Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2018-150Temp. Reso. #13163 November 14, 2018 Page 1 of 7 Revision #1, November 5, 2018 CITY OF TAMARAC, FLORIDA / RESOLUTION NO. R-2018- -�O A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVES AWARDING A CONTRACT TO AMPS, INC. UTILIZING THE MARTIN COUNTY UTILITIES CONTRACT RFB NUMBER 2017-2969 AND AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE A PURCHASE ORDER AGREEMENT BETWEEN THE CITY OF TAMARAC AND AQUIFER MAINTENANCE & PERFORMANCE SYSTEMS, INC. (AMPS, INC.), UTILIZING PRICING FROM AN AGREEMENT OBTAINED THROUGH A FORMAL COMPETITIVE PROCESS BY MARTIN COUNTY UTILITIES, CONTRACT RFB NUMBER 2017-2969 FOR AN AMOUNT NOT TO EXCEED $147,176.90 FOR THE REHABILITATION OF FOUR (4) RAW WATER WELLS FOR THE WATER TREATMENT PLANT; A CONTINGENCY OF 10% OR $14,717.69 WILL BE ADDED TO THE PROJECT ACCOUNT FOR A TOTAL AMOUNT OF $161,894.59; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates and maintains a Water Treatment Plant located at 7803 NW 61 st Street; and WHEREAS, the Water Treatment Plant has nineteen (19) raw water wells that pump raw water from the Biscayne Aquifer into the Water Plant Treatment Process; and WHEREAS, the City of Tamarac began a program in 2014 to convert raw water wells from vertical turbine pumps to submersible pumps and has converted eleven (11) raw water wells to date; and Temp. Reso. #13163 November 14, 2018 Page 2 of 7 Revision #1, November 5, 2018 WHEREAS, the Broward County Health Department (BCHD) completed and issued a Sanitary Survey on November 23, 2015 which listed deficiencies relating to the raw water wells such as bad well pump base seals and wells not elevated above the 100-year flood levels; and WHEREAS, in response to the BCHD Sanitary Survey raw water well deficiencies, the City of Tamarac Public Services Department has committed to converting all Water Treatment Plant raw water pumps to submersible pumps; and LJ' WHEREAS, the Water Treatment Plant has converted seven (7) raw water wells in FY 2017; at this time four (4) raw water wells will be converted, and at a later date, an additional four (4) raw water wells will be converted within FY 2019, which will then complete the Raw Well Rehabilitation Program; and WHEREAS, the Martin County Utilities, RFB Number 2017-2969 with AMPS, Inc., for Raw Water Well Rehabilitations has favorable pricing, terms, and conditions, which was awarded on August 8, 2017; and WHEREAS, AMPS, Inc. agrees to allow the City of Tamarac to piggyback their existing contract with Martin County Utilities (Contract RFB Number 2017-2969) with the Temp. Reso. #13163 November 14, 2018 Page 3 of 7 Revision #1, November 5, 2018 same terms, conditions, specifications and pricing (a copy of which is attached hereto as "Contract Exhibit A"); and WHEREAS, the vendor has agreed to honorthe terms, conditions, and pricing of the Martin County Utilities contract with AMPS, Inc., and has prepared a project proposal in the amount of $147,176.90 (a copy of which is attached hereto as "Contract Exhibit B"); and WHEREAS, the City Commission of the City of Tamarac has approved capital funding for the FY 2018 Water Plant Raw Water Rehabilitations as recommended by the Public Services Department; and WHEREAS, the Director of Public Services and the Purchasing and Contracts Manager chose to utilize available contracts awarded by other governmental entities for Water Plant Raw Well Rehabilitations, as provided by City Code Section 6-148 (f), which states that the purchasing officer may utilize contracts with other governmental agencies; and WHEREAS, the Director of Public Services, the Direct of Financial Services, and the Purchasing and Contracts Manager recommend the City Commission approve a Piggy- back Agreement between the City of Tamarac and AMPS, Inc., and that the appropriate Temp. Reso. #13163 November 14, 2018 Page 4 of 7 Revision #1, November 5, 2018 City Officials be authorized to execute the Agreement and administer the contract, a copy of the Agreement is attached hereto as "Exhibit 1" and is incorporated herein and made a specific part of this Resolution; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to authorize an Agreement between the City of Tamarac and AMPS, Inc. utilizing the Martin County Utilities Contract RFB Number 2017-2969, in an amount not to exceed $147,176.90, and the appropriate City Officials are authorized to execute said Agreement and administer the Contract. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. All exhibits attached hereto are incorporated herein and made a specific part hereof. Temp. Reso. #13163 November 14, 2018 Page 5 of 7 Revision #1, November 5, 2018 SECTION 2: The City Commission approves awarding a contract to AMPS, Inc. utilizing the Martin County Utilities Contract RFB Number 2017-2969 and authorizing the appropriate City Officials to execute a Purchase Order Agreement for the Water Plant Raw Well Rehabilitations with AMPS, Inc. utilizing the Martin County Utilities Contract RFB Number 2017-2969 not to exceed $147,176.90 for project cost and a contingency of 10% or $14,717.69 will be added to the project account for a project total of $161,894.59, a copy of the Agreement is hereto attached as "Exhibit 1 ". SECTION 3: The Director of Public Services is authorized to approve Work Tasks in accordance with the schedule of prices under said contract in an amount not to exceed $147,176.90 for project cost and a contingency of 10% or $14,717.69 will be added to the project account for a total of $161,894.59. SECTION 4: The City Manager, or his designee, is hereby authorized to approve and initiate Change Orders in amounts not to exceed $65,000 per Section 6-147 of the City Code, and close the contract award, which includes but is not limited to making final payment and releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the agreement. Temp. Reso. #13163 November 14, 2018 Page 6 of 7 Revision #1, November 5, 2018 SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. "The remainder of this page is intentionally left blank" 1 Temp. Reso. #13163 November 14, 2018 Page 7 of 7 Revision #1, November 5, 2018 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. YPASSED, ADOPTED AND APPROVED thisday of , 2018. ATTEST: PATRICIA TEU EL, C CITY CLERK I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM SAMU L S. GOREN CITY ATTORNEY 1 HARkY DRESSLER MAYOR RECORD OF COMMISSION VOTE: MAYOR DRESSLER DIST 1: COMM. BOLTON DIST 2: V/M GOMEZ DIST 3: COMM. FISHMAN DIST 4: COMM. PLACKO AGREEMENT BETWEEN THE CITY OF TAMARAC AND AQUIFER MAINTENANCE AND PERFORMANCE SYSTEMS, INC. THIS AGREEMENT is entered into onvAeAk / , 20 /�rbetween the City of Tamarac, a municipal corporation with principal offices located at 7525 NW 88th Avenue, Tamarac, Florida 33321 (City) and Aquifer Maintenance and Performance Systems, Inc. (AMPS), a Florida corporation with principal offices located at 7146 N. Haverhill Road North, West Palm Beach, Florida 33407 Contractor) for the purpose of providing Rehabilitation Upgrade of Raw Water Wells #9, #15, #16 and #17 for the City of Tamarac. The parties hereby agree to the following terms and conditions. 1. In return for valuable consideration in an amount not to exceed, One Hundred Forty - Seven Thousand One Hundred Seventy -Six Dollars and Ninety Cents ($147,176.90) Contractor shall comply with the terms and conditions within the Martin County, Florida Contract #2017-2969 attached hereto as Exhibit A. All terms and conditions of the contract documents set forth in Exhibit A are incorporated herein as if set forth in full, except as modified by the proposal specific to the City of Tamarac as set forth in Exhibit B, Quotations dated October 18, 2018 by AMPS attached hereto and incorporated herein as if set forth in full. The work to be conducted under this Agreement shall be in accordance with specifications and the scope of work as detailed in Exhibit B herein. 2. Upon execution of this Agreement, all references made to the Martin County, Florida Contract #2017-2969 in Exhibit A and Exhibit B shall be interpreted as pertaining to the City of Tamarac, and all terms and conditions of Exhibit A and Exhibit B shall be deemed as having been implemented for use within the City of Tamarac. It is understood that wherever the words "agency name" or "agency board name" appear, they shall be read as "City of Tamarac" and "City of Tamarac Commissioners". 