HomeMy WebLinkAboutDocumentation_Regular_Tab 12_01/11/2018 Village of T'equesta
345 Tequesta Drive 561-768-0700
Tequesta, FL 33469 www.tequesta.org
�"
�
-�
TEQL'EST� P�`BLIC��"ORILS DEP��RT�iENT�IE�10R1�ND�'�f
To: Michael R. Couzzo, Village Manager
From: Douglas M. Chambers, Deputy Director Public Works
Subject: Hiring Temporary Licensed Operators for the Water Treatment Plant
Date: December 20, 2017
The attached agenda item addresses the need to hire temporary licensed Operators for the
Water Treatment Plant.
Hiring Temporary Operators will provide relief and support in order to operate the Water Plant.
We are piggybacking a current contract that the U.S. Water Services Corporation has with St
Johns County School District in St Augustine Florida. U.S. Water will provide 2-4 Licensed
Operators on an as needed basis Monday through Sunday for the day and night shift.
Please see additional supplemental documentation.
Douglas M. Chambers
Deputy Public Works Director
dchambers@tequesta.org
561-768-0483
�'ice-'�layor Vince.�rena '�fay�or_�bby Brennan Council�lember Tom Patemo
Council:�fember Steve Okun Council�lember Frank D��mbra
Village'�lanager i�uchael Couzzo
VILLAGE OF TEQUESTA
TERM CONTRACT FOR OPERATION OF WATER TREATMENT PLANT
THIS TERM CONTRACT FOR THE OPERATION OF WATER TREATMENT
PLANT,hereinafter"Agreement", is entered into and effective this_day of January 2018,by
and between the VILLAGE OF TEQUESTA, a Florida municipal corporation with offices
located at 345 Tequesta Drive, Tequesta, Florida 33469-0273, organized and existing in
accordance with the laws of the State of Florida, hereinafter"the Village"; and U.S. W A TE R
SERVICES CORPORATION, a Florida corporation with off'ices located at 4939 Cross
Bayou Boulevard,New Port Richey, Florida 34652, 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 su�ciency of which is hereby
acknowledged by the Parties, hereby agree as follows:
1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Agreement whereby
the Contractor shall provide water treat�uent plant operations services on an as-needed basis.
The Parties agree to enter into this Agreement and piggyback for the services at the prices
described in the Contractor's November 15, 2014 contract with the St. John's County School
District, RFP No. 2014-20, which was extended by the St. John's Caunty School District
through November 14, 2018. Said contract, including the St. John's County School District,
RFP No. 2014-20, the Vendor Agreement dated November 15, 2014, and the contract
extension, are attached hereto as Exhibit "A" and are hereby fully incorporated into this
Agreement.
2. COMPENSATION: In consideration for the above Scope of Services, pricing shal] be
pursuant to the prices provided in the Contractor's quotation at Exhibit B of the RFP/Vendor
Agreement. Specifically, the Contractor shall be paid for regular weekday (Monday through
Friday) shift (7:00 am through 5:00 pm) work on an as-needed basis at the "Regular hourly
labor rate for repair and additional work" which is Fifly Five Dollars ($55.00) per hour; and
for any time outside of the regular weekday shift(5:00 pm through 7:00 am the next day, or
any time on Saturday or Sunday) and during Village recognized holidays, on an as needed
basis at the "Non-Regular hourly labor rate for repair and additional work" which is Seventy
rERM corrrRAcr FOR OPERATION OF WATER TREATMENT PLANT
Five Dollars ($75.00) per hour. The Village shall request services from the Contractor on an
"as needed" basis throughout the term of the St. John's County School District RFP No.
2014-20 which currently runs through November 14,2016.
3. 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 any error, omission,
negligent act, conduct, or misconduct of the Contractor, its agents, servants, or employees in
the performance of services under this Agreement.
4. PUBLIC ENTITIES CRIMES ACT: As provided in sections 287.132 and 287.133,
Florida Stanies, 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 hereo£ This notice is required by section 287.133(3)(a),
Florida Statutes.
5. TERM; TERMINATION: Pursuant to the St. John's County School District, RFP No.
201420 contract extension,this Agreement shall expire on November 14,2018. ln the event
that the St. John's County School District, RFP No. 2014-20 contract is extended beyond
November 14, 2018, then the Parties may likewise extend this Agreement upon the same
terms and conditions as any subsequent St. John's County School District, RFP No. 201420
extension. This Agreement may be terminated by the Village or the Contractor upon thirty
(30)days written notice to the either the Village or Contractor.
6. NOTICE:
Notice required by this Agreement shall be considered sufficient when sent by certified mail
or hand delivered to the Parties during regular business hours at the following addresses:
As to THE VILLAGE As to THE CONTRACTOR
Village of Tequesta U.S. Water Services Corporation
345 Tequesta Drive 4939 Cross Bayou Boulevard
Tequesta, Florida 33469 New Port Richey, Florida 34652
Atm:Director of Utilities Attn: Crafg Blrss
Page 2 of 5
TERM CONTRACT FOR OPERATION OF WATER TREATMENT PLANT
7. INDEPENDENT CONTRACTOR: It is specifically understood tl�at tt�e Contractor is an
independent contractor and not an employee of the Village. Both the Village and the
Contractor agrees that this Agreement is not a contract for employment and that no
relationship of employee--employer or principal—agevt is or shall be created hereby, iior shall
hereafter exist by reason of the performance of the services herein provided.
8. 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.
9. 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.
10.AMENDMENTS&ASSIGNMENTS: This Agreement, all Exhibits attached hereto, and
required insurance certificates constitute the entue 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 services and provision of goods called for in this Agreement without prior written
consent of the Village.
11. INSPEC"TOR GENERAL: Pursuant to Article Xll of the Palm Beach County Charter, the
O�ce 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 investigarions. 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 swom 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.
12. PUBLIC RECORDS: PUBLIC RECORDS. ln accordance with Sec. l 19.0701, Florida
Statutes, the Contractor must keep and maintain this Agreement and any other records
associated therewith and that are associated with the perforn�ance of the work described in
the Proposal or Bid. 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
Page 3 of 5
TERM CONTRACT FOR OPERAT[ON OF WATER TREATMENT PLANT
to be inspected or copied, within a reasonable time in accordance with access and cost
requirements of Chapter 119, Flor•ida 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
reasouable time may be subject to attorney's fees and costs pursuant to Sec. 119.0701,
Florida Stnhrtes, and other penalties under Sec. 119.10, Floi�ida Stata�tes. Further, the
Contractor shall ensure that any exempt or confidential records associated with this
Agreement or associated with the perfomlance of d1e work described in the Proposal or Bid
are not disclosed except as authorized by law for the duration of the Agreement ternl, and
following 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 aud mauitain public
records required by the Village. If the Contractor transfers all public records to the Village
upon completion of the Agreement, the Conh•actor 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 appticable 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 fonnat that is compatible with the Village's infonnation
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 Imcwilliams(u�tequesta.or�, OR AT 345
TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469.
THE REMAINDER OF THIS PAGE IS InTENTIONALLY LEFT BLAVK.
Page 4 of 5
TERM CotvTRACT FOR OPERATION OF WATER TREATMENT PLANT
IN WiTNESS WHEREOF, the Parties hereto have executed this Agreement the date and
year first above written.
W NESSES: U.S. W TER SERVICES CORPORATION
By: ,��c V� �� �l
Position•
�����a �►e\I�C�.r'oc���� (Corporate Seal)
VILLAGE OF TEQUESTA
ATTEST: Abigail Brennan, Mayor
(Seal)
Lori McWilliams, MMC
Village Clerk
Page 5 of 5
Exhibit A
ST.JOHNS COUNTY SCHOOL DISTRICT
SebAstian Administrative Annex
Parchasing Department
3015 I.ewis Speedway,Unit 5
St.Augustine,Florida 32084
f 1 Telephone(904}547-8941 FAX(904)547-8945
�
Paulck�odgmss CPS,N
L ��� Direc�orofPurehosing
July 5,2017
U.S. Water Services Corporatioi�
4939 Cross Bayou Blvd.
New Port Richey,FL 34652
Dear Vendor:
RFP#2014-20 Operation and Management of Water Treatment Plant will expire November l4,
2017. The RFP states there is an option for renewal of three(3}additiottal one(1)year periods
if agreed upon by both parties. Please initial your choice,sign and date at the bottom. Return
to this office no later than July 19,2017.
X Please renew RFP#201420 Operation and Management of OVater Treatment Plant for
the period November l 5, 2017 through November 14,2018 with the same pricing,terms and
conditions as originally awarded.
We do not wish to renew the above RFP beyond the cunent expiration date.
`Z 3//� �
Signature Date '
Renewal must be signed by an officer or employee having the authority to legally bind the
vendar.
Sincerely,
��
Patrick Snodgrass
Director for Purchasing
Exhibit A
VENDOR AGREEMENT
This 1�'endar A�eement("Agreement")is entered into by and between tlir Sclicx�l
Board of St. Johns ('ounty, l�lc�ricia ("School E3oard"), 40 Orange Str��;t, St. Au�t�.tilinc,
Florida 3208� ("Sehcx�l Roard'') �ind l'.S. V4'ater Scrvices C'c�rpc�ration("Vendor"), with
an address of 4939 Cross Bayou Blvd, New Port Richey, FL �f+48��1'�cti�•c Novemlx;r
is,Zoi4. 3y e��t
NOW,THEREFORE,the parties agree as follow:
1.. Description of Services. Vendor shall perform services for the operation
and management of the water treatment plant at South Woods Elementary School as
specified in the attached Exhibit A, and agree to all terms and conditions of said
attachment.
2. [.c�catinn uf ��rvirc>. Yerformance of services cited above will be
conducted at Soutti�'u�ds Elementary Scixwl,475U SR 206 W, Hastin�;s,FL 32145.
3. Cerni. This Agreement w•ill t�e effective un the Effective Dat�;, and will
remain in effect for a pe�iod of' one year. At the conclusion of the initial tccm, the
contract may by mulual lorec;mznt between the School Board and the Vendor be
renewable for up to thne(3)adcJitic►nal one(1)year tertns.
�. Terminatian. The School Board may terminate this Agrecinent fi�r
convenicnce, upon thirty (30) days written notice. V�ndor shall be paid ti�r servi�cs
performcd and completed under thi, Agreement up to the et�wtive date of teimination
tind lo� cxpcnses, whicti would be otherwise reimbursable undcr this Agrecmcnt and
which Vendor had incurred prior to the effective date of termination.
5 Comnensation and Pa� Vendor shall be paid for the services and
license as provided for in the quotation attached as Exhibit B. Services shall be provided
at the fixed rates specified in the quotation, with no allowance for additional fees or
expcnses,without the express written agreement of Schoot Board.
6. Independent Contractor. The Vendor certifies that it is an independent
contractor and shall not employ,contract with or otherwise use the services of any officer
or employee of the School Board. The Vendor certifies that its owner, officers, directors
or agents,or members of their immediate family,do not have an employee relationship or
other material inlerest with the School Board.
7. Insurance and Indemnification. The Vendor agrees to indemnify and save
harmless the School Board, its officers, agents and employees from and against any and
all claims and liabilities(including expenses) for injury or death of persons or damage to
any property which may result, in whole or in part, from any negligence or other act or
Exhibit A
cuni�.sicm�n the part�f the Vendnr, its a�en�s, employees or representa�ive�. The Vend�r
will c::�rry:u�d muintain a.a ntinimun�Ih� li�llowin};u,veragc t�om in.uranc:c r.:�rricrs Ihut
maintaiii a rating of "A=' or better a��d a financiaJ size category of "VI" ar higher
according tc� the t\. N1. [��hc C'c►mrany: (a) ge,�neral liability; (b) wodcers' compensation
where applicable, in th� minimum amountti rcquirui by thc Rixk lvi:�n:lrCtl7COl
[h.�a�tmcnt and Purchasing Uerarinicnt �,f the Schcx�l Di�trict �if' St. .Ic►hns ('��unty,
Ftarida. Thc Vc;ndor will pru��idc hefi�re commenccment �f wo�l:, and attarh to this
Agreement,ccrtiGcates evidcncing such cuverage.
(a) Commercial General Liabilitv. Commercial general liability
coverage which includes broad form commercial general liability,including premises and
operatioq products and complete operations, personal injury, fire daznage (minimum
$100,000) for limits of not less than $1,000,000 per occurrence and $2,OOQ000 per
genera! aggregate. Tlus policy will include the District as an additional insured.
(b) Workers' Compensation Covera¢e. The workers' compensation
insurance will bc maintained as reyuircd by applicable Florida law.
8. [.aws an�i Regulations. This Agreemeni, and all extensions, supplements
aud modifications lhereto, and all questions relating to its validity, intcrpretation,
petformance or enforcement shall be governed and construed in acc;ordanec with the laws
of the State ot'Clorida. My legal disputes, legal proceeciings or actions arisiiig c►ut of or
in connectiun with this A�reement shall be brought in the state courts of St. Johns
County, F�(orida. Tlie parties shall not violate the code of ethics for public officcrs and
employees,Chapter l 12, E'lc�rida Statutes.
9. F3ack�round Chzck. The Vendor a�;rees to comply with all re,quiremcuts
of Secrions lO12.32 and 1012.4G5, Florida Statutes, and, except as provided in Sec:tiuns
1012.467 or 1012.468 and consistent with District policy, all of its personnel who: (1)
are to be permitted access to school grounds when students are present, (2) will have
direct contact with students, or (3) have access or control of school funds, shall
successfiilly complete the backgtound screening required by the referenced statutes and
meet the standards established by the statutes and the School Board. This background
screening will be conducted by the School Board in advance of the Vendor or its
persormel providing any services under the conditions prescribed in the previous
sentence. The Vendor shall beaz the cost of acquiring the background screening required
by Secrion l O12.32, Florida Statutes, and any fee imposed by the Florida Department of
Law Enforcement to maintain the fingerprints provided with respect to the Vendor and its
personnel. The parties agree that the failure of the Vendor to perform any of the duties
described in this section shall constitute a material breaeh of this Agreement entitling the
Schoal Board to terminate immcdiately with no further responsibilities or duties to
perform under this Agreernent. The Vendor agrees to indemnify and hold harmless the
School Board, its officers and employees fmm any liability in the form of physical or
mental injury, death or property dama5e resulting from Vendor's failure lo cc�mply with
requirements of this section or wilh Su;liuns l O12.32 and 1�12.4G5, Florida Statutes.
�
Exhibit A
i0_ Assi�r►abilitv. This Agreement is for the personal services of the Vendor
and may not be assigned by the Vendor except as part of the sale of all or substantially all
of Vendor's assets,without the prior written conseni of the School Board, which shall nut
be unreasonably withheld_ Neither a sale of all or substantially all Vendor's assets, <<
stoek sale, m�rger or change in control shall require the School Board's consent.
However, in any such event, Vendor's successor shall honor and abide by all d�e tenns
and conditions of the Agreement and the accompanying License Agreement.
11. Conduct While on School Prouertv. The Vendor acknow(edges that its
employees and agents will behave in an appropriate manner while on the premises of any
school facility and shall at all times conduct themselves in a manner consistent with
School Board policies and within the discretion of the premises administrator (or
designec). It is a breach of this Agreement for any agent or employee of the Vendor to
behave in a manner which is inconsistent with good conduct or decorum or to behave in
any manuer that will disrupt the educational program or constitute any level of threat to
the satety, ftealth Znd well heing of dny student or employee of the School Board. The
Vendor agrees tc� ictun�:ctiately removc any agent or empluyee if directed to do so by the
premises administrator ar designee.
12. No Taxes. The School Board is not obligated and does not agree to pay
any federal, slate or Iocal tax as a result of this A�recment. The only excinption
regarding payment oF taxes shall be for situations that involve re-sale of product to thc
public for the purposc of fundraising.
l3. E'uhlic R��;ords. Ttiis A�reement is subject to and govemed by thc laws of
the Statc of Florida, including witl�out limitarion Chaptcr 119, I'Lorida Statutc:s, which
generally makc public all rec;ords and uthcr writings made ar received by the parties.
14. No Waivrr. Notlii►t� t�crcitt i� intcndu! lc� u;rvc �.ti a waivcr of scrvcrcign
immunity by any agency or political subdivision to which sovereign immunity may be
applicable.
15. N�m-D't.x;rimiu,itic�n. "C6e parties shall not discriminalu against any
cmployec or p:i�ticipaut in the perl��rmancc of the dutics, responsibilitics and c►b[igatiuns
undc;� this A�;recment h��.auu: uf racc:, ud��r, religion, gender, age, m�rital status,
disabilily,pulilical or rclibi�►us bcli�ls, natiunal crr cdinic origin.
1C. ilcce;ti; ec�.uid IZut�nli�:m ��f L)ncumentaticm. The School Board,the United
States Departme�it <�f Iiducatian, lhc (:c►mPtroller C�enerai of the Unitul St:ites, ll�e
Florida Department <�t' f?�luc.i�i���i or ,�ny c►1' lheir duly authucizc;d represenlatives shall
havc au;uss lu any b����k,, d�x;umcnls, �tiapers aad rea�rds ol' thc Vcndor which arc
dircctly he;rtincnt I�� wurk and services to he �erG�rmed under lhis ngrcc:mr�it li�r the
purpasc of audit, examination, excerpting and transcribing. Th� particti will rclain sl(
such required records,and records required under any statc or 1'ederal rule;s, re�►ulaticros ur
3
Exhibit A
laws respecting audit, for a period of four yeais after the School Board has made final
payment and all services havz been performed under this Agreement.
17. Debarment. By signing this Agreement, Vendor ceriifies to the best of its
l:now•ledge and belief,that it and its principals:
(a) Are nu� rr�•c:n�(y dch:irrcd, suspcndcxl, proposed for debarment,
dcx;lare ineligible or voluntarily excluded ti�om u>vcrecl trdnsactions by a federal
de�artment cx agency.
(h) Have not, within the preceding five-year period, been convicted of
or had a civil judgnent rendered against them for comrnission of fraud or a criminal
offense in connection with obtaining, attempting to obtain, or perfortning a public
(federal, state or local) transaction or contract under public transaetion; violation of
federal or state antiUust statutes or commission of embezzlement,theft, forgery, btibery,
falsification or destruction of records, makins false statements or receiving stolen
pr��perty.
(c) Are not presently indicted or otherwise criminally charged by a
govemmental entity (federril, sta�e ur local) with c;ommission of' any oE the offensc�
enumerated in thc precalin�;paragraph(b).
(d) Havc nc�t within the pre,�ceding fivc-year Ex;ric�d had one or ntore
public transactions(foderal, state or local)terntinated for cause or default.
Vendor a1;rees to notity Schuol B�ard within 30 days at�er oc:currence of any of
the cvents, acticros, debannents, pmposals, dc�larations, exclusions, convictions,
judgm�nts, inclielments, infurniations or tenninations as describeci in paragraph l7(�) -
(d)above,with respect to Vendar or its principals.
iN WITNESS WHEREOF. the parties hereunto have executed this Agreement as
c�f the date first above written.
