Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agreement_Water Service_10/13/2022_CenterlineDrilling SurficialAquiferRehab
VILLAGE OF TEQUESTA AGREEMENT FOR SURFICIAL AQUIFER WELL REHABILITATION THIS AGREEMENT FOR surficial aquifer well rehabilitation services is entered into and effective this 13th day of October, 2022, by and between the VILLAGE OF TEQUESTA, a Florida municipal corporation with offices located at 345 Tequesta Drive,Tequesta, Florida 33469, organized and existing in accordance with the laws of the State of Florida, hereinafter "the Village"; and Centerline Drilling. Inc. a Florida corporation, with offices located at 1696 Old Okeechobee Road, 3-C West Palm Beach, Florida, hereinafter"the Contractor",and collectively with the Village, "the Parties". WITNESSETH The Village and the Contractor, in consideration of the mutual covenants contained herein and for other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged by both Parties, hereby agree as follows: 1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Agreement whereby the Contractor shall provide surficial well rehabilitation services as required by the Village. The Parties agree to enter into this Agreement and piggyback for the surficial rehabilitation services at the unit prices described in the Town of Jupiter Construction of Surficial Aquafer Well 12A and Surficial Wellfield Rehabilitation Program awarded through The January 6`h,2022 bid#W2I 11.The portions of said contract relating to well rehabilitation attached hereto as Exhibit "A" are hereby incorporated into this Agreement. Authorization to piggyback on the contract and amendments is hereby fully incorporated into this Agreement and attached hereto as Exhibit "B". 2. COMPENSATION: In consideration for the above Scope of Services, pricing shall be pursuant to the unit prices provided in Exhibit "A". The Parties hereby agree to the Village's purchase of supplies and/or services in greater or lesser amounts than estimated in the Town of Jupiter Contract#W2111,as referenced by the proposal in Exhibit "A". In consideration for the above Scope of Services,the Village shall pay the Contractor at rates described in Exhibit "A". The goods or services shall be delivered in a manner and location, and time acceptable to the Village the"Performance Date." 3. CHANGE ORDERS: Contractor is aware that price and time are of the essence in this contract and that prompt and timely performance of all such obligations is strictly Page 1 of 8 required. If conditions change that would require an increase in price, scope, or time for performance Contractor must notify the Village in writing detailing the conditions that have changed 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 any 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 discretion may accept the change order as is or with modifications, deny the change order, re-advertise and re-solicit providers for the required goods or services or terminate this contract. If the Village elects to re-advertise and re-solicit the need for goods or services the Village will have 30 days "Solicitation Period" in which to accept the contemplated change order or terminate this contract. At any time after execution of this Agreement but prior to Contractor's delivery of the Goods or services,the Village reserves the right at its discretion to change,modify, revise add, or remove any part of its order for the Goods or services as described by this Agreement. If any such change to the Village's order causes an increase or decrease in the cost of the goods or services or causes a change in the time required for delivery of the goods or services, the Village shall make an equitable adjustment in the contract price, the delivery schedule, or both. Any change to the Village's order for the Goods and any subsequent equitable adjustment to the terms of this Agreement shall be effectuated through a written Amendment to this Agreement as executed by both Parties pursuant to Section 15. of this Agreement. 4. TERM; TERMINATION; NOTICE: This Agreement may be terminated by either party upon 30 days written notice to the other party. Notice shall be considered sufficient when sent by certified mail or hand delivered to the Parties during regular business hours at the following addresses: Village Contractor Village of Tequesta Centerline Drilling, INC_ 345 Tequesta Drive 1696 Old Okeechobee Road, 3-C Tequesta,FL 33469-0273 West Palm Beach, Florida 33409 Attn: Utilities Department ctrlinedrillinra!aol.com Page 2 of 8 5. INSURANCE: The Contractor shall provide proof of workman's compensation insurance and liability insurance in such amounts as are specified in Exhibit "A" and shall name the Village as an "additional insured" on the liability portion of the insurance policy. 6. INDEMNIFICATION: The Contractor shall at all times indemnify, defend and hold harmless the Village, its agents,servants,and employees,from and against any claim, demand or cause of action of whatsoever kind or nature, arising out of error, omission, negligent act, conduct, or misconduct of the Contractor, its agents, servants, or employees in the performance of services under this Agreement. Nothing contained in this provision shall be construed or interpreted as consent by the Village to be sued, nor as a waiver of sovereign immunity beyond the waiver provided in Section 768.28, Florida Statutes. 7. PUBLIC ENTITIES CRIMES ACT: As provided in Sections 287.132- 133, Florida Statutes, by entering into this Agreement or performing any work in furtherance hereof, the Contractor certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder,have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within thirty- six(36)months immediately preceding the date hereof. This notice is required by Section 287.I33(3)(a),Florida Statutes. 8. INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor is an independent contractor and not an employee of the Village. Both the Village and the Contractor agrees that this Agreement is not a contract for employment and that no relationship of employee-employer or principal-agent is or shall be created hereby, nor shall hereafter exist by reason of the performance of the services herein provided. 9. INSPECTOR GENERAL: Pursuant to Sections 2-421-2-432 of the Palm Beach County Code of Ordinances, the Office of the Inspector General has jurisdiction to investigate municipal matters, review and audit municipal contracts and other transactions,and make reports and recommendations to municipal governing bodies based on such audits, reviews,or investigations.All parties doing business with the Village shall fully cooperate with the inspector general in the exercise of the inspector general's functions, authority, and power. The inspector general has the power to take sworn Page 3 of 8 statements,require the production of records, and to audit,monitor,investigate and inspect the activities of the Village, as well as contractors and lobbyists of the Village in order to detect,deter,prevent,and eradicate fraud,waste,mismanagement,misconduct,and abuses. 10. E-VERIFY ELIGIBILITY: The Contractor warrants and represents that it is in compliance 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- Verify.gov) to electronically verify the employment eligibility of all newly hired workers; and (2) verify that all of the Contractor's subconsultants performing the duties and obligations of this Agreement are registered with and use the E-Verify System to electronically verify the employment eligibility of all newly hired workers.The Contractor shall obtain from each of its subconsultants an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an Unauthorized Alien, as that term is defined in Section 448.095(1)(k), Florida Statutes, as may be amended. The Contractor shall maintain a copy of any such affidavit from a subconsultant for, at a minimum, the duration of the subcontract and any extension thereof. This provision shall not supersede any provision of this Agreement which requires a longer retention period.The Village shall terminate this Agreement if it has a good faith belief that the Contractor has knowingly violated Section 448.09(1), Florida Statutes, as may be amended. If the Contractor has a good faith belief that the Contractor's subconsultant has knowingly violated Section 448.09(1), Florida Statutes, as may be amended, the Village shall notify the Contractor to terminate its contract with the subconsultant and the Contractor shall immediately terminate its contract with the subconsultant. In the event of such contract termination,the Contractor shall be liable for any additional costs incurred by the Village as a result of the termination. 