NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16B-007

Size: px
Start display at page:

Download "NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16B-007"

Transcription

1 NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16B-007 DEEP EXPLORATORY TESTING AND MONITOR WELL CONSTRUCTION IN THE UPPER FLORIDAN AQUIFER COASTAL SANTA ROSA, OKALOOSA, AND WALTON COUNTIES, FLORIDA The Northwest Florida Water Management District (District), 81 Water Management Drive, Havana, FL 32333, is soliciting sealed bids from licensed water well contractors for the drilling and testing of deep exploratory borings and subsequent monitor well construction in the Upper Floridan aquifer along coastal Santa Rosa, Okaloosa, and Walton Counties, Florida. It is anticipated that up to eight monitor wells will be installed at up to four different sites. Drilling equipment capable of completing 6-inch diameter open-hole wells to a total depth of 1200 feet is required. It is anticipated that the proposed work will take approximately ten months to complete. Depending on the bid estimates received and budgetary constraints, work may be divided over two fiscal years. District fiscal years are October 1 st to September 30 th each year. The deadline for submission of bids is 2:00 P.M. Eastern Time, Monday, June 6, The opening of bids is open to the public and will be at District headquarters (U.S. Highway 90, 10 miles west of Tallahassee, FL). Provisions will be made to accommodate the handicapped (if requested) provided the District is given at least 72 hours advance notice. All bids must conform to the instructions in the Invitation to Bid (ITB) and comply with applicable Florida Statutes. Interested parties may obtain a copy of the complete ITB package from the District s website ( or on the State of Florida s Vendor Bid System website through the BUSINESS link ( A copy of the complete ITB package can also be obtained at the above address or by calling (850) There will be a mandatory pre-bid conference at District headquarters on Tuesday, May 24, 2016, 2:00 4:00 P.M. Eastern Time. The District headquarters is located at 81 Water Management Drive, Havana, FL (U.S. Highway 90, 10 miles west of Tallahassee, FL). Prospective respondents to the ITB must attend the mandatory pre-bid conference to be considered. The purpose of the conference is to answer any technical or administrative questions regarding this bid package and the work to be performed.

2 PART I GENERAL INFORMATION Table of Contents PAGE 1-1 Definitions Purpose Issuing Office, Date and Location of Opening Invitation to Bid Awarding of Bid Development Costs Contractor Qualifications Mandatory Pre-bid Conference Inquiries Timetable Delays Submission and Withdrawal Addenda Equal Opportunity Oral Presentations News Releases Convicted Vendors Discriminatory Vendor List Compliance with Health and Safety Regulations Insurance Prohibited Contact Protests Challenge of District s Intent to Award Contract 12 PART II SCOPE OF SERVICES 2-1 Technical Specifications 13 PART III BID REQUIREMENTS 3-1 Rules for the Bids Bid Schedule Form Bidder Acknowledgment Bid Bond Performance Bond 15 ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 2 of 19

3 PART IV EVALUATION OF BIDS Table of Contents (continued) PAGE 4-1 Evaluation Method and Criteria 16 PART V DRAFT AGREEMENT 17 PART VI VENDOR CHECKLIST 18 ATTACHMENTS ATTACHMENT A ATTACHMENT B ATTACHMENT C ATTACHMENT D ATTACHMENT E ATTACHMENT F ATTACHMENT G CONTRACTOR INFORMATION FORM TECHNICAL SPECIFICATIONS BID SCHEDULE FORM BIDDER ACKNOWLEDGMENT FORM BID BOND FORM DRAFT AGREEMENT WITH CONTRACTOR VENDOR REGISTRATION FORM ATTACHMENT H TAX FORM W-9 ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 3 of 19

4 PART I GENERAL INFORMATION 1-1 DEFINITIONS For the purpose of this bid the following words shall, unless the context clearly indicates otherwise, mean: A. Respondent or Bidder means contractor, vendors, consultants, organizations, firms, or other persons submitting a response to this Invitation to Bid. Additional definitions are included in the Technical Specifications included as Attachment B. 1-2 PURPOSE This Invitation to Bid (ITB) provides guidelines for the submission of bids for the project titled: DEEP EXPLORATORY TESTING AND MONITOR WELL CONSTRUCTION IN THE UPPER FLORIDAN AQUIFER COASTAL SANTA ROSA, OKALOOSA, AND WALTON COUNTIES, FLORIDA 1-3 ISSUING OFFICE, DATE AND LOCATION OF OPENING Northwest Florida Water Management District, Headquarters Attn: Agency Clerk 81 Water Management Drive Havana, Florida Hereinafter referred to as the "District" Bid opening is a public meeting to be held at District Headquarters at 2:00 P.M. Eastern Time (ET) on Monday, June 6, THE DISTRICT MUST RECEIVE ALL BIDS BY 2:00 P.M. ET ON MONDAY, JUNE 6, INVITATION TO BID The District solicits bids for services of a responsive Florida Licensed Water Well Contractor to construct and test up to six proposed Upper Floridan aquifer monitor wells and two surficial aquifer monitoring wells that meet the needs as defined in this ITB. The proposed well sites are located in Santa Rosa, Okaloosa, and Walton counties, within the Northwest Florida Water Management District. The contractor shall furnish all materials, labor and equipment, tools, incidentals, transportation, and all services necessary for the completion of this task. ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 4 of 19

5 There will be a mandatory pre-bid conference at District headquarters on Tuesday, May 24, 2016, 2:00 4:00 P.M. Eastern Time. The District headquarters is located at 81 Water Management Drive, Havana, FL (U.S. Highway 90, 10 miles west of Tallahassee, FL). The purpose of the conference is to answer any technical or administrative questions regarding this bid package and the work to be performed. Sealed bids will be received until 2:00 P.M. ET on Monday, June 6, 2016, at the District Headquarters. The opening of the bids is open to the public. All bids must comply with applicable Florida Statutes. 1-5 AWARDING OF BID The District anticipates entering into a contract with the bidder who submits a qualified responsive bid judged by the District to be the lowest cost for the specified services. The respondent understands that this bid does not constitute an agreement or a contract with the District. An official contract or agreement is not binding until the bids are reviewed and accepted by appointed staff, approved by the appropriate level of authority within the District, and the contract or agreement is executed by both parties. The District reserves the right to reject any and all bids, to negotiate with the qualified contractor submitting the lowest responsive bid, to waive any informalities of a minor nature, and to solicit and re-advertise for other bids. Mistakes clearly evident on the face of the bid documents, such as computation errors, may be corrected by the District. All bids may be subject to the approval of the Northwest Florida Water Management District Governing Board at a duly noticed Board meeting. Notice of a bid award shall be posted to the District s website and the State of Florida s Vendor Bid System website. Failure to file a protest within the time prescribed in Section (3), Florida Statutes, shall constitute a waiver of the proceedings under Chapter 120, Florida Statutes. 1-6 DEVELOPMENT COSTS The District shall not be responsible or liable for any expenses incurred in connection with the preparation of a response to this bid. Respondents should prepare the bid simply and economically, to provide a straightforward and concise description of the respondent's ability to meet the requirements of the bid. ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 5 of 19

6 1-7 CONTRACTOR QUALIFICATIONS Respondents to this ITB are required to meet the following qualification and experience criteria: A. Must hold a license to conduct business in the State of Florida, B. Must hold an active Florida Water Well Contractor license, C. Must have constructed a minimum of five (5) upper Floridan aquifer wells within Florida within the last five (5) years. The wells must have been constructed all or in part by the methods proposed in the Technical Specifications (Attachment B) with a minimum final casing diameter of 6-inches. The final well casing for all wells must have been PVC. At least two (2) of the five (5) wells must have a final casing depth that exceeds 500 feet, D. Must have conducted a minimum of two (2) multi-well aquifer tests (APTs) within the last five (5) years, E. Must have sufficient qualified personnel and equipment necessary to complete all work proposed in the Technical Specifications (Attachment B) in support of exploratory well drilling and aquifer testing, F. Must have the ability to complete the work proposed in the Technical Specifications (Attachment B) within twelve months from the notice to proceed, G. Must not have either 12 or more points issued against his/her Florida Water Well Contractor License within the last three (3) years, or any administrative complaint and order(s) against his/her water well license issued under the authority of Part III, Chapter 373, Florida Statutes, with which the licensed well contractor has not complied, H. Must not have known or potential conflicts-of-interest in performing tasks as requested in the Technical Specifications (Attachment B), and I. Must not have pertinent litigation filed against the Contractor in the states of Florida, Alabama, or Georgia as related to water well construction activities within the last three (3) years. Any subcontractors that may be used by the Contractor to complete proposed work in this ITB must be identified and must meet the pertinent criteria listed above to perform the task for which they are hired (e.g. if drilling then must hold Florida Water Well Contractor License and complete five upper Floridan wells, etc.). Contractors must complete, sign and submit with their bid the Contractor Information Form (Attachment A). Information on the form is requested to support and document the qualification and experience criteria listed above and includes: A. Contact and address information for the Contractor and subcontractors, B. State of Florida Business License number(s), C. Florida Water Well Contractor License number(s), ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 6 of 19

7 D. If currently licensed by other state or governmental agency, the Contractor s and/or subcontractor s license number(s), and the name and contact information for the licensing agency, E. Reference information for the five (5) qualifying well constructions, F. Reference information for the two (2) qualifying multi-well aquifer tests, and G. A statement of qualification acknowledging and meeting all pre-qualification criteria and signed by the Contractor. 1-8 MANDATORY PRE-BID CONFERENCE There will be a mandatory pre-bid conference at District headquarters on Tuesday, May 24, 2016, from 2:00 4:00 P.M. Eastern Time. The District headquarters is located at 81 Water Management Drive, Havana, FL (U.S. Highway 90, 10 miles west of Tallahassee, FL). Prospective respondents to the ITB must attend the mandatory pre-bid conference to be considered. The purpose of the conference is to answer any technical or administrative questions regarding this Invitation to Bid and the work to be performed. 1-9 INQUIRIES All questions regarding this ITB shall be provided in writing and ed or faxed to the Project Procurement Officer, Elaine McKinnon, Administrative Assistant III, Elaine.McKinnon@nwfwater.com, no later than 2:00 P.M. ET on Monday, May 23, Inquiries shall reference the date of the ITB opening and ITB title and number. The District will provide answers to substantive questions during the mandatory pre-bid conference. The District will post addenda and answers to substantive questions on its website and on the State of Florida s Vendor Bid System website at least seven calendar days before the bid opening date (see Section 1-13 Addenda). Firms are responsible to check the District s website or State of Florida s Vendor Bid System website for addenda TIMETABLE The District and respondents shall adhere to the following schedule in all actions concerning this bid. A. On Thursday, May 5, 2016, the District issues the Invitation to Bid. B. From Thursday, May 5, 2016, to 2:00 P.M. ET on Monday, May 23, 2016, the District will receive written inquiries on the ITB (received by or fax). C. On Tuesday, May 24, 2016, from 2:00 4:00 P.M. ET (Eastern Time), a mandatory pre-bid conference will be held at District headquarters. ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 7 of 19

8 D. The District must receive the bids by the 2:00 P.M. ET opening time on Monday, June 6, E. From opening time, the District will review and evaluate the bids on a timely basis. F. The District may enter into a contract with the lowest qualified responsive bidder after conducting negotiations and obtaining appropriate approvals DELAYS The District may delay scheduled due dates if it is to the advantage of the District to do so. The District will notify respondents of all changes in scheduled due dates by posting the information to the District s website and State of Florida s Vendor Bid System website SUBMISSION AND WITHDRAWAL The respondent may submit the bid in person or by mail to this address: Northwest Florida Water Management District Attn: Agency Clerk 81 Water Management Drive Havana, FL Please be advised that mail delivery to the District is not always by 2:00 P.M. ET. Respondents shall submit two (2) copies of the bid in a sealed, opaque envelope or box. The face of the envelope or box shall state in capital letters: SEALED BID ITB 16B-007, DEEP EXPLORATORY TESTING AND MONITOR WELL CONSTRUCTION IN THE UPPER FLORIDAN AQUIFER, COASTAL SANTA ROSA, OKALOOSA, AND WALTON COUNTIES, FLORIDA, TO BE OPENED MONDAY, JUNE 6, 2016, 2:00 P.M. (ET) AT THE HEADQUARTERS OF THE NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT. The sealed envelope or box shall also include the respondent s name and business address. Bids received by the bid submission deadline but not properly sealed and marked may not be considered. Receipt of a bid by any District office or personnel other than the District receptionist or the Division of Administration, at the headquarters office located at 81 Water Management Drive, does not constitute delivery as required by this ITB. THE DISTRICT MUST RECEIVE ALL BIDS BY 2:00 P.M. ET ON MONDAY, JUNE 6, Respondents who utilize courier service packing and shipping materials should place the bids in a sealed and labeled envelope or box inside the courier-supplied shipping materials. ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 8 of 19

9 For deliveries via courier service, please use the address below: Northwest Florida Water Management District 81 Water Management Drive Havana, FL (Located off U.S. Highway 90, 10 miles west of Tallahassee, just north of Midway, FL) The District cautions the respondents to assure actual delivery of mailed or hand delivered bids to the District s Division of Administration prior to the deadline set for opening. Telephone confirmation of timely receipt of the bid may be made by calling (850) and asking for the Agency Clerk before the bid opening time. Bids received after the established deadline will not be considered. A respondent may withdraw a bid by notifying the District in writing at any time prior to the opening. Respondents may withdraw bids in person or through an authorized representative. Respondents and authorized representatives must disclose their identity and provide a signed receipt for the bid. Bids, once opened, become the property of the District and will not be returned to the respondents. All bids must be made on the required Bid Schedule Form (Attachment C of this ITB). All blank spaces for bid prices must be filled in, in ink or typewritten, and the Bid Schedule Form must be fully completed and executed when submitted. The District may waive any informalities or minor defects or reject any and all bids. Respondents must satisfy themselves of the accuracy of their response in the Bid Schedule Form by examination of the criteria and specifications including addenda. After bids have been submitted, respondents shall not assert that there was a misunderstanding concerning the number or type of parameters nor the accuracy required of each parameter. Upon opening, bids become public record and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Respondents must invoke the exemptions to disclosure provided by law in the response to the ITB by providing the specific statutory authority for the claimed exemption, identifying the data or other materials to be protected, and stating the reasons why such exclusion from public disclosure is necessary. Bids will be made available for inspection at the time the District posts notice of its decision or intended decision concerning contract awards, or ten (10) working days after the bid opening, whichever is earlier ADDENDA If addenda become necessary, the District will provide written addenda and post addenda on the District s website and on the State of Florida s Vendor Bid System website at least seven calendar days before the bid opening date. All addenda issued by the District will include an addenda acknowledgment form that must be signed and included with any bids that are submitted to the District. In the event multiple addenda are issued, an acknowledgment form for each addendum must be included with the bid at the time it is submitted to the District. ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 9 of 19

10 Prospective bidders are responsible for determining whether addenda have been issued and are advised to check the websites or with the Project Procurement Officer prior to submitting their bid EQUAL OPPORTUNITY The District recognizes fair and open competition as a basic tenet of public procurement. Respondents doing business with the District are prohibited from discriminating on the basis of race, color, creed, national origin, handicap, age, sex, or disability. It is the policy of the District to ensure that qualified respondents wishing to participate in the procurement process have the maximum opportunity to compete and perform on District contracts and purchases. The District encourages participation by Certified Minority Business Enterprises (MBE) and requests MBE s to submit evidence of such designation with their bid. For further information on designation as a minority business enterprise, prospective respondents may contact the District s Bureau of Finance and Accounting at (850) A vendor registration form is included in this ITB package (Attachment G) ORAL PRESENTATIONS At its discretion, the District may require a respondent to make an oral presentation of the bid. These presentations provide an opportunity for the respondent to clarify the bid for the District. The District will schedule any such presentations NEWS RELEASES The respondent shall obtain prior approval of the District for all news releases or other publicity pertaining to this bid or the service or any project to which it relates CONVICTED VENDORS "A person or affiliate who has 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 a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, 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 any public entity in excess of the threshold amount provided in Section , for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." 1-18 DISCRIMINATORY VENDOR LIST An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 10 of 19

