Loading...
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##&#1sidle 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