11. SCRUTINIZED COMPANIES: For Contracts under $1M, the Contractor certifies that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes, and that it is not engaged in a boycott of Israel. The Village may terminate this Agreement at the Village's option if the Contractor is found to have submitted a false certification as provided under Section 287.135(5), Florida Statutes, if the Contractor has been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725,Florida Statutes, Page 4 of 8 or if Contractor is engaged in a boycott of Israel. For Contracts over Si M, the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes.The Contractor further certifies that it is not engaged in a boycott of Israel, and that it does not have business operations in Cuba or Syria, as similarly provided in Section 287.135, Florida Statutes. The Village may terminate this Agreement at the Village's option if the Contractor is found to have submitted a false certification as provided under Section 287.135(5), Florida Statutes or if the Contractor has been placed on one of the aforementioned lists created pursuant to Section 215.4725.Florida Statutes. Additionally, the Village may terminate this Agreement at the Village's option if the Contractor is engaged in a boycott of Israel or has been engaged in business operations in Cuba or Syria, as defined in Section 287.135,Florida Statutes. 12. ATTORNEY'S FEES: In the event a dispute arises concerning this Agreement,the prevailing party shall be awarded attorney's fees,including fees on appeal. 13. FORCE MAJEURE: The Contractor shall not be considered in default by reason of any failure in performance under this Agreement if such failure arises out of causes reasonably beyond the control of the Contractor or its subcontractors and without their fault or negligence. Such causes include, 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 governed and construed in accordance with the laws of the State of Florida, and venue shall be in Palm Beach County should any dispute arise with regard to this Agreement. 15. AMENDMENTS & ASSIGNMENTS: This Agreement, all Exhibits attached hereto, and required insurance certificates constitute the entire Agreement between both parties; no modifications shall be made to this Agreement unless in writing, agreed to by both parties, and attached hereto as an addendum to this Agreement. The Contractor shall not transfer or assign the provision of services called for in this Agreement without prior written consent of the Village. Page 5 of 8 16. PUBLIC RECORDS: In accordance with Section 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Scope of Services. Upon request from the Village's custodian of public records, the Contractor must provide the Village with copies of requested records,or allow such records to be inspected or copied, within a reasonable time in accordance with access and cost requirements of Chapter 119,Florida Statutes.A Contractor who fails to provide the public records to the Village. or fails to make them available for inspection or copying, within a reasonable time may be subject to attorney's fees and costs pursuant to Section 119.0701, Florida Statutes, and other penalties under Section 119.10, Florida Statutes. Further, the Contractor shall ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in Scope of Services are not disclosed except as authorized by law for the duration of the Agreement term, and following completion of the Agreement if the Contractor does not transfer the records to the Village. Finally,upon completion of the Agreement, the Contractor shall 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 the Contractor transfers all public records to the Village upon completion of the Agreement, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Agreement, the Contractor shall meet all applicable requirements for retaining public records. Records that are stored electronically must be provided to the Village, upon request from the Village's custodian of public records, in a format that is compatible with the Village's information technology systems. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE, Page 6 of 8 AT (561) 768-0685, OR AT intewillinms ui.tequesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469. 17. HEADINGS: The headings contained in this Agreement are provided for convenience only and shall not be considered in construing, interpreting or enforcing this Agreement. 18. SEVERABILITY: The invalidity or unenforceability of any provision of this Agreement shall not affect the validity or enforceability or any other provision of this Agreement and this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision is not contained herein. 19. WAIVER: No waiver by the Village of any provision of this Agreement shall be deemed to be a waiver of any other provisions hereof or of any subsequent breach by the Contractor of the same,or any 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 be deemed to render unnecessary the obtaining of the Village's consent to or approval of any subsequent consent or approval of,whether or not similar to the act so consented or approved. 20. ENTIRE AGREEMENT: This Agreement, including any Exhibits, constitutes the entire agreement between the parties; no modification shall be made to this Agreement unless such modification is in writing, agreed to by both parties and attached hereto as an addendum to this Agreement. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] Page 7 of 8 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first above written. WITNESSES: Centerline Drilling, INC. C:711111. -1-9,0t24J—/ , By: John Say President Centerline Drilling, INC. 9.S2D11/1) "f0411 7 ------ (Corporate Seal) VILLAGE OF TEQUESTA -1', ------- By: Mob .You4 Mayor ATTEST: e,s8 .\...... ............... AL i,...INco s-N,'c!..60•BPC:iitzi.-.fr?e--% RPORATEDi ti sKt )517-1 Lori McWilliams, MMC 4,%kl' 1,..'14/ D'i•'..." •';?,-, :.. ..4, 1. ..... .cre Village Clerk Page 8 of 8 EXHIBIT A Agreement (Contract) Between Owner and Contractor This Agreement (Contract) made this I g day of KAavC V , 2021 by and 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 (FEIN number) hereinafter designated as "the CONTRACTOR", in consideration of the mutual covenants hereinafter set forth agree as follows: ARTICLE 1. WORK. 1.1 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: 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 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 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. 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 SURFICIAL AQUIFER WELL 12A AND SURFICIAL WELLFIELD REHABILITATION PROGRAM (W2111) FOR THE TOWN OF JUPITER UTILITIES, JUPITER, FLORIDA ARTICLE 2. HYDROGEOLOGIST. 2.1 The Project has been designed by the following:JLA Geosciences, 1931 Commerce Way,suite 3,Jupiter, FL 33458. 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. ARTICLE 3. CONTRACT TIME. 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 of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 50 Contract for the base and additive alternate bids, respectively. Further, all work associated with the additive alternate must be completed between May 15 and September 15. A Notice to Proceed (NTP) will be issued for the base bid. Should the Owner elect to proceed with the additive alternate bid, 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: 365 calendar days from Notice to Proceed 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: 105 calendar days from Notice to Proceed 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 to 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 of all wells, submission of well completion reports, final well surveys and final acceptance by PBCHD. 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 Wells 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. 3.4 Unless extended or terminated,the period of performance of this CONTRACT shall commence upon the effective date of execution by the OWNER and continue for a period of 365 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 to Proceed is received from the OWNER. 3.5 Owner 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 Town'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 of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 51 extend the Contract with 90 days written notice to Owner. Owner is not obligated to extend the Contract. 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 or punitive damages. 3.6 The parties agree that the TIME IS OF THE ESSENCE, in the performance of each and every obligation under this CONTRACT. The CONTRACT may be changed only by a change order to the 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 in 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 of requiring 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 00/100 dollars ($750.00) for each day that expires after the time specified in Paragraph 3.1 for substantial completion until the Work is substantially complete, and Five Hundred 00/100 dollars ($500.00) for each day that expires after the time specified in Paragraph 3.1 from 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 retainage 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 date. 3.8 The provision of Liquidated Damages for delay shall in no manner affect the TOWN's right to terminate the CONTRACT. The OWNER'S exercise of the right to terminate 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 as said balance will cover. ARTICLE 4. 