,a>� n�rh.arr��l_r.�:,m�pc-criasc-orr.er-ian�G
Contract # 900955-10
Vendor Phone No.
Vendor Contact
Vendor Email
Department
813-246-5448
813-623-6678
5CLARK�^kMENABRANECHEMICAL..
PUBLIC UTILITIES
Start Date
End Date
Contact Person
Telephone Number
!18f21.12020
98:2W2023
Berg, Fr n
813-246-5448
Item#
Descri tion,'PartNo
OTY
UOM
Unit Price
Extended Price
YEAR 1: R01 & R02 ANTISCALANT
0
EA
S30,982.50
S30,982.50
2
YEAR 2: R01 & R02 ANTISCALANT
0
EA
$36,274.00
$36,274.00
3
YEAR 3: R01 & R02 ANTISCALANT
D
EA
$65,000.00
$65,000.00
Total Available $52,310.00
I Ct i�d
BYE
Procurement Manager
Total Expended S79.946.50
Total Open PO $0.00
Total Revised S132,256.50
VENDOR COPY
Total Original Se5.000.00
CLEARWATER
BRIGHT AND BFAUnFUL • BAY TO BEACH
INVITATION TO BID
#38-20
ANTISCALANT
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 8, 2020 to provide Antiscalant.
Brief Description: The City of Clearwater is soliciting sealed bids to supply Reverse Osmosis (RO)
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:!!ww%v.myclearwater.com/business!rfp
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 required 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
Valerie.Craia drnyclearwater.com
This Invitation to Bid is issued by:
Lori Vogel, CPPB
Procurement Manager
lori.vogel amyclearwater.com
J
v. 11.2018 Procuremert Division
100 S Myrtle Ave 33756-5520
PO Box 4748 33768-4748
Clearwater FL
727-562-4633
INSTRUCTIONS
i 1 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 1. Questions should be submitted in writing via letter, fax or email. Questions received
less than ten (10) calendar days prior to the due date and time may be answered at the discretion
of the City.
i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an
addendum. Addenda are posted 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 clarifications
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 ® No
Mandatory Attendance: ❑ Yes No
If so designated above, attendance is mandatory as a condition of submitting a bid. The
conferencelsite 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 character of the operations to be conducted under the resulting contract.
i 4 DUE DATE & TIME FOR SUBMISSION AND OPENING:
Date: July 8, 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 not be
returned except in the case of a late submission. Respondent names, as read at 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
15 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 during this time.
i.6 BID SECURITY: ❑ Yes 0 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 check 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.
PERFORMANCE SECURITY: ❑ Yes El 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
ANTISCALANT 2 ITB #38-20
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 https://www.myclearwater.com/businf-ss.,'rfo.
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
Attn: Procurement Division
100 S Myrtle Ave, 3"- FI, Clearwater FL 33756-5520
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 place
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 9 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.
i 10 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 case 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.
i 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 form and signed by an
authorized representative. Please line through and initial rather than erase changes. If the bid is
not properly signed or if any changes are not initialed. it may be considered non -responsive. In the
event of a disparity between the unit price and the extended price, 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 demonstrating 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
ANTISCALANT 3 ITB #38-20
INSTRUCTIONS
brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems
unacceptable.
i_13 MODIFICATION ! 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 WITHDRAWAL 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 pending, 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.
05 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, part or portion of an item, group of items,
or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or
form errors in any bid. The City may seek clarification of the bid from bidder at any time, 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
solely 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 contract 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.
i.17 COPYING OF BIDS. 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.
1.18 CONTRACTOR ETHICS. It is the policy of the City to promote courtesy, fairness, 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 or to 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 IT€3 438-20
INSTRUCTIONS
i20 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 behveen 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 is apparent before
the bid opening must be filed with the Procurement Officer no later than five (5) business days
before Bid Opening. Protests that only become 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 TO:
City of Clearwater — Procurement Division
100 S Myrtle Ave, 3" FI
Clearwater FL 33756-5520
or
PO Box 4748
Clearwater FL 33758-4748
ANTISCALANT 5 ITB #38-20
INSTRUCTIONS — EVALUATION
i.21 EVALUATION PROCESS. Bids will be reviewed by the Procurement Division and
representative(s) of the respective department(s). The City staff may or may not initiate 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 PRESENTATIONS/INTERVIEWS. The bidder must provide a formal presentation/interview upon
request.
i.23 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) 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: excessively 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
contract with the City, whether the bidder is qualified legally tc 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
andior 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
bidder submit a cost 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 final 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
City execrates a written contract or purchase order.
i 26 NOTICE OF INTENT TO AWARD. Notices of the City's intent to avWard a Contract are posted to
Purchasing's website. It is the bidder's responsibility to check the City of Clearwater's
website at https:fJwww.myciearvNater.com+'business: rfp to view relevant bid information and
notices.
i 21 BID TIMELINE. Dates are tentative and subject to change.
Release ITB: 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
ANTISCALANT 6 ITB-38-20
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. PO, 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 off 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 all such claims.
S.8 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.6 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 NON- 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
other 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 on 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
ANTISCALANT 7 ITB #38-20
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 records 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").
(ii) 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
274B of the Federal Immigration and Nationality Act.
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
employment. Contractor and Contractor's personnel will comply with applicable provisions of
Title VII of the U.S. Civil Rights 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 SALES/USE TAX, OTHER 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 other 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 Contractors
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 sales/use taxes and certain federal excise taxes
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.
ANTISCALANT 8 ITB #38-20
STANDARD TERMS AND CONDITIONS
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 (ITB), shall be handled in compliance with
Chapters 119 and 286, Florida Statutes.
Proposals or replies received by the City pursuant to this ITB 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 ITB
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
conceming 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 of, 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 30 days after opening
proposals or final replies, whichever occurs first. If the City rejects all proposals or replies pursuant
to this ITB and provides notice of its intent to reissue the ITB, 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 ITB or until the City withdraws the
reissued ITB. 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 law, the contractor executing
this agreement agrees to comply 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: 727-5624092 or Rosemarie.Call(a.myclearwater.com,
600 Cleveland Street, Suite 600, Clearwater, FL 33755.
The contractors agreement to comply with public records && 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 term and following completion of the contract if the contractor does not transfer the
records to the public agency.
d) 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 pub",ic 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
ANTISCALANT 9 ITB #38-20
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 provisions
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 costs 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 written
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)2. 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 contractors 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, data, or facilities 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.
ANTISCALANT 10 ITB #38-20
STANDARD TERMS AND CONDITIONS
S.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.
S.17 DEFAULT.
a. A party will be in default if that party: (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 with 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 (5) 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.
b. The City may purchase the services required under the Agreement from the open market,
complete required worts 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 and/or performance security, if any; (iv)
collection against liquidated damages (if applicable); or (v) a combination of the
aforementioned remedies 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
costs.
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.
S.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.
ANTISCALANT 11 ITB #38-20
STANDARD TERMS AND CONDITIONS
S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement in
part or in whole upon thirty (30) calendar days' written notice.
S.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.
S 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 Contractor's properly prepared final
invoice.
S.24 NON -WAIVER OF RIGHTS. There will be no waiver of any provision 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 INDEMNIFICATION/LIABILITY.
a. 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 or judgments, 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 litigation 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 indemnify or hold Contractor
or any third party harmless for claims based on this Agreement or use of Contractor -provided
supplies or services.
S.26 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 438-20
STANDARD TERMS AND CONDITIONS
S.27 THE CITY'S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to
prejudice the City'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 City and will not be used or released
by Contractor or any other person except with prior written permission by the City.
S.30 USE OF NAME. Contractor will not use the name of the City of 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 on 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 loss, injury, or destruction will not release
Contractor from any obligation hereunder.
S.34 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real
property or damage or loss 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, copyright, 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 other 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 other item(s) having at least
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, plus any additional costs the City may incur
to acquire substitute supplies or services.
S.37 CONTRACT ADMINISTRATION. The contract will be administered by the Procurement
Administrator and;or an authorized representative from the using department. All questions
ANTISCALANT 13 ITB #38-20
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 MAJEURE. Failure by either party to perform its duties and obligations will be excused by
unforeseeable circumstances beyond its reasonable control, including acts 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.30 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 andior 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.
S.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.
S.41 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 (2) calendar days after the sending thereof.
SA2 GOVERNING LAW, 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.
S.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.
SA4 PROVISIONS REQUIRED BY LAW. Any provision required by law 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 force and effect.
