R12-092 1
2 RESOLUTION NO. R12 -092
3
4 A RESOLUTION OF THE CITY COMMISSION OF
5 THE CITY OF BOYNTON BEACH, FLORIDA,
6 APPROVING THE `PIGGY- BACK" OF A MARTIN
7 COUNTY CONTRACT RFB #2012 -2540 WITH
8 AQUIFER MAINTENANCE AND PERFORMANCE
9 SYSTEMS, INC., OF WEST PALM BEACH,
10 FLORIDA, FOR WELL REHABILITATION
11 SERVICES ON AN AS- NEEDED BASIS WITH AN
12 ESTIMATED ANNUAL ESTIMATED ANNUAL
13 EXPENDITURE OF $225,000; AUTHORIZING THE
14 MAYOR AND CITY CLERK TO EXECUTE A
15 CONTRACT; AND PROVIDING AN EFFECTIVE
16 i DATE.
171
16 WHEREAS, City staff has confirmed that the Martin County has complied with
10 Public Contract Bid requirements which equal or exceed the City of Boynton Beach's
2 • requirements; and
2 WHEREAS, upon recommendation of staff, it is the City's desire to "piggy- back"
2. a Martin County Contract RFB #2012 -2540 with Aquifer Maintenance and Performance
2 Systems, Inc., of West Palm Beach, Florida for well rehabilitation on an as- needed basis
24 for an estimated expenditure of $225,000.
2' NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
2; THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
2 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed
2 as being true and correct and are hereby made a specific part of this Resolution upon
2 adoption.
3d Section 2. The City Commission of the City of Boynton Beach, Florida,
31 hereby approves the "piggy- back" of a Martin County Contract RFB #2012 -2540 with
Document in Windows Internet Explorer
I
1 Aquifer Maintenance and Performance Systems, Inc., for well rehabilitation on an as-
2 needed basis in an estimated annual amount of $225,000.
3 Section 3. The Mayor and City Clerk are authorized to execute a Contract for
4 Well Rehabilitation Services, a copy of which is attached hereto as Exhibit "A ".
5 Section 4. That this Resolution shall become effective immediately.
6 PASSED AND ADOPTED this 4 day of September, 2012.
7
8 CITY OF BOYNTON BEACH, FLO " DA
10 Z-- - .0.- - ..••• ii
111 Mayor — Woodrow y r
1i - • ' a or — Mack McCray
1M
1:
1 Commi = —
1:
M
21 C ct •• I_ssio •.- = Steve,. - •1 an
2
_ ----
26 s
2 Commissioner — Marlene Ross
21 ATTEST:
111 ob.
YY1. 01.2x.A.:14.4.t.
2: Alga
2G . r et M. Prainito, MMC
2: ty Clerk
II
2 M . -.. w; � t,.
.4,;',
3 ; ,'
� zf a`
rx.y1 �9 ;Ji
1 "
a'
3t ote Seal ,Y
4,,i,,' :‘. iit e
Document in Windows Internet Explorer
I
1 1
R -tAc
CONTRACT FOR WELL REHABILITATION SERVICES
This Agreement is made as of this as day of OCT. , 2012 by and between
AQUIFER MAINTENANCE AND PERFORMANCE SYSTEMS, INC., a Florida Corporation,
with offices at 7146 Haverhill Road N., West Palm Beach, Florida 33402 ( "AMPS "), and THE
CITY OF BOYNTON BEACH, a Florida municipal corporation, with an address at 100 East
Boynton Beach Boulevard, Boynton Beach, FL 33435 (the "City ").
RECITALS
WHEREAS, The City of Boynton Beach has 29 production wells and 2 Aquifer Storage
and Recovery wells; and
WHEREAS, ongoing maintenance of the wells aids in achieving good well yields.
Maintenance may include rebuilding or replacing relief and check valves, line cleaning or
relining of pipe and calibration, repair or replacement of flow meters; and
WHEREAS, AMPS, submitted a proposal dated August 14, 2012 to the City to provide
well rehabilitation services at prices based on Martin County contract #RFB2012 -2540; and
WHEREAS, The City would like to piggy -back the Martin County contract under the
same terms and conditions for an estimated annual expenditure of $225,000.
NOW THEREFORE, in consideration of the mutual covenants contained herein, and
for other valuable consideration received, the receipt and sufficiency of which are hereby
acknowledged, the parties agree as follows:
AGREEMENT •
Section 1. The foregoing recitals are true and correct and are hereby incorporated in
this Agreement.
