Loading...
HomeMy Public PortalAbout2020-66 Selecting All Webbs Enterprises, Inc for well maintenance and cleaning servicesRESOLUTION NO. 2O2O- 66 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNEO FLORIDA, SELECTING ALL WEBBS ENTERPRISES, INC. FOR WELL MAINTENANCE AND CLEANING SERVICES PURSUANT TO INVITATION TO BID NO. 2020-61 IN AN AMOUNT NOT TO EXCEED $283,800 FOR AN INITIAL THREE YEAR PERIOD WTTH THE OPTION FOR TWO ADDITTONAL ONE.YEAR TERMS; PROVIDING FOR AUTHORIZATION; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Village of Key Biscayne ("Village") issued Invitation to Bid No. 2020- 61 (the "ITB") for well maintenance and cleaning services (the "services"); and WHEREAS, three sealed bids were received by the ITB deadline; and WIIEREAS' Village staff evaluated the bids and deemed A1l Webbs Enterprises, Inc. (the "Contractor") as the lowest, most responsive and responsible bidder for the Services; and WHEREAS, the Village Council desires to select Contractor to perform the Services and authorize the Village Manager to negotiate and enter into an agreement with Contractor for the Services consistent with the staff memorandum accompanying this Resolution and in substantially the form attached hereto as Exhibit "A"; and WHEREAS, the Village Council finds that this Resolution is in the best interest and welfare of the residents of the Village. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, AS FOLLOWS: Section 1. Recitals. That each of the above-stated recitals are hereby adopted, confirmed, and incorporated herein. Section 2. Selection. That the Village Council hereby selects Contractor for the Services. Section 3. Authorization. That the Village Council hereby authorizes the Village Manager to negotiate and execute an agreement with Contactor for the Services consistent with the staffmemorandum accompanying this Resolution and in substantially the fomr attached hereto as Exhibit "A," subject to the final approval of the Village Attomey as to form, content, and legal sufficiency. The negotiated agreement shall be in an amount not to exceed $283,800 for the initial three year period, with the option to extend the agreement for up to two additional one-year terms on the s,tme terms and conditions. Section 4. Effective Date. That this Resolution shall be effective immediately upon adoption. PASSED andADOPTED this 8h_dayof December,2020. WL MICHAEL W. DAVEY, MA ATTEST: J B. VILLAGE CLERK APPROVED AS TO FORM AND LEGAL SUFFICIENCY: WEISS SEROTA HELFMAN COLE & BIERMAN, P.L. VILLAGE ATTORNEY Page2 of2 WELL CLEANING & MAINTENANCE SERVICES AGREEMENT BETWEEN THE VILLAGE OF KEY BISCAYNE ANI) ALL WEBBS ENTERPRTSES, INC. 4 TIIIS AGREEMENT (this "Agreement") is made effective as of the ?/hurof - Jnnr.r-o{-l^t .,202Q (the 'Effective Date"), by and between the VILLAGE OF KEY BISCAY1\.d, FLORIDA, a Florida municipal corporation, (the ooVillage"), and ALL WEBBS ENTERPRISES, INC., a Florida Corporation (the "Contractor"), WHEREAS, the Village issued Invitation to Bid No. 2020-61 (the "lTB'), a copy ofwhich is attached hereto and incorporated herein as Exhibit '0A," for miscellaneous, as-needed drainage well maintenance and cleaning services (the "Services," as further defined herein); and WHEREAS, in response to the ITB, the Contractor submitted a ploposal ("Proposal"), which is incorporated herein by reference, for the Services and was thereafter selected by the Village Council; and WIIEII.EAS, the Conhactor will perform Services on behalf of the Village, all as fruther set forth in Section 2 of the ITB, which is attached hereto as Exhibit "A" (the "services"); and WIXERIIAS, the Contractor and Village, through mutual negotiation, have agreed upon a rate schedule as set forth in Exhibit "8" attached hereto (the "Rate Schedule") in connection with the Selices; and WIIEREAS, the Village desires to engage the Contractor to perfonn the Services as specified Lrelow. NOW, TIIEREFORE, in consideration of the muhral covenants and conditions contained herein, the Contractor and the Village agree as follows: 1. ScopLof Sqvices. 1.1. The Contractor shall fuinish the Services in accordance with the ITB attached hereto as Exhibit "A" and provide deliverables for various project aspects for the Village (each a "Project"), as requested by the Village and detailed in a o'statement ofWork" as shown in Exhibit "C" attached hereto which the Village will provide the Contractor when engaging the Contractor to work on a speciflc Project. 1".2. Ptior to commencement of work on a specific Project, the Contractor will provide the Village with a fixed lump sum or maximum (i.e., not to exceed) cost for the Services set forth in the Staternent of Work calculated using the rates set forth on the Rate Schedule attached hereto. 1.3. If the Village approves the fixed lump sum cost for the Project, the Village will provide the Contractor with a Notice to Proceed to perform the Services set forth in the Statement of Contract No. 2020-61 Page L of 10 Work. Contractor acknowledges that it shall not undertake to perform any Services on any Project until it has recei.ved from the Village the Notice to Proceed on such Project. 1.4. Contractor shall furnish all reports, documents, and information obtained pursuant to this Agreement, and recommendations during the tenn of this Agreement (rereinafter 'oDeliverables") to the Village. 1.5. The Contractor shall abide by the terms and requirements of the ITB, as though frrlly set forth herein. 2, Term/Commencement I)ate. 2.1. The term of this Agreement shall begin on the Effective Date and shall continue for three years thereafter, unless earlier terminated in accordatrce with Section 8, Additionally, the Village Manager may renew this Agreernent for up to two additional one-year periods on the same terms as set forth herein upon written notice to the Contractor. 2,2, Contractor agrees that time is of the essence and Contractor shall complete the Services within the timeframes set forth in the Statement of Work and the Notice to Proceed for each Project in the mannor provided in this Agreement, unless extended by the Village Manager. 3. Compgrrtgliqn and Pavmer*!. 3.1. Compensation for Services provided by Conhactor shall be in accordance with the approved cost set forth in the Statement ofWork/Work Order or the Notice to Proceed for such Prciect, which shall be based on the Rate Schedule attached hereto as Exhibit B. 3,2. During each Project, Contractor shall deliver an invoice to Village no more often than once per month detailing Services completed and the amount due to Contractor under the Statement of Work for such Project. Fees shall be paid in aneats each month, pursuant to Contractor's invoice, which shall be based upon the percentage of work completed for each Froject. The Viliage shal1 pay the Contractor in accordance with the Florida Prompt Payment Act after approval and acceptance of the Services by the Village Manager. 3.3. Contractor's invoices must contain the following information for prompt payment: 3.3.1. Name and address of the Contractor; 3,3,2. PurchaseAVork Order numbet; 3.3.3. Conhact number; 3,3,4, Date of invoice; 3.3.5. Invoice number (lnvoice numbers cannot be repeated. Repeated invoice numbers will be rejected); Contract No. 2020-61 Page 2 of 10 3.3.6, Name and type of Work; 3.3.7. Timeframe covered by the invoice; and 3.3.8. Total value of invoice. Failwe to include the above information will result in the delay of palment or rejection ofthe invoice. A11 invoices must be submitted elechonically to naliables @keybi scayne. fl . gov. 4, Subcontractors. 4.1. The Contractor shall be responsible for a1l payments Io any subcontractors and shall maintain responsibility for all work related to the Services and/or any Project. 4.2. Contractor may only utilize the services of a particular subcontractor with the prior written approval of the Village Manager, which approval shall be granted or withheld in the Village Manager's sole and absolute discretion. 5. Villase's Responsibilities. 5.1. Village shall make available any maps, plans, existing studies, reports, staff and representatives, and other data pertinent to the Services and in possession of the Village, and provide criteria requested by Contractor to assist Contractor in performing the Services. 5.2. Upon Contractor's request, Village shall reasonably cooperate in arranging access to public information that may be required for Contractor to perforrn the Services. 6. Contractoros Responsibilitiest Renresentafipns and Warranties. 6.1. The Contractor shall exercise the same clegree of care, skill and diligence in the performance of the Services for each Project as is ordinarily provided by a conhactor under similar circumstances, If at any time during the term of this Agreement or within two (2) years from the completion ofthis Agreement, it is determined that the Contractor's Deliverables or Services are incorrect, not properly rendered, defective, or fail to conform to Village tequests, the Contractor shall at Contractor's sole expense, immediately correct its Deliverables or Services, 6,2,The Contractor hereby warrants and represents that at a1l times during the tenn of this Agreement it shall naintain in good standing all required licenses, certifications and permits required under Federal, State and local laws applicable to and necessary to perform the Services for Village as an independent contractor of the Village, Contractor further warranis and represents that it has the reqtrired knowledge, expertise, and experience to perform the Services and cany out its obligations under this Agreement in a professional and first class manner. Contract No, 2020-61 Page 3 of10 6.3. The Contractor represents that is an entity validly existing and in good standing under the laws of Florida. The execution, delivery and performance of this Agreement by Contractor have been duly authorized, wrd this Agreernent is binding on Contractol and enforceable against Contractor in accordance with its terms. No consent of any other person or entity to such execution, delivery and performance is required. 7, Conflict of Interest. 7.1. To avoid any conflict of interest or any appearance thereof, Contractor shall not, for the tenn of this Agreement, provide any consulting services to any private sector entities (developers, corporations, real estate investors, etc.), with any cuffent, or foreseeable, adversarial issues in the Village. 8. Termination. 8.1. The VillageManager, without calrse, mayterminate this Agreementupon five (5) calendar days' written notice to the Contractor, or immediately with cause. 8.2. Upon receipt of the Village's written notice of termination, Contractor shall immediately stop work on the project unless directed otherwise by the Village Manager. 8.3. In the event of tennination by the Village, the Contractor shall be paid for all work accepted by the Village Manager up to the clate of termination, providecl that the Contractor has first complied with the provisions of Section 8.4. 8.4. The Contractor shall transfer all books, records, reports, working drafts, docrunents, maps, and data pertaining to the Services and the project to the Village, in a hard copy and electronic format within foufleen (14) days from the date of the written notice of terminatiou or the date of expiration of this Agreement. 9, Insurance. 9.1. Contractor shall secure and maintain throughout the duration of this agreement insurance of such types and in such amounts not less than those specified below as satisfactory to Village, naming the Village as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the Village, its off,rcials, etnployees, agents, and volunteers naming the Village as additional insured. Any insurance maintained by the Village shall be in excess of the Contractor's insurance and shall not contribute to the Contractor's insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the Village as it deems necessary or prudent. 9,1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Properly Damage. This Liability lnsurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custocly ancl control of Contractor, The General Aggregate Liability limit Contract No. 2020-61 Page 4 of 10 and the Products/Cornpleted Operations Liability Aggregate limit sha1l be in the amount of $2,000,000 each. 9.1.2. Workers Compensation and Employer's Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer's Liabilitywith minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Contractor shall be allowed to provide Services pursuant to this Agreement who is not covered by Worker's Compensation insurance. 9.1.3. Business Automobile Liability with minimum limits of $ 1,000,000 per occurrence, combined single limit for Bodily Injury and Property Damage. