104
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, 2016. 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 (http://www.nwfwater.com) or on the State of Florida’s Vendor Bid System website through the BUSINESS link (http://www.myflorida.com). A copy of the complete ITB package can also be obtained at the above address or by calling (850) 539-5999. 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 32333 (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.

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

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 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

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 1st to September 30

th each year.

The deadline for submission of bids is 2:00 P.M. Eastern Time, Monday, June 6, 2016. 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

(http://www.nwfwater.com) or on the State of Florida’s Vendor Bid System website through the

BUSINESS link (http://www.myflorida.com). A copy of the complete ITB package can also be

obtained at the above address or by calling (850) 539-5999.

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 32333 (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.

Page 2: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 2 of 19

Table of Contents

PAGE

PART I GENERAL INFORMATION

1-1 Definitions 4

1-2 Purpose 4

1-3 Issuing Office, Date and Location of Opening 4

1-4 Invitation to Bid 4

1-5 Awarding of Bid 5

1-6 Development Costs 5

1-7 Contractor Qualifications 6

1-8 Mandatory Pre-bid Conference 7

1-9 Inquiries 7

1-10 Timetable 7

1-11 Delays 8

1-12 Submission and Withdrawal 8

1-13 Addenda 9

1-14 Equal Opportunity 10

1-15 Oral Presentations 10

1-16 News Releases 10

1-17 Convicted Vendors 10

1-18 Discriminatory Vendor List 10

1-19 Compliance with Health and Safety Regulations 11

1-20 Insurance 11

1-21 Prohibited Contact 11

1-22 Protests 11

1-23 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 14

3-2 Bid Schedule Form 15

3-3 Bidder Acknowledgment 15

3-4 Bid Bond 15

3-5 Performance Bond 15

Page 3: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 3 of 19

Table of Contents (continued)

PAGE

PART IV EVALUATION OF BIDS

4-1 Evaluation Method and Criteria 16

PART V DRAFT AGREEMENT 17

PART VI VENDOR CHECKLIST 18

ATTACHMENTS

ATTACHMENT A CONTRACTOR INFORMATION FORM

ATTACHMENT B TECHNICAL SPECIFICATIONS

ATTACHMENT C BID SCHEDULE FORM

ATTACHMENT D BIDDER ACKNOWLEDGMENT FORM

ATTACHMENT E BID BOND FORM

ATTACHMENT F DRAFT AGREEMENT WITH CONTRACTOR

ATTACHMENT G VENDOR REGISTRATION FORM

ATTACHMENT H TAX FORM W-9

Page 4: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 4 of 19

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 32333-4712

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, 2016.

THE DISTRICT MUST RECEIVE ALL BIDS BY 2:00 P.M. ET

ON MONDAY, JUNE 6, 2016.

1-4 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.

Page 5: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 5 of 19

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 32333 (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 120.57(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.

Page 6: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 6 of 19

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),

Page 7: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 7 of 19

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 32333 (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 emailed or faxed to the Project

Procurement Officer, Elaine McKinnon, Administrative Assistant III,

[email protected], no later than 2:00 P.M. ET on Monday, May 23, 2016.

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.

1-10 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 email 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.

Page 8: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 8 of 19

D. The District must receive the bids by the 2:00 P.M. ET opening time on Monday, June

6, 2016.

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.

1-11 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.

1-12 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 32333-4712

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, 2016.

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.

Page 9: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 9 of 19

For deliveries via courier service, please use the address below:

Northwest Florida Water Management District

81 Water Management Drive

Havana, FL 32333-4712

(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) 539-5999 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.

1-13 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.

Page 10: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 10 of 19

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.

1-14 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) 539-5999. A vendor registration form is included in

this ITB package (Attachment G).

1-15 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.

1-16 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.

1-17 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 287.017, 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

Page 11: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 11 of 19

as a contractor, supplier, subcontractor or consultant under contract with any public entity, and

may not transact business with any public entity.”

1-19 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.

1-20 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.

1-21 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.

1-22 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 120.57(3)

Florida Statutes shall constitute a waiver of proceedings under Chapter 120 of Florida

Statutes.”

Page 12: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 12 of 19

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 28-110, Florida Administrative Code, and Section 120.57(3), Florida Statutes shall post

with the District at the time of filing the formal written protest, a bond pursuant to Section

287.042(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 28-110, Florida Administrative Code and Section 120.57(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 120.57(3) Florida

Statutes shall constitute a waiver of proceedings under Chapter 120 of Florida Statutes.”

Page 13: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 13 of 19

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)

Page 14: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 14 of 19

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.

Page 15: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 15 of 19

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 http://www.fms.treas.gov/c570/c570.html) 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.

Page 16: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 16 of 19

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.

Page 17: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 17 of 19

PART V DRAFT AGREEMENT

Please see the attached draft Agreement (Attachment F). This agreement is subject to change

subsequent to legal review.

Page 18: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 18 of 19

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.

Page 19: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 19 of 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.

Page 20: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment A – Contractor Information Form

ATTACHMENT A

CONTRACTOR INFORMATION FORM

Page 21: 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

CONTRACTOR INFORMATION FORM FOR ITB 16B-007

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 1 of 2

Attachment A – Contractor Information Form

1. Contractor Information

Contractor Firm Name:

Contact Person Name & Title:

Mailing Address:

City, State & Zip:

Contact Phone Number: Fax Number:

E-mail 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 #

1

2

3

4

5 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)

Page 22: 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

CONTRACTOR INFORMATION FORM FOR ITB 16B-007

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer Page 2 of 2

Attachment A – Contractor Information Form

4. 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 #

1

2

3

4

6. 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

Page 23: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment B – Technical Specifications

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

Page 24: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 1

Attachment B – Technical Specifications

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.

Page 25: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 2

Attachment B – Technical Specifications

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

Page 26: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 3

Attachment B – Technical Specifications

1005.E Guarantee

SECTION 1006 PROTECTION OF PROPERTY RIGHTS 1006.A General 1006.B Public Nuisance

SECTION 1007 WELL SPECIFICATIONS

1007 - Part 1 Well Construction Sequence

1007 - Part 2 Conditions and Hazards

1007 - 2.A General 1007 - 2.B Anticipated Geology and Potential Hazards 1007 - 2.C Hydrologic Considerations 1007 - Part 3 Mobilization, Site Preparation and Demobilization 1007 - 3.A Mobilization 1007 - 3.B Site Preparation 1007 - 3.C Demobilization and Site Restoration

1007 - Part 4 Drilling Requirements

1007 - 4.A Equipment Requirements

1007 - 4.B Water Supply

1007 - 4.C Drilling Methods

1007 - 4.D Drilling Fluids

1007 - 4.E Lost Circulation

1007 - 4.F Cuttings, Drilling Fluid, and Formation Water Disposal

1007 - 4.G Cementing Procedures

1007 - 4.H Well Development

1007 - 4.I Wellhead Security

1007 - 4.J Well Flow Suppression

1007 - Part 5 Data Acquisition

1007 - 5.A Formation Samples

1007 - 5.B Reverse-Air Circulation Water Sampling

1007 - 5.C Geophysical Logging

1007 - 5.D Borehole Water Level Monitoring

1007 - 5.E Step Drawdown Tests

1007 - 5.F Aquifer Performance Testing (APT)

1007 - 5.G Water Quality Testing

1007 - Part 6 Material Specifications

1007 - 6.A General

1007 - 6.B Surface Casing

1007 - 6.C Final Casing

1007 - 6.D Centralizers

Page 27: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 4

Attachment B – Technical Specifications

1007 - 6.E Cement

1007 - Part 7 Well Completion

1007 - 7.A Well Completion

SECTION 1008 CONTRACT PAY ITEMS

1008.A Final Measurement

1008.B Pay Items

Page 28: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 5

Attachment B – Technical Specifications

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 step-drawdown 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

Page 29: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 6

Attachment B – Technical Specifications

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

Page 30: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 7

Attachment B – Technical Specifications

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

Page 31: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 8

Attachment B – Technical Specifications

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

Page 32: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 9

Attachment B – Technical Specifications

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 on-site 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.

Page 33: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 10

Attachment B – Technical Specifications

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

Page 34: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 11

Attachment B – Technical Specifications

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,

Page 35: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 12

Attachment B – Technical Specifications

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 62-532.900(1)), or most recent form for each well permitted, and a completed State of Florida Well Completion Report (DEP Form 62-532.900(2)) for each of the wells.

C. PHOTOGRAPHIC RECORD

The GEOLOGIST shall prepare a photographic record of both pre-construction and post-construction 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

Page 36: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 13

Attachment B – Technical Specifications

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 60-1998, 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.

Page 37: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 14

Attachment B – Technical Specifications

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

Page 38: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 15

Attachment B – Technical Specifications

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

Page 39: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 16

Attachment B – Technical Specifications

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 6 600 700

A-2a APT Monitor Well UFAS 4 600 700

A-3 Long-Term Monitor Well

UFAS 6 550 650

A-3b SAS Monitor Well SAS 2 50 65

A-4 Long-Term Monitor Well

UFAS 6 350 450

A-4a APT Monitor Well UFAS 4 350 450

A-4b SAS Monitor Well SAS 2 30 45

B-2 Long-Term Monitor Well

UFAS 6 1,100 1,200

Page 40: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 17

Attachment B – Technical Specifications

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.

Page 41: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 18

Attachment B – Technical Specifications

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

Page 42: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 19

Attachment B – Technical Specifications

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 1007 - 5.E, “Step Drawdown Tests.” 16. Perform aquifer performance test as coordinated with the GEOLOGIST and as

described in Section 1007 - 5.F, “Aquifer Performance Testing.” 17. Complete wellhead in accordance with the Section 1007 – 7.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.

Page 43: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 20

Attachment B – Technical Specifications

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.