3. Time of Commencement, Substantial Completion & Liquidated Damages 3.1 The work to be performed under this Agreement shall be commenced after City execution of the Agreement and not later than ten (10) days after the date that Contractor receives the City's Notice to Proceed. Project substantial completion shall be within Ninety -Eight (98) calendar days from issuance of City's Notice to Proceed, subject to any permitted extensions of time under the Contract Documents. Final completion, shall be Fourteen (14) calendar days from date of substantial completion totaling, One Hundred Twelve (112) calendar days. For the purposes of this Agreement, completion shall mean the issuance of final payment. 3.2 During the pre -construction portion of the work hereunder, the parties agree to work diligently and in good faith in performing their obligations hereunder, so that all required permits for the construction portion of the work may be obtained by the City in accordance with the Schedule included in the Contract Documents. In the event that any delays in the pre -construction or construction portion of the work occur, despite the diligent efforts of the parties hereto, and such delays are the result of force majeure or are otherwise outside of the control of either party hereto, then the parties shall agree on an equitable extension of the time for substantial completion hereunder and any resulting increase in general condition costs. of Tamarac and Contracts Division 3.3 Liquidated Damages: Project Substantial completion shall be as indicated in Section 3.1 herein of this Agreement. All time limits stated in the Contract Documents are of the essence of the Agreement. The parties acknowledge that damages arising from delay in meeting these time limits are difficult or impossible to ascertain. Therefore, the parties hereby agree that in the event that the Contractor fails to meet the time limits, as may be extended by the City in accordance with the terms of the Agreement or as otherwise provided in the Agreement, liquidated damages will be assessed against Contractor in the amount of One Hundred Dollars and No Cents ($100.00) for each calendar day beyond the time imposed until such work is completed. 4. This agreement, Exhibit A and Exhibit B constitute the entire agreement between the City and the Contractor. In the event of a conflict between these documents, this Agreement shall prevail, followed in precedence by Exhibit B and Exhibit A in that order. 5. Contract Sum and Payments: The Contract Sum for the above work is One Hundred Forty -Seven Thousand One Hundred Seventy -Six Dollars and Ninety cents ($147,176.90). All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. 6. Insurance: In addition to the insurance requirements stated in the Martin County, Florida Agreement #2017-2969, Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. The following minimal insurance coverage shall be provided: a. Worker's Compensation Insurance: The Contractor shall procure and maintain for the life of this Agreement, Workers' Compensation. Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub -Contractor that does not have their own Workers' Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the City of Tamarac, executed by the insurance company. Sixty-(60) days notice of cancellation is required and must be provided to the City of Tamarac via Certified Mail. b. Comprehensive General Liability: The Contractor shall procure and maintain, for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent Contractors' Products and Completed Operations and Contractual Liability. This policy shall provide coverage for 2 death, personal injury or property damage that could arise directly or indirectly from the performance of this Agreement. c. Business Automobile Liability: The Contractor shall procure and maintain, for the life of the Agreement, Business Automobile Liability Insurance. d. The Minimum Limits of Coverage shall be $1,000,000 per occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. e. The City must be named as an additional insured for General Liability coverage unless Owners and Contractors' Protective Coverage is also provided, or required. Sixty (60) days written notice must be provided to the City via Certified Mail in the event of cancellation. f. The minimum limits of coverage shall be $1,000,000 per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This coverage shall be an "Any Auto" type policy. The City must be listed as an Additional Insured under the Policy. Sixty (60) days written notice must be provided to the City via Certified Mail in the event of cancellation. g. In the event that sub -contractors used by the Contractor do not have insurance, or do not meet the insurance limits, Contractor shall indemnify and hold harmless the City for any claim in excess of the sub -Contractors' insurance coverage, arising out of negligent acts, errors or omissions of the sub -contractors. h. Contractor shall not commence work under this Agreement until all insurance required as stated herein has been obtained and such insurance has been approved by the City. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 7. Indemnification: a. The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and of Tamarac 411M Purchasing and Contracts Division shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. b. Upon completion of all services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. c. The Contractor shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. d. The City and Contractor recognize that various provisions of this Agreement, including but not limited to this Section, provide for indemnification by the Contractor and requires a specific consideration be given there for. The Parties therefore agree that the sum of Ten Dollars and 00/100 ($10.00), receipt of which is hereby acknowledged, is the specific consideration for such indemnities, and the providing of such indemnities is deemed to be part of the specifications with respect to the services to be provided by Contractor. Furthermore, the City and Contractor understand and agree that the covenants and representations relating to this indemnification provision shall serve the term of this Agreement and continue in full force and effect as to the City's and the Contractor's responsibility to indemnify. e. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. f. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 8. Non -Discrimination & Equal Opportunity Employment: During the performance of the Contract, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Contractor will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor and its subcontractors shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 9. Independent Contractor: This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 10. Change Orders 10.1 Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to a change order until the change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. All Change Orders shall include overhead and profit, not to exceed five percent (5%) and five percent (5%) respectively. 10.2 The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at Contractor's expense without change in the Contract Price or Time except as approved in writing by the City. 10.3 The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the City allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 10.4 The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 10.5 Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party no later than fifteen (15) days after the occurrence of the event giving rise to the claim. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. 10.6 Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 10.7 In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. 