Section 2. The City and AMPS agree that AMPS shall provide well rehabilitation
services for an estimated annual expenditure of $225,000 at prices based on Martin County
contract RFB #2012 -2540, a copy of which is attached hereto as Exhibit "A ", except as
hereinafter provided:
A. All references to the Martin County shall be deemed as references to the City of
Boynton Beach.
B. All Notices to the City shall be sent to:
City: Lori LaVerriere, Interim City Manager
City of Boynton Beach
100 East Boynton Beach Boulevard
Boynton Beach, Florida 33435
Telephone: (561) 742 -6010 / Facsimile: (561) 742 -6090
Page 1
Document in Windows Internet Explorer
Copy : James A. Cherof, City Attorney
Goren, Cherof, Doody & Ezrol, PA.
3099 East Commercial Boulevard, Suite 200
Fort Lauderdale, FL 33308
Telephone: (954) 771 -4500
Facsimile: (954) 771 -4923
Section 3. In the event that the Martin County Contract is amended, or terminated,
AMPS shall notify the City within ten (10) days. In the event the Martin County Contract is
amended or terminated prior to its expiration, this Contract shall remain in full force and effect,
and not be deemed amended or terminated, until specifically amended or terminated by the
parties hereto.
Section 4. AMPS agrees that in the event it enters into a Contract for the same (or
substantially similar) scope of services with another local government in Florida which contains
a term or condition, including fees, charges or costs, which the City determines to be more
favorable than the terms in this Contract, the parties shall enter into an Addendum to provide
those terms to the City.
Section 5. The insurance required shall require that the Certificate of Insurance name
the City of Boynton Beach as an additional insured.
Section 6. In all other aspects, the terms and conditions of the Martin County
Contract are hereby ratified and shall remain in full force and effect under this Contract, as
provided by their terms.
IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the
day and year first written above.
CITY OF BOYNTON BEACH, FLORIDA
ATTEST:
�'• Woo • ow L. Hay, Mayor
Clerk
GAT Y o�
APPROV O FORM:
/1 0 0
to s
James A. Ch , City Attorney `L' ro N
Page 2
Document in Windows Internet Explorer
AQUIFER MAINTENANCE AND
PERFORMANCE SYSTEMS, INC.
WITNESSES:
BY: li,, ,l ti'
Print Name:
ATTEST:
SE•' TAR
Page 3
Document in Windows Internet Explorer
EXHIBIT A
AGREEMENT BETWEEN MARTIN COUNTY
AND AQUIFER MAINTENANCE AND PERFORMANCE SYSTEMS, INC.
Page 4
Document in Windows Internet Explorer
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR
WELLFIELD PERFORMANCE MAINTENANCE & REHABILITATION
THIS AGREEMENT. effective this day of in the year, 2012. between:
MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision of the State of
Florida. (hereinafter COUNTY). located at 2401 S E. Monterey Road, Stuart, FL 34996
AND the CONTRACTOR: Aquifer Maintenance & Performance Systems. Inc
(hereinafter CONTRACTOR) 7146 Ilaverhill Road N
West Palm Beach. FL 33402
Bid Name: Wellfield Performance Maintenance & Rehabilitation
Bid Number: RFB2012 -2540
Term: Three (3) years with two additional one (1) year renewal options
Not to Exceed Amount: $875,000.00
Page 1 of 10 RFB #2012 -2540
bVellfield Performance Maintenance & Rehabilitation
WHEREAS, COUNTY has previously determined that is has a need for goods and /or services more
specifically outlined in the Request for Bids (RFB) and the Scope of Services; and
WHEREAS, COUNTY solicited competitive bids for such services pursuant to the Martin County bid
number referenced on Page 1 of this Agreement; and
WHEREAS, COUNTY awarded the Bid to CONTRACTOR; and
WHEREAS, CONTRACTOR has represented that it is able to satisfactorily provide the services and or
materials according to the terms and conditions of the RFB, which is incorporated herein by reference, and the
terms and conditions contained herein; and
NOW THEREFORE, in consideration of the above and mutual covenants contained herein, the parties agree as
follows•
1. Services to be Performed. The CONTRACTOR hereby agrees to provide the COUNTY with
goods and services, as requested and more specifically outlined in the Scope of Services attached hereto and made
a part hereof as Exhibit A, this Agreement and all subsequent official documents that form the Contract
Documents for this Agreement, including any additional contract terms contained herein.
2. Time of Service. Services shall be performed in a timely manner, as specified m the Request for
Bid or as set forth herein.
