HomeMy WebLinkAboutDocumentation_Regular_Tab 22_10/13/2022Agenda Item #22.
Regular Council
STAFF MEMO -D
Meeting: Regular Council -Oct 13 2022
Staff Contact: Marjorie Craig Department: Water Treatment Plant
Approve Centerline Drilling Piggyback Agreement for Surficial Aquifer Well Rehabilitation
SUMMARY: AMI
The Utilities Department requests approval of the Town of Jupiter piggyback agreement with Centerline
Drilling, Inc. for "Surficial Well Rehabilitation Services" and requisition for $18,973 for rehabilitation of
surficial well #8.
BACKGROUND: The Village receives water for its water treatment plant from 10 surficial aquifer wells
and 4 upper Floridan aquifer wells. These wells require periodic maintenance by qualified and capable
contractors. The Utilities Department programs maintenance for up to three surficial wells per year and
has budgeted $51,000 for "R&M — Well Rehabilitation" for this year. The Village has received a
competitive estimate from Centerline Drilling, Inc., for the rehabilitation of well #8 under "Surficial Well
Maintenance Services" based on the current well maintenance contract for the Town of Jupiter.
This document and any attachments may be reproduced upon request in an alternative format by
completing our Accessibility Feedback Form, sending an e-mail to the Village Clerk or calling 561-768-
0443.
PROJECT NAME: Centerline BUDGET: $51 1000 ENCUMBERED: $0.00
Drilling Agreement for Surficial
Well Rehabilitation Services
Proposed: Projected Remaining:
18, 973.00 32, 027.00
PROJECTED TOTAL: n/a
-•MW • - • L, 10 •
Approve the Centerline Drilling Agreement for surficial aquifer well rehabilitation
Contract for Surficial Aquafier Rehabilitation
Centerline Drilling Well 8 Quote 17.618
Fxhihit A
Page 396 of 478
Agenda Item #22.
Exhibit 6
Village of Teguesta 08-30-22
Page 397 of 478
Agenda Item #22.
VILLAGE OF TEQUESTA
AGREEMENT FOR SURFICIAL AQUIFER WELL REHABILITATION
THIS AGREEMENT FOR surficial aquifer well rehabilitation scrvices
entered into and effective. this 13 6 day of Octo ber, 2 0202. by and between the V I L 1, A G E
0 F T E Q U E S TA, a Florida munj c ipal co ration with -a fflicc s located at 3 4 5 T-equesta
Drive, Tequesta, Florida 33469, orgaoized and existing in accoTdance with the laws of the
f Flori, hereiner the Vill1. and Centerline, Drilling, Inc. a Florida
State odaaft"age"i
corporation, with offices located at 1696 Old Okcccbcbce Road, 3-C West Palm, Beach,
Florida, hereinafter "the Contract -or,"', and collectively with the Village, ""the Parties"'.
.r
WITNESSETH
The Village and the Cc ntractor, i n consideration Of the M U Wai covenant s co nwi nee
herel n and for other good and valuable c onsiderat 1 on. the rec eipt and sufficiency o f wh 1ch
i s hereby. acknowl edged by both Parti e s., hcrcbv agree a� fo I lows:
1 SCOPE OF SERVICES: The Parties hereby agree to cater into this
Agreement wherebv thC CODtraCtOr shall provide -surficial v6v-ell rehabilitation services as
required by the Village, The Parties agree to enter into this Agreemcn.t and p'ggyback for
I _,
the surficial rehab -ilitation services at the unit prices described In the Town of jupiter
Con.Aruction of Surflojal Aquafer Well 12A and Surficial Wellficld Rehabilitation Program
awarded th rough The J anuary 61, 2 022 hi d :P+NV2 i I 1. The po rtions of sal d contract rel ati n g
to well -rehabilitation attacbcd hereto as Exhibit "'A" arc berebv incorporated into this
AEzreernent. Aitthorization to piggyback on the contract and amendments i's hereby fully
incorporated into thi s Agreement. and at tied hereto as Exhih it -11 B".
2. COMPENSATION: In consideration for the above Scope of Services,
pricing shall be pars tiant. to the unit prices provided in Exhibl't "A". The Parties hcrtby
agree to the it lage " s purchase of supplic s an or services in greater or le sser a ants than
thppo;-zoa'Exbib
estimated iDthe Town of Jupiter Contract #W21 11, as ref erenced bv e rol in it-e
"Ate'. I n consideration for the abo v e Scope of Sem i ces. the Village shal I pay the Contractor
at rates deSeri bed in Exhibit "A".. The goods or senhricis shall be delivered in a manner
and location. and time acceptable to the Village the "Pe6omim-lee Date."
3. CHANGE ORDERS: Contractor is aware thal price and time are of -the else tice
in thi s contract and that prompt and timel y performance o f a] I :sueh obi igat 1 ons `1 s strict I y
Page 1 of 8
Page 398 of 478
Agenda Item #22.
required. If conditions change that would require an increase in price, scope, or fime for
performance Contractor{ niust notify the Village in writing detailing the conditions that ha-ve
chars gel and requesting a change order to the contract within -'30 days prior to the
performance date "Change Order Deadline". Change orders submitted after the change
order deadline Will not be considered, Contractor shall not proceed with wiy change to its
obligations under a change order request unless documented in a Change Order executed
by both Parties. If Contractor requests a change order prior to the change order deadline
Village at its di scre.flon may ace.opt the change order as 'i s or with modificati ons, &ny the
change order, re -advertise and re -solicit providers for the required goods or sere_ iceg or
terminate this contract, If the Village elects to re -advertise and re -solicit the need for goods
or s-ervices the Village will haNie 30 days "Solicitation Period" in which to accept the
contemplated change order or tc=1nate this contract. At aiiy fime after execution of the
Agreement but Frio r to C ontractor's delivery of the Good s or sere i c es, the it I age reserves
.0
modiN,. rev i.se add or remove an-y part of its order for
the right at its discretion to chaDge, - w 1� 11
the Goods or -gervices as described by this Agreement. If any such change to the Villages
order causes an increase or decrease in the cost of the goods or sen7ices or causes a change
in the torequirefor delivery of the gc)ods or services, the V111agt shall make an
irnd
equitable adjUStMexit in the contract price, the del'ivery schedule, or both. My -change to
the M llage " s order for the Goods and any -s ubsequent equilable adj ustment to th e terms 0 r
tbis Agreement shall -be effectuate -nt as
d through a written Amendment to this Agreertie
executed by both Parties pursuant to Section 15. of this Agreement.
4, TERM* TERMINATION- NOTICE: This Agreement may be tear b-v
IN % r
ice to t I hall be- considered
either party -upon 30 da-vs wtincD iiot' he other party. Not'cc s
sufficient when sent by certified mail or hand delivered to the Parties during regular
business hours at the following addresses'.
Village
Vi 11 age o f Teque sta
345 Tequesta Drive
TequcstajL 33469-0213
At1w.. Utilities Department
Page 2 of 8
Contractor
Centerl line D-ri [ling, I N C-
1696 Old Okeechobee Road, 3-C
West Palm Beach, Florida 33409
C-t t- 11- iiedrd lip
I g(-
Page 399 of 478
Agenda Item #22.
5. III SURANCL. The Contractor sball provide proof of workman's
L
compensation insurance and liab i I i ty insurance in such umounts as are spec i fied in Exhibit
"A" and shall narne the Village as an "additional insured" on the liability portion of -ffie
insurance policy.
6. INDEMNIFICATION: The Contractor shall at all tirnes. indtmnl�v.
d c fend and ho I d harmles s, the, Vi I I age, its agents, wrvant s., and em p I oy ces, from and a inst
anv claim, demand or cause of action of whatsoever kind or nature, arising out of error,
otnission. negHgent act., conduct, or misconduct of the Contractor, its agtnts, sere ants, or
employees in the, performance of services under this Agreement. Nothing contained in this
provision shall be construe dor interpreted as consent by the Village to be sued, nor as a
Nvalver of so�eereign unmunity, beyond the waiver Provided in Section 768.28, Florida
Statutes.
7. PUBLIC ENTITIES CRIMES ACT:, As provided in Sections 287.132-
13-3, Florida Statutes, by Mering into this Agreement or performing any work in
furtherance hereof, the Contractor certifies that it, its affilkites, suppliers, subcontractors
and consultants who w- i I I perfonn hereunder, have not been placed on the co nVieted vendor
list maintained by the State of Florida Department of Management Services Withill thirty-
six (36) months immediately exceeding the date hereof-'I'his notice is required by Section
287J 33(3)(a), Florida Sraluf_,,s-
8. INDEPENDENT CONTRACTOR; It is specifically understood that the
Contractor is an independent contractor and not an employee of the. Village, Both the
Village mid the Contracioragrtes that this Agreement is not a contra cl for employment and
that norelation sh I p o f empl, oyee—ern pi oyer orprinci pal —agent i s or shall be created hereby,
nor shall hereafter exist by rcason of the per-Formance of the services herein provided.
9. JNSWECTOR GENERAL: Pursuant to Sections 2-421-2-432 of the
Palm Beach County Code of Ordinances, the Office of the Inspector General has
j uri sd'I ction to inc st'igatc municipal inatterq, review and and l( municip-al contracts and
other transactions, and -make reports and rtcommendatio ns to m urn i c i pal go v emir g bodies
based on such audits, reviews, or invest 'igations. All parties doing business with the Village
shall fully cooperate with the inspector general in the exercise of the inspector general 's
functions, atithortty, and power, The. inspector general has the power to take sworti
Page 3 of 8
Page 400 of 478
Agenda Item #22.
statements, require the production oftecords, and to audit, motiltor, investigate and inspect
the activities of the Village-, as well as contractors and lobbyists of the Villagc 'in order to
detect. deter, prevent., mid eradicate fraud. waste., mismanagemen
I t, m'i
oaut, and abuses.
10. E-VERIFY ELIGIBILITY: The Contractor warrants and represents that it
is in compli I ance with Section 448.095, Florida Statutes, as may be amended. No later than
January 1, 2021. the Contractor shall: (1) register with and use the E-Verify System (E-
Ver]'6r.gov) to electronically verify the employment eligibility of all newly, hired workers -
and (2) verify that all of the Cont.ractor's subconsultwits performing the duties and
obligations of this Agreement are registered with and use the E-Verify System to
electronically verify the trnploywent ch g) it i ty o f al I newly bi red worklers. The Co ntra,ctor
shail obtain from each of its subconsultants an affidavit stating that the sube onsu I I ant does
riot employ, contract with, or subcontract with an Unauthorized Alien, as that teen is
defined in Section 448.095(1)(k),. Flog idaStatuleLs�, as may be amendtd. The Contractor
shall maintain a copy of any such affidavit frDrn a subconsultant for, at a minimum, the
duration of the subcontract and zu)y ex tension thereof. Thi s prow is "ion shal I not s upe rsede
any provision of tb,+Js Agreement whichrequires a longer retention period. The Village shall
terminate this Agreement if It haLs :a good faith belief that the Contractor has knowingly
violated Section 448.09(1), Florida Statutes, as may be am ended, If the Contractor has a
good faith belief that the Contractor's sub -consultant has knowingly viotaW Section
448.09(1), Florida Siai tiles, as may be ameaded, the Village shall notlf-v the Contractor to
tenninate its contract Nvith the subconsultant and the. Contractor Shall immediately
terminate its contract with the subconsLiltant. In the event of such contract termination, the.
Contractor shall be liable for any additional costs '111curred. by the Village as a result of the,
terminatlOnL
11. SCRUTINIZED COMPANIES: For Contracts under $1 M,. the
Contractor certifies that it is not or) the Scrutinized Companies that Boycott Israel List
created pursuant to S ectio.n 2 15,4 72 5. Florida Statutes, and that it is not engaged 1 D a
boycott of tsrael. The Village may terminate thik Agreement at the Village's option if the
�O
Contractor is found to have submitted a false certification as provided wider Section
287.135(5). F-Iorida �talules., if the Contractor has been placed on the Scrutinized
Companies that Boycatt Israel List created pursuant to Section 215-4725. Florida Statutes,
Page 4 of
Page 401 of 478
Agenda Item #22.
or if Contractor i s engaged in a boycott o f I srae 1. For C ontyact s over S I M, the Contractor
certifies that it is not on the Scrutinizcd Companit.r.; w,ith Activities in Sudan List, the
Scrutinized Companies with Activities in the fran Petroleum Energy Sector List, of the
Scrutinized Companies that Boycott ISTaCl List created pursuant to 'Section 215.4725,
Florida Statutes. The Contractor further ecrtiffies that Wis not engaged in a boycott of Israel,
and -ffiat it does not have business operations in Cuba or Syria. as similaxly provided in
Section 287,135, Florida 3�arute.5,- The Village may term'Mate this Agreement at the
Village's option if the Contractor is found to have submitted a false certific-ation acs
p ided under SWI'OD287,135(5), Florida Statutes or if the Contractor has been placed
rovi
an one, of the of lists created pursuant to Section 215,4725, Moridu Statutes.
Additionally, the it lags may term iiiate this Agreement at the Village-s opion if the
Contractor is engaged in a boycott of Israel or has bccn engaged in business op�rations in
Cuba or Syria, as defined in Section 287-135, Florida Statures.
12. ATTORNEY"S FEES-.1 In the event a dispute arises conceming this
Agreement, the prevailing party shall be awarded attorneys fees.. including fees, on appeal.
* FO RCE MAJEURE, - The Contractor i,;hai I not be c on.sidered in defraul t by
reason of any failtire in performanct. Luider this Agreement if such failure arises out of
causes reasonabl-v beyond the control of the Contractor or its subcontractors and without
11
their fault or negligence. Such causesiDClude, but are not limited to: acts of God; acts of
war; natural or public health emergencies; labor disputes; freight embargoes; and
abnormally severe and unusual weather conditions.
14. CHOICE OF LAW; VENUE:, This Agreement shall be go-verned and
construed in accordance with the laws of the State of Florida, and venue shall be in Palm
Beac.b County should any di i spate wise with regard to this Agrecmtnt.
I. AMENDMENTS & ASSIGNMENT!S: This Agreement, all Exhibits
attached hereto, and requi I red insurmee certificates con-stitutc the entire Agreement
between both parties; iin mod ificatiODS Shall be made to this Agreement unless "in -%NTiting,
agreed to by both parties, and -attached hereto as an addendurn to this Agrcement. The
Contractor shal I not transfer or as si gn the pro i sion of sere lees called for in this A greerrient
without prior w-ritten consent of the Village.
Page 5 of 8
Page 402 of 478
Agenda Item #22.
16. PUBLIC RECORDS..- In �ICCOTdance- with Section 119.0701, Florida
,Ratutes, the Contractor must kcep and niaintain this Agreement and any other records
so fated therewith and that are assoclate dvnth the performance of the work described in
the Scope of Services. Upon request from the Village's custodian of pubfic re. Qords. the
Contractor must provide the Village with copies J requested records, or allow such records
to be inspected or copied, within a reasonable time in accordance with access and cost
requirenitnts of Chapter 119, Florida Statutes. A Contractor who fal-1.9 to Provide the public
records to the Village, or fails to make them available for inspection or copyi I ng., within a
reasonable time may be subj ect to attorney " s fee s and costs pure uant to S ection 119,070 1,
Florida �Wtules, and other penalties under Scction 119. 10, Florida � taiwes. Further, the
Contractor shall ensure that any txernpt or confidential records associated with this
Agrcerncnt or associated with the performance of the work described in Scope of Services
are. not disclosed except as autbarized by law for the duration of the Agreement term, aild
following completion of the Agreement 'if the Contractor does not transfer the rteords to
the V 11 lage. Final ly, upon comp] etion o f th e Agreement, the Contractor shal I transfer, at no
cost to the Village, all public records in possession of the Contractor, or keep and maintain
public records required by the Village.. If t-he Contractor transfers all public records to the
Villagc upon completion of the Agreement,. the Contractor shall destroy any duplicate
public records ihat are exompt. orCOD fldentlal and excmpt from public records disclosure
requirements. I f the C ontractor keep s and maintains public re cords ttpo n co mplet.. 0 n of the
Agreement, the Contractor &hail meet all applicable requirements for retaining public
records. Records that are stored electronicallv must be provided to the Village, upon
request from the Vi 11 age " s cast o than of public records., 'in a form at that is compat 1 ble with
the. Village's information lechnolou systems.
no
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 1199 FLORIT TUTE& T THE
i TR T W DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENTI PLEASE CONTACT THE
VILLAGE LE .9 RECORDS CUSTODIAN OIL THE ILLS. E�
Page 6 of 8
Page 403 of 478
Agenda Item #22.
P, OR AT 345
AT (561) 768-0685, OR AT [mcwflfiamsL,,
TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469.