ATTEST('PVITNESS): THE SCHOOL BOA.RD OF ST.JOHNS
COUNTY, FLORIDA
. l
,
[�v� �(.�c z �J�.�,��� " � � `��� �'�,
t'rint Name: ' � ` �;' �'e o epi G. Joyuer d. .
i'i�ic � r �-ir� 55 'l.�-,,t _ Superiniendent �
Uate Appruved:_ r/ :'�� `�� � C i '-1
4
Exhibit A
ATTEST(WITIYESS): VENDOR
By:��_�.��1�� By: c �
I'rintNazue`"�c.�r.�,•a'1 '�,r��� Print ame:��cfl '�- �� �-z.
'I'itle: (��Xy�,i��,S:�� _ Title: ��.�1 f� � C o.0_
US w�TaQ ��-�s Cc�Q.'�.
S
E�hibit A
St.Johns County School District ���OU�- � REQUEST FOR
PURCHASING DEPARTMENT S���o-`r�
400rangeStreet � L�;;k���� PROPOSAL
St.Augustine, FL 32084 j""�r:':'""'
RFP NO.: 2014-20
RFP TITLE: Operation and Management of RELEASE DATE: August 27,2014
Water Treatment Plant SEE RFP FOR MANDATORY MEETING
F.O.B. Destination: District Wide
CONTACT: Patrick Snodgrass
RFP OUE DATE AND TIME: September 29,2014 @ 1:30 pm Director of Purchasing
RFP OPENING DATE AND TIME: September 29,2014 @ 2:00 pm (904)547-7700
patrick.snodgrass@sfohns.kl2.fl.us •
SUBMIT RFP TO� Purchasing Department RFP OPENING LOCATION: Purchasing Department
40 Orange Streei 40 Orange Street
St.Augustine, FL 32084 St.Augustine, FL 32084
REQUIRED SUBMITTALS CHECKLIST-Note: Submittal is required for each box checked for RFP to be considered.
_Literature _ Specifications _ Catalogs _Product Samples: See RFP for specific details
X Debarment Form _Manufacturer's Certificate of Warranty
X Drug-Free Workplace Certification X List of References
X Certificate of Insurance: See enclosed guidelines for
detailed specifications
X Jessica Lunsford Act(St.Johns County School District Requirements and Swom Statement).
X Additional submittals specific to this RFP may also be required—See RFP for Details
THE RFP SHALL BE EFFECTIVE FROM November 2014. THE ANTICIPATED DATE OF BOARD APPROVAL IS November 2014.
PROPOSER MUST FILL IN THE INFORMATION LISTED BELOW AND SIGN WHERE INDICATED FOR RFP TO BE CONSIDERED.
Company Name:
Arldre;c
i;iry �t,�:- �'io FEIN
Signature of Owner or
Authorized OfficerlAgent r-i?��on=
Typed Name of Above: __ FAX
- Emad-- ----- — --
By my signature, I cert'rfy that this offer is made without prior understanding,agreement,or connectlon with any corporation,firm,business entity
or person submitting an offer(or the same materials,supplies.equipment,or services(s),and is in all respects fair and without collusion or fraud i further
agree[o abide by all condi[ions of this invitation and certi(y that I am authorized by the offeror to sign this response. In submitting an offer to the School
Board of St.Johns County,I,as the respondent,offer and agree that if the offer is accepted.Ihe offeror will convey,sel�,assign,or transfer to the School
Board of St.Johns County all right.title,and interest m and to all causes of ac[ion it may now or hereafter acquire under the Anti-trust laws of the U�ited
States and the State of Florida for price fixing relaGng to the particular commodity(s)or service(s)purchased or acquired by the School Board of St.Johns
County. At the School Board's discretion,such assignmenl shall be made and become effective at the time the School Board of St.Johns County tenders
final payment[o the vendor. Upon approval by Board,the informa6on contained herein shall conslitute the co�lract between[he Board and vendor.
NO RESPONSE-I HEREBY SUBMIT THIS AS A"NO RESPONSE"FOR THE REASONS CHECKED BELOW�
❑ 1. Insufficient time to respond ❑ 7. Addendum received too late to respond
❑ 2 Specifica6ons were unclear or restrictive ❑ 8. Could nof ineet Insurance requirements
❑ 3. Could not meet bonding requirements � 9. We do not offer ihe product or service requested
❑ 4 Our schedule will not permit us to respond ❑ 10. Remove our company name from this commoditv listina only.
❑ 5. Terms&Conditions vvere unclear or restrictive � 11. Keep our company on the bid list for future hids.
❑ 6. Could not meet specifications
❑ 12. ,.,'-'— —— —_ -------- --- - - — -- --
Page 1
GENERAL CONDITIONS
Proposer: To ensure acceptance of the proposal fol�ow these instructions—
1. SEALED RFP REQUIREMENTS: The "REQUEST FOR a) TAXES: The School Board does not pay Federal Excise and
PROPOSAL"sheet must be completed,signed,and retumed with the State taxes on direct purchase of ta�gible personai property. The
RFP. The RFP Response Form on which the proposer actually appiicable tax exemption number is shown on the purchase order.
submits a proposal and any pages upon which Informatlon is required This exemptlon does not apply to purchases of tangible personal
lo be inserted must be completed and submitted with the proposal. property made by contractors who use the tangible personal
Proposals received that fall to comply with these submittal property 6�ihe performance of conVacts for the improvement of
requirements may nat be eonsidered for award. School Board owned real property as defined in Chapter 192 of
a) PROPOSER'S RESPONSIBILlTY: It is the resPonsibility ot the Florida Shatutes.
the proposer to obWin all pages of the RFP package and all b) MISTAKES: Proposers are expected to examine the
attachments thereto,togethe�with any addenda to the RFP specifications, delivery schedules, proposal prices and
package that may 6e issued prior to the RFP due date. extensions, and all insVuc6ons pertaining to supplies and
b) PR�POSAL SUBMITTED: Completed proposal must 6e services. Failure to do so will be at proposers risk.
submitted sealed m an envelope. Pr�osals must be time c) CONDITION AND PACKAGING: tt is understood a�d agreed
stamped in the Purchasing Department prior to the RFP due time that any item offered or shipped as a result of lhis RFP shait be
on dale due. No proposal will be co�sidered if not time stamped new (current produclion model at the time of this RFP)unless
in the Purchasing Departrnent prior to the stated RFP due fime. othervvise stated. AH containers shali be suita6le for storage or
Proposals submitted by teiegraphic or facsimile transmission will shipment, and all prices shall include standard commerdal
not be accepisd unless stated in the speciai condidons of this packaging.
RFP. d) UNDERWRITERS' LABORATORIES: Unless othervuise
c) Each proposal must 6e submitted on"RfP Resuo�se Form" stlpulated in the RFP, all manufactured items �d fabricated
in a sealed envelope with the item bid, date, tlme and R�P assemblies shall be U.L.listed where such has been established
number on the outside. by U.L.for the item(s)oflered and fumished. In lieu oi the U.L.
d) PUBIIC ENTITY CRIME: Pursuant to Florida Statute 287.133,a Itsting,proposer may substitute a Iisling by an Independent testing
person or affiGate who has been placed on the convicted vendor laboratory recognized by OSHA under the Nationally Recognized
Nst folbwing a convictlon for a public entity crime may not submit Tesdng Laboratories(NRTL)RecogniGon Program.
a proposal on a contract to provide any goods or services to a e) BIDDER'S CONDfTIONS: The Board specifically reserves the
pubic entity, may not submit a proposal on a contract with a right to reject any wnditlonal Proposal submitted by proposer.
pubBc en6ty far the construc6on or repair of a pubtic twilding or � PREFERENCE FOR ST. JOHNS COUNTY BIDDERS: For all
pubic work,may not submit proposals on leases of real property purchases made by the 5chool Board, prices and quality being
to a public entity, may not be awarded or perform work as a equal,preferer�e may be given to St.Johns Cou�ty Proposers,
contractor,supplier,subcontractor,or consultant under a contract subject to certifiCation as a dru¢hee workplace(Florida Statute
with any public entity, and may not Uansacl business with any 287.087 and 287.084).
public entity in excess of the threshold amount provided in 4. NONCONFORMANCE TO CONTRACT CONDITIONS: Items
Section 287.017 of Florida Statute, for CATEGORY TWO for a offered may be tested for compliance with RFP conditions and
period of thirty-six (36)monU�s ftom the date of being placed on specifications. Items delivered,not confurming to RFP condifions or
the convicted vendor list. speafica6ons, may be rejected and retumed at vendors expense.
e) EXECUTION OF RFP: All proposals must be completed in ink or Goods or services not delivered as per delivery date in RFP andlor
typewritten. If a correction is necessary, draw a single line purchase order may be purchased on the open market. Any increase
through the entered figure and enter the corrected figure or use in cost may be charged against the proposer. Any violatlon of these
an opaque coRec6on fluid. All correcdons should be initialed by sUpulations may also resutt in:
the person signing the proposal even when using opaque a) ProposePs name being removed from the Department of
correction fluid. Any illegible entries will not 6e considered for Purchasing vendor mailing Gst for one (1) yPar and vendor nol
award. The original RFP conditions and sperJficatlons cannot he being recommended for any award during this period.
changed or altered in any way by the proposal or otherwise by the b) All departments being advised not to do business with proposer.
proposer. I�the eve�t of eny conflict belween the specifications 5. SAMPLES: Samples of ftems,when required,must be fumished free
and conditions of the RFP and the terms and conditions of the of expense by RFP due date unless otherwise sta[ed and, ff not
proposal, the specifications and condlions of the RFP take deshoyed,will upon request,be retumed at the proposer's expense.
precedence. Proposers will be responsible for the rernoval of all samples fumished
2. SPECIFICATIONS used are inlended to be open and nonresVictive. wfthin thirty (30) days after RFP opening. All samples will be
Any reference to brand name (unless specified in the RFP disposed of after thirty (30)days. Each indivldual sample must be
Specifications)or number shall nat be construed as restricting to�al labeled with pruposer's name, RFP number, and item numher.
manufacturer,but is used as a minimum standard o#quality. It shall Failure of proposer to either deliver required samples w lo clearly
be the sole responsiWlity of the proposer to state, in writing, brand identify samples as indicated may be reason for rejection of the RFP.
proposed,model and other pertinent iniormatlon even if proposing as Unless otherwise indicated,samples should be delivered to the office
spedfied. Proposer shall submit complete technical information, of the Purchasing Department of[he St.Johns County School Board,
specifications,manufacturer's name and descriptive catalog cuts with 40 Orange 5treet,St.Augustine,FL 32084.
proposal, when reGuested. The Purchasing Department shall be the 6. DELIVERY: Unless actual date of delivery is specified(or if specified
sole judge in determining whether the produc�tem proposed meets delivery cannot be met), show number of days required �n make
the RFP specifications. delivery after receipt oF purchase order In space provided. Delivery
3. PRICES QUOTED: Deduct trade discounts and quote a firtn nel time may become a basis for recommendi�g an award(see Special
price. Give both unit price and extended total. Prices must be stated Conditions).
in uni4s to quantity specified in the RFP. In case of discrepancy in 7. NOTE T� VENDORS DELIVERING TO OUR CENTRAL
compudng the amount of the proposal, the Unit Prlce quoted wlll WAREHOUSE: Recelving hours are Monday through Friday
govem.All prices quoted shall be F.O.B.destination,freighl prepald. (excludi�g holidays) 8:30 A.M. to 2:30 P.M. Appointments are
Proposer pays and bears 6eight charges. Proposer owns goods in required.
lransit and files any claims, unless otherwise stated in Special 8. REQUESTS FOR CLARIFICATIONS: No conecGon or clarificaUon of
Conditions. Award, if made, will be in accorda�ce with terms and any ambiguiry, inconsistency or error in the RFP conditions and
conditions staled herein. Each item must be proposed separetely and specifiqtions wi9 be made to any proposer orally. Every request for
no attempt is to be made to tie any item or ilems in with any other such interpretation or coRection should be in writing, prior to RFP
item or items. Cash or quantity discounts otfered will not be a date, addressed to the Purchasing Departrnent Rep2sentative. AII
consideradon in detertnination of award of bid(s). If a proposer such interpretations and supplemental instructions will be in the form
offers a discount or offers cerms less than Net 30,It is undersrood that of written Addenda to the Proposal Documents. Only the
a minimum ot lhirty (30) days will he required for payment. I( a interpretalion or correcfion so given by the Pu�chasing Department
payment discount is offered,the discount 6me will be computed(rom Representative,in wri6ng,shall be binding and prospective proposers
the date of satisfactory de�very at place of acceptance and receipt of are advised lhat no other source is authorized to give informadon
corcect invoice at the office specfied. conceming,or to explain or i�terpret the Proposal Documents.
Page 2
Exhibit A
19.ANTMDISCRIMINATiON: 7he proposer certifies that he or she is in
9. AWARDS: Proposals shall be reviewed in accordance with the RFP compliance with non-dixrimination laws(Civi� Rights Act of 196�1 as
speafications and condiHons and the best interest ot the School amended and Executive Order 11246, entitled 'Equal Employment
District To that end,the Board reserves the right to reject any and all Opportunity", as amended by Labor regulations) relative io equal
propos�s; to waive any irreguiarities or iniormalities; to accept any ernployment opportunity for all persons without regard to age, race,
item or group of Rems;tu request additional information or Gar�cation color,religion,sex,national origin,or handicap.
from any proposal;fo acquire additional quantities at prices quated on y0. LICENSES AND PERMITS: The proposer shall be responsible fw
this invifation unless additional quantities are not acceptable,in which obtaining, at its expense, all licenses and pertnits required for
case the RFP sheets must be noted "PROPOSAL IS FOR pe�rmance of the work or services resulUng trom the RFP award.
SPECIFIED QUANTITY ONLY." Any dispute conceming the meaning p�, g�D BONDS, PERFORMANCE BONDS, CERTIFICATES OF
or interpretation of the wnddions or speaftca6ons of this RFP or lhe INSURANCE: Bid bonds,when required,shall be submitted with the
contract resulting therefrom, same shall be decided by Purchasing bid in the amount speafied in Special Conditions. Bid bonds will 6e
Department and that decision shali be final. The decision to award a returned to unsuccessful bidders. After acceptance of bid,the Board
contract or take other acUon in regard ro the RFP shall be made in will notify the successful bidder to submit a perfortnance bond and
furtherance wiU�the best interest of the School District, certificate of insurance in the amount specified in Special CondiGons.
1U.OTHER GOVERNMENTAL AGENCIES: It is the intent of this St.Johns County School District shail be named as additional insured
solicitation to obtain proposals lo fumish the products(s�lservice(s) on policies required by detailed specifications. Upon receipt of the
herein specified to the School Board. Other s�hool boards and perFormance bond, ihe bid bond will be retumed to the successful
governmental agencies/entities may purchase from this solicitation if bidder.
pertnitted by the contrac6or or supplier. Said product(s}lservice(s)are 22. DEFAULT AND REMEDIES:
to 6e furnished in accordance with ihe contract resulting hom this a) The parUes acknowledge and agree Iha[ the damages for the
solicitation. failure of the successful proposer to timely deliver the products or
11.INSPECTION,ACCEPTANCE&TITLE: Inspection and acceptance sp���s�ntracted for may be difficult ro determine. Moreover,both
wili be at desUnatlon shown on purchase order unless otherwise p�es wish to avoid lengthy delay and expensive litigation rela6ng to
provided. Title tolor risk of loss or damage to all items shall be the �{ailure of ihe successful proposer to deliver on dme. Therefore,in
responsibility of the successful proposer until acceptance by the buyer the event the successful proposer fails to timely deliver the products
unless bss or damage resutt from negiigence by the buyer. If the ar services contracted for,the Schoo!Board may exercise the remedy
materials or services supplied to the Board are found to be defective of liquidated damages against the successful proposer in an amount
or do not contorm lo specifications. Ihe Board reserves the right to equal to 25% of the unit pri�e proposal, times the quanUiy. The
cancel the order upan written no8ce to fhe seller and return producl al successful pmposer shatl pay lfiat sum to the Schooi Board not as a
proposers expense. penalry, but as 6quidated damages intended to compensate for
12. MARKING: Packing tist must be included in each shipment and shall unknown and unascertainable damages.
show The School Board Purchase Order Number, RFP Number, b)In the event of defautt for any reason other than the failure of lhe
School Name or Department Name, Contents and Shipper's Name successful proposer to Gmely deliver the products or services
and Address; mark padcing fist and invoice covering final shipment c�tracted for,the Schooi Board may exercise any and all remedies
'Order Completed". If no packing list accompanies the shipment,the in contract or tort avai�abfe to il, including, but not limited to, the
buyePs count will be accepted. Mark each package clearly with(A) ���ery of actual and consequential damages.
Shipper's Name and Address,(B)Contents.(C)The 5chool 8oard of p3.TERMINATION: In ihe event any of the provisions of this RFP are
St.Johns County Purchase Order Number.and(D)RFP Number. violated by the proposer, the Purchasing Department shall give
13. PAYMENT: Payment will be made by the buyer after the items writfen notice to the proposer statl� the deficiencies and unless
awarded to a vendor have been received, inspected, and found to deficiencies are corrected within five(5)days,recommendation will be
compty wiVi award speafica6ons, free of damage or defect and made for immediate cancellation. The School Board reserves the
properly invoiced. right to terminate any contract resulting from this RFP at any time and
14.CONFLICT OF INTEREST: The award hereunder is subject to the for any reason,upon giving thirty(30)days prior written�otice to the
provisions of Chapter 112, Florida Statutes. All proposers must other party.
disGose with their proposal the name of any officer,director,or agent y4.BILLING INSTRUCTIONS: Invaces, unless otherwise indicated,
who is also an employee of the School Board. Further,all proposers must show purchase order numbers and shall be submitted in
must disclose ihe name of any 8oard employee who owns directly or �p���te to St. Johns County School Distrid, Accounts Payable
indirectly,an interest of five per cent(5°!a)or more of the total assels Department, 40 Orange SVeet,St Augustine, FL 32084. Payment
of capit�stock in the proposer's firm. will be made within thirty (30) days after delivery, author¢ed
1S.LEGAL REQUIREMENTS: The Proposer shall comply wRh Federal, inspectlon and acceptance.
