Loading...
R10-160 I 1 2 RESOLUTION NO. RIO-dol) 3 4 A RESOLUTION OF THE CITY COMMISSION OF 5 THE CITY OF BOYNTON BEACH, FLORIDA, 6 APPROVING THE "PIGGY-BACK" OF A CITY OF 7 LAKE WORTH CONTRACT #UT-WAT-09-10-775 8 WITH AQUIFER MAINTENANCE AND 9 PERFORMANCE SYSTEMS, INC., OF WEST PALM 10 BEACH, FLORIDA, FOR WELL REHABILITATION 11 SERVICES; AUTHORIZING THE MAYOR AND 12 CITY CLERK TO EXECUTE A CONTRACT FOR AN 13 ESTIMATED ANNUAL EXPENDITURE OF $350,000; 14 AND PROVIDING AN EFFECTIVE DATE. 15 16 WHEREAS, City staff has confirmed that the City of Lake Worth has complied 17 with Public Contract Bid requirements which equal or exceed the City of Boynton Beach's 18 requirements; and 19 WHEREAS, upon recommendation of staff, it is the City's desire to "piggy-back" 2 a City of Lake Worth Contract #UT-WAT-09-10-775 and authorizes the Mayor and City 21 Clerk to sign a Contract with Aquifer Maintenance and Performance Systems, Inc., of 22 West Palm Beach, Florida for well rehabilitation for an estimated annual expenditure of $350,000. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption. Section 2. The City Commission of the City of Boynton Beach, Florida, hereby approves the "piggy-back" of a City of Lake Worth Contract #UT-WAT-09-1O-775 and S\CAIRESO\Agreements\Reso - Piggy-Back (L W) - AMPS - Well Rehab.doc I 1 authorizes the Mayor and City Clerk to sign a Contract with Aquifer Maintenance and 2' Performance Systems, Inc., for well rehabilitation in an estimated annual expenditure of I 3 $350,000, a copy of the Agreement is attached hereto as Exhibit "A". 4 Section 3. That this Resolution shall become effective immediately. 5 PASSED AND ADOPTED this :fA day of November, 2010. 6 7 TON BEACH, FLORIDA 8 9 10 11 12 13 14 15 16 17 18 19 20 .-( 21 22 Commissioner 23 ATTEST: '"'- 2 ~J.Yn. p~ 2 2 2 Jan M. Prainito, MMC '. . y Clerk 2 2 3 31 (Corporate Seal) S\CA\RESOlAgreements\Reso - Piggy-Back (L W) - AMPS - Well Rehab.doc RID - ItoO CONTRACT FOR WELL REHABILITATION SERVICES 2i1d This Agreement is made as of this , day of \) ~<.J:............~... 2010 by and between AQUIFER MAINTENANCE AND PERFORMANCE SYSTEMS, INC., a Florida Corporation, with offices at 7146 Haverhill Road, West Palm Beach, Florida 33407 ("AMPS"), and THE CITY OF BOYNTON BEACH, a Florida municipal corporation, with an address at 100 East Boynton Beach Boulevard, Boynton Beach, FL 33435 (the "City"). RECIT ALS WHEREAS, The City of Boynton Beach has 29 production wells and 2 Aquifer Storage and Recovery wells; and WHEREAS, ongoing maintenance of the wells aids in achieving good well yields. Maintenance may include rebuilding or replacing relief and check valves, line cleaning or relining of pipe and calibration, repair or replacement of flow meters; and WHEREAS, AMPS, submitted a proposal dated September 13, 2010 to the City to provide well rehabilitation services for an estimated annual expenditure of $350,000.00 at prices based on City of Lake Worth contract #UT-WAT-09-10-775; and NOW THEREFORE, in consideration of the mutual covenants contained herein, and for other valuable consideration received, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: AGREEMENT Section 1. The foregoing recitals are true and correct and are hereby incorporated in this Agreement. Section 2. The City and AMPS agree that AMPS shall provide well rehabilitation services for an estimated annual expenditure of $350,000.00 at prices based on City of Lake Worth contract #UT-WAT-09-10-775, a copy of which is attached hereto as Exhibit "A", except as hereinafter provided: A. All references to the City of Lake Worth shall be deemed as references to the City of Boynton Beach. B. All Notices to the City shall be sent to: City: Kurt Bressner, City Manager City of Boynton Beach 100 East Boynton Beach Boulevard Boynton Beach, Florida 33435 Telephone: (561) 742-6010/ Facsimile: (561) 742-6090 Page 1 S \CA\AGMTS\Piggyback (Lak, Worth - AMPS) doc Copy: James A. Cherof, City Attorney Goren, Cherof, Doody & Ezrol, PA. 3099 East Commercial Boulevard, Suite 200 Fort Lauderdale, FL 33308 Telephone: (954) 771-4500 Facsimile: (954) 771-4923 C. The proposal from AMPS dated September 13,2010, is attached hereto Exhibit -"B'''. Section 3. In the event that the City of Lake Worth Contract is amended, or terminated, AMPS shall notify the City within ten (10) days. In the event the City of Lake Worth Contract is amended or terminated prior to its expiration, this Contract shall remain in full force and effect, and not be deemed amended or terminated, until specifically amended or terminated by the parties hereto. Section 4. AMPS agrees that in the event it enters into a Contract for the same (or substantially similar) scope of services with another local government in Florida which contains a term or condition, including fees, charges or costs, which the City determines to be more favorable than the terms in this Contract, the parties shall enter into an Addendum to provide those terms to the City. Section 5. The insurance required shall require that the Certificate of Insurance name the City of Boynton Beach as an additional insured. Section 6. In all other aspects, the terms and conditions of the City of Lake Worth Contract are hereby ratified and shall remain in full force and effect under this Contract, as provided by their terms. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF BOYNTON BEACH, FLORIDA ATTEST: ~ ~ ." By / ~ ~ rn. p~ . L /'Mayor Cit Clerk ,'fl~:~~~#-~~~~~(:~~' ':'~j; ~ ::~:\~, ,"f!.~.-~:: ., ., 0' '~":~~~i?:, APPROVtJd?S 0 fORM: 'i\~.>:'. - --",,,.,,rf:;~.~I_"_,-_~ ~; ',;"r ~ "'f:::, -l'if J A Ch t' C' A ,,- .-f. ~,,15) ames . ero, Ity ttorney~~t~~,~p:.>~;~ - :.C~t; '~.J~~~;<~,~~." t'or,:.- Page 2 SICAIAGMTSIPiggyback (l.ake Worth - AMPS) doc AQUIFER MAINTENANCE AND PERFORMANCE SYSTEMS, INC. BY: Prif~.l~ Tit! : tf{\L'S\~C~\ AI~J' (j)Yl.~..,. , SECfE) Page 3 S ICAIAGMTS\Piggyback (l.ake Worth - AMPS) doc Contract Agreement Number UT-WAT-09-10-775 Between RECEIVED SEP 1 0 2010 City of Lake Worth BOYNTON BEACH Uill\11ES And Aquifer Maintenance & Performance Systems -' \ 'If J( EYJJII3I; Table of Contents 1 - Contract Terms (pages 1-15) 2 - Executed Contract Agreement Form (pages A-1 - A-H) 3 - Scope of Work (page 16-18) 4 - Bid Form (pages 19-22) 5 - Clarifications and Exceptions (none) (page 23) 6 - list of Subcontractors (none) (page 24) 7 - Certification of Drug Free Workplace (page 25) 8 - List of References (page 26) 9 - Other Contract Documents: . Performance/Payment Bonds . Project-specific Insurance Forms . Licensure CITY OF LAKE WORTH ......................**.......******...........**....************.******..************* INVITATION FOR BIDS UT-WAT-09-10-775 'Lake Worth Well Rehabilitation & Maintenance' 2-1~2010 ............................................................................... Sealed bids wifl be accepted by the City of lake Worth Office of Management and Budget, located at 7 N. Dixie Hwy, Lake Worth, Florida 33460, for the provision of services relating to the LW well rehabilitation & maintenance as identified by the City's Water Treatment Department", until no later than 3:00 P.M. local time on March 9, 2010, at which time and place, all bids will be opened. BIDS RECEIVED AFTER THE SPECIFIED DATE AND TIME REFERENCED ABOVE WILL NOT BE CONSIDERED RESPONSIVE, NOR BE ACCEPTED. UPON REQUEST OF THE APPLICABLE BIDDER. NON.RESPONSIVE BIDS WILL BE RETURNED. It is the sole responsibility of the bidder to ensure that their bid is in the possession of the Office of Manaaement and Budast (OMB) before the closinQ date and time referenced above. The City wiflln no way be responsible for any delays. BID PACKAGES: Will be available, at no cost, as follows . Via email in (.pdt) format . For download from the City's Website, located at www./akeworth.ora under Purchasing Opportunities along left-hand side . Pick-up in person at the following location: City of Lake Worth Office of Management and Budget 7 N, Dixie Hwy