Page 44: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 21

Attachment B – Technical Specifications

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 1007 - 5.E, “Step Drawdown Tests.” 13. Complete wellhead in accordance with the Section 1007 – 7.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, 0.010 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

Page 45: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 22

Attachment B – Technical Specifications

approximate depth of 50 – 60 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 45 – 65 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.

Page 46: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 23

Attachment B – Technical Specifications

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.

Page 47: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 24

Attachment B – Technical Specifications

12. Perform four hour step-drawdown test as coordinated with the GEOLOGIST and as

described in Section 1007 - 5.E, “Step Drawdown Tests.” 13. Perform aquifer performance test as coordinated with the GEOLOGIST and as

described in Section 1007 - 5.F, “Aquifer Performance Testing.” 14. Complete wellhead in accordance with the Section 1007 – 7.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.

Page 48: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 25

Attachment B – Technical Specifications

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, 0.010 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 30 – 40 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 25 – 45 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.

Page 49: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 26

Attachment B – Technical Specifications

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.

Page 50: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 27

Attachment B – Technical Specifications

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 1007 - 5.E, “Step Drawdown Tests.” 16. Complete wellhead in accordance with the Section 1007 – 7.A, “Well Completion.”

17. Cleanup and restore site. Demobilize drilling and testing equipment.

Page 51: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 28

Attachment B – Technical Specifications

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 250 – 1000 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 650 – 1300 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

Page 52: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 29

Attachment B – Technical Specifications

implemented using drilling mud only as a weight material to suppress flow during mud-rotary 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.

Page 53: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 30

Attachment B – Technical Specifications

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 02074 “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.

Page 54: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 31

Attachment B – Technical Specifications

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,

Page 55: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 32

Attachment B – Technical Specifications

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.

Page 56: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 33

Attachment B – Technical Specifications

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

Page 57: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 34

Attachment B – Technical Specifications

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).

Page 58: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 35

Attachment B – Technical Specifications

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.

Page 59: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 36

Attachment B – Technical Specifications

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

Page 60: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 37

Attachment B – Technical Specifications

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 (250 – 500 gpm), drop pipe,

discharge arrangement, generator and all other necessary items to be used to

pump Long-term Monitor Wells A-2 and A-4.

2. 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).

Page 61: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 38

Attachment B – Technical Specifications

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.

Page 62: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 39

Attachment B – Technical Specifications

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, SO4, HCO3, 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 0.375-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.

Page 63: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 40

Attachment B – Technical Specifications

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 900 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.

Page 64: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 41

Attachment B – Technical Specifications

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

Page 65: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 42

Attachment B – Technical Specifications

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.

Page 66: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 43

Attachment B – Technical Specifications

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.

Page 67: 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

ITB –16B-007- Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 44

Attachment B – Technical Specifications

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

Page 68: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 45

Attachment B– Technical Specifications

Figure 1. Proposed Site Location Map

Page 69: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 46

Attachment B– Technical Specifications

Figure 2. Proposed Rock Bayou State Park Site A-2 Well Location Map.

Page 70: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 47

Attachment B– Technical Specifications

Figure 3. Proposed City of Freeport WWTP Site A-3 Well Location Map.

Page 71: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 48

Attachment B– Technical Specifications

Figure 4. Proposed NWFWMD Choctawhatchee River WMA Site A-4 Well Location Map.

Page 72: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 49

Attachment B– Technical Specifications

Figure 5. Proposed Holly-Navarre Water System WWTP Site B-2 Well Location Map.

Page 73: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment C – Bid Schedule Form

ATTACHMENT C

BID SCHEDULE FORM

Page 74: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 1

Attachment C – Bid Schedule Form

BID SCHEDULE FORM

Price Sheets: Insert the unit price for each item and then insert the extended total. Bid items

follow the Well Construction Sequence for the new Long-term Monitor Wells and APT Monitor

Wells as described in sections of this Bid document and the Technical Specifications.

Page 75: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 2

Attachment C – Bid Schedule Form

ATTACHMENT C - BID SCHEDULE FORM

All prices shall be provided below. These price schedules will be utilized for award of the

bid. The District reserves the right to increase or decrease items, quantities, or well sites, in

accordance with District needs and budgetary constraints.

ITEM A – DRILLING AND TESTING LONG-TERM MONITOR WELL A-2

Bid

Item #

Contract Description Unit Unit Price Quantity Extended Total

A-2.1 Mobilization and Site preparation. Per Site $ 1 $

A-2.2

Drill nominal 6-inch diameter pilot hole from land

surface to approximately 125 feet bls using mud-

rotary.

Linear Feet $ 125 $

A-2.3 Run natural gamma, caliper and dual induction

electric logs. Lump Sum $ 1 $

A-2.4

Ream borehole to nominal 20-inch diameter and

install, centralize, and cement 16-inch diameter

secondary steel Surface casing to approximately

125 feet bls (if needed).

Linear Feet $ 125 $

A-2.5

Drill nominal 6-inch diameter pilot hole from the

base of the secondary Surface casing to

approximately 350 feet bls using mud-rotary.

Linear Feet $ 225 $

A-2.6 Run natural gamma, caliper and dual induction

electric logs. Lump Sum $ 1 $

A-2.7

Ream borehole to nominal 16-inch diameter from

base of secondary Surface casing and install,

centralize, and cement 12-inch diameter primary

steel Surface casing to approximately 350 bls.

Linear Feet $ 350 $

A-2.8

Drill nominal 6-inch diameter pilot hole by reverse-

air method from base of primary Surface casing to

approximately 700 feet bls w/ water sample

collection every drill rod change.

Linear Feet $ 350 $

A-2.9

Run caliper, natural gamma, dual-induction,

borehole compensated sonic, fluid temperature,

fluid resistivity, and fluid flow logs.

Lump Sum $ 1 $

A-2.10

Ream borehole to nominal 11-inch diameter from

base of primary Surface casing and install,

centralize, and cement 6-inch diameter SDR 17

CertainTeed Certa-Lok Final well casing to

approximately 600 feet bls.

Linear Feet $ 600 $

A-2.11

Clean out open hole by direct-air or reverse-air

method to final open hole depth of approximately

700 feet bls (max).

Linear Feet $ 100 $

A-2.12 Back-plug lower portion of open hole interval with

cement (if needed). Linear Feet $ 50 $

Page 76: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 3

Attachment C – Bid Schedule Form

ITEM A – DRILLING AND TESTING LONG-TERM MONITOR WELL A-2 (cont.)

Bid

Item #

Contract Description Unit Unit Price Quantity Extended Total

A-2.13 Develop well by air-lift circulation. Unit Hour $ 4 $

A-2.14 Perform high rate pumping development. Unit Hour $ 4 $

A-2.15 Conduct step-drawdown test. Unit Hour $ 4 $

A-2.16 Conduct 72-hr Multi-well Aquifer Performance Test. Lump Sum $ 1 $

A-2.17 Complete Wellhead and Pad. Lump Sum $ 1 $

A-2.18 Cleanup and restore site. Demobilize. Per site $ 1 $

Subtotal in Numbers (Item A): $

ITEM B – DRILLING AND TESTING APT MONITOR WELL A-2a

Bid

Item #

Contract Description Unit Unit Price Quantity Extended Total

A-2a.1

Drill nominal 14-inch diameter borehole from land

surface and install, centralize, and cement 10-inch

diameter primary steel Surface casing to

approximately 125 feet bls.

Linear Feet $ 125 $

A-2a.2

Drill nominal 10-inch diameter borehole from base

of primary Surface casing. Install, centralize, and

cement 4.5-inch diameter SDR 17 CertainTeed

Certa-Lok Final well casing to approximately 600

feet bls.

Linear Feet $ 600 $

A-2a.3

Drill nominal 4-inch diameter open hole to an

anticipated total depth of approximately 700 feet

bls.

Linear Feet $ 100 $

A-2a.4 Develop well by air-lift circulation. Unit Hour $ 4 $

Subtotal in Numbers (Item B):

ITEM C – DRILLING AND TESTING LONG-TERM MONITOR WELL A-3

Bid

Item #

Contract Description Unit Unit Price Quantity Extended Total

A-3.1 Mobilization and Site preparation. Per Site $ 1 $

A-3.2

Drill nominal 6-inch diameter pilot hole from land

surface to approximately 225 feet bls using mud-

rotary.

Linear Feet $ 225 $

A-3.3 Run natural gamma, caliper and dual induction

electric logs. Lump Sum $ 1 $

Page 77: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 4

Attachment C – Bid Schedule Form

ITEM C – DRILLING AND TESTING LONG-TERM MONITOR WELL A-3 (cont.)

Bid

Item #

Contract Description Unit Unit Price Quantity Extended Total

A-3.4

Ream borehole to nominal 16-inch diameter and

install, centralize, and cement 12-inch diameter

primary steel Surface casing to approximately 225

feet bls.

Linear Feet $ 225 $

A-3.5

Drill nominal 6-inch diameter pilot hole by reverse-

air method from base of primary Surface casing to

approximately 650 feet bls w/ water sample

collection every drill rod change.

Linear Feet $ 425 $

A-3.6

Run caliper, natural gamma, dual-induction,

borehole compensated sonic, fluid temperature,

fluid resistivity, and fluid flow logs.

Lump Sum $ 1 $

A-3.7

Ream borehole to nominal 11-inch diameter from

base of primary Surface casing and install,

centralize, and cement 6-inch diameter SDR 17

CertainTeed Certa-Lok Final well casing to

approximately 550 feet bls.

Linear Feet $ 550 $

A-3.8

Clean out open hole by direct-air or reverse-air

method to final open hole depth of approximately

650 feet bls (max).