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Atrtomobile Liability policy, without restrictive endorsements, as filed by the Insurance Service Office, and must include Owned, Hired, andNon-Owned Vehicles. 9.2. Certificate of In$rurance. Certificates of Insurance shall be provided to the Village, reflecting the Village as an Additional lnsured (except with respect to Professional Liability Insurance and Worker's Compensation Insurance), no later than ten (10) days after award of this Agreement and prior to the execution of this Agreement by Village and prior to commencing Services, Each cerlificate shail include no less than (30) thirty-day advance written notice to Village prior to cancellation, tennination, or matedal alteration of said policies or insurance. The Contractor shall be responsible for assuring that the insurance certificates reqrrired by this Section remain in ftill force and effect for the duration of this Agreement, including any extensions or renewals that may be granted by the Viliage, The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Agreement and shall state that such insurance is as required by this Agreement. The Village resetves the right to inspect ancl return a certified copy of such policies, upon written request by the Village. If a policy is due to expire prior to the completion of the Services, renewal Certificates of Insurance shall be fuinished thirfy (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days' written notice shall be provided to the Village before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the Village. 9.3. Additional rnsured. Except with respect to professional Liability Insurance and worker's Compensation lnsurance, the Village is to be specifically included as an Additional Insured for the liability of the Village resulting from Services performed by or on behalf of the Contractor in performance of this Agreement. The Contractor's insurance, including that applicable to the Village as an Additional Instred, shall apply on aprimary basis and any other insurance maintained by the Village shall be in excess of and shall not contribute to the Contractor's insutance. The Contractor's insurance shall contain a severability of interest provision providing that, except with respect to the total limits of iiability, the inswance shall apply to each Insured or Additional Insured (for applicable policies) in the same manncr as if separate policies had been issuecl to each. Contract No. 2020-61 Page 5 of 10 9.4. Deductibles. A1l deductibles or self-insured retentions must be declared to and be reasonably approved by the Village. The Contractor shall be responsible for the payment of any deductible ol self-insured retentions in the event of any claim. 9.5. The provisions of this section shall survive termination of this Agreement. 10. Nondiscrimination. During the term of this Agreement, Contractor shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and will abide by all Federal and State laws regarding nondiscrimination. 11. Attornevs Fees and Waiver of Jury Trial. 11.1. In the event of any litigation arising out of this Agreement, the prevaiiing party shall be entitled to recover its attomeys' fees and costs, including the fees and expenses ofany paralegals, law clerks and legal assistants, and including fees and expenses charged for representation at both the trial and appellate levels, I1.2, IN THE EVENT OF ANY LITIGATION ARISING OLTT OF THIS AGREE]VIENT, EACH PARTY HEREBY KNOWINGLY, IRREVOCABLY, VOLTINTARILY AND INTENTiONALLY WAIVES ITS RIGHT TO TRIAL BY JURY. 12. Indemnification. 12.1,. Contractor shall indemnify and hold harmless the Village, its officers, agents and employees, from and against any and all demands, claims, losses, suits, liabilities, causes of action, judgment or damages, arising from Contractot's performance or non- performance of any provision of this Agreement, including, but not limited to, liabilities arising from contracts between the Contractor and third parties made pursuant to this Agreement. Contractor shall reimburse the Village for all its expenses including reasonable attomeys' fees and costs incurred in and about the defense of any such claim or investigation and for any judgment or damages arising from Contractor's perfoflnance or non-perforrnance of this Agreernent. 12,2. Nothing herein is intended to serve as a waiver of sovereign immunity by the Village nor shall anything included herein be construecl as consent to be sued by third parties in any matt€r arising out of this Agreement or any other contract. The Village is snbject to section 768,28, Florida Statutes, as may be amended from time to time. 12.3, The provisions of this section shall survive termination of this Agreement. 13.I!.otices/Authorized Represq$tptiygJi. Any notices required by this Agteement sliall be in writing ancl shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified rnail with postage prepaid return receipt requested, or by a private postal service, addressed to the parties (or their successors) at the addresses listed on the signature page of this Agreement or such other address as the party may have designated by proper notice. Contract No. 2020-61 Pagc 6 of 1.0 14. Gov-qrnips Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any proceedings arising out of this Agreement shall be propsr exclusively in Miarni-Dade County, Florida, 1 5. Entire Asreementil\{odific atiq$/Amendment. 15.1. This writing contains the entire Agreement of the parties and supersedes anyprior oral or written representations. No representations were made or relied upon by either party, other than those that are expressly set forth herein. L5,2. No agent, employee, or other representative of either party is empowered to rnodify or amend the tems of this Agreement, unless executed with the same formality as this docrunent, 16. Owngrship and Access to Records fllrd Audits. 16.1. Contractor acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Senrices to the Village which are conceived, developed or made by Contractor during the term of this Agreernent ("Work Product") belong to the Village. Contractor shall promptly disclose such Work Product to the Village and perform al1 actions reasonably requested by the Village (whether during or after the term of this Agreement) to establish and confirm such ownership (inclr"rding, without limitation, assignments, powers of attorney and other instruments), 16.2. Contractor agrces to keep and rnaintain public records in Contractor's possession or control in connection with Contractor's performance under this Agreement. The Village Manager or her designee shall, during the term of this Agreement and for aperiod of three (3) years from the date of tetmination of this Agreement, have access to and the right to examine and audit any records of the Contractor involving transactions related to this Agreement. Contractor additionally agrees to comply specifically with the provisions of Section I19.070i, Florida Statutes. Contractor shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the Agreement, and following completion of the Agreetnent until the records are transferred to the Village. 16.3, Upon request from the Village's custodian of public records, Contractor shall provide the Village with a copy of the requested recorcls or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. 16.4, Unless otherwise provided by law, any and all records, including but not limited to reporls, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of the Village. 16.5. Upon completion of this Agreement or in the event of termination by either pafiy, any and all public records relating to the Agreement in the possession of the Contractor Contract No. 2020-61 Page 7 of 10 shall be delivered by the Contractor to the Village Manager, at no cost to the Village, within seven (7) days. All such records stored electronically by Contractor shall be delivered to the Village in a format that is compatible with the Village's information techlology systems. Once the public records have been delivered upon completion or termination of this Agreement, the Contractor shal1 destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 16.6. Any compensation due to Contractor shall be withheld until all records are received as provided herein. 16.7, Contractor's failure or refusal to comply with the provisions of this section shall result in the immediate tsrmination of this Agreement by the Vil1age. 16.8.otice Pursuant to 070 r Florida S IF' THE CONTRACTOR HAS QUESTIOI\S REGARDING THB APPLICATION OF',CHAPTER 119, FLORTDA STATUTES, TO TI{E CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS. Custodian of Records: Mailing address: Telephone number: Email: Jocelyn B. Koch 88 West Mclntyre Street Key Biscayne, ['L 33L49 30s-36s-s506 j koch@keybis cayne.fl . gov 17. Nonassienabilitv. This Agreement shall not be assignable by Contractor unless such assignment is first approved by the Village Manager. The Village is relying upon the apparent qualifications and expertise of the Contractor, and such firm's familiadty with the Village's area, circumstances and desires. 18. Severability. If any term or provision of this Agreement shall to any extent be held invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, and each remaining tetm and provision of this Agreement shall be valid and be enforceable to the fu1lest extent permitted by law. lg.IndependeJrt Contractor. The Contractor and its employees, volunteers and agents shall be and remain an independent contractor and not an agent or employee of the Village with respect to all of the acts and services performed by and under the terms of this Agreement. This Agreement shall not in any way be construed to create a partnership, association or any other kind ofjoint undertaking, enterprise or venfure between the parties. Contract No, 2020-61 Page I of10 20. Qompliance with Laws. The Conrractor shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in camying out Services under this Agreement, and in particular shall obtain all required permits from all jurisdictional agencies to perfonn the Services under this Agreement at its own expense, 21. Waiver. The failure of either party to this Agreement to object to or to take affirmative action with respect to any conduct of the other which is in violation of the terms of this Agreement shall not be construed as a waiver of the violation or breach, or of any flrture violation, breach or wrongful conduct. 22. Su,rvivgl of Provisions. Any terms or conditions of either this Agreernent that requile acts beyond the date of the tetm of the Agreement, shall survive tennination of the Agreement, sha1l remain in fulI force and effect unless and until the terms or conditions are completed and shall be fully enforceable by either party. 23. Prohihilion -pj Coqfingency Fees. The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person(s), company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 24.Public Entitv Crimes Affidavit. Conhactor shall comply with Section287.733, Florida Statutes (Public Entity Crimes Statute), notification of which is hereby incorporated herein by reference, including execution of any requirecl affidavit. 25. Counterparts. This Agreement may be executed in several cou:rterparts, each of which shal1 be deemed an original and such counterparts shall constitute one and the same instrument. 26. Conflictsl Ofder of Priorjty. This document without exhibits is referred to as the "Base Agreernent," In the event of a conflict between the terms of this Base Agreement and any exhibits or attachments hereto, or any documents incorporated herein by reference, the conflict shall be resolved in the following order of priorities and the more stringent criteria for perforrnance of the Services shall apply: 26.L First Priority: Change Orders with later date taking precedence; 26.2, Second Priority: Sections i through 26 of this Base Agreement; 26.3, Third Priority: Exhibii A * Scope of Work; and 26.4, Fourth Priority: Work Orders, with iater date taking precedence. [Remainder of page intentionally left blank. Signature pages follow.l Contract No. 2020-61 Page 9 of10 IN WITNESS WTIER-EOF, the parties hereto have caused this Agreement to be executed the day and year as first stated above. VILLAGE OF KEY BISCAYNE CONTRACTOR By: l*lrea-+gho Press Narne village Manager @ntzrlms By: Attest: By: J Village Clerk Approved as to form and legal sufficiency: t L.;. ENTERPRISES,INC y4vTo Nefr| JL (agenr name) 301 Commerc.