3. Term of Agreement/Option of Renewal. This Agreement shall be in effect from the date of
execution and for the term indicated on Page 1 of this Agreement and any extensions thereof. This Agreement
may be renewed subject to execution of a written agreement between the COUNTY and CONTRACTOR for up
to 90 additional days This option shall be exercised only if all prices, terms and conditions remain the same, or
decrease.
4. Amendment of the Agreement. This Agreement may be amended only by mutual written
agreement signed by the parties. No statement, representations, warranties, either written or oral from whatever
source arising except as expressly stated in this Agreement, shall have any legal validity between the parties or is
binding upon any of them. The parties acknowledge that this agreement contains the entire understanding and
agreement of the parties. No modifications hereof shall be effective unless made in writing and executed by the
parties hereto with the sane formalities as this Agreement is executed.
5. Assignment /Subcontracting. The CONTRACTOR shall perform all services and provide all goods
and equipment required by this Agreement. No assignment or subcontracting shall be allowed without the prior
written consent of the COUNTY. In the event of a corporate acquisition and /or merger, the CONTRACTOR shall
provide written notice to the COUNTY within thirty (30) business days of CONTRACTOR'S notice of such
action or upon the occurrence of said action, whichever occurs first. The right to terminate this Agreement, which
shall not be unreasonably exercised by the COUNTY, shall include, but not be limited to, instances in which a
corporate acquisition and /or merger represent a conflict of interest or are contrary to any local, state or federal
laws. Action by the COUNTY awarding a bid to a bidder, which has disclosed its intent to assign or subcontract
in its response to the RFB, without exception shall constitute approval for purpose of this Agreement.
6. Termination/Default. COUNTY shall notify CONTRACTOR of any failure to comply with any
requirement in the Scope of Work and shall notify CONTRACTOR in writing of such failure/default.
CONTRACTOR shall correct such failure /default within five (5) working days. COUNTY shall have the right to
tenninate this Agreement if such correction is not made within the time specified above. COUNTY reserves the
right to cancel this Agreement, without cause, by giving thirty (30) days prior written notice to the
CONTRACTOR of the intention to tenninate Failure of the CONTRACTOR to comply with any of the
Page 2 of 10 RFB #2012 -2540
Welifield Performance Maintenance & Rehabilitation
provisions of this Agreement shall be considered a material breach of Agreement and shall be cause for
immediate termination of the Agreement at the sole discretion of the COUNTY.
7. Compensation. COUNTY shall pay CONTRACTOR upon CONTRACTOR'S completion of, and
COUNTY'S acceptance of, the services iequired herein, in the amounts specified in the Price Schedule attached
hereto and made a part hereof as Exhibit B. Prices shall remain firm for the duration of the contract and any
renewals or extensions
8. Permit/ Licenses. CONTRACTOR must secure and maintain any and all permits and licenses
required to complete this Agreement.
9. Audit The CONTRACTOR shall retain all records relating to this Agreement for a period of at
least three (3) years after final payment is made. All records shall be kept in such a way as will permit their
inspection pursuant to Chapter 1 19, Florida Statutes. In addition, COUNTY reserves the right to have access to
such records as required in this section for the purpose of inspection or audit during normal business hours, at the
COUNTY'S cost, upon five (5) days prior written notice.
10. Minimum Insurance Requirement. The CONTRACTOR must maintain insurance in at least the
amounts required throughout the term of this Agreement or any renewals or extensions. The CONTRACTOR
must provide a Certificate of Insurance in accordance with the Insurance Requirements and as set forth herein
naming the COUNTY as an additional named insured evidencing such coverage prior to issuance of a purchase
order or commencement of any work under this Agreement.
a. Loss Deductible Clause: The COUNTY shall be exempt from, and in no way liable for, any sums
of money which may represent a deductible in any insurance policy. The payment of such
deductible shall be the sole responsibility of the Contractor and /or subcontractor providing such
insurance.
b. Worker's Compensation Insurance: The Contractor shall take out and maintain during the life of
this Agreement, Worker's Compensation insurance for all of its employees connected with the
work of this project and, in case any work is sublet, the Contractor shall require the subcontractor
similarly to provide Worker's Compensation insurance for all of the latter's employees unless
such employees are covered by the protection afforded by the Contractor. Such insurance shall
comply fully with the Florida Worker's Compensation Law. In case any class of employees
engaged in hazardous work under this contract at the site of the project is not protected under the
Worker's Compensation statute, the Contractor shall provide, and cause each subcontractor to
provide adequate insurance, satisfactory to the COUNTY for the protection of its employees not
otherwise protected. Coverage to include Employers Liability $1 00,000 each accident, $100,000
each Disease /Employee and $500,000 each Disease /Maximum.