11 as a contractor, supplier, subcontractor or consultant under contract with any public entity, and may not transact business with any public entity COMPLIANCE WITH HEALTH AND SAFETY REGULATIONS The bidder shall comply with all applicable federal, state and local rules and regulations in providing services to the District. This requirement includes compliance with all applicable federal, state, and local health and safety rules and regulations INSURANCE The respondent, if awarded a contract, shall maintain insurance coverage. In the event a contract is awarded to a governmental entity or a self-insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the bidder s insurance coverage, policies or capabilities may be grounds for rejection of the bid and rescission of any ensuing contract. The Contractor shall obtain all coverage as may be required by Florida law, including Workers Compensation and applicable professional liability insurance. Specifically, the CONTRACTOR shall be insured as follows: General Liability, with limits not less than $1,000,000 per occurrence; $1,000,000 per occurrence for personal injury; and $1,000,000 for property damage; Automobile Liability, with combined single limit of not less than $1,000,00; Workers Compensation and Employers Liability, with limits not less than: Bodily Injury by Accident $1,000,000 each accident; Bodily Injury by Disease $1,000,000 policy limit; Bodily Injury by Disease $1,000,000 each employee. Evidence of all such insurance satisfactory to the District shall be furnished prior to beginning operations, and all such insurance policies shall provide for 10-day notice to the District of cancellation or any material change in the terms of the insurance policies PROHIBITED CONTACT Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the Procurement Officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response PROTESTS If a potential respondent protests any provisions of this ITB, a notice of intent to protest shall be filed with the District in writing within 72 hours after the posting of the Invitation to Bid on the District s website. Failure to file a protest within the time prescribed in Section (3) Florida Statutes shall constitute a waiver of proceedings under Chapter 120 of Florida Statutes. ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 11 of 19

12 1-23 CHALLENGE OF DISTRICT S INTENT TO AWARD CONTRACT If a respondent intends to protest the District s intent to award a contract(s), the notice of intent to protest must be filed in writing within 72 hours after posting of a notice of intent to award a contract(s) and the respondent shall file a formal written protest within ten (10) days after filing of notice of intent to protest. Any respondent who files a formal written protest pursuant to Chapter , Florida Administrative Code, and Section (3), Florida Statutes shall post with the District at the time of filing the formal written protest, a bond pursuant to Section (2) (c), Florida Statutes. Failure to file a notice of intent to protest or failure to file a formal written protest within the time prescribed in Chapter , Florida Administrative Code and Section (3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. More specifically, Failure to file a protest within the time prescribed in Section (3) Florida Statutes shall constitute a waiver of proceedings under Chapter 120 of Florida Statutes. ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 12 of 19

13 PART II SCOPE OF SERVICES 2-1 TECHNICAL SPECIFICATIONS FOR DEEP EXPLORATORY TESTING AND MONITOR WELL CONSTRUCTION IN THE UPPER FLORIDAN AQUIFER, COASTAL SANTA ROSA, OKALOOSA, AND WALTON COUNTIES, FLORIDA (Refer to Attachment B) ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 13 of 19

14 PART III BID REQUIREMENTS 3-1 RULES FOR THE BIDS A. All bids must comply with applicable Florida Statutes, laws and rules. B. Two copies of each bid must be submitted in a properly marked envelope/package. It is the bidder s responsibility to ensure that his/her bid is delivered at the proper time and place of the opening. Bids that for any reason are not so delivered may not be considered. Bids submitted by fax, telegram, telephone or other electronic means will not be acceptable. See PART I, Section 1-12 Submission and Withdrawal of this ITB for further details. C. All bids shall be completed and submitted on the attached Bid Schedule Form (Attachment C) and must be accompanied by any other documentation required as part of this bid proposal. D. The District is not subject to Florida sales tax or to any federal excise taxes on all sales made directly to the District, and neither shall be included in the bid price. Tax exemption forms will be supplied to the successful bidder upon request. E. Any transportation or other charges incurred in the delivery of products or services as specified must be included in the bid price. F. All costs whether direct or indirect which will be ultimately paid by the District must be included in the bid price. Any indirect, overhead, profit margin or other such costs, however named, which are reflected as a percentage figure must also be identified in a dollar amount and included in the bid price. G. The award hereunder is subject to Chapter 112, Florida Statutes. All bidders shall disclose with their bids the name of any officer, director, board member or agent who is also an employee of the State of Florida, or any of its agencies. Further, all bidders shall disclose the name of any state employee or any board member or employee of the District who owns directly or indirectly an interest of ten percent (10%) or more in the bidder s firm, subsidiaries or branches. H. Submit a signed Bidder Acknowledgment Form (Attachment D) and include it in your package. I. Submit completed Bid Bond Form (Attachment E), or a Bid Bond Form provided by a surety company, or certified check in lieu of a surety bond. J. Submit completed Vendor Registration Form (Attachment G) and W-9 (Attachment H) and include both in your package. These may be omitted if the Respondent has previously registered as a Vendor with the District and is in active status, including submission of W-9. ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 14 of 19

15 3-2 BID SCHEDULE FORM (Refer to Attachment C) 3-3 BIDDER ACKNOWLEDGMENT FORM (Refer to Attachment D) 3-4 BID BOND Each bid must be accompanied by a bid bond payable to the District for five percent (5%) of the total amount of the bid. Submit completed Bid Bond Form (Attachment E), or a Bid Bond Form provided by a surety company, or certified check in lieu of a surety bond. After the bid prices have been evaluated, the District will return the bid bonds for all bids but the three lowest qualified bids. When the Agreement is executed, the bonds of the two remaining unsuccessful bidders will be returned. The bid bond of the successful bidder will be retained until the performance bond has been executed and approved, after which the bid bond will be returned. A certified check may be provided to the District in lieu of a bid bond and should be made payable to: NWFWMD. Attorneys-in-fact who sign bid bonds and performance bonds must file with each bond a certified and effective dated copy of their power of attorney. IMPORTANT - Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended, see and be authorized to transact business in the state where the project is located. 3-5 PERFORMANCE BOND A performance bond in the amount of five percent (5%) of the contract price, with a corporate surety approved by the District, will be required for the faithful performance of the contract. A certified Cashier s Check may be provided to the District in lieu of a performance bond made payable to: NWFWMD. Attorneys-in-fact who sign bid bonds and performance bonds must file with each bond a certified and effective dated copy of their power of attorney. The party to whom the contract is awarded will be required to execute the Agreement and obtain the performance bond within ten (10) calendar days from the date when Notice of Award is delivered to the bidder. The Notice of Award shall be accompanied by the necessary agreement and bond forms. In case of failure of the bidder to execute the agreement, the District may at his option consider the bidder in default, in which case the bid bond accompanying the proposal shall become the property of the District. The successful bidder shall supply the names and addresses of major material suppliers and sub vendors when requested to do so by the District. ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 15 of 19

16 PART IV EVALUATION OF BIDS 4-1 EVALUATION METHOD AND CRITERIA The contract will be awarded in the best interest of the District, based on the lowest estimated total cost to the District from those bids submitted by contractors considered qualified by the District and able to perform the work in the time allowed as described in this ITB. The District anticipates awarding the contract to the bidder that meets the following criteria: A. Contractor must meet the qualification and experience criteria as described in PART I, Section 1-7 Contractor Qualifications, B. Contractor must have attended the mandatory, pre-bid conference as required in PART I, Section 1-8 Mandatory Pre-bid Conference, C. Contractor submits a qualified responsive bid judged by the District to be the lowest cost for the specified services. ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 16 of 19

17 PART V DRAFT AGREEMENT Please see the attached draft Agreement (Attachment F). This agreement is subject to change subsequent to legal review. ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 17 of 19

18 PART VI VENDOR CHECKLIST Please review the checklist for this bid (ITB No. 16B-007) to ensure that you have properly followed the instructions. Many bids and proposals are rejected because the respondent simply failed to comply with required preparation and submission requirements. Have you completed, signed and included with your bid the Contractors Information Form (Attachment A) as described in Section 1-7 Contractor Qualifications? Have you performed a final review of your bid to ensure you included all required documentation? Have you completed and signed the Bid Schedule Form (Attachment C) for Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer, Coastal Santa Rosa, Okaloosa, and Walton Counties, Florida and included it in your package? Have you verified all amounts to ensure that they are complete and accurate? Have you signed the Bidder Acknowledgment Form (Attachment D) and included it in your package? If applicable, for each addendum have you completed and included the Addenda Acknowledgment Form that was included with each addendum? Have you completed the Vendor Registration Form (Attachment G) and Tax Form W-9 (Attachment H) and included them in your package? These documents may be omitted if your company is already a registered Vendor with the District and the District has your W-9 Form on file. Have you provided evidence of your Minority Business designation, if applicable? Please attach any pertinent documents to the Invitation to Bid package. IS YOUR ENVELOPE PROPERLY MARKED? See PART I, Section 1-12 Submission and Withdrawal of this ITB for further details. Most rejected bids are caused by the respondent failing to properly mark their package. All incoming correspondence is opened when received unless properly marked for a specified opening date and time. If your bid is opened prior to the designated date and time, it cannot be considered. Have you selected the method of shipping that will ensure that your response will arrive before the deadline? Responses received after the date and time specified will not be considered. ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 18 of 19

19 The following additional information and documents must be included and attached to your final bid: Copies of your current insurance coverage and limits. Bid Bond of five percent (5%) of bid amount as described in PART III, Section 3-4 Bid Bond. Signed Bid Bond Form (Attachment E), or a Bid Bond Form provided by a surety company, or certified check in lieu of a surety bond. ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 19 of 19

20 ATTACHMENT A CONTRACTOR INFORMATION FORM ITB Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Attachment A Contractor Information Form

21 CONTRACTOR INFORMATION FORM FOR ITB 16B Contractor Information Contractor Firm Name: Contact Person Name & Title: Mailing Address: City, State & Zip: Contact Phone Number: Fax Number: Address: Company Website: State of Florida Business License # (attach copy): Florida Water Well Contractor License #: 2. Subcontractor Information (if necessary, please attach information for additional subcontractors) Subcontractor 1 Firm Name: Mailing Address: City, State & Zip: Type of Work (for example well drilling, geophysical logging, etc.): Florida Water Well Contractor License # (if drilling): Subcontractor 2 Firm Name: Mailing Address: City, State & Zip: Type of Work (for example well drilling, geophysical logging, etc.): Florida Water Well Contractor License # (if drilling): 3. Well Construction Experience (please attach copies of well completion reports and related info on subcontractors) Contractors (or subcontractors hired to drill) must have constructed a minimum of five (5) upper Floridan aquifer wells within Florida within the last five (5) years. The wells must have been constructed all or in part by the methods proposed in the Technical Specifications for ITB 16B-007 with a minimum final casing diameter of 6-inches. The final well casing for all wells must have been PVC. At least two (2) of the five (5) wells must have a final casing depth that exceeds 500 feet. Please provide details and references on the five (5) qualifying well constructions. The same reference can be used to verify experience for more than one well construction if performed for the same client. List qualifying information in table below. # Permit # Dia (in) TD (ft-bls) CD (ft-bls) Drilling Method Client Company/ Org Name Client Contact Name Client Phone # Permit# = enter well construction permit number; Dia(in) = enter well diameter in inches TD (ft-bls) = enter total depth of well in feet below land surface; CD (ft-bls) = enter well casing depth in feet below land surface Method = enter construction method code: HR (hydraulic rotary), AR (air rotary), RA (reverse-air rotary) ITB 16B Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 1 of 2 Attachment A Contractor Information Form

22 CONTRACTOR INFORMATION FORM FOR ITB 16B Multi-Well Aquifer Performance Test Experience (please attach related info on subcontractors) Contractors (or subcontractors hired to conduct tests) must have conducted a minimum of two (2) multi-well aquifer performance tests (APTs) within the last five (5) years. Please provide details and references on the two (2) qualifying APTs. The same reference can be used to verify experience for both APTs if both were performed for the same client. List qualifying information in table below. # Test Type Duration (hrs) Discharge (gpm) # Obs Wells Client Company/Org Name Client Contact Name Client Phone # 1 2 Test Type = enter constant (discharge) or step (drawdown) Duration (hrs) = enter length of test in hours Discharge (gpm) = enter average discharge for constant or maximum discharge for step # Obs Wells = enter number of observation wells monitored during the test 5. Additional Water Well Licensing (if licensed by another state or governmental agency) # State License # Regulating Agency Name Agency Contact Name Phone # Additional Qualification Criteria (please attach any supporting documentation requested below) In addition to the experience requested above, the Contractor must also meet and attest to the following: The contractor must have sufficient experienced and qualified personnel and equipment necessary to complete all work proposed in the Technical Specifications for ITB 16B-007. The Contractor must have the ability to complete the work proposed in the Technical Specifications for ITB 16B- 007 within twelve months from the notice to proceed. Please attach an estimate of the Contractor s projected staff and equipment availability over the next twelve (12) months as it relates to the capacity of the Contractor to complete this project as proposed. The Contractor must not have either 12 or more points issued against his/her Florida water well contractor license within the last three (3) years, or any administrative complaint and order(s) against his/her water well license issued under the authority of Part III, Chapter 373, Florida Statutes, with which the licensed well contractor has not complied. The Contractor must not have known or potential conflicts-of-interest in performing tasks as requested in the Technical Specifications for ITB 16B-007. The Contractor must not have pertinent litigation filed against the Contractor in the states of Florida, Alabama, or Georgia related to water well construction activities during the last three (3) years. 7. Contractor s Statement of Qualification I understand that the above qualification and experience criteria are required to submit a bid in response to ITB# 16B-007. By signing this application, I acknowledge that all qualifications and experience criteria are met. Person Completing Form (print name) Signature ITB 16B Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 2 of 2 Attachment A Contractor Information Form

23 ATTACHMENT B TECHNICAL SPECIFICATIONS FOR DEEP EXPLORATORY TESTING AND MONITOR WELL CONSTRUCTION IN THE UPPER FLORIDAN AQUIFER COASTAL SANTA ROSA, OKALOOSA, AND WALTON COUNTIES, FLORIDA ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Attachment B Technical Specifications

24 TECHNICAL SPECIFICATIONS For DEEP EXPLORATORY TESTING AND MONITOR WELL CONSTRUCTION IN THE UPPER FLORIDAN AQUIFER COASTAL SANTA ROSA, OKALOOSA, AND WALTON COUNTIES, FLORIDA Each Bidder is responsible to read and understand the contents of the Technical Specifications prior to completing the Bid Submittal. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 1 Attachment B Technical Specifications

25 Technical Specifications for DEEP EXPLORATORY TESTING AND MONITOR WELL CONSTRUCTION IN THE UPPER FLORIDAN AQUIFER COASTAL SANTA ROSA, OKALOOSA, AND WALTON COUNTIES, FLORIDA TABLE OF CONTENTS SECTION 1000 SUMMARY OF WORK 1000.A General Project Description 1000.B Well Siting and Access 1000.C Coordination with Other Contractors 1000.D Subcontractors 1000.E Utility Location 1000.F Temporary Facilities SECTION 1001 DEFINITIONS AND ABBREVIATIONS 1001.A General SECTION 1002 PERMITS AND FEES 1002.A General 1002.B Permits by Contractor SECTION 1003 WORK SCHEDULES 1003.A Construction Schedule 1003.B Working Hours 1003.C Delays for Extra Work (Standby Time) 1003.D Extra Work 1003.E Contract Times SECTION 1004 REPORTS 1004.A Contractor s Daily Log 1004.B Well Completion Report 1004.C Photographic Record SECTION 1005 MATERIAL, EQUIPMENT AND WORKMANSHIP 1005.A General 1005.B Certification of Chemicals 1005.C Remedial Work 1005.D Abandonment of Well(s) by Contractor ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 2 Attachment B Technical Specifications