Lake Worth. FL 33460 REQUIREMENTS: . All bids. to include any Addenda (or acknowledgment thereof), must be placed in a sealed envelope or container, and mailed or delivered to the OMB, at the following location (no fax, email, telegram or phone bids will be accepted): City of Lake Worth Altn: OMS 7 N. Dixie Hwy Lake Worth, FL 33460 . All bids must have the following information plainly marked on the outside: 1 IFB #UT-WAT-09-10-775 Lake Worth Well Rehabilitation & Maintenance Attn: OMS Opening DatefTime: March 9, 2010 a13:00 P.M. PURPOSE OF BID The sole purpose of this bid is to provide for ongoing well rehabilitation and maintenance services, as described in the Scope of Services sections of this Invitation for Bid. No Sid may be withdrawn for a period of ninety (90) days after the scheduled closing for the receipt of bids. DEL.IVERY Delivery of all products and services shall be F.O.B. Destination. All charges for freight and delivery shall be included in the bid price. All products and services must be delivered as bid. Any required return of products delivered in error or in a condition not conducive to the requirements of the project or suitable to the City, shalt be done so at no cost to the City, and shall not delay the completion of the project. The City's payment terms are Net 30 after receipt of a proper invoice. The City will make every effort to pay invoices in a more expedient manner, but reserves the right to make payment within 30 days, as described above. It is agreed by the bidder that by signing and delivering its bid, it is accepting the terms, conditions and specifications contained in the IFB. Upon contract award, the City will jssue the Contract Agreement Form for signature, which represents the agreement between the parties, and the precedence of terms, if a conflict exists. Bidder agrees to not commence work without the following: . Fully executed Contract Agreement Form . Business Tax Receipt and Registration (if not already registered with the Building Division: . http://www.lakeworth. org/index. asp?Tvoe=B BASI C&SEC={C73E8C3C- 6345-4D3D-953A-560ABCCF7905} . Receipt of a City Purchase Order, referencing the project . Notice to Proceed issued from Ihe City (if separate from the Purchase Order) 2 SECTION A- GENERAL CONDITIONS 1.0 BID SUBMITTAL 1.1 YOUR BID SUBMITTAL SHALL CONSIST OF THE FOllOWING: (MUST BE SUBMITTED IN TRIPLICATE: ORIGINAL & 2 COPIES) A. BID FORM pages, completed and signed B. Signed copy of each Addendum (if issued), or acknowledgement of receipt of each issued Addendum, where requested on the Bid Form. C. Clarifications & Exceptions sheet for Exceptions/Deviations (if applicable) D. List of Subcontractors with contact names/numbers E. Completed Certification of Drug Free Workplace Program F. List of three references (most applicable), which reflect customers to which you provided these services to within the last five years. If the services provided to these references was substantially different from a regulatory, performance or reqUirements standpoint, please make a notation to that effect within the Clarifications/Exceptions section of your response. G. Copies of required Licenses to perform the requested services H. Copy of current Certificate of Insurance, showing existing and applicable coverage (see paragraph 29 for minimum required amounts) - a project- specific original certificate of insurance will be required of the awarded bidder, subsequent to Notice of Award, and prior to the execution of any work on this contract 1.2 Bidders are advised to closely examine this Invitation for Bid (IFB) package. All bid responses must be submitted on the forms provided in this IFB package. Bid responses on vendor letterhead/quotation forms will not be accepted unless otherwise specified In the IFB. NOTE: IT IS THE RESPONSIBILITY OF THE BIDDER TO INSURE THAT All PAGES OF THE IFB AND ALL ADDENDA (IF ANY) ARE RECEIVED. 1.3 Signatures are required where indicated and must be signed in blue or black ink. Failure to do so shall be cause for reiection of the bid. 1.4 Bid files may be examined during normal working hours, by appointment only, after bid opening, at such time as the bid fries become available tor public inspection. THE CITY OF LAKE WORTH RESERVES THE RIGHT AND INTENDS TO MAKE ALL BIDS AVAILABLE TO PUBLIC INSPECTION AND REVIEW REGARDLESS OF WHETHER OR NOT THE BJDDER INSTRUCTS OTHERWISE. 3 1.5 Bidders are expected to familiarize themselves as to the requirements of the specifications. Failure to do so will be at the bidder's own risk. A bidder will not expect to secure relief on the plea of error or misunderstanding. 1.6 Bidders must furnish all information required. BIDS THAT DO NOT COMPLY WITH THESE REQUIREMENTS MAY BE CONSIDERED NON-RESPONSIVE AND SUBJECT TO REJECTION. 2.0 ADDENDA 2.1 Any questions by prospective bidders should be directed to the OMS Procurement Analyst, via email (dcoxailtakeworth.ora) or FAX at (561) 586.1656, Interpretations of the IFB or additional information as to Its requirements, where necessary, shall be communicated to bidders ONt. Y BY WRITTEN ADDENDUM. Should the bidder ask for verbal interpretation, they do so at their own risk. 2.2 A written addendum will only be forwarded to those known, interested bidders/vendors, in addition to posting the Addendum on the City's Purchasing Opportunity Website, and posting it on the OMB bulletin board, located on the first froor of City Hall, 7 N. Dixie Hwy, Lake Worth, Fl 33460. ~ responsibility of each bidder to ascertain whether Addenda have been issued bv callina the OMB at (561) 586-1674. or bv sendina an email to the address listed above. All addenda must be signed by an authorized representative of the vendor and be submitted within the sealed package in response to the IFB. Omission of anv sianed addendum mav be cause for reiection of the bid as non- responsive. 3.0 PRICE/DELIVERY ACCEPTANCE: 3.1 Prices quoted must include all services as noted herein. 3.2 Deliveries and/or services resulting from this bid are to be made during normal workIng hours unless otherwise specified In the IFB 3.3 The bidders' delivery time for the product and/or services must be specified and adhered to. Should the bidder to whom the order or contract is awarded fail to deliver on or before the stated date, the City reserves the right to CANCEL the Purchase Order or contract and secure the entire or remaining portions of the order or contract elsewhere. 4.0 FEDERAL AND STATE TAX The City of Lake Worth is exempt from sales tax. The OMS will provide an exemption certificate to the successful bidder. upon request. Vendors or contractors doing business with the City of Lake Worth shall not be exempt from paying sales tax to their suppliers for materials or services to fulfill contractual obligations with the City, nor shall any vendor/contractor be authorized to use the City's Tax Exemption Number in securing such materials or services. 4 5.0 ACCEPTANCE/REJECTION OF BIDS The Owner reserves the right to reject any and all bids. Bids will be considered irregular and may be rejected if they show omissions, alterations of form, additions not called for, conditional or unauthorized alternate bids, or irregularities of any kind. Additionally, if the IFB calls for unit prices, the bid may be rejected if the unit prices reflected on the Bid Form are in excess of or below the reasonable cost analysis values, or if lump sum, bids may be rejected which are significantly greater or lesser than the engineering estimate for the project. The owner reserves the right to waive any informality in bids, at its discretion. 