Loading...
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