26 1005.E Guarantee SECTION 1006 PROTECTION OF PROPERTY RIGHTS 1006.A General 1006.B Public Nuisance SECTION 1007 WELL SPECIFICATIONS Part 1 Well Construction Sequence Part 2 Conditions and Hazards A General B Anticipated Geology and Potential Hazards C Hydrologic Considerations Part 3 Mobilization, Site Preparation and Demobilization A Mobilization B Site Preparation C Demobilization and Site Restoration Part 4 Drilling Requirements A Equipment Requirements B Water Supply C Drilling Methods D Drilling Fluids E Lost Circulation F Cuttings, Drilling Fluid, and Formation Water Disposal G Cementing Procedures H Well Development I Wellhead Security J Well Flow Suppression Part 5 Data Acquisition A Formation Samples B Reverse-Air Circulation Water Sampling C Geophysical Logging D Borehole Water Level Monitoring E Step Drawdown Tests F Aquifer Performance Testing (APT) G Water Quality Testing Part 6 Material Specifications A General B Surface Casing C Final Casing D Centralizers ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 3 Attachment B Technical Specifications

27 E Cement Part 7 Well Completion A Well Completion SECTION 1008 CONTRACT PAY ITEMS 1008.A Final Measurement 1008.B Pay Items ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 4 Attachment B Technical Specifications

28 SECTION 1000 SUMMARY OF WORK A. GENERAL PROJECT DESCRIPTION The Northwest Florida Water Management District (DISTRICT) is seeking bids from qualified well drilling CONTRACTOR(s) for the construction of up to four (4) Upper Floridan aquifer (UFA) long-term monitor wells, up to two (2) UFA aquifer performance test (APT) monitor wells and up to two (2) Surficial Aquifer System (SAS) monitor wells. The wells will be constructed across four sites in coastal Santa Rosa, Okaloosa, and Walton Counties as shown on Figure 1. Wellhead components and equipment will be provided under the construction contract. It is anticipated that the proposed work will take approximately ten months to complete. Depending on the bids received and budgetary constraints, the work may be divided over two fiscal years. The four (4) long-term monitor wells and the two (2) APT monitor wells will be completed in the UFA with the intent of spanning the entire thickness of the formation. The two (2) SAS monitor wells will be completed into the undifferentiated sands and clays containing the surficial aquifer. Expected casing seat and open-hole completion depths will range greatly from site to site for the UFA monitor wells. The anticipated casing and well depths are listed in Section 1007, Well Specifications. Actual casing and open-hole or screen-interval depths will vary at each well site subject to the specific subsurface conditions encountered. The DISTRICT plans to work with a separately contracted GEOLOGIST to assist in providing well construction oversight. The GEOLOGIST, in consultation with the DISTRICT, will provide the CONTRACTOR with depths for setting casing and open-hole/screened interval completion after evaluating hydrogeologic data collected during drilling and prior to those construction stages. The work scope described in these Technical Specifications involves the construction of up to eight (8) monitor wells. Representative lithologic and groundwater samples will be collected during well construction, and geophysical logging will be performed at key stages of the monitor well construction. The CONTRACTOR will also perform stepdrawdown tests on up to four (4) of the UFA long-term monitor wells. It should be noted that based on information obtained during construction and testing of the above described wells and pending budgetary constraints, the DISTRICT may opt not to perform any portion of the described work. A mandatory pre-bid conference will be held to address questions from potential bidders and discuss details of the project. Site maps are provided in this Bid Package and each bidder is urged to visit the sites in advance of the pre-bid conference to familiarize themselves with the sites and bring forward any questions or concerns. B. WELL SITING AND ACCESS The DISTRICT will obtain all approvals from the property owners to access and conduct work on the respective sites. This includes any written agreements, formal or otherwise, necessary to install the wells and perform subsequent testing activities. Refer to Figure 1 for a general map of proposed locations of the well sites. Figures 2 through 5 depict more detailed proposed locations of test wells and individual monitor wells. The specific ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 5 Attachment B Technical Specifications

29 location of the wells on the site will be determined by the GEOLOGIST and DISTRICT at the time of construction. C. COORDINATION WITH OTHER CONTRACTORS It is not anticipated that other field activities at the sites may be underway at the same time that work under this contract is being done. However the DISTRICT shall coordinate the CONTRACTOR s activities with site owners to prevent the interruption of other contracted work at the site and to allow the orderly and timely completion of all DISTRICT-directed work as specified. D. SUBCONTRACTORS The CONTRACTOR shall not employ any SUBCONTRACTOR(s) against whom the DISTRICT or GEOLOGIST may have reasonable objection. The name, address and demonstration of experience of all proposed SUBCONTRACTOR(s) that may be used on the PROJECT shall be submitted by the CONTRACTOR with the Bid. E. UTILITY LOCATION Wells sites are located on various types of properties where other utility services may exist. The CONTRACTOR shall have buried utilities in the work areas located and marked prior to commencing construction. If necessary, the CONTRACTOR shall cover the cost to locate any onsite private utilities. It is the CONTRACTOR s responsibility to field-verify that work area setback distances from existing utility services are adequate to complete the Project, as specified. All damages to existing utility services are the responsibility of the CONTRACTOR. The CONTRACTOR will notify the GEOLOGIST and DISTRICT immediately upon damaging or noticing damage to a utility service. The CONTRACTOR shall be responsible for the incurred cost of repair to any service damaged, and hold harmless the DISTRICT. F. TEMPORARY FACILITIES The CONTRACTOR shall furnish, permit where applicable, and maintain all necessary temporary facilities required to complete the Project at no expense to the DISTRICT. This shall include, but not be limited to: temporary barricade/fencing, temporary water supply, temporary electrical service, and temporary sanitary facilities. END OF SECTION ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 6 Attachment B Technical Specifications

30 SECTION 1001 DEFINITIONS AND ABBREVIATIONS A. GENERAL The definitions and abbreviations used in the Technical Specifications are as follows: 1. ANSI shall mean American National Standards Institute, 2. APT shall mean multi-well Aquifer Performance Test, 3. ASTM shall mean American Society of Testing and Materials, 4. AWWA shall mean American Water Works Association, 5. BLS shall mean below land surface, 6. BPL shall mean below pad level, 7. CONTRACTOR shall mean the selected lowest responsive bidder, 8. DISTRICT shall mean the Northwest Florida Water Management District, 9. FDEP shall mean the Florida Department of Environmental Protection, 10. FGS shall mean the Florida Geological Survey, 11. GEOLOGIST shall mean the on-site consultant to the District, 12. NPDES shall mean National Pollution Discharge Elimination System, 13. NSF shall mean National Sanitation Foundation, 14. PVC shall mean polyvinyl chloride, 15. SAS shall mean Surficial Aquifer System, 16. TEST PRODUCTION WELL shall mean the Long-Term Monitor Well used as the pumping well during the APT, and 17. UFA shall mean Upper Floridan aquifer. END OF SECTION ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 7 Attachment B Technical Specifications

31 SECTION 1002 PERMITS AND FEES A. GENERAL 1. The CONTRACTOR shall procure all permits, certificates, and licenses required by law for the execution of the Project, except for easements and licenses from the property owner for site access, and shall comply with all applicable federal, state, and local regulations and ordinances. 2. The CONTRACTOR shall schedule all inspections and obtain all written approvals of the agencies required by the permits and licenses. 3. The DISTRICT and GEOLOGIST shall be furnished copies of each permit obtained by the CONTRACTOR prior to the CONTRACTOR commencing work. B. PERMITS BY CONTRACTOR 1. NPDES General Permit: a. In the event that discharges to surface waters covered under the National Pollution Discharge Elimination System (NPDES) occur during the PROJECT, the CONTRACTOR shall be responsible for obtaining and complying with requirements of the NPDES Generic Permit for Florida (FDEP Guidance Document February 14, 2000, or superseding documents) and performing any required discharge water quality monitoring. All documentation related to the filing, and monitoring of an NPDES permit submitted to the FDEP shall be provided to the GEOLOGIST and DISTRICT in advance of the said submittals. b. The CONTRACTOR shall provide a method of particulate removal or other necessary treatment processes to ensure that the discharge water is free of floating solids, visible foam, turbidity, or visible oil in such amounts as to form nuisances on surface water and comply with all other environmental regulations. Particulate removal may require the use of several settling tanks and other solids control equipment to meet NPDES permit requirement. 2. The CONTRACTOR shall obtain and pay for all other required permits and licenses. The CONTRACTOR shall provide copies of these permits to the DISTRICT and GEOLOGIST and shall comply with all conditions contained in the permits at no extra cost to the DISTRICT. END OF SECTION ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 8 Attachment B Technical Specifications

32 SECTION 1003 WORK SCHEDULES A. CONSTRUCTION SCHEDULE Work will be authorized through individual task orders with a specific scope of work based on these Technical Specifications and approved by the DISTRICT. The CONTRACTOR shall submit a detailed construction schedule with each scope of work and maintain an up to date schedule through task order completion. Monthly, at a minimum, the CONTRACTOR shall revise and provide an electronic copy of the schedule to the GEOLOGIST and DISTRICT. The schedule shall include the proposed mobilization date, drilling start date, completion date, and other significant construction and testing milestones for each well. The schedule shall be revised monthly to reflect changes in the progress of the Project. If the work falls behind schedule, the CONTRACTOR shall take necessary action to get the Project back on schedule and complete the Project by the scope of work deadlines. B. WORKING HOURS The CONTRACTOR shall be aware of and perform work on site only within the designated official working hours as established by local ordinance, unless a special exception or permit is obtained by the CONTRACTOR. The DISTRICT may establish a schedule of working hours based on site-specific project needs. Requests for extended work hours must be approved by the DISTRICT and the GEOLOGIST. C. DELAYS FOR EXTRA WORK (STANDBY TIME) The DISTRICT may order the CONTRACTOR to stop operations so that extra work not included in the Technical Specifications, such as previously unspecified testing and data collection, can be performed. The GEOLOGIST shall advise the CONTRACTOR when extra work is requested and will schedule the request so that it causes a minimum of delay. The CONTRACTOR shall be reimbursed for approved standby time at the hourly rates listed in the Bid Schedule Form. There are two (2) categories of standby time: 1) standby time with the rig and drilling crew on-site; and 2) standby time with the rig onsite and the crew off-site. No payment for standby time shall be made unless advance approval is granted by the DISTRICT. D. EXTRA WORK The CONTRACTOR shall be reimbursed for approved extra work required by the DISTRICT at the hourly and unit rates listed in the Bid Schedule Form. There are three (3) categories of extra work: 1) drilling crew with drilling equipment; 2) crew with pump hoist; and 3) drilling crew only. No payment for extra work shall be made unless advance written approval is granted by the DISTRICT. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 9 Attachment B Technical Specifications

33 E. CONTRACT TIMES Adherence to contract times as specified in Section 1003 A, Construction Schedule is essential to keep the overall project on schedule. The CONTRACTOR shall meet deadlines specified in the Construction Schedule of the individual task orders. Financial consequences shall be assessed as stated in the scope of work for failure to complete tasks on time. The CONTRACTOR may use more than one drilling rig on portions of, or on the entire Project. The actual number of rigs and crews planned for use during each phase of the Project shall be clearly identified in the Construction Schedule submitted by the CONTRACTOR as requested in Section 1003 A of this ITB. The CONTRACTOR shall obtain written approval from the DISTRICT and provide at least ten (10) days advance notice to the DISTRICT and GEOLOGIST prior to adding to the number of drill rigs operating in excess of those identified in the schedule. END OF SECTION ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 10 Attachment B Technical Specifications

34 SECTION 1004 REPORTS A. CONTRACTOR'S DAILY LOG The CONTRACTOR shall maintain a detailed log of his operations on the drilling rig during the construction of all wells. One (1) copy of the most recent log shall be submitted to the GEOLOGIST at the end of each work day, or if not present, on the first succeeding day that his representative is on site. Each log report shall be signed by an authorized representative of the CONTRACTOR and the GEOLOGIST. The daily log shall include, but not be limited to, the following information: 1. A listing of all pay items including any authorized extra work or standby time completed by the CONTRACTOR during the day, 2. The reference point for all depth measurements, 3. The depth at which formation changes occur, 4. Identification of the material of which each stratum is composed, 5. The depth interval from which each formation sample is taken, 6. The depth interval from which each water sample or water level measurement is taken, 7. The bit size and depth at which borehole diameters change, 8. The depth and interval of each cavity or lost circulation zone encountered during drilling, 9. Records of drilling fluid viscosity and density prior to casing installation and casing grout density measurements made in accordance with the Technical Specifications, and 10. Other pertinent data requested by the DISTRICT or the GEOLOGIST. B. WELL COMPLETION REPORT Upon completion of each well, the CONTRACTOR shall submit to the GEOLOGIST and DISTRICT a report and record drawings that include the following: 1. The total depth of the borehole and the length of casing installed in the well, 2. The nominal borehole diameters, 3. The depth or location of any lost drilling fluid, drilling materials, or tools, ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 11 Attachment B Technical Specifications

35 4. The type and amount of drilling fluid additives used, 5. The depth and diameter of any surface casing, 6. The amount, type, and weight of cement used in all casing strings. Any cement additives used must be identified, 7. A complete description (including length, diameter, depth) of the well casing, and 8. A summary of any drilling problems or remedial work performed. The CONTRACTOR shall also obtain and provide the GEOLOGIST a completed copy of State of Florida Permit Application to Construct, Repair, Modify or Abandon a Well (DEP Form (1)), or most recent form for each well permitted, and a completed State of Florida Well Completion Report (DEP Form (2)) for each of the wells. C. PHOTOGRAPHIC RECORD The GEOLOGIST shall prepare a photographic record of both pre-construction and postconstruction conditions at the work sites. This shall include, but not be limited to, surface improvements such as sidewalks and adjacent roadways, drainage structures, landscaping, completed work elements, and damage to any of these or other existing features. Two (2) sets of labeled hard copy photographs and two (2) sets of CDs/DVDs containing the electronic photograph files shall be submitted to the DISTRICT prior to Project closeout. END OF SECTION ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 12 Attachment B Technical Specifications

36 SECTION 1005 MATERIAL, EQUIPMENT AND WORKMANSHIP A. GENERAL The CONTRACTOR shall be responsible for all labor, materials, transportation, tools, supplies, equipment, and appurtenances necessary to complete the Project in accordance with the Technical Specifications. All materials utilized shall be approved for use in potable water systems and shall be in general accordance with the latest revisions of the American Water Works Association for Water Wells (AWWA A100-06) and the National Water Well Association Standards as they apply to the particular needs or conditions encountered in the Project. If the CONTRACTOR determines that, based on their knowledge, items necessary for completion of their portion of the Project have been overlooked; the CONTRACTOR shall identify and address these issues during the bidding process. B. CERTIFICATION OF CHEMICALS All chemicals used that will come into contact with the drinking water supply shall conform to ANSI/NSF Standard , or latest revision. C. REMEDIAL WORK If remedial work proves to be necessary to make a well acceptable and come within applicable regulations and/or the Technical Specifications because of mechanical problems, loss of tools in the hole, defective material, or for any other cause, the CONTRACTOR shall propose a method of correcting the problem, in writing. Suggested methods shall be approved by the GEOLOGIST and DISTRICT before remedial work proceeds. Such work shall be performed at no additional cost to the DISTRICT and shall not extend the length of the Construction Schedule. The CONTRACTOR is notified that all Technical Specifications shall be met, including hole straightness and setting of casings to the points designated by the GEOLOGIST. D. ABANDONMENT OF WELL(S) BY CONTRACTOR Any hole in which the CONTRACTOR voluntarily stops work and/or fails to complete in a satisfactory manner in accordance with applicable regulations and/or the Technical Specifications (including approved changes), shall be considered as abandoned by the CONTRACTOR. If the GEOLOGIST declares the hole abandoned by the CONTRACTOR, no payment shall be made for the abandoned hole. All holes declared abandoned as described above shall be properly plugged and sealed by the CONTRACTOR at his own expense in accordance with federal, state, and local regulations. These holes shall be replaced by the CONTRACTOR at no cost to the DISTRICT. The CONTRACTOR shall submit his plan of action for abandonment and plugging in writing to the GEOLOGIST and DISTRICT for review and approval. Casing strings may be removed only with the permission and approval of the GEOLOGIST and DISTRICT. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 13 Attachment B Technical Specifications