174 HEADINGS- The headings contained in this Agreement are provided
for convenience only and shall not be considered "in construing, interpreting or
enforuing this Agreement.
is. SEVERABILITY; The ins atidl,ter or
unenforcea-bili-ty of anv provision of this Agreement shall not affect the validiter or
enforceability or any other provision of this Agreement and this Agreement shall be
c onstrued ar)d e-R forc ed In al I respec t s as if the 'I rival'i d or inn enforce abl e pro vi sio n i s not
contained herein. 19. WAIVER.
No waiver by the Village of any provision of this Agreement shall bc deeined to be a
waiver of any other provisions hert-of or of any subsequent breach by the Contractor of
the sanie� or anv other provision or the enforcement hereof.. The Village's consent to or
approval of any act requiring the Village-"s consent or approval of any act by the
Contractor shall not he deemed to render unnecessary the obtaining of the Villagc's
consent to or approval of any subsequent consent or appro-%ral of., whether or not similar
to the act so COP SWed or approved.
20. ENTIRE AGREEMENT: This Agreernant, including any Exhibits,
constitute� the entire agreement between the parties} no modification shall be un. ade to this
Agreement unless such moth fi-cation is in writing, agreed to by both parties and attached
hereto as an addendum to this Agreement.
iREMAINI3ER OF THIS PAGE LEFT INTENTIONALLY BLANK]
Page 7 of 8
Page 404 of 478
Agenda Item #22.
I N W I T N E S 6S' W H C R E 0 F � the parties hereto ha-�-- e, e x ecuted this Agre-ement
on the date and year first above written.
WITNESSES., Centerline Drilling, INC.
4r
By,r Job n Say
PresideDt
Centcrfiaxe Drilling, INC.
ATTEST:
Lori* McWill urns, MMC
Village Clerk
(Corporate Seal)
VILLAGE OF TEQUESTA
By,. Molkv Young, Mayoir
Page 8 of 8
(Seal)
Page 405 of 478
Agenda Item #22.
Centerline Drilling, Inc.
1696 Old Okeechobee R.d., #3C
West Palm Beach. -Florida 33409
Water Well Con -tractor License #11. 1. 32
Item Descript ion
Lump Sum I.Mohil ize to the well. site
Remove the submersible Pump and motor from the well.
Brush the casing and screen. with correct SIze bristle brush tar 40
minutes.
"Reverse. Air -develop and surge the solids and particulate from the
-well for 1, 11OUr while discharging the development fluid on site to
specified area.
'fransport well pump, m.o(.()r and. colun-in pipe and. welthead back to
YOUr shop, disassenible, clea.n, all take pictures of condition befibre
and after cleaning. Iteassemble PLITI.I.P and return till Parts to jobsite
(If pump needs any work, contact us asap).
Jet. well screen with Jetting tool. working the total length up and
down for 60 minutes.
Airlift for .30 minutes bef.bre adding Cody 'Descaler.
Ern.place approximately 45 gallons of Liquid Descaler fi-orn Cody
chenlical, it) the Well, agitate 5 tiro let sit 40 in t
1. 1 ates then repeat
previous for 3 more. times with su.rge disc and then let stand for 24
hours (overnight).
Reverse Air -develop well.for 4 hou.rs
Reinstall .pump and pipe while disinfecting,
.Nsin.-fect well with a chlorine solution 150 gallons chlorine
Solution).
Bui-np disin..fected well. water up into discharge piping
[Demobilize fi-oni �\vell site.
"'hank you for the opportunity to bid this Job.
Phone # Fax # E-mail
J
(561) 615-0988 (561) 4129-8107 CTRIANE'D R I LA',.,1'N G-.(� . �;Aot'.COM
Signature and Acceptance
Estimate
Date sEstimate #
8,19/202-12 1.7-618
Project
Rehabilitation ol'Well #8
Oty Rate I Total
. . . . . . . . . . . . . . . . . . . . . ........ ........
18,973.00
14S.973.00
Total
Page 1
Page 406 of 478
Agenda Item #22.
Centerline Drilling, Inc.
1.696 Old Okeechobee.Rd., OC
Wtest .Pa lm Beach, Florida 33409
Water Well Contractor License #11132
Estimate
Qate Estimate
8A)/202-2 17-618
Centerline I. )rilling., Inc. is not tesponsible for any, da-mage: to laiidscaping, sidewalks, driveways, or underground utilities. Also, there at-e no guarantees oil the quality
aml or quantity of%vate r and shall not release Owner"Custon-ler from Payment other than. in accord with this Estitnlatc. Centerline Drilling is not responsible for tiny,
efectri".11, water testinj-';' Water Use 1.1ertnit, exec..'sive insurance, hoad., pre-vailing. -wiagics, or anything not listed above. Mitnufactures warranty sh.all apply on all
rm IS .1
. iterial &. equipment,. and 90 (lays on Iabor. 'Estiniate i Valid for 10 Da% s.
SignatUre and Acceptance
Page 2
Page 407 of 478
Agenda Ut��� #��2.EXHIBIT A
Agreement (Contract) Between Owner and Contractor
This Agreement (Contnact)made this 125 day of 2OZ1byand between
the Town of Jupiter, a public agency of the State of Florida hereinafter designated as the "the TOWN"' and
"OWNER", and Centerline Drilling, Inc., 1696 Old Okeechobee Road#3C, West Palm Beach, Florida 33409\ a
Corporation, 42-155177 (FFIN number) hereinafter designated as "'the CONTRACTOR",, in consideration of the
mutual covenants hereinafter set forth agree asfollows:
ARTICLE 1. WORK.
1.1 CONTRACTOR shall complete all Worl( as specified or indicated in the Contract Documents. The Work is
generally described asfollows:
Furnish all permits, labor, equipment and materials necessary to perform well maintenance,
|*
' rehabilitation and/or replacement of Surficia| Aquifer production wells for the Town of Jupiter,
|
located in Jupiter, Florida. Well maintenance activities may include but are not limited to
removal/reinstallation of wellhead including dovvnho|e equipment and well piping; pump and
| motor inspection, repair and/or replacement of well mechanical components including
| —
miscellaneous welding, well disinfection and bacteriological clearance. Well rehabilitation
activities may include but are not limited to removal/reinstallation of wellhead components,
/ static and dynomicdownho|e well video, brushing existing well casing, clean -out open hole,
'
chemical treatment ofwells, remomsl/rep1acemeniofgravel pad, well development including
air lift development, high velocity jetting with simultaneous air lift development and pump
' development, well performance pump testing, well disinfection and bacteriological clearance,
site restoration, and completion of all required work to the extent the well facility has been
successfully rehabilitated, returned to service and accepted by the OWNER based on the intent
|
of the contract documents. Well replacement activities may include but are not limited to
abandonment of an existing well and replacement with a well approximate\yl6O' deep with
. the top 120' being2O" PVC casing and bottom 40' being either 12" open hole, open hole with
liner or 12" stainless steel screen including well construction permitting, drill site preparation,
pilot hole construction and logging, well drilling and construcdon,well development, step rate
pump testing, video logging, well disinfection and testing, well site restoration and all other
incidentals as outlined on the bid documents and all appurtenances necessary to complete the
Work based onthe intent ofthe contract documents.
1.2 The Project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows: CONSTRUCTION OF SURFIKIAL AQUIFER WELL 124 AND SURF1CiAL
VVEL1F!ELD REHABILITATION PROGRAM (W2111) FOR THE TOWN OF JJPITER UTILITIES, JUPITER,
FLORIDA
ARTICLE 2. HyDROGEO°OG|ST.
2.1 The Project has been designed by the following: ]LAGeosdence� 1931 Commerce Way, suite 3,Jupite�
FL334SO.
2.2 The Town of Jupiter will administer the contract during the construction phase. The Hydrogeologist will
serve as the Owner*s Representative during the course of the Contract.
ARTICLE3L CONTRACT TlME.
3.1 The Work will have a substantial completion date and a final completion date after the date when the
Contract Time commences to run as provided in Paragraph 4.01 of the General Conditions, and as
outlined below. There are two substantial and two final completion dates that will apply to this
Town orJupiter Utilities
Construction msumc*/Aquifer Well 12Aand sumcia|We nemnehauuuauo"pmumm(wz111) moeso
Page 4D8Of478
Agenda Item #22.
Contract for the base and additive alternate bids,, respectively. Further, all work associated with the
additive alternate must becompleted between May 15and September 15. A Notice to Proceed (NTP)
will be issued for the base bid. Should the Owner elect to proceed with the additive alternate b/d, then
a separate NTP will be provided for the additive alternate bid. The Contract durations noted below
begin on the date of the Notice to Proceed. The work will be completed and ready for substantial and
final payment in accordance with Article 15 of the General Conditions and as outlined below.
Contract Durations for Well Rehabilitation (Base Bid) Scope:
(Applies to all Work associated with Well Maintenance and Rehabilitation)
Substantial Completion: 3B5calendar days from Notice toProceed
Final Completion: 365 calendar days from Notice to Proceed
Contract Durations for Well 12A (Additive Alternate Bid) Scope:
(Applies to all Work associated with Abandonment of Well 12 and Construction of 12A):
Substantial Completion- 1OScalendar days from Notice toProceed
Final Completion: 135 calendar days from Notice to Proceed
3.2 The undersigned understands the Contract time starts on the date of Notice to Proceed. The
undersigned understands the Contract Time to Substantial Completion includes time for Contractor 10
obtain permits, submit and obtain shop drawing approvals, order materials, and substantially complete
all the Work required of the Contract. Substantial Completion shall include all work required to
abandon all existing wells, construct all new wells, testing and clearance ofall wells, submission ofwell
completion reports, final well surveys and final acceptance by PB[HO. Final Completion shall include
completion of site restoration,. punch list items, demobilization from site, record drawings, and other
closeout documents.
-3.3 Should Owner elect to proceed with VVe|b 12 and 12A (bid alternate) then all work associated with this
site shall be completed between May 15 and September 15. Failure to complete the work during this
time frame and within the contract duration will result in assessment of liquidated damages in the
amount of $750/day until the work is substantially complete.
3/1 Unless extended urtenn(nated the period ofperformance ofthis CONTRACT shall commence upon the
effective date of execution by the OWNER and continue for a period of3G5 days or three hundred and
sixty-five calendar days. Written Notice to Proceed and Work Order duration will be mutually agreed
upon by both the CONTRACTOR and OWNER and provided in Work Orders outlining work. The
CONTRACTOR shall not proceed with work under this CONTRACT until a Work Order with written Notice
toProceed 1sreceived from the OWNER.
BOwner and Contractor may agree to renew this Contract at the Contract Unit Prices for items in the
Base Bid, Well Rehabilitation, for two (2) additional one (1) year terms, for a total Contract period of
three (3) consecutive years. Renewal of this Contract is at the Owner's sole discretion and is subject to
fiscal appropriation by the Jupiter Town Council in either or both the Tovvn's Community Investment
Program (CIP) and fiscal year operating budgets. If the Contract is renewed, it will be done so by written
change order to the Contract and are subject to the same terms, conditions, and unit pricing set forth in
the initial Contract and any written amendments/change orders signed by both parties (Owner and
Contractor). No compensation shall be made for costs associated with renewal of the Contract.
Renewals are contingent upon satisfactory performance evaluations by the Owner and subject to the
availability of fiscal year funding approved by the Jupiter Town Council. Contractor may elect not to
Town orAlnue uuxme
Construction of Surf icia I Aquifer Well 12A and Surficial Welffield Rehabilitation Program (W2111) pacrsz
Page 4D9Of478
Agenda Item #22.
extend the Contract with 90days written notice to Owner. Owner is not obligated to extend the
Regardless of anything to the contrary, this Contract may be terminated by the Owner at any time and
for any reason. Further, the Contractor agrees that it will not be entitled to any claims and/or damages
resulting from such termination, including, but not limited to, lost profits direct or indirect damages,
and consequential special orpunitive damages.
3.6 The parties agree that the TIME ISOFTHE ESSENCE, in the performance ofeach and every obligation
under this CONTRACT. The CONTRACT may bechanged only bvachange order tothe CONTRACT Work
Order amendments to individual Work Orders must be completed in writing and signed and dated by
Contractor and Owner.
3.7 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement
and that OWNER will suffer financial loss if the Work is not substantially complete within the time
specified /n paragraph 3.1 above plus any extensions thereof allowed in accordance with Article 11 of
the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a
legal or arbitration preceding the actual loss suffered by OWNER if the Work is not substantially
complete on time. Accordingly, instead ofrequiring any such proof, OWNER and CONTRACTOR agree
that as liquidated damages for delay (But not as a penalty) CONTRACTOR shall pay OWNER Seven
Hundred and Fifty OO/lOO dollars ($750.00) for each day that expires after the time specified in
Paragraph 3.1 for substantial completion until the Work issubstantially complete, and Five Hundred
00/100 dollars ($500.00) for each day that expires after the time specified in Paragraph 3.1from the
date of final completion until the work has reached final completion. Final completion includes
demobilization from the site. Owner may withhold payment to compensate for liquidated damages
either by increasing the amount of money being held in neta|nage or deduct the amount due in
Liquidated Damages from the final payment application. Liquidated damages under this Contract apply
to each the substantial completion date and the final completion dote.
3.8 The provision of Liquidated Damages for delay shall in no manner affect the TOWN's righttoterminate
the CONTRACT. The OWNER'S exercise of the right toterminate shall not release the CONTRACTOR
from his obligation to pay Liquidated Damages. It is further agreed that the OWNER may deduct from
the balance of the CONTRACT sum held by the OWNER the Liquidated Damages stipulated herein or
such portions assaid balance will cover.
ARTICLE4~ CONTRACT PRICE.
4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract
Documents in current funds according to the Contract Unit Prices.
4.2 No guarantee is expressed orimplied as to the total quantity of commodities/services to be purchased
under any open end Contract. Estimated quantities will be used for Bid comparison purposes only. The
Owner reserves the rightto issue Work Orders as and when required for proposed work for any or all
bid items orany combination thereof. Work under this Contract issubject tofiscal appropriation bwthe
Jupiter Town Council in either or both the Tovvn's Community Investment Program (CIP) and fiscal year
operating budgets. Estimated funding budgets anticipated being available for the original contract term
and subsequent renewals are provided inthe table below.
4.3 The Owner reserves the right to purchase commodities/services specified herein through contracts
established by other governmental agencies orthrough separate procurement actions due to unique or
Town ovJupiter Utilities
Construction msumua/Aquifer Well 12xand suunu|WelxemRehabilitation pmomm(w2u1) pagesz
Page 410 Of 478
Agenda Item #22.
special needs If an urgent delivery is required within a short period than the delivery time specified in
the Contract, and if the seller is unable to comply therewith, the Owner reserves the right to obtain
such delivery from others without penalty orprejudice totheOwnerortothe8/ddec
Anticipated Estimated Annual Funding
Town ofJupiter Utilities
Construction ofSuMUda|Aquifer Well 12Aand
Surficial Wellfield Rehabilitation Program Contract (W2111)
Term/Years
Description
Estimated Value
Initial Term
Well Rehabilitation & Investigation (CIP)
$26110010
(1-yea r)
Well Mechanical Repairs & Replacements (Operating,. R&M)
$60"000
Unanticipated Emergency Repairs
$50,000
Well 12A Replacement (CIP)
$275,000
Initial Term Estimated Total
$6461000
V Renewal
Well Rehabilitation & Investigation (CIP)
$26%000
(1-ye a r)
Well Mechanical Repairs & Replacements (Operating, R&M)
$62.'000
Unanticipated Emergency Repairs
$50;000
I't Renewal Term Estimated Total
$381?000
2n' Renewal
Well Rehabilitation & Investigation (CIP)
$277,000
Final Term
Well Mechanical Repairs & Replacements (Operating, R&M)
$640000
(1-year)
Unanticipated Emergency Repairs
$50,000
2 nd Renewal Term Estimated Total
$391p000
Estimated Total Contract (3-years) I
$1.1418pOOO
ARTICLE 5. PAYMENT PROCEDURES.
51 Contractor shall submit Applications for Payment in accordance with Article 15 of the General
Conditions. Applications for payment will be processed by OWNER as provided in the General
Conditions.
5.2 The undersigned, acknowledges that payments made bvthe Town ofJupiter will bemade via electronic
funds transfer (EFT) and vendor will provide the Town of Jupiter with the information required to make
EFT payments.
5.3 Progress Payments. OWNER shall make progress payments on account of the Contract Price on the
basis ofCONTRACTOR'S Applications for Payment within 30 days ofreceipt ofeach monthly approved
application for payment during construction as provided below. All progress payments will be on the
basis of the progress of the Work measured by the agreed upon schedule of values provided for /n
Articles Zand l5ofthe General Conditions.