Linear Feet $ 100 $

A-3.9 Back-plug lower portion of open hole interval with

cement (if needed). Linear Feet $ 50 $

A-3.10 Develop well by air-lift circulation. Unit Hour $ 4 $

A-3.11 Perform high rate pumping development. Unit Hour $ 4 $

A-3.12 Conduct step-drawdown test. Unit Hour $ 4 $

A-3.13 Complete Wellhead and Pad. Lump Sum $ 1 $

A-3.14 Cleanup and restore site. Demobilize. Per site $ 1 $

Subtotal in Numbers (Item C): $

ITEM D – DRILLING SAS MONITOR WELL A-3b

Bid

Item #

Description Unit Unit Price Quantity Extended Total

A-3b.1-

A-3b.7

Drill 8-inch diameter borehole to 65 feet bls, install,

set and cement 2-inch diameter PVC monitor

screen, sand pack and riser to 65 feet bls to

monitor 50-60 feet bls with development and

surface finish complete

Linear Feet $ 65 $

Subtotal in Numbers (Item D): $

Page 78: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 5

Attachment C – Bid Schedule Form

ITEM E – DRILLING AND TESTING LONG-TERM MONITOR WELL A-4

Bid

Item #

Contract Description Unit Unit Price Quantity Extended Total

A-4.1 Mobilization and Site preparation. Per Site $ 1 $

A-4.2

Drill nominal 6-inch diameter pilot hole from land

surface to approximately 125 feet bls using mud-

rotary.

Linear Feet $ 125 $

A-4.3 Run natural gamma, caliper and dual induction

electric logs. Lump Sum $ 1 $

A-4.4

Ream borehole to nominal 16-inch diameter and

install, centralize, and cement 12-inch diameter

primary steel Surface casing to approximately 125

feet bls.

Linear Feet $ 125 $

A-4.5

Drill nominal 6-inch diameter pilot hole by reverse-

air method from base of primary Surface casing to

approximately 450 feet bls w/ water sample

collection every drill rod change.

Linear Feet $ 325 $

A-4.6

Run caliper, natural gamma, dual-induction,

borehole compensated sonic, fluid temperature,

fluid resistivity, and fluid flow logs.

Lump Sum $ 1 $

A-4.7

Ream borehole to nominal 11-inch diameter from

base of primary Surface casing and install,

centralize, and cement 6-inch diameter SDR 17

CertainTeed Certa-Lok Final well casing to

approximately 350 feet bls.

Linear Feet $ 350 $

A-4.8

Clean out open hole by direct-air or reverse-air

method to final open hole depth of approximately

450 feet bls (max).

Linear Feet $ 100 $

A-4.9 Back-plug lower portion of open hole interval with

cement (if needed). Linear Feet $ 50 $

A-4.10 Develop well by air-lift circulation. Unit Hour $ 4 $

A-4.11 Perform high rate pumping development. Unit Hour $ 4 $

A-4.12 Conduct step-drawdown test Unit Hour $ 4 $

A-4.13 Conduct 72-hr Multi-well Aquifer Performance Test. Lump Sum $ 1 $

A-4.14 Complete Wellhead and Pad. Lump Sum $ 1 $

A-4.15 Cleanup and restore site. Demobilize. Per site $ 1 $

Subtotal in Numbers (Item E): $

Page 79: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 6

Attachment C – Bid Schedule Form

ITEM F – DRILLING AND TESTING APT MONITOR WELL A-4a

Bid

Item #

Contract Description Unit Unit Price Quantity Extended Total

A-4a.1

Drill nominal 14-inch diameter borehole from land

surface and install, centralize, and cement 10-inch

diameter primary steel Surface casing to

approximately 125 feet bls.

Linear Feet $ 125 $

A-4a.2

Drill nominal 10-inch diameter borehole from base

of primary Surface casing and install, centralize and

cement 4.5-inch diameter SDR 17 CertainTeed

Certa-Lok Final casing to approximately 350 feet

bls.

Linear Feet $ 350 $

A-4a.3

Drill nominal 4-inch diameter open hole to an

anticipated total depth of approximately 450 feet

bls.

Linear Feet $ 100 $

A-4a.4 Develop well by air-lift circulation. Unit Hour $ 4 $

Subtotal in Numbers (Item F): $

ITEM G – DRILLING SAS MONITOR WELL A-4b

Bid

Item #

Description Unit Unit Price Quantity Extended Total

A-4b.1-

A-4b.7

Drill 8-inch diameter borehole to 45 feet bls, install,

set and cement 2-inch diameter PVC monitor

screen, sand pack and riser to 45 feet bls to

monitor 30-40 feet bls with development and

surface finish complete

Linear Feet $ 45 $

Subtotal in Numbers (Item G): $

ITEM H – DRILLING AND TESTING LONG-TERM MONITOR WELL B-2

Bid

Item #

Contract Description Unit Unit Price Quantity Extended Total

B-2.1 Mobilization and Site preparation. Per Site $ 1 $

B-2.2

Drill nominal 6-inch diameter pilot hole from land

surface to approximately 250 feet bls using mud-

rotary.

Linear Feet $ 250 $

B-2.3 Run natural gamma, caliper and dual induction

electric logs. Lump Sum $ 1 $

B-2.4

Ream borehole to nominal 20-inch diameter and

install, centralize, and cement 16-inch diameter

secondary steel Surface casing to approximately

250 feet bls (if needed).

Linear Feet $ 250 $

Page 80: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 7

Attachment C – Bid Schedule Form

ITEM H – DRILLING AND TESTING LONG-TERM MONITOR WELL B-2 (cont.)

Bid

Item #

Contract Description Unit Unit Price Quantity Extended Total

B-2.5

Drill nominal 6-inch diameter pilot hole from the

base of the secondary Surface casing to

approximately 800 feet bls using mud-rotary.

Linear Feet $ 550 $

B-2.6 Run natural gamma, caliper and dual induction

electric logs. Lump Sum $ 1 $

B-2.7

Ream borehole to nominal 16-inch diameter from

base of secondary Surface casing to primary

Surface casing and install, centralize, and cement

12-inch diameter primary steel Surface casing to

approximately 800 feet bls.

Linear Feet $ 800 $

B-2.8

Drill nominal 6-inch diameter pilot hole by reverse-

air method from base of primary Surface casing to

approximately 1,200 feet bls w/ water sample

collection every drill rod change.

Linear Feet $ 400 $

B-2.9

Run caliper, natural gamma, dual-induction,

borehole compensated sonic, fluid temperature,

fluid resistivity, and fluid flow logs

Lump Sum $ 1 $

B-2.10

Ream borehole to nominal 11-inch diameter from

base of primary Surface casing and install,

centralize, and cement 6-inch diameter SDR 17

CertainTeed Certa-Lok Final well casing to

approximately 1,100 feet bpl (max).

Linear Feet $ 1,100 $

B-2.11

Clean out open hole by reverse-air method to final

open hole depth of approximately 1,200 feet bls

(max).

Linear Feet $ 100 $

B-2.12 Back-plug lower portion of open hole interval with

cement (if needed). Linear Feet $ 50 $

B-2.13 Develop well by air-lift circulation. Unit Hour $ 4 $

B-2.14 Perform high rate pumping development. Unit Hour $ 4 $

B-2.15 Conduct step-drawdown test. Unit Hour $ 4 $

B-2.16 Complete Wellhead and Pad. Lump Sum $ 1 $

B-2.17 Cleanup and restore site. Demobilize. Per site $ 1 $

Subtotal in Numbers (Item H): $

Page 81: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 8

Attachment C – Bid Schedule Form

ITEM I – ADDITIONAL WORK ITEMS (AS NEEDED)

Description Unit Unit Price Quantity Extended Total

Extra Work – Drilling Crew with Drilling Equipment Unit Hour $ 1 $

Extra Work – Crew with Pump Hoist Unit Hour $ 1 $

Extra Work – Drilling or other Crews Unit Hour $ 1 $

Standby Time – Rig and Drilling Crew On Site Unit Hour $ 1 $

Standby Time – Rig on Site and Crew Off Site Unit Hour $ 1 $

Subtotal in Numbers (Item I): $

Page 82: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer 9

Attachment C – Bid Schedule Form

TOTAL BASE BID

Item # Description Total

A Drilling and Testing Long-Term/Monitor Well A-2 $

B Drilling and Testing APT Well A-2a $

C Drilling and Testing Long-Term/Monitor Well A-3 $

D Drilling and Testing SAS Well A-3b $

E Drilling and Testing Long-Term/Monitor Well A-4 $

F Drilling and Testing APT Well A-4a $

G Drilling and Testing SAS Well A-4b $

H Drilling and Testing Long-Term/Monitor Well B-2 $

I Additional Work Items (As Needed) $

Total Base Bid in Numbers: $

Total Base Bid in Words: __________________________________________________________________ _________________________________________________________________________________________

The undersigned authorized individual declares that the unit prices entered into the preceding

Bid Schedule Form include all associated cost to provide the unit item as described in the

Technical Specifications.

Signature of Authorized Individual Completing Bid Schedule Form

Printed Name of Authorized Individual Completing Bid Schedule Form

Page 83: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment D – Bidder Acknowledgment Form

ATTACHMENT D

BIDDER ACKNOWLEDGMENT FORM

Page 84: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment D – Bidder Acknowledgment Form

BIDDER ACKNOWLEDGMENT

I, the undersigned, having read all parts of this Invitation to Bid, ITB No. 16B-007, titled,

“DEEP EXPLORATORY TESTING AND MONITOR WELL CONSTRUCTION IN THE

UPPER FLORIDAN AQUIFER, COASTAL SANTA ROSA, OKALOOSA, AND

WALTON COUNTIES, FLORIDA” and having a comprehensive understanding of all

provisions, rules, requirements, restrictions, etc. contained herein, agree to same and respectfully

submit the bid contained herein.