c. Commercial Automobile Liability Insurance: The Contractor shall take out and maintain during
the life of this agreement Comprehensive Automobile Liability insurance for "Any Auto"
(owned, hired and non owned) for a minimum of $1,000,000 Combined Single Limit.
d. Commercial General Liability Insurance: The Contractor shall take out and maintain during the
life of this agreement Commercial General Liability insurance Including coverage for bodily
injury, property damage, personal /advertising injury and products /completed operations for
negligent acts which may arise from operations under this Agreement whether such operations
are alone or by anyone directly or indirectly employed by it. The policy should include
Contractual Liability to cover the hold harmless and indemnity provision as set forth in this
agreement. A per project limit of liability is required. The amounts of such insurance shall be the
minimum limit as follows.
Page 3 of 10 RFB #2012 -2540
Wellfield Perfoimance Maintenance & Rehabilitation
Each Occurance - $1,000,000
Personal /Advertising Injury - $1,000,000
Products /Completed Operations Aggregate - $2,000,000
General Aggregate - $2,000,000
Fire Damage - $100,000 and 1 fire
Medical Expense - $10,000 any 1 person
e. Commercial Automobile and General Liability Insurance: The Contractor shall require each of
its subcontractors to procure and maintain during the life of this subcontract, insurance of the type
specified above or insure the activities of his subcontractors in its policy, as specified above.
11. Indemnification. CONTRACTOR shall indemnify, pay the cost of defense, including attorneys'
fees, and hold harmless the COUNTY from all suits, actions oi claims of any character brought on account of any
injuries or damages received or sustained by any person, person or property by or from the said CONTRACTOR;
or by, or in consequence of any neglect in safeguarding the work; or by the use, of unacceptable materials in the
construction of improvements; or on account of any act or omission, neglect oi misconduct of the said
CONTRACTOR; or by, or on account of, any claim oi amounts recovered uncle' the "Workers Compensation
Law" of of any other laws, by -laws, ordinance, order or decree, except only such injury or damage as shall have
been occasioned by the sole negligence of the COUNTY. The first ten dollars ($10.00) of compensation received
by the CONTRACTOR represents specific consideration for this indemnification obligation.
12. Governing Law. The laws of the State of Floi ida shall govern this Agreement.
13.. Independent Contractor Status and Compliance with the Immigration Reform and Control
Act of 1986 The CONTRACTOR is and shall remain an independent contractor and is neither agent, employee,
partner nor joint venture of COUNTY. CONTRACTOR acknowledges that it is responsible for complying with
the provisions of the Immigration Reform and Control act of 1986 located at 8 U.S.C. 1324, et. Seq.. and
regulations relating thereto, as either may be amended from time to time. Failure to comply with the above
provisions shall be considered a material breach and shall be grounds for immediate termination of the
Agreement, at the discretion of COUNTY.
14. Severability. The terms and conditions of this Agreement shall be deemed to be severable.
Consequently, if any clause, term, or condition hereof shall be held to be illegal or void, such determination shall
not affect the validity or legality of the remaining terms and conditions, and notwithstanding any such
determination, this Agreement shall continue in full force and effect unless the particular clause, term, or
condition held to be illegal or void renders the balance of the Agreement to be impossible or performance.
15. Conflict of Interest. CONTRACTOR represents that it has no interest and shall acquire no
interest(s), which conflict in any manner with the performance of services required hereunder, as provided for in
Chapter 1 12, Part 111, of the Florida Statutes, CONTRACTOR further represents that no person having any
interest shall be employed for said performance. CONTRACTOR shall notify COUNTY in writing by certified
mail of all potential conflicts of interest for any prospective business association, interest or other circumstance
which may influence oi appear to influence CONTRACTOR'S judgment or quality of services being provided
hereunder. Such written notification shall identify the prospective business association, interest or circumstance,
the nature of work that CONTRACTOR may undertake and request an opinion from COUNTY, the prospective
business association, interest or circumstance would not constitute a conflict of interest by CONTRACTOR,
COUNTY shall so state n the notification and CONTRACTOR shall, at its option, enter into said association,
interest or circumstance and it shall be deemed not in conflict with respect to services provided to COUNTY by
CONTRACTOR under the terms of this Agreement.
16. Documents Comprising Agreement. The Agreement documents shall include this Agreement
as well as the following documents, which are incorporated herein by reference.