5.4 Progress payments will bemade inanamount equal to 95% of the Work completed, and E5% of
materials and equipment not incorporated in the Work but delivered and suitably stored, less in each
Town o/Jupiter uuxue
Construction orsumua/Aquifer Well cmand sumcia|We nemmeoam|uotmwpmgram(wz111) pagess
Page 411Of478
Agenda Item #22.
case the aggregate ofpayments previously made. Owner is not obligated to pay for stored materials
and may choose to withhold payment until materials are incorporated into the Work.
5.5 Owner, at its discretion may further increase payments to 98% of the work completed upon Substantial
Completion. Owner is not obligated to increase payments to 98% of work completed.
5.6 Final Payment. Upon final completion and acceptance of the Work in accordance with Article 15 of the
General Conditionsl OWNER shall pay the remainder of the Contract Price as provided in said Article 15
ofthe General Conditions unless liquidated damages are due.
ARTICLE6 INTEREST. Not applicable.
ARTICLE 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations:
7.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work,
locality, and with all local conditions and federal, state and local laws, ordinances, rules and regulations
that in any manner may affect cost,, progress or performance of the Work.
7.2 CONTRACTOR has studied carefully all reports of investigations and tests of subsurface and latent
physical conditions at the site or otherwise affecting cost,, progress or performance of the Work which
were relied upon by ENGINEER in the preparation ofthe Drawings and Specifications and which have
been identified inthe Supplementary Conditions.
7.3 CONTRACTOR has made or caused to be made examinations, investigations and tests and studies of
such reports and related data in addition to those referred to in Article 7.2 (above) as he deems
necessary for the performance of the Work at the Contract Price, within the Contract Time and in
accordance with the other terms and conditions of the Contract Documents, and no additional
examinations, investigations, tests, reports or similar data are or will be required by CONTRACTOR for
such purposes.
7/1 CONTRACTOR has correlated the results of all such observations, examinations,, investigations., tests
reports and data with the terms and conditions of the Contract Documents.
7.5 CONTRACTOR has given OWNER written notice of all conflicts, errors or discrepancies that he has
discovered in the Contract Documents and the written resolution thereof is acceptable to
ARTICLE 8L CONTRACT DOCUMENTS.
8.1 The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR are
attached to this Agreement, made a part hereof and consists of the following:
8.1(a) Index
O.l(b) Table ofContents-Specifications O'Appendices
8.1(d Advertisement for Bids
8.1(d) Instructions to Bidders
8.1(s) Proposal
8.1Ul Contractor Safety Qua lif ications/Requirernents(Including Contractor Safety Qualification Form)
8. 1 (g) Sworn Statement
Town orJupiter uunwe
Construction ofSurf icial Aquifer Well 12Aand sumcia/WmmomRehabilitation Program (w2111) page5*
Page 412Of478
Agenda Item #22.
8.1(h)
Trench Safety
8.1(i)
Bid Bond
8.1(j)
Notice of Intent to Award
8.1(Ic)
Notice of Award
8.1(I)
Agreement (Contract) between OWNER and CONTRACTOR
8.1(m)
Payment Bond
8.1(n)
Performance Bond
8.1(0)
Opinion of Town Attorney
8.1(p)
Notice to Proceed
8.1(g)
General Conditions (EJCDC Standard General Conditions (2018 Edition), inclusive)
8.1(r)
Supplementary Conditions
8.1(s)
Any Modifications, including Change Orders, duly delivered after execution of Agreement.
8.1(t)
Technical Specifications including Appendices bearing the title: Construction of Surficial
Aquifer Well 12A and Surficial Wellfield Rehabilitation Program (W2111)
8.1(u)
Drawings bearing the title: Construction of Surficial Aquifer Well 12A and Surficial Wellfield
~
Rehabilitation Program (W2111)
8.2 There are no Contract Documents other than those listed above in this Article 8. The Contract
Documents may only be altered, amended or repealed by a modification described in Section 1 of the
General Conditions of the Contract.
ARTICLE 9. MISCELLANEOUS.
.1 Terms used in this Agreement which are defined in Article 1 of the General Conditions shall have the
meanings indicated in the General Conditions.
9.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be
binding on another party hereto without the written consent of the party sought to be bound; and
specifically but without limitation, moneys that may become due and moneys that are due may be
assigned without such consent (except to the extent that the effect of this restriction may be limited by
law), and unless specifically stated to the contrary in any written consent to an assignment, no
assignment will release or discharge the assignor from any duty or responsibility under the Contract
Documents.
9.3 OWNER and CONTRACTOR each Finds himself, his partners, successors, assigns and legal
representatives to the other party hereto, his partners, successors, assigns and legal representatives in
respect to all covenants, agreements and obligations contained in the Contract Documents.
9.4 The Inspector General of Palm Beach County has the authority to investigate and audit matters relating
to the negotiation and performance of this Contract and in furtherance thereof may demand and obtain
records and testimony from the Contractor and its subcontractors and lower tier subcontractors. The
Contractor understands and agrees that in addition to other remedies and consequences provided by
law, the failure of the Contractor or its subcontractors or lower tier subcontractors to fully cooperate
with the office of Inspector General of Pala Beach County when requested may be deemed by the
municipality to be a material breach of this contract justifying its termination. The office of Inspector
General in Palm Beach County is established by Palen Beach County Code, Section -4 1 -440. Failure
to cooperate with the Inspector General or interfering with or impeding any investigation shall be in
violation of Palm Beach County Code, Section -4 1 — -440, and be punished pursuant to Section
1.9, Florida Statutes, in the same manner as a second degree rnisdelnneanor.
Town of Jupiter Utilities
Construction of Surficial Aquifer Well 12A and surfidal Wellfield Rehabilitation P rograrn (w2111) Page 55
Page 413 of 478
Agenda Item #22.
9'S This Agreement is subject to and governed by the laws of the State of Florida, including without
limitation Chapter 119 Florida Statutes, which generally makes public all records or other writings
made by or received by the parties. The Contractor acknowledges its legal obligation to comply with §
119.0701, Florida Statutes.
9.5(a) A request to inspect or copy public records relating to a public agency's contract for services
must be made directly to the public agency. If the public agency does not possess the requested
records, the public agency shall immediately notify the contractor of the request, and the
contractor must provide the records to the public agency orallow the records to be inspected
or copied within a reasonable time.
9.5/b\ If contractor does not comply with the public agency's request for records, the public agency
shall enforce the contract provisions in accordance with the contract'
9.5/c\ A contractor who fails to provide the public records to the public agency within a reasonable
time may besubject topenalties under s.11g.1O.
9.5(d) IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119k FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT 561~741�227�
BRITTANYG@JUPITER.FL.US,, OR 210 MILITARY TRAIL, JUPITER., FL 33458,
9.6 The Town ofJupiter encourages and agrees to the successful bidder extending the pricing, terms and
conditions of this solicitation or resultant contract to other governmental entitles at the discretion of
the successful bidder.
8.7 OFFER EXTENDED TOOTHER GOVERNMENT ENT|T|TE5
The Town of Jupiter encourages and agrees to the successful bidder extending the pricing, terms and
conditions of this solicitation or resultant contract to other governmental entities at the discretion of
the successful bidder.
SPACE INTENTIONALLY LEFT BLANK.
PROCEED TO NEXT PAGE.
Town of Jupiter umnue
Construction ofsurficia/Aquifer Well 12A anuSurficial Welmeld Rehabilitation Program (W2111) Pagesa
Agenda Item #22.
IN WITNESS WHEREOF,, the parties hereto have signed two (2) copies of this Agreement. At least one
counterpart each has been delivered to OWNER and CONTRACTOR. All portions ofthe Contract Documents
have been signed or identified by OWNER and CONTRACTOR.
Town ofJupiter
2lOMilitary Trail
Jupiter,, FL 33458
T4d R. Wodraska, Mayor
(TOWN SEAL)
ATTEST
CONTRACTOR
Centerline Drilling, Inc.
l696Old Okeechobee Road #3[
West Palm Beach, FL334O9
Oo
M x X (CORPORATE SEAL)
-5aHYtnYfiiii-,-Town Clerk
^
V�0-
ATTEST
PRINT NAME AND PO�ITION
of J����' '
Town o/Jupiter uunue
Construction orsumua/Auu/m,mmn1zAand summu|WemmmRehabilitation pmnmm(mzo1) pagesr
Page 415Of478
Agenda Item #22.
M
of J
_M&lmaww�
CONSTRUCTION OF SURFICIALAQUIFER WELL
12A AND SURFICIAL WELLFIELD
REHABILITATION PROGRAM (W2111)
Bid Documents
DECEMBER 2020
TODD R. WODRASKA MAYOR
ILAN KAUFFER VICE -MAYOR
RON DELANEY COUNCILOR
JIM KURETSKI COUNCILOR
CAMERON MAY COUNCILOR
MATT BENOIT TOWN MANAGER
DAVID L. BROWN DIRECTOR OF UTILITIES
Page 416 of 478
Agenda Item #22.
TABLE OF CONTENTS
Technical Specifications Table ofcontents #irt6■■■aisi!#■■■f■6Era1pos#■11arr■#wlas■f*i■■s0#i■rs0&■■■
Invitationto id...114wssL14I*W91i i Liss. F1 of 1111i i 1 eaaitF*ME ■fei■4s4i*fsr4illyll!#r4i■■r■rfs L+r004s b4I■all is Iss i i■■Dog 0#■■vim ■a■si■aa aas■ r!■ii■ i■ as a■■ so a■i■!■■tot so, me
instructions to Bidders r+4rar#Lee#FIla1&#■1**m1.ae�■■■&.a41&ee.14e■a14ee■ra.aaa44eraaal&&ee.*realeoerlreari. bree&Ir#Ir4Jbleae■brelomlke4**&Irretle4FrF*IFIb41
Bid Proposal a■a■w.■.r■ri!#1i*4e*ooearrem*se■s■ra■amom a■rrla&■aa■mh■■■aha■a■.I mineNo, WIN ■ mom ■■■FFa#..b&e4Ism •#.&b##sidle ire#aelrlib.,#ols 4eea#,1D#s ate.4s ... a****me
21
BidSchedule of.dues..,,.aat*a■rlral*.I&•a.#Irr■4.aeeFleeeeeeeeeeFeermom lee4#il*to llrblb#Ir■Rip #a#14#41r1#44r01lar4&e■■#FwON* 1*1#■e1Sao pip me* 2
Distof Subcontractors/Suppliers.,,,, 14ii116491Fro■■#arasssgave0*#ILs1-1ONmaaa#L1Isra■ssa■rrrar#a■sFrsrs■artai■iroarlsrrrrriF645efeesmovea014r*rllriifa& 8
o'y
Qualification
yl ■at ��li �VL■ ■�.y+, 1,
ualifi�cation Requirements ■........aria■.........■...■■■L■aF.■r##.■&a.bit.■44rae4■mraaairisaar■4■iaYr&■ai&000loai*a.&a*m **1vaaoeeaa44a1a+ai44.*.**a*to
Contractor Safety Quaff lift ation. /Requ1# ii a FL a■arilFrtal/11#+I0-a000.0If*$hosseassoIFDame4aF■■bias■■ISkeet■#■asIs%*$srr660666106 1
ContractorSafety QuaI Ifica■a i n Form Fl is redit0*r00i■4r7}aifr a#■ag as 924*boos 1*4odfra#■iiliSol rat as ii La a 600 h&*me hit of i as l<#■i■,Dalai F■aa#Mraaiai■ 19
SwornStatement .■YaaiFi ..............................F r ass& 0 Y i i i#as* r l4a la 0#a1.1 1a41 l r sees. i# r 1/■Ja,@*a so so oa .. 111a arm aat***osYa■Ir■i44■# i* a F al F 4 a a#.r44 r area
TrenchSafety .. ■■..lop$ 10$01lao lar#fs kip LLai Fm4a am Fee Far as'#■#ra r both* k1boa &■bOda boo r#a kairr}FI■F&Sa'oago 4aot1#F#fa 1F}r14.# L m1 too@ a WOO IS tr rl si'a r.r*iF■Fgo r 640 ra Wa 24
Bid Bond..... ......... 904 6*644@09mDow 1 SON 0 hl be V 0 ai&Lair&l1i■aa&■o*o&a■a4&■■■aaagoo **#al4l*seat oboe boom. 141o■airllsea yta■■a&■saarEbbed ai■■■1&s■■ro
25
Notice of latent to Award 7
Noticeof Award .■r■■■ra.maal4trrarr4aa*r■■■a■■■•■■■iEa■##■im#tooll*iFri oa.i&*sWON Y&ar*oiaiia*■aameet awoos a■ssaaa■opium ■■■■arnews asaal&**e*am&#eoaii*■•.m■talikes L16B
Agreement(Contract) Between Owner andContractor.,■4*11111 fr*1a.ral Saw eli&11be1*tiolaama it, as lee looilJ ia■ aI& e a 4# i l t*# le a 11fo7*is1 a Y* 2
Payment Bondi##rhewbr4r■eiae■retla■#obr4lo&ehbrrrrolbo■i1r#■■r*Am gal &eea#hieli$00011P&&r■4r14r4;#1*■4t14. 1Posse 1,4661104&161bemile F*011t6iL
37
Performanceand •4 jhi a.4**f i1o4YI&■ Was* tsea IS" h*e#i*o4 wood* too 066#50441 lr7#iliF*i#oliis&at*ins*#ib***yi oeoi list# s owooalie ebb*e#a 41
Opinionof Town Attorney ................... 41&mom e■eare##eabe4e*e04tta..r#e*■a*4read$lrasmt*01DIMae &erifw0ssae#aa4#&#r■■#atman *i■obi##l1#heoosa*a*11a*I*& 45
Notice to Proceed ( T# ) - BaseBid, Well Rehabilitation {r*!*F*■es■*.IY1oilobo■rt Fa bteeer&Fasset oeo lmilrai##o#e■i■■ao■man ■■■La ari4■oo&*sal l#+
Notice to Proceed (NTP) r-- Additive Alternate, Well 12Aee■e&oe■47
General Conditions to EJCDC Standard General Conditions (2018 Edition)
Supplementary Conditions
Technical Specifications
Figures
Appendices
Town of Jupiter Utilities
Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Prograrn (W2111) Page 2
Page 417 of 478
Agenda Item #22.
Technical Specifications Table of Contents
�1;fli 111 Lei 0 ffq�
DIVISION 1 - GENERAL REQUIREMENTS
01000
Summary of Work
01025
Measurement and Payment
01030
Hurricane Preparedness
01050
Field Engineering and Surveying
01090
Reference Standards
01200
Project Meetings
01300
Submittals
01400
Quality Control
01410
Testing Laboratory Services
01500
Construction Considerations
01520
Maintenance of Facilities and Sequence of Construction
01530
Protection of Existing Facilities
01550
Site Access and Storage
01570
Traffic Regulations and Maintenance of Traffic
01600
Material and Equipment
01700
Project Closeout
01720
Project Record Drawings
DIVISION 2 —SITE
WORK
02000
Construction Facilities and Temporary Controls
02016
Existing Utilities and Underground Structures
02270
Erosion and Sediment Control
02485
Grassing
DIVISION 3 — WELL CONSTRUCTION
03000
Well Construction Sequence
03100
Drilling
03200
Well Casing
03300
Borehole Geophysical Logging and Video Log
03400
Annular Grout
03500
Well Development
03600
Well Screen and Gravel Pack
Town of Jupiter Utilities
Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabllitatlon Program (W2111) Page 3
Page 418 of 478
Agenda Item #22.
Technical Specifications Table of Contents (con#inued�
SECTION TITLE
DIVISION 4 — TESTING / CHEMICAL TREATMENTS
04000
P u m pi ng Tests
04200
Well Facility Disinfection and Water Quality Sampling
04300
Well Abandonment
04400
Surficial Production Well Acidization
DIVISION 5 —
05000
Formation Water Disposal System
FIGURES
Figure I
Surf icial Aquifer Well 12A Site Location Map
Figure 2
Surficial Aquifer Production Well Open Hole Well Construction Details
Figure 3
Surficial Aquifer Production Well Screened Well Construction Details
Figure 4
Surficial Aquifer Production Well Open Hole Well with Liner Construction Details
Figure 5
Final Wellhead Diagram
Figure 6
Surficial Aquifer Well 12A Formation Water Disposal Map
Figure 7
Surficial Aquifer Well 12A Bollard Detail
Figure 8
Survey and Site Plan —Well 12A
APPENDIX
Table I
Well Construction Details (Surficial Aquifer)
Exhibit I
Well Location Map
Exhibit 2
Well Location Map Water Treatment Plant Site
Exhibit 3
Well Location Map Central Blvd Tank Site
Exhibit 4
Wel I Location Map Jupiter Villa
Exhibit 5
'Well Location M a p Indian Creek and Lwahatchee River District Wells
Exhibit 6
Well Location Map Indian Creek/Egret Landing
Exhibit 7
Well Location Map The Heights/Abacoa
Exhibit 8
Well Location Map Abacoa
Exhibit 9
Well Location Map Abacoa/Indian Creek Parkway
Exhibit 10
Contractor Daily Work Log, Airlift and Pump Development Logs, Well Disinfection
Report Form
Town of Jupiter Utilities
Constructlon of Surficial Aquifer Well 12A and Surficial Welffield RehabIlitation Program (W2111) Page 4
Page 419 of 478
Agenda Item #22.