37 E. GUARANTEE The CONTRACTOR guarantees that the work and services to be performed under the Contract and all workmanship, materials, and equipment performed, furnished, used, or installed for the Project shall be free from defects and flaws, and shall be performed and furnished in strict accordance with the Technical Specifications; that the strength of all parts of all manufactured equipment shall be adequate and as specified; and that performance test requirements of the Technical Specifications shall be fulfilled, as directed by the DISTRICT. The CONTRACTOR shall repair, correct, or replace all damage to the Work resulting from failures covered by the guarantee. The guarantee shall remain in effect for one (1) year from the date of final acceptance by the District. END OF SECTION ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 14 Attachment B Technical Specifications

38 SECTION 1006 PROTECTION OF PROPERTY RIGHTS A. GENERAL 1. The CONTRACTOR shall take special precautions to reduce to a minimum the nuisances and damage to property. Any damage to public or private property shall be immediately repaired or paid for by the CONTRACTOR at no expense to the DISTRICT. 2. Equipment, tools, and materials shall be located in places where they will produce a minimum of nuisance. 3. Appropriate construction area warning signs required by applicable rules and ordinances shall be posted at each work site. B. PUBLIC NUISANCE 1. The CONTRACTOR shall not create a public nuisance including, but not limited to, encroachment on adjacent lands, flooding of adjacent lands, excessive noise, or odor. 2. If required by the DISTRICT or GEOLOGIST, the CONTRACTOR shall provide and maintain on site a hand-held decibel meter for recording noise levels. Continuous noise levels at the drilling equipment shall not exceed 85 dba at any time. Sound levels in excess of these values are sufficient cause to have the work halted until equipment can be quieted to these levels. 3. No extra charge or extension of the construction schedule shall be approved for time lost due to work stoppage resulting from the creation of a public nuisance. END OF SECTION ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 15 Attachment B Technical Specifications

39 SECTION 1007 WELL SPECIFICATIONS This Section describes the various components of the construction of the long-term and APT monitor wells, and is subdivided into the following main components: Part 1 Well Construction Sequence Part 2 Conditions and Hazards Part 3 Mobilization, Site Preparation, and Demobilization Part 4 Drilling Requirements Part 5 Data Acquisition Part 6 Material Specifications Part 7 Well Completion PART 1 - WELL CONSTRUCTION SEQUENCE The anticipated well casing and open-hole depths listed in the following well construction sequence are approximate. Actual depths may vary depending on the specific subsurface conditions encountered during well construction. The CONTRACTOR should also be aware that the well testing procedures described below may be changed in order of performance, or deleted, and additional work may be added at the discretion of the DISTRICT. In summary, the new wells to be constructed as part of this Project are anticipated to include the following: Well ID Well Type Aquifer Diameter (in) Cased Depth (ft) Total Depth (ft) A-2 Long-Term Monitor Well UFAS A-2a APT Monitor Well UFAS A-3 Long-Term Monitor Well UFAS A-3b SAS Monitor Well SAS A-4 Long-Term Monitor Well UFAS A-4a APT Monitor Well UFAS A-4b SAS Monitor Well SAS B-2 Long-Term Monitor Well UFAS 6 1,100 1,200 ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 16 Attachment B Technical Specifications

40 The construction sequence will be determined by the DISTRICT and GEOLOGIST so that hydrogeologic data can be obtained that will be used to help determine casing and open-hole depths for the wells to be drilled. Unless otherwise specified, the construction of the Long-term Monitor Well shall be followed by construction of the APT monitor well(s), if any. Subsequently, at Sites A-3 and A-4, the SAS monitor well shall be drilled after the Long-term Monitor Well and APT monitor well have been completed. The UFA Long-term and APT monitor wells will also require surface casing as part of their construction. It will be necessary to over-drill the pilot hole for the Long-term Monitor Wells to ensure the entire thickness of the UFA has been penetrated as determined by the GEOLOGIST. Pilot holes may be partially back-plugged before final completion depth of the open hole is determined by the GEOLOGIST. The CONTRACTOR shall determine at each site a suitable source water supply for well construction and drilling purposes. With DISTRICT approval, the CONTRACTOR may drill a make-up water well at site A-4 in lieu of using a source such as a hydrant. This site does not have an existing water source in proximity. The CONTRACTOR shall obtain a meter from the local municipality to monitor all water used from existing sources such as hydrants. With DISTRICT approval and availability of adequate oversite, the CONTRACTOR may be allowed to perform work at more than one site at a time provided the CONTRACTOR has sufficient equipment and personnel to successfully conduct approved work. Performance of all Items in this Bid Package by the CONTRACTOR at the request of the DISTRICT shall not be considered a cause for extending the Construction Schedule. Unless otherwise directed by the DISTIRCT, the sequence of site activities will proceed as described below. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 17 Attachment B Technical Specifications

41 Well Site A-2: Long-Term Monitor Well (A-2): 1. Mobilize equipment and prepare site for drilling as described in Part 3, below. 2. Drill nominal 6-inch diameter pilot hole from land surface to approximately 125 feet bls using the mud-rotary method. Circulate drilling mud every ten feet to flush cuttings from borehole. 3. Run natural gamma, caliper and dual-induction electric logs. 4. If needed, ream borehole to nominal 20-inch diameter using the mud-rotary method and install 16-inch diameter, secondary steel surface casing from land surface to approximately 125 feet bls. Centralize and grout secondary surface casing string in place. 5. Drill nominal 6-inch diameter pilot hole from the base of the secondary surface casing to approximately 350 feet bls using the mud-rotary method. Circulate drilling mud every ten feet to flush cuttings from borehole. 6. Run natural gamma, caliper and dual-induction electric logs. 7. Ream borehole to nominal 16-inch diameter using the mud-rotary method and install 12- inch diameter, primary steel surface casing from land surface to approximately 350 feet bls. Centralize and grout primary surface casing string in place. Clear casing of drilling mud and drill-out cement plug using clear water circulation. CONTRACTOR shall ensure that adequate potable water or other approved water supply is introduced to the well until sufficient formation circulation has been established to avoid exceeding the hydraulic collapse pressure of the casing. 8. Drill nominal 6-inch diameter pilot hole from the base of the primary surface casing to approximately 700 feet bls using direct-air or reverse-air methods. At a depth determined by the GEOLOGIST, the CONTRACTOR will be directed to facilitate borehole water quality sampling. At the completion of each drill rod length (length of drill rod estimated at 30 feet) the borehole will be cleared of cuttings for approximately 10 minutes. At the conclusion of the 10-minute development the borehole will be pumped using the reverse-air method (if that method was not already used for the boring of the hole) for another 10 minutes to purge the open-hole interval prior to collecting water samples by the onsite GEOLOGIST for field and lab analysis. Water levels will also be measured by the GEOLOGIST at this time. Continue sampling at regular intervals as described above until the saltwater interface is reached or a maximum depth of 700 feet bls. Onsite analysis of specific conductivity changes with depth will be made by the GEOLOGIST to determine the approximate depth of the saltwater interface and the depth to terminate drilling. 9. Run caliper, natural gamma, dual-induction, borehole compensated sonic, fluid temperature, fluid resistivity, and fluid flow logs under static well conditions. Additionally ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 18 Attachment B Technical Specifications

42 the fluid resistivity, temperature, and flow logs shall be run under constant rate pumping conditions as described, in Part 5, Subpart C Geophysical Logging. GEOLOGIST, in consultation with the DISTRICT, determines final construction specification of the 6-inch diameter, Long-term Monitor Well based on water quality sampling and geophysical logs. 10. Ream pilot hole to nominal 11-inch diameter using direct-air or reverse-air methods and install 6-inch diameter SDR 17 CertainTeed Certa-Lok Final casing or approved equivalent to Final casing depth (maximum depth 600 feet bpl). Centralize and grout Final casing string in place. Utilize formation packers as needed to facilitate grouting of well. 11. Clean out the open hole using direct-air or reverse-air methods to final open-hole depth (maximum depth 700 feet bls). 12. If needed, back-plug the lower portion of the open-hole interval with cement. 13. Develop well by air-lift circulation for up to 4 hours. After APT monitor well has been installed: 14. Perform high rate pumping development for up to 4 hours. 15. Perform four hour step-drawdown test as coordinated with the GEOLOGIST and as described in Section E, Step Drawdown Tests. 16. Perform aquifer performance test as coordinated with the GEOLOGIST and as described in Section F, Aquifer Performance Testing. 17. Complete wellhead in accordance with the Section A, Well Completion. 18. Cleanup and restore site. Demobilize drilling and testing equipment. UFA APT Monitor Well (A-2a): The UFA APT monitor well shall be drilled by conventional rotary, mud, direct-air and reverse-air methods or by any other method proposed by the CONTRACTOR and approved by the DISTRICT. Construction depths for the casing and open hole will be determined by the GEOLOGIST and DISTRICT. The borehole for the well shall be constructed in a manner suitable for the size and purpose of the well installation. 1. Drill nominal 14-inch diameter borehole to approximately 125 feet bls and install, centralize and cement 10-inch diameter primary steel surface casing. Clear primary surface casing of drilling mud and drill-out cement plug using clear water circulation. CONTRACTOR shall ensure that adequate potable water or other approved water supply is introduced to the well until sufficient formation circulation has been established to avoid exceeding the hydraulic collapse pressure of the casing. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 19 Attachment B Technical Specifications

43 2. Drill nominal 10-inch diameter borehole from base of primary surface casing to approximately 600 feet bls. The UFA APT monitor well shall be constructed with 4.5-inch diameter SDR 17 CertainTeed Certa-Lok Final casing or approved equivalent and installed to a maximum depth of approximately 600 feet bls. Centralize and grout Final casing string in place. Drill-out cement plug using clear water circulation. CONTRACTOR shall ensure that adequate potable water or other approved water supply is introduced to the well until sufficient formation circulation has been established to avoid exceeding the hydraulic collapse pressure of the casing. 3. Drill nominal 4-inch diameter open hole to a maximum depth of approximately 700 feet using the direct-air or reverse-air method. 4. Develop well by air-lift circulation for up to 4 hours. Well Site A-3: Long-Term Monitor Well (A-3): 1. Mobilize equipment and prepare site for drilling as described in Part 3, below. 2. Drill nominal 6-inch diameter pilot hole from land surface to approximately 225 feet bls using the mud-rotary method. Circulate drilling mud every ten feet to flush cuttings from borehole. 3. Run natural gamma, caliper and dual-induction electric logs. 4. Ream borehole to nominal 16-inch diameter using the mud-rotary method and install 12- inch diameter, primary steel surface casing from land surface to approximately 225 feet bls. Centralize and grout primary surface casing string in place. Clear casing of drilling mud and drill-out cement plug using clear water circulation. CONTRACTOR shall ensure that adequate potable water or other approved water supply is introduced to the well until sufficient formation circulation has been established to avoid exceeding the hydraulic collapse pressure of the casing. 5. Drill nominal 6-inch diameter pilot hole from the base of the primary surface casing to approximately 650 feet bls using direct-air or reverse-air methods. At a depth determined by the GEOLOGIST, the CONTRACTOR will be directed to facilitate borehole water quality sampling. At the completion of each drill rod length (length of drill rod estimated at 30 feet) the borehole will be cleared of cuttings for approximately 10 minutes. At the conclusion of the 10-minute development the borehole will be pumped using the reverse-air method (if that method was not already used for the boring of the hole) for another 10 minutes to purge the open-hole interval prior to collecting water samples by the onsite GEOLOGIST for field and lab analysis. Water levels will also be measured by the GEOLOGIST at this time. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 20 Attachment B Technical Specifications

44 Continue sampling at regular intervals as described above until the saltwater interface is reached or a maximum depth of 650 feet bls. Onsite analysis of specific conductivity changes with depth will be made by the GEOLOGIST to determine the approximate depth of the saltwater interface and the depth to terminate drilling. 6. Run caliper, natural gamma, dual-induction, borehole compensated sonic, fluid temperature, fluid resistivity, and fluid flow logs under static well conditions. Additionally the fluid resistivity, temperature, and flow logs shall be run under constant rate pumping conditions as described, in Part 5, Subpart C Geophysical Logging. GEOLOGIST, in consultation with the DISTRICT, determines final construction specification of the 6-inch diameter, Long-term Monitor Well based on water quality sampling and geophysical logs. 7. Ream pilot hole to nominal 11-inch diameter using direct-air or reverse-air methods and install 6-inch diameter SDR 17 CertainTeed Certa-Lok Final casing or approved equivalent to Final casing depth (maximum depth 550 feet bpl). Centralize and grout Final casing string in place. Utilize formation packers as needed to facilitate grouting of well. 8. Clean out the open hole using direct-air or reverse-air methods to final open-hole depth (maximum depth 650 feet bls). 9. If needed, back-plug the lower portion of the open-hole interval with cement. 10. Develop well by air-lift circulation for up to 4 hours. 11. Perform high rate pumping development for up to 4 hours. 12. Perform four hour step-drawdown test as coordinated with the GEOLOGIST and as described in Section E, Step Drawdown Tests. 13. Complete wellhead in accordance with the Section A, Well Completion. 14. Cleanup and restore site. Demobilize drilling and testing equipment. SAS Monitor Well (A-3b): 1. Drill minimum 8-inch diameter borehole using the hydraulic rotary or hollow stem auger drilling method to an depth of 65 feet bls, or depth selected by the GEOLOGIST, that will allow a 2-inch I.D. screen and riser casing string to be installed and completed in place with an approximate 3-inch diameter annular space. A minimum annular space of 2-inches shall be maintained between the entire screen/riser and borehole wall. 2. Thoroughly condition borehole and drilling fluid to enable the 2-inch diameter screen and riser casing to be installed to the selected completion depth. 3. Install 5 feet of 2-inch diameter, Schedule 40 PVC casing followed by 10 feet of 2-inch diameter Schedule 40, slot PVC screen followed by 50 feet of 2-inch diameter Schedule 40 PVC riser casing such that the screened interval is completed to an ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 21 Attachment B Technical Specifications