Page 4 of 10 RFB #2012 -2540
Wellfield Performance Maintenance & Rehabilitation
a. Martin County's Request for Bid and all of its addenda and attachments which are part of the
RFB set forth above
b. Conti actoi's Certificate of Insurance required in the Request for Bid,
c Contractors response to the RFB or soliciting document.
17. Payment. Martin County. in its sole discretion. will determine the method of pay ment for goods
and /or services as pan of this agreement based upon the CONTRACTOR'S response to the RFB. Payment
Methods include.
a. Traditional — payment by check, \; ire transfer or other cash equivalent
b Standard — payment by put chasing card. Martin County's Purchasing Card Program is supported
by standard bank credit suppliers (i.e. VISA and MasterCard). and as such, is cognizant of the
Rules for VISA Merchants and MasterCard Merchant Rules.
If there is a conflict between the terms of this Agreement and the above referenced documents, then the conflict
shall resoled as follows. the terms of this Agreement shall prevail over the other documents. and the terns of the
remaining documents shall be given preference in their above listed order.
IN WITNESS WHEREOF. the COUNTY and the CONTRACTOR have executed this Agreement as of the date
first above written.
REVIEWED BY BOARD OF COUNTY COMMISSIONERS
MARTIN COUNTY, FLORIDA
John •. - aryn rya 1Y/ /di 2 - 0 21 — ))
Enviroi - tal Services Director County Administrator
AQUIFER MAINTENANCE & PERFORMANCE APPROVED AS TO FORM AND
SYSTEMS, INC CORRECTNESS BY COUNTY ATTORNEY
f �ce5
Jame Murray
Presi S. - nt
Page 5 of 10 RFB #2012 -2540
Wellfield Performance Maintenance & Rehabilitation
SCOPE OF WORK Exhibit A
Martin County Utilities is medium in size and provides water, wastewater, and reclaimed water services
in Martin County, Florida. Martin County is located in southeast Florida, north of Palm Beach County
and south of Saint Lucie County. Martin County provides services to almost 100,000 customers daily
from two (2) water and wastewater treatment facilities referred to as North County and Tropical Farms
These facilities are located within twenty miles of one another.
Both Water Treatment Plants (WTP's) have a combined pumpage of 9.1 million gallons of water per
day while the Wastewater Treatment Plants (WWTP's) combined treat 4.0 million gallons of wastewater
a day. Martin County provides an inhouse state certified laboratory that performs fecal and
bacteriological testing to assist in the operation of the treatment plants.
Martin County has nine (9) Floridan aquifer wells, thirty -five (35) surficial aquifer wells that provide
source water to the WTP's and seventy -four (74) monitoring wells that provide monitoring of the source
water.
Martin County is requesting bids from interested vendors with the intent to award a contract to one
vendor who can provide all services, as requested herein, for production and monitor well, pump and
motor rehabilitation annually as well as on a an as- needed basis. All line items shall include
mobilization, demobilization, labor, restoration, clean -up costs, tool allowances, sampling and testing,
incidentals, mileage, and miscellaneous costs as appropriate. Any hourly rates will be charged from the
time that the technician arrives at the County facility to the time that the technician leaves the County
facility. Travel time charges will not be allowed.
Description of Services
All procedures described below shall be completed by the contractor on an annual basis or as needed as
determined by County project manager and shall comply with all Federal, State and local guidelines and
regulations.
1. Permits — Contractor will obtain all necessary state and local permits.
2. General — Contractor shall submit site specific plan to include equipment, chemicals, mixing ratios
and volumes planned for treatment, equipment layout, fluid disposal and cleanup and restoration
upon completion. At the conclusion of work the contractor will submit a summary including
responsible superintendent, dates or work, work performed and all chemicals used, quantities and
measurements as appropriate as well as observations /recommendations.
3. Well Abandonment — Removal/ abandonment of existing well per FDEP guidelines.
4. Wellhead and Pump Testing, Inspection and Removal — perform a production pump efficiency test .
prior to removal to determine pump curve and specific capacity. Information shall be gathered at
three points: full, half valve and shut in. GPM, PSI, volts, amps, ohms, sand content, pumping and
vibration levels will be recorded at each point. Cleaning and reinstallation of existing or new
equipment in accordance with ANSI /AWWA C654 -03 Well Disinfection. Onsite wellhead and
Page 6 of ] 0 RFB #2012 -2540
Wellfield Performance Maintenance & Rehabilitation
\
discharge inspection and cleaning will be performed by pressure cleaning and using a 50 ppm
chlorine solution.