____________________________ ____________________________

Authorized Signature Position or Title

____________________________ ____________________________

Typed Name of Above Signature Agency or Company

______________________________________________________________________

Business Address

____________________________

Candice Costello, Agency Clerk

Northwest Florida Water Management District

Page 85: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment E – Bid Bond Form

ATTACHMENT E

BID BOND FORM

Page 86: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment E – Bid Bond Form

BID BOND FORM

KNOW ALL PERSONS BY THESE PRESENTS: that

of

Principle (hereafter designated as “Bidder”) Company

in the penal sum of $ (5% of the bid) for the payment of which will

and truly be made, we hereby jointly and severally bind ourselves, successors and assigns.

Signed this day of , 2016. The condition of the above obligation is

such that whereas the principal has submitted to the Northwest Florida Water Management

District, a certain BID attached hereto and hereby made a part hereof to enter into a contract in

writing, for DEEP EXPLORATORY TESTING AND MONITOR WELL CONSTRUCTION IN

THE UPPER FLORIDAN AQUIFER, COASTAL SANTA ROSA, OKALOOSA, AND WALTON

COUNTIES, FLORIDA.

NOW THEREFORE,

(a) If said BID shall be rejected, or

(b) If said BID shall be accepted and the Principal shall execute and deliver a contract

in the Form of Contract attachment hereto (properly completed in accordance

with said BID) and shall furnish a BOND for faithful performance of said

contract, and for the payment of all persons performing labor or furnishing

materials in connection therewith, and shall in all other respects perform the

AGREEMENT created by the acceptance of said BID, then this obligation shall

be void, otherwise the same shall remain in force and agreed that the liability of

the Surety for any and all claims hereunder shall, in no event, exceed the penal

amount of this obligation as herein stated.

The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety

and its BOND shall be in no way impaired or affected by any extension of the time within which

the DISTRICT may accept such BID; and said Surety does hereby waive notice of any such

extension.

IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,

and such of them as are corporations have caused their corporate seals to be hereto affixed and

these presents to be signed by their proper officers, the day and year first set forth above.

_____________________________________

Principal

_____________________________________

Surety

By: _________________________________

Page 87: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment F – Draft Agreement with Contractor

ATTACHMENT F

DRAFT AGREEMENT with CONTRACTOR

Page 88: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment F – Draft Agreement with Contractor

DRAFT AGREEMENT

FOR ____________________________

BETWEEN

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT

AND CONTRACTOR

(NWFWMD CONTRACT NUMBER _________)

This agreement (the “Agreement”) is by and between the Northwest Florida Water Management District

(hereinafter, the DISTRICT) and CONTRACTOR (hereinafter, the CONTRACTOR). The DISTRICT

and the CONTRACTOR hereby agree as follows:

SECTION 1 – SCOPE OF SERVICES

A. The CONTRACTOR shall perform and render all services as an independent CONTRACTOR of the

DISTRICT and not as an agent, representative, or employee of the DISTRICT. Services shall be

provided in accordance with the CONTRACTOR’s proposal submitted under Invitation to Bid (ITB)

16B-007 titled, “DEEP EXPLORATORY TESTING AND MONITOR WELL

CONSTRUCTION IN THE UPPER FLORIDAN AQUIFER, COASTAL SANTA ROSA,

OKALOOSA, AND WALTON COUNTIES, FLORIDA” incorporated herein by reference, and

Task Orders when issued to the CONTRACTOR, at the discretion of the DISTRICT.

B. New Task Orders issued by the DISTRICT will include a new Task Order number and a statement of

work for the services to be performed. Within fourteen (14) days of receipt of any Task Order Request

(TOR), issued by the DISTRICT, the CONTRACTOR may be requested to submit a detailed Scope of

Work (SOW) and schedule to the DISTRICT based on the project description specified by the

DISTRICT or its authorized representative as “the Scope of Work” for the TOR. All work by the

CONTRACTOR associated with preparation of SOWs and schedules shall be solely at the expense of

the CONTRACTOR.

C. Prior to the CONTRACTOR's commencement of work, the DISTRICT shall provide and transmit to

the CONTRACTOR an approved Task Order and Notice to Proceed.

D. Contractor shall commence work within 14 days of issuance of a Notice to Proceed by the District.

SECTION 2 – RESPONSIBILITIES OF CONTRACTOR

A. The CONTRACTOR is responsible for the timely completion, professional quality, and technical

accuracy of all work and services provided to the DISTRICT under the terms of this Agreement. The

CONTRACTOR shall, without additional compensation, correct or revise any errors, omissions or

other deficiencies identified by the DISTRICT in reports, drawings, and in conjunction with all other

services provided for under this Agreement.

B. The CONTRACTOR shall be, and shall remain, liable in accordance with applicable law for all

damages to the DISTRICT caused by the CONTRACTOR’s negligent performance of any of the

services furnished under this Agreement, except for errors, omissions or other deficiencies to the

extent attributable to the DISTRICT.

Page 89: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment F – Draft Agreement with Contractor

C. The CONTRACTOR’s obligations under this Section 2 are in addition to the CONTRACTOR’s other

expressed or implied assurances under this Agreement or state law and in no way diminish any other

rights that the DISTRICT may have against the CONTRACTOR for deficiencies in work.

D. The CONTRACTOR shall indemnify and hold harmless the DISTRICT, and its officers and

employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable

attorneys’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct

of the CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the

performance of this Agreement.

E. The CONTRACTOR warrants that they have not employed or retained any company or person, other

than a bona fide employee working solely for the CONTRACTOR to solicit or secure this Agreement

and that the CONTRACTOR has not paid or agreed to pay any person, company, corporation,

individual, or firm, other than a bona fide employee working solely for the CONTRACTOR any fee,

commission, percentage, gift, or other consideration contingent upon or resulting from the award or

making of this Agreement.

SECTION 3 – TRUTH-IN-NEGOTIATIONS

The CONTRACTOR certifies that wage rates and other factual unit costs supporting the compensation

are accurate, complete, and current at the time of contracting. The original contract price and any

additions thereto will be adjusted to exclude any significant sums by which the DISTRICT determines the

contract price was increased due to inaccurate, incomplete, or non-current wage rates and other factual

unit costs. All such contract adjustments must be made within one year following the end of this

Agreement.

SECTION 4 – COMPENSATION

A. Maximum compensation under this contract shall be determined by the collective Task Orders issued

under the terms of and during the inclusive dates of this Agreement and shall not exceed the

availability of funds and current budget authorizations as approved by the District Governing Board.

Each Task Order shall stand apart from all other Task Orders and shall not extend a scope of services

or funding to or from another Task Order.

B. Payment for “DEEP EXPLORATORY TESTING AND MONITOR WELL CONSTRUCTION

IN THE UPPER FLORIDAN AQUIFER, COASTAL SANTA ROSA, OKALOOSA, AND

WALTON COUNTIES, FLORIDA” will be subject to inspection and approval by the District’s

Project Manager. The Project Manager, will determine, in his sole discretion, whether or not the

CONTRACTOR has successfully completed Task Order for “DEEP EXPLORATORY TESTING

AND MONITOR WELL CONSTRUCTION IN THE UPPER FLORIDAN AQUIFER,

COASTAL SANTA ROSA, OKALOOSA, AND WALTON COUNTIES, FLORIDA.”. Payment

will not be made until the District receives written authorization to do so by the District Project

Manager.

C. The CONTRACTOR shall submit invoices monthly per the requirements of each Task Order. Each

invoice submitted must be in detail sufficient for pre-audit and post-audit review. A final invoice

Page 90: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment F – Draft Agreement with Contractor

must be submitted within thirty (30) days after the expiration date of the Task Order to assure the

availability of funding for final payment.

D. The compensation amount will be determined on the basis of the unit prices as set forth in Attachment

A: CONTRACTOR Bid for “DEEP EXPLORATORY TESTING AND MONITOR WELL

CONSTRUCTION IN THE UPPER FLORIDAN AQUIFER, COASTAL SANTA ROSA,

OKALOOSA, AND WALTON COUNTIES, FLORIDA”, attached hereto and made a part hereof.

Any subcontractor fees and direct expenses (ODCs) required for completion of a Task Order should

have been included in the CONTRACTOR’s unit bid price and will be the responsibility of the

CONTRACTOR.

E. Payment will be made upon inspection and approval of deliverables as specified by Task Order and

within 30 days of receipt of an approved invoice, submitted in sufficient detail for a pre-audit and

post-audit review. Invoices shall not be submitted more frequently than monthly.

F. Two copies of each invoice, including appropriate backup documentation, shall be submitted to:

Chief, Bureau of Finance and Accounting

Northwest Florida Water Management District

81 Water Management Drive

Havana, FL 32333

SECTION 5 – PERFORMANCE BOND

Prior to commencing work on a Task Order, the CONTRACTOR shall provide a Performance Bond in an

amount equal to five percent (5%) of the amount authorized to be held by the District to insure contract

compliance and to pay any damages sustained by the District due to the Contractor’s negligence or breach

of contract. The Performance Bond shall be returned to the contractor within 30 days of successful

completion of all terms and conditions of each Task Order.

SECTION 6 – TIME OF PERFORMANCE

A. Time is of the essence for each and every aspect of this Agreement. Where additional time is allowed

to complete the Work, the new time limit shall also be of the essence. All provisions of this

Agreement that by their nature extend beyond the Contract Completion Date shall survive termination

or expiration of this Agreement.

B. This Agreement is effective on the date of execution and shall terminate no later than September 30,

2017, subject to the availability of appropriated funds in each fiscal year of the DISTRICT.

C. Upon expiration of the renewal of this Agreement, this Agreement may be extended for six months,

if, through no fault of the CONTRACTOR, any Task Assignments are not completed.