Slate,County,and local laws,ordinances,rules,and regulations that q5_FACILITIES: The Board reserves the right to inspect the proposers
in any manner afFect the items covered herein. Lack ot knowledge by �c�ities at any time wifh prior notice.
the proposer wifl in rw way be a cause for 21ief trom responsibility. Z6. PROPOSAL TABULATIONS• Proposers desiring a copy of proposal
16.PATENTS 8 ROYALTIES: The proposer, without exception, shall tabulation may request same by endosing a self-addressed,stamped
indemnify and hold harmless the School Board �d its employees envelope with sufficient amount of postage on the envelope, when
from liability of any nature or kind,induding cost and expenses for or submdting proposal.
on account of any copyrighted, patented, or unpatented invention, 2�,ASBESTOS STATEMENT: All material supplied to the School Board
process, or article manufactured or used in the performance of the must be 10Q°k asbestos free. Proposer by virtue of proposing,
contract,including its use by the School Board. If the proposer uses ��fies by signing proposal, that if awarded any portion of mis
any design, device, or materials covered by letters, patent, or proposal, will supply only material or equipmenl that is 100°�
copyrtght,it is mutually understood and agreed wi[hout excepUon that asbestos free. No proposal will be considered unless this is agreed to
the proposal prices shall include all royalties or cost arising from the by the proposer.
use of such design,device or materials in any way involved in the 2g,HOLD HARM�ESS AGREEMENT: During the term of this proposal
'^ro� the proposer shall indemnify, hold hartnless,and de(end the School
17.OSHA: The proposer warrants that the product supplied to the Board its agents,servants and empbyees from any and all costs and
School Board shaN conform in all respects ta the standards set forth in �penses, including but not limited to, a8orney's fees, reasonable
the Occupational Safety and Health Act of 1970,as amended,and the investigaGve and recovery costs,court costs and all other sums which
failure to comply with this conditio� witl constitute a breach of �e Board, its agenLs,servants and employees. may pay or become
CO���- obl'igated to pay on account of any.all and every claim or demand,or
18.SPECIAL CONDITIONS: The P�rchasing Department has the asseRion of liability,or any claim or actions founded,thereon,arising
authority to issue Special Conditions and Specifications as required or alleged to have arisen out of the products, goods or services
for individual proposals_ Any and all Special Conditions that may vary furnished by the proposer,his agents,servants or employees,or any
from these General Cond�ions shall have precedence. of his equipment when such persons or equipment are on premises
owned or wntrolled by the Board for the purpose of performing
Page 3
E�thibit A
28_ HOL�HARMLESS AdREEMENT(continued): services,delivering b) Records: Vendors will also be required to provide access to
products or goods. installing equipment, or othenvise UansacHng records,which are directly pertinent to the contract and retain all
business, whether such claim or claims be for damages, injury to required records for three(3)years aRer the School Board's final
person or property. inGuding the Board's property, or death of any payment is made.
person,group or organization,whether employed by the proposer or c) Tertnination: For all contracts involving Federal funds,in excess
the Board or otherwise. of$10,000,the School Board reserves the right W tertninate the
28.CONYICTED FELONS: Prior to commencement of performance,the contract for�ause as well as convenience by issuing a certified
successful proposer shall provide the School Board,a written listing of notice to the vendor.
all employees(or employees of subconVactors)the proposer intends 37. JESSICA LUNSFORD ACT: Effecfive September t,2005,if yau or
to util¢e in peAormance of the matter proposed upon who are your employees or your agents ha�e access to one of our schools
convicted felons. The list shall specify the nature of the conviction when students a2 present,have direct oontact with students,or have
and the date of the conviction. The School Board reserves the right, access to or conhol of school funds, you must undergo and pass
in its sole discretion, to prohibit the successful proposer irom using screening requirements as described in Sedion 1012.32 and 435.04,
any such listed convicted felon(s) in the performance of services Florida Statutes. Pursuant to Section 1012.467, Florida Stalutes,all
related to this contract. The successful proposer shall not use any non-instructional contractors who are permitted access to school
such convicted febn(s) in the performance oi servlces under this grounds when students are present, whose performance of the
contract unless first approved, in wridng, by the School Board. The contrad wlth the school or school board is not anticipated to result in
successful proposer shall also provide immediate written notice to the direct contact with students,and for whom anticlpated contact would
School Board if at any time during the lerm of this conVact it intends be infrequent and incidental are required to undergo a fingerprint
to utilize in the performance of services under this contract any based criminal history check. Awarded vendors will be required to
convicted felon(s) not identified in the initial listing fumished to the comply with Sections 1012.465 and 1012.467, Florida Statues,The
School Board, the use of such individuals being contingent upon Jessica Lunsford Acl The successful vendor(s} must submit
obhaining pr'pr written approval from the School Board. It it is later completed Attachment A, "Swom Statement Pursuant to Section
determined the successful proposer knowingly rendered to the School 1012.465,Florida Statutes as amended by Ihe HB1877,The Jessica
8oard an eRoneous or incomplete listing of convicted Felons as Lunsford AcC before being recommended for award. Failu2 to
requfred hereby, in addition to any other available remedies, the submit ihis form(s), as noted, wiN result in the vendor(s) not being
School Board,may imme�ately tertninate this contract without notice recommended for the bid award.
and re-procure the servlces to be provided hereunder. This provlsion
is a material inducement for the School 8oard, to enler into this
proposal contracl.
30.VENUE:Any suit,action,or other legal proceedings arising out oF or
relaGng to this Agreement shall be brought in a court of competent
Jurisdiction in St.Johns County,Florida. The parties waive any right •
to require that a suit, action, or proceeding arising out of this
Agreement be brought in any otherjurisdiciton or venue.
31.WANER OF JURY TRIAL: The parties knowingly, voluntarily, and
intenHonally walve thelr right to trial by jury with respect ta any
litlgadon arising out of, under, or in connection with ttiiis proposal
conlract and any other agreements exearted or contemplated to be
executed in connection herewith. This provision is a material
inducement for the School Board to enter into the proposal contraet.
32.ATTORNEY FEES: In conneclion with any litlgation arising out of this
RFP or any conVad resulting therefrom,the prevailing party shall be
entiGed to recover reasonable attorneys'fees and costs at all levels of
the proceedings in addilion to any other relief qranted.
33. LOBBYING: Proposers are hereby advlsed that lobbying is not
permitted with any disUict personnel w board members. All oral or
written inquires must be directed through the Purchasing Department.
Lobbying Is defined as any action taken by an individual, firm,
assoclatlon,joint venture,partnership,syndicate,corporatlon,and all
other groups who seek to influence the govemmental decision of a
board member or dishict personnel on the award of this cantract Any
proposer or any in�ividuals that lobby on behalf of proposer will result
in rejection/disqualification of said proposal.
34. ASSIGN1ilENTS: The successful 6idder may not sell, assign or
transfer any of its rights,duties or ob6gations under this bid conUact
without the prior written consent of the School Board.
35.BID PROTEST: Failure to file a protest within the time presuibed in
Seceion 120.57 (3), Florida Statutes,shall constitute a warver of any
protest
36. COMPLIANCE WITH FEDERAL REGULATIONS: Alt contracts
involving Federal funds will contain certai� provisions requirad by
appluable sections of Title 34,5ection 80.36(I)and 85.510,Code of
Federal Regulations and are inGuded by reference herein.
a) Debartnent: The p�poser cerUfies by signing the proposal that
the proposer and its principals are not presently debarred,
suspended, proposed for debarmenG declared ineligible or
voluntarily excluded from participation in Federally funded
transactions and may, i� certain instances, be required to
provide a separate written certification to this effect.
During the tertn of any contract with the School Board, in the
evenl oF debarment,suspension,proposed debarment,deGared
ineligible or voluntarily excluded from participation in Federally
funded Uansactions, the proposer shall immedlately notity the
Purchasing Departrnent and the Superintendent,in wriGng.
Page 4
Gxhibit n
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion - Lower Tier Covered Transactions
This certification is requrred by the Department of Education regulations implementing Executive Order 12549, Deba�ment and
Suspension,34 CFR Part 8b,for al1 lower tier transacfions meeting the threshold and tier requirements stafed at SecFion 85.1 i0.
7. By signing and submitting this proposal, the prospective 6. The prospective bwer tier participant further agrees by
lower tier participant is providing the certification set out below. submitting this proposal that it will incJude 1he clause tiUed
"Certfication Regarding Debarment, Suspension, Ineligibility,
2. The certification in this clause is a material representatlon of and Volunlary Exdusio�-Lower Tier Covered Transactions,"
(act upon which reliance was placed when this transaction was without modifica0on,in all lower tier covered Vansactions and
enlered into. If it is later detertnined ttiat the prospective lower in all soliatations for lower tier covered lransactions.
Iier participant knowingly rendered an erroneous certification,in
addition to other remedies available to the Federal Govemment, 7. A participant in a covered transaction may rely upon a
the departrnent or agency with which this transaction originated certificaGon of a prospective partidpant in a bwer tler covered
may pursue available remedies, including suspension andlor transaction that it is not debarted, suspended, ineligible, or
debartnent voluntarily excluded from the �overed transaction, unless it
knows that the certificaGon is erroneous. A participant may
3. The prospective lower fier participant shall provide decide the method and frequency by which it determines the
immediate uvritten notice to the person to whom this proposal is eligibility of ifs prin�als. Each participant may, but is not
su6mltted if at any tlme the prospective lower tier particlpant required to,check fhe Nonprocurement List
learns that its certification was erroneous when submitted or has
become erroneous by reason of changed circumstances. B. Nothing contained in the foregoing shall be construed to
reqwre establishment of a system of records in order to
4. The terms 'covered transaction,"'tlebaned,""suspended,' render In good faith the certification required by this clause.
"ineligible," '9ower tier covered transaction," "participant," The knowledge and infortnadon of a partiapant is rat required
'person," "primary covered transaction,' 'principal" "proposal," to exceed that wfuch is rrormally possessed by a prudent
and 'voluntarily ezduded," as used in this clause, have the person in the ordinary course of business dealings.
meanings set out in the Definifions and Coverage sedions of
rules implementing Executive Order 12549. You may conlact 9. Except for Iransactions auchorized under paragraph 5 of
the person to which this proposal is submitted for assistance in these instrucdons, if a participant in a covered transacUon
obtaining a copy of those regulations. knowingly enters into a lower tier covered transac6on with a
person who is suspended,debarred,ineligible,or voluntarily
5. The prospective lower 6er participant agrees by su6mitling excluded from participadon in this transaction. in addition to
this proposal that,should the proposed covered transactan be oiher remedies avaNabie to the Federal Government, the
enlered into, it shall not knowingly anter into any lower tier deparbnent or agency with which this transadion originated
covered transac6on with a persor+who is debarted,suspended, may pursue available reme�es,including suspension andlor
dedared ineligible,or voluniarily exGuded from participaGon in debarmenL
this covered transad'wn,unless authoraed by the department or
agency with which th�transaction originated.
Instructions for Certification:
7. The prospective lower tier parficipant certifies,by submission of this proposal that neilher it nor its principals are:
(a) presently debarced,suspended,proposed for debarment,decla2d ineligible,or voluntarily excluded from participation in this Vansaction by any
Federal departrnent or agency;
(b) have not wlthin a three-year period preceding this application been convicted of or had a avil judgment 2ndered against them for commission
of iraud w a criminal offense in performing a public(federal, state or local)Vansacdon or contract under a public transaction;or for viotation of
federal or state antitrust statutes or commission of em�lement, theft, forgery. bribery, falsification or destruction of records, making false
statements or receiving stolen property;
(c) are not presenUy indicted for or otherwise criminally or civilly charged by a government entity(federal,state or local)with commission of the
oifenses enumerated in this ceAification;w
(d) have not within a tFxee-year period preceding this application had one or more public transaction(federal,state or local)terminated for cause or
default.
2. Where the prospecGve lower Ger parGcipant is unable to certify to any of the statemenLs in this certification,such prospective participant shall attach an
explanation to this proposal.
Name of Applicant PRiAward Number andlor Project Name
Pr�nted Name T�tle of Authorized Representat�ve
S�gnature Date
Page 5
Exhibit A
DRUG FREE WORKPLACE CERTIFICATION FORM
In accordance with 287.087, Florida Statutes, preference shall be given to businesses with drug-free workplace
programs. Whenever two or more bids, which are equal with respect to price, quality, and service, are received
by the state or by any political subdivision for the procurement of commodities or contractual services, a bid
received from a business that certifies that it has implemented a drug-free workplace program shall be given
preference in the award process. Established procedures for processing tie bids will be followed if none of the
tied vendors have a drug-free workplace program. In order to have a drug-free program, a business shall:
1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the workplace and specifying the action that
will be taken against employees for violations of such prohibition.
2) Inform employees about the dangers of drug abuse in the workplace,the business's policy of maintaining
a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs,
and the penalties that may be imposed upon employees for drug abuse violations.
3} Give each employee engaged in providing the commodities or contractual services that are under bid a
copy of the statement specified in subsection(1).
4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the
commodities or contractual services that are under bid, the employee will abide by the terms of the
statement and wil! notify the employer of any conviction of, or plea of guilty or nolo contendere to, any
violation of chapter 893 or of any controlled substance law of the United States or any state, for a
violation occurring in the workplace no later than five(5)days after such conviction.
5) Impose a sanction on,or require the satisfacfory participation in a drug abuse assistance or rehabilitation
program if such is available in the employee's community, by any employee who is so convicted.
6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this
section.
As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.
(Vendor's Signaturej
Page 6
Cxhibit A
ST. JOHNS C�UNTY SCHOOL DISTRICT
S�t'ORN ST_1TEMEI�T PL;RSU.aNT TO SECTIONS 1012.46�aND 1012.467,
P[.OR[DA STATUTIsS,THE JLSSICA LIJVSFORD ACT
TIi1S FOl•2A•1 A•fUST BE SIGVED.1ND S�VORi` TO IN THE PRESENCE OF a VOTARY PtiBLIC OR OTHF.R OFFiCIAL
AUTPORIZED TO ADNIiNISTER QATHS.
1. This sworn statement is submitted to the School Boarcl of St.Johns County, Florida(Hereinafter`Board''or"School Board")
,,,
(Print indi�•idual's name and title)
for _ whose
--- - - - - -
1Prioi V:�m�uf enhh �ubmithng>u nin st�teinenl I
business address is
and its Federal Employer ldentification Number (FEIN) is . If the entity has na FEL�i,
include the Social Szcurity Number(SSN)of the�ndividual signing this s�vorn�tatcment and so indicate.
2. 1, _ .am duly authorized to mal:e this swom statement on
tPrint indi�idu:il�s name anJ thle�
behalf of __
1 Print tiame nt cnrih-suhntitting;norn stotcmentl
3. [ under�tand that during the 2005 Legislative Session,House Bill ]877, The Jessica Lunsford Act(hereinafter"The Act"or
"AcY')was passed and approoed by Governor Bush on�lay?,?005,with an effective date of September I,2005.
4. I understand that the Act a�nended the background screening requirements of Section 1U12.�}65,Florida Statutes(2004)for aIl
non-instnictional scl�ool district employees or "contractual personnel" by requiring al! non-instructional school district
employees or conuactua(personnel who are permitted access on schoo(grounds whei�students are present to under�o and pass
"le��el 2 back�round screening", and further, I understand the Act defines "contractual personnel"to include any vendor,
individual,or entity under contract with the Boazd.
5. I understand that pursuant �u Section 1012.465, Florida Statutes, non-instructional school dislrict employees or contractual
personnzl w�lio are permitted access on school grounds when students are present,who have direct contact with studcnts or who
ha��e access to or control of school funds must meet level 2 screening requirements as describzd in Sections 101232 and
435.O�1,Florida Statutes.
6. I further understand that Section 1012.467,Florida Statutes (2007) requires a fingerprint-based criminal hisrory check for all
"non-in�tructional contractors,"which is defined as any individual who received rerouneration for services performed for the
school district or a sehool, but who is not othen�•ise considered an employee of the school district. "Non-instructional
contractor" includes any employee of a contractor who perf'ormed services for the school district or the school under the
contract and any subcontractor and its employees who are permitted access to school gr•ounds when students are present,whose
performance of the contract with the school or school buard are not anticipatzd to result in direct contact with students,and for
whom anticipated contact would be infrequent and incidental.
7 1 understand that as a (a.g. r� private hus service
ITy�+�i�t crtityj
contractor)all contractual personnel,as defined in section 101_'.46�.Fla•ida Statutes,must meet level 2 screening requirements
as outlined in sections 1012.3?and 43�.04,Florida Slatutes in order lu do business�vith the School Board oF St.Johns County,
Florida. In addition, all "non-instructional contractors" must meet the screening requirements outlined in Section 1012.467.
Florida Statutes.
Inival, Paer 1 of2
Page 7
Exhibit A
3. I understand that "level 2 screenin, requiremen[s", as defined in Sections IO12.32 and 435,0�. and the background check
required by Section lO1Z.467, Florida Statutes means that fingerprints of all contractual personnel and non-instructiouat
contractors must be obtained and submitted to the Ftorida Department of Law Enforcement for state processing and to the
Federal Bureau of Investigation for federal processing.
9. I understand that the School Board will implement local procedures to comply with screening requirements, as defined in
Scctions 101232, 1012.467 and 435.04. I undersland that my company must comply with these local procedures at they are
developed.
10. I understand that any costs and fees a.ssociated with the required background screening wi]1 be borne by my company.
l l. I understand that any pe.rsomiel of the contractor found through fingerprint processing and subsequent leve) 2 background
screening to have been found guilty of,regardlc�s of adjudication,or entered a plea of nolo contendere or guilty ro any offense
outlined in Seclion 43�.04,Florida Statut�(or any similar statute of another jurisdiction),shall not be permitted to come onto
school grounds or any leatied premises where school-sponsored activities are tal:ing place when students are present,shall not
be permitted direct contact with students,and shall not be permitted fo have access to school district funds. tn addition,any
personnel of thz contractor found to have been convicted of a�ry offenses listed in Section 1012.4h7(2)(�), shall not be
permitted access on school grounds.
12. 1 understand that the failure of any of the company's or my aftected personnel to meet the screening standards as required by
Sections 1012.�65 and]012.467,Florida Statutes,may disqualify my company from doing business w�ith the School Board.
13. I hereby certify that the foregoina statement is true and correct in relation to thc company for which I am submitting this svorn
statement. I further certify that this statement is being giveo kno���ingly and voluntarily by me on behalf of my company.
The company submitting this s�vorn statement ao�rees to be bound by the provisions of SECTIONS 1012.32, 1012.465, 1012.467 AND
435.04,FLORIDA STATIJTES,THE JESSICA LUNSFORD ACT 2005.
1 CERTIFY THA"1'THE SUBMISSION OF THIS FORIvi TO THE SCHOOL BOARll OF ST. 70HNS COiTNTY, FLORIDA ON
BEHALF OF TF�COI�iPANY IDENTIFIED IlV PAR4GRAPH ONE(]}ABOVE BINDS THE COMPRNY TO FULL�'COMPLY
�VITH THE BACKGROiTND SCREL-NIlv`G R.EQUIRF.MENTS OF SE-CTIONS 101232, 1012.465, IOIZ.467 AND 435.04,
FI.ORIDA STATCTTES.