45 approximate depth of feet bls, or other depth selected by the GEOLOGIST. All screen and riser casing shall be flush threaded and the bottom of the lead joint shall be fitted with a point or cap. PVC or stainless steel centralizers shall be fitted to the casing just below and just above the screened interval, addition centralizers shall be fitted to the casing at 20 feet intervals above the top of the screened interval to surface. The anticipated depths of centralizers are as follows: 10, 30, 50 and 60 feet bls. 4. Install a size 20/30 silica sand pack over the annular interval from the total depth of the well to 5 feet above the top of the screened interval (anticipated sand pack depth interval from feet bls). Once initial sand pack has been installed, pump-develop well in order to clear drilling fluids from the well and settle sand pack if the mud-rotary drilling method was used. A drilling fluid dispersant may be used during this process. Add sand pack as needed until the top of sand is stable at 5 feet above the top of the screen. All sand pack shall be placed via the tremie method with the tremie line situated within two foot of intended sand placement depth at all times. 5. Once development of the sand pack has been completed as determined by the GEOLOGIST, install approximately 1 foot of bentonite seal and grout the remaining annular interval to approximately 1 foot bls with ASTM Type II, neat cement. All seal and grout material shall be placed via the tremie method with the tremie line situated a maximum of one foot above the placed bentonite seal material at all times. During all grouting the base of the tremie pipe shall remain within the place cement until cementing stage is complete. 6. Perform final well development until all drilling fluid and other foreign material has been cleared over the entire depth of the well as determined by the GEOLOGIST. Final well development shall be accomplished via pump development. Once pump development is complete, sound well and clear any remaining debris or other foreign material from the entire depth of the well, if necessary, using a bailer or similar method as approved by the GEOLOGIST. 7. Provide 2-inch lockable compression cap to seal the wellhead. CONTRACTOR shall set an 8-inch diameter steel sealing-manhole raised 1-1/2 to two inches above grade and set into a 2 x2 concrete pad and sealed to the top of casing at land surface. Well Site A-4: Long-Term Monitor Well (A-4): 1. Mobilize equipment and prepare site for drilling as described in Part 3, below. 2. Drill nominal 6-inch diameter pilot hole from land surface to approximately 125 feet bls using the mud-rotary method. Circulate drilling mud every ten feet to flush cuttings from borehole. 3. Run natural gamma, caliper and dual-induction electric logs. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 22 Attachment B Technical Specifications

46 4. Ream borehole to nominal 16-inch diameter using the mud-rotary method and install 12- inch diameter, primary steel surface casing from land surface to approximately 125 feet bls. Centralize and grout primary surface casing string in place. Clear casing of drilling mud and drill-out cement plug using clear water circulation. CONTRACTOR shall ensure that adequate potable water or other approved water supply is introduced to the well until sufficient formation circulation has been established to avoid exceeding the hydraulic collapse pressure of the casing. 5. Drill nominal 6-inch diameter pilot hole from the base of the primary surface casing to approximately 450 feet bls using direct-air or reverse-air methods. At a depth determined by the GEOLOGIST, the CONTRACTOR will be directed to facilitate borehole water quality sampling. At the completion of each drill rod length (length of drill rod estimated at 30 feet) the borehole will be cleared of cuttings for approximately 10 minutes. At the conclusion of the 10-minute development the borehole will be pumped using the reverse-air method (if that method was not already used for the boring of the hole) for another 10 minutes to purge the open-hole interval prior to collecting water samples by the onsite GEOLOGIST for field and lab analysis. Water levels will also be measured by the GEOLOGIST at this time. Continue sampling on at regular intervals as described above until the saltwater interface is reached or a maximum depth of 450 feet bls. Onsite analysis of specific conductivity changes with depth will be made by the GEOLOGIST to determine the approximate depth of the saltwater interface and the depth to terminate drilling. 6. Run caliper, natural gamma, dual-induction, borehole compensated sonic, fluid temperature, fluid resistivity, and fluid flow logs under static well conditions. Additionally the fluid resistivity, temperature, and flow logs shall be run under constant rate pumping conditions as described, in Part 5, Subpart C Geophysical Logging. GEOLOGIST, in consultation with the DISTRICT, determines final construction specification of the 6-inch diameter, Long-term Monitor Well based on water quality sampling and geophysical logs. 7. Ream pilot hole to nominal 11-inch diameter using direct-air or reverse-air methods and install 6-inch diameter SDR 17 CertainTeed Certa-Lok Final casing or approved equivalent to Final casing depth (maximum depth 350 feet bpl). Centralize and grout Final casing string in place. Utilize formation packers as needed to facilitate grouting of well. 8. Clean out the open hole using direct-air or reverse-air methods to final open-hole depth (maximum depth 450 feet bls). 9. If needed, back-plug the lower portion of the open-hole interval with cement. 10. Develop well by air-lift circulation for up to 4 hours. After APT monitor well has been installed: 11. Perform high rate pumping development for up to 4 hours. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 23 Attachment B Technical Specifications

47 12. Perform four hour step-drawdown test as coordinated with the GEOLOGIST and as described in Section E, Step Drawdown Tests. 13. Perform aquifer performance test as coordinated with the GEOLOGIST and as described in Section F, Aquifer Performance Testing. 14. Complete wellhead in accordance with the Section A, Well Completion. 15. Cleanup and restore site. Demobilize drilling and testing equipment. UFA APT Monitor Well (A-4a): The UFA APT monitor well shall be drilled by conventional rotary, mud, direct-air and reverse-air methods or by any other method proposed by the CONTRACTOR and approved by the DISTRICT. Construction depths for the casing and open hole will be identical to the Long-term Monitor Well as determined by the DISTRICT. The borehole for the well shall be constructed in a manner suitable for the size and purpose of the well installation. 1. Drill nominal 14-inch diameter borehole to approximately 125 feet bls and install, centralize, and cement 10-inch diameter primary steel surface casing. Clear primary surface casing of drilling mud and drill-out cement plug using clear water circulation. CONTRACTOR shall ensure that adequate potable water or other approved water supply is introduced to the well until sufficient formation circulation has been established to avoid exceeding the hydraulic collapse pressure of the casing. 2. Drill nominal 10-inch diameter borehole from base of primary surface casing to approximately 350 feet bls. The UFA APT monitor well shall be constructed with 4.5-inch diameter SDR 17 CertainTeed Certa-Lok Final casing or approved equivalent and installed to a maximum depth of approximately 350 feet bls. Centralize and grout Final casing string in place. Drill-out cement plug using clear water circulation. CONTRACTOR shall ensure that adequate potable water or other approved water supply is introduced to the well until sufficient formation circulation has been established to avoid exceeding the hydraulic collapse pressure of the casing. 3. Drill nominal 4-inch diameter open hole to a maximum depth of approximately 450 feet using the direct-air or reverse-air method. 4. Develop well by air lift circulation for up to 4 hours. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 24 Attachment B Technical Specifications

48 SAS APT Monitor Well (A-4b): 1. Drill minimum 8-inch diameter borehole using the mud rotary or hollow stem auger drilling method to an depth of 45 feet bls, or as selected by the GEOLOGIST, that will allow a 2-inch I.D. screen and riser casing string to be installed and completed in place with an approximate 3-inch diameter annular space. A minimum annular space of 2- inches shall be maintained between the entire screen/riser and borehole wall. 2. Thoroughly condition borehole and drilling fluid to enable the 2-inch diameter screen and riser casing to be installed to the selected completion depth. 3. Install 5 feet of 2-inch diameter, Schedule 40 PVC casing followed by 10 feet of 2-inch diameter Schedule 40, slot PVC screen followed by 30 feet of 2-inch diameter Schedule 40 PVC riser casing such that the screened interval is completed to an approximate depth of feet bls, or other depth selected by the GEOLOGIST. All screen and riser casing shall be flush threaded and the bottom of the lead joint shall be fitted with a point or cap. PVC or stainless steel centralizers shall be fitted to the casing just below and just above the screened interval, addition centralizers shall be fitted to the casing at 20 feet intervals above the top of the screened interval to surface. The anticipated depths of centralizers are as follows: 10, 30 and 40 feet bls. 4. Install a size 20/30 silica sand pack over the annular interval from the total depth of the well to 5 feet above the top of the screened interval (anticipated sand pack depth interval from feet bls). Once initial sand pack has been installed, pump-develop well in order to clear drilling fluids from the well and settle sand pack if the mud-rotary drilling method was used. A drilling fluid dispersant may be used during this process. Add sand pack as needed until the top of sand is stable at 5 feet above the top of the screen. All sand pack shall be placed via the tremie method with the tremie line situated within two foot of intended sand placement depth at all times. 5. Once development of the sand pack has been completed as determined by the GEOLOGIST, install approximately 1 foot of bentonite seal and grout the remaining annular interval to approximately 1 foot bls with ASTM Type II, neat cement. All seal and grout material shall be placed via the tremie method with the tremie line situated a maximum of one foot above the placed bentonite seal material at all times. During all grouting the base of the tremie pipe shall remain within the placed cement until cementing stage is complete. 6. Perform final well development until all drilling fluid and other foreign material has been cleared over the entire depth of the well as determined by the GEOLOGIST. Final well development shall be accomplished via pump development. Once pump development is complete, sound well and clear any remaining debris or other foreign material from the entire depth of the well, if necessary, using a bailer or similar method as approved by the GEOLOGIST. 7. Provide 2-inch lockable compression cap to seal the wellhead. CONTRACTOR shall set an 8-inch diameter steel sealing-manhole raised 1-1/2 to two inches above grade and set into a 2 x2 concrete pad and sealed to the top of casing at land surface. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 25 Attachment B Technical Specifications

49 Well Site B-2: Long-Term Monitor Well (B-2): 1. Mobilize equipment and prepare site for drilling as described in Part 3, below. 2. Drill nominal 6-inch diameter pilot hole from land surface to approximately 250 feet bls using the mud-rotary method. Circulate drilling mud every ten feet to flush cuttings from borehole. 3. Run natural gamma, caliper and dual-induction electric logs. 4. If needed, ream borehole to nominal 20-inch diameter using the mud-rotary method and install 16-inch diameter, secondary steel surface casing from land surface to approximately 250 feet bls. Centralize and grout secondary surface casing string in place. 5. Drill nominal 6-inch diameter pilot hole from the base of the secondary surface casing to approximately 800 feet bls using the mud-rotary method. Circulate drilling mud every ten feet to flush cuttings from borehole. 6. Run natural gamma, caliper and dual-induction electric logs. 7. Ream borehole to nominal 16-inch diameter using the mud-rotary method and install 12- inch diameter, primary steel surface casing from land surface to approximately 800 feet bls. Centralize and grout primary surface casing string in place. Clear casing of drilling mud and drill-out cement plug using clear water circulation. CONTRACTOR shall ensure that adequate potable water or other approved water supply is introduced to the well until sufficient formation circulation has been established to avoid exceeding the hydraulic collapse pressure of the casing. 8. Drill nominal 6-inch diameter pilot hole from the base of the primary surface casing to approximately 1,200 feet bls using direct-air or reverse-air methods. At a depth determined by the GEOLOGIST, the CONTRACTOR will be directed to facilitate borehole water quality sampling. At the completion of each drill rod length (length of drill rod estimated at 30 feet) the borehole will be cleared of cuttings for approximately 10 minutes. At the conclusion of the 10-minute development the borehole will be pumped using the reverse-air method (if that method was not already used for the boring of the hole) for another 10 minutes to purge the open-hole interval prior to collecting water samples by the onsite GEOLOGIST for field and lab analysis. Water levels will also be measured by the GELOGIST at this time. Continue sampling at regular intervals as described above until the saltwater interface is reached or a maximum depth of 1,200 feet bls. Onsite analysis of specific conductivity changes with depth will be made by the GEOLOGIST to determine the approximate depth of the saltwater interface and the depth to terminate drilling. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 26 Attachment B Technical Specifications

50 9. Run caliper, natural gamma, dual-induction, borehole compensated sonic, fluid temperature, fluid resistivity, and fluid flow logs under static well conditions. Additionally the fluid resistivity, temperature, and flow logs shall be run under constant rate pumping conditions as described, in Part 5, Subpart C Geophysical Logging. GEOLOGIST, in consultation with the DISTRICT, determines final construction specification of the 6-inch diameter, Long-term Monitor Well based on water quality sampling and geophysical logs. 10. Ream pilot hole to nominal 11-inch diameter using direct-air or reverse-air methods and install 6-inch diameter SDR 17 CertainTeed Certa-Lok Final casing or approved equivalent to Final casing depth (maximum depth 1,100 feet bpl). Centralize and grout Final casing string in place. Utilize formation packers as needed to facilitate grouting of well. 11. Clean out the open hole using direct-air or reverse-air methods to final open-hole depth (maximum depth 1,200 feet bls). 12. If needed, back-plug the lower portion of the open-hole interval with cement. 13. Develop well by air-lift circulation for up to 4 hours. 14. Perform high rate pumping development for up to 4 hours. 15. Perform four hour step-drawdown test as coordinated with the GEOLOGIST and as described in Section E, Step Drawdown Tests. 16. Complete wellhead in accordance with the Section A, Well Completion. 17. Cleanup and restore site. Demobilize drilling and testing equipment. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 27 Attachment B Technical Specifications

51 PART 2 - CONDITIONS AND HAZARDS A. GENERAL The information provided regarding subsurface conditions and potential drilling hazards is intended to assist the CONTRACTOR in preparing the Bid. The DISTRICT or GEOLOGIST does not guarantee its accuracy or that it is necessarily indicative of conditions to be encountered in drilling the wells. The CONTRACTOR shall satisfy himself regarding all local conditions affecting the work by personal investigation and neither the information on local geology, nor that derived from maps or plans provided by the DISTRICT or his agents shall act to relieve the CONTRACTOR of any responsibility hereunder or from fulfilling any and all terms and requirements of the Technical Specifications. The CONTRACTOR should be aware of possible difficult drilling conditions and problems that may be encountered during the construction and testing of the wells. Typical examples include, but are not limited to, lost circulation zones, pressurized zones, and potential intervals of swelling clay and caving sand. The production casings shall seal off all formations encountered along their entire length and open borehole completions shall be free of obstructions. The drilling of straight, gauge holes and setting of all casings to specified depths is a priority requirement of these Technical Specifications. Borehole straightness, which will permit casings to be set at specified depths and facilitate achievement of proper cement seals, shall not be sacrificed for drilling speed. These and other pertinent factors shall be taken into consideration by the CONTRACTOR in planning and executing the Project. B. ANTICIPATED GEOLOGY AND POTENTIAL HAZARDS It is anticipated that the boreholes will encounter undifferentiated sand deposits of the surficial aquifer system in the upper approximately 60 feet bls. The surficial sands are expected to be underlain by the siliciclastic clayey sand and gravel deposits of the Citronelle Formation and transition into the clay, sandy-clays and shelly formations of the Intermediate System. Varying across the Project sites from east to west, the top of the UFA is anticipated at depths ranging from feet bls. The UFA in the project area is anticipated to include the Bruce Creek Limestone, and the Chickasawhay/Suwannee Limestone reaching depths of approximately feet bls from east to west. Unconsolidated sands and swelling clays may be present in the intervals to be drilled for this project. The CONTRACTOR should be prepared for such eventualities. C. HYDROLOGIC CONSIDERATIONS Regional hydrogeologic data and information obtained during site visits to the existing monitor wells indicate that potentiometric heads in the upper part of the Floridan aquifer are generally below land surface in the project area. However, it is possible that artesian heads above land surface may be encountered at Site A-4. It shall be the CONTRACTOR S responsibility to control all flow and discharge of water produced during all stages of well construction, development, and testing. This shall be ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 28 Attachment B Technical Specifications

52 implemented using drilling mud only as a weight material to suppress flow during mudrotary drilling and through the use of a flow preventer or other approved flow control devise during reverse-air drilling. The use of salt or others brines as a weight material shall not be allowed without prior approval of the GEOLOGIST and the DISTRICT. The flow preventer such as a Grant type rotating head rubber or other drill through rubber shall be a commercially-available, single annular type, or approved equivalent. Manufacturer s specifications pertaining to the type of preventer proposed for use by the CONTRACTOR shall be provided to the GEOLOGIST for review and approval. The wellhead shall be sealed at all times when no work is being conducted. PART 3 MOBILIZATION, SITE PREPARATION AND DEMOBILIZATION A. MOBILIZATION The CONTRACTOR shall set-up equipment necessary to achieve the quality of workmanship required by these Technical Specifications and to complete the Project on schedule. B. SITE PREPARATION 1. The District will be responsible for improving road access conditions on District property. Within the limits of the work areas, the CONTRACTOR may trim limbs and clear scrub brush only as directed and to the extent necessary to facilitate the setup and safe operation of the drilling equipment. All material and debris resulting from clearing and trimming operations shall be disposed in a manner approved by the GEOLOGIST. It shall be the responsibility of the CONTRACTOR to obtain any permits that are required for these procedures. 2. As needed, land surfaces shall be filled and graded such that runoff is directed away from the above ground well head apparatuses. 3. As needed, the CONTRACTOR shall maintain an all-weather temporary access to the wells and construction staging areas. Any turf and/or other plantings that are destroyed by the CONTRACTOR shall be replaced with like-kind. 4. The CONTRACTOR shall include the cost of this maintenance and sod and or plantings replacement in the lump sum pay item for Mobilization on the Bid Schedule Form. C. DEMOBILIZATION AND SITE RESTORATION At the completion of the Project, the CONTRACTOR shall remove all excess materials and equipment and leave the sites in a condition acceptable to the GEOLOGIST and the DISTRICT. Project areas outside of the permanent well site easement shall be restored to original contours. Drilling areas shall be clean and free of debris, holes, and/or piles of dirt, brush or other natural and synthetic materials. All drilling fluids and drill cuttings shall be removed from the work sites. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 29 Attachment B Technical Specifications