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 or implied 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 right to issue Work Orders as and when required for proposed work for any or all bid items or any combination thereof. Work under this Contract is subject to fiscal appropriation by the Jupiter Town Council in either or both the Town'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 in the table below. 4.3 The Owner reserves the right to purchase commodities/services specified herein through contracts established by other governmental agencies or through separate procurement actions due to unique or Town of Jupiter Utilities Construction of Surficlal Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 52 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 or prejudice to the Owner or to the Bidder. Anticipated Estimated Annual Funding Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program Contract(W2111) Term/Years Description Estimated Value Initial Term Well Rehabilitation & Investigation (CIP) $261,000 (1-year) Well Mechanical Repairs& Replacements (Operating, R&M) $60,000 Unanticipated Emergency Repairs $50,000 Well 12A Replacement(CIP) $275,000 Initial Term Estimated Total $646,000 1st Renewal Well Rehabilitation & Investigation (CIP) $269,000 (1-year) Well Mechanical Repairs& Replacements(Operating, R&M) $62,000 Unanticipated Emergency Repairs $50,000 15t Renewal Term Estimated Total $381,000 2"d Renewal Well Rehabilitation & Investigation (CIP) $277,000 Final Term Well Mechanical Repairs& Replacements (Operating, R&M) $64,000 (1-year) Unanticipated Emergency Repairs $50,000 2nd Renewal Term Estimated Total $391,000 Estimated Total Contract(3-years) $1,418,000 ARTICLE 5. PAYMENT PROCEDURES. 5.1 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 by the Town of Jupiter will be made 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 of CONTRACTOR'S Applications for Payment within 30 days of receipt of each 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 in Articles 2 and 15 of the General Conditions. 5.4 Progress payments will be made in an amount equal to 95% of the Work completed, and 95% of materials and equipment not incorporated in the Work but delivered and suitably stored, less in each Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 53 case the aggregate of payments 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 Conditions,OWNER shall pay the remainder of the Contract Price as provided in said Article 15 of the General Conditions unless liquidated damages are due. ARTICLE 6. 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 of the Drawings and Specifications and which have been identified in the 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. 7.4 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 CONTRACTOR. ARTICLE 8. 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 8.1(b) Table of Contents-Specifications&Appendices 8.1(c) Advertisement for Bids 8.1(d) Instructions to Bidders 8.1(e) Proposal 8.1(f) Contractor Safety Qualifications/Requirements(Including Contractor Safety Qualification Form) 8.1(g) Sworn Statement Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 54 8.1(h) Trench Safety 8.1(i) Bid Bond 8.1(j) Notice of Intent to Award 8.1(k) Notice of Award 8.1(I) Agreement(Contract) between OWNER and CONTRACTOR 8.1(m) Payment Bond 8.1(n) Performance Bond 8.1(o) Opinion of Town Attorney 8.1(p) Notice to Proceed 8.1(q) 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. 9.1 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 binds 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 Palm 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 Palm Beach County Code,Section 2-421-2-440. Failure to cooperate with the Inspector General or interfering with or impeding any investigation shall be in violation of Palm Beach County Code, Section 2-421 — 2-440, and be punished pursuant to Section 125.69, Florida Statutes, in the same manner as a second degree misdemeanor. Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 55 9.5 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 or allow the records to be inspected or copied within a reasonable time. 9.5(b) If a 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 be subject to penalties under s. 119.10. 9.5(d) IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 561-741-2270, BRITTANYG@JUPITER.FL.US, OR 210 MILITARY TRAIL,JUPITER, FL 33458. 9.6 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. 9.7 OFFER EXTENDED TO OTHER GOVERNMENT ENTITITES 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 Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 56 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 of the Contract Documents have been signed or identified by OWNER and CONTRACTOR. OWNER CONTRACTOR Town of Jupiter Centerline Drilling, Inc. 210 Military Trail 1696 Old Okeechobee Road#3C Jupiter, FL 33458 West Palm Beach, FL 33409 By. ? nmr//14.40Ap 41a 4 To cl R.Wodraska, Mayor j', Wk Jo Say,Jr., President Tr (TOWN SEAL) ." � �, �. ,, .. Z. (CORPORATE SEAL) _ iacoerosraue 1925 "' ATTEST 'go 00 ATTEST i..i.i %Ail/ iGNA �J-1 t �. T {esICIel.- -Satty-Boglar -Town Clerk PRINT NAME AND POSITION LcLu ek. C• Gb�t.tl � l j, 014ICe mCi m C e.C►•ezetr Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 57 � 0 _ U,o j nawrourro ' CONSTRUCTION OF SURFICIAL AQUIFER WELL 12A AND SURFICIAL WELLFIELD REHABILITATION PROGRAM (W2111) Bid Documents I 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 TABLE OF CONTENTS Technical Specifications Table of Contents 3 Invitation to Bid 5 Instructions to Bidders 7 Bid Proposal 21 Bid Schedule of Values 2 List of Subcontractors/Suppliers , 8 Qualification Requirements ` 9 Contractor Safety Qualifications/Requirements 17 Contractor Safety Qualification Form 19 Sworn Statement 22 Trench Safety 24 Bid Bond 25 Notice of Intent to Award 27 Notice of Award 28 Agreement(Contract)Between Owner and Contractor 29 Payment Bond 37 Performance Bond 41 Opinion of Town Attorney 45 Notice to Proceed(NTP)—Base Bid,Well Rehabilitation 46 Notice to Proceed(NTP)—Additive Alternate,Well 12A 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 Program(W2111) Page 2 Technical Specifications Table of Contents SECTION TITLE 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 Rehabilitation Program(W2111) Page 3 Technical Specifications Table of Contents (continued) SECTION TITLE DIVISION 4—TESTING/CHEMICAL TREATMENTS 04000 Pumping 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 1 Surficial 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 1 Well Construction Details(Surficial Aquifer) Exhibit 1 Well Location Map Exhibit 2 Well Location Map Water Treatment Plant Site Exhibit 3 Well Location Map Central Blvd Tank Site Exhibit 4 Well Location Map Jupiter Village Exhibit 5 Well Location Map Indian Creek and Loxahatchee 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 Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 4 .;)F J/44>fs *; : TOWN� OFJUPITER 'YORIO 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 Surficial Wellfield Rehabilitation Program(W2111) Until 2:00PM, Local Time, January 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 2:00PM Construction of Surficial Aquifer Well 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/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 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 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. Addendum No. 1 Construction of Surficial Aquifer Well 12A&Surficial Wellfield Rehabilitation Program(W2111) Page 11 of 12 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.demandstar.com or emailing demandstar@onvia.com. A virtual 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=bEIpT3NWVIB3NnY4czZMbi9aNIhKUT09. Alternatively, bidders can join the meeting by visiting https://zoom.us/join, 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 Demandstar.com. All questions should be directed to Rebecca Wilder, P.E. in writing, via email rebeccaw@jupiter.fl.us (include Project Name in the subject of the email)or by fax(561)747-5634.Emails should be delivered with a Read Receipt requested to confirm successful receipt by the 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 Council, 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 Welifield Rehabilitation Program(W2111) Page12of12 � I 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, detailed 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 project 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 completion 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 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 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. Bid Schedule of Values Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program (W2111) The following schedule of bid items has been developed to allow the Town to equitably evaluate bids. individual bid item unit costs will be used to establish the total cost of each scope of work developed to maintain, rehabilitate, and/or replace wells;work orders will be issued as 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 all 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 NN�1 //��77�� 1 Bonds and Insurance(Maximum Allowable 3%) LS 1 $ IG 3�O•l1) $ \cl3'J�gh�J •W 2 Indemnification LS 1 $100.00 $ 100.00 3 General Conditions 4 %of Sub-Total Base Bid,Well Rehabilitation Price(Items 5-47)* (Maximum Allowable 8%) LS 1 $D- UUO(1.50 $ d-41O09.5--D 4 Mobilization/Demobilization %of Sub- Total Base Bid,Well Rehabilitation Price(Items n 5-47)*(Maximum Allowable 8%) LS 1 $ [�f 4,O .5t' $ gli0Oci.50 �l Sub Total Base Bid,General(Item Nos.1-4) $��ly .00 BASE BID ITEMS,WELL REHABILITATION 5 Remove and Re-Install Pump Discharge rn1 Apparatus Each 6 $Li WO.