J
,.off' ��
TOWN CJF Ul'ITER
Invitation to Bid
Sealed bids will only be accepted at the Town Clerk's Department, 210 Military Trail, Jupiter, Florida
33458:
Construction of Surficial Aquifer Well 12A
and Surficlial Wellfield Rehabilitation Program (W2112)
Until 2:OOPM, Local Time,, Januanj 13, 2021 at which time and place all bids received will be publicly
opened and read aloud in the Town Council Chambers. Sealed bids shall be submitted to the Town Clerk,,
on paper, in accordance with the Instruction to Bidders. Bids received after the time and date specified
will not be considered. The face of the envelope shall be addressed as follows:
Town Clerk
Town of Jupiter
210 Military Trail
Jupiter, FL 33458
January 13, 2021 at 2:OOP1
Con structio n of Su rf 1 c! a I Aquifer We I I 12A and
Surficial Wellfield Rehabilitation Program (W2111)
The nature and scope of this project is:
Furnish all permits, labor, equipment and materials necessary to perform well maintenance,
rehabilitation and/or replacement of Surficial Aquifer production wells for the Town of Jupiter,
located In Jupiter, Florida. Well maintenance activities may include but are not limited to
removal/reinstallation of wellhead including downhole equipment and well piping; pump and
motor inspection, repair and, replacement of well mechanical components including
miscellaneous welding, well disinfection and bacteriological clearance. Well rehabilitation
activities may include but are not limited to removal reinstallation of wellhead components,,
static and dynamic downhole well video, brushing existing well casing, clean -out open hole,
chemical treatment of wells, removal/replacement of gravel pack, well development including air
lift development, high velocity jetting with simultaneous air lift development and pump
development, well performance pump testing, well disinfection and bacteriological clearance,
site restoration, and completion of all required work to the extent the well facility has been
successfully rehabilitated, returned to service and accepted by the OWNER based on the intent
of the contract documents. Well replacement activities may Include but are not limited to
abandonment of an existing well and replacement with a well approximately 160' deep with the
top 120" being 20" PVC casing and bottom 40' being elther 12" open hole, open hole with liner or
1211 stainless steel screen including well construction permitting, drill site preparation, pilot hole
construction and loggIng, well drilling and construction, well development, step rate pump
testing, video logging, well disinfection and testing, well site restoration and all other incidentals
as outlined on the bid documents and all appurtenances necessary to complete the Work based
on the intent of the contract documents.
Addendum No. 1
Construction of Surficial Aquifer Well 12A & Surficial Wellfield Rehabilitation Program (W2111)
Page 21 of 12
Page 420 of 478
Agenda Item #22.
Bid Documents will be available on December 8,, 2020 at www.demandstar.com. Bid Documents can be
downloaded for $5.00 from Demandstar by signing up for a free agency subscription for the Town of
Jupiter at www.demandstar.com. Hard copies of Bid Documents may also be purchased from Demandstar
by visiting www.demandstarxom or emailing demandstar@onvlaxom..
A virtua I pre -bid meeting will be held on December 16, 2020 at 10:00 AM using Zoom. Bidders can access
the meeting using the following link:
https://zoom.us/i/98551606222?pwd=bElpT3NWVIB3NnY4czZMbi9aNdhKUT09. Alternatively, bidders
can join the meeting by visiting NO ZOOM. . enter the Meeting ID 985 5160 6222 and use the
password W2111. Attendance at the pre -bid meeting is not a requirement for bid qualification; however,
bidders are encouraged to attend.
Questions concerning the bid will be answered by addendum through Dernandstar.com. All questions
should be directed to Rebecca Wilder, P.E. in writing, via email rebeccawAupiter.fLus (include Project
Name ire the subject of the email) or by fax (561) 747-5634. Emalls should be delivered with a Read Receipt
requested to confirm s u ccessfu I receipt by t h e Town.
Bidders are not required to be a plan holder of record with Demandstar.com; however, bidders are
responsible to obtain complete sets of bidding documents in preparation of submitting a bid
Bid Security In the amount of five percent (5%) of the estimated value for the initial contract term
($646,000) must accompany each bid in accordance with the Instructions to Bidders.
The Town of Jupiter reserves the right to waive any irregularities and to reject any and all bids. The Town
of Jupiter is an equal opportunity employer.
By Order of the Town Councll,
Town of Jupiter
Laura Cahill, Interim Town Clerk
PUBLISHED: Palm Beach Post
DATE: December 6, 2020
Addendum No.1
Construction of Surficial Aquifer Well 12A & Surficial Welffield Rehabilitation Program (W2111)
Page 12 of 12
Page 421 of 478
Agenda Item #22.
.Bid Proposal
Bidding Company Name, Centerline Drilling, Inc,
Town of Jupiter Utilities
210 Military Trail
Jupiter., FL 33458
Gentlemen:
The undersigned, as Bidder, hereby declares that the only Persons, company,, or parties interested in the
Proposal or the Contract to be entered into, as principals, are named herein; and that this Proposal is made
without connection with any other person., company., or parties making a Bid or Proposal; and that It is In all
respects fair and In good faith without collusion or fraud.
That the Bidder has carefully and to his full satisfaction examined the attached Instructions to Bidders, General
Conditions, Supplementary Conditions, detalled Specifications, and Form of Contract and Bond, together with
the accompanying plans, and that Bidder has read all addenda issued prior to the opening of Bids; and that
Bidder has fully examined the site and the protect -documents and hereby agrees to furnish, unless otherwise
provided, all implements, machinery,, equipment, transportation, tools, materials, supplies, labor and other
things necessary to the prosecution and co rn pleti o n of the work, to wit:
Furnish all permits, labor, equipment and materials necessary to perform well
maintenance., rehabilitation and/or replacement of Surficial Aquifer production wells for
the Town of Jupiter,, located In Jupiter, 'Florida. Well maintenance activities may include but
are not limited to removal "reinstallation of wellhead Including downhole equipment and
well piping; pump and motor Inspection., repair and/or replacement of well mechanical
components including miscellaneous welding, well disinfection and bacteriological
clearance. Well rehabilitation activities may Include but are not limited to
removal reinstallation of wellhead components, static and dynamic downhole weli video,
brushing existing well casing, clean -out open hole, chemical treatment of wells,
removal/replacement of gravel pack, well development including air lift development, high
velocity jetting with simultaneous alr lift development and pump development, well
performance pump testing, well disinfection and bacteriological clearance, site restoratlon,
and completion of all required work to the extent the well facility has been successfully
rehabilitated, returned to service and accepted by the OWNER based on the intent of the
contract documents, Well replacement activities may Include but are not limited to
abandonment of an existing well and replacement with a well approximately 160" deep
with the top 120" being 20" PVC casing and bottom 40' being either 12" open hole, open
hole with liner or 12" stainless steel screen including well construction permitting, drill site
preparation, pilot hole construction and logging, well drilling and construction, well
development, step rate pump testing, video logging, well disInfection and testing, well site
restoration and all other incidentals as outlined on the bid documents and all
appurtenances necessary to complete the Work based on the Intent of the contract
documents.
It Is proposed that the project herein described shall be constructed for the Unit Prices as follows, all in
accordance with the requirements and provisions of the Contract Documents.
Page 422 of 478
Agenda Item #22.
Bid Schedule of Values
Construction of Surficial Aguifer Well 12A and
Surficial Wellfield Rehabilitation Program (W2111)
The following schedule of bid items hos been developed to allow the Town to equitably evaluote bids. Individual bid item unit
costs will be used to establish the total cos;t of each scope of work developed to maintain, rehabilitate, and or replace wells; work
orders will be issued os authorization to proceed with the various scopes of work to be completed under this Contract. Town does
not guarantee that estimated quantities shown will be utilized in full, or at all. The Town may utilize some or A of
these bid items for each scope of work, as the Town deems necessary.
Item
Estimated
No.
Item Description
Unit
Quantity
Unit Price
Extended Value
BASE BID ITEMS, GENERAL
I
Bondsandinsurance (Maximum Allowable 3%)
LS
1
$1q3,OU
2
rode mnif ication
LS
1
$100m
100.00
3
General Conditions —T-0/0 of Sub -Total Base
Bid, Well Rehabilitation Price (Items 5-47)*
�09.5-D
(Maximum Allowable 8%)
LS
4
4 Mobil izatio n/Dem.obi1lzation % of Sub
Total Base Bid, Well Rehabilitation Price (items
5-47)* (Maximum Allowable 8%)
LS
I
lal4JM .56
Sub -Total Base Bid, General (item Nos. 1-4)
4R9,00
BASE BID ITEMS, WELL REHABILITATION
5 Remove and Re -install Pump Discharge
Apparatus Each
6 Brushing and Swabbing of Well Screen., Riser or
Each 1
<?()O, oo
•Sob " U)
Casing
7 Surfactant Treatment Gallon 500
00 50
8 Surf icia I Aquifer Well Acidization Setup LS 2
LA 5
9 Well AcIdization with 32% HCl Gallon 2j,000
ti ON) 9 00
10 Remove Existing. Screen and Riser Each I
�Aow, DO
s HOOD-00-
11 Clean Out Open Hole to Total Depth Foot 50
W.OD —
$ 1 'SOD - U) —
*Bidder shall Indicate the percentage (1%) In the blank provided on the Bid Form
for Pay Items 3 and 4.
Refer to Section 01025
Measurement and Payment of the technical specifications for additional detail for all Pay Items
Town of Jupiter Utilities
Construction of Surficial Aquifer Well 12A and Surficial wellfield Rehabilitation Program (W2111)
Page 2
Page 423 of 478
Agenda Item #22.
Bid Schedule of Values (Continued
Construction of Surficial Aquifer
Nell 12A and
Surficial Wellfield Rehabilitation Program (W2111)
Item
Estimated
Now
Item Description
unit
Quantity
Unit Price
Extended Value
12
Drill 6-Inch Diameter Pilot Hole to 200-feet,
Geophysical Logging Abandonment.
LS
I
and
13
Furnish, install, and Grout In Place 3-inch
Ste e I S u rfa ce Ca s 1 ng to 50-feet
FT
50
f)-1- o - oo
X)
14
Drill Nominal 28-inch Diameter Borehole Using
Mud RotarV Method
FT
70
15
6
Furnish and Install 20-Inch Diameter Schedule
40 PVC Well Casing
FT
120
CC
16
Cement Grout 20-inch Diameter Schedule 40
94 lb.
250
LP'D 50. 00
PVC Well Casing In Place
sack
17
Drill Nominal 12-Inch Diameter Borehole to
160-feet Using Reverse Air Method
FT
40
1 0-0
Sow C)CL
-
18
Furnish and install 6-inch Diameter 316
Foot
100
s LoD-OD—
s IPODDM
Stainless Steel Screen and Riser.
19
nish and Install 1-inch Diameter 316
Fur■
Foot
40
LAej- ICD�
S SOW. al
Stainless tel Screen
20
Furnish and Install 12-Inch Diameter SDR17
Berta-Lok PVC Riser Casing
Foot
120
for Well Screen
Cubic
Foot
200
21
Furnish and Install Gravel Pack
22
Drill nominal 19-inch Diameter Borehole Using
Air Method
Foot
40
Reverse
23
Furnish and Install Gravel Back Plug for -Inch
Cubic
Foot
200
Diameter Llner Placement
24
Furnish and Install 12-inch Diameter Schedule
00, CC
40 PVC Liner
Foot
50
25
Cement Grout
94 1 b.
bK
100
aOD
-S D 0
Town of Jupiter Utilities
Construction of surficlal Aquifer well 12A and Surficial Welffield Rehabilitation Program
(W211.1)
Page 3
Page 424 of 478
Agenda Item #22.
Item
No.
26
27
28
29
30
31
32
33
aX
41
42
43
Bid Schedule of Values (Continued
Construction of Surficial Aquifer Well 12A and
Surficial Wellfield Rehabilitation -Program iW2111)
Estimated
Item Description
Unit
Quantity
Unit Price
Extended Value
Drill Out Gravel Back -Plug
Foot
75
Qo'M_ I
6 0.ol-)
L-a—Z
Airlift Development
Hour
200
s 995r60
sf_!5_0Ca60
Jetting with Simultaneous Airlift Development
Hour
so
S-0 -OD
56,6( )
Pump Development
Hour
200
9tD , U
L
Step Rate Test
Hour
10
W
Well Disinfection
Each
6
q5 O.Oz)
s 5�-+Co -W
Bacteriological Sampling and Testing
Each
10
00
Remove and Reinstall Transfer Pump/HSP
Including Disinfection
Each
I
Certified I'Id i ng Se rvices
Hour
20
q0,
Boo.00
Flow Meter Calibration Services
Each
2
Major Site Restoration
Each
2
5co -ou
Minor Site Restoratlon
Each
3
$ a�.00
Downhole Video
Each
6
15oo.oz)
s qcw.co
Extra work by Drilling Crew (Foreman and one
Hour
10
L] 3: ai'CO
Crew Member) with Equipment
Extra work by Drilling Crew (Foreman and one
Hour
40
Crew Member) without Equipment
Standby Time, Rig and Crew onsite
Hour
10
DD
Standby Time, Rig and Crew offs1te
Hour
10
00
(D D —
Pump/Motor Retrieval
Hour
10
$
11S
1'15 'W
Town of Jupiter Utilities
Construction of Surficial Aquifer well 12A and Surficiall Wellfield Rehabilitation Program (W2111)
Page 4
Page 425 of 478
Agenda Item #22.
ZZ;
'Bid Schedule of Values (Continued}
Construction of Surficial Aquifer Well 12A and
Surficial Wellfield Rehabilitation Program (W2111)
Estimated
Item Description unit Quantity
Unit Price
Extended Value
Unidentified Parts Allowance LS 1
�,75.00D.00
75.,000*00
Disassembly and Inspection of Pump Each 6
r3D' CO.
Pump/Motor Maintenance in Shop Hour 25
9
9rd5o -CD
Licensed Electrician Services Hour 10
ou
Sub -Total Base Bid, Well Rehabilitation Price: (Item Nos. 5-47) =
s4385 56' 00
Total Base Bid Price: (item Nos, 1-47) =
���Da
Item Estimated
No. Item Description Unit Quantity Unit Price Extended Value
ADDITIVE ALTERNATE BID ITEMS, WELL 12A CONSTRUCTION (OPEN HOLE SCENARIO)
48 billlization/Demobilization (Well 12A)
[NOT tO txceed IUVo OT well IZA Lonstruction
Cost)
LS
I
4C-
bDm - CD
49
Drill 6-Inch Diameter Pilot Hole to 200-feet,,
Geophysical Logging and Abandonment.
LS
I����'i01DW100
so
Furnish, Install., and Grout In Place 30-Inch
T
��'�
50L2t
CD
Steel Surface Casing to 50-feet
51
Drill Nominal 28-inch Diameter Borehole Using
FT
70 5 1 5��
$1���7�'�
Mud Rotary Method
52
Furnish and Install 20-inch Diameter Schedule
FT
120 5 ! ��'�
$ � o Do 6 D'
40 PVC Well Casing
53
Cement Grout 20-inch Diameter Schedule 40
94 1b.
250
�Lj
PVC Well Casing In Place
sack
54
Drill Nominal 12.-Inch Diameter Borehole to
��v�6
160-feet Using Reverse Air Method
FT
40
Town of Jupiter Utilities
Construction of Surf icial Acluffer Well 12A and Surf icial Wellfi eld Rehabilitation P rogra rn (W2 111) Page 5
Page 426 of 478
Agenda Item #22.
Did Schedule of Values (Continued)
Construction of Surficial Aquifer Well 12A and
Surficial Wellfiefd Rehabilitation Program iW21111
Item
Estimated
No,
Item Description unit Quantity
Unit Price
Extended Value
55
Formation Water Disposal System (Well 12A) Each I
Ll I dm'w.
< 1 0 ODD, W
56
Airlift Development Hour 200
0 Q 5, L)b
$, 4 J 6 0d• Qd
57
Pump Development Hour 200
L40-00). (D
58
Step Rate Test Hour 10
oo o•
59
Downhole Video Each I
Ja0F
60
Well Disinfection and Bacteriological Testing LS I
bow
Lmu)
LL10
(Well 12A)
61
Well Water Quality Sampling (Well 12A) LS 1
to 600 dv _
62
Well Abandonment (Well 12) LS 1
SAM -00.