SECTION 7 – FORCE MAJEURE AND DELAYS

A. Force Majeure. CONTRACTOR shall not be liable for failure to carry out the terms of this

Agreement to the extent such failure is due to a Force Majeure event, except for failures that could

have been reasonably foreseen and guarded against so as to avoid or reduce the adverse impact

Page 91: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment F – Draft Agreement with Contractor

thereof. A Force Majeure event is hereby defined as the failure to carry out any of the terms of this

Agreement due to any one of the following circumstances beyond the control of CONTRACTOR: (a)

the operation and effect of rules, regulations, or orders promulgated by any commission, county,

municipality, or governmental agency of the State of Florida or the United States, (b) a restraining

order, injunction, or similar decree of any court of competent jurisdiction, (c) war, (d) flood,

(e) earthquake, (f) fire, (g) severe wind storm, (h) acts of public disturbance, (i) quarantine

restrictions, (j) epidemics, (k) strikes, (l) freight embargoes, or (m) sabotage. The times specified

herein for performances include delays that can ordinarily be anticipated due to adverse weather

conditions. The District is not obligated to grant an extension of time due to adverse weather

conditions unless such conditions rise to the level of Force Majeure.

B. Delay. CONTRACTOR shall not be compensated for delays caused by CONTRACTOR’s

inefficiency, rework made necessary by CONTRACTOR’s error, failure to perform the Work as

scheduled, or any other corrective or productivity measures made necessary by errors, omissions, or

failures to properly perform the Work. Within ten days after the onset of a delay, CONTRACTOR

shall notify the District in writing of the delay, which shall provide: (1) a detailed description of the

delay and its probable duration, (2) the specified portion of the Work affected, and (3) an opinion as

to the cause of the delay and liability (if any) for the delay. Notices provided more than ten days after

the inception of the delay shall only be effective as to additional costs or delay incurred during the

ten-day period preceding receipt of such notice. In the case of continuing cause delay for the same

cause, only one notice of delay is necessary. Failure to provide this notice waives any claim for

extension of time or additional compensation resulting from such delay. If the delay is due to the

failure of another District contractor to complete its work in a timely manner, changes ordered in the

Work, a Force Majeure event, or any other cause which the District, in its sole judgment and

discretion, determines to justify the delay, then the Task Order Completion Date may be extended as

necessary to compensate for the delay. All time extensions shall be in the form of a written Task

Order amendment signed by both parties.

SECTION 7 – APPROVALS AND NOTICES

A. The CONTRACTOR’S project manager is ______________, telephone number_________. The

DISTRICT’s project manager____________, telephone number (850) 539-5999. All matters should

be coordinated with or directed to the appropriate person for proper disposition.

B. Any notice or other written communications between the CONTRACTOR and the DISTRICT shall

be considered delivered when posted by certified mail or delivered in person to the respective project

manager.

C. The addresses of the parties for the purpose of notice under this Agreement shall be as follows unless

otherwise changed in writing:

CONTRACTOR Northwest Florida Water Management District

ADDRESS 81 Water Management Drive

CITY, STATE Havana, FL 32333-4712

D. No amendment to this Agreement shall be effective unless reduced to writing and executed by the

parties hereto.

Page 92: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment F – Draft Agreement with Contractor

E. The DISTRICT and the CONTRACTOR may, by written order designated to be a Task Change

Order, agree that additional work shall be undertaken for Task Orders issued within the general scope

of this Agreement.

F. All work shall progress as stipulated and provided in approved Task Orders as described in Section 1,

“Scope of Services.”

G. The DISTRICT shall, at its sole discretion, determine whether the project tasks have been

satisfactorily completed.

H. The CONTRACTOR agrees to assume responsibility for all claims, demands, liabilities, and suits of

any nature to the extent resulting from willful misconduct or negligent acts, or errors and omissions,

by the CONTRACTOR, its agents or employees to the extent permitted by Florida law.

I. The DISTRICT may unilaterally cancel this Agreement for refusal by the CONTRACTOR to allow

public access to all documents, papers, letters or other material subject to the provisions of Chapter

119, Florida Statutes, and made or received by the CONTRACTOR in conjunction with the contract.

SECTION 8 – INSURANCE

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 $1,000,000; 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 days’ notice to the DISTRICT of

cancellation of any material change in the terms of the insurance policies.

SECTION 9 – SUBCONTRACTS

A. The CONTRACTOR shall not subcontract, assign, or transfer any work under this Agreement

without the prior written consent of the DISTRICT. Any subcontractors who may be employed by the

CONTRACTOR and approved by the DISTRICT must also adhere to all provisions of this

Agreement. Subcontractors included in the CONTRACTOR’s proposal for this Agreement are pre-

approved for use under any Task Order or Purchase Order.

B. When applicable the CONTRACTOR shall cause the names of subcontractor firms responsible for

portions of the work to appear on such work.

C. The CONTRACTOR agrees to notify the DISTRICT of all subcontracts no less than ten (10) days

prior to the effective date of the subcontracts for the purpose of approval by the DISTRICT. The

CONTRACTOR agrees to provide the DISTRICT with an executed copy of all subcontracts within

ten (10) days after the effective date thereof.

D. The CONTRACTOR agrees to be responsible for the fulfillment of all work elements or

arrangements as included in the subcontracts and agrees to be responsible for the payment of all

Page 93: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment F – Draft Agreement with Contractor

monies due under any subcontract and hold the DISTRICT harmless from any liability or damages

arising under or from any subcontract hereunder.

SECTION 10 – TERMINATION OF AGREEMENT

A. The DISTRICT or its designated representatives will decide all questions, difficulties, and disputes of

whatever nature which may arise under or by reason of this Agreement. The DISTRICT's decision

upon all claims, questions, and disputes shall be final, conclusive and binding upon the parties hereto.

This Section 10 does not preclude any party from seeking relief by filing a petition for administrative

hearing pursuant to Chapter 120, Florida Statutes.

B. If the CONTRACTOR fails to fulfill its obligations in a timely and proper manner under this

Agreement, or if the CONTRACTOR violates any of the covenants, agreements, or stipulations of

this Agreement, the DISTRICT has the right to terminate this Agreement. This right to terminate will

be exercised by giving written notice to the CONTRACTOR of such termination and specifying the

reason and effective date thereof. Upon notice of intent to terminate this Agreement by the

DISTRICT, the CONTRACTOR will have a contract resolution period not to exceed 30 days to

resolve deficiencies, disputes or other contract issues to the DISTRICT’s satisfaction before the

termination is final. During this resolution period the CONTRACTOR will not initiate any new tasks

requiring additional compensation without written approval by the DISTRICT.

C. The DISTRICT may at any time and for any reason terminate this Agreement at the DISTRICT’s

convenience. Upon receipt of such notice, the CONRACTOR shall, unless the notice directs

otherwise, immediately discontinue the work and procurement for all materials and services in

connection with the performance of this Agreement.

D. The CONTRACTOR shall not be relieved of liability to the DISTRICT for damages sustained by the

DISTRICT because of any breach of this Agreement, without prejudice to any other rights the

DISTRICT may have as a result of such breach, including but not limited to the right to consequential

or incidental damages.

E. In the event the DISTRICT terminates this Agreement, the CONTRACTOR shall be compensated for

all acceptable work completed as of the date of termination and for any irrevocable commitments for

procurement for materials or services made by the CONTRACTOR as of the date of termination. The

CONTRACTOR agrees that it will make no such commitments prior to receiving written approval

from the DISTRICT. The CONTRACTOR also agrees to provide all work products completed or in

progress at the date of termination.

SECTION 11 – REPORTS REQUIRED

A. The CONTRACTOR will provide the DISTRICT with any and all reports, plans, permits, drawings,

maps, well completion reports, laboratory results, or other documents resulting from Task Orders and

associated detailed scope of services and schedule. Unless otherwise specified, all written materials,

documents, plans, model results, and maps shall be submitted to the DISTRICT in editable electronic

format by the CONTRACTOR, and hard copies shall be provided as requested by the DISTRICT. All

digital photos, graphics, and maps shall be of sufficient quality to be reproducible.

Page 94: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment F – Draft Agreement with Contractor

B. The CONTRACTOR shall be responsible for the validation of all field and analytical data collected

by the CONTRACTOR and shall be responsible for the accuracy of all reports submitted to the

DISTRICT.

SECTION 12 – OWNERSHIP OF DOCUMENTS AND DELIVERABLES

A. All reports produced and other data gathered by the CONTRACTOR for the purpose of this

Agreement shall become the property of the DISTRICT without restriction or limitation upon their

use and shall be made available by the CONTRACTOR at any time upon request of the DISTRICT.

B. All deliverables, including Work not accepted by the DISTRICT, are DISTRICT property when

CONTRACTOR has received compensation therefor, in whole or in part. For any Work subject to

patent or copyright, such Work is a “work made for hire” as defined by the patent and copyright laws

of the United States. CONTRACTOR shall not make any representation otherwise and, upon request,

shall sign any documents so affirming. Any DISTRICT source documents or other DISTRICT or

non-DISTRICT documents, specifications, materials, reports, or accompanying data developed,

secured, or used in the performance of the Work, excluding proprietary materials, as outlined in the

Scope of Work, are DISTRICT property and shall be safeguarded and provided to the DISTRICT

upon request. This obligation shall survive termination or expiration of this Agreement.

C. The DISTRICT shall have the unrestricted right to use and disseminate all of the above-referenced

documents without payment of further compensation to CONTRACTOR, provided that any future

use for other than the purpose intended by this Agreement shall be at the DISTRICT’s sole risk and

without liability to CONTRACTOR. CONTRACTOR shall include language in all subcontracts

clearly indicating that ownership and copyright to all materials produced pursuant to this Agreement

remains with the DISTRICT, as provided herein. All original sketches, tracings, drawings,

computation details, calculations, field books, and plans that result from the Work shall become the

sole property of the DISTRICT. CONTRACTOR shall submit all such work products to the

DISTRICT, if requested. CONTRACTOR may retain copies of all work products created pursuant to

this Agreement.