� $ a1-1 000.CCD 6 Brushing and Swabbing of Well Screen, Riser or /� Casing Each 1 $ K C7 0 Q ^n -0,� S L•l X 7 Surfactant Treatment Gallon 500 $ 0 0 $ c 3U.0D 8 Surficial Aquifer Well Acidization Setup LS 2 $ 4 500•00 $ Cl MO. OD 9 Well Acidization with 32%HCI Gallon 2,000 $ 5.50 $ 11 Q00 •OQ 10 Remove Existing Screen and Riser Each 1 $ 41000 .00 $ LI 000 CO• I 11 Clean Out Open Hole to Total Depth Foot 50 $ ` •� $ 1500.�7 *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 Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 2 Bid Schedule of Values (Continued) Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program (W2111) Item Estimated No. Item Description Unit Quantity Unit Price Extended Value 12 Drill 6-Inch Diameter Pilot Hole to 200-feet, WI Geophysical Logging and Abandonment. LS 1 $ I O i W ICED $ I t)1 ba0, 00 13 Furnish,Install,and Grout In Place 30-inch 7� Steel Surface Casing to 50-feet FT 50 $ 3 -0.OD $ a A1500100 14 Drill Nominal 28-inch Diameter Borehole Using �r� Mud Rotary Method FT 70 $ 150.00 $ 10 500.00 15 Furnish and Install 20-Inch Diameter Schedule 40 PVC Well Casing FT 120 $ I( 5,0D 00 �$ I 5 . w 16 Cement Grout 20-inch Diameter Schedule 40 94 lb.PVC Well Casing In Place sack 250 $ 05.00 $ LOD 0. 00 17 Drill Nominal 12-Inch Diameter Borehole to /� 160-feet Using Reverse Air Method FT 40 $ 1.D.000 $ f_50CV .00 18 Furnish and Install 6-inch Diameter 316 Stainless Steel Screen and Riser. Foot 100 $ LOO.On $ Gam, OD 19 Furnish and Install 12-inch Diameter 316 Stainless Steel Screen Foot 40 $ 1 n .a) $ S000.CO 20 Furnish and Install 12-inch Diameter SDR17 T� �� Certa-Lok PVC Riser Casing Foot 120 $ I IU�i DC) $ 15C .OJ Cubic �V� 21 Furnish and Install Gravel Pack for Well Screen Foot 200 $ 3o ,OD $ . OCR 22 Drill nominal 19-inch Diameter Borehole Using nn y Reverse Air Method Foot 40 $ 1 C1► J,0D $ ^M C , 23 Furnish and Install Gravel Back Plug for 12-inch Cubic �h Diameter Liner Placement Foot 200 $ Z ,OD $ (LOCO. OD 24 Furnish and Install 12-inch Diameter Schedule 40 PVC Liner Foot 50 $ 100. OCR $ .3- o.Co 94 lb. nn 25 Cement Grout Sk 100 $ 9.5, t�/-� $d J co. Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 3 Bid Schedule of Values (Continued) Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program (W2111) Item Estimated No. Item Description Unit Quantity Unit Price Extended Value 26 Drill Out Gravel Back-Plug Foot 75 $ aO.`) $ 15oD.OD 27 Airlift Development Hour 200 $ Q95•6o $ 115000.da 28 Jetting with Simultaneous Airlift Development Hour 50 $ OD5•00 $ I I1 5b. 60 1 29 Pump Development Hour 200 $ Qb0•OD $ L/0 MD.IAD 30 Step Rate Test Hour 10 $ `a()0.on $ GG,0-cu 31 Well Disinfection Each 6 $ C15 ) •CXD $ 51oo ADO 32 Bacteriological Sampling and Testing Each 10 $ ` Oa $ . 00 33 Remove and Reinstall Transfer Pump/HSP Including Disinfection Each 1 $ I 5b0.f $ jI 5c o.00 `7 34 Certified Welding Services Hour 20 $ 0 .00 $ I Soo.00 35 Flow Meter Calibration Services Each 2 $ —(�5(). CO $ 5c0•OD 36 Major Site Restoration Each 2 $ 1-5 Ci,OD $ i 5(0 .0D 37 Minor Site Restoration Each 3 $ a OD. a) $ to co•c3 38 Downhole Video Each 6 $ 1 500.00 $ % •00 39 Extra work by Drilling Crew(Foreman and one Crew Member)with Equipment Hour 10 $ (-K•CO $ i 150• 40 Extra work by Drilling Crew(Foreman and one n Crew Member)without Equipment Hour 40 $ 5 0 •� $ d0O0' CO 41 Standby Time,Rig and Crew onsite Hour 10 $ 5 .0D $ 50.OD 42 Standby Time,Rig and Crew offsite Hour 10 $ 4 00 $ ' OD 43 Pump/Motor Retrieval Hour 10 $ I IS OD $ 1 -56.00 Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 4 Bid Schedule of Values (Continued) Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program (W2111) Item Estimated No. Item Description Unit Quantity Unit Price Extended Value 44 Unidentified Parts Allowance LS 1 $75,000.00 $ 75,000.00 45 Disassembly and Inspection of Pump Each 6 $ S5O .DQ $ (9I DO'CD 46 Pump/Motor Maintenance in Shop Hour 25 $ 1 D•DC) $ of 5d 47 Licensed Electrician Services Hour 10 $ I So .00 $ I SUtt,c0 Sub-Total Base Bid,Well Rehabilitation Price:(Item Nos.5-47)_ $385, O5O.O© Total Base Bid Price:(Item Nos.1-47)= $ 4 50I j✓9q,60 Item Estimated No. Item Description Unit Quantity Unit Price Extended Value ADDITIVE ALTERNATE BID ITEMS,WELL 12A CONSTRUCTION(OPEN HOLE SCENARIO) 48 Mobilization/Demobilization(Well 12A) (Not to Exceed 10%of Well 12A Construction ntv� ,v, Cost) LS - 1 $ 15000•W $ lam. 49 Drill 6-Inch Diameter Pilot Hole to 200-feet, Geophysical Logging and Abandonment. LS 1 $ 10,WO'00 $ 10,0W•00 1 50 Furnish, Install,and Grout In Place 30-inch Steel Surface Casing to 50-feet FT 50 $ 5 r�Up- - O► 0.CO $ �0' W 51 Drill Nominal 28-inch Diameter Borehole Using Mud Rotary Method FT 70 $ 1150.©D $ I VI 7•0 52 Furnish and Install 20-inch Diameter Schedule 40 PVC Well Casing FT 120 $ 1 1nn A5,0) $ I 5oDo.OD 53 Cement Grout 20-inch Diameter Schedule 40 94 lb. nr� $ ������ PVC Well Casing In Place sack 250 $ c�•5.0D 54 Drill Nominal 12-Inch Diameter Borehole to 160-feet Using Reverse Air Method FT 40 $ I(�d 5,CO $ 500.00 Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 5 Bid Schedule of Values (Continued) Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program (W2111) Item Estimated No. Item Description Unit Quantity Unit Price Extended Value 55 Formation Water Disposal System(Well 12A) Each 1 $ (I AU•00 $.1( 000, QC 56 Airlift Development Hour 200 $ 9a5.06 $ 4 5Ooo.Qo 57 Pump Development Hour 200 $ Vd r $ '-t00c• Wm 58 Step Rate Test Hour 10 $ dtD,CO $ pQQ0• 00 59 Downhole Video Each 1 $ '5o0.w $ 15o0, 00 60 Well Disinfection and Bacteriological Testing y� (Well 12A) LS 1 $ ( '��y O .0) $ /az ob 61 Well Water Quality Sampling(Well 12A) LS 1 $ L0O0• Cb $ 0o d0 62 Well Abandonment(Well 12) LS 1 $ 1500.OD $ 1 5000.00 63 Final Temporary Wellhead(Well 12A) LS 1 $ 5610 00 $ 5000. 00 64 Site Restoration(Well 12A) Each 1 $ 5000,06 $ 5cob.(DO TOTAL ADDITIVE ALTERNATE,WELL 12A(OPEN HOLE SCENARIO)BID PRICE:(ITEM NOS.48-64)_ $ G! (, 1 5b•00 *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 Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Welifield Rehabilitation Program(W2111) Page 6 Bid Schedule of Values (Continued) Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program (W2111) BID PRICE SUMMARY Total Base Bid,Well Rehabilitation Price:(Item Nos. 1-47)= $ 45c)395.op Total Base Bid,Well Rehabilitation Price(Items 1-47)in Words: Fig( Ilus‘oved, .F� �y n,ne} Inc( -three- hLtoJ(ed co(-)-y r1 rye. O°1iou Total Additive Alternate Bid Well 12A(Open Hole Scenario**)Price:(Item Nos.48-64)= $ 93I, 750.06 Total Additive Alternate Bid Well 12A(Open Hole Scenario**)Price:(Item Nos.48-64)in Words: - o hu�c ly eak ,('\y one o„Lscknct c3e.ien l-.iocit C,c u)/i tz� MUST CHECK ONE OF THE FOLLOWING: BACTERIOLOGICAL CLEARANCE LABORATORY 0 Approved State Department of Health Laboratory(DOH Certified) 5W Town of Jupiter Utilities Laboratory(DOH Certified)-Use 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 responsible to utilize DOH Certified laboratory for work 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 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 render 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(2%)of the prime contractor's total bid. 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 N/A -- 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 Jupiter Utilities Construction of Surficlal Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 8 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 Project. 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 this Contract before the Contract is awarded. Protect Manager's:Name: John Say, Jr. 35 years Years of Experience in this type of work: Years of Experience as a Project Manager in this type of work: 18 years 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 Construction of Surficial Aquifer Well 12A and Surficial Wellrield Rehabilitation Program(W2111) Page 9 Qualification Requirements (Continued) As Bidder,we certify the following: (1) NAME&LOCATION OF PROJECT: City of Coral Springs Water Supply Well Rehabilitation Supply Wells throughout the City of Coral Springs VALUE AND SCOPE OF WORK: $250,000.00 per year- 2 year contract Water Supply Well Rehabilitation BIDDER WAS: [�] PRIME CONTRACTOR [ ]PRIME CONTRACTOR (CHECK ONE) NAME OF BIDDER'S PROJECT MANAGER: John Say, Jr. / Matthew Smith DATE OF NOTICE TO PROCEED/CONTRACT START: 07/20/2016 OWNER OF PROJECT: City of Coral Springs OWNER CONTACT NAME: Alavn Jones OWNER PHONE NUMBER: 954-345-2162 OWNER EMAIL: ajones@coralsprings.org OWNER ADDRESS: 3800 NW 85th Avenue Coral Springs, Florida 33065 ADDITIONAL INFORMATION: Renewed for 2 more terms from 2018 - 2020 and 2020 to 2022 SPACE INTENTIONALLY LEFT BLANK. PROCEED TO NEXT PAGE. Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 10 Qualification Requirements (Continued) (2) NAME&LOCATION OF PROJECT: Solid Waste Authority Wells for Solid Waste Authority of Palm Beach VALUE AND SCOPE OF WORK: $184,317.00 - Well Rehabilitation BIDDER WAS: [VI PRIME CONTRACTOR [ j PRIME CONTRACTOR (CHECK ONE) NAME OF BIDDER'S PROJECT MANAGER: John Say Jr. / Matthew Smith / Dean Federer DATE OF NOTICE TO PROCEED/CONTRACT START: 02/01/2019 OWNER OF PROJECT: Solid Waste Authority OWNER CONTACT NAME: Jamie R. Sullivan, PG OWNER PHONE NUMBER: 561-640-4000 - Ext 4632 OWNER EMAIL: jsullivan@swa.org OWNER ADDRESS: 7501 N Jog Road West Palm Beach, Florida 33412 ADDITIONAL INFORMATION: SPACE INTENTIONALLY LEFT BLANK. PROCEED TO NEXT PAGE. Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Welifield Rehabilitation Program(W2111) Page 11 Qualification Requirements (Continued) (3) NAME&LOCATION OF PROJECT: CSID Well #5 Re-Development 10100 N.W. 6th Street Coral Springs, FL 33065 VALUE AND SCOPE OF WORK: $32,668.00 / Re-development of Well #5 Sub BIDDER WAS: [ ] PRIME CONTRACTOR [V] PRIME CONTRACTOR (CHECK ONE) NAME OF BIDDER'S PROJECT MANAGER: John Say, Jr. / Dean Federer DATE OF NOTICE TO PROCEED/CONTRACT START: September 2019 OWNER OF PROJECT: Coral Springs Improvement District OWNER CONTACT NAME: Rick Olson, P.E. OWNER PHONE NUMBER: 561-997-6433 / 954-647-9530 rolson@globaltechdb.com OWNER EMAIL: OWNER ADDRESS: 6001 Broken Sound Parkway NW Suite 610 Boca Raton, Florida 33487 ADDITIONAL INFORMATION: SPACE INTENTIONALLY LEFT BLANK. PROCEED TO NEXT PAGE. Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 12 Qualification Requirements (Continued) (4) NAME&LOCATION of PROJECT:The Fort Lauderdale Aquatic Center 501 Seabreeze Blvd. Ft Lauderdale, Florida 33316 VALUE AND SCOPE OF WORK: $155,914.00 / Supply Wells, Injection Wells, and Pump and Motor Sub BIDDER WAS: [ ] PRIME CONTRACTOR [\ ] PRIME CONTRACTOR (CHECK ONE) NAME OF BIDDER'S PROJECT MANAGER: John Say, Jr. DATE OF NOTICE TO PROCEED/CONTRACT START: 06/.t 1 0/1 9 & 06/1 5/20 OWNER OF PROJECT:City of Ft, Lauderdale OWNER CONTACT NAME: Mike (M.J.) Jaques OWNER PHONE NUMBER: 941-474-9306 OWNER EMAIL: install@symbiontservice.com OWNER ADDRESS: 4372 N Access Rd 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 Wellfield Rehabilitation Program(W2111) Page 13 Proposal (Continued) If awarded the Contract, the undersigned agrees to execute the attached Agreement/Contract 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 Rehabilitation(Base Bid)Scope: (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 12A(Additive Alternate Bid)Scope: (Applies to all Work associated with Abandonment of Well 12 and Construction of 12A): Substantial Completion: 105 calendar days from Notice to Proceed Final Completion: 135 calendar days from Notice to Proceed The undersigned understands the Contract 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,order materials, receive deliveries, complete all Work required of the Contract,and to close out the Contract. There is enclosed a bid guarantee consisting 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 and site visits performed,as necessary to provide a comprehensive bid.The undersigned acknowledges receipt of 1 (insert number)Addenda for this project. The undersigned furthermore agrees that, in case of failure on undersigned's part to sign said contract and provide required bonds, power of attorney's, and insurance within (15)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 Bid 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 provide the Town of Jupiter with the information required to make 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 "Instructions 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 Surficial Aquifer Well 12A and Surficial Wel!field Rehabilitation Program(W2111) Page 14 I � 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 justifying its termination. Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Welifield Rehabilitation Program(W2111) Page 15 The undersigned states that this bid 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 1696 Old Okeechobee Road #3C. West Palm Beach, Florida 33409 BUSINESS TELEPHONE 561-615-0988 FIRM'S FEIN 42-1551177 SIGNATURE OF RESPONSIBLE OFFICIAL -: PRINT NAME AND TITLE John Say, Jr., President EMAIL ADDRESS OF RESPONSIBLE OFFICIAL ctrlinedrilling@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 BLANK. PROCEED TO NEXT PAGE. Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surliclal Welifield Rehabilitation Program(W2111) Page 16 Contractor Safety Qualifications/Requirements 1. APPLICABILITY Any contractors performing maintenance, repair, turnaround, major renovations, or specialty work on 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 CRF 1910.119(h)). CONTRACTOR SHALL SUBMIT A COMPLETED COPY OF THE ATTACHED "CONTRACTOR SAFETY QUALIFICATION FORM" WITH THEIR BID. FAILURE TO INCLUDE THIS FORM WITH THE BID IS GROUNDS FOR DISQUALIFICATION. 2. 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 toxic 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 • Lockout/tagout Program • Control over entry into regulated(i.e.hazardous)process areas • Hot Work Permit (C) Evaluating a Contractor's Performance 1. Evaluate the contractor's performance in fulfilling their requirements under this regulation. 3. CONTRACTOR RESPOSIBILITY (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, date of the training, and means used to verify that the employee understood the training. (B) Assure that each of the contractor's employees are instructed in the known potential fire,explosion, or toxic release hazards related to his/her job and the process, and the applicable provisions of the emergency response plan. Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and 5urficial Wellfield Rehabilitation Program(W2111) Page 17 (C) Assure that Contractor's employees and subcontractor's/laborers 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 subcontractor's and laborers are trained In their work practice to safety perform their jobs. 4. CONTRACTOR SUBMITTALS (A). Training Certification Prior to the commencement the contractor shall certify In writing to the Owner that those employees involved In work on or around the hazardous chemical process at the Jupiter Water 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 • Contents of training • Date of training • 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 Contractor's 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 have not received the training from the job site until such time as the training Is obtained. Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Welifleid Rehabilitation Program(W2111) Page 18 _ j Contractor Safety Qualification Form SECTION 1: COMPANY INFORMATION Company Name: Centerline Drilling, Inc. Address 1: 1696 Old Okeechobee Rd. Address 2: #3C City,State,Zip:West Palm Beach, Florida 33409 Telephone No.: 561-615-0988 Fax No.: 561-429-8107 SECTION 2: NAME(S)AND RELATIONSHIPS OF PARENT COMPANY,AFFILIATES,SUBSIDIARIES,PARTNERS Company Name: N/A Address: N/A City,State,Zip: N/A Relationship: N/A Company Name: N/A Address: N/A City,State,Zip: N/A Relationship: N/A SECTION 3: INSURANCE COVERAGE 3.1 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's Compensation Insurance 3.2 How long have you been covered by your current provider of Workman's Compensation Insurance? 12/04/2012 3.3 List the Experience Modification Ratio(EMR)that has been applied to your company's workman's compensation insurance policy for the past five years: Year Intrastate EMR Interstate EMR Comments 2018 .98 N/A See Attached Letter 2019 .98 N/A 2020 .98 N/A Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfleld Rehabilitation Program(W2111) Page 19 Contractor Safety Qualification Form (Continued) 3.4 List the contact information for an insurance broker who can verify your EMR's: Name: Howard Leasing, Inc. - Sondra Kelley Address 1: 6302 Manatee Avenue West Address 2: Suite K City,State,zip:Bradenton, Florida 34209 Telephone No.:941-761-7704 If you do not have an EMR,please explain: SECTION 4:INJURY AND FATALITY INFORMATION 4.1 Please transfer the numbers and rates of injuries and illnesses from your firm's OSHA No.200 Logs to the table below: Year: 2018 Year: 2019 Year: 2020 Statistic No. Rate No. Rate No. Rate Lost Workday Cases 0 0 0 0 0 0 Restricted Workday 0 0 0 0 0 0 Cases Medical Treatment 0 0 0 0 0 0 (not First Aid)Cases Total Illness Cases 0 0 0 0 0 0 Total Recordable 0 0 0 0 0 Cases 0 Fatalities 0 0 0 0 0 0 4.2 If your company has had fatalities in the past three years include location,cause and corrective actions in the space below: N/A Town of Jupiter Utilities Construction of Surflclal Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 20 7 Contractor Safety Qualification Form (Continued) SECTION 5:SAFETY MEETINGS 5.1 Do you require that documented safety meetings be held for: - Field Supervisors?'Yes_No Frequency: Weekly - Employees?4/'es_No Frequency: Weekly - New Hires?. /Yes No Frequency: at the time of hire - Subcontractors?,NZ Yes No 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 visit 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 Aid procedures and instructions, Safety awareness policy, employee acknowledgment and warning forms. accident investigation report and instructions for completing the accident report, record keeping procedures. table of contents 7.2 Please give the name and telephone number of your company's health and safety officer,if any: Name: John Say. Jr. Title: President 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 after reasonable inquiry,the information submitted is true,accurate,and complete. Name(print): John Say. Jr. Title: President Signature: Date: I I I�a ' Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfleld Rehabilitation Program(W2111) Page 21 Sworn Statement PURSUANT TO SECTION 287.133(3)(a),FLORIDA STATUES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS, 1. This sworn statement Is submitted to Town of Jupiter [print name of the public entity] by John Say, Jr. President [print Individual's name and title] for Centerline Drilling, Inc. [print name of entity submitting sworn statement] whose business address is 1696 Old Okeechobee Road#3C West Palm Beach, Florida 33409 and (if applicable) its Federal Employer Identification Number (FEIN) is: 42-1551177 (If the entity has no FEIN, include the Social Security Number of the Individual signing this sworn Statement: .) 