6.0 SUBCONTRACTING If a vendor subcontracts any portion of a contract for any reason, it must include, in writina, the name and address of the subcontractor, name of the person to be contracted including telephone numbers and extent of work andlor materials (goods) to be furnished. This information shall be submitted in response to the IFB. The City of Lake Worth reserves the right to reject a bid of any bidder if the bid names a subcontractor who has previously failed in the proper or timely performance of an award; or who is restricted from doing business with the City, County or State; or who is not in a position to perform properly under this award. The City reserves the right to inspect all subcontractors' facilities in order to make a determination as to the foregoing. 7.0 NO BID/NO CHARGE 7.1 Where more than one item is listed, any items not bid uoon should be indicated NO BID. As all requested services are needed and required, any/all items left blank will be considered a NO BID for that item, and may preclude you from being found responsive to the solicitation. If no items are bid on, a statement of NO BID should be returned, with the envelope plainly marked NO BID, along with the IFB Number. Failure to do so will be viewed as an indication that the bidder does not wish to be 99ns1dered for future bids. and may result in the bidder being removed from the registered vendors list. 7.2 A vendor desiring to offer a NO CHARGE bid for any items must so indicate, otherwise the bid will be construed as incomplete and will be subject to rejection, 8.0 AL TERNA TlVES/APPROVED EQUAUDEVIA TIONS 8.1 The City is soliciting from vendors based on the enclosed specifications. 8.2 The determination as to whether the productsJservices are acceptable, including all judgments of equivalency, shall be made by the City of Lake Worth and such determination shaff be final and binding on all bidders. B.3 Any deviations or exceptions to the specifications and/or other requirements of the IfB must be explained in detail in your bid submittal. Exceptions andlor deviations must be listed on the Section entitled Clarifications and Excections. 5 Any deviations or exceptions must be itemized by number and must refer to the applicable paragraph and page in the IFB. Otherwise, the bid will be considered to comply with the specifications outlined in the IFB and the successful bidder will be held responsible for meeting and adhering to all requirements as outlined in the Invitation for Bid (IFB). 9.0 CONFLICT OF INTEREST 9.1 All bidders must disclose with their bid the name of any officer, director or agent who is also an employee of the City of Lake Worth. Further, all bidders must disclose the name of any City employee who owns, directly or indirectly, an interest of five (5) percent or more in the bidder's finn or any of Its branches. 9.2 By signing the bid, the bidder further declares that no City Commissioner, other City Officer or City Employee directly or indirectly owns more than five (5) percent of the total assets or capital stock of the bidding entity, or will directly or indirectly benefit by more than five (5) percent from the profits or emoluments of this contract. 10. LEGAL REQUIREMENTS 10.1 All applicable Federal, State and local laws, ordinances, rules and regulations that in any manner affect the items covered herein shall apply. Lack of knowledge by the bidder shall in no way be cause for relief from responsibility. 10.2 The City of Lake Worth is committed to assuring equal opportunity in the award of contracts, and therefore, complies with all laws prohibiting discrimination on the basis of race, color, religion, national origin, age, sex, sexual orientation, disability and marital status. 10.4 FLORIDA STATUTES, SECTION 287.133, PARAGRAPH (2)(a): (PUBLIC ENTITY CRIMES) A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a pUblic building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any publiC entity, and may not transact business with any pUblic entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10.5 In compliance with Florida Statute (Section 287.087), attached form Drug Free Workplace Certification must be fully executed and submitted with your bid response. Firms which indicate participation versus non-participation in a Drug Free Workplace Program will receive preference in the event the participating firm is involved in a tie-bid situation with a non-participating firm. 6 10.6 The Unifonn Commercial Code (Florida Statutes, Chapter 672) shan prevail as the basis for contractual obligations between the awarded contractorlvendor and the City of Lake Worth for any tenns and conditions not specifically stated in the Invitation For Bid (IFB). The setting shall be In Palm Beach County. Florida. 10.7 The obligations of the City of Lake Worth under this award are subject to the availability of funds lawfully appropriated for its purpose. 10.8 This Invitation for Bid (IFB) shall be included and incorporated in the final award. The order of contractual precedence will be the purchase order or price agreement release, IFB document, and vendor's bid response. Any and all legal action necessary to enforce the award will be held in Palm Beach County and the contractual obligations will be interpreted according to the laws of Florida. 11.0 PRICES QUOTED 11.1 Bidder warrants, by virtue of submitting their bid, that prices remain firm for a period of ninety (90) days from the date of bid opening or until an award is made by the City. Additionally, there shall be NO price increases for at least one year from the date of Contract Award. 11.2 In the event of mathematical error(s), the unit price will prevail and the bidder's total offer will be corrected accordingly. 11.3 BIDS CONTAINING ERASURES OR CORRECTIONS MUST BE INITIALED IN INK BY THE BIDDER PRIOR TO BID OPENING. IF THE INTENT OR LEGIBILITY OF THE CORRECTION IS NOT CLEAR, THE BID MAY BE REJECTED. 11.4 Bidders may offer a cash discount for prompt payment. However, such discounts will nm be considered in determining the lowest net cosl for bid evaluation purposes unless otherwise specified in the special conditions. Bidders should reflect anv discounts to be considered in the unit Drices bid. 12.0 PAYMENT Payment will be made by the City after commodities/services have been received, accepted and properly invoiced as indicated in the contract and/or purchase order. Invoices must reflect the Durchase order number. Payment terms are Net 30. 13.0 PROTEST PROCEDURE 13.1 Protests may ~ be filed by responsive bidders to this solicitation. 13.2 Protests must be addressed to the City of Lake Worth OMB Manager, in writing, identifying the protester, the solicitation title and number. and the basis for the protest. All Drotests must be received by the OMB within three (3) business davs of date that the award recommendation is DOSled on the OMB's bulletin board. It shall be the bidder's responsibility to contact the OMS Manager to determine 7 when the recommendation is posted, The protest is considered filed when it is received by the OMS, 13.3 Failure to file a protest within the specified time limit shall constitute a waiver of protest rights. 14.0 CODES AND REGULATIONS Bidder certifies that all material, equipment, processes, etc., contained in its bid meets all OSHA, ANSI, NFPA and all other Federal and State requirements. Bidder further certifies that, if it is awarded the contract, and the material, equipment, etc., delivered is subsequently found to be deficient in any of the aforementioned requirements in effect on date of delivery, all costs necessary to bring the material, equipment, processes, etc., into compliance shall be borne by the bidder. 15.0 COMPLIANCE WITH THE FLORIDA TOXIC SUBSTANCE STATUTE In compliance with Chapter 442, Florida Statutes, any toxic substance supplied to the City under this bid must be accompanied by a Material Safety Data Sheet (MSDS). 