SECTION 13 – RELEASE OF INFORMATION

The CONTRACTOR agrees not to divulge any information obtained in connection with the performance

of services under this Agreement to anyone other than the DISTRICT unless authorized in writing by the

DISTRICT. All drawings, specifications, diagrams, reports, documents, etc., furnished by the

CONTRACTOR pursuant to this Agreement shall become the sole property of the DISTRICT, and may

be subject to disclosure by the DISTRICT under Chapter 119, Florida Statutes. However, the

CONTRACTOR shall maintain the confidentiality of the project and all related information unless such

confidentiality is waived by the DISTRICT in writing.

SECTION 14 – CHOICE OF LAW/FORUM

A. The parties hereby agree that any and all actions or disputes arising out of this Agreement shall be

governed by the Laws of the State of Florida; and any such actions shall be brought in Leon County,

Florida.

Page 95: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment F – Draft Agreement with Contractor

B. Failure to file a protest within the time prescribed in section 120.57(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.

SECTION 15 – PUBLIC ENTITY CRIME/DISCRIMINATORY VENDOR LIST

A. 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 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 287.017, for CATEGORY TWO for a period of 36 months from the date

of being placed on the convicted vendor list.

B. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid,

proposal, or reply on a contract to provide any goods or services to a public entity; may not submit

bid, proposal, or reply on a contract with a public entity for the construction or repair of a public

building or public work; may not submit bids, proposals, or replies 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.

SECTION 16 – ACCESS TO RECORDS FOR THE PURPOSE OF AUDITS

A. The CONTRACTOR shall maintain books, records, and documents directly pertinent to performance

under this AGREEMENT in accordance with generally accepted accounting principles consistently

applied. The DISTRICT, the State of Florida, or their authorized representatives shall have access to

such records for auditing purposes during the term of this AGREEMENT and for three years

following project completion.

B. The CONTRACTOR shall cooperate with an inspector general in any investigation, audit,

inspection, review, or hearing, pursuant to s. 20.055(5), F.S.

SECTION 17 – REMEDIES

A. In accordance with 287.058(1)(h), F.S., the DISTRICT will apply financial consequences for

nonperformance. If CONTRACTOR fails to produce the deliverables as specified within the assigned

Task Orders, the DISTRICT shall apply the financial consequences identified therein.

B. Cumulative Remedies. The rights and remedies of the DISTRICT in this Section 17 are in addition to

any other rights and remedies provided by law or under this Agreement.

Page 96: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment F – Draft Agreement with Contractor

SECTION 18 – AGREEMENT AS INCLUDING ENTIRE AGREEMENT

This Agreement, including Attachment A: CONTRACTOR’s Bid submitted for ITB 16B-007, the

DISTRICT’s Invitation to Bid package, and subsequent individual Task Orders and supporting

documents, hereby incorporated by reference, makes up the entire contract of the parties. There are no

provisions, terms, conditions or obligations other than those contained herein; and this Agreement shall

supersede all previous communication, representation, or agreements, either verbal or written between the

parties hereto.

IN WITNESS THEREOF, the DISTRICT and the CONTRACTOR have executed this Agreement as of

the date below written.

Northwest Florida Water Management District CONTRACTOR

Havana, Florida CITY, STATE

By: __________________________ By: __________________________

Brett J. Cyphers (NAME)

Executive Director (TITLE)

Date: __________________________ Date: __________________________

Page 97: 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

ITB –16B-007 - Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment F – Draft Agreement with Contractor

ATTACHMENT A

(CONTRACTOR’S BID SUBMITTAL)

Page 98: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment G – Vendor Registration Form

ATTACHMENT G

VENDOR REGISTRATION FORM, Form 14

Page 99: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment G – Vendor Registration Form

Northwest Florida Water Management District Bureau of Finance and Accounting 81 Water Management Drive Havana, FL 32333 Phone (850)539-5999 Fax (850)539-2777

VENDOR REGISTRATION FORM

Vendor Information (Please type or print clearly)

Date:

FEID or SS Number

E-mail Address (if applicable):

Vendor Name:

Mailing Address: (It is the vendor’s responsibility to promptly notify the District of any change of address.)

City: State: Zip:

Remittance Address: (If different from mailing address)

Contact Person: Title

Phone: Fax Number: Toll-Free Number:

Check one that best describes your company:

Non-Certified Non-Minority Business Classification

Certified Minority Business Enterprise

Minority Business Enterprise

Non-Profit Organization

A Non-Minority B Small Business-State* C Small Business-Federal E Governmental Agency F Non-Profit Organization G_ P.R.I.D.E.

H African American I Hispanic

J Asian/Hawaiian K Native American M American Woman

N African American O_ Hispanic P Asian/Hawaiian Q_ Native American R American Woman

S 51% or more Minority Board of Directors T 51% or more Minority Officers U 51% or more Minority community Served V Other Non-Profit

*Defined as 100 employees or less and $3 million or less net worth and domiciled in Florida.

To apply for Florida Minority Business Certification, call (850) 487-0915 to request an application.

This form should be signed below by an officer of the company:

Signature Date

Name and Title (Printed or Typed)

NWFWMD FORM 14 10/16/07 vlm

Page 100: 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

ITB –Deep Exploratory Testing and Monitor Well Construction in the Upper Floridan Aquifer

Attachment H – Tax Form W-9

ATTACHMENT H

TAX FORM W-9

Request for Taxpayer Identification Number and Certification, Rev. Dec. 2014

Page 101: 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

Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. or

Note. If the account is in more than one name, see the instructions for line 1 and the chart on page 4 for guidelines on whose number to enter.

Under penalties of perjury, I certify that:

1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and

2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and

3. I am a U.S. citizen or other U.S. person (defined below); and

4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.

Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3.

General Instructions Section references are to the Internal Revenue Code unless otherwise noted.

Future developments. Information about developments affecting Form W-9 (such as legislation enacted after we release it) is at www.irs.gov/fw9.

Purpose of Form

An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following:

• Form 1099-INT (interest earned or paid)

• Form 1099-DIV (dividends, including those from stocks or mutual funds)

• Form 1099-MISC (various types of income, prizes, awards, or gross proceeds)

• Form 1099-B (stock or mutual fund sales and certain other transactions by brokers)

• Form 1099-S (proceeds from real estate transactions)

• Form 1099-K (merchant card and third party network transactions)

• Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition)

• Form 1099-C (canceled debt)

• Form 1099-A (acquisition or abandonment of secured property)

Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN.

If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding? on page 2.

By signing the filled-out form, you:

1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued),

2. Certify that you are not subject to backup withholding, or

3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and

4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting? on page 2 for further information.

Cat. No. 10231X Form W-9 (Rev. 12-2014)

SignHere

Signature of

Form W-9 (Rev. December 2014)

Department of the Treasury Internal Revenue Service

Request for Taxpayer Identification Number and Certification

Give Form to the

requester. Do not

send to the IRS.

Pri

nt

or

typ

e

See S

pe

cif

ic In

str

ucti

on

s o

n p

age 2

.

1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank.

2 Business name/disregarded entity name, if different from above

3 Check appropriate box for federal tax classification; check only one of the following seven boxes:

Individual/sole proprietor or C Corporation S Corporation Partnership Trust/estate single-member LLC

Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ▶

Note. For a single-member LLC that is disregarded, do not check LLC; check the appropriate box in the line above for the tax classification of the single-member owner.

Other (see instructions) ▶

4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3):

Exempt payee code (if any)

Exemption from FATCA reporting

code (if any)

(Applies to accounts maintained outside the U.S.)

5 Address (number, street, and apt. or suite no.) Requester’s name and address (optional)

6 City, state, and ZIP code

7 List account number(s) here (optional)

Part I Taxpayer Identification Number (TIN)

Social security number

Employer identification number

Part II Certification

Page 102: 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

Page 2

2

Form W-9 (Rev. 12-2014)

Note. If you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester’s form if it is substantially similar to this Form W-9.

Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are:

• An individual who is a U.S. citizen or U.S. resident alien;

• A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States;

• An estate (other than a foreign estate); or

• A domestic trust (as defined in Regulations section 301.7701-7).

Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax under section 1446 on any foreign partners’ share of effectively connected taxable income from such business. Further, in certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to presume that a partner is a foreign person, and pay the section 1446 withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership income.

In the cases below, the following person must give Form W-9 to the partnership for purposes of establishing its U.S. status and avoiding withholding on its allocable share of net income from the partnership conducting a trade or business in the United States:

• In the case of a disregarded entity with a U.S. owner, the U.S. owner of the disregarded entity and not the entity;

• In the case of a grantor trust with a U.S. grantor or other U.S. owner, generally, the U.S. grantor or other U.S. owner of the grantor trust and not the trust; and

• In the case of a U.S. trust (other than a grantor trust), the U.S. trust (other than a grantor trust) and not the beneficiaries of the trust.

Foreign person. If you are a foreign person or the U.S. branch of a foreign bank that has elected to be treated as a U.S. person, do not use Form W-9. Instead, use the appropriate Form W-8 or Form 8233 (see Publication 515, Withholding of Tax on Nonresident Aliens and Foreign Entities).

Nonresident alien who becomes a resident alien. Generally, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of income. However, most tax treaties contain a provision known as a “saving clause.” Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the payee has otherwise become a U.S. resident alien for tax purposes.

If you are a U.S. resident alien who is relying on an exception contained in the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of income, you must attach a statement to Form W-9 that specifies the following five items:

1. The treaty country. Generally, this must be the same treaty under which you claimed exemption from tax as a nonresident alien.