The parties will negotiate diligently in good faith for such amendment(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
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
rights 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 other 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
DETAILED SPECIFICATIONS
INTRODUCTION. The City of Clearwater (City) is located on the West 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 TripAdvisor, 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 motion 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 Antiscalant for the Public Utilities RO Plant #1 and RO Plant #2. The successful bidder
will provide a firm price per pound for antiscalant (scale inhibitor) to be delivered on an as needed
basis.
RO 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 ESPA2-MAX membranes. Each train
has a nominal permeate flow of 1.4 million gallons 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_ R01 Currently uses A-
102+ from American Water Chemicals at an average dose of 3.0 mg11.
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 Toray TMG20-440C
membranes. The second stage has fifteen (15) vessels with seven (7) elements each and uses
Toray TM720D-440 membranes. All vessels and elements are eight -inch (8") diameter. Each train
has a nominal permeate flow of 1.75 million gallons per day (MGD) with an eighty
percent (80%) recovery. Cartridge prefiltration 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
mg+I.
4. SPECIFICATIONS.
a. Proposed products must be approved and certified for potable water application under
NSF/ANSI 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.
b. Proposed product(s) must have been satisfactorily tested and shown to be acceptable for
use with the Toray and Hydranautics membranes listed in the RO PLANT SYSTEM
CONFIGURATIONS. Vendor must provide Toray and Hydranautics membrane
compatibility letter with bid.
c_ The product shall contain a biogro,,vth 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.
Vendor's manufactunng?blending facilities must be certified under the International
Organizational for Standardization ISO 9001 certification. A copy of the Vendor's
certification must be included in bid proposal.
ANTISCALANT 16 ITB #38-20
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
CFR 1910,1200 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:
Y % Solids
Specific Gravity
PH
Appearance
Residual Monomer Content
Date of Manufacture
g, Both RO Plant #1 and RO Plant #2 have experienced biological fouling, sulfur reducing
bacteria fouling, and silicon dioxide fouling. Therefore, a dispersant chemical 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 dispersant chemical
must be included in the bid.
5. ON -SITE ANALYSIS/SUBMITTALS.
Due to current facility site restrictions, we are unable to accommodate 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 Vendor must review Exhibit B-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 RO 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 projections of dosage rate in parts per
million and total quantity annually in pounds of product. Recommended 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 not 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 2417 access 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.
ANTISCALANT 17 ITB #38-20
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. Vendor 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.
9. 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.
b. 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 time 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 fail 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.
j. 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 Name
Site Address
Staffed Hours
1657 Palmetto Street,
RD Plant 41
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 33765
M-F 6:30am-10:30pm
RO Plant #2
Contact #1: 727-200-3229
Contact #2: 727-434-4135
ANTISCALANT 18 ITB #38-20
DETAILED SPECIFICATIONS
INSURANCE 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-VII 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.
Specificallv the Vendor must carry the following minimum 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 automobile is required in the minimum amount of $1,000,000 (one 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 State of
Florida, and Employer's Liability Insurance in the minimum amount of S500,000 (five
hundred thousand dollars) each employee each accident, S500,000 (five hundred thousand
dollars) each employee by disease, and $500,000 (five hundred thousand dollars) disease
policy limit. Coverage should include Voluntary Compensation, Jones Act. and U.S.
Longshoremen's and Harbor Workers Act 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 losses 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
workltransport. in the minimum amount of S1,000,000 (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 umbrella excess
liability policies.
Other Insurance Provisions.
a. Prior 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, ITB #38-20
P.O. Box 4748
Clearwater, FL 33758-4748
ANTISCALANT 19 ITB #38-20
DETAILED SPECIFICATIONS
Vendor shall provide thirty (30) days written notice of any cancellation, non -renewal,
termination, material change or reduction in coverage.
Vendor's insurance as outlined above shall be primary and non-contributory 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 related 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 for any contractors', subcontractors',
representatives' or agents') obligation to provide the insurance coverage specified.
ANTISCALANT 20 ITB #38-20
MILESTONES
1. BEGINNING AND END DATE OF INITIAL TERM. 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 intention 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 firm for the initial term of one (1) year; except 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 higher 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 shall 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 Price Index for PPl #0613 Basic Inorganic
Chemicals, Not Seasonally Adjusted as published by the U-S. Department of Labor, Bureau of
Labor Statistics 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.
ANTISCALANT 21 ITB #38-20
BID SUBMISSION
BID SUBMISSION. It is recommended that bids are submitted electronically through our bids
website at https.,�wv.w.mvclearvater.comrbusiness/rfo.
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.
2. 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
❑ IN-9 Request for Taxpayer Identification Number and Certification form completed and
included(http:i/www.irs,govlpub!irs•r)df+'fw9.i)df)
❑ Exceptions/Additional Materials/Addenda form completed and included
❑ Vendor Information form 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 (SDS)
❑ The Certificate of Analysis from manufacturer
❑ Product projection
❑ Minimum of three (3) references
❑ Minimum of three (3) local service contacts
ANTISCALANT 22 ITB #38-20
BID PRICING
Pursuant to all the contract specifications enumerated and described in this solicitation, we agree to furnish
Reverse Osmosis Membrane Antiscalant to the City of Clearwater at the price(s) stated 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 Pricinq; no ot-ler i:ric irlg format will be accepted. The imbed•ded'Mrmulas will calculate
the Estimated Annual Cost
DELIVERY REQUIREMENTS
FOB: Destination, Freight Prepaid and Allowed
Freight Costs: Unit prices should include all freight and transportation charges
PAYMENT TERMS:
City of Clearwater's standard payment terms are NET30
Date:
Vendor.
American Water Chemicals, Inc. 717/20
ANTISCALANT 23 ITB38 20
!
�
�
■
7
§
�
f
/
§
2
\
■
!
` �;
!
!}
� �
}
B
/
�
t ��`�
��
��•�-a.|
�
�`
�`�
§
�
■\§
�!
!
�
�
.
.
I
_g
!
:
�
-
`
�
�
k
!
�
2
!
■
k
�
e
7
�
|
! )$
£
77
(
!
as
\
!�
EXCEPTIONS/ADDITIONAL MATERIALSIADDENDA
Bidders shall indicate any and all exceptions 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.
X No exceptions
Exceptions taken (describe --attach additional pages d needed)
Additional Materials submitted (mark one):
X No additional materials have been included with this bid
Additional Materials attached (describe —attach additional pages if needed)
Addenda
Bidt.'ers a e responsible for verifying receipt of any addenda issued by checking the City's website at
htta:,', p,w,, m-,wclearwater.com;business.-Ibid-inforrnatioti� 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 Njrnber
Initial to acknowledge receipt
zz vo
Vendor Name American Water Chemicals, Inc. Date. 717120
ANTISCALANT 24 ITB #38-20
VENDOR INFORMATION
Company Legal/Corporate Name: American Water Chemicals Inc.
Doing Business As (if different than above):
Address: 1802 Corporate Center Lane
City: Plant City State:
Phone: 813-246-5448
customerservice@membranechemicals.com
E-Mail Address:
DUNS #
Remit to Address (if different than above):
Address:
City: State: Zip:
Contact for Questions about this bid:
Name: Veronica Varo
Phone: 813-246-5448 ext 201
Day -to -Day Proiect Contact (if awarded):
FL
Fax:
Zip: 33563
Website: www.membranechemicals.com
Order from Address (if different from above):
Address:
City: State: _Zip:
Fax-
custamerservice@memDranechemicals.com
E-Mail Address:
Name: Breanna Clark Fax:
Phone: 813-246-5448 ext. 231 E-Mail Address: bclark@membranechemicals.com
Certified Small Business Certifying Agency:
Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency
ANTISCALANT 25 ITB #38-20
SCRUTINIZED COMPANIES
SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM
THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO
SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE.
The affiant, 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, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott
Israel List, or engaged in a boycott of Israel; and
2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this
solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a
boycott of Israel; and
3. 'Boycott Israel' or 'boycott of Israel" means refusing to deal, terminating business activities, or taking
other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or
in Israeli -controlled territories, in a discriminatory manner. A statement by a company 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 furtherance of, calls for a boycott of Israel, may be considered as
evidence that a company is participating in a boycott of Israel; and
4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate,
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 y4hature
Rudy C zo
Printed.Alame
Treasbfe—r
Title
American Water Chemicals, Inc.