$157,c��_
63
Final Temporary Wellhead (Well 12A) LS 1
dW-00
5 �QQ0. 00
64
Site Restoration (Well 12A) Each I
t300 t Ob
5 5CU)• 00
TOTAL ADDITIVE ALTERNATE, WELL 12A (OPEN HOLE SCENARIO) BID PRICE: (ITEM NOS. 48.-64) =
bo
�� �'��
*Bidder shall Indicate the percentage (%) In the blank provided on the Bid Form for Pay Items 3 and 4.
Refer to Section 01025
Measurement and Payment of the technical specifications for additional detail for
all Pay Items
THIS SPACE IS INTENTIONALLY LEFT BLANK.
PROCEED TO NEXT PAGE.
Town of J upite r U01 fles
constmalon of Surf Icia I Aquifer Well 12A and Surf Idal Wellfield RehabIlitation Program (W21 11) Page 6
Page 427 of 478
Agenda Item #22.
BID PRICE SUMMARY
Bid Schedule of Values (Continued)
Construction, of Surficial Aquifer Well 12A and
Surficial Welffield Rehabilitation Program iW2111�
Total Base Bid, Well Rehabilitation Price: (Item Nos. 1-47) = $- 4563qi. &D
Total Base Bid, Well Rehabilitation Price (items 1-47) In Words:
haivoired CD(+\j n1f)e- -00/)
Total Additive Alternate Bid Well 12A (Open Hole Scenario") Price: (Item Nos, 48-64) $.231 -Ob
Total Additive Alternate r Bid Well 12A (Open Hole Scenario") Price: (Item Nos, 48-64) In Words:
-�� �o hU.�.�1s �` ��c ��_Ocle�ha����,d
L `�.��r, t-�.�nc�t�G C► � — c'c'/j tx�
MUST CHECK ONE OF THE FOLLOWING:
BACTERIOLOGICAL CLEARANCE LABORATORY
D Approved State Department of Health Laboratory (DOH Certified)
Town of Jupiter Utilities Laboratory (DOH Certified) -lase of Town of Jupiter
Water System Lab will result in no charge for Item No. 32 on the Schedule of Values.
Please note that Bidder is rewonsible to utilize DOH Certified laborator rforwork
associated with Bid Item Nos. 60 & 61
Town of Jupiter Utilities
Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program (W2111)
Page 7
Page 428 of 478
Agenda Item #22.
list of Subcontractors/Suppliers
The Bidder shall list below the name and the location of the place of business of each subcontractor who will
perform work or labor or reader service to the prime contractor in or about the construction of the work or
improvement, or a subcontractor licensed by the State who, under subcontract to the prime contractor,
specially fabricates and installs a .portion of the Work or improvement according to detailed drawings
contained in the ,plans and specifications, in an amount in excess of two percent ) of the prime contractor's
total kid. Failure to comply with this requirement may render the Bid non -responsive and may cause its
rejection, If Prime Contractor will self -perform any of the work listed below it shall be indicated as self -perform
under Subcontractor License Number.
Subcontractor Percent of Subcontractor/Supplier
Work to be Performed License Number Total Contract !Name &Address
NIA -- No subcontractors over 2% of total bid
Note: Provide licenses, certifications, experience, and qualification forMs for those subcontractors listed
above, Attach additional pages as needed.
Town of Jupher Utilities
Constructionof Surf Mal Aquifer well 1 and urflcia l weflfield Rehabifita�tion Program (w lll1 Page 8
Page 429 of 478
Agenda Item #22.
M
Qualification Requirements
(Complete these pages In their entirety and include with Bid. Attach copies of applicable Licenses)
THE UNDERSIGNED GUARANTEES THE TRUTH AND ACCURANCY OF ALL STATEMENTS AND ANSWERS HEREIN
CONTAINED:
A. Any information for which OWNER cannot corroborate Is grounds for rejection of Bid. (Use additional
sheets as needed to provide the required information.)
1. State the numbers of years your organization has been doing business in the State of Florida:
18 years
2. State the location of the office from which this Contract will be managed.
1696 Old Okeechobee Road #3C, West Palm Beach, Florida 33409
3. State the number of employees available to complete the work contemplated by this contract.
-6
4. State Name and years of experience of Bidder's Project Manager to be assigned to this Protect. Provide
the proposed Project Manager's experience for at least four (4) similar projects within the past five (5)
years. Provide information as to the role of the individual for the stated previous projects and his/her
intended role for this Contract. Provide reference contact Information for Project Manager on previous
projects listed. If In Owner's opinion the proposed Project Manager is not qualified to act at Project
Manager for this Contract based on the information presented by the Bidder and Owner's verification of
references, Bidder shall propose another Project Manager. Owner and Bidder shall agree on the Project
Manager for thl s Contract before the Contract is a wa rde d.
Promect Dana pter's: Name: John Say, Jr,
Years of Experience in th,is-typ ork: 35 years
Years of Expience r' e of work: 1_8 years
e� as a Project Manager in thIs typ
5. Only Bidders who are qualified and have completed at least four (4) similar projects over the last five (5)
years or equivalent experience as determined by the Town to be in the Town"s sole best Interest will be
considered for award.
NOTE: In order to be deemed acceptable for the purpose of determining Bidder Qualification, similar
projects shall be listed below and have all information completed (blanks correctly filled In) including
contact names and telephone numbers of both the Owner and Engineer.
Names and experience of Major Subcontractors (proposed to perform 2% or more of the work of this
contract) to be used on this project shall also be included in the Bid Proposal Package. Copy this form and
attach additional pages as needed. Provide Four (4) similar projects for major subcontractors.
Town of jupiter utilities Page 9
Construction of Surficial Aquifer Well 12A and 5urfidal wellfield Rehabilitation Program (W2111)
Page 430 of 478
Agenda Item #22.
Qvalification Reguirements (Continued
As Bidder, we certify the following:
(1) NAME & LOCATION OF PROJEcr. City of Coral Springs Water Supply Well Rehabilitation.
0
S 1 " Wells throughout the City of Coral Spr - ings
VALUE AND SCOPE OF WORK: $250,000.00 per year - 2 year contract
Water Supply Well Rehabi! itation
BIDDER WAS: [Vj PRIME CONTRACTOR E ] PRIME CONTRACTOR (CHECK ONE)
NAME OF BIDDER'S PROJECT MANAGER: John Say, Jr. / Matthew Smith �,
DATE OF NOTICE TO PROCEED/CONTRACT START:
OWNER OF PROJECT:. City of Coral Springs
OWNER CONTACT NAME: Alavn Jones
OWNER PHONE NUMBER: 954-345-2162
O
ralsprings.org WNER EMAIL" _, pjones
OWNER ADDRESS:
3800 NW 85th Avenue
Coral Springs, Florida 33065
07/20/2016
ADDITIONAL INFORMATION:
Renewed for 2 more terms from 2018 - 2024 and 2020 to 2022
SPACE INTENTIONALLY LEFT BLANK.
PROCEED TO N EXT PAG E.
Town of Jupiter UtIlltles Page 10
Construction of SurfIcial Aquifer Well 12A and surficial Welifield Rehabliltation Program (W2111)
Page 431 of 478
Agenda Item #22.
Qualification Requirements (Cantinued�
(z) NAME & LOCATION OF PROJECT: Solid Waste Authority
-Wells for Solid Waste Authority of Palm Beach
VALUE AND SCOPE OF WORK: $1841317.00 -Well Rehabilitation
BIDDER WAS: [ \/I PRIME CONTRACTOR [ )PRIME CONTRACTOR (CHECK ONE)
NAME OF BiDDER'S PROJECT MANAGER:
John Say Jr. /Matthew Smith /Dean Federer
DATE OF NOTICE TO PROCEED/CONTRACT START: 02/0 1 /201 9
OWNER OF P.OJECT., Solid Waste Authority
OWNER CONTACT NAME: Jamie R. Sullivan, PG
OWNER PHONE NUMBER: 561-64D-4000,, EXt 4632
OWNER EMAIL: isullivan@swa."r
OWNER ADDRESS:
7501 N Jog Road _
West Palm Beach., Florida 33412
ADDITIONAL INFORMATION:
SPACE INTENTIONALLY LEFT BLANK.
PROCEED TO NEXT PACE.
Town of Jupiter Utilities
Construction of Surficlall AquiferWell Mand Sufficiall Welifield FtehablIltation Program (1 2111) Page 11
Page 432 of 478
Agenda Item #22.
�
Qualification Requirements (Continued) i
(3) NAME & LOCATION OF PROJECT- CSID Well #5 Re -Development
10100 N.W. 6th Street Coral Springs, FL 33065
VALUE AND SCOPE OF WORK: $32f668.00 / Re -development of Well #5
Sub
BIDDER WAS: PRIME CONTRACTOR IV ]PRIME CONTRACTOR (CHECK ONE)
NAME OF BIDDER'S PROJECT MANAGER,, John Say, Jr. /Dean Federer
DATE OF NOTICE TO PROCEED/CONTRACT START: September 209 9
OWNER OF PROJECT: Coral Springs Improvement District
OWNER CONTACT NAME: Rick Olson,- P.E.
OWNER PHONE NUMBER: 561-997-6433/954-647-9530
OWNER EMAIL, rolson@giobaltechdb.com
OWNER ADDRESS:
6001 Broken Sound Parkway NW
Suite 610 AA
Boca Raton, Florida 33487
ADDITIONAL INFORMATION:
SPACE INTENTIONALLY LEFT BLANK.
PROCEED TO NEXT PAGE.
Town of Jupiter Utilities
Construction of Surficia I Aquifer Well 12A and Surficial Well field Rehabilitation Program (W2 I 11)
Page 12
Page 433 of 478
Agenda Item #22.
IF1111M
AWEM11
Qualification Requirements (Continuedi
(4) NAME & LOCATION OF PROJECT. -The Fort Lauderdale Aquatic Center
501 Seabreeze Blvd. Ft Lauderdale, Florida 33316
P
VALUE AND SCOPE OF WORK: $155,914.00 /Supply Wells, Injection Wells-, and
Pump and Motor
P
Sub
BIDDER WAS: PRIME CONTRACTOR VI PRIMA CONTRACTOR (CHECK ONE)
NAME OF BIDDER'S PROJECT MANAGER: John Say, Jr.
DATE OF NOTICE TO PROCEED/CONTRACT START:
06/10/19 & 06/15/20
OWNER OF PROJECT: Citv of Ft, Lauderdale
OWNER CONTACT NAME: Mike (M.,1.) Jaques
OWNER PHONE NUMBER: ,941-474-9aQ6
- inOWNER EMAIL: symbiontservice.com
OWNER ADDRESS:
Englewood, FL 34224
ADDITIONAL INFORMATION:
SPACE INTENTIONALLY LEFT BLANK.
PROCEED TO NEXT PAGE.
Town of Jupiter Utilities
Construction of Surficial Aquifer Well 12A and Surficial Welifield Rehabliltation Program (W21111
Page 13
Page 434 of 478
Agenda Item #22.
Proposal (Continued)
If awarded the Contract, the undersigned agrees to execute the attached Agree ment/Contra t within fifteen
(15) calendar days from the date set forth In the Notice of Intent to Award or Notice of Award, which ever one
Is received first, and to fully complete all necessary work within the time limits specified below ,after date of
written Notice to Proceed, with such extensions of time as are provided for In the General Conditions.
Contract Durations for Well F ehabilltetlor Base Bid) SScope:
(Applies to all Work associated with Well Maintenance and Rehabilitation)
Substantial Completion: 365 calendar days from Notice to Proceed
Final Completion: 365 calendar days from Notice to Proceed
Contract Durations for 'Well 1 A Addit ve,.Alternate Bich) scope:
(Applies to all Work a soclated with Abandonment of Well 12 and Construction of 1 A):
Substantial Completion: 10calendar days from Notice to Proceed
Final Completion: 135 calendar days from Notice to Proceed
The undersigned understands theContract time starts on the date of Notice to Proceed. The undersigned
understands the Contract time includes time for Contractor to obtain permits, submit and obtain shop drawing
approvals, carder materials, receive dellveries, complete all work required of the Contract, and to close out the
Contract.
There is enclosed a bid guarantee consistinz of five percent (5%) of the estimated value for the Initial contract
term ($646,000).
The undersigned agrees that all bid documents Issued for this project, Including addenda, have been reviewed
a rr d site visits performed, as necessary to provide a comprehensive bid. The undersigned acknowledges receipt
of '' (insert number) Addenda for this project.
The undersigned furthermore agrees that, In case of failure on ulndersl ned's part to s1 n said contract and
provide required bonds, power of attoriney's, and insurance within (1 ) days after receipt of a Notice of Intent
to Award or a Notice of Award, whichever comes first, the check, bond, or other security accompanying
undersigned's Bid and the money payable thereon, shall become the property of the Town, by forfeit as
agreed and liquidated damages, otherwise the check or bond accompanying undersigned's Bled shall be
returned to the undersigned.
The undersigned acknowledges that payments made by the Town of Jupiter will be made via electronic funds
transfers (EFT) and vendor will provlde the Town of Jupiter with the information rewired to rake EFT
payments.
The undersigned, If awarded the contract., agrees to furnish at time of signing the contract, a payment bond
and a performance bond, each in the amount of 100% of the contract value as set forth In "Instructlons to
Bidders".
The undersigned Is aware that the Inspector General of Palm Beach County has the authority to investigate
and audit matters relating to the negotiation and performance of this contract and in furtherance thereof may
demand and obtain records and testimony from the contractor and Its subcontractors and lower tier
subcontractors. The contractor understands and agrees that in addition to other remedies and consequences
Town of Jupiter utilities
Construction of ukrficiai Aquifer We1I 12A and surficial w llfield nehabilitation Program �W 111) Page 14
Page 435 of 478
Agenda Item #22.
provided by law, the failure of the contractor or its subcontractors or lower tier subcontractors to fully
cooperate with the Inspector General when requested may be deemed by the municipality to be a material
breach of this contract i ust of 1 ng its termination.
Town of Jupfter UtIlitles Page 15
Construction of Surficial Aquife r Well ill and surricia I Welffield Rehabilitation Program (W2 111)
Page 436 of 478
Agenda Item #22.
The undersigned states that this bild proposal is the only proposal for this project in which he is interested and
certifies that all of the information provided in this bid proposal is true and correct.
SUBMITTAL DATE 01/13/2021
FIRM NAME Centerline Drilling, Inc.
BUSINESS ADDRESS 'I G9B Old SIC ch b Wes P I Beach. Florida 33409
BUSINESS TELEPHONE 561 `61 5"Og8$
FIRM'S FEIN 42-1 551177
SIGNATURE OF RESPONSIBLE OFFICIAL
PRINT NAME AND TITLE Johri Say, Jr., President
4
EMAIL ADDRESS OF RESPONSIBLE OFFICIAL ctriinedrilling@aol,.com
Florida
STATE OF INCORPORATION
FULL NAMES AND ADDRESSES OF PERSONS OR PARTIES INTERESTED IN THE FOREGOING BID, AS PRINCIPALS.,
John Say, Jr. President
17042 Key Lime Blvd., Loxahatchee, Florida 33470
SPACE INTENTIONALLY LEFT OLANK.
PROCEED TO NEXT PAGE,
Town of Jupiter Utilities Page 26
Constfuction of Surficial AWell quifer W12A and Surliciall Wellifield Rehabilitation Program (W2111)
Page 437 of 478
Agenda Item #22.
Contractor Safety Qualifications/Requirements
1. APPLICABILITY
Any contractors performing maintenance, repair, turnaround, (major renovations, or specialty work can or
adjacent to the hazardous chemical process at the Jupiter Water Treatment plant Is subject to the
contractor safety requirements of the Environmental Protection Agency Risk Management Program (40
CRF 68.87) and the Occupational Safety and Health Administration's Process Safety Management Program
(29 CRi= 1910.119(h)).
CONTRACTOR SHALL SUBMIT A COMPLETED COPY of THE ATTACHED `CONTRACTORS SAFETY
QUALIFICATION I= R n WITH THEIR RID, FAILURE TO INCLUDE THIS FORM WITH THE BID IS GROUNDS
FOR DISQUALIFICATION.
OWNER RESPONSIBILITY
(A) Selecting a Contractor:
1. When selecting a contractor, obtain and evaluate information regarding the contractor's safety
program.
(B) informing a Contractor:
1. Inform the contractor of the known potential fire, explosion, or tonic release hazards related to the
contractor's work and regulated process.
2. Explain to the contractor the applicable provisions of the facilities emergency response program
(i.e. alarms, evacuation routes, etc.)