(Si��ature) -
Sworn to and subscribed befure me this __ day � 30
Pc°�,� I, , �„r
OR Produced Identification
Notary Public—State of
, _ -. , �. ,
My commission expires
�Prinrrd rvr��l�tt;L+m���1 c��nuni»innc�i name of natary public)
Initial> Paec 2�f 2
Page 8
Exhibit a
Statement on the Collection,Use or Release ot Social Securit� Numbcrs of Employees and Others
The School District of St. Johns County is authnrized tu wllect, use or rela�se soctal sr.c:uriry numbers (SSN)of employees and i'or ll�e foUo�eing
purposes. which are noted as either rcquired or authorized by la�v to he collected. The cullectian of sucial security numbers is eithnr specificaUy
au(h�rized by law nr imperative fnr[he perfom�ance of the District s duties and responsibilities as prescri6ed by(at��[Fla.Stat.,��' 119.071(5)(a)2�3]
I. Criminal history,Le�•el 1 and Level 2 backerouud checks/Identi6ers for processing fingerprints by Department of I.aw
EnforcemenU,if SSN Is available[Required hy FIa Admin.Code I 1 C-6.IHI3 a�id Fla.Stat.d 119.071(5)(a)G]
2. Vendors/Coosultants tl�at Distrlct reasonabl��believes would receive a 1099 form if a ta�idenNficndon numbcr is not provided
Including for IRS form�V-9[RequirecJ by 2G C.F.R.�3134U6-0,26 CF.R.$301.b109-I,and Pla.Srat.� 119_071(5)(a)2&6j
Page 9
E�chibit A
St Johns Caunty
School Distrid
f�;;��,�:
-�r��
��,Ptn z.6�:�ir���u �
4n,r�ar..
VENDOR'S STATEMENT OF PRINCIPAL PLACE OF BUSINESS
jMust be cornpleted&submitted with each competitive solicitationj
Bid number and description:
Identify the state in which the Vendor has its principal place of business:
Instructions: IF your principa!place of business above is located within the State of Florida,the Vendor must sign below
and submit this form with your bid response,no further action is reauired. However,if your principal place of business
is outside of the State of Florida,the following must be completed bv an attornev and returned with your bid response.
FAILURE TO COMPLY SHALL BE CONSIDERED TO BE NON-RESPONSIVE TO THE TERMS OF TNE SOLICITATION.
OPINION OF OUT-0E-STATE BIDDER'S ATTORNEY ON BIDDING PREfERENCES
(To be completed by the Attomey for an Out-of-State Vendor)
NOTICE: Section 287.084(2), Florida Statute,provides that"a vendor whose principal place of business is outside this
state must accompany any written bid,proposal,or reply documents with a written opinion of an attorney at law
licensed to practice law in that foreign state,as to the preferences,if any or none,granted by the law of that state(or
political subdivision thereof)to its own business entities whose principal places of business are in that foreign state in
the letting of any or all public contracts." See atso:Section 287.084(1),Florida Statutes.
LEGAL OPINION ABOUT STATE BIDDING PREFERENCES
(Please 5elect OneJ
_The Vendor's principal p(ace of business is in the State of and it is my legal opinion that the laws
of that state do not erant a preference in the letting of any or all public contracts to business entities whose principal
places of business are in that state.
_The Vendor's principal place of business is in the State of and it is my legal opinion that the
laws of that state�rant the following preference(s)in the letting of any or all public contracts to business entities whose
principal places of business are in that state:(Please describe applicable preference(s)and identify applicable
preference�s)and ident�fy applicable state law(s)):
Exhibit A
LEGAL OPINION ABOUT POLITICAL SUBDIVISION BIDDING PREFERENCES
{Please Select One�
The Vendor's principal place of business is in the political subdivision of and it is my legal
opinion that the laws of that political subdivision do not�rant a r�reference in the letting of any or all public contracts to
business entities whose principal places of business are in that political subdivision.
The Vendor's principal place of business is in the political subdivision of and the laws of
that political subdivision grant the followin�preferencels)in the letting of any or all public contracts to business entities
whose principal places of business are in that political subdivision:(Please describe applicable preference(s)and identify
applicable authority granting the preference(s)):
Signature of out-of-state Vendor's attorney:
Attorney's printed name:
Address of out-of-state Vendor's attorney:
Phone number/e-mail of out-of-state Vendor's attorney:
Attorney's states of bar admission:
Vendor's Signature:
Vendor's Printed Name:
Exhibit A
RFP#2014-20 Operation 1nd n7anagement of�Vater Tre�tment Plant
ST.JOHNS COLINTI' SCHOOL DISTRICT
REQtiEST FOR PROPOSAL
].0 INTRODUCTION
1.1 The St. Johns County School District(hereinafter referred to as tl�e District)is
requesting proposals for the operation and management of the Water Treahnent
Plant at South Woods Elementary School,4750 State Road 20b West,Elkton, FL
32033. 7'he District is also seel:ing pricing for repair��ork on an as needed basis.
The District makes no guarantee of a specific amount of repair work to be
complzted under this proposal.
2A INSTRUCTIONS FOR RFP SUB_M1TT'AL
2.1 All proposals must be received no later than, Septe�nber 29,2014 @ 1:30 PM and
must be delivered to:
St.Joluts County School District
Purchasing Department
40 Orange Street
St. Augustine, FL 32Q84
If a proposal is transmitted by US mail or other delivery mediwn,the proposer
will be responsible for its timely delivery to the address indicated.
2.2 Any proposal received after the stated date and tune,��'ILL NOT be considered.
2.3 One manually signed original proposal and three photocopies of the proposal
must be sealed in one packaje and clearly labeled'`RFP#2014-20 Operation and
Managemeni of Waier Trcatment Plant"on the outside of the package.The legal
name,address,proposer's contact person and telephone number must also be
clearly noted on the outside of the packa�e.
2.4 Failure to submit one orijinal proposal�vith a manual signature may result in
rejection of the proposal.
2.5 All proposals inust be signed by an officer or employee having the authority to
legally bind the proposer.
2.6 Any camections must be initialed. This includes con•ections made using
correction fluid(white out}or any other method of correction.
2.7 Pi•oposers should beeome familiar with any local conditions tl�at may, ul any
manner,affect the services required. The proposer(s)is/are required to carefully
examine the RFP teims and to become lhoroughl}�familiar with any and all
conditions and requirements that may in any manner affect the work to be
E�hibit A
RFP#2014-20 Operation and Management of�'ater Treatment Plant
performed under the contract. No additional allowance will be made due to lack
of knowledge of these conditions.
2.8 Proposals not conforming to the insti�ctions provided herein will be subject to
disqualification at the sole discretion of the District.
2.9 Any proposal may be v�rithdrawn prior to the date and time the proposals are due.
Any proposa(not withdrawn�vill constitute an iiTevocable off'er for a period of 90
days, to provide the District with the seivices specified in the proposal.
Z.10 Pursuant to Florida Statute, it is the practice oF the District to make available for
public inspection and copying any information received in response to an
Invitation to Bid or Request for Proposal(RFP). I�To action on the part ot�the
respondent to a Bid or RFP will create an obligation af confidentiality on the part
of the District,including but not linutcd to, making a rcfcrence in the responsc to
the vade secret statutes. It is recommended that potential suppliers exclude&om
iheir response any information that, in their judgment may be considered a trade
secret.
2.11 When applicable and pursuant to §287.084 Florida Statutes,award
recommendations shall include appropiiate adjustments to pricing when
considering Bids from Bidders havin�a principal place of business outside the
State of Florida. When applic;able,all Biciders must complete and include
Vendar's Statement of Principal Nlace of Business with its Bid. Failure to comply
shall rcndcr its Bid non-responsive and therefore not subject to contract award.
3.0 A�VARD
3.1 The Dish-ict reserves the right to��-aive any irregulariries and technicalities and
may, at its sole discretion,request a re-submittaJ or other information to evaluate
any or all proposals.
3.2 The District reseives the riDl�t to require pcoposer(s)to submit evidence of
qualifications or any other information the Board may deem necessary, including
audited and unaudited financial statements.
3.3 The District resen��es tlle right,prior to Board approval,to withdraw the RFP or
portions thereof, without penalty.
3.4 The District reserves the ri�ht to: (1)accept the proposat of aay finn to be in the
best interest of the District and(2)to reject any and/or all proPosals.
3.5 The District reserves the right to conduct interviews�rith any of the proposers and
to require a formal presentalion by any of the proposers.
3.6 lt is the intent of the District to award this RFP to one or more sources, as
detenninzd to be in the best interest of the District.
�:�hibit�
RFP#2014-20 Operation and Nlanagement of Water Treatment Plunt
3.7 The RFP av��ard will be made based on funds availability and will be at the sole
discretion of the St.Jolv�s County School Board.
4A COn'TRACT/RE1�E�VAL
4.1 The teiYn oFthis contract shall be&om November 15,3414 to November 14,2015
and may by mutual ab eement between the District and the awarded vendor(s) be
renewable for up to tluee(31 additiona] one(I)yc�•pciiods.
4.2 All terms and c�nditions of this RFP, any addenda,and negotiated terms are
incorporated into the contract by ref�•ence as set forth herein.
5.0 RFP IVOUIRIES/NOTICES
�.1 In order to maintain a fair and impartial competitive process, District staff or
Board members will not communicatc�vith prospective vendors regarding this
RFP after the release date. All questions and inquiries must be submitted via
email no later than September lU,2014 @ 12:00 PM to:
Patrick Snodgrass
Director of Purchasing
Patrick.Snod�rass(nJstjohns.kl 2.fl.us
Communication via email as stated abor•e is the only means prospective
proposers may contact the District regarding this solicitation. Violation of
this section is grounds for automatic disqualification of a prospective
proposer's submittal.
The District will not respoud to questions and iuquiries submitted after the
deadline stated above.
All questions will be answered via posting to the DcmandStar website
www.demandstar.com no laler than September 12,201�Lcri 5:00 PM.
5.2 Copies of addendum will be made available for inspectiun at the District's
Purchasing Depart�nent where bid documents will be kept on file.
5.3 No Addendum will bc issucd l�ter than September 12,2014,except an addendum
withdrawing the RFP or�ne which includes postponement of the date for receipl
of proposals or one contauiing the questions and answers.
�.4 Al) notices relative to this RFP, includina but not limited to initial release,
addendums,letters of intent and awards will be posted on the DemandStat•w•eb
site —www.demandstar.com
bA PKE;-B1D A'LEE1'I�iG
A hTANDATORY Pre-Bid Meering is scheduled for Seplembzr 8, 2014 cn� 10:00
AM at the water treaunent plant located at South Woods Elementaiy School.
Exhibit A
RFP#201�-20 Operation and h•tanagement of bVfltcr Ti-e�tment Plant
South Woods Elementary Scliool
4750 SR?06 W
Hastings, FL 32145
:�►II interestcd partics arc rcquired to attend this meetin2. Vendors
submitting proposals that do not attend the are-bid meetina will be
automaticallv disqualified.
All vendors must attend the are-bid meetiv�.
7.0 BACKGROUND
South V1'oods Element�ry School opened in St. Johns County in August 2005. At
the time of the school opening, it a�as deternvned that due to a variety of factors,
the school would be best served with its own water treatment plant. The
treatment facility was brought on line in and is permitted under the State of
Florida Depariment of En�7ronmental Protection,permit number FLA0429333-
UU3. The Facility utilizes the Modified Ludzack-Ettinger activated sludge
process. A copy of the permit is attached as Attactunent A. Please note that lhere
may be slight variations in the spccifications contained in the permit and the water
t�•eatment plant.
8.0 SCOPE OF SERV7CES
8.1 The RFP is for the�peration,management and maintenance of the water
treatment plant at South Woods Eleinentary School,
8.2 The awarded vendor shall operate,mana�e and mauitain the uTater treatment plant
in compliance�vith permit number FLA0429333-003 issued by the State of
Florida Department of Environmental Protection, all applicable Local, State,and
Federal ordinances,laws and regulations.
8.3 The a�vardcd vcndur will be required to operate,manage, and maintain the
treatment plant to ensure maximum efficiency at the lowest possible cost,while
maintaining compliance with all laws and regulalions.
8.4 The awarded vendor will be required to perform all repairs associated with
maintenance of the plant.
8.5 The awarded vendor shall ab ee to pay or to reimburse the District for all fincs
and penalties levied by any local, state or federal a�ency as a result of non
compliance of the operation of the water treatment plant during the period the
vendor is responsible for the operation and management of the plant.
8.6 Prior ta any��-ork,the awarded vendor will be required to provide a written job
quote to the school based Maintenance IVlanager. The awarded vendor proposal
price for parts and rrtaterials(percentage mark up over cost), and labor(hourly
rate)will be used as t11e basis for each job quote. Ocily after�vritten approval of
the quote by the school based maintenance manager or an authoriaed District
E�hibit A
RFP#2014-20 Operation and 11•lanagement of�Vater Treatment Plant
representative,may the awarded vendor(s}move fonvard�vith the work listed on
the quote.
Final projcct approval is contin�ent on the fmal inspection by the school based
maintenance manager ar an authorized District representative. Payment will only
be made for actual instatled materials and work performed which has been
inspected and found to be in accordance with the terms and conditions of the
contract. Upon approval, a work ticket listing the services perfonned, labor.
materials and materials mark-up must be signed by the inspecting maintenance
manager or auil�o�ized District representative. The signed ricket must be
submitted w�ith the invoice. Failure to submit a copy of the signed work ticket
may resuli in a delay of payment.
EXCEPTIONS REGARDING APPROVED QUOTE: In the event of an
emergency when the public interest or property of the District wouid suffer
material injury or damage by delay; when an immediate threat to thc proper
performance of essentral functions exists; or�vill likely result in material loss
or damage to propertr',bodily injur,y,or loss of life if immediate action is noE
taken; or no action could result in non compliance with any local,state or
federal agency.
No later than 48 Bours after the emergency, the awarded vendor must submit
a brief written statement of the circumstanccs to the Director of Nlaintenance
Services. A copy of this statement must be submitted with tlie invoice.
Failure to compl��ma,y result in a delay of payment.
8.7 All interested vendors must include in theu submittal an assessment of current
conditions at the trcatment plant. This assessment should include observations
relative to operation of the plant and any areas of concern_ Vendors will have the
opportunity to observe condirions At the pre-bid meeting or may observe
condirions at any timc after the Pre-Bid meering by makma arrangements�c�ith die
School Based Maintenance Manager at the site_
8.3 The awarded vendor(s)shall not outsource any services without the express
written consent of an authorized District representative.
9.0 AV4'ARDED VENDOR(S) STAFF
A(l management personnel to be assi�ed to the Districi Contract shall require piior
�vritten approval by the District. The awarded vendor will name an individual or
individuals in their submittal thai they iniend to ap�oint as the operator of the
water treatment plant. Resumes of these individuals must be included in the
vendor's submittal. The Disti•ict reserves tbe right ta intervie���the named
individual(s)as part of ihe RFP evaluation process.
Replacement personnel must t�ave,at a minimum,credentials equivalent to the
individuals whom they replace. Rcsumcs' ot'replaccmcnt mana�emcnt personnel
may be required to be submitted to the Districl for review. In the event the
awarded vendor changes the individual named as the operator,written notice is
Lxhibit A
RFP#2014-20 Operation and hlana�ement of�Vater Treatment Plant
required to the District. The District reserves the right to interview the new
operator. The awarded vendor(s)shall provide any and all necessary training for
management and staff employed under the terms of the Contract with the District.
Additionally,the awarded vendor agrees that it will remove(��ilhin a mutually
agreed upon period oi�time)from assignment under the Contract any individual in
its employ,if, after the matter has been revietived jointly by the District and the
Contractor,the Dist�ict requests such action in writing. Any such removat shall
not necessa�ily reflect on tlie capabilities or cocnpetence of the individual so
removed. Nothing herein shall affect the status or responsibilities of the awarded
vendar(s)as an independent contractor solely responsible for the method, manner
and means chosen by it to perform hereunder.
10.0 QUALIFICATIONS
Vendors will be required to document as part of their submittat,experience in
operating,managing and maintainin�a�vater treatnient plant similar in size and
operation as the plan[at South Woods Elementary School. Additionally, all
vendors m«st submit a copy of their Occupational License with their submittal.
11.0 REFERENCES
All proposals must provide a minimum of three(3)references whom they have
performed similar services for within the past five(5)years.
12.0 RFP PRICING
12.1 The District requests that pricin�be submitted as follows:
12.2 Pricing for a flat annual fee to operate, mana�e and �►aintain the�vater treatmznt
plant is required.
12.3 Proposers are reyuired to provide an hourly labor rate for repairs. Billable hourly
labor ratcs bcgin upon airival at the job site and end upon completion,or leaving
the job sitc.
Proposers�re required to list in their submittal a re�ilar hourly rate for repairs. A
regular hourly rate for repairs shall be Monday tltrou?h Friday between 7:00 am
and 5:00 pm.
Proposers are required to list in their submittat a non-reDular hourly rate for
repairs. A non-regular hourly rate for repairs shall be Monday lhrough Friday
bctween 5:00 pm and 7:00 am, weekends and holidays.
I 2.4 Proposers are required to provide a percenta�e(%) m�u-k up over cost f'or all parts
and materials. The District reserves the right lo require the awarded vendor to
provide documentation to substantiate their material cost.
Cxhibit A
RFP#2014-20 Operation and Management of���ater Treatment Plant
12.5 The District may only incur expenses for the hourly labc�r rate, materials and
materials mark up as listed in the submittal.
12.6 The Proposal Sheet must be signed by an individual of the proposing firm that has
the authority to bind the firm.
13.0 EVALUATION PROCESS AND CRITERIA
13.1 Proposals will be evaluated by a committee consisting of Maintenance and
Purchasing personnel.
13.2 Committee members will revie�v each proposal and will assign points from zero
to the ma�cimum number of points allotted(0 being the lowest score) for each
criterion contained in section 13.3,except for price. The Director of Purchasing
shall assign points for the price criteria as follows: The annual fee,plus thc
hourly labor rate submitted for repair x 1 UU estimated hours will be used in the
evaluation of price. The fum submitting the lowest overall price will receive all
available points for this category. All other respondents will receive points based
on the following formula: (NiX)*C=Z
N=Lo��est Price Submitted [Annual fee + (houi•ly rate submitted for repair x 100
estimated hours at the regular hourly rate)]
X=Respondents price
C=Total nwnber of available points
Z=Points awarded
The number of haurs used in the formula is an estimate of annual labor hours for
repair and is used for evaluation purposes only. The District makes no ouarantee
of a specific number of labor hours for repairs.