€. C)*l(address l) Jv( z<€t Fu 2) ,(,o'7 s6t-6-4t 1 €8BS €68J'coil ernail) With a copy to: company) -(agent name) _(address 1) address 2) fu/;^- By: Weiss Serota Helfman Cole & Bierman, P.L. Village Attomey Addresses for Noticer Village of Key Biscayne Attn: Village Manager 88 West Mclntyre Street Key Biscayne,FL33149 305-365-55 14 (telephone) 305-365-8936 (facsimile) aagha@keybiscayne. fl . gov (email) With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: Chad Friedrnan, Esq. Village of Key Biscayne Attomey 2525 Ponce de Leon Boulevard, Suite 700 Coral Gables, FL 33134 cfriedman@wsh-law. com (email) [- C (facsimile) (ernail) _(telephone) Contract No. 2020-61 Page 10 of10 EXHIBIT ''AI' BID NO. 2020-61"ITB', INVITATION TO BID No. 2020-51 WELL CLEANING & MAINTENANCE VILLAGE OF KEY BISCAYNE VIttAGE COUNCIL MichaelW. Davey, Mayor Brett Moss, Vice Mayor Luis Lauredo Edward London Allison McCormick Katie Petros lgnacio J. Segurola VILLAGE ATTORNEY Weiss, Serota, Helfman, Cole & Bierman, P.L. VILIAGE CLERK Jocelyn B. Koch VITLAGE MANAGER Andrea M. Agha EXHIBITA-Pagelof30 EXHIBIT ''A'' BID NO.2020-61''ITB'|, PUBTIC NOTICE ITB Name: WELL CLEANING & MAINTENANCE ITB No.: 2020-61' Pre-Bid Conference: N/A Bid Deadlinez 4:00 PM, 09-16-2020 The Village of Key Biscayne ("Village") has issued an lnvitation to Bid ("lTB") to interested and qualified businesses to receive sealed Bids ("Bids" or "Responses") for the following services: Well Cleaning & Maintenance Services. The Village requires general stormwater well cleaning and maintenance services on an as-needed basis ("Services"). The Contractor shall provide all necessary labor, materials, and equipment to provide the Services, which shall include, but not be specifically limited to, the following: Partner with the Village to ensure the regular maintenance and rehabilitation of thirty-nine (39) existing storm water gravity disposal wells ("Wells") owned by the Village. The Village reserves the right to expand the Agreement to additional gravity wells should more be added to the Village's stormwater infrastructure. The Contractor will work closely with a Village representative ("Contract Manager") to plan for and execute cleanings, maintenance, and rehabilitation on the Wells. All Services furnished under the Agreement must be performed in accordance with the Scope of Work and the specifications. Bids must be submitted electronically to the Village by no later than 4:00 PM, 09-16-2020 on the https://kevbiscavne.bonfirehub.com/portal (the "Procurement Portal"). Any Bid received after the deadline or delivered in any other manner than the Procurement Portal shall not be considered for award. Bidders are responsible for ensuring that their Response is uploaded to the Procurement Portal by the deadline. lnterested businesses may obtain the full ITB and all associated documents through the Procurement Portal. lnterested businesses will be asked to register prior to downloading the RFP documents. Registration is free and easy and can be done in minutes. A tutorial on how to register and submit a response can be found here: https://support.gobonfire.com/hc/en-us/articles/203903356-Vendor- Reeistration-and-Submission-. lt is strongly encouraged that interested businesses include any commodity codes for the services or products it offers as the Village uses these codes to send notice of relevant solicitation opportunities. Any questions related to registration may be directed to procu rement@ kevbiscavne.fl.gov. Any and all questions or requests for information or clarification pertaining to this ITB must be made in writing via email to procurement@kevbiscavne.fl.gov by no later than 09-07-2020. Published: 08-26-2020 EXHIBITA-Page2of30 Dated: O8/2L/2020 EXHIBIT ''A'' BID NO. 2020-61"JTB', Table of Contents PUBLIC NOTICE SECTION 1. I N FORMATION FOR THE RESPONDENTS......... 1.1 GENERAL INFORMATION ....... 1.2 TNTRODUCTTON/BACKGROU N D...,,.. 1.3 VILLAGE RIGHTS 1..4 ADDENDA 1.5 CERTIFICATION 1..6 REQUESTS FOR INFORMATION 1.7 PUBLTC RECORDS.,,.. 1_.8 RETENTTON OF RESPONSES.....,......... 1.9 VILLAGE AUTHORITY 1.10 LOBBYTST REGTSTRATTON ..,.,,......... 1. 11 RESPONSE /pRESENTAT|ON COSTS........ 1.12 PERMITS, TAXES, LICENSES 1.. 13 LAWS, ORDINANCES. 1.14 TERMS OF ENGAGEMENT............. SECTION 2. SERVICES NEEDED BY THE VILLAGE ITB No. 2O2O-6L WELL CLEANING & MAINTENANCE ..2 ...5 5 5 5 6 5 5 6 .........5 ..6 ...5 6 5 7 ..............8 2.1SCOPE OF SERVICES 8 2.2 EQUIPMENT AND PERSONNEL.o 2.3 SITE CONDITIONS ...9 2.4 SPECIFIC WELL REHABILITATION WORK TASKS.10 2.4.L Mobilization/Demobilization :10 2.4.2 Remove Grate/Screen on WellCasing R 10 2.4.3 "Before" Downhole Video:10 2.4.4 Clean-out the Concrete Well Structure and Open Hole Well Casing:......., ............11 2.4.5 Well Development (lncluding airlift, jetting with simultaneous airlift, and pump development): .....1.r 2.4.6 " Afler" Downhole Video: ........TL 2.4.7 Replace Grates/Screens and Restore Sites .......,.,......................11 2.4.8 A|ternates................7I Page 3 of 20 EXHIBITA-Page3of30 EXHIBIT ''A'' BID NO. 2020-61''rTB'!, 2.5 DISPOSAL OF WASTES AND DEBRIS 2.5 SITE RESTORATION.. 2.7 TIMEFRAME AND WORKING HOURS 2.8 HURRICANE PREPAREDNESS PLAN 2.9 PROTECTION OF PROPERTY SECTION 3. RESPONSE SUBMISSION REQUIREMENTS AND AWARD........ 3. 1. GEN ERAL RESPONSE I NSTRUCTIONS .......,....... 3.2 DEFrNrrONS......,....... 3.3 ELIGIBILITY 3.4 SCHEDULE OF EVENTS 3.5 BID FORMS 3.6 SIGNATURE ON BID 3.7 QUALIFICATION OF BIDDERS. 3.8 AWARD OF CONTRACT............... 3.9 TIE BIDS 3.10 EXECUTION OF CONTRACT 3.11TIME AND AWARD 3.12 BID MODIFICATIONS., 3.13 WITHDRAWAL OF A BID...... 3.14 0PENTNG OF BIDS ........ 3.15 FAMILIARITY WITH 1AWS......,......,, 3.15 ALLOWANCES 3.17 INSURANCE .,.,...,........... 3.18 PUBLIC ENTITY CRIMES ACT 4. 1 ATTACHMENTS............ 4.2 FORMS.. ........L2 ................12 .....,..... L3 t4 L2 13 L4 t4 16 L6 16 16 16 17 ..16 15 L5 15 L6 .............. 16 ...................... L7 3.19 EXAMINATION OF BIDDER'S FACILITIES.....18 3.20 BtD GUARANTY..,.,...,......... Error! Bookmark not defined. 3.21 RETURN OF THE BID GUARANTY ...... Error! Bookmark not defined. 3.22 FORFEITURE OF BID GUARANTY FOR FAILURE TO EXECUTE CONTRACT.......... Error! BooKMarK NOt defined. SECTION 4. FORMS AND ATTACHMENTS L9 19 19 ITB No.2020-6L WELL CLEANING & MAINTENANCE Page 4 of 20 EXHIBITA-Page4of30 EXHIBIT ''A'' BID NO. 2020-61''ITB', ITB No. 2O2O-6L WELL CLEANING & MAINTENANCE Page 5 of 20 EXHIBITA-Page5of30 EXHIBIT ''A'' BID NO. 2020-61''rTB'' SECTION 1. INFORMATION FOR THE RESPONDENTS 1.1 GENERAL INFORMATION The Village of Key Biscayne (the "Village") is located on an island approximately six (6) miles into Biscayne Bay and connected to the mainland via the Rickenbacker Causeway. Crandon Boulevard, a four-lane road with a median, bisects the Village. Shopping centers and single purpose commercial buildings line Crandon Boulevard. Towards the west lies single family homes. The east side of Crandon Boulevard contains mid to high rise multiple family buildings, one single family district, townhomes, and another single-family area that is part of a planned unit development. The incorporated Village is flanked by two large parks: Crandon Park to the north and Bill Baggs Cape Florida Recreation Area to the south. The latter receives over a million visitors per year and is a major contributor to traffic congestion on the weekends and holidays. The Village is the home to approximately L3,000 residents residing on 1.1 sq. miles. The Village is committed to efficient government administration. A small core of the Village staff has been serving its residents, businesses and visitors exceptionally well through their dedication and with the help of consultants, contractors, and service providers who also have been committed to providing quality products at competitive prices. We expect to continue this tradition. 1.2 INTRODUCTIO N/BACKGROUND The Village hereby requests Bids for the selection of a qualified business (hereinafter "Bidder" or "Respondent") to provide the labor, materials, equipment, services, and all incidentals necessary, as further defined in Section 2 of this solicitation ("services/WorK') to provide the requested Services/Work within the Village of Key Biscayne. The information used in this lnvitation to Bid ("lTB") will be used by the Village to make its determination. 1.3 VILLAGE RIGHTS The Village reserves the right to award one or more contract(s) to the Respondent(s) in accordance with what the Village deems in its best interest. Notwithstanding, the Village may, at its sole discretion, reject all responses and cancel the solicitation, in which case no award will be made. The Village reserves the right to accept or reject any or all Responses, based upon its deliberations and opinions. ln making such determination, the Village reserves the right to investigate the financial capability, integrity, experience and quality of performance of each Consultant, including officers, principals, senior management and supervisors as well as the staff identified in the Response. The Village also reserves the right to waive minor variations or irregularities in the Responses. 1.4 ADDENDA lf the Village finds it necessary to add to, or amend this ITB prior to the Response submittal deadline, the Village will issue written addenda/addendum. Each Respondent must acknowledge receipt of each addendum by signing Form AA, Addendum Acknowledgement, and providing it with its Response. 1.5 CERTIFICATION The signer of the Response (to this ITB) must declare by signing the Forms included in Section 4 that the person(s), firm(s) and parties identified in the Response are interested in and available for providing the Services; that the Response is made without collusion with any other person(s), firm(s) and parties; that ITB No. 2O2O-6L WELL CLEANING & MAINTENANCE Page 5 of 20 EXHIBITA-Page6of30 EXHIBIT ''AII BID NO. 2020-61llITB', the Response is fair in all respects and is made in good faith without fraud; and that the signer of the cover letter of the Response has full authority to bind the person(s), firm(s) and parties identified in the Response. 1.6 REQUESTS FOR INFORMATION Respondents may request additional information, clarification, or modifications in the form of a Request for lnformation ("RFl"). Respondents seeking such information must email their RFls to procurement@kevbiscavne.fl.gov in order to receive a response. The request must include the Respondent's name, the ITB number, and ITB title. Any RFI must be submitted prior to the deadline for questions indicated in the schedule of events in Section l-.5 to receive a response. Late or mis-delivered requests may not receive a Village response. The Village will issue responses to RFls, and any other corrections or amendments it deems necessary, in the form of a written addendum. The Village, at its sole discretion, may not issue a response to an RFl. Respondents should not rely on any representations made outside of these written addenda, Where a conflict appears between the ITB and any issued addenda, the last addendum issued will prevail. Addenda will be made available on the Procurement Portal and it is the Respondent's sole responsibility to ensure receipt of all addenda prior to submitting a response. 1.7 PUBTIC RECORDS Florida law provides that municipal records should be open for inspection by any person under Chapter L19, F.S. Public Records law. All information and materials received by the Village in connection with responses shall become property of the Village and shall be deemed to be public records subject to public inspection. 1.8 RETENTION OF RESPONSES The Village reserves the right to retain all Responses submitted and use any ideas contained in any Response, regardless of whether that Respondent is selected. 1.9 VILLAGE AUTHORITY Bids will be selected at the sole discretion of the Village. The Village reserves the right to waive any irregularities in the request process, to reject any or all Bids, reject a Bid which is in any way incomplete or irregular, re-bid the entire solicitation or enter into agreements with more than one Respondent. Bids received after the deadline provided in this ITB will not be considered. 1.10 LOBBYIST REGISTRATION Respondents must comply with the Village's lobbyist regulations. Please contact the Village Clerk at (305) 355-5506 for additional information. 1.11 RESPONSE /PRESENTATION COSTS The Village shall not be liable for any costs, fees, or expenses incurred by any Respondent in responding to this lTB, nor subsequent inquiries or presentations relating to its Response. 