3. Inform the contractor of the facility's safe work practices of operations such as:
•Confined space entry
• Equipment 'line opening
Locout 'ta out Program
Control over entry into regulated i.e. hazardous) process areas
0 Hot Work Permit
(C) Evaluating a Contractor's Performance
1. Evaluate the contractor's performance in fulfilling their requirements render this regulation.
a CONTRACTOR RESPO IBILITY
(A) Assure that each of the contractor's employee's is trained in the work practices to safely perform
his/her job, and to document that each employee understood the training. This documentation will
Include the name of employee, plate of the training, and means used to verify that the employee
understood the training.
(R) Assure that each of the contractor's employees are Instructed in the known potential fire, explosion,
or tonic release hazards related to his/her job and the process, and the applicable provisions of the
emergency response plan.
'own of Jupiter Utilities
Construction of surficial Aquifer Well 1 and Surficial Welffield Rehabilitation Program ( 2111) Page ��
Page 438 of 478
Agenda Item #22.
(C) Assure that Contractor's employees and subcontractor's/la borers attend the WTP safety orientation
and follow the facility's safety rules including safe work practices such as control over entry into
hazardous chemical process areas, lockout/tagout, equipment/line opening, confined space safety,
and hot work permit.
(D) Advise the facility owner of any unique hazard presented by the contractor's work, or of any hazards
found by the contractor.
(E) Obtain and evaluate information pertaining to subcontractor's safety programs.
(F) Assure that subcontractors and laborers are trained in their work practice Ito safety pe - --- & I- - ! -
A
jobs.
4. CONTRACTOR SUBMITrALS
(A). Training Certification
Prior to the commencement the contractor shall certify In writing to the, Owner t
clilp ogees involved in iwort r An r%r around the hn7nrti finc rhPmproprocessprocess1r;d nrPat the Jun!
Treatment Plant have successfully completed training In accordance with 40 CFR 68.87(c) and 29 CFR
1910.119(h)(3).
(B). Records Maintenance
The Contractor shall maintain a record of those employees who successfully completed the above
training. These records must include the following information:
* Name of the employee
a Contents of training
0 Date of training
0 Means used to verify that the employee understood the training
(C). Additional Responsibilities
1. Contractor must Immediately inform the Owner of all contract employee injuries or illness
resulting from work performed on or around and hazardous chemical process.
2. Contractor must immediately Inform the Owner of any injuries resulting from any work at the
facility.
3. Contractor employees, subcontractors, and laborers must participate in a mandatory on -site safety
orientation conducted by the Owner before work begins. It is the Contractor's responsibility to
schedule these meetings with the Owner, and It Is the Contractors responsibility to ensure all
persons working on the Water Treatment Plant site under this contract have attended the
mandatory on -site safety orientation. Failure to do so will result in removal of those persons who
Piave not received the training from the job site until such time as the training Is obtained.
Town of Jupiter Utilities
Construction of Surflcial Aquifer Well 12A and Surficial Welffield Rehabilitatlon Program (W21r11) Page 18
Page 439 of 478
Agenda Item #22.
Contractor etyu li ion Form
SECTION 1: COMPANY Y INFORMATION
I
Company Name: --Centerlin.gi Drillina,Jnc.
Address 1: 1696 Old Okeechobee Rd.
.Address ; #3C
City, State, 'zip: Wet Pala leach, Florida 33409
Telephone No.: .: 001-8 -0 88
Fax No.: 61-4 - 107
SECTION 2as NAME AND RELATIONSHIPS F PARENT COMPANY, AFFILIATES, SUBSIDIARIES.. PARTNERS
Company Marne: A
Address: A
City, State, Zi p:N /A
Relationship: A
Company are. NIA
Address: N/A
City, State, Zip. N/A
I
i latlonsi p. N/A
SECTION : INSURANCE COVERAGE
.1 Please attach certificates showing the extent of coverage, exclusions and deductibles for the following:
Commercial Liability insurance
Automobile Liability Insurance
Contractors Pollution Liability Insurance
- Workman"Workman"s Comp nsation Insurance
3.2 How long have you been covered by your current provider of W ri' man's Compensation Insurance?
I 2LO412I)l 2 -
3.3 List the Experience Modification Ratio EIr r ) that has been applied o your company's wr rl man's
compensation insurance policy for the past five years:
Year Intrastate E R Interstate EMR Comments
018 .98 /A See A a hec Letter
01 .08 1A
Town of Jupiter Utilities
9
Construction of urficial Aquifer Well 12A and Surficial We1i#ield ebabilltation Program (W 111) gage �
Page 440 of 478
Agenda Item #22.
Contractor Safety Qpalification Form (Continue
.4 List thecontact information for an insurance broker who can verify your EMR's:
Name: Howard Leasing, Inc. -Sondra Kefle
Address l; 6302 Manatee Avenue West
Andress : SuiteK
city, state,zip:Bradenton, Florida 34209
Telephone Io..41-70-7704
If you do not have an EMIR, please explain:
- rlF
7
SECTION . INJURY AND FATALITY INFORMATION
4.1 Please transfer the numbers and rate of inJuries and illnesses from your firm's OSHA No. 200 Logs to the
table below:
Year, 201 8 Year. 2019 Year: 2020
Statistic No. Rate No. Rate No.
q+�
I
'Rate
Lost Workday Cases 0 0 3 0 0
0
Restricted Workday 0 0 0 0
0
Cases
Medical Treatment ,0 0 0 0
0
(riot First Aid) Cases
Total Illness Cases 0 0 1 0 0 0
0
Total Recordable o
0 0
0,
Cases
Fatalities 0 0 0 0 0
0
4.2 If your company has had fatalities in the past three gears include location, cause and corrective
actions in
the space below:
/A
IJ
I
— dII
i
'Govan of Jupiter Utilities
20
Construction of surflclaI Aquifer WelI 12A and Surficla) Wellfield Rehabllitatlon Pragrarrr ( 111) Pale
Page 441 of 478
Agenda Item #22.
Contractor Safety Qualification Form (Continued)
SECTION 5: SAFETY MEETINGS
5.1 Do you require that documented safety meetings be held for:
Field Supervisor ?Yes No Frequency: Weekly
Employees? �'es No Frequency: - -I--- - -
New Hires? _Vyes No Frequency: at theliTie -of h!Ee
S u bco nt ra for I/Ye N o Frequency: at the time of hire
SECTION 6.& SAFETY AUDITS
6.1 Will a representative of your company audit safety practices on this job?
\Yes No
Name: John Say, Jr, Title: President
How frequently will the representative v1sit the project site? Weekly
SECTION 7: HEALTH AND SAFETY PROGRAM
7.1 Does the company have a health and safety program? If yes, please give details below. (The contractor Is
encouraged to attach a copy of the program to satisfy this requirement). Yes
Safety and Health Training, First A rocedures and instructionsfety awaknoMylgdamepig[]�warniI
hams, a.Ccident.-invest"aafion =or-t a 051rUgtiQns for Qgm.Ulelina lbe..,
"dent report, record keemna i2rocedures. table of canimts
7,2 Please give the name and telephone number of your company's health and safety officer,, If any:
President.
Name: joh[L SayJr —Title.
Telephone No.: 561-436-6388
SECTION 8: HEALTH AND SAFETY CITATIONS
8.1 Attach a list of any State or Federal Health and Safety citations received during the past three years.
N/A
SECTION 9: SIGNATURE OF COMPANY OFFICER
I certify that to the best of my knowledge, information, and belief formed of reasonable inquiry, the
information submitted Is true.. accurate, and complete.
Name (print): John Say, Jr. Title! President
Signature: Date:
Town of Jupiter Utilities Page 21
Construetton of Surficial Aquifer Well 12A and Surficial Wellneld Rehabliltation Program (W2111)
Page 442 of 478
Agenda Item #:
PURSUANT To SECTION 7,1 O(a),FLORIDA STATIJ�S,
ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN To IN THE PRESENCE OF A NOTARY PUBLIC OFF OTHER OFFICIAL
AUTHORIZED To ADMiLISTER OATHS,
1. This sworn statement is submitted to Town of Jupiter
[print name of the pudic entity]
by
John Say, Jr. President
[print indivlduai's name and title]
for Centerline Drilling, Inc.
[print mama of entity submitting sworn statement)
whose business address is 1898 Old Okeechobee Road #3C
West Palm Beach, Florida 3340
and (if applicable) its Federal Employer identification Number (FEIN) is:
42-1 1 77
(If the entity has no FEIN, include the Social Security Number of the Individual signing this sworn
Statement: I
. 1 understand that a "public entity crime" as defined in Paragraph 7. 1)(g)► Florida Statyt ,
means a violation of any state or federal law by a person with respect to and directly related to the
transaction of business with any public entity or with an agency or political subdivision of any other
state or of the United Mates, Including, but not limited to, any bid or contract for goods or services t
be yp
provided to an public entity or an agency or political subdivision of any other state or of the united
p
States and involving antitrust, fraud, theft, bribery, collusion, racketeering, , conspiracy, or material
misrepresentation.
. i understand that "convicted" or "conviction" as defined in Paragraph 7,1 (j)(b), Florida Statutes,
means a finding or guilt or a conviction of a public entity crime, with or without an adjudication of
guilt, in any federal or Mato trial court of record relating to charges brought by indictment or
information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or
polo contendere.
4. I understand that an "affillate" as defined iin Paragraph 287.133 (1)(a), Florida Statutes means:
1. A predecessor or successor of a person convicted of a public entity crime: or
. An entity under the control of any natural person who is active In the management of the
entity and who has been convicted of a public entity crime. The terra affiliate Includes those
officers, directors, executives, partners, shareholders, employees, members, and agents who
are active in the management of an affiliate. The ownership by one person of shares
constituting a controlling interest in another person, or a pooling of equipment or income
among persons when not for fair market value under an arm's length agreement, shall be a
prima -facie case that one person controls another person. A► person who knowingly enters
into a joint venture with a person who has been convicted of a public entity crime in Florida
during the preceding 36 months shall be considered an affiliate.
Town of Jupiter Utilities
22
Construction of urficial rAqulfer Well 12A and urficial Weliii ld Rehabilitation Program (W2111) Page
Page 443 of 478
Agenda Item #22.
5. I understand that a "person" as defined in Paragraph 7.1 (l)(e), Florida St to es means any
natural person or entity organized under the laves of any state or of the United States with the legal
power to enter into a binding contract and which bids or applies to bid on contracts for the provision
of goods or services let by a public entity, or which otherwise transacts or applies to transact business
with a public entity. The terra "person" Includes those officers, directors, executives, partners,
shareholders, employees, members, and agents who are active in management of an entity.
. Rased on information and belief, the statement which 1 have marked below is true In relation to the
entity submitting this sworn statement.. ['indicate which statement applies.]
V -
Neither the entity submitting this sworn statement, nor any officers., directors, executives.,
partners, shareholders, employees, members, or agents who are active in the management of the
entity, nor any affiliate of the entity, has been charged with and convicted of a public entity crime
subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of Its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active In the management of the
entity, or an affiliate of the entity has been charged with and convicted of a public entity crime
subsequent to July It 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the
entity, or an affiliate of the entity has been charged with and convicted of a public entity crime
subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing
Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the
Hearing officer determined that it was not in ,public interest to place the entity submitting this sworn
statement on the convicted vendor list.
[attachcopy of the final order]
I UNDERSTAND THAT THE SUBMISSION of THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC
ENTITY I D E NTI F1 ED IN PARAGRAPH I ZONE) ABOVE IS FOR THAT PU BLIC ENTITY ONLY ANC , THAT TEAS FORD
IS VALID THROUGH DE E BER 31 of THE CALENDAR' YEAR IN WH ICH IT IS FILED, I ALSO UNDER TA D THAT
I AM REQUIRED To INFORM THE PUBLIC ENTITY PRIER TO ENTERING INTO A CONTRACT IN EXCESS of THE
THRESHOLD AMOUNTPROVIDED IN SECTION 7sO1 , FLORIDA STATUTES FOR CATEGORY TWO of ANY
CHANGE I N THE INFORI ATI ON CONTAINED I THIS FORM,
ks1'gnature]
Sworn to and subscribed before me this day of kAU }D DQ
Personally know •
OR Produced identification
i
y corprni sign expires
Notary Public — State of vlofcla.
(Prinked typed or amped commissioned name notary public)
.... ..,4f'I FEDF
xw _.
*; W02
.'� FIRE$: ver v1 , 2023
Town of Jupiter Utilities
Construction of Surficlal Aquifer Well 12A and surficial Weilfield Rehabilitation Program (W2111)
Page 23
Page 444 of 478
Agenda Item #22.
Trench Safety
Bidder acknowledges that included in the various items of the proposal and in the Total Bid Price are costs for
complying with the Florida Trench Safety Act (90-96, Laws of Fla.) effective October 1, 1990. The bidder
further Identifies the costs to be summarized below.
TRENCH SAFETY
MEASURE
I UNITS OF
A.
B.
C.
D.
Faiii
Town of Jupiter Utilities
Construction of SurfIcIal Aquifer Well 12A and Surficial Welffield Rehabilitation Program (W2111) Page 24
Page 445 of 478
Agenda Item #22.
Bid Bond
*This page should be clearly marked with a tab for easy identification during the bid opening process.
Bidder
Surety
Name: Centedine Drilling, Inc.
Name: The Ohio Casualty Insurance Company
Phone: 561-615-0988
Phone: 772-822-5610
Address (prin c1pal place of b usiness):
Address (principal place of business):
1696 Old Okeechobee Road, #3C
9721 Executive Center Drive, Ste 105
West Palm Beach, FL 33409
St, Petersburg, FL 33702
Owner
Bid
Name: Town of Jupiter
Project (name and location):
Phone., 561-746-5134
Construction of Surflicial Aquifer Well 12A and Surficial
Wellfield Rehabilitation Program (W2111)17403 Central
Address (print ipol place of business):
Blvd.,
Town Hall Water Treatment Plant
Jupiter, Florida
2 10 M Ilita ry Trail 17403 Central Blvd.
Jupiter, FL 33458 Jupiter, FL 33458
Bid Due Date: January 13, 2021
Bond Number: E3B04213
Penal Sum: 5% of initial Contract Term
Date of Bond: January 13, 2021
Estimated Value ($646,000)
Surety and Bidder, intending to be legally bound hereby,, subject to the terms set forth in this Bid Bond,, do each
cause this Bid Bond to be duly executed by an authorized officer, agent, or representative. Surety affirms it is
authorized to do business in the State of Florida, and
the Town of Jupiter, and as having an Agent resident
therein.
Bidder
Surety
Centerline Drilling, Inc.
The Ohio asu 1 qgrana-
(Full formal name of Bidder)
11 rm nom Sure corporate seal)
By:
:
By
(Signature) (Attach Powerof Attomey)
Name: John §ay R. J'6hA �4 -S(..
[Marne. Robert Barra
(Printed or typedl
(Printed or typed)
Title* President,
A tt 9N%.r
Title: - 1-1 la Eact
Atie Gf" b n A
Attest: L
(Signoture)
ure
In UrL
(sign )
Name: 7e:: Lle
Name: T"
Ity
(Printed or typed)
(Printed or ed)
TitleTitle:
I ±C�e- -��
Wtness
Notes- (1) Note; Addresses ore to be used for giving any required notice. (2) Provide execution by any additional parties, svdi as joint
venturers, If necessary.
Town of J uplier U 811ties
Constructlon of Surficial Aquif er Well 1 ZA and Surficial Wel Ifield Rehabilitation Program (W 2 1111 Page 25
Page 446 of 478
Agenda Item #22.
W
4 -«
Y YY�F
O
0,r
E
4T
.1.,tZ
0
Liberty,Mutua.
SURETY
This Power of Atkornoy llmKs the acts of those named herein, and they have no authodty to
b1ndthe Companyexcept In the manner and tothe extent hefainstated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER of ATTORNEY
Y
Certificate No: 201 S16-98758 f
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly or anlzetl under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a co poraUona duly organized undef the laws of the State of Massachusetts, and West Aniefican Insurance Company is a corporation duly organized
under the laws of the State of Indiana (hefein collectively called the "Companies!), pursuant to and by authc ity herein set fod.h, does hereby name, constitute and appoint, Robcr Barra
all of the city of Cor-ai Springs s slate of FL each individually if Mere be more than one named, Its true and lawful attorney -in -fact to make,
execute, seal, as nowlet a and deliver, for and on its beharlf as surety and as its act and deed, any and all undertakings, blcands, recognizances and other surety obligations, In pursuance
of these presents and shall be as binding upon the Companles as if they have been duly signed by this presidenI and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an auth+odzed officer or official of the Companies and the corpxate seats of the Companies have been affixed
thereto this 24th day of July _, 1 .