16.0 INDEMNIFICATION 16.1 Vendor/Contractor agrees to protect, save defend, reimburse, indemnify and hold the City, its agents, employees and elected officers and each of them, free and harmless at all times from and against any and all claims, liability, expenses, losses, suits, costs, fines and damages (including attorney fees) and causes of action of every kind and character against or from CITY by reason of any damage to property or the environment, or bodily injury (including death) incurred or sustained by any party hereto, or of any party acquiring any interest hereunder, and any third or other party whomsoever, or any governmental agency, arising out of or incident to or in connection with Vendor/Contractor' performance under this Agreement, Vendor/Contractor' acts, omissions or operations hereunder, or the performance, non-performance or purported performances of the Vendor/Contractor or any breach of the terms of this Agreement; provided, however, the Vendor/Contractor shall not be responsible to the CITY for damages resulting out of bodily injury or damages to property which results from the negligence of the CITY, its respective agents, servants, employees or officers. 16,2 This indemnification shall include, but not be limited to, suits, actions, or claims brought because of any injuries or damage sustained by any person or property on account of the Vendor/Contractor's operations in connection with the Contract; or on account of or in consequence of any neglect in constructing the work; or because of any act or omission by the Vendor/Contractor; or because of any claims or amount arising or recovered from the Vendor/Contractor under his contract; as is considered necessary by the CITY, may be retained for the use of the CITY, or in case no money is due, his surety (if applicable) shall be held until such suits, action or claims for injuries or damages as aforesaid, shall have been steeled and suitable evidence to the effect furnished to the CITY. 8 17.0 EXTENDING BID PRICES TO OTHER GOVERNMENT AGENCIES Upon award of a contract or Purchase Order, the successful bidder may also offer to supply the subject itemsJ services to all governmental agencies of the State of Florida, under the same conditions, prices and effective period as this bid, should the bidder feel it is in its best interest to do so. 18.0 SPECIAL CONDITIONS Any and all Special Conditions that may vary from these General Conditions shall take precedence. 19.0 QUALIFICATION OF BIDDERS This bid shall be awarded only to a responsive and responsible bidder, qualified and capable of providing the material/merchandise and/or services specified. 20.0 AWARD 20.1 The City of Lake Worth tentatively plans to award a ONE.YEAR CONTRACT. WITH AN OPTION FOR TWO. ONE-YEAR RENEWALS to the lowest responsive and responsible bidder, but retains its option to not make an award. Price will be a major deciding factor; however, the city reserves the right to award to the company, which In the sole determination of the city, provides the best overall value. Record of service to client, proximity to the City, past performance with the City of Lake Worth, and other factors shall also be considered in awarding this contract. 20.2 Although the City of Lake Worth provides for the consideration of all responses, it reserves the right to make an award in the best interest of the City. Such award may not necessarily be made to the lowest bid offered. 21.0 METHOD OF ORDERING (PURCHASE ORDER) The City wiIJ issue a Purchase Order as its procurement method (ordering mechanism). All terms, conditions, & speCifications of this IFB, and Contractors accepted bid are hereby included by reference. The Purchase Order serves as the Contractor's Notice To Proceed, unless a separate start date has been agreed between the parties. 22.0 TIME AND AVAilABiliTY OF SERVICES/MATERIALS ANDIOR PRODUCTS 22,1 It is hereby understood and mutually agreed by and between the parties hereto, that the timely delivery of services, material and/or products is essential in this contract. 9 22.2 Failure to deliver services, materials and/or products within the specified time may be cause for cancellation of the agreement and purchase order(s). Should this occur, the City is free to seek the services, materials lind/or products from other qualified sources. 22.3 If the vendor shall be delayed in the completion of its work by reason of unforeseeable causes beyond its control and without negligence, including, but not restricted to, acts of God, or neglect of any other vendor/contractor, the period herein above specified for the completion and availability of services, material andlor products mav be extended bv such time as shall be approved bv the City of lake Worth. OMB. 23.0 FIXED PRICING AND RIGHT TO RENEW CONTRACT 23.1 The monthly fees associated with the performance of identified services for identified fields, shall be FIXED FOR THE FIRST YEAR OF THE CONTRACT. 23.2 As referenced in Section 20.1, the City of lake Worth reserves the right to renew any contract, which ensues from this IFB for up to two additional, consecutive, one-year periods, after the successfu' completion of each of the fil'8t year, upon approval of both parties. Pricing for subsequent years will not be increased by more than that year's Utility Consumer Price Index. 24.0 CANCELLATION Order will be subject to immediate cancellation if either product or service does not comply with specifications as stated herein, or fails to meet the City's performance standards. 25.0 RIGHT TO TERMINATE 25.1 The City of lake Worth reserves the right to terminate this contract without cause. effective thirty (30) days from date of written notice. 25.2 In the event any of the provisions of the contract are violated by the contractor. the City of lake Worth may serve written notice upon such contractor of its intention to immediatelv terminate the contract, with cause. Such notice will state the reason(s) for such intention to terminate the contract. The liability of the bidder for any and all violation(s) shall not be affected by such termination and vendor surety, ;f any. shall be forfeited. 26.0 AS SPECIFIED A purchase order will be issued with the understanding that all services andlor products delivered must meet the specifications herein. Items delivered which are not as specified will be returned to the vendor at no expense to the City of Lake Worth. 10 27.0 QUANTITY The City of Lake Worth reserves the right to acquire varied quantities. However, it is our intent to maintain the quantity at the amount specified in this solicitation (if applicable). 28.0 SCOPE OF SPECIFICATIONS 28.1 The scope of these specifications is to insure the delivery of items that meet the needs of the City as defined in the Scope of Services section of this Invitation for Bid (IFB). 28.2 The omission or silence of any specifications or the omission of any essential data from these specifications does not relieve the supplier from furnishing services, materials and/or products ready for operation as required in the solicitation. 29.0 APPROVAL OF ACCOUNTING SYSTEM 29.1 Except with respect to firm fixed-price contracts, no contract type shall be used unless the Office of Management & Budget Director has determined in writing that: 1) The proposed contractor's accounting system will permit timely development of all necessary cost data in the form required by the specific contract type contemplated; and 2) The proposed contractor's accounting system Is adequate to allocate costs in accordance with generally accepted cost accounting principles. 30.0 RIGHT TO INSPECT PLANT The City may, at reasonable times, inspect any part of the plant, place of business, or work site of a contractor or subcontractor which is pertinent to the performance of any contact awarded or to be awarded by the City. 31.0 RIGHT TO AUDIT RECORDS 1) Audit of Cost or Pricing Data: The City may, at reasonable times and praces audit the books, documents, papers and records f any contractor who has submitted cost or pricing data to the extent that such books, documents, papers and records are pertinent to such cost or pricing data. Any person who receives a contract, change order or contract modifications for which cost or pricing data is required, shall maintain such books, documents, papers and records that pertinent to such costs or pricing data for three (3) years from the data of the final payment under the contract. 