1.12 PERMITS. TAXES. LICENSES ITB No.2O2O-6L WELL CLEANING & MAINTENANCE Page 7 of 20 EXHIBITA-Page7of30 EXHIBIT ''A'' BID NO. 2020-61"ITB'|, The Respondent shall, at its own expense, obtain all necessary permits, pay all licenses, fees and taxes required to comply with all local ordinances, state and federal laws, rules, regulations and professional standards that would apply to this contract. 1.13 LAWS, ORDINANCES The Respondent shall observe and comply with all federal, state, and local laws, including ordinances, rules, regulations and professional standards that would apply to the contract. 1.14 TERMS OF ENGAGEMENT The Respondent, by submission of its Response, agrees to the terms and conditions contained in the contract attached hereto as Attachment "A," ("Contract") and further agrees to execute the Contract without change. Notwithstanding, the Village, in its sole discretion, reserves the right to negotiate the final contract price or any terms and conditions. Responses that are conditioned to additions, deletions, or revisions to the Contract's terms and conditions will be rejected as non-responsive. END OF SECTION ITB No. 2020-61. WELL CLEANING & MAINTENANCE Page 8 of 20 EXHIBITA-Page8of30 EXHIBIT ''A'' BID NO. 2020-61"ITB', SECTION 2. SERVICES NEEDE BY THE VILLAGE 2.1 SCOPE OF SERVTCES The Village requires general stormwater well cleaning and maintenance services on an as-needed basis ("Services"). The Contractor shall provide all necessary labor, materials, and equipment to provide the Services, which shall include, but not be specifically limited to, the following: Partner with the Village to ensure the regular maintenance and rehabilitation of thirty-nine (39) existing storm water gravity disposal wells ("Wells") owned by the Village. The Village reserves the right to expand this Agreement to additional gravity wells should more be added to the Village's stormwater infrastructure. The Contractor willwork closely with a Village representative ("Contract Manager") to plan for and execute cleanings and maintenance on the Wells. The Contract Manager shall issue a Work Order to Contractor to proceed with planned maintenance or rehabilitation on Wells. The Contract Manager has the sole discretion to determine the quantity, location, and order of Wells to be maintained or rehabilitated. A map of the currently existing well locations has been attached hereto as Exhibit "E." All Services furnished under this Agreement must be performed in accordance with this Scope of Work and the specifications attached hereto as Exhibit "D" ("Specifications"). Each Well may require some, all, or similar services as those described below. The actual Services performed will vary; this is only provided to give insight as to the nature of the anticipated work. r Mobilize to each well site, remove access lid, perform visual of the well structure and arrange for a "before" downhole video to determine the extent of sludge buildup in the well structure and the well casing. r Arrange to remove the existing steel grate/screen on the top of the well casing within the well structure. Clean/remove all debris and vegetative growth within the well structure. . Pending the results of the "before" video, if warranted, clean out (a) all sludge in the concrete well structure; and (b) the open hole casing using the reverse air method, develop well using airlift/jet vac. o Perform "after" video to confirm that the cleanout procedure was successful, and the steel well casing's integrity has been maintained. o lf the wall of the casing has been compromised, arrange for the installation of an l-8" PVC casing inside the existing casing. r Perform a well "yield test" to confirm that the production rate 500 gpm/ft head has been achieved. Additional well development may be required untilthat rate has been achieved. r lnsert concrete grout between the existing casing and the new 18" PVC casing using "tremie" method. Replace steel grate/screen on top of the well casing and restore the site (asphalt, concrete paving, concrete curbing or sodding if damaged during maintenance activities). ln performing the Services, the Contractor shallfurnish all labor, materials, transportation, tools, supplies, equipment and necessary appurtenances to rehabilitate and re-develop the wells and address the outfall piping to the satisfaction of the Contract Manager as specified herein. ITB No. 2020-6I WELL CLEANING & MAINTENANCE Page 9 of 20 EXHIBITA-Page9of30 EXHIBIT ''A'' BID NO. 2020-61''ITB'|, 2.2 EQUIPMENT AND PERSONNEL The Contractor shall furnish capable personnel and equipment required to handle the materials and perform the tasks specified herein. The Village shall have the right to inspect the equipment of the Contractor to assure qualification and require replacement should the equipment be in poor condition. The Contractor shall repair or replace any equipment not considered by the Contract Manager to be satisfactory. At the Contract Manager's discretion, the Contractor shall demonstrate the accuracy and precision of the Contractor's methods of measurement. The Contractor performing work covered by this Agreement shall have all applicable well licenses. The work covered by these specifications includes the furnishing of all materials; labor, equipment, personnel and performing all operations in connection with the services as specified herein and shown on the bid documents, along with attached Exhibits and Appendices. The Contractor shall provide and mobilize a clean water storage tank, for the Contractor's use on site. The tank shall be acceptable to the Contract Manager and be used for storage of water and sludge/debris to be removed and disposed of at an approved/licensed facility. All maintenance, rehabilitation and construction services will be performed by a State of Florida licensed Water Well Contractor able to demonstrate meeting all applicable standards set by the Florida Department of Environmental Protection (FDEP), South Florida Water Management District (SFWMD), and Miami-Dade County Codes for individual work assignments. The Contractor will be responsible for securing and providing the Contract Manager proof of all secured permits and operating licenses as required by state and local agencies for the assigned work. 2.3 SrrE CONDTTTONS Each well site is located in an area with adequate access. The Contractor shall use the designated access location for each well site. The Contractor is assumed to have viewed the well sites before submitting a bid. Specific work tasks requiring additional laydown area for materials and/or equipment will be agreed upon by the Contract Manager and Contractor prior to any notice to proceed. The cost of all equipment, supplies, and materials necessary to disassemble the well grate and connect temporary piping or equipment that will be used to accomplish the scope of work shall be included in the line item bid price for that item. Other existing improvements at each site shall be removed, as needed, with prior approval by the Contract Manager, During the period of the Agreement, the Contractor will protect all well appurtenances removed by the Contractor; protect all remaining improvements; and protect any equipment loaned to the Contractor. Contractor shall secure any well structure within his/her scope of work and prevent unauthorized access at alltimes. When the Contractor is off-site, the well structure shall be properly protected. The Contractor will advise the Contract Manager of any device or appurtenances known by the Contractor to be broken or unstable upon discovery. The Contractor shall replace, at the Contractor's expense, items that are damaged, broken, or rendered unusable as a result of Contractor's performance or nonperformance. ITB No.2020-61 WELL CLEANING & MAINTENANCE Page 10 of 20 EXHIBIT A - Page 10 of 30 EXHIBIT ''A'' BID NO. 2020-61"ITB', 2.4 SPECIFIC WELL REHABILITATION WORK TASKS Well rehabilitation may include the following work tasks or any combination thereof: 2.4. 1 Mobilization/Demobilization : lncluded in this task is the transport of all necessary drilling equipment, pumps, motors, surge tanks and other ancillary equipment on site, including restroom facilities for Contractor's use, preparation of the site forset-up of the rig and all necessary equipment and set-up of all necessary drilling and/or rehabilitation equipment to perform the well rehabilitation, including erosion prevention measures, drainage Best Management Practices ("BMPs"), and sedimentation collection measures. All associated permitting requirements to transport and set-up the drilling equipment are also included in this task. Mobilization costs shall not exceed 10% of the totalWork Order value. 2.4.2 Remove Grate/Screen on Well Casing Riser: The existing well grate/screen on the well casing riser within the concrete well structure will be completely removed by the Contractor, including all Contract Manager's appurtenances to the extent required for the Work. The existing casing shall remain in place and undamaged. 2.4.3 "Before" Downhole Video: Contractor to videotape the condition of the concrete well structure and the open hole of the well casing to determine sludge /debris buildup. Coordinate with the Contract Manager to ascertain if the Contractor is to proceed with the cleaning and removing of sludge /debris. Video logging shall include but not be limited to the furnishing of all material, labor, and equipment required, as specified below: a. Each video log must be run and recorded in a continuous fashion to qualify as an acceptable log. Contractor to provide Video Logs for "Before" and "After" the well structure and well casing cleaning activities. The "Afte/' Video will determine the integrity of the existing steel casing and the need for PVC casing liner installation if the steel casing is compromised. b. The Contractor is responsible to ensure that the video logs are complete, Any obstructions or fill material in the borehole or cased intervals will be removed by the Contractor at his own expense. c. Video logging will be performed by a qualified well inspection service, lf a subcontractor is used, submit the name of the company and qualifying experience for approval by the Contract Manager. Video logger shall have a minimum of one (1) year of experience performing video logs. d. All logs shall be appropriately labeled with all appropriate information. Two (2) field copies shall be made available to the Contract Manager upon completion. The Contractorwillfurnish three (3) copies of each video to the Contract Manager. e, A downhole video log in DVD format will be conducted to inspect the casing and open intervals of the wells. The video will be conducted in the presence of the Contract Manager. The video camera lens will be color and capable of 360-degree movement; be controlled by the logging technician; be independent of the camera body; and have focus capability. The video camera will be centralized in the borehole. The centralizers will self-adjust to different ITB No. 2O2O-6L WELL CLEANING & MAINTENANCE Page 11 of 20 EXHIBIT A - Page 11 of 30 EXHIBIT ''A'' BID NO. 2020-61''ITB'i, casing and hole sizes as necessary. lf the Contract Manager determines that the video is unacceptable due to poor quality, the Contractor at his expense will obtain the necessary equipment to perform additional logging to the satisfaction of the Contract Manager. f. Final videos will be performed prior to demobilization of the drilling rig. lf based on the video, the Contract Manager determines that the borehole is filled above the total drilled depth, at the direction of the Contract Manager, the Contractor will clean out the filled borehole section using the drilling rig or by other means approved by the Contract Manager and re- video the well for final approval by the Contract Manager. 2.4.4 Clean-out the Concrete Well Structure and Open Hole Well Casing: The Contractor shall clean-out (remove all sludge)the concrete well structure and open borehole from the base of the well casing for the total well depth to the satisfaction of the Contract Manager. This is to include all necessary equipment, materials, and labor needed to complete the work. 2.4.5 Well Development (lncluding airlift, jetting with simultaneous airlift, and pump development): The Contractor will provide all pumps, motors, air compressors, surge tanks, discharge hoses and/or pipes, and other ancillary equipment needed to develop each production well to the extent that, as practical, suspended solids have been removed from the open hole, well bore, screen in accordance with the Specifications. A daily development log must be recorded daily and submitted to the Contract Manager for approval of development performed. This line item cost is to include all necessary equipment, materials, and labor needed to complete the work. 2.4.6 "Atter" Downhole Video: Contractor to videotape the condition of the existing well casing to determine if the cleanout procedure is acceptable to the Contract Manager. ln addition, the Contractor to ascertain with the approval of the Contract Manager that the existing well casing has maintained its integrity and its function has not been compromised. lf damage to the existing casing is detected in the video, the Contractor will proceed to install 180" PVC Schedule 40. Video logging shall include but not be limited to the furnishing of all material, labor, and equipment required, as specified in2.4.3 2.4.3 "Before" Downhole Video. 