13.3 The Evaluation Committee shall evaluate all proposals received�vhich meet the
submittal requirements.The following criteria will be considered in evaluating
the proposals received:
Evaluation CateQoiv Nlaximum Points
Price 30 Points
Experience of fimi in maintain similar plants 35 Points
Experience of individual(s) named as Operators 3S Points
(includes possible interviews)
Total Possible Points 100 Points
13.4 Each Committee member will individually score proposals in each category
(exciuding price), awarding points ranging�rom 90°ib to 100°�0 of the allowable
points For excellent, 80% to 90°ro for good, 70%to 80% f'or satisfactory, 60%to
70% for marginally unsatisfac[ory,and 09�o to 60°o for unsatisfactory. The
Committee members' scores��ill be totaled for each proposal, including points for
price as stated per section 13.2 and�hey will be ranked fi-om hi4;hest to lowest
based on the total number of points awarded.
Eshibit r1
RFP#2014-20 Operation and A•lanagement of��'ater Treatment Plant
13.5 The Comnuttee reserves the right to meet as a group prior to completing the
scoring process in order to discuss the proposals and scoring. Any such meeting
w711 be noticed on the Distric.t's website and will be conducted as a public
meering.
13.6 The Committee may cansult with other District staff and third-party consultants
for the purpose of gathering facts, infarmation and feedbacl:about the RFP and
the proposals,but such other staff and consultants will not participate in the
deliberarion and evaluation process, as such com�nunications are not subject to the
sunshine law and will not be noticed ar►d may take place outside of public
meetings.
I 3.7 Upon coinpletion of the evaluation,the Committee will recommend to the Board
that it authorize District staff to negotiate a contract with the highest ranked
proposer. If a satisfactory contract cannot be negotiated,with the hiahest razilced
proposer will be te�minated at the discretion of the District. Negotiations will
then commence with the second highest ranked proposer. Tliis process shall
continue until a satisfactory contract is reac�ed with one of the proposers. If a
contract cannot be reached with any of the proposers,the Distriet reserves the
right to acquire seivices specified in this solicitation from any vendor of its
choosing through District negotiations,in accordance with Florida Department of
Education Rules.
I 3.8 During the negotialion process,proposers shall not propose or requii•e terms or
conditions that are contrary to or inconsistent�vith tenns and requirements of this
solicitation.
14.0 ItiSUR�iNCE REOGIREiVIENTS
it is mandatory that die person/timi submitring the proposal have minimum
Liability limits of$1,004,0(10.Q0 for Comprehensive General Liability,including
Product Liability Coverage. The person/firm submitting the proposal must also
have a rninimum Liability Liinit of$1,0()0,000.00 for Motur Vehicle Liability and
at least the statutory limit of Worker's Compensation. All co<<erage must be
included on tl�e certificate(s). Proposer's insurance provider must be rated A-or
better by AM Best. If tl�e Proposer's cun•ent certificate af insurance does nut nieet
the amount required,a statement must be included with the proposal document
from lheir insurance carrier indicatin};that if a Proposal award��as made to the
fimi, that the carrier would write the necessary insurance coverage. The
sueeessful Froposer must then have the requu•ed insui�ance placed in force with
written notification pro�ided to the Director of Purchasing,prior to issuance of a
purchase order that authorizes the work performance to beb n. Failure to do so
may invalidate the award and result in an award to the next lowest responsible
proposer. Successful vendor must tist St.Johns County School Board as an
additional insured.
I�.0 VEl�'DOR PAY'MENT
Cxhibit A
RFP#2Q14-20 Operation and 1�Ianagement of\��ater Treatment Plant
The St.Johns County School District requires all vendors responding to this
proposal to accept payment from the District on a Visa credit card. No other
payment options will be made available. St. Johns County School District will
issuz a unique"ghosf'credit card number to each vendor. This information must
be held on file for all future payments. The card h�s a cero balance until payments
have been auth�rized by tlle district.
After goods are delivered or services rendei•ed vendors submit im�oices to die
Accounts Payable Department according to the current process. The pflyinent
tenns are set as IMMEDIATE(next accounts payable run).VVhen payments are
authorized, an email notification is seni to an email address provided by the
vendor.The email noti�ication includes the invoice number,invoice date, and
amount of payment.Once th�vendor receives the email the credit card has been
authorized to char�e for the amount listed in the email. When the vendor charges
the fWl amount authorized in the email the card will rehim to a zero balanc�until
the next payment is authorized.
1b.0 itiVOICINC
The a�varded vendor shall invoice the annual fee on a monthly basis. The annual
fee divided by tu�elve(l2) shall equal the montlily invoice amount.
Any invoices subnutted for repair work must show the number and co�t of labor
hours,the cost of materials, and the amount of the n�aterial mark-up. Prices listed
in �he submittal must be used for billing. A delay of paymznt may result if
invoices submitted t'or repair work do not separate labor, materiats and materials
mark-up. A work ticket siDneei by tlie school based maintenance manager or an
authorized District representative indicatin�approval must be included with the
invoice. Failure t�submit a copy of the signed «�ork ticket may result in a delay
of payment.
17.0 PURCH.aSE ORDERS
A Purchase Order issued by the Purchasin� Department or tiom School Internal
Accounts is the only legal authoiization for vendors to perforn�services or
provide commodities to the District. A commitment, cilher written or verbal,
from District employees without a Purchase Order issued by the Purchasina
Department or from School lnternal Aeeounts does not constitute an obligation by
the District to a vendor. Vendors that perform services or provide corrunodities
�vithout a Purchase Order issued by the Purchasing Deparnnent or from School
Inteinal Accounts do so at their own risk and at risk of non-payment. Addilional
information rega�-ding doing business with the District can be found�n the
District web site,www.sljohns.kl?.fl.us under the Purchasing Department.
1 R.0 PREP:�R.ATION �iND SUSl41lSSION �F PROPOSALS
18.1 Propasers are requested ro or�anize their proposals in t6e follo�vin�sequence.
Exhibit A
RFP�#Z014-20 Operation aud 1�lanagement�f Water Treatment Plant
18.2 RFP Covcr Sheet: Required response forrn(pagc 1 of REP) with all required
inFormarion completed and all signatures as specified.
I 83 Debarment Form
18.4 Drua Free�b'orknlace Certi6cation
18.5 Jessica Lunsford Act Statement: This form must be notarized.
18.6 Insuranee Coverage: Insurance certificales evidencing coverage as specified in
section 14.0 or a signed stateinent indicating that coveraDe meeting the required
coverage will be obtained prior to the commencement of any work under ihis
RFP.
I 8.7 RFP Resnonse: Response is to include, at a minimum the following information:
• Vendor background and experience in operating,inanaging and
maintaining a similarly sized water treatment plant.
• Names and resumes of individuat(s}that vendor may appoint as plant
operator.
• Assessment of current conditions.
• Occupational Liccnse
• Pricing
Exhibit,1
RFP#2014-2�(�eration and�tanageme»t of
VI%ater Treatment Plant
Proposat Stieet
Descri tion Price
Flat An.uual Fee �
Regular hourly labor rate t'or repair and additional work $ Per 1lour
Non-Regular hourly labar rate foi•repair and additional�vork � Per Hour
Percenta�e`.'ro mark up over cost for parts and inaterials °io
Company Name:
Authorized Signature;
Print Name:
Date:
Exhibit A
����0�"10"' � Florida Departinent of R'`k S`°t`
Go�et;ior
�� Environmental Protection Jennifer f'arrol!
� i Y Northzast District Lt.Go��ernur
� F�OR A � 7777 Baymeado�vs 1��av�Vest,Suite 100
7aeksonvillc.Florida 32'�6 Hersehel 1".Vinyard.h•.
5ecretary
STATF.OF Fi�ORiDr�
[NDL•STitIAI.�VASTF,��'ATF.R rAC1LITY PERI�IIT
PERMITT'EE: PERNITT PIUMBER: FC,0429333 -003 (Mi�lor)
St.Johns County School Board F1LE NUMBER: FLOa29333 -003-IWSD
1SSUANCE DATE: March 2$,2011
ItESPO\SIBLE OF'FICIAL: EXPiRATION DATF.: Mar�h 27,2016
Mr. Tim Forson REVISTOv DATE: August 21,2012(003/Mlvl)
Associate Superintendant for School Operations
St.Johns County School Board
40 Orange Street
St.Augustinc,Florida 32034
(904)547-7500
P�CILITl':
South�Voods Elementary RO Water Treatment Plant
4700 SR-206 West
Hastings, Florida 3214�
St.lohns County
Latitudc: ?9°�3'35.94b6"N Lougitude: 31°27'47.3154"W
This permit is issued under the provisions of Ghapter 403, Flonda Statutes (F.S.), and applicable rulcs of the
Florida Administrative Code (E.A.C.) and constitutes authurization to discharge to waters uf tlie state tuider the
National Pollutant Discharge Eliminalion Systein. This permit does uot constitute authorization to discharge
waslc4vater other than a� expressly slated in this pennit. The above named pennittez is hereby authorized to
operate the facilities in accordance�vith the documents attached hereto and specifically described as follo�t�s:
FACILITY DESCRIPTION:
Treatment of reverse osmosis reiect w�ter iiom the water treat�nent plant.
�VASTEVVATER TREATMEI�T:
Well water will bc treated through a reverse osmosis unit. The reject concentrate from the unit w711 be dosed with
carbun dioxide solution prior to enterin2 a packed tower air stripper. Stripper effluent will be pumped through a
2-inch force main for fmal discharge into Deep Creek,Class lIl Fresh Waters.
REUSE UR DiSPUS�i,:
Surface Water Discharge D-001: An exisling O.Q072 MGD monthly averaee daily tlow permitted capac;ity
discharge to Deep Creek (Class II1 Fresh Waters(WBID�#?549))tlu�ough Uutfall D-001 which is about 60 feet
in lena�h and diseharges at a deptli of about 10 feet. The point of discharge is located near lalitude 29°43' 25" N,
longitude 81°29'6"V�+.
www.dep.stare:t7.us
E�hibit A
PERi�fITTEE: St.Johns County School Board PERMIT NUNIBER: FL0429333 -403 (Minor)
FACILIT'Y: South Woods Elementary Schoof RU WTP EYPIRATION DATE: March 27,2016
T'his discharge has mixing zones for gross fllpha particle,comhined radium 226+22R,specific conductance,and
unionized ammonia pursuant to Rule 6?-4.24=4 FAC.
IN ACCURD?L'VCE VVITH: The limitations,monitorin�requirements aud other condirions set forth in Part I
through Part VIII on pagz 3 tl�rough 19 of this pennit.
,
rxl,ibit n
P6RM1"i"1'�.E: St.Jolins Gounty Scl�ool Bo�rd PCRMiT NUMBER: FI,0429333 OU3 (Minorj
FACILITY: South Woods Elementa�y School RO WTP EXPIRATTON DAT�: March 2'7,2016
I. ETi'L[J�NT LIMITATIONS AND MONITORING ItEQUIRENI�iVTS
A. Surface V1'ater Dischflrges
l. During the period beginning on the issuance date and lasting thraugh thc expiration date of this peimit,tl�e pe►7nittee is authorized to discharge
reverse osinosis reject water from Uutfflll D-001 to Deep Creek. Such discharge shall be limited and monilored by the pennittee as specified
Uelow and reported in accordance with Pennit Condition I.B.3.:
ECfluent Limitations Monitoring Rcyuirements
Max/ Frequency of Monitoring
Paraineter Units Min Limit Statistical Basis Anal sis Sain le T e Site Number Notes
Max 0.(.)072 Monthly Average Record'uig
Flow MGD Mas 0.032 Daily Maximum Continuous F1ow Meter EFP- l
�vith Totalicer
Oxygen,Dissolved (DO) mg/L Min 5.0 Daily Minimum Weekly Grab EFF- 1
pH s.u. Min 6.0 Daily Minimum Weekly Grab EFF- 1
Max R.5 D�ily Maximum
Solids,Total Suspended mg/L Max Report Daily Maximum Monthly Grab CFF-l
Nitrogen,Ammonia,Total
mg/L Mas Report Daily Maximum Monthly GraU EI'f-1
(as N)
Nitroben,Ammonia,Total �ng/L Mas 0.026 Daily Maximum Monthly Calculation CAL- 1 See LA.6
unionizcd(as N)
'l'emperature(°C), Water Deb C Ma� Report I.�ail�� Maximum Monthly Grab f:FF- 1
Specific C�neiuc��nce µmhos/cm Ma� 4,950 Single Sampte Monthly GraU Et=F- 1 See I.A.S
Speeific Conductance
µlnhos/cm Max Iteport Single Sample Monthly Grah SWB-I
(Backgrounil)
Nitrogen,Total (as N) mg/L Max Rcpori Daily Maximum Quarterly Grab FFI�- 1
3
Exhibit A
PERMITTEE: St.Jolins Couuty Scl�ool Board PERMIT NUMBf;R: F'L0429333 - 003 (Minor)
�ACILITY: Soutl�Woods Elementary School RO WTP �XPIRATTON DATE: March 27,2016
Effluent Limitations Monitoring Requirements
Max/ T'requency of Monitonng
Yarameter Units Min Limit Stotistica] Basis Anal sis Sam le T e Site Number Notes
Phosphorus,7'otal (as P) mg/L Max Report Daily Maximum Quarterly Grab F.FH'- 1
Hydrogen Sulfide, unionized m�;/L Max R.eport Uaily Ma,cimum �uarterly Grab F.FF - 1
Alpha, Gross f'article Ci/L Max 20.0 Daily Maxim�un
Activity r Quarterly Grah EFF- l See 1.,�.4
Radium 226+Radiwn 228, Ci/L Max 12.5 Dail Maximum
Total �' ' Y Quarterly Grab EFr- 1 See I.A.�
Acucc Whole Efflucnt
Toxicity,96-Hour LCS� percent Min 20 Single Sample Once ev#*5 Grab EFF- 1 Sec I.A.7
Ceriodn 1�►ita dubin) years
Acute Whole Effluent Once every 5 �
Toxicity,96-Hour LC50 percent Min 20 Single Sample years** Grab F.FF - I Sec I,A.7 H
(C� ri�rella leer/si)
**Sampline to be perfonned 12 months prior to the expiration date of the permit.
4
Exhibit.A
PF,RMIT't'EE: St.Johns County School Baard PERMIT NIIMBER: FLO�t29333—003 (Minor)
FACILITY: South Vi�oods Elementary School RO Vt�TP EXPIRATION DATE: A�larch 27,2016
2. Ef�uent samples shall be takeri at the monitoiin�site locations listed in Permit Condition [.A.l. and as
described below:
h7onitoring S�te
Number Descn tion of Momtonnu Sile
EFF— I ,4 fter finai treatment and rior to dischar�e intn Dee Creek
CAL— 1 Calculated value of un-ionized ammonia as N
SI�VB-1 Back ound sam lin�location,u istrcam of the POD
3. The discharge shall nat contain components that settle to form putrescent deposits or float as debris,scum,oil,
or other matter. �61-30�.500('1 J(a)J
4. The Pernuttee is nranted mixing zones for gross alpha particle, combine� radium 226 + 2?g, and unionized
ainmozva pursnant to FAG Rule 62-4.24�for the effluent discharge from Outfall D-001 into Deep Creek.T'he
mi;cing zone for the above parameters is an area with a semi-circular shape originating at the bulkhead at the
point of discharge. The size of each mixing zone is 7.1 square meters with a radius of approximately 1.5
meters.[62-4.144, 6?-301] .
5. The Pennittee is granted mixing zone for specific conductance pursuant to FAC Rule 62-4.2�for the effluent
discharge from Outfall D-001 into Deep Creek. The mixing zone for specific conductance is an area with a
semi-circular shape originating at the bulkhead at the point of discharge. The size of each mixing zone is 1.17
square meters a�ith a radius of approxnnately 0.61 nieter.[62-4.144, 6�-3U2J
6. Unionized auunonia shall be calculated based on a separate single�Tab sample for total atnmonia_ The pH
and temperature at the time of the grab sample shall be used for the calcularion and reported on the DMR.
[62-3 D2.53D(3)J
7. The permittee shall comply with the following requirements to evaluate acute whole effluent toxicity of the
discharge from outfall D-0�)1.
a. Effluent Limitation
(1) Tn any routine or additianal fc�llow-up test for acute whole effluent toxicity, the 96-hour LC50 shall
not bc less than 20% effluent. [Rules 62-3�2.2Q0(I); 62-3Q2.�00(1)(a)4; 62-4.241(5)(a); and 62-
4.244(3)(d)a F.A.C•J
b. Monitoring Prequency
(1) Routine toxicity tests shall be conducted at time of permit renewal,according to FS 4U3.0882(6)(d)(I),
uuless this toxicity test, or a�iy subsequent toxicity test perfonned by the Department, does not meet
toxiciry requirements.
c. Sampling Requirements
(1) All tests shall be conductcd on a singlc c ab sample of final effluent.
d. Test Requirements
(1) Routine Tests: All routine tests shal] be eonducted using a con[rol (0% effluent) and a ininimum of
five dilutions: 100%,50°/a,30%,ZO%,and 10% effluent.
(2) The permittee shall conduci 96-hour acute static rene�val rnulti-concentration toxicity tests using tlie
daphnid, Ceriadaphniu dubia,and the bannerfin shiner,Cyprinella lect/si,concun•ently.
(3) All test species, procedures and c�iality assurance criteria used shall be in accordance with Meti�ods
for Measurin� Acute Toxicitv of Effluents and Receiving Waters to Freshwater and Marine
preanisms, Sth Edition, EPA-821-R-02-OL2, Any deviation of the bioassay procedures outlined
herein shall be submitted in writing to the Department for review and approval prior to use.
5
Exhibit A
PERMITTEE: St.Johns County School Board PERMIT NUMBER: FL0429333 —003 (Minor)
FACILIT'Y: South Woods Flementary School RO WTP EXPIRATION DATE: March 27,�016
In the e��ent the above inethod is revised, the permittee shall conduct acute toxicity testing in
accordance H°ith the revised method.
(4) T'he control �vater and dilution water shall be moderately hard water as described in �PA-821-R-02-
U12,Tab(e 7.
e. Quality Assurance Requircments
(1) A standard reference tosicant (SRT) quality assurance (QA) acute toa:icity test shall be conducted
with each species used in the required toxicity tests either concurrently or initiated no more than 30
days before the date of each routine or additional follow-up test couducted.Additionally,the SRT test
must be canducted concuirently if the test orgauisu�.s are obtained from outside tlie test laboratory
unless the test organism suppIier pro�•ides control chart data from at least the last five monthly acute
toxicity tests using the san�e reference toxicant and test conditions. lf the organism supptier provides
the required SRT data, the organism supplier's SRT data and the tcst laboratory's monthly SRT-QA
data shall bc included in thc rcports for each companion routine or addirional follow-up test required.
(2) If the mortality in the control(0°/a effluent)exceeds 10%for either species in any test,the test for that
species (including the control) shall be invalidated and the test repeated. The repeat test shall begin
within 14 days after the last day of the invalid test.
(3) If 100°io mortality occurs in all effluent concenhations for either species prior to the end of any test
and the control mortality is less than 10°io a[that time, the test(including the control) for that species
shall be terminated with the conclusion that the test fails and conslitutes non-coinpliance.