2. The treaty article addressing the income.

3. The article number (or location) in the tax treaty that contains the saving clause and its exceptions.

4. The type and amount of income that qualifies for the exemption from tax.

5. Sufficient facts to justify the exemption from tax under the terms of the treaty article.

Example. Article 20 of the U.S.-China income tax treaty allows an exemption from tax for scholarship income received by a Chinese student temporarily present in the United States. Under U.S. law, this student will become a resident alien for tax purposes if his or her stay in the United States exceeds 5 calendar years. However, paragraph 2 of the first Protocol to the U.S.-China treaty (dated April 30, 1984) allows the provisions of Article 20 to continue to apply even after the Chinese student becomes a resident alien of the United States. A Chinese student who qualifies for this exception (under paragraph 2 of the first protocol) and is relying on this exception to claim an exemption from tax on his or her scholarship or fellowship income would attach to Form W-9 a statement that includes the information described above to support that exemption.

If you are a nonresident alien or a foreign entity, give the requester the appropriate completed Form W-8 or Form 8233.

Backup Withholding

What is backup withholding? Persons making certain payments to you must under certain conditions withhold and pay to the IRS 28% of such payments. This is called “backup withholding.” Payments that may be subject to backup withholding include interest, tax-exempt interest, dividends, broker and barter exchange transactions, rents, royalties, nonemployee pay, payments made in settlement of payment card and third party network transactions, and certain payments from fishing boat operators. Real estate transactions are not subject to backup withholding.

You will not be subject to backup withholding on payments you receive if you give the requester your correct TIN, make the proper certifications, and report all your taxable interest and dividends on your tax return.

Payments you receive will be subject to backup withholding if:

1. You do not furnish your TIN to the requester,

2. You do not certify your TIN when required (see the Part II instructions on page 3 for details),

3. The IRS tells the requester that you furnished an incorrect TIN,

4. The IRS tells you that you are subject to backup withholding because you did not report all your interest and dividends on your tax return (for reportable interest and dividends only), or

5. You do not certify to the requester that you are not subject to backup withholding under 4 above (for reportable interest and dividend accounts opened after 1983 only).

Certain payees and payments are exempt from backup withholding. See Exempt payee code on page 3 and the separate Instructions for the Requester of Form W-9 for more information.

Also see Special rules for partnerships above.

What is FATCA reporting?

The Foreign Account Tax Compliance Act (FATCA) requires a participating foreign financial institution to report all United States account holders that are specified United States persons. Certain payees are exempt from FATCA reporting. See Exemption from FATCA reporting code on page 3 and the Instructions for the Requester of Form W-9 for more information.

Updating Your Information

You must provide updated information to any person to whom you claimed to be an exempt payee if you are no longer an exempt payee and anticipate receiving reportable payments in the future from this person. For example, you may need to provide updated information if you are a C corporation that elects to be an S corporation, or if you no longer are tax exempt. In addition, you must furnish a new Form W-9 if the name or TIN changes for the account; for example, if the grantor of a grantor trust dies.

Penalties

Failure to furnish TIN. If you fail to furnish your correct TIN to a requester, you are subject to a penalty of $50 for each such failure unless your failure is due to reasonable cause and not to willful neglect.

Civil penalty for false information with respect to withholding. If you make a false statement with no reasonable basis that results in no backup withholding, you are subject to a $500 penalty.

Criminal penalty for falsifying information. Willfully falsifying certifications or affirmations may subject you to criminal penalties including fines and/or imprisonment.

Misuse of TINs. If the requester discloses or uses TINs in violation of federal law, the requester may be subject to civil and criminal penalties.

Specific Instructions

Line 1

You must enter one of the following on this line; do not leave this line blank. The name should match the name on your tax return.

If this Form W-9 is for a joint account, list first, and then circle, the name of the person or entity whose number you entered in Part I of Form W-9.

a. Individual. Generally, enter the name shown on your tax return. If you have changed your last name without informing the Social Security Administration (SSA) of the name change, enter your first name, the last name as shown on your social security card, and your new last name.

Note. ITIN applicant: Enter your individual name as it was entered on your Form W-7 application, line 1a. This should also be the same as the name you entered on the Form 1040/1040A/1040EZ you filed with your application.

b. Sole proprietor or single-member LLC. Enter your individual name as shown on your 1040/1040A/1040EZ on line 1. You may enter your business, trade, or “doing business as” (DBA) name on line 2.

c. Partnership, LLC that is not a single-member LLC, C Corporation, or S Corporation. Enter the entity's name as shown on the entity's tax return on line 1 and any business, trade, or DBA name on line 2.

d. Other entities. Enter your name as shown on required U.S. federal tax documents on line 1. This name should match the name shown on the charter or other legal document creating the entity. You may enter any business, trade, or DBA name on line 2.

e. Disregarded entity. For U.S. federal tax purposes, an entity that is disregarded as an entity separate from its owner is treated as a “disregarded entity.” See Regulations section 301.7701-2(c)(2)(iii). Enter the owner's name on line 1. The name of the entity entered on line 1 should never be a disregarded entity. The name on line 1 should be the name shown on the income tax return on which the income should be reported. For example, if a foreign LLC that is treated as a disregarded entity for U.S. federal tax purposes has a single owner that is a U.S. person, the U.S. owner's name is required to be provided on line 1. If the direct owner of the entity is also a disregarded entity, enter the first owner that is not disregarded for federal tax purposes. Enter the disregarded entity's name on line 2, “Business name/disregarded entity name.” If the owner of the disregarded entity is a foreign person, the owner must complete an appropriate Form W-8 instead of a Form W-9. This is the case even if the foreign person has a U.S. TIN.

Page 103: 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

Page 3

3

Form W-9 (Rev. 12-2014)

Line 2

If you have a business name, trade name, DBA name, or disregarded entity name, you may enter it on line 2.

Line 3

Check the appropriate box in line 3 for the U.S. federal tax classification of the person whose name is entered on line 1. Check only one box in line 3.

Limited Liability Company (LLC). If the name on line 1 is an LLC treated as a partnership for U.S. federal tax purposes, check the “Limited Liability Company” box and enter “P” in the space provided. If the LLC has filed Form 8832 or 2553 to be taxed as a corporation, check the “Limited Liability Company” box and in the space provided enter “C” for C corporation or “S” for S corporation. If it is a single-member LLC that is a disregarded entity, do not check the “Limited Liability Company” box; instead check the first box in line 3 “Individual/sole proprietor or single-member LLC.”

Line 4, Exemptions

If you are exempt from backup withholding and/or FATCA reporting, enter in the appropriate space in line 4 any code(s) that may apply to you.

Exempt payee code.

• Generally, individuals (including sole proprietors) are not exempt from backup withholding.

• Except as provided below, corporations are exempt from backup withholding for certain payments, including interest and dividends.

• Corporations are not exempt from backup withholding for payments made in settlement of payment card or third party network transactions.

• Corporations are not exempt from backup withholding with respect to attorneys' fees or gross proceeds paid to attorneys, and corporations that provide medical or health care services are not exempt with respect to payments reportable on Form 1099-MISC.

The following codes identify payees that are exempt from backup withholding. Enter the appropriate code in the space in line 4.

1—An organization exempt from tax under section 501(a), any IRA, or a custodial account under section 403(b)(7) if the account satisfies the requirements of section 401(f)(2)

2—The United States or any of its agencies or instrumentalities

3—A state, the District of Columbia, a U.S. commonwealth or possession, or any of their political subdivisions or instrumentalities

4—A foreign government or any of its political subdivisions, agencies, or instrumentalities

5—A corporation

6—A dealer in securities or commodities required to register in the United States, the District of Columbia, or a U.S. commonwealth or possession

7—A futures commission merchant registered with the Commodity Futures Trading Commission

8—A real estate investment trust

9—An entity registered at all times during the tax year under the Investment Company Act of 1940

10—A common trust fund operated by a bank under section 584(a) 11—A

financial institution

12—A middleman known in the investment community as a nominee or custodian

13—A trust exempt from tax under section 664 or described in section 4947 The

following chart shows types of payments that may be exempt from backup withholding. The chart applies to the exempt payees listed above, 1 through 13.

IF the payment is for . . . THEN the payment is exempt for . . .

Interest and dividend payments All exempt payees except for 7

Broker transactions Exempt payees 1 through 4 and 6 through 11 and all C corporations. S corporations must not enter an exempt payee code because they are exempt only for sales of noncovered securities acquired prior to 2012.

Barter exchange transactions and patronage dividends

Exempt payees 1 through 4

Payments over $600 required to be

reported and direct sales over $5,0001

Generally, exempt payees

1 through 52

Payments made in settlement of payment card or third party network transactions

Exempt payees 1 through 4

1 See Form 1099-MISC, Miscellaneous Income, and its instructions.

2 However, the following payments made to a corporation and reportable on Form

1099-MISC are not exempt from backup withholding: medical and health care

payments, attorneys' fees, gross proceeds paid to an attorney reportable under

section 6045(f), and payments for services paid by a federal executive agency.

Exemption from FATCA reporting code. The following codes identify payees that are exempt from reporting under FATCA. These codes apply to persons submitting this form for accounts maintained outside of the United States by certain foreign financial institutions. Therefore, if you are only submitting this form for an account you hold in the United States, you may leave this field blank. Consult with the person requesting this form if you are uncertain if the financial institution is subject to these requirements. A requester may indicate that a code is not required by providing you with a Form W-9 with “Not Applicable” (or any similar indication) written or printed on the line for a FATCA exemption code.