11. No Damages for Delays ALL TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE OF THE AGREEMENT. EXCEPT AS PROVIDED HEREIN, NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST THE CITY BY REASON OF ANY DELAYS. Contractor shall not be entitled to an increase in the construction cost or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for hindrances or delays due solely to fraud, bad faith or active interference on the part of City or its agents. In addition, if Contractor is delayed at any time in the progress of the Work by an act or neglect of the City's employees, or separate contractors employed by the City, or by changes ordered in the Work, or by delay authorized by the City pending arbitration, then the Contract Time shall be reasonably extended by Change Order, and the Guaranteed Maximum Price shall be reasonably increased by Change Order in order to equitably increase the general conditions component of the Guaranteed Maximum Price. Furthermore, if Contractor is delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in deliveries, adverse weather conditions not reasonably anticipated, unavoidable casualties or other causes beyond the Contractor's control, or by other causes which the City and Contractor agree may justify delay, then the Contract Time shall be reasonably extended by Change Order. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to that extent specifically provided above. No extension of time shall be granted for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten (10) years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale Weather Station. 12. Waiver of Liens Prior to final payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release City from all claims of liability by Contractor in connection with the agreement. 13. Warranty Contractor warrants the work against defect for a period of one (1) year from the date of final payment. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to the affected area or to interior structure. The one (1) year warranty period does not begin until approval of final payment for the entire project, and the subsequent release of any Performance or Payment Bonds, which may be required by the original bid document. 14. Assignment and Subcontracting: Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 15. Termination: a. Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. b. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 16. Public Records a. The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: Keep and maintain public records required by the City in order to perform the service; 2. Upon request from the City's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the City. 4. Upon completion of the contract, transfer, at no cost to the City, all public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records in a format that is compatible with the information technology systems of the City. b. During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. 17. Scrutinized Companies By execution of this Agreement, in accordance with the requirements of F.S. 287.135 and F.S. 215.473, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 18. Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the. City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 19. Venue: This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 20. Signatory Authority: The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 21. Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non- enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 22. No Construction Against Drafting Party: Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 23. Notice: Any notice, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person; sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services or by messenger service, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 NW 88t' Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Aquifer Maintenance and Performance Systems, Inc. (AMPS) 7146 Haverhill Road North West Palm Beach, FL 33407 Attn: James Murray, President (561) 494-2844 24. Public Records Custodian: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 10 of Tamarac 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK(&-TAMARAC.ORG and Contracts Division Remainder of Page Intentionally Blank 11 City of Tamarac and Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its President duly authorized to execute same. OF• TA4!4 :V ESTABLI 3r1ED C)'. 1SE�3 `a �4'•. SEA CO1iti �T. Patricia A. City Clerk / 11f9 Date ATTEST: Signatu a - o orate Secretary Jayne Prindible Type/Print Name of Corporate Secy. (CORPORATE SEAL) OF MARAC ?_1 H rryDressler, Mayor Cernech, City Manager Date WApproves to formand legal sufficiency: y Date Aquifer Maintenance & Performance Systems, Inc. Company Name Sigtature of Preside t James Murray President Date 12 CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA: :SS COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared James Murray, President of Aquifer Maintenance & Performance Systems, Inc., a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. �1 WITNESS my hand and official seal this L %y ofalhh&L , 20_ �P� • JAYNELLPRINDIBLE t re of Notary Public Notary Publicr a of Florida at Large CommissioTMY Comm. Wres Aw Print, Type or Stamp Name of Notary Public ❑llersonally known to me or Produced Identification Type of I.D. Produced DID take an oath, or DID NOT take an oath. 13 I I TR 13163 - EXHIBIT A AQUIFER MAINTENANCE AND PERFORMANCE SYSTEMS 7146 Haverhill Road - West Palm Beach, FL 33407 - 561-494-2844 TR #13163 "EXHIBIT A" July 16, 2018 City of Tamarac 7525 NW 88" Avenue Tamarac, FL 33321 Attn: Earl Henry Re: MARTIN COUNTY UTILITIES CONTRACT #RFB-2017-2969 Aquifer Maintenance & Performance Systems, Inc. (AMPS, Inc.) agrees to allow the City of Tamarac to piggyback our existing contract with Martin County Utilities (contract RFB#2017-2969) with the same terms, conditions, specifications & pricing. If you have any questions about the above information or if we may be of any further assistance please don't hesitate to call. Thank you. Sincerely, 7i'H'' MHrr0. j Jim Murray President FOR YOUR TOTAL PUMP AND WELL FIELD NEEDS TR 13163 - EXHIBIT A AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 8"' day of Augjlst in the year, 2017, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision of the State of Florida, (hereinafter COUNTY), located at 2401 S.E. Monterey Road, Stuart, FL 34996 AND the CONTRACTOR: Aquifer Maintenance & Performance Systems, Inc. (hereinafter CONTRACTOR) 7146 Haverhill Road N. West Palm Beach, FL 33407 Bid Name: Wellfield Maintenance Bid Number: RFB2017-2969 Tenn: Three (3) years plus two 1-year renewal options Not to Exceed Amount: $750,000.00 RFB2017-2969 Wellfield Maintenance TR 13163 - EXHIBIT A WHEREAS, COUNTY has previously determined that it has a need for goods and/or services more specifically outlined in the Request for Bids (RFB) and the Scope of Services; and WHEREAS, COUNTY solicited competitive bids for such services pursuant to the Martin County bid number referenced on Page 1 of this Agreement; and WHEREAS, COUNTY awarded the Bid to CONTRACTOR; and WHEREAS, CONTRACTOR has represented that it is able to satisfactorily provide the services and or materials according to the terns and conditions of the RFB, which is incorporated herein by reference, and the terms and conditions contained herein; and NOW THEREFORE, in consideration of the above and mutual covenants contained herein, the parties agree as follows: 1. Services to be Performed. The CONTRACTOR hereby agrees to provide the COUNTY with goods and services, as requested and more specifically outlined in the Scope of Services attached hereto and made a part hereof as Exhibit A, this Agreement and all subsequent official documents that form the Contract Documents for this Agreement, including any additional contract terms contained herein. 2. Time of Service. Services shall be performed in a timely manner, as specified in the Request for Bid or as set forth herein. 3. Term of Aereement/Oation of Renewal. This Agreement shall be in effect from the date of execution and for the term and agreed upon renewal options indicated on Page 1 of this Agreement. This Agreement may be extended subject to execution of a written agreement between the COUNTY and CONTRACTOR for up to 90 additional days beyond the term and agreed upon renewal options. This option shall be exercised only if all prices, terms and conditions remain the same, or decrease. 