Name of Entity/Corporation
STATE OF FL
COUNTY OF Hillsborough
The foregoing instrument was acknowledged before me by means of ❑ physical presenoe or O online
notarization on, this - day of _, ly , 20 2a , by
(name of person whose signature is berg notarized) as the Vj-j�cis ; (title) of
T;,(nameofcorporation/entity),personally known,or
produced (type of identification) as -identification, and who did/ ' not take
an oath.
1
Nota ublic
\� f r-o o.,- ,
Printed Name
My Co-wii sisicxi Expires: e; 0�1� ?JL-Z.
NOTARY SEAL ABOVE
EE,.�obVERONICAYARO
IJYCOh11MISSM#GG246446
Bmd
KIUY
EXPIRES, dcfa 9, 2022
ANTISCALANT 26 IT3 »38-2,,
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.
c) It has no known, undisclosed conflicts of interest.
d) The prices offered were independently developed without consultation or collusion with any of the other
respondents or potential respondents or any other anti -competitive practices.
e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or
consultant who has or may have had a role in the procurement process for the services and orgoods)materials
covered by this contract.
f) It understands the City of Clearwater may copy all parts of this response, including without limitation any
documents andlor materials copyrighted by the respondent, for internal use in evaluating respondent's offer,
or in response to a public records request under Florida's public records law (F.S. 119) or other applicable
law, subpoena, or otherjudicial process; provided that Clearwater agrees rot 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')
wilt comply with, and are contractually obligated to comply with, all Federal Immigration laws and regulations
that relate to their employees.
h) Respondent certifies that they are not in violation of section 6(j) of the Federal Export Administration Act and
not debarred by any Federal or public agency.
i) It wilt provide the materials or services specified in compliance with all Federal. State, and Local Statutes and
Rules if awarded by the City.
j) It is current in all obligations due to the City.
k) It will accept such terms and conditions in a resulting contract if awarded by the City.
1) The s:gnaiory is an officer or duty authorized agent of the respondent with full power and authority to submit
binding offers for the acods or services as specified herein.
ACCEPTED AND AGREED TO:
Company Name: Arner;can lillat r Chemicals, Inc.
Signature:
Printed Name: udy Canezo
Title: Treasurer
Date: 717120
AN—ISCA_Ah; 2r ITB #38-20
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 information and the capacity in gallons per day (GPD) for
the facility. Additional pages may be added, if needed. Complete and return with bid submittal.
Reference # 1
Product:
AWC A-102 Plus
Gallons per day:
23 MGD
Name of Facility:
palm Beach County -WTP # 9
Dates:
2014 to Present
Address
22438 SW 7th Street,
City / State / Zip
Boca Raton, FL 33433
Contact Person:
Tom Blumberg, Chief Operator
Email:
twblumberg@pbcwater.com
Phone:
(561) 381-5351, e-mail:
Fax:
Application
Information:
Brackish Water RO
Reference # 2
Product:
AWC A-102 Plus
Gallons per day:
7.50 MGD
Name of Facility:
City of Palm Coast -Water Treatment Plant 92
Dates:
2010 to Present
Address
50 Citation Blvd.
City / State / Zip
Palm Coast, FL 32164
Contact Person:
Fred Greiner, Utility Chief Operator
Email:
fgreiner@palmcoastgov.com
Phone:
(386r986-2347
Fax:
Application
Information:
Brackish Water RO
Reference # 3
Product:
AWC A-102 Plus
Gallons per day:
9.0 NtGD
Name of Facility:
City of Dunedin - Water Department
Dates:
2010 to Present
Address
1401 County Road 1
City / State / Zip
Dunedin, FL 34698
Contact Person:
John Vanamburg, Production stjpv
Email:
ivanamburg@dunedinfi,net
Phone:
727-298-3100 ext.2
Fax:
Application
Information:
Brackish Water RO
Vendor Name American Water Chemicals, Inc. Date:
7r7l20
ANTISCALANT 28 ITB #38-20
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 information and the capacity in gallons per day (GPD) for
the facility. Additional pages may be added, if needed. Complete and return with bid submittal.
Reference # 1
Product:
AWC A-111 Plus
Gallons per day:
12 MGD
Name of Facility:
City of Cape Coral - South RO Plant
Dates:
2013 to 2014
Address
2090 SW 32nd Street
City / State / Zip
Cape Coral FL 33914
Contact Person:
Robert Woods, Chief Operator,
Email:
rwoods@capecoral.net
Phone:
239-574-0759
Fax:
Application
Information:
Brackish Water RO
Reference # 2
Product:
AWC A-111 Plus
Gallons per day:
10 MGD
Name of Facility:
Dates:
2013 to 2014
City of Cape Coral - North Ro Pant
2017 to Present
Address
1200 Kismet Parkway West
City / 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-111 Plus
Gallons per day:
Name of Facility:
Indian River County - OLSO RO Plant
Dates:
Since 2017 to Prese
Address
1550 9th, Street SW
City / State / Zip
Vero Beach„ FL 32962
Contact Person:
Michael Vernon
Email:
mvemon@irc.gov
Phone:
(772)770-5068
Fax:
Application
Information:
brackish water RO
Vendor Name American Water Chemicals, Inc. Date:
7/7/2020
ANTISCALANT 28 ITB #38-20
LOCAL SERVICE CONTACTS
Instructions: Provide a minimum of three (3) local service contact names, phone numbers, addresses,
and a 24/7 access number for product support and emergency technical and product
services requirements.Additional pages may be added, if needed_ Complete and return with bid
submittal.
Service Contact #1
Name:
Joshua Utter
Address
1802 Corporate Center Lane
City I State I Zip
Plant City, FL 33563
Contact Person:
Joshua Utter, Applications Engineer
Phone:
813-246-5448 ext. 233
2417 Access
813-981-2054
Phone Number.
Service Contact #2
Name:
Tim Rees
Address
1802 Corporate Center Lane
City / State I Zip
Plant City, FL 33563
Contact Person:
Tim Rees, Regional Sales Manager- Southeast
Phone:
813-503-9465
2417 Access
Phone Number.
813-503-9435
Name-
Gaudencio Cabreros
Address
1802 Corporate Center Lane
City I State I Zip
Plant City, FL 33563
Contact Person:
Gaudencio Cabreros, Field Service Engineer
Phone:
813-246-5448 ext. 214
2417 Access
Phone Number.
813.482-6030
Vendor Name: American Water Chemicals, Inc Date: 7f7120
ANTISCALANT 29 ITB #38-20
For'T
(Rev. Del ember 20141
Department of the Treasuy
Internal Revenue Service
77
Request for Taxpayer Give Form to the
Identification Number and Certification reno thI not
sendd tto te IRS.
1 Name )as spawn nn your income tax rett
American Water Chemicals, Inc.
2 Bvsln N5
name,
on this line; do not
3 Check appropriate box for federal tax ctassltication; col tck only one of the following :even foxes: 4 Exemptbro (codes apply or* to
❑ krdroiduai?soaa prwietor or ❑✓ C Corporation ❑ S Corporation ❑ Partnership ❑ Rust•'esiate certain entities, not individuals; see
�9lo �� LLC Instructions on page 3):
Exempt payee code fit arty)
❑ L4rtited laW.ty company, Enter the tax classification (C=C corporation, S=S corporation, P-p .m. hit*►
Notx. For a single -mere LLC that is disregarded, do not check LLC: check the approFriate box in the line above for Exemption from FATCA reportiV
the tax classificadari of brie single -member o, rw. code (if arty)
❑ other (•+ee inStRJCtAOr15) I. I !ADPt'-'e Oa acramh "et"heda,K,Ca Y• U.RJ
S Address (munber, street, and apt. or state no.) Requesters name and address (optionaq
1802 Corporate Cutter Lane
b C", state, "Zip code
Plant City, FL 33563
MOrt I Taxpayer Identification Number (TIN)
Enter your TN in the appropriate box. The TIN provided must match the name given on line 1 to avoid
backup withhotdng, For kxkiriduals, this is generally your social security number (SSN). Ho%v- e , for a
resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other
entitles, it is your employer identiftahon number (EIM. If you do not have a number, see How fo gel a
TiN on page 3.
Social securhy number
or
Note. If the accourrt is in more than one name. see the Instructions for line 1 and the chart on page t for I Employe` identification number
guidelines on whose number to enter.