5. Well Acidification — Contractor must submit a list of all chemicals and the processes to be used in
addition to MSDS sheets prior to use. All chemicals used shall be in accordance with all Federal,
State and local guidelines and used per EPA directions for wellfield protection approved chemicals
and in accordance with ANSI /AWWA C654 -03 Well Disinfection. Disposal container shall not be
permitted on site and must be disposed of in accordance with EPA guidelines.
6. Flow Meter Maintenance and Calibration — If determined that the meter calibration is off by more than 5%
accuracy, meter maintenance shall be performed as directed by the COUNTY Contractor shall sent meter to
the manufacturer for calibration prior to reinstallation
7. Production Pump Removal and inspection — Pump and associated equipment shall be disassembled, visually
inspected and mobilized to Contractor's pump facility. Pump will be digitally photographed, pressure washed
and disinfected. Photo copy and inspection condition report with recommendations will be submitted to
County project manager.
8. Pump /Motor Maintenance — Assist and perform maintenance of well /pump /motor as directed. includes
pulling pumps /motors such as production well (surficial and Floridan), clear well and high service pumps.
Assist in trouble shooting various problems in the system.
9. Monthly Well Maintenance — Performed on a per well or wellfield basis as determined by trend data or as
determined by Water Plant Chief Operator Maintenance includes chlorine injected under pressure into the
well, monitoring and testing as required in accordance with ANSI /AWWA C654 -03 Disinfection of Wells. A
chemical plan shall be submitted with the bid. Chemicals should have a contact time of no less than 6 hours
and no more than 48 hours.
10. Water Storage Tank Residual Cleaning including no end user disruptions, no loss of finished water during
cleaning, no reduction in free chlorine residual below 0.5 mg/L during inspection. Samples must be taken
before and after entering tank to assure residual is maintained, no loss of fire suppression capability, no tank
lining damage. Cleaning and inspection will be performed remotely operated robotics.
11. Well Development - As directed by COUNTY or COUNTY's representative. Airlift development will be
performed utilizing reverse air methodology to remove debris and bacteriological sludge followed by direct
air using a 600 -750 CFM air compressor.
12. Welding Services — the Contractor shall provide on site welding services including portable spray welding
and shall be capable of responding within eight (8) hours after notification Machine shop welding services
are required All welding is to be performed by a certified welder. In the event that a welder's helper is
required prior written approval shall be obtained by the COUNTY and the labor rate allowable shall be 50%
of the standard hourly rate bid for welding services.
13 Well Rehabilitation/Repair Video (pre and post rehabilitation) — Includes both downhole and 360 degree
color videos. The video shall be transferrable to a DVD and provided to the COUNTY within 5 days of
completion of the well rehabitation /repair The DVD shall be compatible for playback with any standard TV
or computer DVD player. The total audio -video recording system and the procedures employed in its use
shall be such as to produce a finished product that will fulfill the technical requirements of the project. The
video portion of the recording shall be calibrated to produce acurate on screen depth display and a bright,
sharp, clear picture with accurate clors and shall be free of distortion and imperfection. Theaudio portion of
Page 7 of 10 RFB #2012 -2540
Wellfield Performance Maintenance & Rehabilitation
the recording shall produce the commentary from the camera operator with propel volume, clarity and free
from distortion.
14 Chemical Treatment of Well — Well will be equipped with a sealed wellhead including psi gauge, blow off
valve, and braden head. Acid blends shall consist of hydrochloric, sulfirric (as an extender), citric (as
chelating agent) and chemical additive used to help extend and suspend debris removal (such as Coley).
Percentages of acids to be used will not exceed 10% of total volume injected.
15 Reports - a quarteily report will be generated for each well specifying month and graphing gallons per minute
(GPM), static water level, pumping water level, drawdown and resulting specific capacity. An annual report
will also be required to show the entire well performance for each well each calendar year. These reports shall
be submitted to the County project manager with one bound hard copy and an electronic submittal required.
The quarterly reports are due on the 15 of the month following the reported quarter and the yearly reports
will be due on February l' of the following reported year.
Vendor Responsibilities
a. Minimum Oualifications
1. All work shall be performed by an established and well qualified vendor. All work shall comply
with all applicable governmental regulations, customary quality standards, and accepted good
practice for the type work being performed.