2. I understand that a "public entity crime" as defined in Paragraph 287,133(1)(g), Florida Statutes, 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 States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that"convicted" or "conviction" as defined in Paragraph 287.133(1)(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 state 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 nolo contendere. 4. I understand that an"affiliate"as defined in Paragraph 287.133(1)(a),Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime: or 2. 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 term 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 Construction of Surficial Aquifer Well 12A and Surficial Wellfleld Rehabilitation Program(W2111) Page 22 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws 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 term "person" includes those officers, directors, executives, partners, shareholders,employees,members,and agents who are active in management of an entity. 6. Based on information and belief, the statement which I 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 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 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. [attach a copy of the final order] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1(ONE)ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND,THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED, I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. gnature] Sworn to and subscribed before me this day of 't &\CLl(t-' 'Dog Personally known C)I() ca-21l..rrl JtQ . OR Produced identification Notary Public—State of V ICX-\Ck My co mission e ires %1 IG t'10 Jobk/k—( •ty%, KIM FEDERER 1 ���" .. .• tSSldttGG 930923 (Printed typed or amped commissioned name notary public) ta' �? EXPIRES:Novemberl2,2023 .9r!t°•'' Banded Thru Notary Pub4o Underwrflen Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfleld Rehabilitation Program(W2111) Page 23 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 UNITS OF EXTENDED MEASURE(LF, UNIT UNIT DESCRIPTION SY) (QUANTITY) COST COST A Sloping LF 1 2.00 2.00 B. C. D. Failure to complete the above may result in the bid being declared non-responsive. SPACE INTENTIONALLY LEFT BLANK. PROCEED TO NEXT PAGE. Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 24 Bid Bond *This page should be clearly marked with a tab for easy identification during the bid opening process. Bidder Surety Name: Centerline Drilling, Inc. Name: The Ohio Casualty Insurance Company Phone: 561-615-0988 Phone: 772-822-5610 Address(principal place of business): 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 Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111)17403 Central Address(principal place of business): Blvd., Town Hall Water Treatment Plant Jupiter, Florida 210 Military Trail 17403 Central Blvd. Jupiter,FL 33458 Jupiter,FL 33458 Bid Due Date: January 13,2021 Bond Number: BB04213 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 Casu Ity surance Cori any (Full formal name of Bidder) Full rm nam f Sure corporate seal) By By: v-- ure (Signature)(Attach Power of Attorney) Name: John Say R. John ,1c. Name: Robert Barra (Printed or typed) (Printed or typed) Title: Title: President _ Attes QQ)£.f_C�( Attest: (Signature) (Signo ure) Name: In'1 �Pc�cr�� Name: C ),V r• S 11vp„-)g (Printed or typed) (Printed or ty ed) Title: k.A7t-++0€`',Z Title: Witness Notes:(1) Note:Addresses ore to be used for giving any required notice. (2) Provide execution by any additional parties,such as joint venturers,if necessary. Town of Jupiter Utilities Construction of Surflcial Aquifer Well 12A and Surficial Welifield Rehabilitation Program(W2111) Page 25 This Power of Attorney limits the acts of those named herein,and they have no authority to we r., bind the Company except In the manner and to the extent herein stated, l.k., Liberty Liberty Mutual Insurance Company 1A*` Mutual. The Ohio Casualty Insurance Company Certificate No:8201618-987581 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company Is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the Stale of Indiana(herein collectively called the'Companies'►,pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Robert Barra all of the city of Coral Springs slate of FL each individually if there be more than one named,Its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,In pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president 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 authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 24th day of July , 2019 . Liberty Mutual Insurance Company The Ohio Casualty Insurance Pc tN,4„.1y0 yJPGoavory„'Pgy 4P��oRU,Rgec, West American Insurance Companyany ;. J oavo s1912 0 0 =1919� � s 1991 0 e /� to o -J (�i tin ui rd'14.1crn14�D yO ki.pS`o-t Y rNOlaa�a$ 4,14/ r ' • N N �67> * tit -h'1 ♦ 0- ss41 * dad By: •- c David M.Carey,Assistant Secretary O -m State of PENNSYLVANIA >. o County of MONTGOMERY sS re N cn c 0 or On this 24th day of July , 2019 before me personally appeared David M.Carey,who acknowledged himself lobe the Assistant Secretary of Liberty Mutual Insurance 0 o 2 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes= cur> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 8 w a)z IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. (,.,>,a C'� P PA.S QO (r) no 0 (1;:s ,,nN1,ts�C� COMMONWEALTH OF PENNSYLVANIA 1;l1Ail Qo� ,.7 Notarial Seal `�--DOr Teresa Poslana,Nalary Pubiie //,, /��-�� I0 N Upper&tenonTwp.,Montgomery Canty By: K�L � alommission Expires Meith 28.2021 co elm ?��avtrsa`�' M er,PPennsyly�Aauoabon a Noliulas sa Pastella,Notary Public a o co ,_a) rn5? c a) This Power of Attorney is made and executed pursuant to and by authority of the following Bylaws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual I6 o c Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o ai E 1 AARTICLE IV-OFFICERS:Section 12.Power of Attorney. o 2 Any officer or other official of the Corporation authorized for that purpose In writing by the Chairman or the President,and subject to such limitation as the Chairman or the m v > President may prescribe,shalt appoint such attomeysin-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o aces any and all undertakings,bonds,recognizances and other surety obligations.Such attomeysLrefact,subject to the limitations set forth in their respective powers of attorney,shall o N have full power to bind the Corporation by their signature and execution of any such Instruments and to attach thereto the seal of the Corporation.When so executed,such,N Z Instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-In-fact under the €on provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. c 0 ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. m Any officer of the Company authorized for that purpose in writing by Ore chairman or the president,and subject to such limitations as the chairman or the president may prescribe,1—,- shall appoint such attorneys-in-fact,as may be necessary to act In behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, 1 bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth In their respective powers of attorney,shall have full power 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. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. 1 Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall bo valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing Is a full,true and correct copy of the Power of Attorney executed by said Companies,Is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 13 day of January , 2021 . vt Ncs {Y INso IHSRo,,• oR �raS. c,01° R, m 1912 `n 1919 , s 1991 . e...e4f�By:d,0 �a� yoHN�ee � a ro $s,, � A Renee C.Llewellyn,Assistant Secretary ecretary7* * �d M . a LMS•12873 LMIC OCIC WAIC Multi Co_oezo18 Bid Bond (continued) 1. 