2.4.7 Replace Grates/Screens and Restore Sites Contractorto replace all grates/screens on each of the wells as needed and restorethe site, i.e., asphalt, concrete sidewalk, curbing and/or sodding if damaged during the maintenance activities. The work includes restoring the site to its original condition, restoring site conditions to the satisfaction of the Contract Manager and as described in the Specifications. 2.4.8 Alternates a. lnstall New L8-inch Diameter PVC Liner Cosino: The Contractor will supply and install the specified amount of PVC liner in the well in accordance with the Specifications. This work shall include, but not be limited to L8-inch diameter Schedule 40 PVC liner casing installed for the ITB No. 2020-6L WELL CLEANING & MAINTENANCE Page !2 of 2O EXHIBIT A - Page 12 of 30 EXHIBIT ''A'I BrD NO. 2020-61''ITB', full depth of the existing well casing. Actual casing depths will be determined by field measurement b. Grout Liner:Following liner placement, Contractor to grout the annular space d between the L8-inch diameter liner and the existing Z4-inch diameter well casing with neat cement using the "tremie" method in accordance with the Specifications. Perform "Well Yield" Test: Upon completion of entire maintenance and rehabilitation of the concrete well structure and the well casing, the Contractor is to perform a "well yield" test to assure the production rate required in the contract documents. "Well yield" test is to assure that the production rate of 600 epm/ft head has been achieved. Additional well development may be needed until that rate is achieved to the satisfaction/approval of the Contract Manager. lnstall New Well Grate/Screen: The Contractor will supply and install a stainless-steel well grate replacement at each well location, This work shall include, but not be limited to, stainless steel wire-wrapped screen, all labor, materials, and equipment necessary for proper the proper re-screen installation. Wellgrate/screen size to match the existing damaged well screen. 2.5 DISPOSAL OF WASTES AND DEBRIS The Contractor shall provide containment for all fluids and solids associated with the pumping/jet vac work described in these specifications. The Contractor shall dispose of all spent wastes off-site by the end of business day in an environmentally responsible manner and in accordance with all implementing regulatory agencies. Water that meets the criteria for discharge on-site may be discharged on-site, The Contractor shall minimize flooding to adjacent properties and roadways. lf necessary, temporary berms will be constructed and/or piping shall be installed to divert all discharge water to an approved drainage structure. Contractor shall be responsible for implementing BMPs for erosion and drainage protection. 2.6 SITE RATION Upon completion of the work, the Contractor shall replace existing grates/screens with new grates/screens, landscaping, irrigation, damaged pavement and curbing, sod and all other appurtenances to restore each site to the satisfaction of the Contract Manager. Each well shall be left clean; free of oils, grease, or any other substances used during rehabilitation. The Contractor shall remove from the site all removed deposits, existing well materials, debris, unused materials, and chemicals. The Contractor shall restore the site to its original or better condition acceptable to Contract Manager including repair or replacement of damaged components at no additional cost to the Contract Manager. Site restoration shall also include any restoration work to the water discharge outfalls, drainage ditches, and canals. 2.7 TIMEFRAME AND WORKING HOURS The Contractor shall mobilize to the site and be actively performing the scope of work required in these specifications within ten (10) calendar days upon authorization to proceed ("Notice to Proceed" or "NTP") by the Contract Manager. The Contractor shall be diligent in completing the specified tasks during normal working hours. The Contractor is required to provide a minimum two (2) working days' notice to the Contract Manager when work tasks require an on-site supervisor by the Contract Manager. All maintenance, rehabilitation, and construction activities will be initiated during the following hours: c ITB No. 2020-61 WELL CLEANING & MAINTENANCE Page 13 of 20 EXHIBIT A - Page 13 of 30 a. b. EXHIBIT ''A'' BID NO. 2020-61"rrB" a. Standard time: 8:00 a.m. to 5:00 p.m. Monday through Friday, excluding Village holidays b. Work will not be permitted on Saturdays, Sundays, and recognized holidays unless advance permission to work has been requested in writing by the Contractor and approved by the Village Representative. Request for permission to work weekends or holidays must be received by the Village Representative at least three (3) working days prior to the requested weekend day or holiday. 2.8 HURRICANE PREPAREDNESS PIAN The Contractor's attention is drawn to the possibility of a hurricane or severe storm conditions occurring at the site of work during the course of Contract Work. Within fourteen (14) days of the date of the Notice to Proceed, the Contractor shall submit to the Contract Manager a Hurricane Preparedness Plan. The plan should outline the necessary measures which the Contractor proposes to perform at no additional cost to the Contract Manager in case of a hurricane or severe weather warning. ln the event of inclement weather, or whenever the Contract Manager shall direct, the Contractor shall, and will, cause Subcontractors to protect carefully the Work and materials against damage or injury by reasons of failure on the part of the Contractor or any Subcontractor to protect the Work. Such Work and materials so damaged shall be removed and replaced at the expense of the Contractor. 1. Hurricane Watch: Upon designation of a hurricane watch, the Contractor shall be responsible for storing all loose supplies and equipment on the job site that may pose a danger. ln addition, the Contractor shall remove all bulkheads and plugs in pipelines that would impede drainage in the case of flooding. Structures that may be in danger of floatation shall be flooded. The Contractor shall also cooperate with the Contract Manager in protecting any other structures at the site. 2. Hurricane Warning: No mobile "temporary facility" under the control of or on the property of the Contract Manager shall be staffed during a hurricane warning. Contractor facilities meeting these criteria shall be evacuated. Reasonable steps shall be taken to protect all such facilities and their contents from damage and to avoid the facility causing damage to the surroundings. 2.9 PROTECTION OF PROPERTY The Contractor shall take special precautions to reduce to a minimum the nuisances and damage to property which could result from working in a residential area and adjacent to a road or right of way. Any damage to public or private property shall be immediately repaired or paid for by the Contractor at no expense to the Contract Manager. During the period of the contract, the Contractor will protect all well appurtenances removed by the Contractor; protect all remaining improvements; and protect any equipment loaned to the Contractor by the Contract Manager. lf the Contractor becomes aware of any faulty or damaged Contract Manager equipment, he/she shall notify the Contract Manager immediately. ITB No.2020-6I WELL CLEANING & MAINTENANCE Page 14 of 20 EXHIBIT A - Page 14 of 30 END OF SECTION EXHIBIT ''A'' BID NO. 2020-61''IT8" SECTION 3. RESPONSE SUBMISSION REQUIREMENTS AND AWARD 3.1 GENERAL E INSTRUCTIONS Responses must be submitted electronically to the Village via the Procurement Portal by no later than the Proposals Due date and time listed in Section 3.4. Any Response received after the deadline or delivered in any other manner than the Procurement Portal shall not be considered for award. Respondents are responsible for ensuring that their Response is uploaded to the Procurement Portal by the deadline. 3.2 DEFINITIONS a) Days: Days shall mean calendar days. b) Responsible Bidder: ln order to be considered a "responsible" bidder, the Bidder must have adequate equipment and personnel to do the Work within the time limits that are established, has adequate financialstatus to meet the obligations to perform the Work and has not defaulted on a prior contract. c) Responsive Bidder: Any person, firm, or corporation submitting a Bid for the Work whose Bid form is complete and includes all required attachments and enclosures, free from exclusions or special conditions and has no alternative Bids for any items, unless alternatives are requested in the specifications. d) Work: The services required by the Contract Documents, including labor and materials. 3.3 ELIGIBILITY ln addition to other requirements stated in this document, to be eligible for award, Respondents must demonstrate the following in their response: L Respondent must be appropriately licensed and in good standing with the Florida Department of Professional Regulation; a. Respondent or a subcontractor performing any installation work defined in the scope must be licensed Water Well Contractor with the Florida Department of Environmental Protection. 2. Respondent must have three (3) years of continuous operation under the same name providing the same services; 3. Respondent must have performed satisfactory services on at least two (2) drainage well maintenance and rehabilitation contracts as evidenced through verifiable client references from two separate entities 4. Project manager must have a minimum of five (5) years of experience within the same field as the Services with prior project management experience and must be capable of speaking and making decisions on behalf of the Respondent. Each Respondent shall meet all legal, technical, and professional requirements for providing the requested Services. The Respondents shall furnish such additional information as the Village may reasonably require. This includes information that indicates financial resources as well as ability to provide the Services. The Village reserves the right to make investigations of the Respondents' qualifications or any of its agents, as it deems appropriate. 3.4 SCHEDULE OF EVENTS ITB No. 2O2O-6L WELL CLEANING & MAINTENANCE Page 15 of 20 EXHIBIT A - Page 15 of 30 EXHIBIT ''A'' BID NO. 2020-61"rTB'|, The following schedule shall govern this lTB. The Village reserves the right to change the scheduled dates and times at its sole discretion. No.Event Date L Advertisement/ Distribution of ITB 08-26-2020 2 Non-Mandatory Pre-Bid Meeting N/A 3 Closing Date for Bidder Questions o9-o7-2020 4 Village's Answers to Questions by Bidders 09-09-2020 5 Bids Due 09-16-2020 @ 4:00PM 6 Staff Member's Review of Technical Bids ro-o7-2020 7 Manager's lntent to Award \o-o7-2020 8 Award at Council Meeting to-t3-2020 3.5 BID FORMS The Respondent shall submit an original Bid on the bid forms attached to this lTB. The Bidder shall fill in all the blank spaces completely for each and every unit item for which a Bid is tendered. The Bidder shall state the price, typewritten or in ink, for which he proposes to do each item of Work. The Bid shall include: a) Agreement/Contract; b) QualificationsQuestionnaire; c) Attachments Listed in Section 3.7; d) Bid Forms as specified in Section 4; and e) Certificate or Evidence of lnsurance. 