[9FS5-1 4 1 4 1 1 1 2 8 MOO
Certification
Under penalties of per) ffy, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) i have not been notified by the Internal Revenue
Service (IRS) that i am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. i am a U.S citizen or other U.S. person (defined belowr and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct
Certification fnsbucdons. You must cross out item 2 above if you have been notified by the iRS that you are currently subject to backup withholding
because you have felled to report all interest and dividends on your tax return. For real estate transactors. item 2 does not apply. For mortgage
Interest paid, acquisition or abandorxrierlt of secured property, cancellation of debt, contributions to an individual retirement arrangement ORA), and
generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN- See the
instructions on page 3.
Sign Signature of
Here U.S person ► (/j yQ f Dolts 0-
General Instructions
Section referenon-s are io the Internal Re-errwe Code unless otherwise noted.
Future uierebpmerts. information about developments affecting Form W-9 (such
as legislation enacted aver we teloase it} is at wt-Av. irsrs. gov?Au9.
Purpose of Form
An individual or entity (From tins-9 requesteij who is required to Goo an information
return with the IRS muss obtah your correct taxpayer identification number (TIN)
which may be your social security number (SSN). Individual taxpayer identification
number (ITN), adoption taxpayer ide itiriraticn number (ATIN), or employer
identification number (EPA, to report on an information return the amount paid to
you, or other amount reportable on an informiation return. Examples of information
returns include, but are not limited to. the following:
• Farm 1099-INT (Interest earned or paid)
• Form 1099.DI1r (dividends. ins rig those from stocks or mutual funds)
• Fortin 1099-MISC (various types of Income, prizes, avrards, or gross proceeds)
• Form 1099•B (stock or mutual fund sales and certain other transactions by
brokers)
• Form 1099-S (proceeds from real estate trarwsacbons)
• Form 1099-K (merellant card and third party network transactions)
• Farm 1098 (}tome mortgage Interest), I OWE (student ban Interest), 100.8•T
(tufflon)
• Form 1099-C (canceled debt)
• Form 1099-A laciquWtion or abandonment of snored propertyl
Use Form W-9 only if you are a U-S. person llneiuding a resident alien), to
provide your correct TIN.
If you dd not return Form W-9 to she requester m h a 77N, you might be se+4fe,1
to backup wNhhohfiig. See Yo f is t*ckvp rwithhofding? on page 2.
By signing the fitted -out form, you:
1. Certify that the TIN you are 9" is cemect (or you are wailing for a number
to be issued),
2. Certify, that you are riot sutilect to Crackup withholding, or
3. Claim exemption from backup withholding if you are a U.S_ exempt payee It
applicable, you are also certifying that as a U S. person, your allocable share of
any partnership income from a U-S. trade or business is not subject to the
withholding tax on foreign partners' stave of etfeetivey oonnected income, and
4, Cerilly that FATCA cadets) entered on this form (if arty) indicating that you are
exempt from the FATCA reporting, is correct, See Mat 1s FA TCA reporting? on
page 2 tot further information
Cat. No, 10231% Form W-9 (Rev- 12-2014,
ECri
.,.. .{ ��,. �`j.
F
awc
Biog-rowth Certification
This is to certify that AWC A- 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.
V
Qiao-Qin Di '
QA/QC Chemist
kni
R +1.813.246.:-')448
T'Qf)', ( :wii .41 L:i r-pri I or 1 A,ic,
Bio,arowth Certification
This is to certify that AWC A-1 I I Plus contains a biogrowth control
additive to maintain resistance to biological growth while stored in original
container or feed tank for two (2) years.
�A-"t
Qiao-Qin Di
QA/QC Chemist
+ 1. 813. 1 L
SAFETY DATA SHEET
AMERICAN WATER CH041CALS", INC.
1802 CORPORATE CENTER LANE
PLANT CITY, FL 33563
IDENTITY
AWC° A-102 PLUS
Section I Company and Product Identification
Page I
AMERICAN WATER CHEMICALS ID, INC. ChemTel phone Number: In the U.S.: 1-800-255-3924
1802 Corporate Center Lane International: 1-813-248-0585
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, 19W Date Revised: May, 2020
I Trade Name I AWC A-102 PLUS I
Section II — Hazards Identification
Signal Word: WARNING
t
Acute Toxicity: Oral, Category 5 Concentrated
product may be harmful if swallowed.
Skin Corrosionfirritation, 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 eye damageleye irritation.
GHS Precaution Phrases
P103: Read label before use
GHS Response Phrases
P311: Call a poison centeddoctorl... 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 Overexposure)
Inhalation: None Known
Eye Contact: Burning, Itching.
Skin Contact: Itching, Irritation.
Ingestion (Swallowing): Nauseous.
AWC Form No. 216
SAFETY DATA SHEET
AMERICAN WATER CI-iEMICALSK', INC.
1802 CORPORATE CENTER LANE
PLANT CITY, FL 33563
Section III - Hazard Ingred I ents/C om position Information
Page '-
Components Chemical Name
CAS #
%
EC #
Blend of organophosphonates
Proprietary
> 10%
N/A
Blend of Dispersants
Proprietary
> 10%
NIA
Section IV — First Aid Procedures
Inhalation: Immediately remove to fresh air. Get medical attention if nasal, throat or lung irritation develops.
Eye Contact: Remove contact lenses. Hold eyelids apart. Immediately flush with 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 irritabon
occurs.
Ingestion (Swallowing): If conscious, immediately 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
S m toms/ln urles
May be slightly irritating to skin.
S m tomstip uries after eye contact
Serious eye irritation.
Symptoms/Injuries after ingestion
Significant adverse health effects are not expected to
develop if only small amounts (less than a mouthful)
are swallowed.
Section V - Fire Fighting Measures
Flash Point Method Used None I Flammable Limits; NE
Extinguishing Media: Waterspray, foam, 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 cooling exposed containers. Exercise
caution when fighting any chemical fire. Avoid reject fire -fighting water to enter environment.
Unusual Fire and Explosion Hazard: Decomposes in a fire 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 water. Wet area
may be slippery. Spread sand/grit.
Additional Information: Planning ahead is essential for handling spills. Proper equipment 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.
AWC Form No. 216
SAFETY DATA SHEET Page 3
AMERICAN WATER CHEMICALS", INC.
1302 CORPORATE CENTER LANE
PLANT CITY, FL 33563
Section VII - Handling and Storage
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 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. Do not store
any incompatibilities I in elevated temperatures.
Section Vill — Exposure Controls and Personal Protection
Components (Specific
OSHA
TWA ACGIH
STEL ACGIH
Other Limits
Chemical Identity;
PEL
Recommended
Common Name s
None has been
None
None
None
NA
established
Primary Route of Exposure: Body contact.
Target Organs. None Known
Respiratory Protection: Approved NIOSH respirator.
Skin Protection: Rubber or plastic -impervious and/or waterproof.
Protective Gloves: Rubber, nitrile, neoprene, I Eye Protection: Splash proof safety goggles.
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 - Physical/Chemical Characteristics
Boiling Point: > 100°C ( 212°F)
Percent Volatile: NE
Viscosity: (Brookfield) NE
Specific Gravity (H20 = 1): 1.10 f 0.10
Solubility in Water: Complete
H: < 3.5
Appearance and Odor: Clear liquid colorless to yellow with characteristic odor,
NR: NOT REQUIRED, NE: NOT ESTABLISHED, NA: NOT APPLICABLE
Section X — Stability & Reactivity 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: None known
Hazardous Polymerization: Does not occur
Condition to avoid: None known
Additional Information: none
AWC Form No. 216
SAFETY DATA SHFET
AMERICAN WATER CHEMICALS', INC.
1802 CORPORATE CENTER LANE
PLANT C1'lY FL 33563
Section XI— Toxicological Information
Available data on closely related material indicates the following:
ORAL LD50(Rats): >2,400 mg/kg (Estimated value)
DERMAL LD50(Rabbits): >7,940 mgAg (Estimated value)
EYE IRRITATION: Not established
SKIN IRRITATION: Not established
Muta enic: Not listed.
Terato enic: Not listed.
Reproductive Toxicity: Not listed.
Primary Route of Exposure: Body contact.
Target Organs: Not Listed
Section XII — Ecological Information
on closely re
ng:
Aquatic Toxicity:
Daphnia Magna 48 Hr. acute toxicity LC50=2700 mg1L, no effect level = 1540 m91L
Fathead Minnow 96 Hr. acute toxicity, no effect level = 5000 mg/L
Biodegradation:
BOD-28 = 1 mg/g
BOD-5 = 1 mg/g
COD = 116 mg/g
TOC = 26 mg/g
Section Xtll - Disposal Consideration
Page 4
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. 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 is 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 regarding the proper disposal of this material.