4. Amendment of the Agreement. This Agreement may be amended only by mutual written agreement signed by the parties. No statement, representations, warranties, either written or oral, from whatever source arising, except as expressly stated in this Agreement, shall have any legal validity between the parties or is binding upon any of them. The parties acknowledge that this agreement contains the entire understanding and agreement of the parties. No modifications hereof shall be efTective unless made in writing and executed by the parties hereto with the same formalities as this Agreement is executed. 5. Assignment/Subcontracting. The CONTRACTOR shall perform all services and provide all goods and equipment required by this Agreement. No assignment or subcontracting shall be allowed without the prior written consent of the COUNTY. In the event of a corporate acquisition and/or merger, the CONTRACTOR shall provide written notice to the COUNTY within thirty (30) business days of CONTRACTOR'S notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this Agreement, which shall not be unreasonably exercised by the COUNTY, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state or federal laws. Action by the COUNTY awarding a bid to a bidder, which has disclosed its intent to assign or subcontract in its response to the RFB, without exception shall constitute approval for purpose of this Agreement. 6. Termination. RFB2017-2969 Welifield Maintenance TR 13163 - EXHIBIT A 6.1 COUNTY shall notify CONTRACTOR of any failure to comply with any requirement in the Scope of Work and shall notify CONTRACTOR in writing of such failure/default. CONTRACTOR shall correct such failure/default within five (5) working days. COUNTY shall have the right to terminate this Agreement if such correction is not made within the time specified above. 6.2 Failure of the CONTRACTOR to comply with any of the provisions of this Agreement shall be considered a material breach of Agreement and shall be cause for immediate termination of the Agreement at the sole discretion of the COUNTY. 6.3 COUNTY reserves the right to cancel this Agreement, without cause, by giving thirty (30 ) days prior written notice to the CONTRACTOR of the intention to teiTninate. 7. Compensation. COUNTY shall pay CONTRACTOR upon CONTRACTOR'S completion of, and COUNTY'S acceptance of, the services required herein, in the amounts specified in the Price Schedule attached hereto and made a part hereof as Exhibit A. Prices shall remain firm for the duration of the contract and any renewals or extensions. County shall pay invoices in accordance with Section 218, Florida Statutes (Florida Prompt Payment Act). 8. Permit/ Licenses. CONTRACTOR must secure and maintain any and all permits and licenses required to complete this Agreement. 9. Public Records. 9.1 CONTRACTOR shall comply with the provisions of Chapter 119, Fla. Stat. (Public Records Law), in connection with this Agreement and shall provide access to public records in accordance with § 1 19.0701, Fla. Stat. and more specifically Contractor shall: 9.1.1. Keep and maintain public records required by the County to perform the Agreement. 9.1.2. Upon request from the County's custodian of public records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Fla. Stat. or as otherwise provided by law. 9.1.3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term and following completion of the Agreement if the CONTRACTOR does not transfer the records to the County. 9.1.4. Upon completion of the Agreement, transfer, at no cost, to the County all public records in possession of the CONTRACTOR or keep and maintain public records required by the County to perform the Agreement. If the CONTRACTOR transfers all public records to the County upon completion of the Agreement, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the CONTRACTOR keeps and maintains public records upon completion of the Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County's custodian of public records, in a format that is compatible with the information technology systems of the County. R.FB2017-2969 wel[field Maintenance TR 13163 - EXHIBIT A 9.2 IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (772) 419-6959, public_recordseamartin.tl.us, 2401 SE MONTEREY ROAD, STUART, FL 34996. 9.3 Failure to comply with the requirements of this Article shall be deemed a default as defined under the terms of this Agreement and constitute grounds for termination. 10. Minimum Insurance Requirement. The CONTRACTOR must maintain insurance in at least the amounts required throughout the term of this Agreement or any renewals or extensions. The CONTRACTOR must provide a Certificate of Insurance in accordance with the Insurance Requirements and as set forth herein naming the COUNTY as an additional named insured evidencing such coverage prior to issuance of a purchase order or commencement of any work under this Agreement. a. Loss Deductible Clause: The COUNTY shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Contractor and/or subcontractor providing such insurance. b. Worker's Compensation Insurance: The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all of its employees connected with the work of this project and, in case any work is sublet, the Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Worker's Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the COUNTY for the protection of its employees not otherwise protected. Coverage to include Employers Liability $100,000 each accident, $100,000 each Disease/Employee and 5500,000 each Disease/Maximum. Commercial Automobile Liability Insurance: The Contractor shall take out and maintain during the life of this agreement Comprehensive Automobile Liability Insurance for "Any Auto" (owned, hired and non owned) for a minimum of S1,000,000 Combined Single Limit. d. Conmt�rcial General Liability Insurance: The Contractor shall take out and maintain during the life of this agreement Commercial General Liability insurance Including coverage for bodily injury, property damage, personal/advertising injury and products/completed operations for negligent acts which may arise from operations under this Agreement whether such operations are alone or by anyone directly or indirectly employed by it. The policy should include Contractual Liability to cover the hold harmless and indemnity provision as set forth in this agreement. A per project limit of RFB2017-2969 Welifteld Maintenance TR 13163 - EXHIBIT A liability is required. The amounts of such insurance shall be the minimum limit as follows: Each Occurance - S1,000,000 Personal/Advertising Injury- S1,000,000 Products/Completed Operations Aggregate - S2,000,000 General Aggregate - S2,000,000 Fire Damage - S 100,000 and 1 fire Medical Expense - S 10,000 any 1 person e. Commercial Automobile and General Liabilitv Insurance: The Contractor shall require each of its subcontractors to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subcontractors in its policy, as specified above. 11. Indemnification. CONTRACTOR shall indemnify and hold harmless the COUNTY and Federal government from all suits, actions or claims of any character brought on account of any injuries or damages received or sustained by any person, person or property by or from the said CONTRACTOR; or by, or in consequence of any neglect in safeguarding the work; or by the use of unacceptable materials in the construction of improvements; or on account of any act or omission, neglect or misconduct of the said CONTRACTOR; or by, or on account of, any claim or amounts recovered under the "Workers Compensation Law" or of any other laws, by-laws, ordinance, order or decree, except only such injury or damage as shall have been occasioned by the sole negligence of the COUNTY. The first ten dollars (S10.00) of compensation received by the CONTRACTOR represents specific consideration for this indemnification obligation. 12. Governing Law. The laws of the State of Florida shall govern this Agreement. 13. Independent Contractor Status and Compliance with the Immigration Reform and Control Act of 1986. The CONTRACTOR is and shall remain an independent contractor and is neither agent, employee, partner nor joint venture of COUNTY. CONTRACTOR acknowledges that it is responsible for complying with the provisions of the Immigration Reform and Control act of 1986 located at 8 U.S.C. 1324, et. Seq., and regulations relating thereto, as either may be amended from time to time. Failure to comply with the above provisions shall be considered a material breach and shall be grounds for immediate termination of the Agreement, at the discretion of COUNTY. 