3.6 SIGNATURE ON BID The Bidder shall sign the Bid as follows: lf the Bid is made by an individual, the Bidder's name and address shall be shown. lf made by a firm or partnership, the name and address of each member of the firm or partnership shall be shown. lf made by a corporation, the person signing the Bid shall show the name of the state under the laws of which the corporation is chartered, also the names and business addresses of its corporate officers. The Bid shall bear the seal of the corporation attested by the secretary. Anyone signing the Bid as agent shall include in the Bid legal evidence of his/her authority to do so. 3.7 QUALIFICATION OF BIDDERS Bidder must complete and submit the Qualifications Questionnaire in the Procurement Portal. ln addition to any Questionnaires, Proposer must provide the following information: a) Bidder must include a list of all public/private clients for the past three (3) years prior to the issuance of this lTB. b) lnclude any relevant business licenses, including occupation, and Florida registration (Company certifications, not personal) and a copy of State Corporate or other proof from the State of Florida that Bidder is authorized to do business in this State. c) ln a document not to exceed one (1) page, describe available facilities, technological capabilities and other available resources that Proposer can offer that would benefit the services performed under this contract, d) ln a document not to exceed one (1) page, include a list of equipment owned by the Bidder that will be used under this contract. lnclude the general condition and age of each item. ITB No.2020-61 WELL CLEANING & MAINTENANCE Page 15 of 20 BXHIBIT A - Page 16 of 30 EXHIBIT ''A'' BID NO. 2020-61"ITB', 3.8 AWARD OF CONTRACT The Award of the Contract will be to the lowest Responsive and Responsible Bidder(s), whose qualifications indicate the Award will be in the best interest of the Village and whose Bid(s) complies with the requirements of these specifications, ln no case will the Award be made until all necessary investigations have been made into the responsibility of the Bidde(s) and the Village Manager is satisfied that the Bidder is qualified to do the Work and have the necessary organization, capital and equipment to carry out the Work in the specified timeframes. ln evaluating responsibility, the Village may also consider previous contracts with the Village, past performance and experience with other contracts, compatibility of the project team with Village personnel, and any other criteria deemed relevant by the Village. lf the successful Bidder to whom a Contract is awarded forfeits the Award by failing to meet the conditions of award, the Village may award the Contract to the next lowest Responsive and Responsible Bidder or reject all Bids or re-advertise the Work. 3.9 TIE BIDS ln the event of a tie, the Contract will be awarded to the Contractor with most Capital based on a Financial Statement. 3.10 EXECUTION OF CONTRACT The successful Bidder(s) shall, within ten (10) days of receipt of a written notice of the Award of the Agreement, deliver to the Village a fully executed Agreement and all requested certificates of insurance and bonds. 3.11 TIME AND AWARD The Bidder agrees to abide by the overall and unit prices quoted in the Bid for up to ninety (90) days from the date of bid opening to allow for the Village review, award, and execute the Agreement. 3.12 BID MODI FICATIONS No modifications shall be submitted by Bidder or accepted by the Village 3.13 WITHDRAWAL OF A BID A Bidder may withdraw its Bid at any date and time priorto the time the Bids are scheduled to be opened. Notice of withdrawal should be made in writing to the Village Clerk's Office, Jennifer Medina, CMC, at 88 West Mclntyre Street., Suite 220, Key Biscayne, Florida 33749 with a copy to Procurement. 3.14 OPENING OF BIDS Bids will be publicly opened and read aloud at the appointed time and place stated in the lnvitation to Bid/Request for Proposals, Late Bids will not be considered. No responsibility will be attached to any Village Staff for the premature opening of a Bid not properly addressed and identified. Bidders or their authorized agents are invited to be present at the bid opening. 3.15 FAMILIARITY WITH IAWS ITB No. 2O2O-6L WELL CLEANING & MAINTENANCE Page t7 of 2O EXHIBIT A - Page 17 of 30 EXHIBIT ''A'' BID NO. 2020-61''rrB'|, The Bidder is assumed to be familiar with all applicable Federal, State, and local laws, ordinances, rules, and regulations that may in any manner affect the Work. 3.16 ALLOWANCES lncluded in the contract sum is an allocation account for unforeseen conditions, potential construction changes and quantity adjustments, and additional work or materials that the Village may deem necessary if ordered and authorized by the Village in accordance with the Contract Documents. 3.17 INSURANCE Bidder shall secure and maintain throughout the duration of this ITB and agreement, if selected, insurance of such types and in such amounts not less than those specified below as satisfactory to Village, naming the Village as an Additional lnsured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the Village, its officials, employees, agents and volunteers naming the Village as additional insured. Any insurance maintained by the Village shall be in excess of the Bidder's insurance and shall not contribute to the Bidder's insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the Village as it deems necessary or prudent. Copies of Bidder's actual lnsurance Policies as required herein and Certificates of lnsurance shall be provided to the Village, reflecting the Village as an Additional lnsured. Each Policy and certificate shall include no less than (30) thirty-day advance written notice to Village prior to cancellation, termination, or material alteration of said policies or insurance. All coverage forms must be primary and non-contributory and the Bidder shall provide a waiver of subrogation for the benefit of the Village. The Bidder shall be responsible for assuring that the insurance policies and certificates required by this Section remain in full force and effect for the duration of the Project. a) Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily lnjury and Property Damage. This Liability lnsurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Bidder. The General Aggregate Liability limit and the Products/Completed Operations Liability Aggregate limit shall be in the amount of 52,000,000 each. b) Workers Compensation and Employer's Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer's Liability with minimum limits of S1,000,000.00 each accident. No employee, subcontractor or agent of the Bidder shall be allowed to provide Services pursuant to this ITB who is not covered by Worker's Compensation insurance. c) Business Automobile Liability with minimum limits of 51,000,000.00 per Occurrence, combined single limit for Bodily lnjury and Property Damage, Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the lnsurance Service Office, and must include Owned, Hired, and Non- Owned Vehicles. 3.18 PUBLIC ENTITY CRIMES ACT ln accordance with the Public Entity Crimes Act, (Section287.t33, Florida Statutes) a person or affiliate who is a contractor, who had been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the Village, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public ITB No.2O2O-6t WELL CLEANING & MAINTENANCE Page 18 of 20 EXHIBIT A - Page 18 of 30 EXHIBIT ''A'' BID NO. 2020-61'rrTB', work, may not submit bids on leases or real property to the Village, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with the Village in excess of the threshold amount provided in Section 287.911, Florida Statutes, for Category Two for a period of 36 months form the date of being placed on the convicted vendor list. Violation of this section by the Contractor shall result in rejection of the Bid, termination of the contract, and may cause Contractor debarment. 3.19 EXAMINATION OF BIDDER'S FACILITIES The Village, as part of its evaluation may perform an examination of the Bidder's facilities. The Village Manager or designee, as part of the evaluation, may perform this examination. The term facilities as used in this solicitation shall include, but shall not be limited to, all properties operated by the Bidder, all equipment used in the performance of business by the Bidder, and/or any other evidence, tangible or intangible, that the Village may deem necessary to substantiate the technical and other qualifications, and the abilities of the Bidder to perform the Work. The examination shall include, but shall not be limited to, appearance and cleanliness of facilities, appearance and cleanliness of equipment, "road worthiness" of vehicles, appearance and visibility of all signage on vehicles, and possession and distribution of mandatory equipment. Vehicles shall be examined for compliance with State of Florida Statutes, as well as applicable County and Village Ordinances. Additionally, examination may include verification of some of the (physical) minimum requirements for Bidders. Additionally, the Village reserves the right to perform such examinations on the successful Bidder as often as it deems necessary, to ensure proper performance of the proposed Contract. END OF SECTION ITB No.2020-67 WELL CLEANING & MAINTENANCE Page 19 of 20 EXHIBIT A - Page 19 of 30 EXHIBIT ''A'' BrD NO. 2020-61"rrB" sEcTtoN 4.FORMS AND ATT ACHMENTS 4.1 ATTACHMENTS The following exhibits are attached and incorporated into this solicitation Attachment A: Draft Agreement Exhibit A: Scope of Work Exhibit B: Rate Schedule Exhibit C: Sample Work Order Exhibit D: Specifications Exhibit E: Well Location Map 4.2 FORMS The following forms and affidavits are attached to this solicitation for completion and submission with the Respondent's Response: Form AA: Addendum Acknowledgment Form COA: Certificate of Authority Form CD: Company Declaration Form SEA: Single Execution Affidavit a a a a a a a a a a ITB No.2O20-6L WELL CLEANING & MAINTENANCE Page 20 of 20 EXHIBIT A - Page 20 of 30 EXHIBIT ''A'I BID NO. 2020-61"JTB', No. 2020-61 WELL CLEANING & MAINTENANCE Exhibit rrDrr Specifications SECTION 1. WELL DEVETOPMENT 1.1 SCOPE OF WORK A, This section covers the labor, equipment and materials required to perform cleaning of the existing wells and development of the wells to meet the production rate of 600 gpm/ft. head. B. The Contractor shall develop the wells using a combination of compressed air and pumped water, until, to the satisfaction of the Contract Manager, the discharge water is free of sediments. The Contractor shall frequently and regularly surge the wells. C. Well development activity includes jetting with simultaneous air lift, air lift and pump development. The Contractor shall be paid per each developed well and shall include but not be limited to the furnishing of all material, labor and equipment necessary to complete development as specified, including all work necessary for the installation and removal of test PumP, and work necessary for changing development methods between pumping, airlift, or jetting. 1.2 SUBMITTATS A. The Contractor will furnish the Contract Manager with manufacturer specifications for all chemical additives proposed for development, manufacturer specifications for generators, pumps and corresponding silencers, a calibrated flow meterwith certification no olderthan 60 days prior to notice to proceed and attest to an accuracy of 95 percent or greater for the range of the meter, prior to installation of the development pump, a manufacturer pump curve for development and testing pump(s), drawing depicting schematic plan and equipment and piping for formation water disposal. B. Daily development summary logs must be completed daily by the Contractor and submitted to the Contract Manager as requested. 1.3 PRODUCTS 1.3.1 DEVELOPMENT EQUIPMENT A. Provide all pumps, motors, air compressors, surge tanks and other ancillary equipment needed to develop the well to the extent that, as practical, suspended solids have been removed from the well bore. All generators and dieselfuel powered pumps shall be equipped with critical grade silencers. Provide all pipe, fittings, and valves required to transmit discharge water from the well to the settling tanks and the disposal point(s). Provide all chemical additives as needed. B. The test pumping equipment shall have access ports, water level measurement setup and discharge piping. The Contractor shall provide a pump capable of rates between 200 and 2,000 gallons per minute (gpm) and manufacturer pump curves in accordance with this ITB No.2020-61. Exhibit "D" Specifications Page 1 of 9 EXHIBIT A - Page 21 of 30 EXHIBIT ''A'' BrD NO. 2020-61''rTB'|, section. Specific development rates shall be specified by the Contract Manager on a well by well basis. C. The Contractor shall provide a calibrated flow meter near the pump. The flow meter shall be accurate and precise within the range of 200 gpm to 2,000 gpm. The placement of the flow meter shall be in accordance with manufacturer recommendations for flow meter placement. The Contractor shall also consult the Contract Manager for optimal flow meter placement. Air release valves shall be provided and installed by the Contractor at as many locations as required by the Contract Manager. D. The development equipment must be able to divert flow of water in a controlled manner to minimize flooding and erosion. Discharge water shall be clear and free of suspended solids. Discharge water shall be retained temporarily using a settling tank for settlement of solids and pumped via temporary piping to the discharge point as directed by the Contract Manager. Tanks required for settling of solids and additional pumps and temporary piping needed to transmit water to the discharge point shall be included in the unit cost for development, Management and removal of development solids shall be included in the unit cost for development. 