Section XIV - Transport information
UN Number
ADR/RID: not regulated
IMDG: 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: N/A
Packing Group: N/A
AWC Fonn No. 216
SAFETY DATA SHEET Page 5
AMERICAN WATER CHEMICALS'". INC.
1302 CORPORATE CENTER LANE
PLANT CITY, FL 33563
Section XV - Regulatory Information
Potable Water Approval: This product is NSFIANSI Standard 60 certified. Maximum use level = 10mg/L
Section XVI - Other information
NFPA RATINGS:
Health Flammability
Reactivity
1 0
0
The data contained in this 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 information is offered
in good 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 property informed and advised of all safety precautions requked.
AWC Form No. 216
SAFETY DATA SHEET
AMERICAN WATER CHEMICALSv, INC.
1802 CORPORATE CENTER LANE
PLANT CITY, FL 33563
IDENTITY
AWCS A-111 PLUS
Section I Company and Product Identification
Page
AMERICAN WATER CHEMICALSD, INC.
ChemTel phone Number: In the U.S.: 1-800-255-3924
1802 CORPORATE CENTER LANE
International: 1-813-248-0585
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: 11121103
Date Revised: October 2019
Trade Name AWC$ A-111 PLUS
Product Family RO, NF Scale Inhibitor
Section II — Hazards Identification
Signal Word: WARNING
Acute Toxicity: Oral, Category 5 May be harmful if
swallowed.
Skin Corrosion/lrritation, Category 5 May be
harmful in contact with skin
Inhalation: None
GHS Hazard Phrases
H303 + H313:May be harmful if swallowed or in
contact with skin
GHS Precaution Phrases
P103: Read label before use
GHS Response Phrases
P311: Call a poison center/doctor/... if you feel unwell
GHS Storage and Disposal Phrases
Please refer to section 7 for storage and section 13 for
Disposal information
Route(s) of Entry:
Inhalation? N
Skin? Y
Ingestion? Y
Health Hazards Effects of Acute and Chronic Overexposure)
Inhalation: None Known
Eye Contact: May cause eye irritation.
Skin Contact: May be slightly irritating to skin
Ingestion (Swallowing): May be harmful if swallowed
AWC Form No. 216
SAFETY DATA SHEET
AMERICAN WATER CHEMICALS`r', INC.
1802 CORPORATE CENTER LANE
PLANT CITY, FL 33563
Section III - Hazard Ingredients/Composition Information
Pagc 2
Hazardous Components Chemical Name
CAS #
%
Pal acr lic acid, sodium salt
9003-04-7
179-10-7
34-36
1
Acrylic acid monomers
< 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 flush with 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 dean. Get medical help if irritation
occurs.
Ingestion (Swallowing): If conscious, immediately give several glasses of water, Do not induce vomiting. (Do
not give food to an unconscious person).
MOST IMPORTANT SYMPTOMS
Symptoms/injuries
May be slightly irritating to skin.
Symptoms/Injuries after eye contact
Wy be irritating to a es_
Symptomstinjuries after ingestion
Significant adverse health effects are not expected to
develop if only small amounts (less than a mouthful)
are swallowed.
Section V - Fire Fighting Measures
Flash Point Method Used None I Flammable Limits: NE
Extinguishing Media: Product is a non- flammable aqueous solution. Use any media suitable for the surrounding
fire.
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 cooling exposed containers. Exercise
caution when fighting any 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.
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 water. Wet area
may be slippery. Spread sand/grit.
AWC Fonn No. 216
SAFETY DATA SHEET
AMERICAN WATER CHEMICALS$, INC.
1802 CORPORATE CENTER LANE
PLANT CITY, FL 33563
Page 3
Additional Information: Planning ahead is essential for handling spills. Proper equipment 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 Vll - Handling and Storage
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 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 Vill — Exposure Controls and Personal Protection
Components (Specific
Chemical Identity;
Common Name(s))
OSHA
PEL
TWA8 ACGIH
STEL ACGIH
Other Limits
Recommended
Acrylic Acid
10 ppm
2 ppm
N/A
NA
Primary Route of Exposure: Body contact.
Target Organs: None Known
Respiratory Protection: Not normally required
Skin Protection: Rubber or plastic-rimpervious and/or waterproof.
Protective Gloves: Rubber, nitrite, neoprene, PVL. I Eye Protection: Splash proof safety goggles.
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 - Physical/Chemical Characteristics
Boiling Point: 212'F/100'C
Percent Volatile: > 64%
Freezing Point: <O°C
Viscosity: (cP at 25°C): <10
Specific Gravity (H2O = 1): 1.10 + 0.10
Solubility in Water: Complete
pH: 3-5
Appearance and Odor: Clear colorless to light yellow liquid
NR: NOT REQUIRED, NE: NOT ESTABLISHED, NA: NOT APPLICABLE
AWC Form No. 216
SAFETY DATA SHEET
AMERICAN WATER CHEMICALS!, INC.
1802 CORPORATE CENTER LANE
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: None known
Additional Information: None
Section X1— Toxicological Information
Available data on closely related material indicates the following:
NO TLV'S ESTABLISHED FOR FINISHED PRODUCT.
ORAL L050 (RAT): >5.0 g/kg.
DERMAL (acute) LD50 (RABBIT) : >2.0 g/kg.
DERMAL IRRITATION (RABBIT) : NOT A PRIMARY IRRITANT
ABOVE DATA IS BASED ON COMPOSITIONALLY SIMILAR MATERIAL.
Muta enic: Not listed.
Terat enic: Not listed.
Reproductive Toxic : Not listed.
Primary Route of Exposure: Body contact.
Target Organs: Not Listed
Section XII — Ecological Information
Page `I
Available data on closely related material indicates the following:
BLUE GILLS: LC50=1,000 PPM; NO DISCERNIBLE EFFECT AT 680 PPM
AFTER 96 HRS. EXPOSURE SHEEPSHEAD MINNOWS: LC50 = 600 PPM; NO DISCERNIBLE EFFECT AT 360
PPM 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. Product
as is- Incinerate or land dispose in an approved land fill.
ff this undiluted product is discarded as a waste, the US RCRA hazardous waste identification number is 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 regarding the proper disposal of this material.
AWC Fonn No. 216
SAFETY DATA SHEET
AMERICAN WATER CHEMICALSe, INC.
1802 CORPORATE CENTER LANE
PLANT CITY, FL 33563
Section XIV - Transport information
Page 5
D.O.T. Proper Shipping Name: N/A
D.O.T. Hazard Class: NIA
D.O.T. LABEL: N/A
ID No: NIA
Packi Group: NIA
Section XV - Regulatory information
THIS PRODUCT DOES NOT CONTAIN HAZARDOUS SUBSTANCES AT LEVELS WHICH REQUIRE
REPORTING. OBEY ALL FEDERAL, STATE OR LOCAL REGULATIONS.
Certified NSF/ANSI Standard 60 Drinking Water Treatments Chemical — Health Effects_ Max Use 10 mg/L
Section XVI - Other information
NFPA RATINGS:
Health
Flammabil' —Reactivity
1
0 1 0
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
information is offered in good 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
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 (CCNI) of 2.2
• Effectively inhibits formation of calcium sulfate,
calcium Fluoride, barium sulfate, strontium sulfate
and silica
• Stabilizes metal ions to prevent metal oxides
precipitation and disperses existing metal oxides/
hydroxides, silt and clay particles
• Approved for use by all major membrane
manufacturers
• Environmetally compatible, especially where
discharge of waste into the environment is a concern
• Certified by NSF to NSF/ANSI Standard 60
TYPICAL PROPERTIES
Appearance
Odor
Solubility in water
pH (as is) @ 2S•C
Specific Gravity
PACKAGING
Clear colorless to yellow liquid
Characteristic
Complete
< 3.5
1.10 s 0.10
5 gallon pails, 55 gallon 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 or repeated contact with
skin. For more information, see the 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 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 ppm, depending on
feed water quality and system operating parameters.
Dosage can be determined using ProtonO membrane
antiscalant projection software, or can be provided by
an AWC technical representative.
Dilution:
AWC A-102 Plus is designed to be fed neat However,
if the minimum output of the dosing pump exceeds
the required dosage, then dilution will be necessary.