14. Scyerabilift The terms and conditions of this Agreement shall be deemed to be severable. Consequently, if any clause, term, or condition hereof shall be held to be illegal or void, such determination shall not affect the validity or legality of the remaining terms and conditions, and notwithstanding any such determination, this Agreement shall continue in full force and effect unless the particular clause, term, or condition held to be illegal or void renders the balance of the Agreement to be impossible or performance. 15. Conflict of Interest. CONTRACTOR represents that it has no interest and shall acquire no interest(s), which conflict in any manner with the performance of services required hereunder, as provided for in Chapter 112, Part 111, of the Florida Statutes, CONTRACTOR further represents that no person having any interest shall be employed for said performance. CONTRACTOR shall notify COUNTY in writing by certified mail of all potential conflicts of interest for any prospective business association, interest or other circumstance which may influence or appear to influence CONTRACTOR'S judgment or quality of services being provided hereunder. Such written notification RFB2017-2969 Wellfield Maintenance TR 13163 - EXHIBIT A shall identify the prospective business association, interest or circumstance, the nature of work that CONTRACTOR may undertake and request an opinion from COUNTY, the prospective business association, interest or circumstance would not constitute a conflict of interest by CONTRACTOR, COUNTY shall so state n the notification and CONTRACTOR shall, at its option, enter into said association, interest or circumstance and it shall be deemed not in conflict with respect to services provided to COUNTY by CONTRACTOR under the terms of this Agreement. 16. Documents Comprising Agreement. The Agreement documents shall include this Agreement as well as the following documents, which are incorporated herein by reference. a. Martin County's Request for Bid and all of its addenda and attachments which are part of the RFB set forth above. b. Contractor's Certificate of insurance required in the Request for Bid, c. Contractor's response to the RFB or soliciting document. 17. Dispute Resolution. 17.1 As a condition precedent to the filing of any legal proceedings, the parties shall endeavor to resolve claim disputes or other matters in question by mediation. Mediation shall be initiated by any party by serving a written request for same on the other party. The party shall, by mutual agreement, select a mediator within 15 days of the date of the request for mediation. If the parties cannot agree on the selection of a mediator then the COUNTY shall select the mediator, who, if selected solely by the COUNTY, shall be a mediator certified by the Supreme Court of Florida. The mediator's fee shall be paid in equal shares by each party to the mediator. 17.2 Attorney's Fees. The parties expressly agree that each party will bear its own attorney's fees incurred in connection with this Agreement. 17.3 Venue. This Agreement and the terms hereof shall be construed in accordance with the laws of the State of Florida and venue for all actions in a court of competent jurisdiction shall lie in Martin County, Florida. 17.4 Non-iury trial. The parties expressly and specifically hereby waive the right to a jury trial as to any issue in any way connected with this Agreement. 17.5 The parties expressly and specifically hereby waive all tort claims and limit their remedies to breach of contract as to any issue in any way connected with this Agreement. If there is a conflict between the terns of this Agreement and the above referenced documents, then the conflict shall resolved as follows: the terms of this Agreement shall prevail over the other documents, and the terms of the remaining documents shall be given preference in their above listed order. RFB2017-2969 A ellfield Maintenance TR 13163 - EXHIBIT A IN WITNESS WHEREOF, the COUNTY and the CONTRACTOR have executed this Agreement as of the date first above written. RF.VIF.WF.D BY John Policy Utilities & S lid ste Director AQUIFER MAINTENANCE & PERFORMANCE SYSTEMS, INC. \ 9% . - - - % - J;us��. titur�at� I'r�,i grit BOARD O COUNTY COMMISSIONERS MARTIN Q I TY, FLORIDA Tary Kry7 r — - County Administrator APPROVED AS TO FORM & LEGAL SUFFICIENCY BY COUNTY ATTORNEY Rl-'132017-2969 Welltield Maintenance TR 13163 - EXHIBIT A EXHIBIT A SCOPE OF SERVICES Services for production wells and monitor wells, pwnps and motors rehabilitation on an as -needed basis. The goods and/or services listed in this bid are for the purposes of price comparison and are not intended to be all inclusive. The County may add goods and/or services at any time during the term of this Agreement at a cost to be agreed upon by the Vendor and the County. Hourly rates will be charged from the time the technician arrives at the County facility to the time the technician leaves the County facility. Travel time charges will not be allowed. All work shall comply with all Federal, State, and local guidelines and regulations. 1. The Contractor will obtain all necessary Florida state and local regulatory permits and follow all of the Florida Departmental Environmental Protection (FDEP) rules when repairing or in development of any type of wells, and reporting the proper paperwork to any government agency in accordance to the rules. 2. Contractor shall submit site specific plan to include equipment, chemicals, mixing ratios and volumes planned for treatment, equipment layout, fluid disposal and cleanup and restoration upon completion. At the conclusion of work the contractor will submit a summary including responsible staff, dates or work, work performed and all chemicals used, quantities and measurements as appropriate as well as observations/recommendations. 3. Removal/abandonment of existing wells shall be per FDEP guidelines. 4. Wellhead and Pump Testing, Inspection and Removal — perform a production pump efficiency test prior to removal to determine pump curve and specific capacity. Information shall be gathered at three points: full, half valve and shut in. GPM, PSI, volts, amps, ohms, sand content, pumping and vibration levels will be recorded at each point. Cleaning and reinstallation of existing or new equipment in accordance with ANSI/AWWA C654-03 Well Disinfection. Onsite wellhead and discharge inspection and cleaning will be performed by pressure cleaning and using a 50 ppm chlorine solution. Consider adding description to line item or referring to line item ...see general comment in email Well Acidification — Contractor must submit a list of all chemicals and the processes to be used in addition to MSDS sheets prior to use. All chemicals used shall be in accordance with all Federal, State and local guidelines and used per EPA directions for wellfreld protection approved chemicals and in accordance with ANSFAWWA C654-03 Well Disinfection. Disposal container shall not be permitted on site and must be disposed of in accordance with EPA guidelines. All chemicals to be NSF approved. 6. Production Pump Removal and Inspection — Pump and associated equipment shall be disassembled, visually inspected and mobilized to Contractor's pump facility. Pump will be digitally photographed, pressure washed and disinfected. Photo copy and inspection condition report with recommendations will be submitted to County project manager. Page 1 of 5 RFB2017-2969 Wellfield Maintenance TR 13163 - EXHIBIT A 7. Pump/Motor Maintenance — Assist and perform maintenance of well/pumphnotor as directed. Includes pulling pumps/motors such as production well (Surticial and Floridan), clear well and high service pumps. Assist in trouble shooting various problems in the system. Monthly Well Maintenance — Performed per well or welltield basis as determined by trend data (removed from line items) or as determined by Water Plant Chief Operator. Maintenance includes chlorine injected under pressure into the well, monitoring and testing as required in accordance with ANSI/AWWA C654-03 Disinfection of Wells. A chemical plan shall be submitted with the bid. Chemicals should have a contact time of no less than 6 hours and no more than 48 hours. 