2) Contract Audit: The City shall be entitled to audit the books, documents, papers and records of a contractor or a subcontractor at any tier under I] any negotiated contract or subcontract other than a firm fixed-price contract to the extent that such books, documents, papers and records are pertinent to the performance of such contract or subcontract. Such books, documents, papers and records shall be maintained by the contractor for a period of three (3) years from the date of final payment under the prime contract and by the subcontractor for a period of three (3) years from the date of final payment under the subcontract, 3) Contractor Records: If a contract is being funded in whole or in part by assistance from a federal agency, then the contract shall include provisions: A) Requiring the contractor and subcontractor at any tier to maintain for three (3) years from the date of final payment under the contract all books, documents, papers and records pertinent to the contract; and Requiring the contractor and subcontractor at any tier to provide to the City, the federal grantor agency, the Comptroller Genera' of the United States, or any of their duly authorized representatives access to such books, documents, papers and records for the purposes of examining. Auditing and copying them. 32.0 LOCAL VENDOR PREFERENCE In the event the lowest responsive. resDonsible bidder or the hiahest ranked resDonsive, responsible proposer in the procurement of aoods. services or construction is a non-LOCAL business. then all bids and or proposals from resDonslve. resDonsible LOCAL businesses to the same solicitation shall be adiusted bY five (5) percent. solely for the pUIllOse of determinina bidlcontract award. The bid price of LOCAL bidders will be adiusted downward bv fIVe (5) Dercent for purooses of rankina of bidders. In no event. shall the application of this adjustment to a responsive Quote or bid chance the actual bid amount. Further, it will not cause the City to pay more than $15.000 above the amount bid bY that non-local vendor. which would have been recommended for award if the local vendor preference had not been applied, If the aoolication of the five-oercent local vendor oreference causes the evaluated local vendor orice to be less than the actual low-bid price, but the actual bid price of the local vendor is more than $15,000 hiaher than the actual low-bid orice of a non-local vendor. then the non-local vendor submittina the actual fow-bid. shall be viewed as the low-bidder, and be recommended for award, unless for reasons other than price. the bid is not found to be resDonsive andlor resoonsible. The determination as to whether a bidder or proposer is a local or non-local business shall be made by the Purchasing Division, after confirming the vendor has a valid business tax receipt and certificate of occupancy, as reflected within the Business Master File of the city's ERP system. The bidder or proposer does 12 not have to be a current vendor to the City (City as a customer) at the time of bidding/proposing. but must have been issued a business tax receipt applicable to the goods/services/construction being requested, PRIOR to the due dateftime for bids/proposals. Prior to making an award through the application of the local vendor preference. city staff may require a bidder or proposer to provide additional information at any time prior to the award. A LOCAL business, for the purposes of the application of a local vendor preference, means a bidder or proposer which has a permanent, physical place of business within the city limits. and a valid business tax receipt applicable to the required goods, services. or construction items being procured. Post office boxes or locations at a postal service center are not verifiable and shall not be used for the purpose of establishing said physical address. If the business Is a joint venture/partnership. it is sufficient for qualification as a LOCAL business if at least one party of the joint venture/partnership meets the test set forth in this Section. Non-LOCAL business means a bidder or proposer which is not a LOCAL business as defined herein. Permanent place of business means headquarters which are located within the city limits or a penn anent office or other site located within the city limits from which a bidder or proposer will produce a substantial portion of the goods or perfonn a substantial portion of the services to be purchased. A post office box or location at a postal service center shall not constitute a permanent place of business. 33.0. ADDITIONAL INFORMATION Requests for additional infonnation should be referred to Debby Cox, Procurement Analyst at 561/586-1674 34.0 INSURANCE REQUIREMENTS Prior to the issuance of a contract. bidder shall be required to submit to the Purchasing Office, a copy of its Certificate of Insurance. reflecting, at a minimum, the following coverage: ComDrehensive General Liabilitv Bodily Injury & Property Damage. Combined Limit . Each Occurrence: $1,000,000 . Aggregate $2.000,000 ComDrehenslve Automobile Liabilitv Bodily Injury I3 . Each Person $500,000 . Each Accident $1,000,000 Property Damage . Each Occurrence $250,000 Workers Compensation State Statutory Employer's liability $1,000,000 The City of Lake Worth (owner), shall be named as "Additional Insured' on the bidder's GeneralliabJlity Policy, and if bidder's vehicles will be operating on City- owned property, the City of Lake Worth (owner) must also be named as "Additional Insured" on the bidder's Automobile Liability policy. Coverage must be maintained during the full term of the contract. If there is a cancellation of or change to the policy submitted as proof of coverage, it is the responsibility of the bidder to insure it or the Insurance carrier, notifies the City of Lake Worth's Human Resources Director, and Acting Risk Manager, Diane Clark (fax 561/533-7383), at least thirty (30) days before expiration. 35.0 APPROPRIATION OF FUNDS As referenced in Section 10.7, bidder acknowledges that the City is a political subdivision of the State of Florida. If the types of goods/services being procured under this contract require an annual appropriation of funds by the City's governing body, then per 287.0582 FS, the city's performance and obligation to pay under this agreement is contingent upon an approved annual appropriation of funds by its governing body, known as the Lake Worth City Commission for this purpose. The City's performance and obligation to pay under this contract is contingent upon an annual appropriation by the City CommiSSion". 36.0 BOND REQUIREMENTS B. PERFORMANCE AND PAYMENT BONDS- A $50,000 performance bond will be required of the selected firm, upon recommendation of award. The bond must be kept in place for the entire length of the contract, and any extension/renewal thereof. The contractor will be required to furnish a performance bond, executed by a surety company duly authorized to do business in the State of Florida, and on the approved U.S. Treasury List of Bonding Companies, in an amount equal to $50.000, as security for the faithful performance of this contract. Performance Bonds shall be submitted to the City of Lake Worth within fourteen (14) calendar days of bid award notification. 14 SECTION B - SPECIAL CONDITIONS 1) AWARD OF CONTRACT A. If the City chooses to award a contract, it will be to the lowest responsive and responsible bidder. or in the opinion of the City, to the company whose bid is most advantageous, and provides the best value, considering, but not limited to the fol/owing: The City of Lake Worth reserves the right to take into consideration the financial responsibility of the bidder, proven skill, experience. adequacy of personnel and equipment and facilities. previous satisfactory performance, current and projected workload and other factors which may have a direct effect on the completion of the project. B. In case of error in the extension of prices, if unit prices are called for in the bid, the unit bid price shall govern. 