For product dilution, 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 10X will impact the potency of the preservative. If
dilution beyond 10X is unavoidable, it is recommended
to replace the diluted product frequently, preferably
every 7 - 10 days-
ADVANTAGES
• Phosphorous -free antiscalant designed to inhibit
inorganic scale formation in membrane separation
processes
Inhibits calcium carbonate scale up to a Calcium
Carbonate Nucleation Index (CCNQ 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
• Environmentally compatible, especially where
discharge of waste into the environment is a concern
• Certified by NSF to NSF/ANSI Standard 60
TYPICAL PROPERTIES
Appearance
Odor
Solubility in water
pH (as is) @ 25'C
Specific Gravity
PACKAGING
Colorless to light yellow liquid
Characteristic
Complete
3-5
1.10_ 0-10
5 gallon pails, 55 gallon non -returnable plastic
drums, 275 gallon totes and bulk shipments
AWC"'A-111 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 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 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 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 ppm, depending on feed
water quality and system operating parameters. Dosage
can be determined using Proton® membrane antiscalant
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 minimum output of the dosing pump exceeds the
required dosage, then dilution will be necessary. For
product dilution, 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 10X will
impact the potency of the preservative. If dilution
beyond 10X is unavoidable, it is recommended to replace
the diluted product frequently, preferably every 7 - 10
days.
� Buic:
aWCJ AMERICAN WATER CHEMICALS; INC.
CERTIFICATE OF ANALYSIS
Product Name: Lot #: Date of manufacture:
AWC A-102 PLUS 20-149 1 03/21/2020
PARAMETER
SPECIFICATION
OBSERVATION
Results
CONTROL RANGE
1
APPEARANCE
CLEAR LIQUID -
CLEAR LIQUID -
PASS
YELLOW
YELLOW
2
pH
<3.5
2.24
PASS
3
SPECIFIC GRAVITY
1.10t 0.05
1.08
PASS
4
SOLIDS (%)
36.5 t 5.0
36.0
PASS
RESIDUAL
5
MONOMER
<0.1 %
<0.1 %
PASS
CONTENT
Prepared by:
QA/QC Chemist
1812CORPORATECCNTEA LANE, PLANT ('ITY, FtORIDA, USA -PHONE: 813.246.5448- EAx, 813-623.6678- WEB; WWW,MEAIBRINEC(IEMICALS.COM
41VC FORM 407 R5 02-13-1 R
� WCrJ AMERICAN WATER CHEMICALS, INC.
CERTIFICATE OF ANALYSIS
Product Name: Lot #: Date of manufacture:
AWC A-111 PLUS 20-310 1 06122/2020
PARAMETER
SPECIFICATION
OBSERVATION
Results
CONTROL RANGE
CLEAR LIQUID —
CLEAR LIQUID —
1
APPEARANCE
COLORLESS TO
COLORLESS
PASS
LIGHT YELLOW
2
pH
3.0 — 5.0
4.63
PASS
3
SPECIFIC GRAVITY
1.10± 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
18112 CORPORATE CENTER LAME, PLANT CITY, FLORID:►, USA - PHONH: 813-246-5448— FAX: 813-623-6678— WEB: WWW_A[Eb1BRANECHElkIICALS.COi1[
41VC FORM 407 R5 02-13 J 8
Listing Category Search Page ( NSF International
12) The Public Health and Safety Organization
NSF Product and Service Listings
These NSF Official Listings are current as of Thursday, July 02, 2020 at .2:15 a.m. Eastern Time. Please contact NSF to confirm the
status of ariv Listing, report errors, or make suggestions.
Atert: NSF is concerned ai)out fraudulent downloading and manipulation of website text. Always confirm this information by clicking on
the below link for the most accurate information: i,,;, iO.nsf.org/CertifiedlPwsChemicals/Listings.aspl
Corr�panytlarne=American-tivatcr=Chemicals+lnc 2EaTradeName=AWC+a-'}21)102+PlusttPlantState=Florida+FLaPiantCountry-UNITED+STATESit
NSF/ANSI/CAN bU
Drinking Water Treatment Chemicals - Health Effects
American Water Chemicals,
Inc.
1802 Corporate Center Lane
Pcant City, FL 33563
United States
889-217.8757
813.246.5448
Visit this company's r.ebsite
Facility : Plant City, FL
Miscellaneous Treatment Chemical
Trade Designation Product Function Max Use
A'WC A-102 Plus Revere Osmosis Antisealant 15mg/L
http:/ritLf'o.nsf.orgi...-102+Plus&Clu»tica1Name=&Productrunction—&PlantState=Florida+FL&PlantCountty—UAf1TED+STATES&PlantRegion=[TV2020-1:37:48 PNI]
Listing Category Search Page I NSF latetnntional
0 The Public Health and Safety Organization
NSF Product and Service Listings
These NSF Official Listings are current as of Thursday, July 02, 2020 a° 12.15 a.m. Eastern Time. Please contact NSF to confirm the
status of any Listing, report errors, or make suggestions.
Alert: NSF is concerned about fraudulent downloading and manipulation of website text- Always confirm this information by clicking on
the below link for the mostaccurate information: htts:rlirfo.nsf.or;r'Certif'ecr'IarrChernicalsIListings. asp?
CamoanyMarne-American+Water+C."mica'� Inc 2EtxTraderiame=AWCI-A'S2D111+P1usdRlant=tate=r'lorida+FLtaPlantCountry=UNITED+ST&TES&
NSF/ANSI/CAN 60
Drinking Water Treatment Chemicals - Health Effects
American Water Chemicals,
Inc.
1802 Corporate Center Lane
Plant City, FL 33563
United States
888-217-8757
813-246-5448
Visit this company's ,vebsite
Facility : Plant City, FL
Miscellaneous Treatment Chemical
Trade Designation Product Function Max Use
AWC A-111 PLUS Reverse Osmosis Antiscalant 10mg/L
http:/hnfo.nsf org+_.- I I I+Pltts&.ChemicalNa,ne=&ProdurtFunc tion-&PlantState-Florida+FL&PlantCountry=L MTED+STATES&PIantRegion=[7r212020 3.38:25 PMJ
.+�""'A
� F �; S
�•.._ �
(� ��_
a w P Rt��,�'`,��' 1 T
Projection By:
Client name
Joshua Utter
Clearmater
Membrane Aqueous Chemistry Calculator
Project Id:
15024
Project:
Bid2020 RO#1 / Bid
WO 2020
REPORT: 5.198.48.02 release date: 1uly04, 2020
Location:
United States Florida Oearwater
Source:
'Nell Water (Brackish)
Feed Pressure:
psi
84.607
Feed Temperature:
°C 25.200
Total Pressure:
psi
41.070
Raw Water FlowlTrain.-
gallmin 972.222
Brine Pressure:
psi
43.537
Permeate Flow/Train:
gallmin 758.333
Permeate Pressure.
psi
0,000
Average Flux Rate:
gfd 11.820
System Recovery:
%
Mow
Recycling Flow-
gallmin 0.000
Internal Recovery:
%
78.000
Flow Factor:
1.000
Element Age:
Years
0
Salt Passage Increase:
% 0,000
Specific Power:
kWhlkgal
0-863
Ca2`
101.20
101.20
45829
0.48
b192`
13.70
13.70
62-06
0.06
Sa2'
0-03
0.03
0.12
0,00
Sr2-
0.26
0,26
1.18
0.00
Na-
93.50
93.50
402.98
6.21
K-
2,20
2.20
9.48
0.15
Fez-
0.00
0.00
0.00
0.00
Fe3'
0,10
0.10
0-38
002
*3'
0.00
0.00
0.00
000
Mn2-1
0.01
0,01
0.05
000
NH3/NH4 - N
0.46
0.46
2,02
0.02
HCO3- Alk(CaCO3)
184.00
182.63
791.38
4.73
C032- Alk(CaCO3)
000
1.37
27.65
0.00
Total Alk (CaCO3)
184.00
184.00
819.03
4.73
CO2
15-49
15.49
25.88
15,35
Ortho-P043-
0.18
0.18
0.70
004
SO42-
20.00
20.00
90.71
0.06
F-
0.18
0,18
0-79
0.01
Cl-
220.55
220.55
976.20
7A2
Br
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
NO2--N
0-00
0.00
0.00
0.00
Sulfides (as Sz-)
0.00
0,00
0.00
0.00
8
0.04
0.04
0.04
0.04
AS (111)
0,00
0.00
0.00
0.00
AS (V)
0.00
0.00
0.00
0.00
TDS:
696.660
696.670
3079.960
20.630
Cond (ps/cm):
1198.000
1008.484
4266.507
30.629
PH:
7.300
7,300
7.640
5,770
Flow:
gaUday
0.000
0 000
1092000.000
Summary
T.
i;lroducts.