9. Well Development - As directed by COUNTY or COUNTY's representative. Airlift development will be perfonned utilizing direct or reverse air methodology to remove debris and bacteriological sludge followed by direct air using a 600-750 CFM air compressor. 10. Welding Services — the Contractor shall provide on -site welding services including portable spray welding and shall be capable of responding within eight (8) hours after notification. Machine shop welding services are required. All welding is to be performed by a certified welder. In the event that a welder's helper is required prior written approval shall be obtained by the COUNTY and the labor rate allowable shall be 50% of the standard hourly rate bid for welding services. 11. Well Rehabilitation/Repair Video (pre and post rehabilitation) — Includes both downhole and 360 degree color videos. The video shall be transferrable to a DVD or other means and provided to the COUNTY within 5 days of completion of the well rehabilitation/repair. The DVD or other means shall be compatible for playback with any standard TV or computer. The total audio -video recording system and the procedures employed in its use shall be such as to produce a finished product that will complete the technical requirements of the project. The video portion of the recording shall be calibrated to produce an accurate on screen depth display and a bright, sharp, clear picture with accurate colors and shall be free of distortion and imperfection. The audio portion of the recording shall produce the commentary from the canera operator with proper volume, clarity and free from distortion. 12. Chemical Treatment of Well — Well will be equipped with a sealed wellhead including psi gauge, blow off valve, and braden head. Acid blends shall consist of hydrochloric, sulfuric (as an extender), citric (as chelating agent) and chemical additive used to help extend and suspend debris removal (such as Cotey). Percentages of acids to be used will not exceed 10% of total volume injected. 13. Reports - A report shall be generated for each well specifying month and graphing gallons per minute (GPM), static water level, pumping water level, drawdown and resulting specific capacity. An annual report will also be required to show the entire well performance for each well each calendar year. These reports shall be submitted to the Martin County Utilities staff with an electronic submittal required. (not included in line items) 14. Mobilization/demobilization — The maximum charge will be $500 and shall all activities and associated costs for transportation of the Contractor's personnel, equipment, and operating supplies to the site including large equipment necessary to perform the work. BID F'OR14I NOTES Page 2 of 5 P-FB20 L 7-2969 Welltield Maintenance TR 13163 - EXHIBIT A The annual estimated quantities shown on the bid form are for bid comparison put -poses only. Martin County will not be held to any minimum or maximum quantities. l . Well drill: Ability to drill reverse and mud rotary 2. Well service rig: Minimum of (20 ton) crane with support vehicle and 3 man crew 3. Pump service rig: Boom truck ( 15 ton) with support vehicle and a 2 roan crew 4. Cement work or demolition: Break up/demo site and remove all debris 5. Onsite welding unit: Certified welder capable of mig, stick, tig and spray welding 6. Machine shop welding: Certified welder capable of mig, stick, tig and spray welding 7. Well pump technician: Certified technician (Flush well, collect data of well, gpm, drawdown of the well, etc) 8. Chlorine treatment: Stabilize with Sodium Hypochlorite will be injected into the well mg/I or PPM, volumes & pH range will be determined on a per well basis. All chemicals shall be NSF approved. Chemicals will be included in price. 9. Specific capacity test, before and after rehabilitation: performed at production GPM 10. Biological Activity Reaction Tests (BART's) 11. Wire to water pump efficiency test. 12. Vibration infrared photography analysis 13. Extra sand testing not during well development or pump testing performed with Rossum sand tester 14. Silt density index test (Passing only, SDI less than 3) 15. Well development and redevelopment performed with 600 to 750 CFM Air Compressor 16. Well Abandonment in accordance with SFWMD specifications (includes permit) 17. Pump/Motor retrieval, complete 18. Deep well pump and maintenance 19. Well pump/motor maintenance and/or repairs performed by a certified technician 20. Monthly monitoring of wellfield production of wells: Record static levels, pumping levels, drawdowns, flow volumes, specific capacity, drawdowns, and psi on the wells. Provide a detailed report of all wells. 21.360 Degree color video survey 22. Dynamic downhole video survey 23. Clean well casing and screen with scraper and brush 24. Well head/pump removal & reinstallation 25. Chemical treatment/Well acidification: Well will be equipped with a sealed well head including PSI gauge, blow off valve, tank & braden. Acid blends shall consist of Hydrochloric, sulfuric (as an extender), citric (as a chelating agent) and chemical (used to elp extend and suspend debris removal). Percentage of acids to be used will exceed 10% of total volume injected. All chemicals to be NSF approved. All chemicals will be included in the price. 26. Water storage tank residual cleaning: robotically while tank remains in service, or out of service. All AWWA rules shall apply 27. Flow meter maintenance and calibration: performed by a SFWMD certified technician 28. Mobilize & Demobilize of equipment (max $500) CONTRACTOR RESPONSIBILITIES Page 3 of 5 RF132017-2969 Wellfield Maintenance TR 13163 - EXHIBIT A A. Coordination 1. The Contractor shall coordinate with the Martin County's Chief Plant Operator (CPO). Treatment Plant Manager (TOM), or Treatment Plant Administrator (TPA), or their designee (County project manager) to ensure that all scheduling meets all deadlines and needs. 2. The Contractor shall dedicate a project manager, whom will be directly responsible for the management of MCU service needs. 3. The Contractor shall provide a secondary staff member to assist in the absence of the project manager. 4. The Contractor shall not perform any work unless approved by the TPA, TOM, or CPO. 5. The Contractor shall provide an invoice for services in a timely manner, and provide a detailed monthly Microsoft Excel report list to Martin County staff members. This will allow county staff to monitor work services, and track a dollar amount of those services. 6. In acts of God, such as fires, floods, hurricanes, or other circumstances beyond control, the Contractor shall use best professional practices to avoid delays or failures in performance. B. Details of materials, schedule, and transportation 1. All chemical costs will be at the cost of the Contractor. '. All transportation costs shall be included in the bid, excluding significant "large equipment" where a flat fee of $500 per job will be included. 3. The County reserves the right to request the Contractor to return to the job site for any warranty work in reasonable time period. 4. If applicable Contractor shall remove and/or reinstall fencing to the original condition at a cost to be determined per job and agreed to in advance by the County. C. Preparation and submittal of reports 1. Reports shall be prepared and delivered to Martin County's Treatment Plant Administrator via email, or hand delivered in a routine turnaround basis. Other staff member may be added to the distribution list over a period of time. 2. All paperwork t reports shall be delivered in a portable document format (PDF), and hard copies must be sent to the TPA for payment verification. 3. Analysis and reports provided shall be prepared in a professional manner and suitable for review. MINIMUM QUALIFICATIONS Page 4 of 5 RFB2017-2969 Well6eld Maintenance TR 13163 - EXHIBIT A 1. All work shall be performed by an established, qualified and licensed contractor. All technicians shall be certified as required to perform described work. All work shall comply with all applicable governmental regulations, customary quality standards, and accepted good practice for the type work being performed. 