53 All areas disturbed by construction shall be restored to a condition at least equal to the preconstruction condition including, but not limited to, all landscaping, driveways, roads, fences, and other improvements. Any formerly existing sod or landscape vegetation shall be replaced with vegetation equal to that destroyed or damaged. The GEOLOGIST shall maintain a photographic record of pre and post-construction conditions at the work sites to substantiate any claims for pre-existing damage and submit photographic records as a part of the completion report for each well as previously discussed in Section Reports. PART 4 - DRILLING REQUIREMENTS A. EQUIPMENT REQUIREMENTS 1. The CONTRACTOR shall provide equipment that is in good working order. The DISTRICT will not approve or pay for standby time due to delays resulting from the failure of poorly maintained equipment. The DISTRICT and GEOLOGIST shall reserve the right to inspect the equipment of bidding CONTRACTOR to assure qualifications. The CONTRACTOR shall use his own drilling equipment having the capabilities necessary to do the described work. Any unnecessary delays or work stoppages due to equipment failure shall not be considered a valid reason for extending the Construction Schedule. The CONTRACTOR shall be held responsible and payment may be withheld for damages to a well due to any cause of negligence, faulty operation, or equipment failure. 2. The CONTRACTOR shall provide and operate equipment capable of handling the largest load that will be placed upon the rigs' drilling and supporting equipment. If conditions develop in the field that prove the rig and supporting equipment supplied by the CONTRACTOR are incapable of completing a well, the CONTRACTOR will be required, at his own expense, to provide equipment with the necessary capacity. B. WATER SUPPLY Only potable water approved by the DISTRICT shall be used for makeup of drilling fluid and grout preparation. It is the CONTRACTOR S responsibility to coordinate with local utilities and supply all necessary water to the sites to complete the project. As part of the bidding process and for inclusion in the cost estimate the CONTRACTOR should evaluate the options for supplying water to each site. For the drill sites located in close proximity to a fire hydrant, The CONTRACTOR may make arrangements with the local utility to obtain water from the hydrant. The CONTRACTOR shall meter all potable water used and the cost of purchasing water should be included in the unit cost to drill. For those sites without a potable supply in proximity (particularly Site A-4) it shall be the CONTRACTOR s responsibility to provide a means of delivering the water to the work sites or, with DISTRICT approval, construct a temporary supply well at the CONTRACTOR s expense. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 30 Attachment B Technical Specifications

54 C. DRILLING METHODS Surface casings can be installed by one of various methods selected by the CONTRACTOR and approved by the DISTRICT. Pilot hole drilling and reaming shall be conducted by either the mud-rotary or the reverse-air method, as specified in Part 1 of this Section. Deviation surveys of either the pilot or reamed borehole shall be conducted every 60 feet if requested by the GEOLOGIST. The reverse-air method shall be used for all open hole drilling, except where otherwise specified and in limited cases where formation yields are inadequate and an external source of potable water is required to circulate cuttings. Clear water circulation shall be used to purge casings of drilling mud and drill-out cement plugs following casing installation. The CONTRACTOR shall ensure that an adequate source of potable water or other external water supply approved by the DISTRICT is introduced into the well until sufficient formation circulation has been established in order to avoid exceeding the hydraulic collapse pressure of the casing. During reaming operations, the CONTRACTOR shall incorporate a bottom hole assembly consisting of the use of a lead bit and a staged drilling assembly with stabilizer to facilitate pilot hole tracking and plumb borehole. Drilling mud shall be conditioned using a shale shaker and de-sanders, or other approved equipment before being recirculated into the borehole. D. DRILLING FLUIDS Fluid for mud-rotary circulation shall be a mixture of potable water and high-grade bentonite unless other types of drilling fluid or fluid additives have been approved in advance by the GEOLOGIST and the DISTRICT. All drilling additives must be approved for use in public supply wells by NSF. Proper makeup and conditioning of drilling mud should be applied to maintain a fluid density ranging from 8.6 to 9.0 lbs/gallon under normal drilling conditions. The borehole should be prepared for casing installation by continuing fluid circulation until cuttings have been completely removed from the borehole and the drilling fluid is uniform. Excessive mud thickening should be corrected prior to casing installation. Care should be taken to prevent swabbing due to high mud viscosity or high gel strength when the drill string is tripped in or out of the hole. The CONTRACTOR shall provide a mud balance and weigh at least three samples of the conditioned drilling fluid during final circulation over two hours before installing production casing strings. The CONTRACTOR shall also measure Marsh funnel viscosity, which should be below 40 seconds, when circulating drilling fluid prior to cementing. Sample weight, viscosity, and collection time shall be recorded in the CONTRACTOR's Daily Log. E. LOST CIRCULATION Lost circulation conditions may be encountered while drilling with mud. The use of lost circulation materials shall be restricted to those materials approved by FDEP and NSF, ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 31 Attachment B Technical Specifications

55 with prior approval from the DISTRICT. Drilling without circulation is not acceptable without consent of the GEOLOGIST. F. CUTTINGS, DRILLING FLUID, AND FORMATION WATER DISPOSAL 1. Drill cuttings and fluids from mud-rotary drilling shall be removed from the construction sites and disposed at an approved location. The CONTRACTOR shall furnish to the GEOLOGIST, prior to beginning construction, the name and location of the disposal site along with documentation that the site has been approved by the appropriate regulatory agencies. Fluids displaced from the borehole during cementing operations shall be considered excess drilling fluid and shall also be disposed in an approved manner. All disposal costs shall be included in the price of the well. 2. Formation fluids from reverse-air drilling, well development and well testing shall be treated to remove suspended solids (e.g. settling tank, silt fence, hay bales, etc.) and then discharged, with DISTRICT approval, to a local storm water catch basin or on-site detention pond. In all cases, a discharge point manifold arrangement shall be emplaced in order to eliminate erosion or any other impact to soil, vegetation, wildlife or create any hazard. For purpose of the Bid, the CONTRACTOR should assume that the discharge point will be located up to 500 feet from the drill site. G. CEMENTING PROCEDURES The CONTRACTOR will prepare and submit a site-specific grouting plan that describes the approach to cementing the surface and final well casings. The grout plan will be review and approved by the DISTRICT prior to proceeding. The plan will indicate whether grouting will be performed in one single lift or in stages. Adequate details and calculations shall be included to support the grouting method and the final integrity of the well casings. Minimum set times for cement prior to drilling out the casing shall also be proposed. In particular, unless an agreeable alternative is proposed and approved, the cementing of the final well casing shall be accomplished in stages by means of a collarless tremie pipe with the exception of the first stage cement, which shall be pressure grouted. Before each cementing stage, the CONTRACTOR shall tag the top of the cement emplaced in the previous stage with a collarless tremie pipe and recondition the mud to assure proper mud displacement by the cement. Grouting shall be undertaken using ASTM Type II neat Portland cement. The neat cement may have up to 5% bentonite added. The first stage of cementing shall utilize the pressure grouting method to establish a cement seal at the base of the casing. Subsequent stages shall be performed using a collarless tremie pipe. The CONTRACTOR shall maintain the bottom of the tremie pipe within the placed cement at all times during grouting until cement stage is complete and cement in tremie tubing has been displaced. The CONTRACTOR shall take appropriate measures to avoid exceeding the allowable collapse and burst pressures of the casing during installation and cementation. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 32 Attachment B Technical Specifications

56 The CONTRACTOR shall calculate total cement requirements, determine the number of stages and the volume of grout introduced during each stage, and carefully monitor work progress. The calculations shall be included in the site-specific grouting plan. Maximum cement stages shall not exceed 100 linear feet without prior approval of the GEOLOGIST. The CONTRACTOR shall pump only the theoretical amount of cement for each stage unless prior approval of the GEOLOGIST. The CONTRACTOR should exercise his own professional judgment to determine if cement stages less than the maximum values listed above should be applied. When casing is being set and cemented in place, the CONTRACTOR shall take appropriate measures to avoid exceeding the allowable collapse and burst pressures of the casing, taking into account the heat of hydration produced during grout setup. Procedures for each stage of cementing shall be continuous. If loss of circulation or no return of drilling fluid is encountered, the GEOLOGIST shall be notified immediately of what remedial measures are underway to re-establish circulation and complete the cementing program according to the Technical Specifications. It may be necessary to use gravel in sections of the borehole that exhibit high transmissivity to reduce the loss of cement to the formation. The use of gravel shall be coordinated with and approved by the DISTRICT before use. Gravel shall be paid at the same cost (per liner foot of casing installation) of cementing. Emplacement of gravel shall either be completed via gravel pump or gravity feed depending on depth, as required by the GEOLOGIST. The CONTRACTOR shall tag the top of the gravel emplaced in the previous stage with a collarless tremie pipe before any additional cement stage is performed. It may be necessary to plug back a portion of a borehole with cement. In such cases, cementing shall be done through a collarless tremie pipe positioned slightly above the bottom of the borehole or top of the previous cement stage. The CONTRACTOR shall determine the volume of cement that shall be used in each grout stage and the number of stages required to back-plug only the portion of the borehole specified by the GEOLOGIST. H. WELL DEVELOPMENT The CONTRACTOR shall utilize a combination of reverse-air circulation and/or high rate pumping to develop the wells until the discharge water is free of sediments and turbidity as determined by the GEOLOGIST. The procedures used by the CONTRACTOR to develop the wells shall be as follows: 1. Initial development shall be by reverse-air circulation. This shall be implemented by tripping tubing or drill bit in the well and varying the intake depth throughout the entire open-hole section while maintaining circulation. Prior to removing tubing or the drill string, the CONTRACTOR shall ensure that no cuttings or debris remain in the bottom of the borehole, and 2. The CONTRACTOR shall complete development by furnishing and developing the well with an electric submersible or vertical turbine test pump capable of producing a withdrawal rate of 250 to 500 gallons per minute (gpm). The well ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 33 Attachment B Technical Specifications

57 shall be repeatedly surged during this process. A calibrated flow meter or an orifice plate shall be installed on the discharge pipe to measure the pumping rate. While the test production wells are being developing with the test pump, the CONTRACTOR shall furnish a centrifugal sand sampler, or other approved method of quantifying sand content in the part per million range, a calibrated turbidity meter, and a silt density index (SDI) kit which the CONTRACTOR shall install on the discharge pipe. The CONTRACTOR shall periodically sample the pump discharge for turbidity, sand content, and SDI to determine when adequate development has been achieved to the satisfaction of the GEOLOGIST. The CONTRACTOR shall have mechanism set up for GEOLOGIST to measure the pumping water level and obtain water quality samples at any time during development and testing. These results shall be recorded in the CONTRACTOR s Daily Log. I. WELLHEAD SECURITY At all times during the progress of the Project, the CONTRACTOR shall use reasonable precautions to prevent either tampering with the well or the entrance of foreign material into the wells/boreholes. Site fencing shall be erected, as needed, to restrict access to the wellhead and work area. When flowing conditions may be encountered, the well shall be contained at all times to prevent uncontrolled flow. The well shall be sealed at the end of the work day to prevent any potential for entrance of wildlife or other biological entrance. J. WELL FLOW SUPPRESSION Control flow as necessary during all stages of well construction, development and testing. Implement using drilling mud only as a weight material to suppress flow during mud-rotary drilling and through the use of a blowout preventer or other flow control device during reverse-air drilling. The use of salt or other brines as a weight material will not be allowed without prior approval of the GEOLOGIST and DISTRICT. Utilize a blowout preventer of a commercially available, single annular type, or approved equivalent. Seal the wellhead at times when no work is being conducted. PART 5 - DATA ACQUISITION A. FORMATION SAMPLES One set of formation samples (drill cuttings) shall be collected at 10-foot intervals and at every formation change during the construction of each Long-term Monitoring Well. Samples shall be bagged at intervals of no greater than 10 feet in depth. Bagging over shorter intervals may be specified by the GEOLOGIST in cases where significant lithologic changes occur. Samples shall be preserved in cloth sample sacks furnished by the CONTRACTOR and plainly marked with the well identification number and depth below land surface from which they were collected. The CONTRACTOR shall obtain the samples, provide acceptable facilities for storage of samples while they remain on site, and deliver them to the GEOLOGIST. Samples shall be of such volume that they can later be divided by the GEOLOGIST into three sets (GEOLOGIST, DISTRICT, and FGS). ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 34 Attachment B Technical Specifications

58 B. REVERSE-AIR CIRCULATION WATER SAMPLING Prior to every rod change during reverse-air drilling (maximum interval 30 feet), the CONTRACTOR shall collect a clear water sample from the drill stem discharge after cuttings have been flushed from the well. Samples will be analyzed in the field by the GEOLOGIST for specific conductance, temperature, ph and chloride ion concentrations. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 35 Attachment B Technical Specifications

59 C. GEOPHYSICAL LOGGING The CONTRACTOR shall obtain qualified personnel to perform the borehole geophysical logging specified in this section. The name and qualifications of the SUBCONTRACTOR or in-house personnel that will perform the logging shall be provided by the CONTRACTOR with the Bid. The GEOLOGIST and DISTRICT shall each be provided with hard copies of each log and one copy of each log in electronic (ASCII) and PDF format. At least two (2) hard copies and the electronic copy of each field log shall be provided to the GEOLOGIST on the day it is run. The borehole shall be prepared and conditioned prior to logging to ensure that it is open and can be logged with a minimum of delay. At the request of the GEOLOGIST, flow velocity and fluid resistivity logs, if applicable, shall be run under static and dynamic conditions with the well pumping at a minimum constant rate of 100 gpm. The CONTRACTOR shall furnish and install a pumping system capable of maintaining a constant withdrawal at the minimum specified rate. The discharge rate shall be measured using an approved metering device (calibrated flow meter or orifice plate) furnished by the CONTRACTOR. Tool runs for all logs shall be made through the entire open hole interval for the respective logging stage. A separate tool run shall also be performed within the upper Floridan aquifer in which flow velocity is recorded at up to ten fixed stations in the well selected by the GEOLOGIST. For each fluid velocity log run, the CONTRACTOR shall provide a separate log that displays the percent fluid flow versus tool depth, calculated from the calibrated flow log results and the cross-sectional area of the borehole, as indicated from the caliper log. D. BOREHOLE WATER LEVEL MONITORING During reverse-air pilot hole drilling, the CONTRACTOR shall determine the water discharge rate from the well prior to each drill rod connection (maximum interval 30 feet) using an approved method. The CONTRACTOR shall furnish an automated type of measuring device and record the static water level in the well at the beginning of each drilling day, the level after each break in circulation lasting more than one hour, and prior to each drill rod connection (maximum interval 30 feet) during reverse-air drilling. These results shall be recorded in the CONTRACTOR s Daily Log. E. STEP DRAWDOWN TESTS A step drawdown test of 4-hour duration shall be performed on each of the Long-term Monitor Wells after they have been developed. Tests shall be conducted by the CONTRACTOR in up to four steps with the pumping rate increasing at each step, as directed by the GEOLOGIST. The CONTRACTOR shall furnish, install, and remove all equipment necessary to conduct the tests, including but not limited to, a vertical turbine or submersible pump, generator or other electrical supply to operate the pump, and a discharge system to convey the water to the approved discharge point. The test pump and discharge system for the test production wells shall be capable of constant rates withdrawals ranging from 150 to 500 gpm. The discharge system shall be equipped with a throttling value, a calibrated flow meter and an orifice plate to accurately measure discharge, and a sample tap in an easily accessible location. Clear access to the wellhead for water level measurement must be ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 36 Attachment B Technical Specifications