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 Bidder's 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. 2. 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. 3. 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 3.2. 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). 4. 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. 5. 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. 6. 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. 7. 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. 8. 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 mall, return receipt requested, postage pre-paid, and will be deemed to be effective upon receipt by the party concerned. 9. 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, seal,and deliver such Bond and bind the Surety thereby. 10. 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. 11. The term"Bid"as used herein Includes a Bid,offer,or proposal as applicable. Town of Jupiter Utilities Construction of Surficial Aquifer Well 12A and Surficial Wellfield Rehabilitation Program(W2111) Page 26 e`9t ) �OWARD TEASING 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 am writing this letter in response to your organization's request for Workers' Compensation Experience Modification Rating (EMR). Howard Leasing Inc., had an EMR 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: Rating Effective Date EMR January 1,2021 .98 Sincerely, Sondra Kelley Director of Risk Management Cc: File AC o® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) L.----- 3/23/2020 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 BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the pollcy(les)must have ADDITIONAL INSURED 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 rights to the certificate holder In lieu of such endorsement(s), PRODUCER CONTACT Blackadar Insurance Agency, Inc. PHONE Ella Nuiph FAX 1436 N Ronald Reagan Blvd Sac Nfl •407-831-3832 (ac,No):407-830-4681 Longwood FL 32750 ADDRESS: ella@biackadar.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Depositors Insurance Company 42587 _ INSURED CENTORI.01 INSURER B: Centerline Drilling, Inc INSURERC: 1696 Old Okeechobee Rd Suite 3C INSURERD: West Palm Beach FL 33409 INSURERS: INSURER F: COVERAGES CERTIFICATE NUMBER:431731708 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ EXP LTR TYPE OF INSURANCE INSD 9WVBDR POLICY NUMBER (MM//DDmYY) IMMDINYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY ACP3028715557 3/28/2020 3/28/2021 EACH OCCURRENCE S 1,000,000 _ DGE I CLAIMS•MADE I X 1 OCCUR PREMISESJEaEocccTurrenco) S 100,000 MED EXP(Any ono person) S 5,000 _ _ PERSONAL&AOV INJURY S 1,000.000 GENL AGGREGATE LIMIT APPLIES PER; GENERAL AGGREGATE S 2,000.000 POLICY I X 1 jE 4 I X 1 LOC PRODUCTS•COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY ACP3028715557 3126/2020 3(26/2021 COMBINED SINGLE LIMIT s 1,000,000 NCO a.seddent) X ANY ALTO BODILY INJURY(Per person) S OWNED SCHEDULED BODILY INJURY(Por accident) $ AUTOS ONLY _ AUTOS - X x HIRED NON•OWNED PROPERTY DAMAGE S AUTOS ONLY AUTOS ONLY ,(Por ac k1ont) PIP S 10,000 UMBRELLA LIAB OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS•MADE AGGREGATE S I DED I RETENTIONS S WORKERS COMPENSATION AND EMPLOYERS'UABILITY I STATUTE ER Y I N ANYPROPRIETORIPARTNERIEXECUTIVE I ) N/A E.L.EACH ACCIDENT $ D7 OFFICER/MEMBEREXCLUDE (Mandatory In NH) E.L.DISEASE•EA EMPLOYEE•,S __ II yes,doeaibo under DESCRIPTION OF OPERATIONS bolow E.L.DISEASE-POLICY LIMIT S DESCRIPTION OF OPERATIONS I LOCATIONS!VEHICLES(ACORD 101,Additional Remarks Schedule,may bo attached II moro 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 written contract. The Town of Jupiter.Florida is Additional Insured with regard to General Liability and Business Auto when required by written contract. 30 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. Attn:Amanda Z.Barnes, P.E. 210 Military Trail AUTHORIZEDR RESENTATIVE Jupiter FL 33458 //Q> ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD A�® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDAYYY1) 4/28/2020 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 BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the poilcy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER SUNZ Insurance Solutions, LLC. ID:(Howard) CNAMEACT Sondra Kelly c/o Howard Leasing, Inc, PHONE FAX 941-761-7704 (Arc,Noy 941-761-7706 Bradenton,6302 Manatee 34209Ave W AADDRESS: skelley@howardleasinginc.com FL INSURER(SIAFFORDINGCOVERAGE NAICN INSURER A: SUNZ Insurance Company 34762 INSURED INSURERS: Howard Leasing, Inc Howard Leasing II, LLC.Howard Leasing III Inc.; INSURER C: Howard Leasing IV, Inc.Howard Leasing V, Inc. INSURER CI: _ 6302 Manatee Avenue West,Suite K INSURER E: Bradenton FL 34209 INSURER F: COVERAGES CERTIFICATE NUMBER: 55242739 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AL TYPE OF INSURANCE TI SUER POLICY EFF POLICY EXP LIMITS LTR MD WVD POLICY NUMBER (MM/DP/YYYY) IMM/DD/YYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S CLAIMS•MADE OCCUR PREMISES(Ea�ocarrT� $ MED EXP(Any one person) S___ __. PERSONAL&ADV INJURY S OEN'L AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE 3 POLICY JET HLOC PRODUCTS•COMP/OP AGO 3 OTHER: S AUTOMOBILE LIABILITYCOMBINED SINGLE LIMIT $ (Ea ac,dclItI) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY — AUTOS BODILY INJURY(Per ecddonq S HIRED NONOWNEO PROPERTY DAMAGE S _AUTOS ONLY AUTOS ONLY (Per accident) S UMBRELLALIAB OCCUR EACH OCCURRENCE S EXCESSLIAB CLAIMS-MADE AGGREGATE S DEO RETENTIONS S A WORKERS COMPENSATION WC013-00001-020 5/1/2020 5/1/2021 i I STATUTE I W- AND EMPLOYERS'LIABILITY YIN WC013-00001-019 5/1/2019 5/1/2020 ANYPROPRIETOR/PARTNERfEXECOTIVE E.L.EACH ACCIDENT 31,000,000 • OFFICER/MEMBEREXCLUDEDT I N I NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S1,QQ0000 It yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE•POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS(VEHICLES(ACORD 101,Additional Remarks Schedule,may be eltechad If more space Is required) Coverage provided for all leased employees but not subcontractors of:Centerline Drilling,Inc Location Effective: 12/4/2012 Email to:ctrlinedrllling@aol.com CERTIFICATE HOLDER CANCELLATION 1237 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Town of Jupiter THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn:Amanda Z.Barnes,P.E. ACCORDANCE WITH THE POLICY PROVISIONS. 210 Military Trail Jupiter, FL 33458 AUTHORIZED REPRESENTATIVE . I Rick Leonard ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 552427)9 i Houard Leasing PE0 017 MASTER CERT I Rosemary Young 14/20/2020 5,54,71 PH (EDT) I Page 1 of 1 i Westchester A Chubb Company Westchester Environmental Quote—Option 1 Q2423991 Q2021 Date: January 7, 2021 Producer: Potential Insured: RT SPECIALTY LLC Centerline Drilling, Inc. 380 PARK PLACE BOULEVARD SUITE 1696 Old Okeechobee Road, Suite 3C 175 CLEARWATER, FL 33759 West Palm Beach, FL 33409 Attention: Paula Ross Email: paular@atlanticspecial.com Please read this proposal carefully, as the limits, coverage and other terms 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 data voids this proposal. Company: Westchester Surplus Lines Insurance Company-AM Best Rating A++XV Coverage: Contractors Pollution Liability Coverage Form-Occurrence Limits of Liability: Deductible: Deductible Basis: Retroactive Date: Contractors Pollution Each Pollution Not Liability-Each Pollution $1,000,000 $2,500 Condition Applicable Condition General Aggregate: $2,000,000 (The most the insurer will pay for the sum of damages under all Coverage Parts) Policy Period: 1/7/2021 - 1/7/2022 Exposure: $1,100,000 Premium: $1,480 Rate: Flat/Non Auditable TRIA Premium Charge: $250 (Includes TRIA Premium Charge-Any request to reject Total Premium: $1,730 TRIA coverage must be submitted to the underwriter prior to binding.See Attached TR/A disclosure.). Premium: 1,480,plus 75.policy tree,77.75 taxes =1,632.75 Covered Locations: Not Applicable TRIA A/Pis: 250.plus 12.50 taxes Insurance Company Forms: ENV-1200 (03/10) 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 ENV-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 (04/20) Mold Sublimit Endorsement-Contractors Pollution Liability ENV-3239 (11/16) Policy Changes Endorsement ENV-3244 (04/18) Catastrophe Management Coverage Endorsement ENV-3250 (12/18) Additional Insured Endorsement-Ongoing Work Or Operations ENV-3251 (12/18) Additional Insured Endorsement-Products-Completed Operations Hazard ENV-3253 (12/18) Primary And Noncontributory-Other Insurance Condition ENV-5100 (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 SL-44730a (01/16) Service of Suit Endorsement-Florida TR-51520a (08/20) Policyholder Disclosure-Notice of Terrorism Insurance Coverage The quoted 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 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 from 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 JULY 21,2011 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 25), 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 ACORD forms specifically set forth above, or the issuance of a non-approved Certificate of Insurance (ACORD 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 policy 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 678-795-4541 or caria.valero@westchester.com Sincerely, Carla Valero, Underwriter,Westchester Environmental For Stela Flanagan,Vice President, Westchester Environmental STATE OF FLORIDA WATER WELL CONTRACTOR LICENSE Issued to JOHN SAY JR. Lice se 11132 xplres 7/31/2021 O �— DISTRICT CERTIFICATION FO FICER • .4, '` A N N E M. G A N N O N P,O.Box 3353,West Palm Beach.FL 33402-3353 "LOCATED AT" I ._ .