1.4 EXECUTION 1.4.1 OPEN HOIE WELI DEVETOPMENT A. lnitial development will be performed with the drill string and drill bit at the base of the open interval. The well will be pumped from the total depth using the reverse air setup until the discharge water is free of sediment. B. After initial development, the well will be developed using compressed air lift at a minimum air flow rate of 750 cubic feet per minute. The base of the air discharge will be set no deeper than the base of casing during the initial development period. As directed by the Contract Manager, the Contractor shall lower the air line into the open interval during air lifting. The Contractor shallfrequently measure and record the totaldepth of the wellto determine if filling in of the open hole has occurred. Clean out of the open hole will be performed using the reverse air setup, The Contractor will not surge straight air lift within the open interval unless the Contractor is specifically asked to do so by the Contract Manager, Air lift development will continue until, to the satisfaction of the Contract Manager, discharging water from the well is free of suspended material. C. After air lift development, the Contractor shall pump surge the well until, to the satisfaction of the Contract Manager, the pump discharge water is free of suspended material. D. On a daily basis throughout development and at completion of development, as directed by and in the presence ofthe Contract Manager, the Contractor shall measure the total depth ofthe well. lf significant in-filling has occurred, as determined bythe Contract Manager, the Contractor shall proceed to clean out the borehole to the original total depth. 1.4.2 DISCHARGE WATER A. The Contractor shall construct a temporary settling tank(s) for settlement of solids from the discharge water. Transfer pump(s) shall be used to pump discharge water to the designated ITB No.2O2O-6L Exhibit "D" Specifications Page 2 of 9 EXHIBIT A - Page 22 of 30 EXHIBIT ''A'' BrD NO. 2020-61"ITB', outfall location if required. Water discharged at the designated outfall location shall be clear and free of suspended solids. Discharge water shall be free of settlement solids through the use of settling tanks and pumped via temporary piping to the designated discharge point as directed by the Contract Manager. The Contractor shall anticipate that at least 500 feet of discharge hose or hard pipe capable of conveying rates ranging between 200 and 2,000 gpm will be required to transmit discharge water to the outfall point. The Contractor shall set up and maintain the discharge water transmission hose and/or hard pipe. B. The Contractor is responsible for acquiring and meeting any permit requirements for the discharge of development water. This includes Florida Department of Environmental Protection (FDEP) Generic Permit for Discharge of Ground Water from Dewatering Operations subsection 62- 621.300(2 ) (a ), F.A. C. C. The Contractor is solely responsible for the methods used and shall comply with regulation requirements for discharge of water including water quality monitoring requirements. lf the Contractor fails to comply with requirements for the discharge of water, he shall be responsible for complete restoration of the discharge location to the original condition at no cost to the Contract Manager. Contractor shall be responsible for paying any fines or penalties that may result from his failure to provide adequate treatment facilities. D. Discharge water shall always be contained and under control by the Contractor. Any erosion that results from the discharge water shall be immediately repaired by the Contractor to its previous non-eroded condition. E. The Contractor shall employ Best Management Practices (BMPs) to mitigate potential turbidity and/or solids from entering any surface water body receiving discharge water. The Contractor shall install and maintain silt booms, curtains, or other means required to protect any surface water body receivingthe discharge water. Surface water receiving discharge water shall not exceed 29 nephelometric turbidity units (NTU) above background conditions. Where applicable, the Contractor shall maintain appropriate water quality monitoring records demonstrating compliance with turbidity requirements in the receiving water body F. The Contractor shall ensure that the discharge water does not impact adjoining property unless it is specifically approved by the Contract Manager, does not flood streets or impede any traffic flow in any way, and does not cause a nuisance in general. G. The Contractor shall monitor the discharge water disposal system continuously for leaks and possible problem areas. An inspection of the completed pipeline may be conducted frequently by the Contract Manager to observe its integrity. Operations must stop until noted deficiencies are corrected. lt is, however, the Contractor's responsibility to ensure the integrity of the system at alltimes. H. The Contractor shall provide safety measures and controls as needed. END OF SECTION SECTION 2. WEIL CASING 2.1 SCOPE OF WORK This section covers the work, equipment and materials necessary for furnishing and installing the well casing liner (to be installed inside the existing 24" steelwellcasing to be rehabilitated). ITB No. 2020-61. Exhibit "D" Specifications Page 3 of 9 EXHIBIT A - Page 23 of 30 EXHIBIT ''A'' BID NO. 2020-61''ITB'|, 2.2 SUBMITTATS Provide manufacturer's specifications and technical data on all casings to be provided for installation in the well. 2.3 PRODUCTS 2.3.1 GENERAT REQUIREMENTS A. All casing liners shall be approved for use in municipal gravity drainage wells, and to the specifications as outlined. The Contractor shall furnish, satisfactorily install, and grout each string of casing liner. All casing liners shall be new, unused and in good physical condition. Warped or damaged casing will be rejected. B. Casing liner and dimensions are provided in the well construction specifications or details, The well casing liner shall be at a minimum, poly vinyl chloride (PVC) Schedule 40 where PVC casing liner is required. C. The Contractor will indicate an estimate of the amount of casing liner anticipated for installation. Actual lengths shall be determined by the Contract Manager subsequent to reviewing the "After" Downhole Video to determine if casing liner is required to maintain the well casing integrity. The Contractor shall ensure that the selected casing liner willwithstand all stresses of construction without impairment. D. The Contractor shall provide the Contract Manager with an inventory of all PVC casing liner delivered to the site. E. All casing liners shall be clearly marked with type, grade and manufacturer. lf required by the Contract Manager, the Contractor shall provide additional backup supporting documentation from the manufacturer. F. Casing liner connections shall meet manufacturer specifications for water tightness. Connections shall have equal strength as the casing itself. 2.3.2 POLY VINYL CHLORTDE (PVC) LOCK COUPLTNG CASTNG A. Lock coupling casings, couplings and bushings will be Certainteed Certa-Lok SDR 17 locked coupling PVC casing or equivalent. Any equivalent casing selected must be shown to have sufficient joint and tensile strength, internal pressure rating, resistance to collapse and abilityto withstand all stresses of construction. Any alternates must be approved in advance by the Contract Manager. B. All casing liners shall be clearly marked with type, grade and manufacturer. lf required by the Contract Manager, the Contractor will provide additional backup supporting documentation from the Manufacturer, C. Casing liner elevators must be approved by the Contract Manager. D. Only the PVC manufacturer approved joint compound will be used for pipe assembly. The joint compound will be approved for water well construction. E. Only Certainteed Certa-Lok splines will be used with Certa-Lok couplings. The Contractor shall provide a copy of the installation and connection procedure on site for review prior to casing assembly. Only a Certa-Lok concentric reducer bushing will be used to connect 18" PVC casing liner. The reducer bushing shall have strength equal to or greater than the couplings. ITB No.2020-61 Exh ibit "D" Specifications Page 4 of 9 EXHIBIT A - Page 24 of 30 EXHIBIT ''AIt BID NO. 2020-61"JTB', F. Final PVC well casing liner shall be completed as specified by the Contract Manager 2.3.3 CENTERING GUIDES A. Casing centering guides (centralizers) shall be placed on all casing liner strings, prior to installation, at 30 feet intervals with the first set of centralizers placed within 5 feet from the bottom of the casing. Centralizers shall be fixed to the casing liner at coupling locations. B. Centralizer material will be steel when attached to carbon steel, and stainless steel when attached to stainless steel and PVC casing. Guides will be welded when attached to steel; and steel strapped to PVC. 2.4 EXECUTION 2.4.I3.L GENERAL A. Casing liner shall be installed as described in the specifications and drawings. Actualcasing liner depths will be determined by the depth of the existing 24" steel casing and confirmed by the Contract Manager. B. The casing liner installation method shall be approved in advance by the Contract Manager and shall be consistent with manufacturer specifications. C. Casing liner failure by any means, including but not limited to: collapse, breakage, separation, dents, tears or rips during construction, that in any way impair the use of the well or future use/condition of casing material in the opinion of the Contract Manager, shall be repaired or replaced at the Contractor's sole expense. D. Casing liner connections shall meet manufacturer specifications for water tightness. Connections shall have equal strength as the casing itself. END OF SECTION SECTION 3. CEMENT GROUT 3.1 SCOPE OF WORK A. This section covers the labor, equipment and materials required to furnish and installthe annular grout between the existing 24" steel well casing and proposed L8" PVC casing liner, only at the wells that the "After" Downhole Video reveals the steel casing has been compromised (subsequent to approval by the Contract Manager). 3.2 SUBMITTATS A. Provide data on all proposed additives and manufacturer's specifications. B. Provide bulk cement units weight tickets for verification of cement quantities pumped. C. During cementing, provide cement slurry weight data for each grouting stage. A fixed, safe, accessible location to collect samples must be provided to the satisfaction of the Contract Manager. Samples of the cement slurry shall be collected, weighed and recorded. The correct mix ratios shall be maintained. lf performed in batches, provide slurry weight and collect sample for each batch mixed. lf performed in continuous mixing, provide slurry weights and collect samples at the beginning, middle, and end of pumping for each grouting stage. ITB No.2O2O-6L Exh ibit "D" Specifications Page 5 of 9 EXHIBIT A - Page 25 of 30 EXHIBIT IIA'I BID NO. 2020-61"rrB',, 3.3 PRODUCTS 3.3.1 GENERAL REqUIREMENTS A. The Contractor shall furnish and install all grout and additives as specified. B. Ready-mixed cement will not be allowed for this project unless otherwise approved by the Contract Manager. 3.3.2 PORTTAND CEMENT Cement grout shall be API class B Portland cement and conform to ASTM C150, Type ll standards. 