3) All or None Contract Award The City intends to award a single contract for aI/ services noted herein. Firms must bid on all items in order to be considered responsive. Failure to bid on all items noted herein may result in reiection of vour bid, 4) Bid Submittal If applicable, bidders must quote monthly rates for the Scheduled Maintenance as outlined in the Scope of Services, for each location reflected therein. The itemized rates will be calculated into a monthly sub-total and an annual lump sum amount for the complete Scope of Services. 5) Contract Award Amongst other factors, the City shall consider the fOllowing factors in arriving at a contract award. - Price - Past performance with the City of Lake Worth Record of service, as reflected by reference checks - Applicability of work provided to references to the City's scope - Insurability, as evidenced by copy of Certificate of Insurance - Possession of proper licensing - Choice of Subcontractors The City reserves the right to award a contract based upon consideration of all or some of the factors noted above, not solely price 15 AGREEMENT THIS AGREEMENT is dated as of the ::J day of .5 ~P-\-E,", h.- , 2010, by and between the City of Lake Worth, Florida (hereinafter called the 'CITY'), and Aquifer Maintenance & Performance Systems, Inc., a Florida corporation, with an office located at 7146 Havertllll Road North. West Palm Beach, Fl 33407, (hereinafter called the 'CONTRACTOR"). RECITALS Whereas, the CITY Is a municipal corporation organized and existing pursuant to the Charter and the Constitution of the State of Florida; and Whereas, the City issued Invitation For Bid UT-WAT-09-10-775; and Whereas, the CITY is interested in procuring Well Rehabilitation and Maintenance services and desires to engage the CONTRACTOR to assist in such services, and to render its services on the terms and conditions provided in this Agreement; and Whereas, CONTRACTOR's bid was received by the City on March 9, 2010, and accepted as responsive to the solicitation on March 10, 2010, pursuant to Section 3-101, Competitive Sealed Bidding of the City's Procurement Code, to perform the work described and set out in the Scope of Services section of this Agreement; and Whereas, the CONTRACTOR is a corporation duly licensed to do business in the State of Florida and desires to render the services for the CITY as provided herein; and Whereas, the CONTRACTOR further warrants that it is experienced and capable of performing the tasks hereunder in a professional and competent manner. NOW THEREFORE, the CITY and CONTRACTOR. in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1, INCORPORATION OF RECITALS, ORIGNAl SOLICITATION AND EXHIBIT 1.1 The parties agree that the above recitals are true and accurate and are hereby incorporated into this Agreement. All the terms and conditions outlined in the original soliCitation, UT-WAT-Q9-10-775 are incorporated in this Agreement by reference and are in full force and effect ",... '"".....,., by tho to"", of ~i, ........~" ...".. " . ~, ...,.. < .~ attached f:llIretll and are made part of thie AgreemlRI, @ Article 2 WORK CONTRACTOR shall complete all Work as specified or indicated in the Agreement Documents. For the project entitled; WELL REHABILITATION AND MAINTENANCE TERM CONTRACT NO. 10.WAT.775 ENGINEERING PROJECT NO. WAT-09-10-775 A-1 Article 3. ENGINEER. Reference to ENGINEER in the Agreement Documents shall be the City of Lake Worth Utilities Department, Water Division (the 'Department'). The Department will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contact Documents in connection with completion of the Work in accordance with the Agreement Documents Article 4. AGREEMENT TERM AND PRICES 41 The Tenn of this Agreement shall be one year, commencing upon the date of final execution by the City. The Agreement allows for two consecutive one-year renewals at the City's option The prices offered and accepted by the City shall remain fixed for the first year of the Agreement per the solicitation. The Contractor may not increase any bid prices more than five percent (5%) during each available optional renewal period, and may continue to offer the existing prices, or offer price discounts to the City. Requested Increases in prices may cause the City to tenninate the Agreement and re-bid, subsequent to the first perfonnance year. Work under this Agreement shall be ordered by the City's Utilties Department Water Division in varying amounts and at varying times throughout the term of the Agreement. Each portion of work will be inclusive of the required quantities of each required/affected line item reflected in the Schedule of Bid Items. The City and the Contractor shall agree on all quantities of all affected line items on the Schedule of Bid Items for the ordered work, as well as the period of perfonnance in calendar days to complete the work. The City will apply the affected unit prices submitted by the Contractor to the quantities for those items, providing line item totals. Line item totals will be totaled for the Grand Total cost for the requested work. Each portion of work ordered shall have an agreed-to period of perfonnance, commencing on a negotiated start date. The end date of the period of perfonnance will be determined by adding the number of calendar days agreed-to between the Contractor and the City to the start date. This date shall be the date of SUBSTANTiAL COMPLETION. Substantial Completion shall be defined as the point when construction is sufficiently complete in accordance with the Agreement documents, that the owner can occupy or utilize the affected work area, building or space, with only a minor punch list of items to be completed prior to the work being ready for final payment. The City and the Contractor must communicate continually throughout the term of this Agreement and the perfonnance of any work, regarding extensions to all agreed-to period of performance timeframes due to inclement weather, unforeseen circumstances, acts of nature, etc. Article 5. SCHEDULE OF FIXED PRICES The below-referenced Schedule of Bid Items reflects the bid and accepted prices provided by the Contractor, and accepted by the City supporting the work required under this Agreement. FOllowing are the Bid and Accepted Unit Prices for all Required Work Under this Agreement A-2 Item It ITEM DESCRIPTION UOM PRICE 1 Well Drill Per foot $30.00 2 Well Service Rilt Per hour $125.00 3 PumP Service Rill: Per hour $125.00 4 Cement work or demolition Per hour $80.00 5 On Site Weldim! Unit Per hour $105.00 6 Machine Shop Welding Per hour $55.00 7 Pump/Well technician Per hour $65.00 8 Chemical Treatment Per hour $125.00 9 Well abandonment Per hour $180.00 10 Specific Capacitv test, Before and after rehabilitation Per hour $140.00 11 Well Development and Redevelopment Per hour $135.00 12 Chemical disinfection of well after rehabilitation Per hour $250.00 13 PumP Motor Retrieval Per hour $125.00 14 Miscellaneous work as needed, normal business Per hour $125.00 hours 15 Miscellaneous work as needed, non normal business Per hour $175.00 16 Flow Meter Maintenance and Calibration Per hour $75.00 17 Deep well Pumo Maintenance Per hour $125.00 18 Well/Pump /Motor maintenance Per hour $75.00 19 Raw water dispOsal Per hour $8.00 20 Airlift well Per hour $135.00 21 Pump test Per hour $140.00 22 Quarterly well monitoring reports Per report $1500.00 23 Down hole video surveys Per video $650.00 24 360 DelO'ee Video Per video $850.00 25 Mobilize, demobilize &: cleanup Per well S450.00 26 Wellhead/oump removal, cleaning and reinstall Per well $1900.00 27 Well Acidification/EPA Per well $1900.00 28 Chlorine Maintenance of Wells Per well S300.00 TOTAL COST [Add line 1 - 28] $9948.00 29 Percent Of Markup For Parts Supplied &: Installed 13% 30) Permits Obtain any required state and or local permits Each $ 150,00 A-3 31) Water Samples These samples are taken 3 days prior to an efficiency test and, when combined with water quality reports supplied by the water plant, will give the information necessary to formulate the proper procedures needed to eliminate the risk of formation plugging, casing damage and chemical cross linking. Each $ 75.00 32) Mobilization Contractor shall supply the equipment and materials required to perform the job and will cleanup and restore the site upon completion. a complete before and after photo log of all wells with condition report. Each $ 225. 