� CONSTITUTIONAL TAX COLLECTOR www•pbctax.com Tel:(561)355-2264 .1, : .,�'r Serving Palm Beach County 1696 OLD OKEECHOBEE RD STE `c4«M." 3C Serving you. WEST PLAM BEACH, FL 33409 TYPE OF BUSINESS OWNER CERTIF;CATION Si RECEIPT SIDATE PAID MIT PAID BLL n • 23.0099 WATER WELL CONTRACTOR SAY JOHN AJR PER1IT5011758W 020.575337.0910/20 527.50 B40108185 This document is valid only when receipted by the Tax Collectors Office. STATE OF FLORIDA PALM BEACH COUNTY 2020/2021 LOCAL BUSINESS TAX RECEIPT LBTR Number: 200307585 CENTERLINE DRILLING INC EXPIRES: SEPTEMBER 30, 2021 CENTERLINE DRILLING INC b � 1696 OKEECHOBEE RD STE 3C r This receipt grants the privilege of engaging in or WEST PALM BEACH FL 33409-5219 managing any business profession or occupation (II,IIIIIIIIIIl1IIIIIIIII1111I,IIIIIIIIIIIIIIIIII.11111thll.lhhtl within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. CITY OF WEST PALM BEACH ems DEPARTMENT OF DEVELOPMENT SERVICES t'YEST f'.tiI M BF.7 CI, Attached is your 2020-2021 Business Receipt evidencing payment of fees for your Local Business Tax; Certificate of Use(if applicable); Sidewalk Café Permit (if applicable); and/or Extended Hours Alcohol Permit(if applicable). Business Tax Receipt: This document, based on the business category codes listed below, Is your Business Tax Receipt. THIS BUSINESS TAX RECEIPT MUST BE DISPLAYED ON TIIE PREMISES IN A PLACE WHERE IT MAY BE SEEN AT ALL TIMES(Sec. 82-160 City Code). Certificate of Use: A certificate of use may be suspended or revoked in accordance with Sec. 22-39 of the City Code. Sidewalk Café Permit: A sidewalk café permit requires compliance with the conditions in Secs. 78-345 and 78-347 of the City Code. A sidewalk café permit may be suspended or revoked pursuant to Sec. 78-348 of the City Code. Extended Hours Alcohol Permit: An extended hours alcohol permit requires compliance with the conditions In Sec. 6-8 of the City Code and may be suspended or revoked as provided in said section. L FOR INFORMATION CALL(561) 805-6700 EMAIL businesstax@wpb.org HOURS 8:00 AM -5:00 PM —MONDAY- FRIDAY INSTRUCTIONS: PLEASE POST IN A CONSPICUOUS PLACE AT YOUR PLACE OF BUSINESS. CITY OF WEST PALM BEACH NOT TRANSFERABLE i r:,;•,• I +. CITY Or WEST PALM BEACH 2020 to 2021 BUSINESS RECEIPT Po Mix 3147 wear PMLI KACn.FL 3340: 0000008393 WATERWELL DRILLING CENTERLINE DRILLING INC 1696 OKEECHOBEE RD#3C --- BUS.TAX ID CATEGORY DESCRIPTION FEE 28081 237110 WATER&SEWER LINE&RELATED STRUCTURES 66 81 EXPIRES SEPTEMBER 30, 2021 roTnl,r 86.81 THIS DOCUMENT NOT VALID ••PAID 86.81 •'DAL•• 0.00 UNTIL FUNDS ARE COLLECTED Electronic Articles of Incorporation PRg0101880 For September 20, 2002 Sec. Of State CENTERLINE DRILLING, INC The undersigned incorporator, for the purpose of forming a Florida profit corporation, hereby adopts the following Articles of Incorporation: Article I The name of the corporation is: CENTERLINE DRILLING, INC Article II The principal place of business address: 1696 OLD OKEECI-IOBEE ROAD 3C WEST PALM BEACH, FL. 33409 The mailing address of the corporation is: 1696 OLD OKEECHOBEE ROAD 3C WEST PALM BEACH, FL. 33409 Article III The purpose for which this corporation is organized is: ANY AND ALL LAWFUL BUSINESS. Article IV The number of shares the corporation is authorized to issue is: 1000 Article V The name and Florida street address of the registered agent is: JOHN SAY JR 3423 WRY ROAD LAKE WORTH, FL. 33467 I certify that I am familiar with and accept the responsibilities of P02000101880 registered agent. September 20, 2002 Sec. Of State Registered Agent Signature: JOHN SAY, JR Article VI The name and address of the incorporator is: JOHN SAY, JR 3423 WRY ROAD LAKE WORTH, FL 33467 Incorporator Signature: JOHN SAY, JR Article VII The initial officer(s) and/or director(s) of the corporation is/are: Title: P JOHN SAY JR 3423 WRY ROAD LAKE WORTH, FL. 33467 Nr, k�;, ." %``y...� r. .-74'+� - }\ .+,�.,-// ti ry '111_.,e1�� j=i::.,fff:�,-.., sP �.L ._;- �.a• . ':' \ ��Y :: • I� 'ti t. .,S'i ''; rx' � ¢ ... Sa \:r.•:.v/-:, SffJJ�� '''! +'.Sr.g1•,7••iX ::•../..:i .:a: .t :::::: :;• 2,. $4' '"; $,�. r*t. FN .'y. \ . / $f �' {�til, �.v:::::.. \1"`!f A.:\`•:. r ir,1 � L •,./ 1 0p. k..(/ , 1„+/ :•:... Q .� t •:/ {,:'",3") •"i'i:/ \1\t�{�1.��'e } SI �.vr.ti•S• `\�l .�:�'�SSri{.�d \.- .�x./ 1 il� \•:•/.rr 1.�{� \,�.rr "�,.'{;.� �.{ .2 /..n ,;d 1 " """..R:f1.IIn{:.j S:r. \1 i, .\ ..�SJi •tr , ,i .\� ,• l ,,,1 ': ..•, •. ,=t, \ G.. �::.a ��,„�,1,,��. a/.si,,,+1 :•:'rr \,±t,�,,,.a�.t.%s•�• � hf y 1yrl1 ;t tx , ? .�•y4;; •.t11;;,,,,/ v )yam . ,• (� fi u,:;•.l. , \ �2,y ,,: r i .�;:•' ,�, t. • h:.0.5k, Zttt. : : \.. !� \ ,�a 5"� }(.�6. ..S ,S/ •.•0. \,` . ..l i4%' •�i\ ,,, :b:` !:Y.: ;/..1 :�..if 'YtiL:•A" •v"4•4'4'.1MC'AL'''•' ''"ik""••••A '''•..�!!•��14A••CL. _^.���/I{....:.'►�\�\.-y v...4 ••Xff{�•••..?Y. /��.....• \V._.x.'''."••...••... •. ••••:•::\��...-•:•'''':Y'••••s•- ,/ :::::. =: �i - Palm Beach County • Office of Equal Business Opportunity i§ Certifies That Centerline Drilling Inc. 4 Vendor # VC0000013281 _ } is a Small Business Enterprise (SBE) as prescribed by section 2-80.21 - 2.80.30 of 10�t the Palm Beach County Code for a three year period from \ '3; November 17, 2020 to November 16, 2023 ~� i ` The following services and/or products are covered under this certification: ,,, r;: • Well Services (Including Oil, Gas, and Water): Drilling, Plugging, Consulting, Maintenance, Repair, etc. - rye' ��\-;. 7: , if. �V1�f!/ .of :' .. v\ ,ice;. fPalm Beach County Board of County Commissioners *41 ��� Dave Kcrncr, Mayor 'i%s :;Y? ll�i (40-1,N.., A CO Robert S.Weinroth•Vice MayorAllen Gray, Man Eger .,,_ G2 Gregg K.Weiss ;�. 0 11/1712020 \ Mary Lou Berger i.:::;":11• a t Melissa McKinlay 1'y//.il • • Mack Bernard ''^ S �. \� Count Administrator `/% .z.�{ il ?: I� Verdenia C.Baker ` •/% '!/ •' . •:f: %%j"?. GI.• Y: :x Y !'F`YGV:IY t.t,Q: d •�.'I.d \ y.• :, 0. ,T , ../•.:.�•'•• .�//l•\,• : 'r'+ IS• irk{:;:;/ �`�; ��,r;:}:'r:J/ w . �•. 1 v-:A.: + s;t � r�, ,.,�yi' '•Y. '\;}• :•1../ fv1,).':• ��+' 1 j.0::Ly �ti��1i1;�2 S%A 1i,� '',i •v�:: s r 1J%�' 11. l./ \ •�; % r . �`r.� ..n. \.\ ��%'• ',k n/I Si{ir�{I�0,064 `7k:tiZN Wr/'.;.4 s;.ii:Ak, ro i iiS%y ptt '\ 7 r,�+,iti , . 2 i`f�\1,'/.� :". ./`.J' '•' ..t," ., \ �l " \� ^l. /�i�:. ,:r.,` : �/ iti/,,r�C .r,►` v .�..+i 1:AS '':4'{114S 7 ` t 6 rll'9 14:44*, �\: R!,y' �' t, 1` \V ., tr •\,,•'a (colt SOUTH FLORIDA WATER MANAGEMENT DISTRICT _ b) REGISTERED VENDOR NO.: 115242 May 30, 2019 Mr. John Say. Jr.. President CERTIFICATION EXPIRATION DATE Centerline Drilling. Inc. May 30,2022 1696 Old Okeechobee Rd#3C West Palm Beach, FL 33409 Dear Mr. Say: 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 only be applied when business is conducted in the following area(s): Well Water Contracting Services Your submittal of bids or proposals to supply other products or serrices outside of the specialty area(s)noted above will not count toward SBE participation. If you require certification in other special°• areas, please contact the Procurement Bureau,SBE Section,for additional information. 1 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 status, you must notify this office in writing immediately. It is imperative that we maintain current information on your company at all times. FAILURE TO REPORT CHANGES MAY RESULT IN DECERTIFICATION. Certification is not a guarantee that your firm will receive work, nor an assurance that your firm will remain in the District's vendor database. We look forward to a mutually beneficial working relationship. Sincerely, i r 7Joynn Fox Sntract Compliance Specialist Procurement Bureau JLF/kk 3301 Gun Clul,Road,1Ve.t Palm[leach.florid,,33306 • (561)(' S00 • 1.800-432-2045 Moiling Addre.i: 2.l&$O,Wem I'r.Im Beach,FL 33.11i'-1680 • tt iv%s' •md.pot CENTERLINE DRILLING INC. VEHICLE / EQUIPMENT LIST Year Make 1986 AM General with B57 Rig 1989 Ford F800- 1000 Gallons Water Tank 1990 F800- Ford National Crane#1 2002 International-Drillmaster 400 2005 Anderson Trailer 2007 Ford Terex Crane#2 2007 Ford National Crane#3 2008 Enclosed Trailer 2008 Sullair 900 Compressor 2009 Ford F350-Support/Pipe Rack 2010 Atlas Copco 750 Compressor 2012 Magnum MMG100 Generac Generator 2012 Dodge- 3500 with Smeal Pump Hoist 2015 Mud Puppy 25-2SC 2015 Dodge -4500 2dr-with CME 45 Rig 2017 Dodge 2500-4dr Support Truck 2018 Dodge-4500 4 Door-flatbed support truck 2019 Big Tex Trailer 2020 Dodge-5500-4 Door flatbed support truck Fuji Electric Portaflow-C FSC-4 Ultrasonic Flow Meter Laval Camera- RCAM 1000XLT Well VU Camera 1000 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. Pim saq fk. John Say Jr. President