A—An organization exempt from tax under section 501(a) or any individual retirement plan as defined in section 7701(a)(37)

B—The United States or any of its agencies or instrumentalities

C—A state, the District of Columbia, a U.S. commonwealth or possession, or any of their political subdivisions or instrumentalities

D—A corporation the stock of which is regularly traded on one or more established securities markets, as described in Regulations section 1.1472-1(c)(1)(i)

E—A corporation that is a member of the same expanded affiliated group as a corporation described in Regulations section 1.1472-1(c)(1)(i)

F—A dealer in securities, commodities, or derivative financial instruments (including notional principal contracts, futures, forwards, and options) that is registered as such under the laws of the United States or any state

G—A real estate investment trust

H—A regulated investment company as defined in section 851 or an entity registered at all times during the tax year under the Investment Company Act of 1940

I—A common trust fund as defined in section 584(a) J—A

bank as defined in section 581

K—A broker

L—A trust exempt from tax under section 664 or described in section 4947(a)(1)

M—A tax exempt trust under a section 403(b) plan or section 457(g) plan

Note. You may wish to consult with the financial institution requesting this form to determine whether the FATCA code and/or exempt payee code should be completed.

Line 5

Enter your address (number, street, and apartment or suite number). This is where the requester of this Form W-9 will mail your information returns.

Line 6

Enter your city, state, and ZIP code.

Part I. Taxpayer Identification Number (TIN)

Enter your TIN in the appropriate box. If you are a resident alien and you do not have and are not eligible to get an SSN, your TIN is your IRS individual taxpayer identification number (ITIN). Enter it in the social security number box. If you do not have an ITIN, see How to get a TIN below.

If you are a sole proprietor and you have an EIN, you may enter either your SSN or EIN. However, the IRS prefers that you use your SSN.

If you are a single-member LLC that is disregarded as an entity separate from its owner (see Limited Liability Company (LLC) on this page), enter the owner’s SSN (or EIN, if the owner has one). Do not enter the disregarded entity’s EIN. If the LLC is classified as a corporation or partnership, enter the entity’s EIN.

Note. See the chart on page 4 for further clarification of name and TIN combinations.

How to get a TIN. If you do not have a TIN, apply for one immediately. To apply for an SSN, get Form SS-5, Application for a Social Security Card, from your local SSA office or get this form online at www.ssa.gov. You may also get this form by calling 1-800-772-1213. Use Form W-7, Application for IRS Individual Taxpayer Identification Number, to apply for an ITIN, or Form SS-4, Application for Employer Identification Number, to apply for an EIN. You can apply for an EIN online by accessing the IRS website at www.irs.gov/businesses and clicking on Employer Identification Number (EIN) under Starting a Business. You can get Forms W-7 and SS-4 from the IRS by visiting IRS.gov or by calling 1-800-TAX-FORM (1-800-829-3676).

If you are asked to complete Form W-9 but do not have a TIN, apply for a TIN and write “Applied For” in the space for the TIN, sign and date the form, and give it to the requester. For interest and dividend payments, and certain payments made with respect to readily tradable instruments, generally you will have 60 days to get a TIN and give it to the requester before you are subject to backup withholding on payments. The 60-day rule does not apply to other types of payments. You will be subject to backup withholding on all such payments until you provide your TIN to the requester.

Note. Entering “Applied For” means that you have already applied for a TIN or that you intend to apply for one soon.

Caution: A disregarded U.S. entity that has a foreign owner must use the appropriate

Form W-8.

Page 104: 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

Page 4

4

Form W-9 (Rev. 12-2014)

Part II. Certification

To establish to the withholding agent that you are a U.S. person, or resident alien, sign Form W-9. You may be requested to sign by the withholding agent even if items 1, 4, or 5 below indicate otherwise.

For a joint account, only the person whose TIN is shown in Part I should sign (when required). In the case of a disregarded entity, the person identified on line 1 must sign. Exempt payees, see Exempt payee code earlier.

Signature requirements. Complete the certification as indicated in items 1 through 5 below.

1. Interest, dividend, and barter exchange accounts opened before 1984 and broker accounts considered active during 1983. You must give your correct TIN, but you do not have to sign the certification.

2. Interest, dividend, broker, and barter exchange accounts opened after 1983 and broker accounts considered inactive during 1983. You must sign the certification or backup withholding will apply. If you are subject to backup withholding and you are merely providing your correct TIN to the requester, you must cross out item 2 in the certification before signing the form.

3. Real estate transactions. You must sign the certification. You may cross out item 2 of the certification.

4. Other payments. You must give your correct TIN, but you do not have to sign the certification unless you have been notified that you have previously given an incorrect TIN. “Other payments” include payments made in the course of the requester’s trade or business for rents, royalties, goods (other than bills for merchandise), medical and health care services (including payments to corporations), payments to a nonemployee for services, payments made in settlement of payment card and third party network transactions, payments to certain fishing boat crew members and fishermen, and gross proceeds paid to attorneys (including payments to corporations).

5. Mortgage interest paid by you, acquisition or abandonment of secured property, cancellation of debt, qualified tuition program payments (under section 529), IRA, Coverdell ESA, Archer MSA or HSA contributions or distributions, and pension distributions. You must give your correct TIN, but you do not have to sign the certification.

What Name and Number To Give the Requester

3

You must show your individual name and you may also enter your business or DBA name on the “Business name/disregarded entity” name line. You may use either your SSN or EIN (if

you have one), but the IRS encourages you to use your SSN. 4

List first and circle the name of the trust, estate, or pension trust. (Do not furnish the TIN of the personal representative or trustee unless the legal entity itself is not designated in the

account title.) Also see Special rules for partnerships on page 2. *Note. Grantor also must provide a Form W-9 to trustee of trust.

Note. If no name is circled when more than one name is listed, the number will be considered to be that of the first name listed.

Secure Your Tax Records from Identity Theft

Identity theft occurs when someone uses your personal information such as your name, SSN, or other identifying information, without your permission, to commit fraud or other crimes. An identity thief may use your SSN to get a job or may file a tax return using your SSN to receive a refund.

To reduce your risk:

• Protect your SSN,

• Ensure your employer is protecting your SSN, and

• Be careful when choosing a tax preparer.

If your tax records are affected by identity theft and you receive a notice from the IRS, respond right away to the name and phone number printed on the IRS notice or letter.

If your tax records are not currently affected by identity theft but you think you are at risk due to a lost or stolen purse or wallet, questionable credit card activity or credit report, contact the IRS Identity Theft Hotline at 1-800-908-4490 or submit Form 14039.

For more information, see Publication 4535, Identity Theft Prevention and Victim Assistance.

Victims of identity theft who are experiencing economic harm or a system problem, or are seeking help in resolving tax problems that have not been resolved through normal channels, may be eligible for Taxpayer Advocate Service (TAS) assistance. You can reach TAS by calling the TAS toll-free case intake line at 1-877-777-4778 or TTY/TDD 1-800-829-4059.

Protect yourself from suspicious emails or phishing schemes. Phishing is the creation and use of email and websites designed to mimic legitimate business emails and websites. The most common act is sending an email to a user falsely claiming to be an established legitimate enterprise in an attempt to scam the user into surrendering private information that will be used for identity theft.

The IRS does not initiate contacts with taxpayers via emails. Also, the IRS does not request personal detailed information through email or ask taxpayers for the PIN numbers, passwords, or similar secret access information for their credit card, bank, or other financial accounts.

If you receive an unsolicited email claiming to be from the IRS, forward this message to [email protected]. You may also report misuse of the IRS name, logo, or other IRS property to the Treasury Inspector General for Tax Administration (TIGTA) at 1-800-366-4484. You can forward suspicious emails to the Federal Trade Commission at: [email protected] or contact them at www.ftc.gov/idtheft or 1-877-IDTHEFT (1-877-438-4338).

Visit IRS.gov to learn more about identity theft and how to reduce your risk.

Privacy Act Notice

Section 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons (including federal agencies) who are required to file information returns with the IRS to report interest, dividends, or certain other income paid to you; mortgage interest you paid; the acquisition or abandonment of secured property; the cancellation of debt; or contributions you made to an IRA, Archer MSA, or HSA. The person collecting this form uses the information on the form to file information returns with the IRS, reporting the above information. Routine uses of this information include giving it to the Department of Justice for civil and criminal litigation and to cities, states, the District of Columbia, and U.S. commonwealths and possessions for use in administering their laws. The information also may be disclosed to other countries under a treaty, to federal and state agencies to enforce civil and criminal laws, or to federal law enforcement and intelligence agencies to combat terrorism. You must provide your TIN whether or not you are required to file a tax return. Under section 3406, payers must generally withhold a percentage of taxable interest, dividend, and certain other payments to a payee who does not give a TIN to the payer. Certain penalties may also apply for providing false or fraudulent information.

1

List first and circle the name of the person whose number you furnish. If only one person on a joint account has an SSN, that person’s number must be furnished.

2

Circle the minor’s name and furnish the minor’s SSN.

For this type of account:

1. Individual

2. Two or more individuals (joint account)

3. Custodian account of a minor (Uniform Gift to Minors Act)

4. a. The usual revocable savings trust (grantor is also trustee) b. So-called trust account that is not a legal or valid trust under state law

5. Sole proprietorship or disregarded entity owned by an individual

6. Grantor trust filing under Optional Form 1099 Filing Method 1 (see Regulations section 1.671-4(b)(2)(i) (A))

For this type of account:

Give name and SSN of:

The individual

The actual owner of the account or, if combined funds, the first

1

individual on the account 2

The minor

1

The grantor-trustee

1

The actual owner

3

The owner

The grantor*

Give name and EIN of:

7. Disregarded entity not owned by an individual

The owner

8. A valid trust, estate, or pension trust 4

Legal entity

9. Corporation or LLC electing corporate status on Form 8832 or Form 2553

The corporation

10. Association, club, religious, charitable, educational, or other tax- exempt organization

The organization

11. Partnership or multi-member LLC The partnership

12. A broker or registered nominee The broker or nominee

13. Account with the Department of Agriculture in the name of a public entity (such as a state or local government, school district, or prison) that receives agricultural program payments

The public entity

14. Grantor trust filing under the Form 1041 Filing Method or the Optional Form 1099 Filing Method 2 (see Regulations section 1.671-4(b)(2)(i) (B))

The trust