(4) Routine and additional follo�r-up tests shall be evaluated for acceptability based on the concentrarion-
response relationship, as required by EPA-S21-R-02-012, Section 12.2.6.2., and included with the
bioassay laboratory reports.
f. Reporting Requirements
(1) Results from all required tests shall be reported on the Discharge A�onitoring Report (DMR). if an
LC50 >100% effluent occurs in the test, then ">100" shall be entered on the DMR f�r that test
species. If an LC50<100% effluent occurs, then the calculated LC50 ef�luent concentration shall be
entered on the DMR for that test species.
(i) A bioassay laboratory report for each routine test shall be prepared according to EPA-821-R-02-012,
Section 12, Report Preparation and Test Review, and e-mailed or mailed to the Department at the
address below���ithin 3Q days after the last day of the test.
(2) For additional follow-up tests,a single bioassay laboratory report shall be prepared according to EPA-
A21-R-02-012, Section 12, and e-mailect or mai]ed within 30 days after the last day of tlie second
valid additional foliow-up test.
(3) Data for in��alid tests shall be iucluded iu the bioassay laboratory report for the repeat test.
(4} T'he same bioassay data shall not be reported as the results of more than one tcst.
(5} All bioassay laboratory reports shall be e-mailed or mailed to Jacicsnm�rlle only•
Florida Deparhnent of Cnvironmental Protection
Northeast District—Wastewater Sectian
7777 Baymeadows Way West,Suite 100
Jacksonville,Florida 32256
g. '1'est�-'ailures
(1) A test fails when the test results do not mect thc limits in 4.a.(1).
(2) Additional Follow-up Tesis:
(a) If a routine test does not meet the acute toxicity limitation in 4.a.(11 aUove, the pennittee shall
notify the Depamnent at the address above within 21 days after tlie last day of the failed routine
test and conduct two additional follow-up tests on each species lhat failed the test in accordance
with 4.d.
6
Exhibit A
PERMITTEE: St.Johns County School Board PERMIT NUMBER: FL0429333 -Q03 (Minor)
FACiLITY: South Vv'oods Elementary Schcx�l RO WTP EXPIRATION DATE: March 27,2016
(b) The first test shall be initiated wnthin 2S days after the ]ast day of the failed routine test. The
remaining additional follow�-up tests shall be conducted weekiy thereafter until a total of nuo
valid additional follow-up tests are completed.
(c} `I'he first additional follow-up test shall be conducted using a conuol (0% eftluent) and a
minimum of five dilutions: 100"/0, 75%, �U°%, 25%, and 12.5% effluent. The penniitee inay
modify the dilution series in the second additional follo�v-up test to more accurately bracket the
toxiciqr such that at least tu%o dilutions arove and two dilutions belotv the target concentration
and a control(0%effluent)are nm, All test results shall be staristically analyzed according to the
procedures in EPA-821-R-U2-012.
(3) In the event of three valid test failures (whether routine or additional follow-up tests) within a I?-
tnonth penod, the pemiittee shall notify the Department within 21 days after the last day of the tliird
test failure_
(a) T'he pennittee shall suhmit a plan for correction of the effluent toxicity within 60 days after the
last day of the tlurd test failure.
(b) The Deparrinent shall review and approve die plan before initiation.
(c) The plan shall be initiAted w7thin 30 days followino the Department's written appmval of the
pl�n.
(d) Progress reports shall be submitted quar�erly to the Department at the address above.
(e) During the implementation of the plan, the pennittee shaIl conduct quarterly routine whole
effluent toxicity tests in accordance wzth 7.d. Additional follaw-up tests are not required while
the plan is in pro�ress. Following completion or termination of the plan, lhe frequency of
monitoring for routine and additional follow-up tests shall return to the schedule established in
4.6.(1), if a routinc test is invalid according to the acceptance criteria in EPA-821-R-02-012, a
repeat tcst shall be initiated��zthin t4 days after the last day of the invalid routine test.
(fl Upon completion of four consecuti�re quarterly valid routine tests that demunstrate compliance
with the efIluent limitation in 4.a.(1) above, the pennittee may submit a written request to the
Department to terminate the plan. The plan shall be terminated upon written verification by the
Department that the facility has passed dt least four consecutive quarlerly valid routine whole
effluent tc�xicity tests.
(a) If'a test within the sequence of tlie four is deemed invalid, but is replaced by a repeat valid test
initiated within 14 days a$er the last day of the invTlid test, the im�alid test will not be counted
against the requirement for four consecutive quarterly valid routine tests for the purpose of
terminatin�die plan.
(4) The additionai follow-up testing and the plan do not preclude the Deparhnent tal:ing enforcement
action for whole effluent toxicity failures. [h1-9.2=JI, 62-6?O.h20(3)J
[62-30Z.530. F.4.cl
B. Other Limitations and NlonitorinL�nd Reportin;Requirements
l. The sainple collection, analytical test methods, and method detection limits (MDLs) applicable to this pernlit
shall be conducted using a sufficiently sensitive method to ensure compliance �viih applicable water qualiry
standards and effluent limitations and shall be in accordance with Rule 62-4.246,Chapters 62-160 and 62-601,
F.A.C.,and 40 CFR 136,as appropriate.
The list of Deparunent established analytical methods,and conespondin�MDLs(method detec;tion limits) and
PQLs(practical quantitadon liuiits), which is titled °FAC 62-4 MDL/PQI,Table(April 26,2006)" is available
at hctp:%!www.dep.stale.fl.us�`labs/librarylinde.r•.hcm.
7
Ex�,�b;t n
PERMITTEE: St.Johns County School Board PERMIT NUM(3ER: FL0�129333 - 003 (Minor)
FACILITY: South Woods Elementary School RO WTP EXPIRATION DATE: March 27,2U16
The MDLs and PQLs as described in this list shall constitute the minimum acceptable MDL/PQL values and
the Department shall not accept results for which the laboratory's MDLs or PQLs are �n-eater than those
described above untess alternate MDLs and/or PQLs have been specifically approved by the Deparhnent for
this pennit. Any method included in the list may be used for reporting as long as it meets rhe following
requirements:
a. The labora�ory's reporied MDL and PQL values For the particular method inust be equal or less than the
corresponding method values specified iu the Depactment's approved MDL and PQL list;
h. The laboratory reported MDL for the specific parameter is less than or equal to the permit limit or the
applicable water quality criteria, if any, stated in Chapter 62-302, F_A.C. Parameters that are listed as
"reporl onl}" in the pennit shall use mett�ods that provide an IbfDL, which is equal to or less than the
agplicable water quality criteria stated in 62-302,l�'.A.C.;and
c. If the MDLs for all methods available in the apgroved list are above the stated permit limit or applicable
water quality criteria for that parameter,then the method�vith the lowest stated MDL shall be used.
• VVhen tlie analytical results are below method detection or practical quantitation limits, the pennittee shall
report the actual laboratory MDI, and/or PQL values for the analyses that were performed following the
instructions on thc appticable discharge monitonng report.
�i/here necessary, the permittee may request approval of alternate methods or for altemative MDLs or PQLs
for any approved analytical method. Approval of alternate laboratory MDLs or PQLs are not necessary if the
laboratory reported MDLs and PQLs are less than or equal to the permit limit or the applicable water quality
criteria, if any, stated in Chapter 62-302, F.A.C. Approval of an analytical method not included in die above-
referenced list is not necessary if the analytical rnethod is appmved in accordance with 40 CFR 136 or deemed
acceptable by the Deparnnent. �62-4.246. 62-1 hOJ
2. The permittee shall provide safe access points for obtaining representative influent and effluent samples
which are required by this pemut. (62-62U.32U(6)J
3. Moniloring requiremeiits uuder this pennit are effective on the first day of the second month following permit
issuance. Until sudi time, the permittee shall contiuue to monitor and report in accordance with pre��iously
effecti�re permit requirements,if any. During the period of operation authorized by this permit,the permirtee
shall complete and subnut to ihe Departanent Discharge Motutoring Reports (DMRs) in accordance with the
frequencies specified by the REPORT type (i.e. monthly, toxicity, quatterly, seiniaunual, annual, etc.)
indicated on the DMR fonns attached to this permit. Monitoring results for each monitoring period sha11 be
submitted in accordance with the associated DMR due dates below.
RF,PORT'I' e on nMR Vionitorina Pcriod Due Date
Ntonthf first day of month -last day ��f month 2R"dav of follow�in�month
Quarterly lamiar_y 1 - \�Iarch�1 � Apri128
April ] - lune aQ July 23
July t - September 30 October 28
Octaber 1 -Decemher 31 lanuary 2�
Szmi-annuai January l -June 30 luly?�
Jul 1 - llecember�0 Januar 2�
A�inual lanuar l - December 31 January?8
'1'oxici� • Janua 1 -December 31 January?8
DMRs shAll be submitted for each required monitoring period including months of no discharge. The
pennittee shall make copies of the attached Dh1R form(s)and shall subiuit the coinpleted DMR form(s)to the
Depamnent by the twenty-eiehth(28th)of the tnonth fotlot�-ing the month of operation at the address
specified below•
8
Exhibit A
PERMITTEE: St.lohns Counry School Board PERMIT NUMBER: FL0429333 UU3(Minor)
FACILITY: South Woods Elementary School RO WTP �XPIRATI�N DATE: March 27,20t6
Florida Department of Environmental Protectiou
Wastewater Coinpliance Evaluarion Secrion,Mail Station 3551
Bob Martinez Center
2600 Blair Stone Road
Tallahassee, Florida 32399-2400 (h2-h20.6l0(Ic4)J
4. Unless specified otherwise in lhis pennit,ail reports and other information required by this pennit,includiug
24-hour notifications,shall be submitted to or reported to,as a}�propriate,the Department's Northeast District
Of�ice at the address specified belo�v:
Florida Dzparitnent of Environmental Protecrion
Northeast District—Wastewater Section
7777 Baymeadows Way West,Suite ]00
Jacksonville,Florida 32256
Phone-(9Q4)256-1700
FA7i-(904)256-1539
(All FAX copies and e-uiails shall be followed by origuial copies.)
�62-620.305J
5. All reporis and other inlormation shall be signed in accordance with the requiremenls oF Rule 62-620.305,
F.A.0 [61-620.30�J
6. lf there is no discharge from the facility on a day wheu the facility would nonnally sample,die sample shall
be collected ou the day of the next discharge. j62-62(1.3?U(6)J
II. SLLDGE tVIA�_'VAGEMENT REQUIREMENTS
1. The method of sludge use or disposal by this facili[y is class I solid waste tandfill.
2. The permittee shall be respoiisible for proper treahnent,managernent,use,and land application or disposal of
its sludges. f62-620.3?0(6)J
3. Storage, transportation,and disposal of sludge/solids characterized as hazardous waste shall be in accordance
tivith requirements of Chapter 62-730,F.A.C. [6Z-73UJ
4. 'I'he permittee shall maintain records available For inspection by the Ueparnnent at che pennitted facility, as
follows:
a. Quantity of sludge generated;
h. Quantity of sludge transported for treamlent anci/or disposal;
c. Nune and location of die site{s)to which sludge is transported;
d. If a person other than the pennittee is responsible for sludge transportation,treatment,andlor disposal,the
permittee shall also keep records of the name and address of each transporter, and copies of all shipping
manifests. [6Z-6Z0.320(6)J
III.GROUlVD ��'AT�R REQUIREAIENTS
l. Section III is not applicable to this facility.
1V..�DDITiO�Ai,L.a1�D APPL[CATCUI� REQUIRE.NIENTS
9
Exhibit A
PERMITTEE: St.Johns Counry School Board PERMIT NliviBER: F�(1429333 003 (Minor)
FACILIT'Y: Soudi Woods Elementary School RO��1�'TP EXPIRATION Df1TE: Marcli 27,2016
1. Section iV is not applicable to this facility.
V. OPEFZA'i'ION AI�D MAINTE\ANCE RE(1L:IRENIENTS
1. During the period of operation authoriaed by this pennit; tUe waste�vater facilities shall be operated
under the supervision of a person who is qualified by fonnal training and/or practical experience in
the field of water pollution c�ntrol. [62-620.320(6)J
2. The pern�ittee shal] maintain the following records and make them available for inspection on the site
of the perniitted facility.
a. Records of al] compliance monitoring information, including al] calibration and maintenance
records and all original strip chart recordings for continuous monitoring instrurnentation,
including,if applicable,a copy of the laboratory certification showing the cemfieation number of
the laboratory,for at least three years from the date the sample or measurement was taken;
b. Copies of all reports required b�� the pennit for at least d�ree years from the date the report was
prepared;
c. Records of all data, including reports and documents, used to complete the application for the
permit for at least three years fi-om the date the application was filed;
d. A copy of the current permit;
e. A copy of any required record dra�vings;and
f. Copies of the logs and schedules showing ptant operatious and equipment maintenance for three
years from the date of the logs or schedules. �
(6?-6?0.350J
VI. SCHEDI!I.ES
l. If[he permittee wishes to continue operation of this wastewater facility after the expiration date of this
permit,the permittee shall submit an application for renewal no later than one-huudred and eighty days
(l 80)prior to the expiration date of this pennit. Application shall be made using the appropriate fornis
listed in Rule 62-620.910,F.A.C.,inclnding submittal of tlie a}�propriate processui�fee set forth in
Kule 62-4.050,F.A.0 [62-62U.335(1 J arrd(2)J
VII. BEST MANAGEA4EI�T PRACTICES/STORMWATF,R POLLUTION PREVENTION PLANS
l. The pennittee shall dwing the term of this pennit operate the faciliry in accordance with the existing
Best Management Practices (BMP) or in accordance�vith subsequent amendments to the Plan. The
permittee shall also amend this Plan, to u�corporate practices to achieve the objectives and specific
requirements listed below. The pennittee shall maintain the Plan at the facility and shall make the
plan availaUle to the Department upon rcqucs�. Thc Plan shall be implemented in acce>rdance with the
schedule contained in Part��I uf this permit. [62-6?0.l00(3)(»r)J
2. Tlirough implementation of the Best Mana�ement Practices (BMP), the pennittee shall prevent or
minimize the generation and the potential for the release of pollutants from the facility to tlie���aters
of the State through nonnal o�erations and ancillary activities. [6?-62U.1 UO(3)(rnlJ
3. The pennittec shall develop and arncnd the BMP Plau consistent with the follo�ving objectia�es for the
control of pollutants_
10
Exhibit A
PERMITTEE: St.Johns County SchooI Board PERNIIT NUMBER: FLO�t29333 003 (Minor)
FACILITY: South Woods Elementary School RO WTP EXPIRATION DATE: March 27,2016
a. The number and quantity of pollutants and che toxicity of effluent generated, discharged or
potentially discharged at the facility shall be minimized by the permittee to the extent feasible by
mauaging each iufluent��aste stream in the most ap�ropriate manner.
b. Under the BMP Plan, and any Standard Operating Procedures (SOPs) included in tl�e Plan, the
pennittee shall ensure proper operation and maintenance of the treatment facilit��.
c. The permittee shall establish specific ob.jectives for the control of pollutants by conducring the
following evaluations.
(1) Each facility companent or syste�n shall be exainined for its waste minimization opportunities
and its potential for causin� a release of signifcan� amounts of pollutants to waters of the
United States due to equipment failure, improper operation, and naturai phenomena such as
rain or adverse weather, etc. The examinarion shall include all normai operations and
ancillary acri�riries including but not limited to material storage areas, plant site runoff, in-
plant transfer,process and material handling areas, loading or unloading operations, spillage
or leaks,sludge and wastc disposal,or drainage from raw•material storage,as applicable.
(2) Where experience indicates a reasonable potential for equipment failure(e.�.,a tank overflo�v
or leakage), natural condition (e.g., precipitation), or other circumstances ta result in
significani amounts af pollutants reaching surface ��aters, [he program should include a
prediction of the direcrion, rate of flow and total quantity of pollutants a�liich could be
discharged from the faciliry as a result of each condition or circumstance.
j62-620.100{3)(m)J
4. The BMP Plan shall be consistent with the objectives in Part 3 above and the general guidance
contained in khe publication entitled Guidance Manual for Developing Best Management Practices
B( MPs)(USEPA, 1993)or any subsequent revisions to the guidance document. The B144P Plan shall:
a. Be docutnented in narrative fonn, shall include any necessary plot plans, drawings or maps, and
shall be de�eloped in accordance with good engineering practices. The BMP Plau shall be
organized and written with the following strncture:
(1) Name and location of the facility.
(2) Statement of BMP Plan policy.
(3} Slru�lure, funetions,and procedures of the BVIP PIan committee.
(4) Specific management practices and standard operating procedures to achieve die above
objecrives,iucluding,but uot lunited to,the following:
(a) modification of equipment,faciliries,technology,processes,and procedures,
(b) reformulation or redesign of products,
(c) subsritution of materials,and
(d) improvement in managcment, inventory control, matenals handling or general
operational phases of the facility.
(5) Risk ident�cation and assessment.
(6) Reporting of BMP Plan incidents.
(7) Materials compatibiliry-.
(R) Good housekeeping.
(9) Preventali�e maintenance.
(10} Inspecrions and records.
(11) Security.
(12) Employee trainin�.
b. Establish specific best management practices to meet the objectives identified in Part 3 of lhis
section, addressing each component or system capable of generatin� or causing a release of
significant amounts of pullutants, and identiiying specific preventative or remedial measures to
be implemented.
I1
Exhibit A
PERMITTEF.: St.Johns Counry School Board PERMIT NUMBER: FL0�29333 - 003 (Minor)
FACILTTY: South Woods Ele�nentary School RO WTP EXPIRATION DATE: March 27,2016
(62-610.100(3)(mJJ
5. Required Components of a Waste Minimization Assessment
a. The WMA shall include an overall plant water balance, as well as internal �vater balances, as
necessary. This infonnation shall be used to determine any oppominities for�vater conservation
or reuse,�recycling and to detennine if and where leakages might occur.
b. A materials and risk assessment shall be developed and shall include the follo�ving:
(1) Identificatiou of the types and quanticies of materials used or manufactured (including by
p►•oducts produced)at the facility;
(2) Identi�cation of the location and types of materials management acti�lties which occur at the
facility;
(3) An evaluation of the following aspects of materials compatibility: contai.ument and storage
practices for chemicals, container compatibility, chemical mixing procedures; potential
mixing or compatibility problems; and specific prohibitions regazding mixine of chemicals;
(4} Technical information on human health and ecological effects of toxic or hazardous
chemicals presently used or manufactured (including by products produced) or planned for
future use or producrion;and
(5) Analyses of chemica] use and waste veneration,includin�overall plant material balances and
as necessary,inlemal process balances, for all pollutants. (��Theei actual measurements of the
quantity of a chemical entering a wastewater or storm water stream are not readily available,
reasouable estimates sl�ould be made based on best engineering judgment.) `I'he analyses
shall address reasons for using particular chemicals, and measures or estimates of the actual
and potential chemical discharges via wastewatcr, wastewatcr sludge,storm water, air,solid
waste or hazardous wastc mcdia.
c. The WMA shall include,at a minimum, the following means of reducin�pollutant discliarges in
�vastewater streams or of otherwise tninimizing wastes:
(1) Process related source reduction measures, including any or all of the following, as
appropriate:
(a) Production process chanees;
(b) Improved process controls;
(c) Keduction of off spec materials;
(d) Reduction in use of toxic or hazardous materials;
(e) Chemical modifications and�'or material purification;
(� Chemieal substitutic�u employiug non toxic or less toxic alternatives;and
(g) Equipmznt upgrades or inodifications or changes in equipment use.