00 33) Production Pump Efficiency Test This is conducted before the pump is removed and is performed to determine pump curve correlation and speCific capacity. Information shall be gathered at three points (full valve, half valve and shut in) the SPC, GPM, one hour recovery, head psi, volts, amps, ohms, sand content, pumping and vibration levels will be recorded at each point. The flowmeter will be certified with a district approved ultra sonic meter. Each $ 150.00 34) Removal and Inspection of Production Pump The pump and associated equipment are disassembled and visually inspected, digitally photographed, pretlBure washed & disinfected. A still shot copy and condition report will be submitted to the Owner following the inspection Each $ 950.00 35) Initial Color Video Survey This is performed to show casing and screen configurations and conditions. In addition it will show the flow patterns within the screen. A color 360 degree downhole video will be used in the selection of downhole tools to be used (swabs, brushes, isolation tools) and type of development to be used (air, reverse air, water jet). DVD copy and well sketch will be submitted to owner. Each $ 850.00 36) Brushing, Swabbing and Jetting The brush shall be of a spiral construction for a full 360-degree contact; it will be equipped with a tight rubber swab 24" above the brush. The 24' gap will have 4 equal intake holes allowing us to brush and reverse airlift in combination without pushing debris back into the A-4 gravel pack or formation. Jetting will be performed using a 360-degree tool attached to a subme!1lible pump capable of operating at 450 GPM @ 150 psi at the screen. The jet tool will be lowered using 3' tubing allowing us to jet (loosen and clean the gravel) and airlift (direct air will tighten gravel pack for sand control). During the jet/airlift procedure a 3' valve placed on top of the 3" tubing will be opened every 10 to 15 minutes to discharge debris from the well, Each $ 1200.00 37) CO2 Injection Perform liquid CO2 injection (Aquafreed) on well if required, Each $ 4800.00 38) Chemical Treatment (If required, depending on construction Issu.s or pipe condition) Stabilized sOdium hypochlorite will be injected into the well during the last pass of the jet tooL PPM, volumes and pH range will be determined on a per well basis. The chemicals should have a contact time of no less than 6 hours and no more than 18 hou!1l. Wells requiring acidification will be equipped with a sealed wellhead including a psi gauge, blow off valve, tank and braden head. Acid blends shall consist of hydrochloric, sulfuric (as an extender), citric (as a chelating agent) and Cotey chemical (used to help extend and suspend debris for easy removal). Percentages of acids to be used will not exceed 10% of total volume injected. Each $ 1900.00 39) Airlift/Development Debris and bacteriological sludge will be removed from the well using the reverse air method. This is done to assure that the debris will nol be pushed back into the formation thus causing additional plugging. This will be followed with direclair using a 600 to a 750 CFM air compressor for a total of approximately 8-10 hours, A loop system will be used to eliminate water disposal Each $ 1350.00 40) Post Color Video Survey This is performed to show the phYSical results to the rehabilitation. one DVD copy is submitted to the client. Each $ 850.00 41) Reinstallation of Production Pump The prOduction pump will be installed and tested and the wellhead will then be completed with the state required sanitary seal and screened vent tube. If required the discharge head will be modified to accept a sounder probe or airline which will then be used for future water level monitoring, Each $ 950,00 42) Final Well Disinfection A-5 The well and all associated equipment shall be sanitized under AWWA C654 Section 5 guidelines, Each $ 300.00 43) Optional (if required): Gravel replacement Cubic Foot $ 23,05 Complete 8 hour test pump with calibrated flowmeter & sand tester. Per Hour $ 430.00 44) Demobilization Clean site: including if required, socl, paint, fence repair etc. Lump Sum $ 225.00 A-6 Article 6. PAYMENT PROCEDURES Contractor shall submit Applications for payment in accordance with Paragraph 12 of the Invitation For Bid solicitation. Applications for Payment will be processed as follows: Contractor shall submit applications for payment to the City's designated Project Manager for review and approval. The City will be responsible for prompt review of the pay applications. and shall either make payment with twenty (20) business days of the stamped date of receipt of the pay application, or must return any application which in the opinion of the City, is disputed, not sufficient, or is incorrect within twenty (20) business days of stamped receipt date of the pay application. Once the City has received a corrected pay application, the City must pay the Contractor for the amount affected by the dispute/rejection, within ten (10) business days. If the City is disputing a portion of the pay application, any portions of the pay application which are not disputed must be paid as stipulated above. If an ordered portion of work requires multiple pay applications, the Contractor may submit a pay application for five percent (5%) of the withheld retainage, once the project is fifty-percent complete. Fifty percent completion shall be determined when pay applications for half of the value of the project have been approved by the City. Once payment is received by the Contractor, the Contractor must pay all subcontractors for subcontractors' portion of paid work, within ten (10) calendar days. Subcontractors must then, in tum, pay all of its subcontractors for portions of work paid, within seven (7) calendar days of receipt of payment by the Contractor. 61 Progress Payments. The CITY shall make progress payments on account of the Agreement Price on the basis of CONTRACTOR'S Applications for Payment as recommended by the Project Manager. Contractors shall submit a Progress Payment affidavit and partial release of lien to the CITY on forms which the CITY may provide, indication that all subcontractors, sub-subcontractors. laborers, materialmen, and suppliers have been paid for the improvements completed 6.1.1 Prior to Substantial Completion progress payments will be made in an amount equal to 90% of the work completed, but, in each case, less the aggregate of payments previously made and less such amounts as the Project Manager shall determine, or the CITY may withhold. 6.1.2 Prior to Substantial Completion, progress payments for materials and equipment not incorporated in the Work but delivered and suitably stored and accompanied by documentation satisfactory to the CITY will be made in an amount equal to 0%. 