60 maintained. If the same test pump for the step drawdown test is also used for high volume well development of the test production wells, as is anticipated, the time between completing development and initiating the step drawdown test must be sufficient to allow the water level in the well to return to static conditions, as determined by the GEOLOGIST. The CONTRACTOR shall furnish and install a discharge system to convey water to a stormwater catch basin or other approved discharge point which is located up to 500 feet from the test site. The discharge pipe shall be equipped with a control valve and calibrated flow meter to control and accurately measure the pump discharge, and a sampling tap in an easily accessible location. Clear access to the wellhead in order to measure water levels is essential. F. AQUIFER PERFORMANCE TESTING (APT) TASK 1 MATERIALS AND PREPARATION FOR CONDUCTANCE OF APT At the discretion of the DISTRICT, the CONTRACTOR shall perform individual 72-hour APT s at well sites A-2 and A-4. One successful 72-hour APT shall be performed at each site using the Long-term Monitor Well as the pumping well (test production well) and the corresponding APT monitor well (and SAS well where applicable) for monitoring. An Aquifer Test Plan will be provided by the District prior to the performance of each test. The CONTRACTOR shall be responsible for providing all on-site equipment necessary to facilitate the conductance of the APT including, but not limited to, the following: 1. Furnish, install and operate downhole test pump ( gpm), drop pipe, discharge arrangement, generator and all other necessary items to be used to pump Long-term Monitor Wells A-2 and A Provide throttling devices to adjust pumping rates as specified by the DISTRICT, and furnish and install a gate valve or equivalent on the discharge side of the pump to obtain the optimal discharge rate, shut off flow and stop gravity drainage. 3. Provide all necessary materials and personnel to insure continuous operation of the pump for the duration of the test. 4. Furnish and install an in-line flowmeter with a flow rate indicator and totalizer that has been calibrated within the last 90 days, and capable of measuring discharge up to 1,000 gpm. Furnish any permit required for the discharge of Floridan aquifer water during the test. 5. Furnish and install all piping and hardware necessary to provide a leak-proof seal at the wellhead and along the discharge line to the point of discharge (POD). ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 37 Attachment B Technical Specifications

61 6. Furnish and install discharge line of sufficient capacity to convey the produced formation waters to the specified POD without reducing the flow rate below the target. 7. Install an access port on top of the test production wellhead with a minimum inner diameter of 1-inch to permit installation of a 100-psi pressure transducer. The transducer must be able to reach within 10 feet of the top of the pump intake. 8. Provide any well-head modifications necessary to permit installation of external pressure transducers. 9. Equip and install down-hole pressure transducers for each site based on anticipated water levels and drawdowns in each well. TASK 2 EXECUTION OF THE APT The CONTRACTOR will execute the following specific requirements to facilitate the conductance of the APT and demobilization of equipment: 1. Capture seven (7) days of background, water-level and barometric pressure readings from the site prior to initiating pumping. 2. Provide an on-site qualified operator to operate the pump and generator and regulate a constant discharge rate for the duration of the pumping test. 3. Conduct the step-drawdown specific capacity test described in Section 4.E on each new Long-term Monitor Well to determine the full range of pumping rates for a period of four (4) hours. Water-levels within the well will be allowed to recover for approximately six (6) hours, or until water-levels recover to 95 percent of pre-pumping conditions prior to initiating 72-hour test. Pump de-mobilization and re-mobilization between the 4-hour and 72-hour tests is at the CONTRACTOR S expense. 4. Operate pump and monitoring equipment continuously at a rate as specified by the GEOLOGIST for a duration of 72 hours. 5. Collect monitoring data for approximately 7 days after cessation of pumping. 6. Remove all equipment from the site, and re-seal the wellhead at the corresponding TEST PRODUCTION at the completion of the APT. 7. Organize and deliver all data collected from each phase of testing to the GEOLOGIST and the DISTRICT in Microsoft Excel format. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 38 Attachment B Technical Specifications

62 8. Provide daily logs of other site observations pertinent to the test such as time of precipitation events that may have occurred during the test or during the pre- and post-test background data collection. G. WATER QUALITY TESTING The GEOLOGIST shall collect water samples for field at the well construction stages specified in this section. The CONTRACTOR shall assist the GEOLOGIST in obtaining field samples by providing accessible sample taps on the discharge system, and where drilling is involved, by flushing the well of cuttings and other suspended solids so that representative samples can be collected. The GEOLOGIST shall be responsible for coordinating and having laboratory samples retrieved and analyzed by a State of Florida certified laboratory for the constituents specified herein and for sample shipping fees. The GEOLOGIST shall follow FDEP Standard Operating Procedures for water quality sample collection. 1. Water samples from all wells shall be collected prior to each drill rod connection (maximum interval 30 feet) during reverse-air drilling for field analysis of chloride, specific conductance, ph, and temperature. 2. Water samples from all wells shall be collected during each step of the step drawdown test for field analysis of ph, temperature, chloride, and specific conductance and laboratory analysis of chloride and TDS. 3. One set of water samples shall be collected from each of the Long-Term Monitor Wells for laboratory analysis of temperature, specific conductance, ph, dissolved oxygen, oxygen reduction potential (ORP), turbidity, and for major ions Ca, Mg, Na, K, Cl, SO 4, HCO 3, Fe, TDS, and total hardness. These water quality parameters should be retrieved at the end of pump development. PART 6 - MATERIAL SPECIFICATIONS A. GENERAL The minimum standards described in the following Material Specifications shall apply to all well construction activities. B. SURFACE CASING The material, length, and method of surface casing installation shall be determined by the CONTRACTOR, subject to approval by the GEOLOGIST and DISTRICT. For the purpose of determining minimum pipe clearance, it is assumed in the Technical Specifications that surface casing will be constructed of ASTM A53 Grade B inch wall steel. The inside diameter of the surface casing shall be sufficient to accommodate a drill bit that will provide a minimum annulus of two inches between the production casing collars and the reamed borehole. Casing specifications and installation method are provided as part of these Technical Specifications. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 39 Attachment B Technical Specifications

63 C. FINAL CASING Final casings for all Long-Term Monitor Wells and APT monitor wells shall be new, SDR 17 CertainTeed Certa-Lok, or approved equivalent, that meets NSF standards for use in public supply wells and conforms to ASTM F-480, latest version. Pipe joints shall be solvent welded to conform to ASTM D-2855, latest version, and pinned at each joint connection with four (4) stainless steel screws properly spaced at 90 0 intervals so that the casing string can withstand the tensile load experienced during installation. Screws shall be installed in a manner that will prevent them from penetrating though the internal surface of the casing. The use of spline connected PVC casing with performance characteristics that meet or exceed those otherwise specified, will be considered as a substitute material, subject to approval by the GEOLOGIST and the DISTRICT. Casing specifications, including material weight and size, rated working and resistance to hydraulic collapse pressures and tensile strength shall be provided to the GEOLOGIST for review and approval. Any alternative casing materials planned for use must be identified at that time. D. CENTRALIZERS Casing for all wells shall be fitted with hinged centralizers (Halliburton Model S-4, or equivalent) meeting API Specification 10D at 0, 90, 180, and 270 degrees around the casing at each position. Centralizers shall be fastened to the casing using clamps or screws provided by the manufacturer and shall not penetrate the casing material. Centralizers shall be placed directly below casing joints as follows: Surface Casing 1. One set at 5 feet above the bottom end of the casing 2. One set within 5 feet of land surface Final Casing Strings 1. One set 5 feet above the base of the casing. 2. One set 20 feet above the base of the casing. 3. One set at 40 feet intervals above the centralizer placed 20 feet above the base of the casing. 4. One set 20 feet below land surface. All centralizers shall be in a precise vertical alignment, one above the other, to allow for the placement of a tremie pipe in the annulus and have sufficient size and strength to keep the casing centered in the borehole. The cost for centralizers shall be included in the unit price for casing installation. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 40 Attachment B Technical Specifications

64 E. CEMENT Sulfate-resistant cement shall be used for all cementing of casings and hole plugging. Casing grout shall be ASTM Type II (API Class B) neat Portland cement mixed with no more than 5.2 gallons of water per sack of cement. The CONTRACTOR will provide a mud balance and weigh at least three samples of grout collected at widely-spaced intervals during each stage of production casing cementation. Sample weight and collection time shall be recorded in the CONTRACTOR's Daily Log. Grout weights should be consistent with those reported in the Halliburton Cementing Tables (15.6 lbs/gal for neat cement). Cement additives with NSF60 approval may be used to regain lost-circulation, if approved in advance by the GEOLOGIST and DISTRICT. Organic polymers, peanut shells, and cotton seed hulls shall not be used as lost circulation materials. All grout mixtures shall be approved by the GEOLOGIST in advance of placement. Up to 5% bentonite may be added to neat cement gouts. The unit cost for casing installation shall include grouting and all cement additives and lost circulation materials. PART 7 - WELL COMPLETION A. WELL COMPLETION All new constructed wells shall be completed as follows: The top of the steel Surface casing shall be positioned at three (3) feet above pad level, based on grade level pad and finished with a lockable steel protective lid. The Final casing shall be finished inside and approximately 6-inches below the top of the Surface casing and sealed with a locking compression cap. A 4 feet x 4 feet wide by 4-inch thick concrete well pad shall be placed at grade level with the well centered inside the pad. Note: At Site A-4 the well pad shall be 8 feet x 8 feet wide by 4-inch thick and the Final casing material shall be steel from approximately 5-feet below pad level to the top of the Final casing. The CONTRACTOR shall furnish all labor, materials, and equipment required to complete the wells as specified. END OF SECTION ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 41 Attachment B Technical Specifications

65 SECTION 1008 CONTRACT PAY ITEMS A. FINAL MEASUREMENT 1. The CONTRACTOR shall make all measurements and check all dimensions necessary for the proper construction of the work called for in the Technical Specifications, and during the execution of the Project shall make all necessary measurements to prevent mis-fitting in said Project, and shall record such accurate measurements of the construction as provided for herein and as to be submitted to the GEOLOGIST and DISTRICT. 2. The method of measurement for payment of the various items shall be as indicated below. In any event, the unit or lump sum price for the respective items shall include the complete installation in all details and ready for use. B. PAY ITEMS 1. The unit prices listed in the Bid Schedule Form to be paid for the respective items shall constitute payment in Full for the completion of all work, including the furnishing of all materials, labor, permit fees, and equipment required to complete the Project. 2. The pay items for the wells and the method that will be used to determine quantities for the payment of each pay item are as follows: GENERAL SITE MOBILIZATION, SITE PREPARATION, AND CLEANUP This item shall include all labor, equipment, permits, and materials required to mobilize for the work and prepare the sites for drilling, and for Project startup costs including, but not limited to, indemnification and insurance. After completion of well construction and testing, equipment shall be demobilized, each well site restored to its original condition including, but not limited to, removal of all drilling fluids and excess materials, and grading and re-vegetation/sodding of work area. Costs for this item shall be paid on a per site basis at the price listed in the Bid Schedule Form and shall be no more than 3% of the Total Bid estimate for the respective site. SURFACE CASING INSTALLATION This item shall be paid at the unit price per linear feet listed in the Bid Schedule Form. The actual length of surface casing installed for each of the wells shall be measured from land surface to depth of casing. The said unit shall include labor, equipment and all materials necessary for proper casing installation, including casing grout. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 42 Attachment B Technical Specifications

66 PILOT HOLE DRILLING The actual length of pilot hole drilled shall be measured vertically from bottom of the surface casing to the bottom of the hole. Pilot hole shall be paid for at the unit price per foot listed in the Bid Schedule Form. BOREHOLE DRILLING WITH NO PILOT HOLE Boreholes for the installation of production casing strings in which prior pilot hole drilling is not performed shall be measured vertically from the bottom of the surface casing to the bottom of the hole and paid for at the unit price per foot listed in the Bid Schedule Form. HOLE REAMING The actual length of hole reamed shall be measured vertically from the bottom of the surface casing to the bottom of the reamed hole and may or may not be equivalent to the pilot hole length. Hole reaming shall be paid at the unit price per foot listed in the Bid Schedule Form. The said unit shall include the furnishing of all materials, labor, and equipment necessary to complete the Project. FINAL CASING and CASING GROUTING The actual length of FINAL casing and grout shall be based on the total length installed and shall be measured from land surface to the bottom of the casing. Casing, grout, and hole plug for the production casing strings shall be paid at a unit price based on the linear foot of casing installed on the Bid Schedule Form. The said unit price shall include all required labor and materials to complete the work, including centralizers, costs for any cement additives, and set up, operation, and removal of equipment for grout emplacement. OPEN HOLE DRILLING The actual depth of open hole drilled shall be measured vertically from the bottom of production casing to the bottom of the well. Open hole drilling shall be paid at the unit price per foot listed in the Bid Schedule Form. WELL DEVELOPMENT Well development shall involve reverse-air and high volume pumping and surging. Reverse air development shall be paid at the unit price per hour listed on the Bid Schedule Form. High rate development shall be paid at the unit price per hour, as listed on the Bid Schedule Form, based on actual development time. No additional compensation shall be made for equipment mobilization and demobilization. ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 43 Attachment B Technical Specifications

67 GEOPHYSICAL LOGGING Geophysical logging shall be paid at the unit price per logging suite as listed on the Bid Schedule Form. The said unit shall include all labor and equipment required to precondition the borehole, control wellhead flow, pump the well if applicable, run the logs at the stages specified, and provide the GEOLOGIST and DISTRICT with the required deliverables. STEP DRAWDOWN TESTS Costs for the step drawdown tests shall be paid at the unit price per well listed in the Bid Schedule Form. The said unit shall include the furnishing of all materials, labor and equipment required to perform the tests as specified, including facilitating water quality sampling by the GEOLOGIST. No additional compensation shall be made for equipment mobilization and demobilization. EXTRA WORK BY DRILLING CREW WITH DRILLING EQUIPMENT Extra work authorized by the DISTRICT and performed by the drilling crew with drilling equipment will be paid for at the unit price listed on the Bid Schedule Form based on the amount of authorized time and materials used. EXTRA WORK BY CREW WITH PUMP HOIST Extra work authorized by the DISTRICT and performed by the drilling crew with pump hoist will be paid for at the unit price listed on the Bid Schedule Form based on the amount of authorized time and materials used. EXTRA WORK BY DRILLING CREW Extra work authorized by the DISTRICT and performed by the drilling crew will be paid for at the unit price listed on the Bid Schedule Form based on the amount of authorized time used. STANDBY TIME WITH RIG AND DRILLING CREW ON SITE Standby time authorized by the DISTRICT and performed by the drilling crew and drilling equipment will be paid for at the unit price listed on the Bid Schedule Form based on the amount of authorized time used. STANDBY TIME WITH RIG ON SITE AND CREW OFF SITE Standby time authorized by the DISTRICT and performed with drilling equipment on site and the drilling crew off site will be paid for at the unit price listed on the Bid Schedule Form based on the amount of authorized time used. END OF SECTION ITB 16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 44 Attachment B Technical Specifications

68 Figure 1. Proposed Site Location Map ITB 16B Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 45 Attachment B Technical Specifications

69 Figure 2. Proposed Rock Bayou State Park Site A-2 Well Location Map. ITB 16B Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 46 Attachment B Technical Specifications

70 Figure 3. Proposed City of Freeport WWTP Site A-3 Well Location Map. ITB 16B Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 47 Attachment B Technical Specifications