.-
pH adjusted using:
H2SO4 0.000 rng1L
Selected product_
A:OJC A-102 Plus 2.752
mg/L
1 / 6 American Water Chenticnts Inc does not assume any obligation or liability for results obtained or damanes iremTed
from the application of this inronnation-
p 7,.
cBW C i �J'�T N I
Projection By:
Client name:
Joshua Utter
Clearwater
Membrane Aqueous Chemistry Calculator
Project Id:
15024
Project:
Bid202020#1 / Bid WO 2020
REPORT: 5.198.48.02 release crate:
July 04, 2020
Location-
United States / Florida! Clearwater
Total Elements: _
154
56
Total Vessels:
22
8
Elements 1 Vessels:
7
7
Feed Pressure:
psi
84.607
66.466
Permeate Throttler
psi
21.912
0.000
Backpressure:
Interstage Boost Pressure:
psi
0.000
0.000
Piping Losses:
psi
0.000
0.000
Concentrate Pressure:
psi
66.466
43.537
Feed Flow:
gavirnin
44.192
41.319
Concentrate Flow:
gatlmin
15.025
26.736
Permeate
Average
System Q
Feed Flow Concentrate
A
Osmotic Net Driving
Membrane Model:
Flow.
Flux:
Recovery:
1 PV:
Flow PV: Pressure:
Pressure:
Pressure:
gallmin
gfd
%
gal/min
gattmin
psi
psi
psi
Stagel
641.667
13.636
66.000 1.095
44.192
15.025
18.141
16.706
40.100
1 ESPA4 MAX
5.546
18.149
12.549 1.100
44.192
38.646
4.818
6.916
53.370
2 ESPA4 MAX
4.997
16,355
12.931 1.094
38.646
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 MAX
3.714
12.156
14.845 1.080
25.021
21.306
1.794
12.066
35.747
6 ESPA4 MAX
3.335
10.915
15,653 1.076
21.306
17.971
1.355
14.142
32.097
7 ESPA4 MAX
2-946
9.641
16.393 1.070
17.971
15.025
1.OD7
16.706
28.352
Stage2
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
45.591
2 ESPA2 MAX
2.681
8.774
7.006 1.049
38.267
35.586
3.963
19.944
40.040
3 ESPA2 MAX
2.342
7.665
6.581 1.044
35 586
33244
3.516
21,268
34.976
4 ESPA2 MAX
2.031
6.648
6.111 1.039
33.244
31212
3-145
22575
30.339
5 ESPA2 MAX
1.746
5.716
5.595 1.034
31.212
29-466
2838
23.839
26.083
6 ESPA2 MAX
1 A85
4.859
5.039 1.029
29.466
27.981
2-586
25.035
22.175
7 ESPA2 MAX
1.245
4.074
4 449 1.025
27.981
26.736
2.380
26.136
18-591
2 t3 a American Water Chemicals Inc does not assume arty oblivation or liability l'ar results obtained or damages incurred
from the application of this information.
rj i t Projection By: Joshua Utter
a W c T Client name- Clearwater
Project Id., 15024
Membrane Aqueous Chemistry Calculator Project: Bid2020_R0#1 ! Bid WQ_2020
REPORT: 5.198.48.02 release date: July 04. 2020 Location: United States f Florida! Clearwater
350
300
250
200
150
100
50
0
Summary Scale - Precipitation Potentials (mg/L)
(when no antiscalant is used)
.O O
GaGO� `�,~ Ga�G} ��OA �a43 �'a�a ��ory �IZGQ, �e� �t.��GA �eQG> e`G��G`0
CaM Ca3(P09)2 CaSOu Sr504 Ba504 CaF2 Si02 FeCO) FeS MnCO, FPPO- FejOHk3 AI;f H
337.724 0.149 0 0 0 0 19-W 0 0 0 a 0.737 n
Summary Scale - X Saturation
(when no antiscalant is used)
5.0 !
4.5
4.0
3.5 I
3.0
2.5
2.0
1.5
00.5
.0 �% �
.0
GaG03 `,M1 C.ay� h�O' a�Ob G<ti �Gti
CaCO3 C"P042 CaSO: SrSO-- BaS0. CO2 S+02 FeCO3 FeS Tv1nCO3 FePO4 FelOH}3 AI(OH)3 1.4g{OH)2
32.314 20.979 0.045 0.003 0.839 0,154 1 215 0 0 0 534 91451.10 14890.74-8 0 0
3 6 IAmerican Water Chemicals lite does not assume any obligation or liability for results obtained or damags inCLaTed
from the application of this information.
a uicJ l O N j Client Projection : Joshua Utter
, :�, Client name: Clearwater
Membrane Aqueous Chemistry Calculator Project Id: 15024
Project: Bid2020_R041 t Bid WQ 2020
REPORT: 5.198.48.02 release date: Jul% 04, 2020 Location: United StatesIFlorida IClearwater
CaCO3
Saturation is 32.31 X: [Saturation Index is 1.511, Precipitation Potential: 337-72 M93
MIgCO3
Saturation is 2.74 X; [Saturation Index is 0.44], Precipitation Potential: 44.65 mg/l
Ca3(PO4)2
Saturation is 20.98 X; [Saturation Index is 1,321, Precipitation Potential: 0.15 mW1
FePO4
Saturation is 91.451.10 X; [Saturation Index is 4.96]. Precipitation Potential: 0.00 mg9
Fe(OH)3
Saturation is 14,890.75 X: [Saturation Index is 4.17[. Precipitation Potential: 0.74 Mgt]
CaSi20a(OH)2
Saturation is 345-19 X; (Saturation Index is 2-54). Precipitation Potential: 1.56 mgg
S02
Saturation is 122 X: [Saturation Index is 0.0B), Precipitation Potential: 19.59 mgll
4 r 8 American Water Chemicals Inc does not assume any obligation or liability for results obtained or danwgcs incurred
red
the application of this information.
p 1 Projection By:
BUJ-S ° `PTO @ Client name:
Membrane Aqueous Chemistry Calculator ectld:
Prarojeck
REPORT. 5,198,48.02 release, date: July 04,2020 Location:
CaLmn Caghuaur Ilamsi0m Hydnvdi CiArmu ft4iPh rrt
R} n
09
t -611 OK
cm
L14
ail u PoK-uirvinm "erks Wes
cihia SMCM 150 pile
QW.
4.87
ve
4nifldam -`akre
s.�c.
_
asK
1
Cakmm me iNe nni pE i
Joshua Utter
Clearwater
15024
Bid2020_ROM / Bid WCt_2020
United States 1 Florida 1 Clearwater
- ut tlll0r Peeeiyauiau imla
9.1
L"aldux FLw.�
Joshua Utter
Clearwater
15024
Bid2020_ROM / Bid WCt_2020
United States 1 Florida 1 Clearwater
- ut tlll0r Peeeiyauiau imla
9.1
L"aldux FLw.�
9.41
os
5 / 6 I Ainerican beater Chemicals !ne does not assume any obl igation or liability for results obtained or darnagcs incurred T
from the application of this infonnation.
)�aWC� S *
Membrane Aqueous Chemistry Calculator
REPORT. 5.198.48.02 release date: luly04,_20'_0
Projection By
Joshua Utter
Client name:
Clear,vater
Project Id:
15024
Project:
Bid2020_R0#1 / Bid WQ_2020
Location:
United States 1 Florida 1 Clearwater
Calculated Dosage:
2.752 mg;L
0.000 rrxVL
Total Dosage (modif;wj by user)
2.752 mg/L
NIA
% Concentration
VA
93.00"o
Density:
1.070 g1cm3
1.835 gk rn3
Dosing Pump:
9.466 mlimin
0.000 milmin
Hours of Operation/Day:
24 hour(s)
24 hour(s)
Consumption per:
Day
32.156 bs
0.000 Ibs
Week
225.091 Ibs
0.0110 bs
4 Weeks
900.363 bs
0.000 bs
Year
11736.872 Ibs
0-000 ft
5 Ye-r:=
58684.362 Ibs
OA00 his
Metering PuTp Type:
Diaphragm Pump
Dosing Pump Capacity-
galthour
1.00
Dilution Required:
3.00
Injection pump low - Diluted Product
mUmin
28.40
`% of Pump Capacxy
%
45.0
* Stroke:
%
50
* Speed:
%
90
Day Tank Capacity-
Days
3
Day Tank Volume:
gal
40.00
Insert your additional comments below:
Comment;...