2. A Bidder Qualification Statement must be submitted with the bid. List a minimum of three (3)
references in which similar goods and /or services have been provided within the past three (3)
years including scope of work, contact names, addresses, e-mail addresses, telephone numbers
and dates of service. The contact person must be someone who has personal knowledge of the
bidder's performance for the specific requirement listed. Contact person must be informed that
they are being used as a reference and that the County may be calling them. DO NOT list
persons who are unable to answer specific questions regarding the requirement. The bidder will
also provide information stating if the principal and /or firm is currently in a law suit regarding a
well related service contract and if the firm has been requested to stop work based on
performance or inability to meet contract obligations within the last five (5) years.
3. The contractor is required to be a qualified CEU instructor capable of providing annual operator training
classes to utility staff on well maintenance related to annual wellfield reports.
4. The successful bidder shall provide a copy of Standard Operating Procedures (SOP) for well,
pump and motor rehabilitation services produced by the company specifically for the County's
scope of work.
5. Provide a list of equipment and facilities available to perform the work.
6. The bidder must provide written evidence (copies of current licenses /certifications) that show
that the firm (bidder) or a principal in the firm is licensed to contract the scope of work in Martin
County including state well contractor licensure and welding certification.
Page 8 of 10 RFB #2012 -2540
Wellfield Performance Maintenance & Rehabilitation
7. The vendor shall follow all of the Florida Departmental Environmental Protection (FDEP) rules
when repairing or development of any type of wells, and reporting the proper paperwork to any
government agency in accordance to the rules.
8. The vendor's functional operation site / satellite office shall operate within a radius limit of 75
miles of Martin County, Florida
b. Coordination
1. The vendor shall coordinate with the Martin County's Chief Plant Operator (CPO), Treatment
Plant Manager (TOM), or Treatment Plant Administrator (TPA), or their designee (County
project manager) to ensure that all scheduling meets all deadlines and needs.
2 The vendor shall dedicate a project manager, whom will be directly responsible for the
management of MCU service needs.
3. The vendor shall provide a secondary staff member to assist in the absence of the project
manager.
4. The vendor shall not perform any work unless approved by the TPA, TOM, or CPO.
5. The vendor shall provide an invoice for services in a timely manner, and provide a detailed
monthly Microsoft Excel report list to Martin County staff members. This will allow county
staff to monitor work services, and track a dollar amount of those services.
6. In acts of God, such as fires, floods, hurricanes, or other circumstances beyond control, the vendor shall
use best professional practices to avoid delays or failures in performance.
c Details of materials, schedule, and transportation
1. All chemicals costs will be at the cost of the vendor.
2. All transportation costs shall be included in the bid. There shall be no additional mobilization
fees.
3. The County reserves the right to request the vendor to return to the job site for any warranty
work in reasonable time period.
d Preparation and submittal of reports
1. Reports shall be prepared and delivered to Martin County's Treatment Plant Administrator via email, or
hand delivered in a routine turnaround basis. Other staff member may be added to the distribution list
over a period of time
2. All paperwork / reports shall be delivered in a portable document format (PDF), and hard copies must be
sent to the TPA for payment verification.
3. Analysis and reports provided shall be prepared in a professional manner and suitable for review.
Page 9 of 10 RFB #2012 -2540
Wellfield Performance Maintenance & Rehabilitation
Contract Award
The bid will be awarded to the vendor deemed to be responsible, responsive in accordance with the
qualifications, with the lowest bid for service costs.
The maximum total value of this contract shall not exceed $875,000.
The Term of the Contract shall be for a period of three (3) years provided both parties are in agreement
and there are no changes to the terms and conditions. Price escalations will be considered at the end of
each year and must be documented with written verifications of industry price increases. The County
shall reserve the right to terminate the Contract in accordance with the provions under the Terms &
Conditions herein. The contract may be extended for two additional 1 -year terms, if needed, for a total
maximum term of five years. The awardee agrees to this condition by signing their bid.
Martin County will not be held to any minimum /maximum quantities or dollars during the term of
Contract.
Page 10 of 10 RFB #2012 -2540
wellfield Performance Maintenance & Rehabilitation
E .. ,, ° i ..„,..
sanks iemmiiiimwt
RFB #2012 -2540
I
WELLFIIE MAINTENANCE & REHABILITATION
Bidder Name: '( ' �I1W�� " Or AL S S 1 14-4----
ITEM NO. DESCRIPTION UOM UNIT PRICE
1 Well Drill Per foot - . QA
Ability to drill reverse and mud rotary n
2 Well Service Rig Per hour ,"Ie)
Minimum of 20 ton crane with support vehicle and 3 man crew
3 Pump Service Rig Per hour 12.5,07
Boom truck (15 ton) with support vehicle and 2 man crew
4 Cement work or demolition Per hour 45.(11
Break up/demo site and remove all debris
5 On site welding unit Per hour tQS.(�
Certified welder capable of mig, stick, tip and spray welding
6 Machine shop welding Per hour 55,00
Certified welder capable of mig,stick,trg and spray welding
7 Pump/Well technician Per hour j.41)
Certified technician
8 Chemical treatment Per hour 4iaCO
Stabilized sodium hypochlorlte will be injected into the well PPM
,volumes & pH range will be determined on a per well basis.