71 Figure 4. Proposed NWFWMD Choctawhatchee River WMA Site A-4 Well Location Map. ITB 16B Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 48 Attachment B Technical Specifications

72 Figure 5. Proposed Holly-Navarre Water System WWTP Site B-2 Well Location Map. ITB 16B Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 49 Attachment B Technical Specifications

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT DATED FEBRUARY 19, 2015 REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL

More information

Purchasing and Procurement Policy

Purchasing and Procurement Policy Purchasing and Procurement Policy Purpose The purpose of this document is to implement the requirements of state law with regard to procurement and bidding on public contracts for public works, goods,

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

REQUEST FOR PROPOSALS. Request for Proposals for Classification Pay and Benefits Study (A )

REQUEST FOR PROPOSALS. Request for Proposals for Classification Pay and Benefits Study (A ) CITY OF TUSCALOOSA ) STATE OF ALABAMA ) REQUEST FOR PROPOSALS TO: FROM: RE: Qualified Firms The City of Tuscaloosa, Alabama Request for Proposals for Classification Pay and Benefits Study (A17-0172) DATE

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station The City of Santaquin (the City ) hereby requests competitive proposals from qualified consultants

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS Finance Chapter 355-4-1 STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER 355-4-1 DIVISION OF PURCHASING TABLE OF CONTENTS 355-4-1-.01 Repeal Of Previous Rules 355-4-1-.02 Definitions

More information

FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):

FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST): SPECIFICATIONS PRINTING OF LETTERHEAD STATIONERY AND BUSINESS CARDS FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 18-STA Return responses no later than FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES QUALIFICATION SUBMITTAL DATE: Monday, February 18, 2019 RFQ Number 2019-01 City of McLendon-Chisholm 1371 W. FM 550 McLendon-Chisolm, Texas 75032 972-524-2077

More information

CONSTRUCTION MANAGEMENT SERVICES

CONSTRUCTION MANAGEMENT SERVICES DrAFTDRAFTdd EXHIBIT 1 CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS () SELECTION PROCESS School District of Lee County, Florida TABLE OF CONTENTS 1. INTRODUCTION 1 Lobbying 2 2. REQUEST

More information

REQUEST FOR PROPOSAL For Legal Services Bid Number:

REQUEST FOR PROPOSAL For Legal Services Bid Number: Fresno Economic Opportunities Commission (Fresno EOC) is soliciting proposals to establish a contract with one (1) qualified and experienced legal firm to serve as General Legal Counsel for Fresno EOC

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

COMPETITIVE BID FOR 19-HRPPS/MB

COMPETITIVE BID FOR 19-HRPPS/MB COMPETITIVE BID FOR HR/PAYROLL SYSTEM WITH PAYROLL PROCESSING SERVICES 19-HRPPS/MB October 30, 2018 HEALTH CARE DISTRICT OF PALM BEACH COUNTY 1515 N. FLAGLER DRIVE, SUITE 101 PALM SPRINGS, FL 33401 1-1

More information

REQUEST FOR QUALIFICATION STATEMENTS FOR PROFESSIONAL ENGINEERING DESIGN SERVICES PROPOSAL NO

REQUEST FOR QUALIFICATION STATEMENTS FOR PROFESSIONAL ENGINEERING DESIGN SERVICES PROPOSAL NO REQUEST FOR QUALIFICATION STATEMENTS FOR PROFESSIONAL ENGINEERING DESIGN SERVICES PROPOSAL NO. 2017-01 NOTICE IS HEREBY GIVEN THAT THE CITY OF BUNNELL IS ACCEPTING SEALED QUALIFICATION STATEMENTS FROM

More information

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

More information

City of Dawson Creek Request for Proposals No

City of Dawson Creek Request for Proposals No City of Dawson Creek Request for Proposals No. 2011-29 SANITARY SEWER MASTER PLAN The City of Dawson Creek is requesting proposals for the creation of a Sanitary Sewer Master Plan. All contract documents

More information

Request for Proposal for Annual Financial Audit Services

Request for Proposal for Annual Financial Audit Services Request for Proposal for Annual Financial Audit Services RFP # 19_001 Jan 10, 2019 Page 1 I. RFP Timeline The following Timeline has been defined to efficiently solicit multiple competitive proposals,

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL June 1, 2009 I. BACKGROUND The New York Liquidation Bureau (the Bureau ) carries out the responsibilities of the New York State Superintendent of Insurance

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

Supply and Delivery of Boltless Metal Shelving Units

Supply and Delivery of Boltless Metal Shelving Units T E N D E R Supply and Delivery of Boltless Metal Shelving Units Closing Date: Tuesday, February 27, 2018 Closing Time: 2:00:00 P.M., local time Closing Location: Cape Breton-Victoria Regional School Board

More information

Florida Statutes Update May

Florida Statutes Update May PERSONAL AND PROFESSIONAL EXCELLENCE 50 TH ANNUAL CONFERENCE MAY 24-27, 2017 ORLANDO, FLORIDA FLORIDA STATUTES on Procurement for Local Governments Update 2017 PART-1 Bobbye Marsala, CPPO, CPPB, C.P.M.

More information

INVITATION FOR BIDS (IFB)

INVITATION FOR BIDS (IFB) P a g e 1 INVITATION FOR BIDS (IFB) Summer Camp T-Shirts IFB #: 17-004 Deadline for Responses: 2:00 PM 04/13/2017 Children s Services Council of Palm Beach County (CSC) 2300 High Ridge Road Boynton Beach,

More information

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am AGENDA PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am Project #217090 & 218041 Britt Place Washout / Precinct Road Washout CBJTC, Starke, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS:

More information

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272 Prequalification of Contractors for Educational Facilities Construction 8.272 The School Board shall prequalify contractors for a one (1) year period or for a specific project in accordance with the following:

More information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information

PART V BID REQUIREMENTS

PART V BID REQUIREMENTS PART V BID REQUIREMENTS SECTION TITLE K L M Bid Content Price Information Submission of Bid 41 SECTION K BID CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section are purposely

More information

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL PROFESSIONALS

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL PROFESSIONALS REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL PROFESSIONALS Issued by the BOROUGH OF STRATFORD Date Issued: November 16, 2018 Responses Due: December 07, 2018 REQUEST FOR PROPOSAL & QUALIFICATIONS

More information

HOW TO DO BUSINESS WITH NAPA VALLEY COMMUNITY COLLEGE DISTRICT

HOW TO DO BUSINESS WITH NAPA VALLEY COMMUNITY COLLEGE DISTRICT HOW TO DO BUSINESS WITH NAPA VALLEY COMMUNITY COLLEGE DISTRICT A Complete Vendor Guide This Vendor Guide is designed specifically for our supplier community as a reference tool. The information provided

More information

All required information must be completed in full, in ink, or typewritten.

All required information must be completed in full, in ink, or typewritten. THE CITY OF BOZEMAN 20 E. OLIVE ~ P.O. BOX 1230 BOZEMAN, MONTANA 59771-1230 IT DEPARTMENT PHONE: (406) 582-2277 E-MAIL: smcmahan@bozeman.net City of Bozeman, Montana Request for Proposals For E-Discovery

More information

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for United Nations Road P.O. Box 2651, Dar es Salaam, Tanzania Phone: (+255 22) 684 228882/3 REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for International School of Tanganyika

More information

Supply and Delivery. Chromebase All-in-One Computers

Supply and Delivery. Chromebase All-in-One Computers T E N D E R Supply and Delivery Of Chromebase All-in-One Computers Closing Date: Tuesday, March 13, 2018 Closing Time: 2:00:00 P.M., local time Closing Location: Cape Breton-Victoria Regional School Board

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

Village of Algonquin Request for Proposals Accounting Services

Village of Algonquin Request for Proposals Accounting Services Village of Algonquin Request for Proposals Accounting Services Issue Date: February 1, 2018 Submission Deadline: March 2, 2018 5:00 p.m. CST PROPOSALS RECEIVED AFTER THE SUBMISSION DEADLINE WILL BE RETURNED

More information

As a state agency, the College administration is required to develop procedures for Construction Manager selection.

As a state agency, the College administration is required to develop procedures for Construction Manager selection. COLLEGE of CENTRAL FLORIDA ADMINISTRATIVE PROCEDURE Title: Construction Management Selection Process Page 1 of 2 Implementing Procedure For F.S. 1013.45 Date Approved: 09/11/02 Division: Administration

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS December 15, 2014 Secured Document Shredding Services Project 2014-2015 Due 10:00 AM CST/CDT Tuesday, January 20, 2015 Company Name: Contact Information: Printed Name & Title Address,

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT RFP # 1710005 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

DESCRIPTION. BID Gasoline and Diesel Fuels

DESCRIPTION. BID Gasoline and Diesel Fuels REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Company: Address: Date:

More information

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West 525 South Lawrence Street Montgomery, Alabama 36104 Attic Insulation at Gibbs Village East & West IFB Number 2019-03 TYPE OF PROJECT: Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East

More information

Understanding Public Bid Law La. R.S. 38:

Understanding Public Bid Law La. R.S. 38: Understanding Public Bid Law La. R.S. 38:2211-2293 E R I N D A Y, A S S I S T A N T A T T O R N E Y G E N E R A L L O U I S I A N A D E P A R T M E N T O F J U S T I C E Application All Political Subdivisions

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Quad Cities Chamber of Commerce Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Project Manager: Leslie Anderson, Vice President Finance landerson@quadcitieschamber.com 1601 River Dr., Suite

More information

State of North Carolina Department of Health and Human Services

State of North Carolina Department of Health and Human Services State of North Carolina Department of Health and Human Services REQUEST FOR PROPOSAL (RFP) Addendum #6 Date: September 5, 2018 RFP Number: 30-180397 RFP Description: Independent Verification and Validation

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

Department of Public Works Division of Engineering. Nassau County, New York

Department of Public Works Division of Engineering. Nassau County, New York TOWN OF OYSTER BAY Department of Public Works Division of Engineering Nassau County, New York REQUEST FOR PROPOSALS FOR CONSULTANT SERVICES SOLICITATION NO. 2017-12 NOTES: 1. ISSUANCE DATE: Thursday, October

More information

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW January 31, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project 18-0018PW A. The following additions, deletions, revisions, and/or

More information

Section IV. Bidding Forms

Section IV. Bidding Forms Section IV. Bidding Forms 1-1 Section IV. Bidding Forms Table of Forms Letter of Bid... 3 Form of Bid Security (Bank Guarantee)... 6 Form of Bid Security (Bid Bond)... 7 Form of Bid-Securing Declaration...

More information

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas REQUEST FOR QUOTES (RFQ) for Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas Description Personnel Services for Subsidized Employment for Workforce Customers Arbor E & T,

More information

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT (AT RISK) SERVICES SHORES COMMUNITY CENTER

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT (AT RISK) SERVICES SHORES COMMUNITY CENTER REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT (AT RISK) SERVICES SHORES COMMUNITY CENTER The City Council of Daytona Beach Shores, Florida (City) announces that it is seeking the submission of qualifications

More information

Request for Qualifications Statements

Request for Qualifications Statements Request for Qualifications Statements BND WATER DISTRIBUTION AND WASTEWATER TREATMENT ENGINEERING STATEMENTS ENGINEERING DESIGN SERVICES FOR BND WATER DISTRIBUTION AND WASTEWATER TREATMENT The Brownsville

More information

BIDDER QUALIFICATION FORM

BIDDER QUALIFICATION FORM COMPLETE USING TYPEWRITER OR BALL-POINT PEN ONLY. THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA SCHOOL BOARD ADMINISTRATION BUILDING 1450 Northeast Second Avenue Miami, Florida 33132 Direct all inquiries

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

Chapter 6. Competitive Sealed Bidding: Elements of an Invitation for Bids

Chapter 6. Competitive Sealed Bidding: Elements of an Invitation for Bids Chapter 6. Competitive Sealed Bidding: Elements of an Invitation for Bids Summary This chapter identifies the minimum elements of an invitation for bids when procuring goods or services using the competitive

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment & Bid Number: M-15-050J ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION Bid Opening Date: April 7, 2015 Time: 11:00 a.m. BID OPENING LOCATION: AHTD

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-58 Issue Date: July 24, 2018 Project Name: Diesel Tank Mold Removal

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502

PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502 PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502 The School Board shall prequalify contractors for a one (1) year period or for a specific project. This policy prescribes uniform

More information

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB County Contacts: Ken Bowman Las Animas County Maintenance Super Phil Dorenkamp Las Animas County Admin Kim Chavez Las Animas County HR EMS

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

More information

Request For Proposal. City of Philadelphia Police Department Court Overtime Study. Issue Date: June 28, Proposals Due: July 19, 2018

Request For Proposal. City of Philadelphia Police Department Court Overtime Study. Issue Date: June 28, Proposals Due: July 19, 2018 Request For Proposal City of Philadelphia Police Department Court Overtime Study Issue Date: June 28, 2018 Proposals Due: July 19, 2018 1500 Walnut Street 16 th Floor (215) 561-9160 www.picapa.org Notice:

More information

MAHASKA COUNTY, IOWA PUBLIC SAFETY RADIO SYSTEM ANALYSIS PROPOSAL

MAHASKA COUNTY, IOWA PUBLIC SAFETY RADIO SYSTEM ANALYSIS PROPOSAL MAHASKA COUNTY, IOWA REQUEST FOR PROPOSALS PUBLIC SAFETY RADIO SYSTEM ANALYSIS PROPOSAL THE MAHASKA COUNTY BOARD OF SUPERVISORS & THE MAHASKA COUNTY EMERGENCY MANAGEMENT AGENCY Contact: Jamey A Robinson

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018. BOROUGH OF BERLIN REQUEST FOR QUALIFICATIONS FOR MUNICIPAL ATTORNEY, MUNICIPAL AUDITOR, MUNICIPAL BOND COUNSEL, MUNICIPAL ENGINEER, MUNICIPAL WATER & SEWER ENGINEER, MUNICIPAL PROSECUTOR, MUNICIPAL PUBLIC

More information

RFQ Drainage Ditching and Culvert Replacement

RFQ Drainage Ditching and Culvert Replacement RFQ 2016-26 Drainage Ditching and Culvert Replacement The City of Dawson Creek requests quotes for drainage ditching and replacement of culverts in the area of 7 th Street and 122 nd Avenue. All contract

More information

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS DEPARTMENT OF TRANSPORTATION Transportation Commission and Office of Transportation Safety REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION

More information

City and County of San Francisco City Hall Events Office (CHEO)

City and County of San Francisco City Hall Events Office (CHEO) Background San Francisco City Hall, seat of government for the City and County of San Francisco, is also a historic landmark and popular event venue hosting approximately five-hundred events annually,

More information

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS You are hereby invited to submit a proposal to the McPherson Implementing Local Redevelopment Authority (hereafter referred

More information

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No. 15-1474 Tampa Bay Workforce Alliance, Inc. is accepting proposals from qualified CPA firms to provide audit and tax services. Parties

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk

More information

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

More information

BOONE COUNTY PUBLIC LIBRARY (859) 342-BOOK (2665)

BOONE COUNTY PUBLIC LIBRARY (859) 342-BOOK (2665) ROOF Boone County Public Library is seeking competitive sealed bids to replace an existing Shingle Roof and EPDM membrane roof on the Florence Branch located at 7425 U.S. 42, Florence, KY 41042. The successful

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

Chapter 4 State Requirements for Educational Facilities Section 4.1

Chapter 4 State Requirements for Educational Facilities Section 4.1 providential cause, other impending danger to life safety, or pursuant to Section 1013.46(1)(b), F.S., the board can declare an emergency, can negotiate a contract with a design-build firm, design professional,

More information

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion 1 Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion Bids due April 5, 2016 1 2 Oak Park Unified School District 5801 Cornishon Ave Oak Park, CA 91377 NOTICE TO

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information