Liberty Mutual Insurance Company
INS �Li,�,� -t' I mstt
, INSU � T'he Ohlo C asuaityInsurFanceCompany
0 Wet American Insurance Company
V a r
ON Duo," By: 441 1
David M, Carey, Assistant Secretary
State of PEN NSYLVA IA
County of MONTGOMERY
On this 24th day of ,Julyr_, 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretor of Libedy Mutual Insurance 0
Company, The Ohio Oivafty Company, end West American Insurance Company, andr that ho, a$ SUch, being autho�ized so to do, execute the fofegoing Ins ament for the purposes — C
[herein contained by signing on behalf of the corporations by himself as a duly o0ofted officer! W
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Ming of Prussia: Pennsylvania, on the days and year first above written.
' V
14S:1•,� co r or�i+vaAr�F PE 1 Y 1Ar!#1 1
' tit �tF otartal $col
- ` car Teresa Posial a, Nelary PuNic
Uppar gorionUp., &iontoontorycoun y By:
My Commission Expiras March 28. 20 1 Teresa Pastella, Notary Public O CO
Mor�,�raf. Pa.r ylva A3 iMo e! RolorlDs
i C)
tires Y !
This Poorer of Aktorneyt is made and executed pursuant to and by aauthorifiy of the following By-laws and Authorixabons of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full fora and effect reading as follows; 0
ARTICLE I OFFICERS: Slevfion 12. Power of Attorney.
Any officer or other official of the Corporation authorized for tl�aat purpose In w6ting by the Chairman or the 'President, and subject to snob lirrmitaation as the Chairman or e
President may prescribe, shalt appo nt such attorneys -in -lac, as may be nemsary to act in behalf of ft Corporation to make, execute, seal, acknowledge and deliver as surety
any and all aundertalcings, fronds, recogni antes and other surety obfigations. Such attorneys -in -fact, subject to lie limitations set forth in their re p"bve powers of attorney, shall �
have full power to 'bind the Corporagon by their signature and execution of any such instruments and to attach thereto the seal of [he Corporation. When so executed, such
instruments shall be as bindlag as if signed by the President and attested to by the Secretary. Any poorer or authofity granted to any representatl a or attomey-Ire-fact undef the
provisions of this artide may be revoked at any time ley the Board, the Chairman, the Pre idenfi or bye �e officer aor offivers graritirig such po�ver or u�iority. � co
ARTICLE XIII — Executlon of Contracts: Section 5. Surety Bonds and Undertaking, 0(0Any officer of the Company authoitzed for that purpose in wfifing by the chairman or the president, and subject to such limitations as the chaimnan or [he president may pfescfIbe, I--
shall appoint such ,attomeys-in-fact, as may be necessary to pact in behalf of the Company to make, execute, seal, acknowledge and delivery as surety my and all undertakings,
bonds, recog n iza noes and other surety obligations. Such attomey 4n-faint subject to the 11mitafions set forth In thelf respective powefs of attorney« strap have fulI powef to bind the
Company by their signature and execution of any such Instruments and to attach thereto the seal of the Company. When so executed such Instruments shall be as binding as if
signed by the president and attested by the secretary. a
Certi late of Designation — The President of the Company, acing pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such; attorneys -in -
led as may be necesmry to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bcnds, recognizances and other surety
Obligations.
Authodzatlon — By unanimous consent of the Companyrs Board of Directors, the Company consents that fac lmile or mechanic —ally reproduced sk nature of any assistant secfelaq of thB
Company, wherever ap,peaorig upon a certified copy of any power of allGmey Issued by the Company In connection w+Ah surety bonds, shall be valid and binding upon the Company« with
the same force anti effect as though rmaanuatly affixed.
I, Renee C. Llewellyn, the undersl ned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify+ [hat the o6ginel power of allomey of which the foregoing is a full, true and corfect copy of the Power of Attomey exevited by sold Companles, Is In full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have herounto set my Hand and affixed the seals of said Companies this 13 day of January , 2021Pf
By:
' CH 0 OAM } MAW" ee C. Lyre lyn, Assistant Ncretary
LMS-1 673 LMIC I CIC WAIL MA Co 062018
Page 447 of 478
Agenda Item #22.
1.
2.
03
4.
5.
11.
Bid Bond (continued)
Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors,
and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond.
Payment of the penal sum is the extent of Bidders and Surety's liability. Recovery of such penal sum under
the terms of this Bond will be Owner's sole and exclusive remedy upon default of Bidder.
Default of Bidder occurs upon the failure of Bidder to deliver within the time required by the Bidding
Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by
the Bidding Documents and any performance and payment bonds, Power of Attorney(s), and Certificate(s)
of Insurance required by the Bidding Documents.
This obligation will be null and void if:
3.1. Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents
(or any extension thereof agreed to in writing by Owner) the executed Agreement required by the
Bidding Documents and any performance and payment bonds, Power of Attorney(s), and
Certificate(s) of Insurance required by the Bidding Documents. or
31, All Bids are rejected by Owner, or
3.3. Owner fails to issue a Notice of Award to Bidder within the time specified In the Bidding Documents
(or any extension thereof agreed to in writing by Bidder and, If applicable, consented to by Surety
when required by Paragraph 5 hereof).
Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after
receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with
reasonable promptness, identifying this Bond and the Project and including a statement of the amount
due.
Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice
of Award agreed to in writing by Owner and Bidder, provided that the total time for Issuing Notice of
Award including extensions does not in the aggregate exceed 120 days from the Bid due date without
Surety's written consent.
No suit or action will be commenced under this Bond prior to 30 calendar days after the notice of default
required in Paragraph 4 above is received by Bidder and Surety, and in no case later than one year after
the Bid due date.
Any suit or action under this Bond will be commenced only in a court of competent jurisdiction located in
the state In which the Project Is located.
Notices required hereunder must be in writing and sent to Bidder and Surety at their respective addresses
shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by
United States Postal Service registered or certified mail, return receipt requested, postage pre -paid, and
will be deemed to be effective upon receipt by the party concerned.
Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the
authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute,,
seat, and deliver such Bond and bind the Surety thereby.
This Bond is Intended to conform to all applicable statutory requirements. Any applicable requirement of
any applicable statute that has been omitted from this Bond will be deemed to be included herein as if set
forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said
statute governs and the remainder of this Bond that is not in conflict therewith continues in full force and
effect.
The term "'Bid" as used herein Includes a Bid, offer, or proposal as applicable.
Town of Jupiter Utflives
Construction of Surficial Aquifer Well 12A and Sufficial Wellfield Rehabilitation Program (W2111)
Page 26
Page 448 of 478
Agenda Item #22.
�� l ��
W(OWARD► EASING
'0414� Professional Employee Services
6302 Manatee Avenue West
Bradenton, FL 34209
941-761-7704
January 6, 2021
Centerline Drilling, Inc.
1696 Old Okeechobee Road
West Palm Beach, FL 33409
Re: Experience Modification Rating
To Whom It May Concern:
I any writing this letter in response to your organization' request for Workers' Compensation
Experience Modification Rating (EMR). Howard Leasing Inc., had an ENM of .98 in 2018, an EMR of .98
in 2019 and an EMR of .98 in 2020. Through the co -employment relationship between Howard Leasing
Inc., and Centerline Drilling, Inc., the EMR rating is as follows:
Ratinp, Effective Date EMR
January 1, 2021 .98
Sincerely,
Sondra Kelley
Director of Risk Managcment
Cc: File
Page 449 of 478
Agenda Item #22.
DATES ( MMI[t�1�`Ir1l" YYY)
C CERTIFICATE OF LIABILITY INSURANCE
/2 12020
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED 13Y THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE [DOES NET CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSUR I ( ), AUTHORIZED
REPRESENTATIVE ENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL I SURSD provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer ri hts to the certltleate holder In lieu of such endorsernent s ;
PRODUCER CONTACT Ella Nulph
Bia kadalr Insurance Agency, -Inc. PHaNS � Fax
14 Ronald Reagan an Blvd _M� 8 5 Ar N 07-8 -468
Longwood FL 32750 Ickadencom
INBURER AFFORDING COVERAGE NAIL
INSURER A: Depositors Insurance Company 42587
INSURED C1 INSURER B.
Centerline Grilling, Inc INSURER
1696 Old Okeechobee d
Suite 3C I#,IsUAIER o ;
West Palm Beach FL 33409 MURER E ;
COVEFtAGES CERTIFICATE NUMBER: 41731708 REVISION NUMBER:
THIS IS TO GERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY Y PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIKAITS SHOWN MAY HAVE BEEN REDUCED BY PAID ..AIMS. �.
IIN, AMC BR POUC EEF�rPOUCY I,I�411TYPE OF INSIMANC£ POLI YNUMBER NMM DD IDDA COMMERCIAL GENERALL,I,ABILITY ACP302871 557 1 81 020 EA H 0CCU RRENCE_7
CLAIMS-MADEOCCUR P SEA a =unren $ i4D,400
MED EXP (Any o a rs ) 3r 5,000 . -. .
PERSONAL & ADV INJURY $ 1.0'0'0.0€ 0
GEN11 GGREG TE LlPAIT APPLIES PER; GENERAL AGGREGATE 12,000,000 }
POLICY T PE I " 1 LO F ROD - COMPIOP" AG $ ,000,000
OTHER;
AUTO M0BIL.E LIAEIUTY ACP302,0715557 /20f 020 312612021 COME) B�Iden SIN �E l.�hw'IIT 1,f�{yl}�Or�i�
�E� accident) —_
ANY AUTO BOO LY INJURY (Par Person)
OWNED SCHEDULED BO DI LY I NJ U RY (Po r ooddent) ent) S
AUTOS ONLY AUTOS
HIRED NON -OWNED; I�F�C�'EfiTY I]A ACI4
AVTOS ONLY AUTOS ONLY
-t��r aocidornt
PIP ►1 �0,4�0i�
UM8M ELLA LIA6B OCCUR EACH OCCURRENCE
tCESS L.IAO MAIMS -MADE AGGREGATE
I]ED RETEN ION
PEF (TH-
WORKERS C N$ MPEAT10N STATUTE IRR
AN EMRLC3YERS' I.l5II•ITY Y I N
ANYAROPR1ET€�RMAFtTNEWE ECU 11VE NIA E.L. EACH ACCIDENT
] FF I�CERIM E MB E R EXCLU D E D? Li E.L. DISEASE - PA EMPLOYEE
(Mandatory In NH)
H yyas, deacdba undef EL DISEASE - POLICY LIMIT $
Q Has,
OF OPERATION'S bel"
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACCRD i0i, Addll{onal Remarks Schedule, my tea attached It more space Is required)
Certificate Holder Is included as Additional Insured and Blanket Waiver of Subrogation applies; with regard to General Liability and Business AUto when
required by Mtten contract
The Town of Jupiter, Flo6da is Additional insured with regard to [general Liability and Business Auto when required by written contract.
0 Day Notice of Cancellation
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Town of Jupiter ACCORDANCE WITH THE POLICY PROVISIONS.
Attu; Amanda Z. Barnes, P.E.
�10 Military Trail auTl�cRIzEuRRESM IVTAI'IVIE �
Jupiter FL 33458 Ct. fs-.)
1,988-2015 ACORD CORPORATION. All rights reserved.
ACCRI (2016103) The ACORC blame and logo are registered marks of AC RD
Page 450 of 478
Agenda Item #22.
74128/2020
(M WO/YYYY)
CCO CERTIFICATEOF LIABILITY INSURANCE
THIS CERTIFICATE IS ISSUED AS A FATTER OF INFORMATION ONLY AND COFFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER. THE COVERAGEAFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTACT BETWEEN THE ISSUING INSURER(), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTiFICA`rE HOLDER.
IMPORTANT: If the certlfIcate holder is an ADDITIONAL INSURED, the ollcy(les) must have ADDITIONAL INSURED Previsions or be endorsed.
If 'SUBROGATION IS WAIVED, ED, sabJect to the terms and conditions of 1ho policy, certain pollees may require are endorsement. A statement on
this cartlfIcate doles not confer rights to the c+ertiftate holder in lieu of such elndorsement s .
PRODUCER UN Insurance Solutions, LL . ID: (Howard) N Sic Sondra bell
FAX
c/p HowardLeasing, Inc. PHO N5�. 41- '61-7704 (Aid, yo t, 941-7 1-770
6302 Manatee Ave. WE -MAIL
Bradenton, R 34209 ADDRESS. ske�lle r howardlea n lnc,com
INSURER AF'FORDINO COVE RAo9 NAIC #
INSUMRA: SU #Z Insurance I ompanv 34762
INSURED
INSURER 0. I
Howard Leasing, Inc
Howard Lasing 11, LL , g Howard LslinICI IncInC.,
INSURER C .
Howard Lewin 11 , Inc. Howard Leasing ' , Inc.
Manatee Venue Wet Suite K
INSURER D
INSURER E
Bradenton FL 34209
INSURER F ;
CO ERA E CERTIFICATE NUMBED. 65242739
REVISION NUMBER:
THIS IS To CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED ED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM CAR CONDITION OF ANY CONTRACT OR ETHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE 10E AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS F SUCH POLICIES, LIMITS SHOWN MAY NAME BEEN REDUCED ED BY PAID CLAIMS.
IN9R Ab-ffC SU13RI
LTR TYPE! CIF INSURANCE POLICY I�LIl�1B�Fi
I POLICY EFF PO Y Exp LIMITS
mmloO Y
OMMERC L GENERAL LIAINUTY
EACH OCCURRENCE
-- •
CLANS -MADE [I OCCUR
-yob
R Ira_�rrpn e �
MEO EXIT' (Any one perm) _..
- --- - --
PERS hIAL & ADV INJURY
GEN'L AGGREGATE LIMIT APPLIES PER.
[s!!NERAL AOGREGATE S
POLICY F—] JE [ALM
PRODUCTS - P to P A
OTHER,
CMBINEI] SIN LE LIMIT
AklTdl4lt1•#II.E LIABILITY
Ep d nil
ANY AUTO
soDIiLY INJURY (Par parson)
OWNED CHEI Jt.EC
10001LY INJURY (Par a �3�tt) $
AUTOS ONLY AUTOS
HIRED NON -OWNED
- -
PROPERTY AGE
acadont
AUTOS ONLY AUTOS ONLY
,Per
UMORELLAUAB CUR
EACH OCCURRENCE
EXCESS LIAR CLAIMS -MADE
AGGREGATE
S
DED RETENTION
WORKERS COMPENSATION +�'� - ��I-o i�
1 P'ER
/1I� I 1'll20 1 y/ STATUTE � ERH_
ANQ EMPLOYERS' LIABILITY Y 1 N WC01 - 0001-01
111201 1112 2
E.L. Cal,++ COII]EIV`f �I I I
AN` PR PRIETOR PARTNE#�ECUTIVE
� N dA
_ ..
OFFICERIMEMBEREXCLUDED?
E .L. DISEASE- EA EMPLOYEE. 1,,Q.'i��L _
�I4landelor�r I� NH)
T—
If N% do a under
if
D SCR1PTION CIF OP ERATIONS below
E.L. DISEASE - POLICY LIMIT s 14000,000
0 ESC RIPTION OF OPERAT(O NS I" L0,CAT1ON81 VE HICLES (ACORD 14 f, Addi0onal Romarke SchaduI*, may be .aWKhad If more spew Is required)
Coverage provided for all leased employees but not sub contractors of: Centerline Drilling, Inc
Location Effective:12/41201
Email to; ctrlinledrllling@Dool.com
CERTIFICATE HOLDER
CANCELLATION
1237
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 09 CANCELLED BEFORE
Town of Jupiter
THE EXPIRATION BATE THEREOF, NOTICE WILL BE DELIVERED IN
Attn: Amanda . Barnes, P.E.
ACCORDANCE E WITH THE POLICY PROVISIONS,
210 MIlIterr Train
Jupiter, FL 33458
AUTHORIZED REPRESENTATIVE
Rick Leonard
1988-2015 AC RD CORPORATION. All rights reserved.
ACORD 25 (201610) The A+C RD Inane and logo are registered marks of AC F D
5242139 l Howard Leeoing PF0 013 MASTRR CERT I Rosemary Young I 4/2e/2020 (EDT) I Pago I on I
Page 451 of 478
Agenda Item
#23.---
GUestcjlester
A Chubl) Company
Date:
January 7, 2021
Producer:
RT SPECIALTY LLC
380 PARK PLACE BOULEVARD SUITE
175
CLEARWATER, FL 33759
Attention: Paula Ross
Email: paular@atlanticspecial,com
Westchester Environmental
Quote - Option I
Q2423991 Q2021
Potential Insured:
Centerline Drilling, Inc.