(2) Housekeepin�,roperational changes, including waste strcam segregation, inventory control;
spill and leak prevention,equipment maintenance;and employee training iu areas of pollution
prevention,go�d housekeeping,and spill prevention aud response;
(3) In process recycling,on site recycling and/or off site recycling of materials;
(4) Follo��ing all source reduction and recycling practices, wastewater trcatment process
changes, including the use oF new or improved treatment methods, such that trearinent by
products arc lcss tozic to aquatic or human life;and
(5) Other means as agreed upon by the permit issuing authority and the pennittee.
d. For stonn water discharges and instances where storm water enters the �vastewater
treatmenddisposal s}�stein or is odierwise commingled wzth wastewater,the WARA shall evaluate
the following potential sources of stonn water contuninaeion,at a minimum:
(1) Loading,unloading and lransfer areas for dry bulk materials or liquids:
(2) Outdoor storage of raw materials or products;
(3) Outdoor manufacttiring or processing acti��ities;
(4) Dust or pai-ticulate generatiug processes; and
(5) On site�vasie and/or sludee disposal practices.
12
E�hibit A
1'�RMITTEE: St.Johns County School Board PERMIT NUMBER: FL0429333 -003(Minor)
FACILITY: South �Voods Elementary School RO WTP EXPIRATION DATE: A�arch 27,2016
The likelihood of storm water contact in these areas and the potential for spills from these areas
shall be considered in the evaluation. The history of sigmificant leaks or spills af toxic or
hazardous pollutants shall also be considered. Recommeudations for changes to current practices
which would reduce the potential for stonn water contamination fi•om these areas shall Ue made,
as necessary. �6?-620.IOU(31(m)J
6. The peimittee is encouraoed, but not required, to conduct a �vaste ininimization assessment (WMA)
for this facility to detennine actions diat could be taken to reduce waste loadings and chemical losses
to all waste�uater audior storm water streams.
If the pemiittee elects to develop and implement a WMA, information on plan components can be
obtained&oin the DepartmenYs Industrial Wastewater website,or froin:
Flonda Depariment of Environmental Protection
Indusiria]Wastewater Section,Mail Station 3�45
Bob Martinez Center
2600 Blair Stone Road
Tallahassee,Florida 32399-24UQ
(850}245-8539
(850)245_$669-(Fax) [62-6_'0.100(3)(m)J
7. 'The BMP Plan shall be signed by the pennittee or their duly authorized representative in accordance
with Rule 62-620.30�(2�(a) and(b), F.A.C. T1ie Plan shall be reriewed by appropriate facility staff
and management. Where required by Chapier 471 (P.E.) or Chapter 492 (P.G.) Florida Statutes,
applicable portions of the Plan shali be sioned and sealed by the professional(s)who prepared them.
The B1vIP Plan shall contain a written statement from corporate or Facility mana�ement indicating
managemen�'s commitment to lhe goals of the BA�IP Plan pro�ram. Such statements shall be
publiciaed or made known to all facility employees. Management shall also provide training for the
individuals responsible for implementing the BMP Plan. [62-6?0.1 DO(3)(�n)J
3. The pennittee sliall maintain a copy of the BMP Plan at the facility and shall make the plan availahle
to the Departm�nt upon recluest. All�ffices of the pernuttee which are requircd to maintain a copy of
the NPDES pennit shall also maintain a copy of the BMP Plan. �h2-610J00(3)(m)J
9. I f follo�ving revie4v by the Department,the BMP Plan is detennined insufficient,the permittee�vili be
notified that the Plan does not meet one or tnore of the uiiuimum requireraents of this Part.
Upon such notification from the Depamnent, the pennittee shall amend the plan and shall submit to
the Department a written certification that the requested chanees have been made. Unless other�7se
provided by the Department, the permittee shal] have 30 days after such notificatic�n to make the
changes necessary.
The permittee shal!amend the BMP Plan whenever there is a change in the facility or in tl�e operation
of the facility u�hich material]y increases the generation of pollutants or their retease or potential
release to the receiving v�•aters. The pennittee sh111 also amend the Plan, as appropriate,when plant
operarions co��ered by tl�e BMP Plan change. Any such changes to the Plan shall be consistent with
the objecdves and specil'ic requirements listed above. All chan=es in thz BMP Plan shall be reported
to the Department in writing. [61-620.100(3)(nz)J
10. At any tiine,if the BIv1P Plan proves to be ineffective in achieving the general objective of preventing
and rninimizing the generation of pollutants and their release uld potential release to die receiving
waters and/or the specific requirements abo��e, the peruiit and'or the BMP Plan shall be subiect to
modification to incorporate revised BMP Plan requirements. [62-620.1 U�(3)("mjJ
13
F,xhibit A
PERMITTEE: St. Johns County School Board PERMIT NUi�IBER: FL0429333 003(Minor)
FACIL[TY: South Woods Elementary School RO WTP EXPIRATION DATE: March 27,2016
VIII. OTHER SPECIFIC COnD1TIONS
1. Where required by Chapter 471 or Chapter 492, F.S., applicable portions of reports that must be
submitted under diis pem�ii shall be signed and sealed by a professional engineer or a professional
geologist,as appropriate. [62-fi20.310(�)J
2. The permittee shall provide verbal noace to the Deparl.ment's Northeast Disn-ict Office as soon as
practical after discovery of a sinkhole or other karst feature within an area for the management or
application of wastewater, ur wastewater sludges. The Pemiittee shall immediately implement
measures appropriate to control the enlry of contaminants, and shall detail these measures to the
Departtnent's Northeast District in a written report within 7 days of the sinkhole discovery_ [62-
62U.32U(6)J
3. Existing manufacturing, commercial, mining, and silvicultural waste��ater f'acilities or activities that
discharge inio surface waters shall notity the Department as soon as they kno�;r or have reason to
believe:
a. That any activity has occurred or will occur which wouJd result in the discharge, on a routine or
frequent hasis, of any toxic pollutant which is not limited in the permit, if that discharge �vi(I
exceed the highest of the following levels;
(1) One hundred micrograms per liter,
(2) Two hundred micrograms per liter for acrolein and acrylonitrile; five hundred uucrograms per
liter for 2,4-dinitrophenol and for 2-methyl-4, 6-dinitrophenol;and one milli�am per liter for
antimony,or
(3) Fice [imes the maximum concentration value reported for that pollutant in the permit
appiication;or
U. That any activity has occurred or will occur v��hich would result in any dischazge,on a non-routine
or infrequent basis, of a toxic pollutant which is not lunited in the pemiit, if that discharge a�ill
cxcccd the highest of the following levels;
(1) Five hundred micro�ams per liter,
(2) One milligram per liier for antimony,or
(3) Ten times tl�e maximum concentration value reported for that pollucant in tbe permit
application.
[62-6?U.6?S(1)J
IX.GEI�ERAL CO�iDIT10NS
1. The terms, conditions, requirements, limitations and restrictions set forth in this permit are binding
and enforceable pursuant to Chapter 403, Florida Statutes. Any perniit noncompliance constitutes a
violation of Chapter 403,Florida Statutes,and is gromids for enforcement action,pennit tennination,
permit revocation and reissuance,or pennit revision, j62-6ZU.61 U(1)J
2. This perniit is vulid only for the specific processes and operations applied for and indicated in the
approved draw�n�s or exhibits. A.ny unauthorized deviations from the approved dra�uings, exh�bits,
specifications or conditions of this permit constitute grounds for revocation and enforcement action
by the Deparnnent. [62-6?(1.610(2)J
3. As provided in subsection 403.U87(7), F.S., the issuance of this permit does no[ convey any vested
righls or any exclusi4•e privileges. Neither does it au�horize any injury to public or pm-ate property or
any invasion of personal rights, nor authorize any infringement of federal, state, nr local laws or
regulations. T'lus permit is not a waiver of or approval of any other Department pennit or
authorization that may be required for other aspects of the total project which are uot addressed in this
pennit. [62-610.61 U(3)J
14
Exhibit A
PERMITTEE: St.Johns County School Board PERMIT NUMBER: FL0429333 003 (Minor)
FAC1LiTY: South Woods Elementary School RO WTP EXPIRATION DATE: March 27,?U16
4. This permit conveys no title to land or water,does not constitute state recognitioii or acknowledgment
of title, and does not constitute authority fbr the use of submerged lands unless herein pro�7ded and
the necessary title or leasehold interests have been obtained from the State. Only the Trustees of the
Internal Improvement Trust Fund ma��express State opinion as to title. [6�-6ZU.610(4)J
�. This perniit does not relieve the pennittee fiom liability and penalties for harm or injury to huinan
health or welfare, animal or plant life, or property caused by the construction or operation of this
pennitted source; nor does it allow the pernlittee to cause pollurion in contravention of Florida
Statutes and Deparunen[rules, unless specifically authorized by an order froin the Department. The
pennittee shall take all reasonable steps to minimize or prevent any discharge, reuse of reclairned
water, or residuals use or disposal in �iolation of this pennit wliich has a reasonable likelihood of
adversely affecting human health or the environment. It sliall not be a defense for a pennittee in an
enforcement action that it would ha��e been necessary to halt or reduce the permitted activity in order
to maintaiu compliance with the conditions of this permit. [6�-620.610(.�)J
6. lf the pennittee wishes to continue an activity regulated by this permit aRer its e�piration date, the
perniittee shall apply for and obtain a new permit. [62-b20.61 D(6)J
7. The pem�ittee shall at all times properly operate and n�aintain the facility and systeins of treatment
and control, and related appurtenances, that are installed and used by the permittee to acl�ieve
compliance with the conditions of this pennit. This provision includes the operation of backup or
auxiliary facilities or similar systeins wheu necessary to maintain or achieve compliance with the
conditions of the pennit. (6�-6?0.610(7)J
8. This permit may be modified, revoked and reissucd, or tcrminated for cause. The filine aF a request
by the permittee for a permit revision,revocation and reissuance, or terminarion, or a notification of
planned changes or anticipated noncompliance does not stay any pennit condition. [62-b2U.61 U(8)J
9. The permittee, by accepting this pennit, specifically agrees to allow authorized Department
personnel, including an authorized representative of the Department and authorized EPA personnel,
when applicable,upon presenta�ion of credentials or other documents as may be required by law, and
at reasonable times,depending upon the nature of the concern beina in<<estigated,ro:
� a. Enter upon the permittee's premises where a reeulated facility, sys�em, or activzty is lucated or
conducted,or where records shall be kept under the conditious of this permit;
b. Have access to and copy any records that shall be kept under the conditions of this permit;
c. Inspect d�e facilities, equipuient, practices, or operations regulated or required under this permit;
and
d. Sample or monitor any suhstances or parameters at any location nccessary to assure coinpliance
�F•ith this permit or Dcpartment rules.
[62-620.6/0(9)J
10. In accepting this permit,the pemiittee understands a�ld agrees that all records,notes,monitoring data,
and other infonnation relatiug to the construction or operation of this pennitted source �vhich are
submitted to the Department may be used by the Department as evidence in any enForcement case
involving the pznnitted source arising under the Florida Statutes or Department rules,except as such
usc is proscribcd by Section 403.11 1,F.S., or Rule 62-620.302, F.A.C. Such evidence shall only be
used to the extent that ii is consistent with the Florida Rules of Civii Procedure and applicable
evidentiary rules. [02-6�0.61 U(1 U)J
15
Exhibit A
PERMI"ITEE: St.lohns County School Board PFR1�91T NUMBER: FL0�329333 003(Ivlinor)
FAC1LiTY: South Woods Elementary School RO��TP EXPIRATIO�J DATE: March 27,2016
11. VVhen requested by the Department, the pennittee shall within a reasonable time provide any
information required by law which is needed to detennine whether there is cause for revising,
revoking and reissuing, ar terminating this pennit, or to detern►ine compliance with the permit. Tlle
permittee shall also provide to the Department upon request copies of records required by this pzrmit
to be kept. If the pennittee beco�nes aware of relevant facts that�vere not submitted or were ii�correct
in the permit application or in any report to the Department, sucl� facts or uiformation shail be
promptly submitted or corrections promptly reported to the Departinent. �62-620.610(11)J
12. Unless specifically stated othenvise in Department rules, the permittee, in accepting lhis pennit,
agrees to comply wit6 changes in Department rules and Florida Statutes after a reasonable time for
compliance; provided, how�ever, the pemiittee does not waive any other rights granted by Florida
Statutes or Deparhnent rules. A reasonable time for cornp(iance with a new or amended surface u�ater
quality standard, other than those standards addressed in Rule 62-302.500, F.A.C., shall include a
reasonable time to obtaui or be denied a mixing zone for the new or amended standard. [62-
6?0.61 D(1?)J
13. The permittee, in accepting this permit, agrers to pay the applicable reoulatary prot*ram and
surveillance fee in accordance with Rule 62-4.052, F.A.C. [6s-6Z0.610(�3)J
14. This pennit is transferable only upon Department approval in accordance with Rule 62-620.340,
F.A.C. The permittec shall be liable For any noncompliance of the permitted activity until the transfer
is approvcd by the Dcpartment. �62-620.610(1-�)J
15. '�e permittee shall give the Department writteu notice at least 60 days before inactivation or
abandomnent of a wastewater facility or activity and shal] specify wl�at steps will Ue taken to
safeguard public health and safety during and following inactivation or abandonment. (62-
6Z0.61 U(15)J
16. The permittee shall apply for a revision to the Department permit in accordance with Rules 62-
620.300, F.A.C., and the Department of Enviromnental Protection Guide to Pecmitting Wastewater
Facilities or Acti��ities Under Chapter 62-620, F.A.C., at least 90 days before construction of any
plauned substantial moditications to die perniitted facility is to commence or �vith Rule 62-
G20.325(2), F.A.C., for minor modifications to ihe permitted facility. A revised permit shall be
obtained before construction begins except as provided in Rule 62-620.300.F.A.C. �6?-G20.610(/b)J
17. The pennittee shall give advance notice to the Department of any planned cl�anges in the pennitted
facility or activity�vhich may result ici noncompliance with permit requirements. The pemiittee shall
be respvtisible for any and all daniages which may result from the changes and may be subject to
enforceuient action by tlie Deparhneut for penalties or revocation of this permit. The notice shall
include the following infonnarion:
a. A descnption of the anticipated noncompliance;
b. The period of the anticipated nunco�npliance,including dates and times;and
c. Steps being taken to prevent fi�ture occurrence of the noncompliance.
(6?-620.610(17)J
18. Sampling and monitoring data shall be collected and ana(yzed in accordance with Rule 62-�.246 and
Chapters 62-160,62-601,and 62-610,F.A.C.,and 40 CFR 136; as appropriate.
a. Monitoring results shall be reported at the inten-als specified elsewhere in tivs pennit and shall be
reported on a Discharge Monitoring Report (DMR), DEP Fonn 62-620.910(lU), or as specified
else�c�here in the permit.
16
E�hibit A
PERMITTEE: St.Johns Couuty School Board PERMIT' NUMBER: FLQ429333 —003 (Minor)
FACILITY: South Woods Elementary School RO WTP EXPIRATION Dt1TE: March 27, 2U 16
b. If the permittee monitors any contaminant more frequendy than required by the �erniit, using
Department approved test procedures, the results of this monitoring shall be included in the
calculation aud reporting of die data subn�itted in the DMR.
c. Calculations for all limitations which require averaging of ineasurements shall use an arithinetic
mean unless othenvise specified 'ui tliis pennit.
d. Ezcept as speciiically provided in Kule 62-160.300, F.A.C., any laboratory tesi required by this
permit shall be performed by a laboratory that has been certified by the Department of Health
Environmcntai I,aboratory Ccrtiticadon Program (DOH ELCP). Such certificatian shall be for
the matrix, test method and analyte(s)being measured to comply with this pennit. For domestic
waste�vater facilities, testing for parameters listed in Rule 62-160.300(4), F.A.C., shall be
conducted under the direction of a certified operator.
e. Field activities including on-site tests and sa�nple collection shall follo��� the applicable standard
operating procedures described in DEP-SOP-001/O1 adopted by reference in Chapter 62-I(iQ,
F.A.C.
f. Alternate fieid procedures and laboratoiy meihods may be used where they have been approved
in accordanee�vith Rules 62-160.220,and 62-1h0.330,P.A.C. [62-620.61fJ(1�4)J
19, Reports of compliance or noncompliance with, or any progress reports on, interim and final
requirements contained in any compliance schedule detailed elsewhere in this permit shall be
submitted no later than 14 days following each schedule date. [62-b20.610(19iJ
20. 'The permittee shall report to die Uepartment's Northeast Dishict any noncompliance which may
endanger health or the environment. Any inforniation shall be provided oratly w�ithin 24 hours from
the time the permiitee becomes aware of the circuinstances.
A written submission shall also be provided within five days of the time the pennittee becomes aware
of the circumstances. T1ie written submission shall contain: a description of the noncumpliance and
its cause; tl�e period of noncompliance inchiding exact dates and time, and if the noncompliance has
not been corrected, the anticipated ticne it is expected to continue; and steps taken or planned to
reduce,eliminate,and prevent recurrence of the noncompliance.
a. The following shafl be included as infomlation which must be reported within 24 hours under this
condition:
(1) Any unanticigated bypass v��hieh causes any reclaimed water or effluent to exceed any permit
Iimitation or results in an unpermitted discharge,
(2) ,Any upset which causes a�ry reclaimed �vater or the effluent to exceed any limitation in the
permit,
(3) Violation of a maximum daily dischar�e limitation for any of the pollutants spccifically listed
in the pennit for such natice,and
(4) Any unauthorized discharge to surface or ground waters.
b. Oral reports as required by this subsection shall be provided as follows:
(1) For unautliorized releases or spills of trcatcd or untreated wastewater reported pursuant to
subparagraph (a} 4. that are in excess of 1,000 gallans per incicient, or �here inforniation
indicates that public health or the cnvironmcnt witl be endangered, oral reports shall be
provided to the STATE WARNING POINT TOLL FREE NUMBER (800) 320-0519, as
soou as practical,but no later than 24 hours from the time the perniittee becomes aware of the
discharge. The pernuttee,to the extent known,shail provide the following infonnation to the
Statc Warning Point:
(a) Name,address,and telephone number of person reporting;
(b) Name, address, and telephone number of pennittee or responsible persou for the
discharge;
17
Exhibit A
PERI�IITTEE: St.Johns County School Board PERMIT NUMBER: F'L0�'�9333 -003(Minor)
F�CILITY: Soutl�VVoods Elementary School RO W"I'P EXPIR.ATION DA'I'E: March 27,2016
(c) Date and time of the dischar�e and status of discharge(ongoing or ceased);
(d) Characteristics of the wastewater spilled or released (untreated or treated, industrial or
domestic waste�aater);
(e) Fstimated amount of the discharge;
(� Location or address of the discharge;
(g) Source and cause of the discharge;
(h) Whether the discharge���as contained on-site,and cleanup actions tal:en to date;
(i) Description of are� affected by the discharge, including name of water body afFected, if
any;and
(j) Other persons or agencies contacted.