9 Well abandonment Per hour 11550
Performed in accordance with SFWMD specifications (includes permit)
10 Specrfic capacity test, before and after rehabHitabon Per hour .la)
Performed at production GPM
11 Biological Activity Reaction Tests (BART'S) Each 0 S.OJ
12 Wire to water pump efficiency test Each Z()a,
13 Vibration infared photography analysis Per motor 1 Vin
14 Extra sand testing not during well development or pump testing Each 35 C0
Performed with Rossum sand tester
15 Silt density index test (passing only, SDI less than 3) Each 135.03
16 Well development and redevelopment Per hour i 6.Q0
Development performed with 600 to 759 CFM Air Compressor
17 Clean casing and screen with casing scraper and brush Each 917103
18 Chemical disinfection of well after rehabilitation Per hour I/co.)
Performed in accordance with AWWA 654-03
19 Pump/motor retrieval Per hour f 7 )SII)
All tools, equipment necessary to retrieve equipment
20 Miscellaneous work as needed, normal business hours Per hour 1150D
21 Miscellaneous work as needed, non normal business hours Per hour 1 4-5.f�
22 Flow meter maintenance and calibration Per hour ENSAID
Performed by a SFWMD certified technician
23 Deep well pump and maintenance Per hour 1 QjFj.t7.)
24 WeWpump/motor maintenance and /or repairs Per hour BS,.(37
Performed by certified technician
25 Raw water disposal Per hour
26 Pump test Per hour ' Dt
27 Chlorine maintenance of wells Each 73 -c.()7
2$, Monthly monitoring Per well I CAC°
Record statio4evels, pumping levels, drawdowns, specific capacity and
psi on all wells
29 Quarterly well monitoring reports Per report V1S.0)
Comprehensive report with graphs compiling all monitoring information
for each well
30 Water storage tank residual cleaning Per tank 4.
Clean robotically while the tank remains in service.
31 Tank/Clear well Inspections Per tank 4 0(ni C
Inspect tank with remote operated submarine while tank remains in
service 1
32 Sealed comprehensive engineer reports Per tank •fi 1Q') i
Performed by a licensed engineer per DEP requirements
33 360 Degree color video survey Each
34 Dynamic downhole video surveys Each 1 tom.k7
Page 1 of 2
T +
RFB #2012 -2540
WELLFIELD PERFORMANCE MAINTENANCE & REHABILITATION
Bidder Name:
Provide pump & equipment to perform video survey while well is
pumping
37 Mobilize, demobilize & cleanup Per well • +sj(N,(Zj
38 Remove & reinstall fencing to original condition Each 241(11
39 Wellhead/pump removal & reinstallation Each 1, €ltlt),(J.1
40 Well acidification Each l
Well will be equipped with a sealed wellhead including psi gauge,blow
off valve, tank & braden head
Acid blends shall consist of hydrochloric, sulfuric (as an extender),
citric (as a cheiating agent) and chemical (used to help extend and
suspend debris removal). Percentages of acids to be used will not
exceed 10% of total volume injected. All chemicals to be NSF
approved. 21 Total Bid - $
41 (Percent of Markup for parts supplied & Installed 1 % 1 PI
INSTRUCTIONS
Bids to include one original and one copy.
Bids must be received no later than the date and time slated in the Advertisement. Bids received after that time &
date will not be considered.
BID SIGNATURE SECTION
THIS FORM MUST BE RETURNED WITH BID FAILURE TO SIGN BID MAY RESULT IN DISQUALIFICATION OF
��yy t �' +�
SUBMITTAL.
\
Firm Name Mw141A0 /LL. 4i** M ^'u- 44- Telephone ( `1`rt r 2 '-1
Name (Print) J , s tJv r f tv, Fax
Title 1 f �' - �Stafi�1� ` Federal Employer ID#
"t
Street Address t P �pwvt(hit J (d N. E-mail Add -ss V,� \, eaD`•(...61L4
Authorized
City, State Zip /[W ) , 3 Signature 3 _:
I '
Page 2 of 2