1696 Old Okeechobee Road, Suite 3C
West Palm Beach, FL 33409
Please read this proposal carefully, as the limits, coverage and other terrns and conditions may vary significantly
from those requested in your submission and/or from the expiring policy. Terms and conditions that are not
specifically mentioned in this proposal are not Included. The terms and conditions of this proposal supersede the
submitted insurance specifications and all prior proposals and binders. Actual coverage will be provided by and in
accordance with the policy as issued.
The insurer is not bound by any statements made in the submission purporting to bind the insurer unless such
statement is reflected in the policy or in an agreement signed by someone authorized to bind the insurer.
This proposal has been constructed in reliance on the data provided in the submission. A material change or
misrepresentation of that date voids this proposal.
Company: Westchester Surplus Lines Insurance Company - AM Best Rating A++ XV
Coverage: Contractors Pollution Liability Coverage Form - occurrence
Paae.452-of 4
Agenda Item #2Y.
Limits of Liabli'llty:
Deductible:
I
Deductible Basis:
I
Retroactive
Date:
Contractors Pollution
Liability — Each Pollution
Condition
$1,000,000
$2P500
Each Pollution
Condition
Not
Applicable
General Aggregate:
$210OOtOOO
(The most the insurer will pay for the sum of damages
under all Cover_Pa!jsj
Policy Poriod: 1/7/2021 1/7/2022
Exposure: $1,100,000
Premium:
$1,480
Rate: Flat r / Non Auditable
TRIA Premium Charge:
$250
Total Premium:
$1 J30
(Includes rRIA Premium Charge - Any request to reject
MIA ,average milst be submIffed to the underwfterpffor
to blndlng. See Attached 7'RIA d1sclosare. ).
Premium: 1,480, plus 75. policy Vcc, 77.75 taxes
;== 1 W632.75
Covered Locations: Not Applicable TRIA Alin is: 250. plus 12-50 taxes
Insurance Comg)anv Forms:
ENV-1Zoo (03110)
Contractors Pollution Liability Insurance Policy - Occurrence - Elite
ENV-1230 (03/10)
Non -Owned Disposal Site(s) Liability - Elite
ENV-3103 (12/10)
All Known or Reported Incidents Exclusion
ENV-3130 (11/13)
Prior Operations Exclusion
ENV-3137 (08/04)
Separate Defense Limit Endorsement - Contractors Pollution
Liability Coverage
ENS -3143 (03/05)
Waiver of Transfer of Rights of Recovery Against Others to Us
ENV-3146 (01/14)
Transportation Pollution Liability Coverage Endorsement
ENV-3147 (10/12)
Global Program Solutions Amendatory (Foreign Indemnity)
Endorsement
ENV-3213 (04120)
Mold Sublimit Endorsement - Contractors Pollution Liability
EN1f-3239 (11/16)
Policy Changes Endorsement
ENV-3244 (04/18)
Calastrophe Management Coverage Endorsement
ENV-3250 (12118)
Additional Insured Endorsement- Ongoing Work Or Operations
ENV-3251 (12/18)
Additional Insured Endorsement - Products -Completed Operations
Hazard
ENV -3263 (12/18)
Primary And Noncontributory - Other Insurance Condition
ENV -51 00 (06/11)
Asbestos Amendatory Endorsement
ENV-5102 (10/04)
Nuclear Hazard Liability Exclusion
ENV-5519 (09/04)
Earned Premium Endorsement - 25% Minimum Earned
ALL-21101 (11/06)
Trade or Economic Sanctions Endorsement
SL44730a (01/16)
Service of Suit Endorsement - Florida
TR-51 520a (08/20)
Policyholder Disclosure - Notice of Terrorism Insurance Coverage
The qnoted r coverage Is subject to the receipt and satisfactory review of the following Information within
thirty (30) days unless otherwise noted:
1. Three years of currently valued loss runs - prior to binding
agertaaItem#s2. - __ _—____ __ _ _ ----..----
Additional Terms and Conditions:
1 - Proposed terms and conditions may differ from those requested.
2. Sample coverage forms will be provided to you prior to binding.
3, The producer shall be responsible for all applicable surplus lines filings and taxes.
4. Premium is due thirty (30) days frorn the effective date of coverage.
5. The proposed coverage shall be 25% minimum earned at inception.
6. The coverage proposed in this quote is valid through 03/07/2021.
7. We reserve the right to rescind this quote in order to amend the terms and conditions, including
premium, or decline the account based upon review of additional underwriting information.
8. PLEASE NOTE THAT FOR POLICIES EFFECTIVE JUL Y 21 t 2011 AND SUBSEQUENT, WE
REQUIRE THE PRODUCER TO PROVIDE THE "HOME STATE" AS DEFINED IN THE
NONADMITTED AND REINSURANCE REFORM ACT (NRRA) UPON BINDING OF THIS
PLACEMENT
9. Please be advised that we do not review Certificates of Insurance issued by you, or by any party,
relating to this policy of insurance either for content or accuracy. Accordingly, we request that you do
not provide copies of certificates to us for review or for our records. Authority Is granted to you for the
limited purpose of issuing unmodified ACORD Certificates (ACORD 26), It is your responsibility to
see that any Certificate provides an accurate representation of the coverage form and endorsements
applicable to this policy at the time the Certificate is issued. Any modification of the approved
AD forms specifically set forth above, or the Issuance of a non -approved Certificate of
Insurance (ADO or other) Is prohibited. Certificates of Insurance may only be issued as a matter
of information. You have no authority by virtue of a Certificate or otherwise, to amend, extend or
otherwise alter coverage afforded under this policy. Certificates of Insurance are never recognized as
endorsements or policy change requests. You must submit a separate written request if an
endorsement or polloy change (including but not limited to adding additional insureds or loss payees
and/or alteration of notice requirements for cancellation) is requested, In the event a policy change is
requested, the underwriter will advise if the request is acceptable to the Company.
Should you have any questions, please feel free to, contact me at 678-7954541 or
carla.valero@westchester,com
Sincerely,
Carla Valero, Underwriter, Westchester Environmental
For Stela Flanagan, Vice President, Westchester Environmental
-Rage.-454-of -478-
STATE F FLORIDA
WATER WELL CONTRACTOR LICENSE
Issued t
JOHN SAY JR,
Lice se �i� xpiras 7l3112027
Q
DISTRICT CERTIFIbATION bFFICER
Page 455 of 478
Agenda Item #22.
AN N rl M. GANNON P.O. Box 3353, West Palm Beach, FL 33402-3353 "LOCATED AT**
CONSTITUTIONAL TAX COLLMOR www.pbc[ax.com Tel: (561) 355-2264
serving Palm Reacto County 1696 OLD OKEECHOBEE RD STE
Serving you. 3C
WEST PLAM BEACH, FL 33409
TYPE OF BUSINESS OWNER CERTIMATION # RECEIPT WDATIE PAID AM T PAID W, �L ft
23-OD99 WATER WELL CONTPACTOR SAY JOHN A JR PERMiT601 I IRW 112 0,57 6337 - 090 1 0r20 S27.50 840108185
This document is valid only when receipled by the Tax Collector' }ffice. STATE OF FLORIDA
PALM BEACH COUNTY
202012021 LOCAL BUSINESS TAX RECEIPT
CENTERLINE DRILLING INC
CENTERLINE DRILLING INC
ryil 1696 OKEECHOBEE RCS STE 3C
WEST PALM BEACH FL 33409-5219
11161111111111111 1 Jill 1111111011011
LBTR Number: 200307585
EXPIRES: SEPT BE 30,2021
This receipt grants the privilege ol engaging in or
managing any business profession or occupation
within its jurisdiction and MUST be conspicuously
d1splayed at the place of business and In such a
manner as to be open to the view of the public.
Page 456 of 478
Agenda Item #22. AMR&ANS11h.AMBIL
CITY OF WEST PALM BEACO'll %"AW I rij
0EPARTMEN7 OF DEVELOPNIFNT SERVICES F P A I PA 8 F A C H
Attached is your 2020-2021 Business Receipt evidencing payment of fees for your Local Business Tax; Certificate of
tJsc- (if applIcable): Sldevvalk Cif Permit (it applicable); and/or Extended Hours Alcohol Permit (If applicable).
Business Tax Receipt-, This dQLCunient, based an the bu.-:;iness category codes listed below, is your Business Tax
Hecelpt. THIS BUSINESS TAX RECEIPT MUST BE DISPLAYED ON THF P11r:M1S.1-.S IN A PLACE WHERE IT MAY BE
SEEN AT ALL TIMES (See. 82-160 City Code).
Certificate of Use: A cortificate of usm may be suspended or revoked in accordance with See. 22-39 of tile City Code.
Sidewalk Garfd Penrilt: A sldewalk cal d pontilt requires compliancle with the conditions in Secs. 78-345 and 78-347 of
the City Code. A sidew-alk cnM parinit may be suspended or revoked pursurint to Sec. 78-340 of the City Code.
Extended Hours Alcohol Pormit: An extended hours alcohol permit requires compliance w1th the conditions In Sec. 6-8
of the City Code cmid may bo suspended or revoked as provi&d in said section.
FOR INFORMATION CALL (561) 805-6700 EMAIL busines,,'.1.,A@%%fpb.org HOURS 8:00 AM - 5:00 PM — MONDAY - FRIDAY
INSTRuc*rims: PLEASE POST IN A CONSPICUOUS PLACE AT YOUR FLAME OF BUSINESS,
Amok AMML AMOS, NOT TRANSFERABLE
WO!"41 CITY Off' WEST PALM BEACH
Wt �T C I I Y Or. \',IFqT PAW 6C ACH
2020 to 2021 BUSINESS RECEIPT V 0 Jj0W M-17 V .4F PAL M 6FACIi rL 3340P
0000008393 WATERWELL DRILLING
CENTERLINE DRILLING INC
1696 OKEECHOBEE RD # 3C
BUS. 17AX 11) CA'rEGORY DESCRIPTION FEE
28081 2371W WATER & SEWER LINE & RELATED STRUCTURES 6681
T11 IS 00CLIMENT-140T VALID
UN-f IL tIDS ARE. COLLECTED
TOTM-t4
PAID
86.81 1
86-81 BAL
EXPIRES
SEPIOEMBER 309
2021
0.00
Page 457 of 478
Agenda Item #22.
Electronic Articles of Incorporation �°LEpo1o1aso
For September 20, 2002
Sec. Of State
CENTERLINE DRILLING, INC
r
The undersigned incorporator, for the purpose of forming a Florida
profit corporation, hereby adopts the following Articles of Incorporation:
Article I
"I"he name of the corporation is:
CENTERLINE DRILLEs.TG, INC
Article II
The principal place of business address:
1696 OLD OKE ECROBEE ROAD
3C
WEST PALM BEACH, FL. 33409
The mailing address of the corporation is:
1696 OLD OKEECHOBEE ROAD
X
WEST PALM BEACH, FL, 33409
� -� Article III
The purpose for which this corporation is organized is:
ANY AND ALL LAW M-4L BUSINESS.
Article IV
The number of shares die corporation is authofized to issue
1000
Article V
The nwne and Florida street address of the registered agent is:
JOHN SAY JR
3423 WRY ROAD
LAKE WORTH, FL. 33467
Page 458 of 478
Agenda Item #22.
I certify that I am familiar with and accept the responsibilities of
registered agent.
Registered Agent Signattire: Jo SAY, JR
Article VI
The name and address of the incorporator is:
JOHN SAY, JR
3423 WRY ROAD
LAKE WORTH, FL 33467
Incorporator Signature: Jo SAY, JR
Article V1 1
The i . ti l officer(s) and/or director(s) of the corporation is/are:
Title: P
Job SAY JR
3423 WRY ROAD
LAKE WORTH,, L. 33467
FILED00101880
September 20, 2002
Sec. Of State
Page 459 of 478
I
V 0 IF kIN'
yy Vp ":f1% %6P, ". -
? 40or4,..
#
T P 4
Pvf ,z I �,r ;
w
ANN,ti
qko7 A 16 milk
Vv�
Agenda Item #22.
SOUTH FLORIDA WATER MANAGEMENT DISTRICT
REGISTERED VENDOR NO.; 115242
May 30, 2019
Mr, John Say, Jr, President
Centerline Drilling. Inc.
1696 Old Okeechobee Rd #3C
West Palm Beach, FL 33409
Dear Mr. Say:
CERTIFICATION EXPIRATION DATE
May 30, 2022
Congratulations, the South Florida Water Management District (District) has recertified your firm as
a Small Business Enterprise (SBE), This certification is valid for three (3) years and may be
applied when business is conducted in the following area(s):
Well Water Contracting Services
Your subintual of bids or proposids to sflpp�v offier Products ar Services otashle of thesped al(r aren(s) noled abore
Will not count ion-ard SBE parikipation. If you require cert?ricittlon in offier special(v areas. please confact the
Prom rement Minoan, SBE Section, for additional hifonnation.
Renewal is required every three (3) years and should be requested a minimum of 45 days prior to
the above expiration date.
If any changes occur within your company during the certification period such as ownership,
affiliate company status, address, telephone number, licensing status, gross revenue, or any
information that relates to your SBE Certification St2tug S, you must notify this office in writi ng
immediately. It is imperative that we maintain current information on your company at all times.
FAILURE TO REPORT CHANGES MA Y RESULT IN DECER TIFICA TION.
Certification is not a guarantee that your firm will receive worX, nor an assurance that your firm will
remain in the District's vendor database.
We look forward to a mutually beneficial working relationship.
Since Gly,
Jo" Lynn Fox
T1 I
Sr' Contract Compliance Specialist
Procurement Bureau
JLF/kk
.1301 Gun Clut, Road, West Palm Betich, Florido.33406 * (56-1) (%86,8800 0 1-800-432-2M
A d d re ss - R 0. 13 o\ 2-1680, k-\* Vo I I n Bea C h, F L. 3 �- I 164 680
-Ra—ge 461 of 478
Agenda Item #22.
CENTERLINE DRILLING INC. VEHICLE / EQUIPMENT LIST
Year
Make
086
AM General with B67 Rig
1989
Ford F800 - 1000 Gallons Water Tank
1000
F800 - Ford National Crane #1
2002
International - Drillmaster 400
2008
Anderson Trailer
2007
Ford Ter+ex Crane #2
2007
Ford National Crane #3
2008
Enclosed Trailer
008
Sulleir 900 Compress r
2009
Ford F350 - Support / Pi a I aok
2010
Atlas Con 750 Compressor
2012
Maunum MMGlOO Generac Generator
2012
Dodge - 3500 with Smeal Pump Hoist
2018
Mud P 2 - SC
2015
Ded e -4500 2dr- with CME 48 Rig
2017
Dodge 2500 - 4dr Support Truck
2018
Dod a -4800 4 Door - flatbed support truck
2018
Bi2 Tex Trader
2020
Dodge-- 8800 - 4 Door flatbed support true
Fuji Electric Portaf to -D F ` 4 U.1trasonic Flow Meter
Laval Camera - RCAM 1 OOO LT
Well VU Camera 1000
Page 462 of 478
Agenda Item #22. EXHIBIT B
CENTERLINE DRILLING, INC.
WATER WELL CONTRACTOR LICENSE #11132
1696 Old Okeechobee Road, 3-C
West Palm Beach, Florida 33409
ctrlinedrilling@aol. com
(561) 615-0988 Office
(561) 429-8107 Fax
August 30, 2022
To: Village of Tequesta
901 N Old Dixie Hwy
Tequesta, Florida 33469
Attn: Nathan Litteral
Centerline Drilling, Inc. agrees to allow the Village of Tequesta to piggyback our existing contract with
the Town of Jupiter Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation
Program W2111 with the same terms, conditions, specifications, and pricing, which represents our lowest
contract prices we have with any other government entity within the State of Florida.
If you have any questions, please do not hesitate to contact the office.
Sincerely,
Centerline Drilling, Inc.
PWM 45" 11
John Say Jr.
President
Page 463 of 478
Agenda Item #22.
CENTERLINE DRILLING, INC.
WATER WELL CONTRACTOR LICENSE #11132
1696 Old Okeechobee Road, 3-C
West Palm Beach, Florida 33409
ctrlinedrilling@aol. com
(561) 615-0988 Office
(561) 429-8107 Fax
August 30, 2022
To: Village of Tequesta
901 N Old Dixie Hwy
Tequesta, Florida 33469
Attn: Nathan Litteral
Centerline Drilling, Inc. agrees to allow the Village of Tequesta to piggyback our existing contract with
the Town of Jupiter Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation
Program W21 I I with the same terms, conditions, specifications, and pricing, which represents our lowest
contract prices we have with any other government entity within the State of Florida.
If you have any questions, please do not hesitate to contact the office.
Sincerely,
Centerline Drilling, Inc.
PWM 45" pr,
John Say Jr.
President
Page 464 of 478