(2) Oral reports, not othenvise required to be pro��ided pursuant to subpara�aph b.l above,shall
be provided to the Department's Northeast District within 24 hours from the rime the
permittee becomes aware of the circumstances.
c. If die orai report has been received widiin 24 liours, the nancompliance has been corrected, and
the noncompliance did not endanger health or the environment,the FDEP Northeast District shall
waive the written report. [62-6?O.h10('(1jJ
2l. The permittee shall report all instances of noncompliance not reported under Permit Conditions iX.
l7, 18 or 19 of this pennit at the time monitoring reporis are submitted. I`his report shall contain the
same information required by Permit Conditicm IX.20 of lhis pennit. (6�-620.610(21)J
22. Bypass Provisions.
a. "Bypass"ineans the intentional diversion of�caste streams from any portion of a treahnent works.
b. Bypass is prohibited, and the Department may take enforcement action against a }�ermi�tee for
bypass,unlcss the permittee affirmatively demonstrates that:
(1) Bypass was unavoidable to prevent loss of lifc, personal injury, or severe property dunage;
and
(2) There were no feasible altematives to thc bypass, such as the use of auxiliary treamient
facilities,retention of untreated wastes, or maintenance during normal periods of equipment
downtime. I1iis condition is not satisfied if adequate hack-up equipment should have been
installed in the exercise of reasonable engineering judgment to prevent a bypass �vhich
occurred during normal periods of equipment dow�ntime or preventi�re maintenance;and
(3) Tlie penuittee submitted notices as required under Permi�Gondition IX. 22.b.of dlis permit.
c. If the permittee l:no�vs in advance of tlie need for a bypass, it shall submit prior notice to the
Deparnnent,if possible at least 10 days before ttie date of the bypass. The pennittec shall 5ubmit
notice of an unanticipated bypass within 24 hours of leaming about the bypass as required in
Perntit Condition TX. 20. of this pem�it. A notice shall include a description of the bypass and its
cause; the period of the bypass, including exact dates and times; if the by�pass has not been
corrected,the anricipated time it is expected to cantinue;and the steps taken or planned to reduce,
eliminate,and prevent recurrence of the bypass.
d. The Department shall approve au aiiticipated bypass, after considering its adverse effect, if the
permittee demonstrates that it�cill meet dte three conditions listed in Pennit Condition IX. 2?. a.
1 through 3 of this permit.
e. A permittee may allow• any bypass to occur which does not cause reclaimed water or eftiuent
limitations to be exceeded if it is for essential maintenance to assure efficient operation. These
bypasses are not subject to the pro�isions of Perniit Condition IX.?2. a.through c.of this pern�it.
[62-620.610('Z)J
l8
Eahibit A
PERMITTEE: St.Johns County School Board PERMIT NUMBER: FL0429333 003(Minor)
FACILITY: South Woods Elc�ncntary School RO W'TP EXPIRATION DATE: March 27,2016
23. Upset Provisions.
a. "Upset" means an exceptional incident in �vhich there is unintentional and temporary
noncompliance with technology-based effluent limitations hecause of factors beyond the
reasonable con[rol of the permittee.
(1) An upset does not indude notuompIiancc caused by operational error, improperly designed
treamient facilities, inadequate treahnent facilities, lack of preventive maintenance, careless
or unproper operation.
(2) An upset constitutes an affinnative defense to an action brouglu for noncompliance �uith
teclmology based pern�it effluent liinitations if the requirements of upset provisions of Rnle
62-620.610,F.A_C.,are met.
b. A permittee who wishes to establish the affirmative defense of upsct shall demonstrate, through
property signcd conte�nporaneous operating iogs,or other relevant evidence thac:
(t) An upset occurred and that the permittee can identify the cause(s)�f the upset;
(?) The permitted facility was at the riine being properly operated;
(3) The permittee submitted notice of tlie upset as required in Pennit Conditi�n IX.�. of this
penuit;and
(4) The pennittee complied with any re�nedial measures required under Permit Condition 1�. 5.
of this permit.
c. In any enforcement proc;ecding, the burden of proof for es�ablishing the occun•ence of an upset
rests w�ith the perniittee.
d. Before an enforcement proceedine is institu[ed,no representation made during the Department
revieur of a claim that noncompliance was caused by an upset is final agency action subject to
judicial revie�v.
(62-620.Gl 0(23)I
Elecuted in Jacksonville,Florida.
STATE OF FLORIDA DEPARTI�4ENTOF
ENVIRONMENTAL PROTECTION
r
��} / �L��y` �j� �,�1`�
--�� - - - -
Melissa M.Long,P.E. L'i
Water Pacilities Administrator
D.�TE: August 21,2012
Attachment(s):
Discharge Monitorine Report
l9
Exhibit.A
: : �T. .������ co�.i��r�� �c�����, ����ra�crr
�t.Johns Caunty M:,.v PurEh�S;n�D�p�,�nz�nt
�C���) p��t���t : : {'I 40 Orange Street
J.�.��: St.Augusrive,Florida 32084
,,;�� Telephone(904)547-7700 FA3i(904)547-77Q5
�%���f!��� � P�trick S�eaAgrass.CPSA1
� 111 -
fiji,lfi E�il��:�l�f�n: f'�� DrrecrorofPitrrl�aeing
--� ����'- �``�-" r Sclroo!13oard.9dminis�ration C'�r�tei�
�,��7�, Hirrori�S�.Augus�ine
.�
September 12,2014
TU ALL�'ENDORS.
The purpuse of this letter is to serve as ADDENDUM#1 to RFP#2014-20 Operarion and
Management of Water'I'reatment Plant.
Section 4.1 shall be amended and read as fol[ows:
4.1 The term of this contraet shall be froir Navember 15, 2�14 to November i 4,2017 and
may by mutual agreement between the District and the awarded vendor(s)be rene�vable
for u�to two(2)additional one(1} year periods,
Section 12.2 shall be amended and read as follows:
12.2 Pricing for a flat annual fee tQ operate,manage and maintain tl�e water treai�nent plant
is required. A separate price must he suhmitted for year a�ie(1), year hvo(2)and yeaz
three(3). Aricing must include all sampling as per permit.
A Revised Proposa]Sheet has been attached.
The following is a list of questions that«�ere asked along with the responses:
l. uestion: t:pon review of the bid docwnents 1 could not identify the staFting
requirements(Ha���many��isits per week) can you clarify tl�is for me?
Answ�er: The awarded vendor will be rec�uired to visit'I days per week with a
minimum of 1 hour each visit.
2. Q�uestion: Will the vendorbe responsible for chemicals?
Eshibit A
�nswe►•: The awardeci��endor shall be responsible for ordering chemicals as needed
�vith direct billin�t�the District from chemical vendor.
3. uestion: Will the vendor be responsible for purchasing supplies for tlle required R/O
maintenance? (ie. Pre filters,eic.)
Answer: Yes, the awarded vendor shall be responsible for basic and reasonable
operational supplies. Any inajor repairs shall be quoted utilizing the set hourly rate and
percentage markup u�eontraet and approved by the Director of Maintenance or
Supervisor.
4 uestion: The Water plant is due for a partial of the triemiial samples next year 201�.
See attached schedule. Will this be included as part of the pricing for the annuat
contract ar how does the District wish to have this prieing done?
Answer: The awarded vendor shall be responsible for all sampling as per permit. See
amended Seetion t2.2.
5. uestion: It�regards ta the samples in the permit diat are due every 5 years. These
samples are due 12 months prior to the permit expiration wluch tivill be March 2015.
These samples are very expensive. How does the district want to have these sam��les
priceci? If the contractor includes them in the flat fee priee it will inerease it
significantly.
Answer: See answer�.
Thank you for your continued participation in the bid process.
Sincerely,
��
Patrick Snodgrass
Director of Purchasing
Exhibil A
RFP�2U1�-20 Operation and Mana�emeiit of
Water Treataient Pla��t
Revised Proposal Shect
Dcscription Price
Ycar One.��lnuai Fce(1�o��cmoer 14, ?0;� - h'ovembzr 1T. ?Ul5) '�
�'ear T��i� .��utual Fee(\ovemher 1�, ?01� -November i�, 2016} ;
4'"ear Three Annual Fee(November 15, Z�;1 h - �1uven�ber l4, 2i1i 7) �
I
Rcgular hourly fabar rate for reps;r and additic.�na1 ti�ork �u Per Hour
Non-Re�ilar hourlv labor rate for repair and additional �vork 3 Per Haw
Percenta e °o mark u over Lust E'ur a�ts and matcrials °ro
Company Nan�e:
Authorized Signature:
Print Name:
Date:
Exhibit A
� r.i� r, �,cr�ii
�I_,(�Rll?A DEN.AFZTME{1'T' C?F c,�i�'I RP:fif;
- � ', EI�viTtf)NytFNTAL �ROTECTi�N �i�<�irl u� :�Ri:��i i
- - I I.r;ii11 I.�'i,l:
�'' � N�RTH6A5'I'DISTRICT
__ _ _ ` 5800 B.4VMF.ADt)WS UI+AY WF_ST,SCf1T'L 100 I II I!iC'l il f 1.1'i�1'tr.i�11c.
_ '_ :_.- __ __ s - -._,_ JACKSONVILLF,FLORIC1A3225( StC'1:1 I �hti
.v�lrons@stjahns.kl3.fl.us sgreen(ri!uswatcrcorp.com;rlugginsCus�vateicurp,cani
Marclt 5,2013
A•1r.Shane Walten
St Johns Counry School pistrici
4U Orange Street
SI Augustinc,FL 32084
_'01:� Urinkine Water ti(onitoring Requiremenrs
5outh Woods Llementa_ry School h P`1'S tD. 2G�=1��9
This lettei summarizes current monitoring requirernents for the above facility,but i�is.�tbject to change due to water qual�ry issues or
sampling erd repoRing violations. Piease tal:e samples early in the manitoring r,,,'o�:�atlow•for passib(e lab delays flnd unforeseen
cvents.
CONTANilN.A1V7 NEKT DUE - LOCAT)ON&CO�i�iGNTS
�licrobiologica)Icoliiorm) ' °� �lonthly � -`,=,ti ( _distribution samples and I rn�t�-om each�xell
— - � feld readinos(m• 3 .a.:h microbiological;�mple '
Uis;nfectant Levels �`�`���"`` location site in the?,_«.�utian system) !
Nitra[e f�Niirite �� •; , ! .` 3C'I� T�ken nt euch Y v.�t ol Lntry to thc distributiun s�•stcm
� Prima�}�Inor}�anics -- 21�,; � ,; Ta:�en at ea���''��it of Entry to the distribution s)�stem
' T Samnl.;t.k�' �Yori�vithin the distrihution s}�ctem
As�es���s t•�r�,;ai�eri . _ '��- -'( w'i �wai•_r 4•�uable if'nu asbes[os pipe in[he s�;tem)
l'olatile O�ganics�1'C7C5) �_ _ 301; - ' I �� T�_n-.ea`h Point of Entry fo the distribution system
, a�nti�z�:ic Qie�nics(SOCSI I t(j�) l; �'._ T����n aceacl�Point ofE�Stry ro the di>tribution systcm �
_ - '_ ��.uar?erly samplz::re uired if ouulat;un>3,3Co�
i Disiniechvn Byp�oduce,�I)BPs� 1, �t.: Inc!iides 7'otal Trihalomethanes(T�Hi�1,l&Halo�ceiic;�cids
1u�-5ep Zf.�13 �HA.45sj raken a:pre-appr�?ved sumple plan�ites,one I
� St�g'3 f „ _�r t,y;•„��1-i..�o �r�'.� . I
� ' ; _ �na�imum resiJen:e Umc loc�tion is requir_d i"or caclt ian[ ;
l.ead and Copp.r ,',� �.1� t.... � Jun-_e�.__„� �a!nples takzn a!p!e-aeproved sample plen sitcs I
�'.��arer pua'ii�• Parameter;(4Vt�Pii ':��F.�.�airect i >amplcs?aken at entn�pi�intlsl[o distribu!ioi p
— �
'�JTE Stagr= UBP moniiorin,�sc7ed�ie i5 stil'�Ce be detcrm�ned and ma�;change mnnitoring. ti'ou�.�ill be notifed hy e-mai' or
�c7_r ifthem is a chanee
�lon�tpnn�,-erorrs Iw�th Cn:er:heets.ci�a�n-�5t-a.t_tird�;ard lah eert iicai;n„,r..aees�er;;':i 6c dcln�r��l[o�he L�.paYn��ent ��,,;;,�, (ri
«,,;fi�l.oi„in�rhe crd r�f sam�l:-per:,�i _�r t'i�llowin�Jow receipl.�t Ih�lahorlt��ry repuri. ',��I,icl�t�:�cr tnne is _,., Co not rel��on [he
I�buratoiti io>ubmit vuur mo��ito�•in�_resu{[s to rhe Dep�r[ntent.
?s a courtesy,we have sought to provide accurate information and delivery to the appropriate individuals.hotvever it�s ultmialely the
tesponsibility oi the faeility o�.��ner fo vcrify and ensur th�t the correct monitoring is canied out.
Questions on d�is matter shuuld be direcled I�Joni Pe:ry by email at�oni.Yetry�?depstate.il.�s,or hy phone a�9U�3�56-lG06. Tl;ank
ynu in advance fnr your limc ar,d cooperation.
�r: \•L.Steven Grcen;ibts.Rohin Hi�!gins
u'h u.�l�p.�:ul.•,�l;�c
Exhibit B
f'i � -_t�i_ -ii i i = . � .n � . � � �,
�. �icr _�t�n Cr.: `'i::��
-- — #i�,.f'i!'�nn — ! i„ .
.,
_,.,- � , .�...:i.�i .' -� � �` ' -� . -._ - - 1 ---' -� —�� ----- � .
I - 3�R5����
�- --- - � - R, , / �
` ., . . _ .':�?�?�.,. i �__ , 'I � . , . � i _ -.,.. - ' ! _'��: ,t !3 '=--+—r�---- f��
���_`-'s .1l�/
. _Cl T�li'c'C '�.li(�;.i� ! __ I�. '�.�"�_' � _ . -----.�il;�f -� _ �i �) �� '�...�- �.'_� �V)� Y� .I � .
i5 ��Q l— �
I�c ;U�;ii �7���.i"�:, I,;1�� f_!I:. � . _ .� 3jt,j .�5_.�.0 . . . i,,.�. �: t�c, �- . �
,�.
--- —---- ------ - i---------.— ._'.--
�) ��
�i���i--.��=�L!I�':' I:,,i;f�'• ��C��._1�__ � i': ,.- ;�,i�1 :I�.;,.lil: �I;;fi �T, _II. �,� nil 1;� .:
� — ---
� � ________��
� !�:i.._i��Lli__i-li.;!i'.� ' - __:_.__._ -.:I�('� ,.� ',� —�--�-�.��� � .,
— --- ��'�
CompanyName: � v�.:�r.:; acr��..�. �_ _�: -:�;;:r
Authorized Signature: ��,. .
Print Name: i ! � ;:1 �� '�:,�r- ,;
_______. .u.�,t�_..� _.__.:_,_�
Datz: `Z 2 S�!
� -- ---- -
E�ltibit B
I'I I' -'I�; ?_;'n t"l���r.�;i��n .�n:! \I :�-�.t��:.ri;_n� ,.�t
'�,' _�'_� i���:rr!:' !'i���i
--- — — — — -- --
, �_�CiL'!"1111711 � I'll'C �
� 'ic__� ?I!_,`�IlilU..i, I _ I�,� .�i:.l;).! �. _ �i ! - �. .:i.:�'.i I ! _�!;?1 ;, ,v-r i;;;;;�, I1�4'��] �i
r � — � ,
1c.!i ( :1nnu.il (i_ i I ..cini :r !. -l'. - . . ,.;I� . ! �. _uir�1 `� '.=:-�l - _�_`I'Q�,�u� i
- . ?�
4�:!! T�ll'lC :iIILU.'.� � . i�� �..,,�:�Ji'i__il�' - � '\__Ill��ll" I I �11` �) .�1 '—r..''✓ �O, J, YJ .I� i
� 1----..
i 5 {10
��_t'�UI.11' �t�it:i'i, �„�'�:i I'.;[_ �_i ,_'�1:.1; (?�'.�.� :tl�..�lil �11.�1 �.�.t'1�'-- - --- � -- ----- ��'-� �'��..:i'
� .-_ .. ---- . ,. -- ---•-- -- %5 00 _ .
I:� i�-!' �ul� ��. u l Ir.�� i i;�• I �� �:_�„ � �ui.� .i._;�I,i�,��n.tl �•, i; �'� .r 't-�.��.�r
��:I-;I!l[t�" �/_lil.?i�.J�l�i .�_I i� _. �" _.!ii> ,:i'.� � ..t'_!I.i�_ I i�%ii
� ... '__ _'_ . —__._ —__—__ —_--__ — .
Company Name: �: . �,�.,,��.;. �,,r�.�t.� �, ,..ri,,,���,�,��
Authorized Si�;nature: __� ��,,. ��_ .
Print �lame: I!.�•,i,i f; �,I���!,•, ti—'�— -
Date: _ `� Z S��{ -------
THE VILLAGE OF TEQUESTA
PIGGYBACKING CHECKLIST
Instructions:This form is to be completed for any purchase of goods,or contract for services where the Village
will utilize a contract competitively bid by another governmental agency(i.e."Piggyback").
*Revised Apri119,2017
Department: WTP Date: 12/21/2017
Item/Service Water Plant Operations Services
Vendor/Service Provider U.S.Water Services Corporation
❑ State Contract q Other Governmental Agency
*Chapter 287,F.S.
YES NO
Is the contract current?Effective date: 11/15/2017 Expiration Date: /
1 11/14/2018
2 Other Governmental Agency St.Johns County School District
YES NO
�
3 Was item/service bid out in compliance with the Village's Purchasing Policies&Procedures?
Is the price that the Village will receive by piggybacking equal to the price obtained by the agency �
4 named above?
✓
S Has the governmental agency given the Village permission to piggyback on the the contract?
�
6 Has the vendor given the Village permission to piggyback on the contract?
i
�
Depart ent ea ignature Date