DISCLAIMER: 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 damages incurred from the application of this information. Because use conditions and applicable laws may differ froth one
location to another and may change with time, customer is responsible for determining whether products are appropriate for customer's
use. American Water Chemicals assumes no liability, if, as a result of customer's use of tlk Proton membrane aqueous chemistry
calculator. the customer should be sued foralleged infringement of any patent not oivned or controlled by American Water Chemicals Inc,
6 6 American Water Chemicals Inc dues not assume any obligation or liability for results obtained or damages incurred
from the application of this information.
®
11
Projection By:
Joshua Utter
auie
PRE 1
Client name.
Clearwater
Membrane Aqueous Chemistry Calculator
Project Id:
12229Project.
Bid202a_Ro#2 r Bid wo_2020
REPORT: 5.198.48.02
release date: July 04, 2020
Location:
United States /
Florida / Clearwater
;h M yaA'
V;
,... .. _.... .... ..
,
Source:
Well Water (Brackish)
Feed Pressixe:
psi
193.661
Feed Temperature:
'C 25.000
Total Pressure:
psi
25.291
Raw Water Flow/Train-,
gal/min 1215,278
Brine Pressure:
psi
168.370
Permeate Flowtrrain:
gal/min 972,222
Permeate Pressure:
psi
0.000
Average Flux Rate:
gfd 10.100
System Recovery:
%
80.000
Recycling Flow-
gal/min 0-000
Internal Recovery:
%
80.000
Flow Factor:
1.000
Element Age:
Years
0
Salt Passage Increase:
% 0.000
Specific Power
kWhlkgal
1.952
`
Ca2.
195.00
195.00
971.94
0.77
M92-
86,80
86.80
432,94
0.27
Bat
0.05
0.05
0.24
0.00
Sr2�
1.39
1.39
6.93
0.00
Na'
814.00
814.00
3980.98
22.26
K`
24-80
24.80
121.28
0.68
Fee'
0-00
0.00
0.00
0.00
Fe3,
0.02
0.02
0.09
0.00
AP,
0.00
0.00
0.00
0.00
Mn2•
0.01
0.01
0.05
0.00
NH3/NH4 - N
0.34
0,34
1.45
0.06
-� -i.Y. ^' . a.".-.''". :i:-�•N... e-
�eL:.�
._._..:_�__�. .. .�
HCO3- AA(CaCO3)
�__..... _.:.. .`3,__.i.- Z
183-00
_ -:. ,, a _
181.44
.ram^) ._.a
873.81
sS aM-..._1 _
3.11
C032- Alk(CaCO3)
0.00
1.56
28.75
0.00
Total Auk (CaM)
183.00
183.00
902.56
3.11
CO2
16.29
16.29
26.26
16,10
Ortho-P 43•
0.34
0.34
1.32
0.09
SO42•
160.00
160.00
797.83
0.54
F-
0.00
0.00
0.00
0.00
Ct-
1622.39
1622.39
7973.94
34.50
Br
17.10
17.10
83.84
0.42
SiO2
18.60
18.60
91.35
0-41
NO3--N
0.00
0.00
0.00
0-00
NO2•-N
0.00
0.00
0.00
0.00
Sulfides (as S2-)
0.00
0-00
0.00
0.00
B
0.16
0.16
0.21
0.15
AS (111)
0-00
0.00
0.00
0.00
AS(V)
0.00
0.00
0.01
0.00
TDS:
3142.490
3142.490
15446.000
63.470
Cond (us/cm):
5305.000
5122,319
24154.739
105.246
pH:
7.200
7,200
7.480
5.560
Flow:
gal/day
0.000
0.000
1400000.000
pH adjusted using: H2SO4
Selected product: AWC A-111 PLUS
0.000 mg/L
1,600 RKX
1 ; 6 American Water Chemicals Inc does not assume any obligation or liability for results obtained or damaQts incurred
fmn the application of this infonnation.
Projection By:
Joshua Uttv
Client name;
Clearwater
Membrane Aqueous Chemistry Calculator
Project Id_
12229
Project:
1342020_130#2 / Bid WQ_2020
REPORT: 5.198.48.02 release date:
July 04, 2020
Location:
United States
1 Florida / Clearwater
Total Elements:
210
105
Total Vessels:
30
15
Elements / Vessels:
7
7
Feed Pressure:
psi
193.661
179.025
Permeate Throttle!
psi
7d.88d
0.000
Backpressure.
Interstage Boost Pressure:
psi
0.000
0.000
Piping Losses:
psi
0.000
0.000
Concentrate Pressure:
psi
179,025
168.370
Feed Flow:
gal/min
40.509
29.167
Concentrate Flow,
gal/min
14.5W
16.204
Permeate
Average
System
Feed Flow Concentrate
A
C+srrwtic
Net Driving
Membrane Model:
Flow:
Flux:
Recovery:
/ PV:
Flow / PV:
Pressure:
Pressure:
Pressure:
gal/min
gfd
%
gallmin
gal/min
psi
psi
psi
Slagel
777.778
12.121
64.000 1.078
40.509
14.583
14.637
85.929
48-ON
1 TMG20-440C
5.922
19.382
14.620 1.112
40.509
34.587
4.083
38.190
78.546
2 TMG20440C
5.223
17.092
15.100 1.104
34.587
29.364
3.107
44.486
68.655
3 TMG20-440C
4.481
14.667
15.262 1.093
29.364
24.883
2-349
51.901
58.511
4 TMG20-440C
3.764
12.318
15.127 1.082
24.883
21.119
1.775
60.486
47.864
5 TMG20-440C
2.927
9.580
13.860 1.067
21.119
18.192
1.359
69.560
37.223
6 TMG20-440C
2.141
7.008
11.771 1.050
18.192
16.060
1.074
78.338
27229
7 TMG20-440C
1.467
4.802
9,141 1.035
16.050
14.583
0.889
85.929
18.657
Stages
194.444
6.081
44.444 1.040
29.167
16.204
10.655
154.983
42.534
1 TM720D-440
3.420
11.192
11.725 1.070
29.167
25.747
2.398
99.278
78.548
2 TM720D440
2.823
9.239
10.964 1.060
25.747
22.924
1.953
110.811
64.838
3 TM720D-440
2.247
7.353
9.801 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
1261
4.127
6.651 1.029
18.959
17.698
1.206
142.109
28.962
6 TM720D-440
0.889
2.911
5.026 1.021
17.698
16.809
1.089
149.494
20.430
7 T16172OD-440
0.605
II A79
3.598 1.014
16.809
16.204
1.010
154-983
13.892
2 / 6 I American Water Chemicals Inc dues not assume any obligation or liability for results obtained or damaggcs incun•ed
firm the application of this intonnation.
p
aW I
PR °_,T0N'
Projection By:
Client name:
Joshua Utter
Clearwater
Membrane Aqueous Chemistry Calculator
Project ld:
Project:
12229
Bid2020_R0#2 / Bid WO 2020
REPORT: 5.198.48.02
release date: July 0a, 2020
Location:
United States t Florida /Clearwater
Summary Scale - Precipitation Potentials (mg/L)
(when no antiscalant is used)
320
280
240
200
160
120
80
40 Q
0
ON
� ~ O,
��� Q�
01
G�Ga�
Ga�o'
ga�O*
�QQOa
a`O1ti
'
CaCOa Ca3(POs)2 CaSO4
SrSO4 BaSO4 CaF2
S102 FeCCh
FeS MnCO3
FaM Fa(OWp AK0H)3 WOH)2
289.979 0.141 0
0 0224 0
8 884 0
0 0
0 0.173
0 0
5.0
4.5
4.0
3.5
3.0
2.5
2.0
1.5
1.0
0.5
0.0
Summary Scale - X Saturation
(when no antiscalant is used)
GaG03 �QO1ti Or O} Op G�5cry ay �GO� �4e� O� QPeOp
Ga rC
CaCO3 C33(PO4)2 CaSOa SrSO4 BaSO4 CaF2 Sipe FeCO3 FeS MnCO3 FePOa Fe(OH)3 AI(OH)a Mg(OH)2
17 967 6.331 0.216 0.044 3.725 0 1.107 0 0 0.238 33348.217 4910.777 0 0
American Water Chemicals Inc.. dons not assume any obligation or liability for result; obtained or darnages incurred
3 6 I from the application of this infonnation.