3.3.3 BENTONITE Bentonite furnished for cementing shall be raw bentonite and be added at the bulk facility and thoroughly mixed at the ratio specified. Small batches (less than 50, 94 lb. bags of cement) of grout may be mixed on site. 3.4 EXECUTION 3.4.1GROUTING A. The Contractor is solely responsible for the successful execution of grouting. Annular grout shall be in conformance with all applicable local and state regulations. B. The Contractor is solely responsible for defects in the grout or grouted interval. The Contractor shall take all precautions to protect the casing from collapse or damage during grouting. Any defects in the grout job or casing damage resulting from grouting shall be corrected by the Contractor at his own expense. C. The Contractor shall provide adequate notice prior to cementing to enable the Contract Manager to observe all cementing operations. D. Provide a method of measurement to determine the weight in pounds per gallon of cement slurry to confirm proper mix ratios. Samples of the cement slurry shall be collected, weighed and recorded. The correct mix ratios shall be maintained. lf performed in batches, provide slurry weight and collect sample for each batch mixed. lf performed in continuous mixing, provide slurry weights and collect samples at the beginning, middle, and end of pumping for each grouting stage. E. lfgrouting is to be conducted in stages, the top ofthe hardened grout from the previous grouting stage will be measured in the presence of the Contract Manager prior to each cementing stage. Each cementing stage shall be given 12 hours of curing time prior to resuming cementing, lt is the responsibility of the Contractor to determine the collapse strength of the casing and the appropriate amount of grout for each grouting stage. Cementing calculations shall be reviewed with the Contract Manager in advance of each grouting stage. Grout shall be allowed to cure for 48 hours before continuation of drilling operations, F. During grouting, the casing is to be filled with water and pressurized to 60 pounds per square inch (psi). This pressure shall be maintained during cement emplacement and the cement set up period for 8 hours following the grout stage completion. Clear water shall be circulated within the casing from bottom to top to cool the casing during the set-up period. ITB No.2020-61 Exhibit "D" Specifications Page 6 of 9 EXHIBIT A - Page 26 of 30 EXHIBIT ''A'' BID NO. 2020-61"ITB" G. The grout mixture for the initial grouting stage after each casing liner installation shall be API Class B neat Portland cement mixed with no more than 6 gallons of water per sack of cement. At a minimum, the neat cement mixture shall be used to grout the lower 50 linear feet of casing. Additionalgrouting stages after casing installation above the initial grouting stage will be API Class B Portland cement mixed with upto 6% bentonite and no more than 9 gallons of water per sack of cement. Only potable water shall be used for the grout mix. 3.4.2 SETTING TIME A. Each cement stage should be allowed to set for at least 12 hours and its level measured before proceeding with the next stage. B. Cement will be allowed to cure 48 hours before continuation of drilling operations. END OF SECTION SECTION 4. PROTECTION OF EXISTING UTILITIES FACITITIES 4.t AND SITE RESTORATI ONTHE REQUIREMENT A. The Contractor shall protect all existing utilities and improvements not designated for removal and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents. B. The Contractor shall verify the exact locations and depths of all utilities shown and shall make exploratory excavations of all utilities that may interfere with the Work. All such exploratory excavations shall be performed as soon as practicable after award of Contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the Contractor's Work. When such exploratory excavations show the utility location as shown to be in error, the Contractor shall so notify the Contract Manager. C. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. 4.2 RIGHTS-OF-WAY A. The Contractor shall not enter upon any rights-of-way involved until notified that the Contract Manager has secured authority therefore from the proper party. After authority has been obtained, the Contractor shall give said party due notice of its intention to begin Work and shall give said party convenient access and opportunity for removing, shoring, supporting, or otherwise protecting utilities or structures within the right-of- way. When two (2) or more contracts are being executed at one (1) time on the same or adjacent land in such manner that Work on one (L) contract may interfere with that on another, the Contract Manager shall determine the sequence and order of the Work. 4.3 PROTECTION OF STREET OR ROADWAY MARKERS A. The Contractor shall not destroy, remove, or otherwise disturb any existing survey markers or other existing street or roadway markers without proper authorization. No pavement breaking or excavation shall be started until all survey or other permanent marker points that will be ITB No.2020-61. Exhibit "D" Specifications Page 7 of 9 EXHIBIT A - Page 27 of 30 EXHIBIT ''A'' BID NO. 2020-61''ITB'|, disturbed by the construction operations have been properly referenced for easy and accurate restoration. lt shall be the Contractor's responsibility to notify the proper representatives of the Contract Manager of the time and location that Work will be done. Such notification shall be sufficiently in advance of construction so that there will be no delay due to waiting for survey points to be satisfactorily referenced for restoration. All survey markers or points disturbed by the Contractor without proper authorization by the Contract Manager will be accurately restored by the Contract Manager at the Contractor's expense after all street or roadway resurfacing is complete. 4.4 RESTORATION OF FACILITIES A. General: All paved areas including asphaltic concrete or concrete that is cut or damaged during construction shall be replaced with similar materials of equalthickness to match the existing adjacent undisturbed areas, except where specific resurfacing or restoration requirements have been called for in the Contract Documents or in the requirements of the agency issuing the permit. All temporary and permanent pavement shall conform to the requirements of the affected pavement Contract Manager. All pavements which are subject to partial removal shall be neatly saw cut in straight lines. Within five (5)working days of the pipe installation, temporary restoration shall be completed. Replacement/restoration of asphaltic concrete or concrete must be to the same grade as existing adjacent asphaltic concrete or concrete. B. Temporary Restoration: Temporary restoration includes repair to all driveways, sidewalks, and roadways. They shall be swept clean and be maintained free of dirt and dust. All areas disturbed by the construction activities shall be restored to proper grade and cleaned up including the removalof debris, trash, and deleterious materials. All construction materials, supplies, or equipment, including piles of debris shall be removed from the area. All temporarily restored areas shall be maintained bythe Contractor. These areas shall be kept clean, neat and free of dust and dirt until final restoration operations are completed, The Contractor is responsible to utilize dust abatement operations in the temporarily restored areas as required, to the satisfaction of the Contract Manager. C. Temporary Resurfacing: Wherever required by the public authorities having jurisdiction, the Contractor shall place temporary surfacing promptly after backfilling and shall maintain such surfacing for the period of time fixed by said authorities before proceeding with the final restoration a nd improvements. 4.5 EXISTING UTITITIES AND IMPROVEMENTS A. General: The Contractor shall protect all underground utilities and other improvements which may be impaired during construction operations. lt shall be the Contractor's responsibility to ascertain the actual location of all existing utilities and other improvements thatwill be encountered in its construction operations and to see that such utilities or other improvements are adequately protected from damage due to such operations. B. Utilities to be Moved: ln the case that it shall be necessary to move the property of any public utility or franchise holder, such utility company or franchise holder will, upon request of the Contractor, be notified by the Contract Manager to move such property within a specified ITB No.2O2O-6L Exhibit "D" Specifications Page 8 of 9 EXHIBIT A - Page 28 of 30 EXHIBIT ''A'' BID NO. 2020-61''ITB'' reasonable time. When utility lines that are to be removed are encountered within the area of operations, the Contractor shall notify the Contract Manager a sufficient time in advance of the necessary measures to be taken to prevent interruption of service. C. When the proper completion of the Work requires the temporary or permanent removal and/or relocation of an existing utility or other improvement which is shown, the Contractor shall remove and temporarily replace or relocate such utility or improvement in a manner satisfactory to the Contract Manager and the Contract Manager of the facility. ln all cases of such temporary removal or relocation, restoration to former location shall be accomplished by the Contractor in a manner that will restore or replace the utility or improvement as nearly as possible to its former locations and to as good or better condition than found prior to removal. D. Contra ct Ma nager's Right of Access: The right is reserved to the Co ntract Ma nager a nd to the Contract Managers of public utilities and franchises to enter at any time upon any public street, alley, right-of-way, or easement for the purpose of making changes in their property made necessary by the Work of this Contract. E. Underground Utilities Shown or lndicated: Existing utility lines which are to be retained and are shown or the locations of which are made known to the Contractor prior to excavation and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired bythe Contractor. F. Underground Utilities Not Shown or lndicated: ln the event that the Contractor damages any existing utility lines that are not shown or the locations of which are not made known to the Contractor prior to excavation, a written report thereof shall be made immediately to the Contract Manager. lf directed bythe Contract Manager, repairs shall be made bythe Contractor under the provisions for changes and extra Work contained in the General Conditions. G. Approval of Repairs: All repairs to a damaged improvement are subject to inspection and approval by an authorized representative of the improvement Contract Manager before being concealed by backfill or other Work. 4.6 TREES WITHIN ROAD RIGHT-OF-WAY AND PROJECT TIMITS A. General: The Contractor shall exercise all necessary precautions so as not to damage or any trees orshrubs, includingthose lyingwithin street right-of-wayand project limits, and shallnot trim or remove any trees unless such trees have been approved for trimming or removal by the Contract Manager. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the Contractor or a certified tree company under permit from the jurisdictional agency and/or Contract Manager. B. Trimming: Symmetry of the tree shall be preserved; no stubs or splits or torn branches left; clean cuts shall be made close tothe trunk or large branch. Spikes shallnot be used for climbing live trees. Allcuts over 1- tf2" in diameter shall be coated with an asphaltic emulsion material. C. Replacement: The Contractor shall immediately notify the Contract Manager if any tree is damaged by the Contractor's operations. lf, in the opinion of Contract Manager, the damage is such that replacement is necessary, the Contractor shall replace the tree at its own expense. END OF SECTION ITB No. 2020-61. Exhibit "D" Specifications Page 9 of 9 EXHIBIT A - Page 29 of 30 VILLAGE OF KEY BISCAYNE, FL @ Drainage Well O 212.5 425 850 Feet lrrl'rl Revised Dab: 9/162019 DDXHNBtrX A - Paee 30 of 30 N '{, # '!'tt t' EXHIBIT ''B'' RATE SCHEDULE # ltems #1-1 REMOVE AND REPLACE STEEL GRATE/SCREEN ON WELL CASING RISER #1.2 DOWNHOLEVIDEO LOG #1.3 CLEAN-OUTTHE CONCRETE WELL STRUCTURE AND OPEN HOLE WELL CASING #1-4 WELL DEVELOPMENT (INCLUDING AIRLIFT, IETTING WITH SIMULTANEOUS AIRLIFT, AND PUMP DEVELOPMENT) f1.5 SITE RESTORATION #2-1 INSTALL NEW 18-INCH DIAMETER PVC LINER CASING #2-2 CONCRETE GROUT (TREMTE) 18-|NCH LTNER #2-3 PERFORM "WELL YIELD" TEST #2-4 INSTALL NEW WELL GRATE/SCREEN Units EACH EACH EACH EACH EACH All Webbs Enterprises lnc. UnitPrlce S1,2s0.00 S1,7oo.oo S5,4oo.oo s200 59,ooo.oo S4,soo.oo Ssoo s1,000.00 EACH EACH EACH EACH 2 Well Restoration {4) EXHIBITB-Pagelofl EXHIBIT ''C'' SAMPLE WORK ORDER VXLLAGE O]F ]KEY ]BIISCAYNE WORK ORDER Contractor's Name:Date: Prepared Bv:Contract #: Title Proposed Completion Date Statement of Work: Work to be rmed in as much detail as Price Proposal: (Calculate using the Rate Schedule included in Contract) Item No.Description Unit Price Quantitv Extended Price Fee basis: n Fixed Lump Sum n Not to Exceed All Work must be performed in accordance with the Contractterms and conditions. For Contractor For Village Work Order #: Name of Authorized Representative EXHIBITC-Pagelof1 Name of Authorized Representative