2. A Bidder Qualification Statement must be submitted with the bid. The contact person must be someone who has personal knowledge of the bidder's performance for the specific requirement listed. Contact person must be informed that they are being used as a reference and that the County may be calling them. DO NOT list persons who are unable to answer specific questions regarding the requirement. 3. The contractor is required to be a qualified CEU instructor capable of providing annual operator training classes to utility staff on well maintenance related to annual wellfield reports. 4. The successful bidder shall provide a copy of Standard Operating Procedures (SOP) for a well, pump and motor rehabilitation services produced by the company specifically for the County's scope of work. 5. Provide a list of equipment and facilities available to perform the work. 6. The bidder must provide written evidence (copies of current licenses/certifications) that show that the firm (bidder) or a principal in the firm is licensed to contract the scope of work in Martin County including state well contractor license and welding certification. 7. The Contractor's functional operation site / satellite office shall be able to respond to Martin County within 3 hours of notifying the vendor. Page 5 of 5 RFB2017-2969 Wellfield Maintenance TR 13163 - EXHIBIT A EXHIBIT B RFB2017-2969 WELLFIELD MAINTENANCE (ADDENDUM #1) Item No. Description Est Qty Unit Unit Cost Total Cost 1 Drill and install 2" surficiai aquifer monitor well include gravel Pack,, development 1 FT $ 3805 $ 3805 2 Well service rig 224 HR $ 198.00 $ 44,352.00 3 Pump service rig 180 HR $ 12500 $ 22.500.00 4 Cement work or demolition 16 HR $ 45.00 $ 720.00 5 Onsite welding unit 8 HR $ 75.00 $ 60000 Machine shopwelding16 HR $ 4500 $ 720 00 Well um technician 208 HR $ 85,00 $ 17,680 00 Chlorine treatment 104 EA $ 27500 $ 28,600,00 S ecific ca aci test 38 $ 5500 $ 2.090.00 M114A Biological ActivityReaction Tests BART's 11 $ 32500 $ 3,575.00 Wire to water um efficient test 6 AEA $ 25 00 $ 150.00 Vibration infrared photography analysis 6 $ 10000 $ 600.00 Extra sand testin 6 $ 40,00 $ 240.00 Silt density index test 12 EA $ 135.00 $ 1,620.00 15 Well development and redevelopment 116 HR $ 180.00 $ 20,880.00 16 Well Abandonment 8 HR $ 115.00 $ 920.00 17 Pump/Motor retrieval 8 HR $ 13500 $ 1,080.00 18 Deep well pump and maintenance 24 HR $ 15000 $r 3.60000 19 Well pump/motor maintenance and/or repairs 8 HR $ 85,00 $ 680.00 20 Monthly monitoring of wellfield production of well 312 EA $ 110.00 $ 34.320.00 21 360 Degree color video survey 12 EA $ 1.000 00 $ 12 000.00 22 Dynamic downhole video survey 6 EA $ 1,800.00 $ 10,800.00 23 Clean well casing and screen 6 EA $ 850,00 $ 5,100.00 24 Well head/umheadMump removal & reinstallation 12 EA $ 1 900.00 $ 22 800.00 25 IChemical treatment/Well acidification 6 EA $ 2.000.00 $ 12,000 00 26 Water storage tank residual cleaning1 EA $ 6,000.00 $ 6.00000 27 Flow meter maintenance and calibration 6 EA $ 29500 1 $ 1,77000 28 Mobilization/demobilization max 5500 12 EA $ 500.00 $ 6 000.00 TOTAL BID $ 261,436.05 CHECK TOTALS! The County is not responsible for mathmatical errors. INSTRUCTIONS Bids must be received no later than the date and time stated in the Advertisement. Bids received after that time & date will not be considered This form must be returned with bid Bids on any other form will not be accepted. Aquifer Maintenance & Performance Systems, Inc. James Murray Company Name Name of Authorized Representative (Print) 7146 Haverhill Road N. Street Address West Palm Beach, FL 33407 City, State, Zip (561) 494-2844 Telephone President Title amosiIyRcimail.com MW Address 'zed Signatu Bid Form Page 1 of 1 QUOTATION TR 13163 - EXHIBIT B AMPS October 18, 2018 City of Tamarac 7525 N.W. 881 Avenue Tamarac, FL 33321 Attn: Earl Henry AQUIFER MAINTENANCE & PERFORMANCE SYSTEMS, INC. 714E Haverhill Road N. - West Palm Reach, Ff. 33407. 561-494-2844 Re: WELL #9 REHABILITATION & CONVERSION TR #13163 "EXHIBIT B" AMPS, Inc. appreciates the opportunity to submit the following proposal to rehabilitate. convert pump & motor, elevate & replace the existing wellhead at 4 wells in your wellfield per our existing contract #RFB 2017-2969 with Martin County Utilities for your review: 1) Mobilize/demobilize crane & equipment to well $ 500.00 2) Jackhammer & remove existing concrete pad 1.000.00 3) Rig up, pull pump, motor & equipment from well 950.00 4) Modify tools & fish equipment from well with video unit if needed Approximately 8-16 hours 2.160.00 5) Perform pre & post 360 degree downhole video surveys on well ($1200/each) 2,400.00 6) Chemically treat well while brushing casing approximately 8-10 hours 750.00 7) Clean casing with brush 850.00 8) Perform well acidization 2,000.00 9) Alternate jetting & airlifting well approximately 25-30 hours 5,400.00 10) 1 — Gould's model 10RJLC-1 stage 850 GPM rd.. 85' TDH 2,805.45 11) 1 — Franklin 25 HP sand fighter 6" motor 2,995.00 12) 4 — 6"x20' Certalok drop pipe with coupling assemblies ($414.40/each) 1.657.60 13) 1 — 6" Certalok coupling assembly 55.95 14) 1 — 6" 304 stainless steel certalok adaptor 289.90 15) 1— 6"x8" Stainless steel bell reducer 388.00 16) 95'x#10/3 Flat jacketed submersible cable with ground ($3.49/foot) 331.55 17) 4 - #10 Heavy wall splices ($41.90/each) 167.60 18) 85'x3/16" 304 stainless steel safety cable with stainless clamps ($2.14/160t) 181.90 19) Splice cable onto motor assemble pump, motor & equipment 630.00 20) Freight charges not to exceed 190.00 21) Reinstall pump, motor & equipment; install & tie in new wellhead 950.00 22) Perform final pump & well disinfection 825.00 ABOVE QUOTATION GOOD FOR 30 DAYS. TR 13163 - EXHIBIT B 23) 2'x2'x4" Concrete pad 875.00 24) 1 - 3"x8" flanged x open end ductile custom spool 295.00 25) 1 - 12"0' 304SS spool piece 1.250.00 26) 1 - 6'x8" Flanged ductile spool 375.00 27) 2 - 8"x2' Pipe stands ($155/each) 310.00 28) 1 - 8" Mega flange kit 295.00 29) 1 - 8"x2" saddle clamp 152.50 30) 1 - 2" Brass ball valve 59.75 31) 2 - 2"x6" Steel nipples ($5.10/each) 10.20 32) 1-12" 304 Stainless steel custom fabricated wellhead with gasket & bolt kits 3,300.00 33) Remove existing discharge line. weld on spool piece, install 45's, reset discharge Line & tie back in to existing approximately 16-18 hours 2,250.00 34) Drill & tap'/" sample port into ductile pipe 125.00 TOTAL: $ 36.775.40 If you have any questions about the above information or if we may be of any further assistance please don't hesitate to call. Thank you. Sincerely, Jim Murray President QUOTATION TR 13163 - EXHIBIT B AMPS October 18, 2018 City of Tamarac 7525 N.W. 88' Avenue Tamarac. FL 33321 Ann: Earl Henry AQU/FER MAINTENANCE & PERFORMANCE SYSTEMS, INC. 7146 Haverhill Road N. • West Palm Beach, FL 33407.561-494-2844 Re: WELL #15 REHABILITATION & CONVERSION AMPS, Inc. appreciates the opportunity to submit the following proposal to rehabilitate, convert pump & motor, elevate & replace the existing wellhead at 4 wells in your wellfield per our existing contract #RFB 2017-2969 with Martin County Utilities for your review: 1) Mobilize/demobilize crane & equipment to well 2) Jackhammer & remove existing concrete pad 3) Rig up, pull pump, motor & equipment from well 4) Modify tools & fish equipment with video unit if needed approximately 8-16 hours 5) Perform pre & post 360 degree downhole video survey on wells $1200/each 6) Chemically treat well while brushing casing approximately 8-10 hours 7) Clean casing with brush 8) Perform well acidization 9) Alternate jetting & airlifting well approximately 25-30 hours 10) 1 — Gould's model I0RJLC-1 stage 850 GPM () 85' TDH 11) 1 — Franklin 25 HP sand fighter 6' motor 12) 4 — CxM' Certalok drop pipe with coupling assemblies ($414.40/each) 13) 1 — 6" Certalok coupling assembly 14) 1— 6" 304 stainless steel certalok adaptor 15) 1 — 6"x8" Stainless steel bell reducer 16) 95'x#10/3 Flat jacketed submersible cable with ground ($3.49/foot) 17) 4 - #10 Heavy wall splices ($41.90/each) 18) 85'x3/16" 304 stainless steel safety cable with stainless clamps ($2.14/foot) 19) Splice cable onto motor, assemble pump, motor & equipment 20) Reinstall putt, motor & equipment; install & tie in new wellhead 21) Perform final pump & well disinfection 22) 2'x2'x4" Concrete pad $ 500.00 1,000.00 950.00 2,160.00 2,400.00 750.00 850.00 2,000.00 5,400.00 2,805.45 2,995.00 1.657.60 55.95 289.90 388.00 331.55 167.60 181.90 630.00 950.00 825.00 875.00 ABOVE QUOTATION GOOD FOR 30 DAYS. TR 13163 - EXHIBIT B 23) 1 - 3'x8- flanged x open end ductile custom spool 2.1) 2 - 8" 1501b weld on steel flanges ($240.15/each) 25) 1 - 5'x8" Schedule 40 pipe 26) 2 -8"x2' Pipe stands ($155/each) 27) 1 - 5'x8" Flanged ductile spool 28) 1 - 8" Mega flange kit 29) 1 - 8"x2" saddle clamp 30) 1 - 2" Brass ball valve 31) 2 - 2"x6" Steel nipples ($5.10/each) 32p 1 - 12" x 3' 304 ss spool piece 33) 1-12" 304 Stainless steel custom fabricated wellhead with gasket & bolt kits 34) Remove existing discharge line, weld on spool piece, install 45's, reset discharge Line & tie back in to existing approximately 16-18 hours 35) Drill & tap'/" sample port into ductile pipe TOTAL: 295.00 480.30 275.00 310.00 355.00 295.00 152.50 59.75 10.20 1.250.00 3.300.00 2,250.00 125.00 $ 37,510.70 If you have any questions about the above information or if we may be of any further assistance please don't hesitate to call. Thank you. Sincerelv. fifty Aurrxt Jim Murray President A MP iS QUOTATION TR 13163 - EXHIBIT B AMPS October 8, 2018 City of Tamarac 7525 N.W. 881 Avenue Tamarac. FL 33321 Attn: Earl Henry /AQUIFER MAINTENANCE & PERFORMANCE SYSTEMS, INC. 7146 Haverhill Road N. - West Palm Beach, FL 33407.561-494-2844 Re: WELLS #16 & #17 REHABILITATION & CONVERSION AMPS, Inc. appreciates the opportunity to submit the following proposal to rehabilitate, convert pump & motor, elevate & replace the existing wellhead at 4 wells in your wellfield per our existing contract #RFB 2017-2969 with Martin County Utilities for your review: 1) Mobilize/demobilize crane & equipment to well $ 500.00 2) Jackhammer & remove existing concrete pad 1,000.00 3) Rig up, pull pump, motor & equipment from well 950.00 4) Modify tools & fish equipment from well with video unit if needed Approximately 8-16 hours 2,160.00 5) Perform pre & post 360 degree downhole video surveys on well ($1200/each) 2,400.00 6) Chemically treat well while brushing casing approximately 8-10 hours 750.00 7) Clean casing with brush 850.00 8) Perform well acidization 2,000.00 9) Alternate jetting & airlifting well approximately 25-30 hours 5,400.00 10) 1 — Gould's model IORJLC-1 stage 850 GPM r? 85' TDH 2,805.45 11) 1 — Franklin 25 HP sand fighter 6" motor 2,995.00 12) 4 — 6"x20' Certalok drop pipe with coupling assemblies ($4 t4.40/each) 1,657.60 13) 1 — 6" Certalok coupling assembly 55.95 14) 1 — 6" 304 stainless steel certalok adaptor 289.90 15) 1 —6"x8" Stainless steel bell reducer 388•00 16) 95'x#10/3 Flat jacketed submersible cable with ground ($3.49/foot) 331.55 17) 4 -#10 Heavy wall splices ($41.90/each) 167.60 18) 85'x3/16" 304 stainless steel safety cable with stainless clamps ($2.14/foot) 181.90 19) Splice cable onto motor, assemble pump, motor & equipment 630.00 20) Freight charges not to exceed 190.00 21) Reinstall pump, motor & equipment; install & tie in new wellhead 950.00 22) Perform final pump & well disinfection 825.00 FOR YOUR TOTAL PUMP & WELL FIELD NEEDS ABOVE QUOTATION GOOD FOR 30 DAYS. TR 13163 - EXHIBIT B 23) 2'x2'x4- Concrete pad 875.00 24) 1 — 3'x8" flanged x open end ductile custom spool 295.00 25) 1 — 12"x3' 304ss spool piece 1.250.00 26) 1 — 5'x8" Flanged ductile spool 355.00 27) 1 — 8" Mega flange kit 295.00 28) 1 — 8"x2" saddle clamp 152.50 29) 1 — 2" Brass ball valve 59.75 30) 2 — 2"x6" Steel nipples ($5.10/each) 10.20 31) 1-12" 304 Stainless steel custom fabricated wellhead with gasket & bolt kits 3,300.00 32) Remove existing discharge line, weld on spool piece, install 45's, reset discharge Line & tie back in to existing approximately 16-18 hours 2,250.00 33) Drill & tap'/" sample port into ductile pipe 125.00 TOTAL PER WELL: $ 36.445.40 TOTAL FOR BOTH WELLS: $ 72.890.80 If you have any questions about the above information or if we may be of any further assistance please don't hesitate to call. Thank vou. Sincerely, In MurrXj Jim Murray President TR 13163 - EXHIBIT B C Lug xylem 6.62 in 50 W 70 74 t 78 80 82 83 t 60 f 1 84 a: in 83 82 80 78 so T9.fi 70 W 74 78 4 70 78 .► b0 74 70.�.+" 80 0 200 400 600 800 1000 1200 1400 C d Z r Q. 40 0 200 400 600 800 1000 12W 1400 40 0 200 400 6W 800 1000 1200 1400 CURVE DATA US gpm Specified Flown 850.00 t1$gpm . Best Efficiency 79.50 % Impeller Material 316SS Specified TDH 85.00 It SEP Flow 833A USgpm knpelNr, Mad Derate Factor 1.00 Motor Speed 3482 RPM Design Flow % SEP 102.04 % Total Flow Derete Factor 1.00 Atmospheric Pressure 15 psi Pump Efficiency 78.72 % Total Head Derate Factor 1.00 TPL 2.84 R Power at Design 23.2 Hp Total Efficiency Derails Factor 1.00 NPSHa at Grade 33.9 a NQL F~ 23.2 Hp CWW ID E641OREPC1 NPSHe at 1st limp~ 36 5 tt ' Max Power (NOL) Flow 833.0 USgpm Well Diameter Over 20 inch New power (NQLJ at Man TAm 47.6 Hp [508mm] Casing Max Power (NOL) Flow at Max 1313.0 USgpm IF Trim Fluid Temperature 68.0'F 14110 ltt'ptiAMl, 1111104004t 25.00Hp, Specific ar- tr 1A(W kWh par 1000 get 0.000W viscosity 1.0017 cP wo at Dofifoo 25.4 R Vapor PMNMVO M3393 psi Specified NPSH Ratio 1.1 Density 62lbsJft' NPs tmeiifrtstDesidn 9.11t Design Flow WAO USppnn Min Submergence at Design 26.97 in On Flow (MCSF) 208.0 USgpm alawds rbmweame 34.03 in Design, R almo 11" 111 Shaft Friction Power Loss -0.03 Hp Design TDH (Disch Flange) 85.8it TlruatteadpbwerfWees_ 0J6fi76Hp D"WtFteesurtomlt Sri pits Hydraulic Thrust at Design 6W.0 lb Design Pressure (Disch Flange) 37.10 iilnlat et Dee(pa §61t.5 b SMR 011TDMM {Bowl] 141.8 R Hydraulic Thrust at Shut Off 987.0 lb Shut Off TDH (Disch Flange) 141.0 8 TMuat at Shut"orl 1071.4 b Milt Off Pressuba iBo" St.Opid Bowl Material Cast Iron with Glass Shut Off Pressure (Disch Flange) 61.0 psi Enamel Bowl EMdWmy at Design 79.20 % BeM Matseief DwW* Facer 1.00 DO NOT USE FOR CONSTRUCTION UNLESS CERTIFIED Certified By Project Tao PO Number Serial Number TR 13163 - EXHIBIT B Lr g uovall PERFORMANCE ON DESIGN CURVE AT 3482 RPM Shut Off Design (21 Run Out (51 Flow (USGPM) TDH-Bowl (ft) TD114-0Isch Flange ( ft) Bowl Efficiency (%) Power (Hp) NPSHr (ft) Ili NPSH Margin (R) III Hydraulic Thrust(lb) Thrust (lb) Pressure -Bowl (psi) Pressure0lot h Fhngs (pat) Min Submergence (inch)131 0.0 141.0 141.0 987.0 1071.4 61.0 61.0 Friction Loss (R)14) - Lineshaft Elongation (Inch) 0.00000 Column Elongation (inch) 0.00000 Laterel�inot __._.._ 013000 860.0 0.0 {Best Efficiency 79.50 % at 833.0 USgpm 85.8 0.0 Design Flow % SEP 102.04 % 85.8 - jPump Efficiency 7&72 % 79.20 - !Overall Efficiency 0.00 % 23.2 - !Max Power (NOL) 23.2 Hp at 833.0 USgpm 26.4 - Max Power (NOL) at Max Trim 47.6 Hp at 1313.0 USgpm 9.1 13pocNbd NPSH Ratio 1.1 600.6 0.0 Thrust Load Power Loss 0.16878 Hp 661.5 0.0 flrolsl Flow Donate Factor 1.00 37.1 - Toted Head Derate Factor 1.00 37.1 - 110101 Efficiency Derste Factor 1.00 26.97 - Actual Submergence 34.03 in 0.00 - ISiudlFriWon Power Loss -0.03 Hp 0.00000 - 'Min Flow (MCSF) 208.0 USgpm 0.00000 - jkft per 1000 gal 0.0000D 0.13000 '' (mpeflo r Running Clearance 0.13 in (1j at 1st mpeiter eye ;2l rated values 131 from pottom of pump 141 from bowl to dlsch flange 151 based ort user entered TDH OPERATING CONDITIONS Specified Flow 850.00 USgpm Design TDH (BowQ 85.8 ft Rated Speed 3482 RPM Atmospheric Pressure 15 psi TPL 2.84 it NPSHa at 1st Impeller 35.5 ft WN Dimnoiw Ower20 inch MATERIALS & DIMENSIONS Bowl Data FLUID CHARACTERISTICS Fluid water Fluid Temperature 68.0 -F Spectilc OWWAW 1.0000 Viscosity 1.0017 cP vaporPressure 0.3393 psi Densi 62lbs/ft3 Bowi' Maoaial Cad Iron with Glen Enamd Bowl Material Derate Factor 1.00 ImpersrMet i .. VIM Additional Stage Impeller Aluminum Bronze Material 6rrpellorMaflDesbfector 100 Bowl Shaft Material 416SS biripollilwAltachroant T Taper Lock Material Carbon Steel DMchr�e Bowl Material Cast iron' Suction Type Bowl Bowl BolBrra MOWN Carbon Steel Motor Adapter MotorAdapisrBeorktp 6" [152.4 mm] 6111111111111011111 Discharge Bowl Bearing Bronze intormadiate Bowl Bearing Eirorms Impeller Trim 5.38 in Max bnpsMr Trim 6.02 In Thrust K-Factor 7.0 Lb/Ft Banal Preseure Llow we psi Available Lateral 0.75 in Slwt off lateral 0.111M in Design Lateral 0.13000 in Bows Apsm6ly Length MQ 2t1:03 in Bawl Shaft Diameter inpeflerBalence 1 1/2" [38.1 mm] Mantlfa Bawl Wear Ring trorcstardeft Not Included 1 t*~ WNr " fVct kttiuded Bowl OiarrieEsr (D) 9.50 in Min Column Diwrster ' Win Max Column Diameter 8 in Bowl Power LdrtlG 520.71 ` , USE FOR Certified By Project Tag PO Number Serial Number