62 Final Payment. Upon final completion and acceptance of the Work, the CITY shall pay the remainder of the Agreement Price as recommended by the Project Manager, The Contractor must provide the City with waivers of any and all claims and liens from the Contractor and any subcontractors, sub-subcontractors. laborers. suppliers of materialmen. These waivers are conditions precedent to final payment. The City may withhold amounts it deems necessary to cover any claims of which it has been notified of subcontractors, sub- subcontractors, laborers, suppliers of materialmen or others from final payment to the Contractor. Article 7. CONTRACTOR'S REPRESENTATIONS In order to induce the CITY to enter into this Agreement CONTRACTOR makes the following representations: A-7 7,1 CONTRACTOR has familiarized itself with the nature and extent of the Agreement Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 7.2 CONTRACTOR has obtained at its own expense and carefully studied, or assumes responsibility for Obtaining and carefully studying, soil investigations, explorations, and test reports which pertain to the subsurface conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Agreement Price, within the Agreement Price. within the Agreement Time and in accordance with the other terms and conditions of the Agreement Documents, including specifically the provisions of paragraph 4.2 of the General Conditions and paragraph 4.4 of the Instructions to Bidders; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 7,3 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Agreement Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Agreement Price, within the Agreement Time and in accordance with the other terms and conditions of the Agreement Documents, 7.4 CONTRACTOR has correlated the results of all such observations. examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Agreement Documents. 7.5 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Agreement Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR Article 8. AGREEMENT DOCUMENTS The following Agreement Documents are incorporated herein by reference as if originally set forth in this agreement. and comprise the entire agreement between the CITY and CONTRACTOR concerning the Work consist of the following: 8,1 Invitation to Bid 8.2, Bid Bond 8.3 List of Subcontractors 8.4 Certification of Drug Free Workplace Program 8.5 List of References 86 Licensure to Perform Work A.8 B.7. This Agreement 8.8. Florida Performance Bonds (pages PRB-l to PRB-3, inclusive). B.9 Florida Payment Bond (pages PYB-l to PYB-3). 8.10. Certificates of Insurance. (project-specific) 8.11. Notice of Award (pages NOA-1 to NOA-2). B.12. Certificate of Substantial Completion (pages CSC-1 and CSC-2). {Must be issued on each portion of work ordered} 8.13. Affidavit and Partial Release of Lien (pages APR-1). {Must be completed on each portion of work ordered} 8.14. Contractor's Final Affidavit and Release of Lien Rights (pgs. FAR-l to FAR-2). {Must be completed on each portion of work ordered} Article 9, INDEMNITY The parties recognize that the Contractor is an independent contractor, The Contractor agrees to assume liability for and to indemnify, hold harmless, and defend the City, its commissioners, mayor, officers, employees, agents, and attomeys of, from, and against all liability and expenses, including reasonable attorney's fees, in connection with any and all claims, demands, damages, actions, causes of action and suits in equity of whatever kind or nature, including claims for personal injury, property damage, equitable relief or loss of use, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor, its agents, officers, contractors, subcontractors, employees, or anyone else utilized by the Contractor in the performance of this Agreement. The Contractor's liability hereunder shall include all attorney's fees and costs incurred by the City in the enforcement of this indemnification provision. This includes claims made by the employees of the Contractor against the City, and the Contractor hereby waives its entitlement, if any, to immunity under Section 440.11. Florida Statutes. The obligations contained In this provision shall survive termination of this Agreement and shall not be limited by the amount of any insurance required to be obtained or maintained under this Agreement. Subject to the limitations set forth in this Section, the Contractor shall assume control of the defense of any claim asserted by a third party against the City and, in connection with such defense, shall appoint lead counsel, in each case at the Contractor's expense, The City shall have the right, at its option, to participate in the defense of any third party claim, without relieving Contractor of any of its obligations hereunder. If the Contractor assumes control of the defense of any third party claim in accordance with this paragraph, the Contractor shall obtain the prior written consent of the City before entering into any settlement of such claim. Notwithstanding anything to the contrary in this Section, the Contractor shall not assume or maintain control of the defense of any third party claim, but shall pay the fees of counsel retained by the City and all expenses, including experts' fees. if (i) an adverse determination with respect to the third party claim would, in the good faith judgment of the City, be detrimental in any material respect to the City's reputation; (Ii) the third party ciaim seeks an injunction or equitable relief against the City; or (ili) the Contractor has failed or is failing to A.9 prosecute or defend vigorously the third party claim. Each party shall cooperate, and cause its agents to cooperate, in the defense or prosecution of any third party claim and shall furnish or cause to be furnished such records and information, and attend such conferences, discovery proceedings, hearings, trials, or appeals, as may be reasonably requested in connection therewith It is the specific intent of the parties hereto that the foregoing indemnification complies with Section 725.06, Florida Statutes, as amended. Contractor expressly agrees that it will not claim, and waives any claim, that this indemnification violates Section 725.06, Florida Statues. Nothing contained in the foregoing indemnification shall be construed as a waiver of any immunity or limitation of liability the City may have under the doctrine of sovereign immunity or Section 768.28. Florida Statutes. Article 1 O. REIMBURSEMENT OF ENGINEERING EXPENSES Should the completion of this Agreement be delayed beyond the specified or adjusted time limit, CONTRACTOR shall reimburse the CITY for all expenses of ENGINEERING and inspection incurred by the CITY during the period between said specified or adjusted time and the actual date of final completion, All such expenses for ENGINEERING and inspection incurred by the CITY will be charged to CONTRACTOR and be deducted from payments due CONTRACTOR as provided by this Agreement. Said expenses shall be further defined as ENGINEERING charges associated with the construction Agreement administration, including resident project representative costs. All such expenses shall be separate from and in addition to any liqUidated Damages as provided for herein. Article 11. TERMINA TION 111 The City of Lake Worth reserves the right to terminate this Agreement without cause. effective thirty (30) days from date of written notice. 11.2 In the event any of the provisions of this Agreement are violated by the CONTRACTOR, the City of Lake Worth will notify the CONTRACTOR in writing, detailing the violated provision(s). The CONTRACTOR will have ten (10) business days to remedy and cure the violations. The City will be the sole judge as to whether the CONTRACTOR has cured the violation(s). If the violated provisions are not remedied within the cure period, the City may serve written notice upon such CONTRACTOR of its intention to immediatelv terminate the Agreement with caUSB. Such notice will state the reason(s) for such intention to terminate the Agreement. The liability of the CONTRACTOR for any and all violation(s) shall not be affected by such termination and vendor surety, if any, shall be forfeited Article 12. INSURANCE 121 The CONTRACTOR shall, at its own expense, procure and maintain throughout the term of this Agreement, with Insurers acceptable to the CITY, the types and amounts of insurance conforming to the minimum requirements set forth herein. The CONTRACTOR shall not commence work until the required insurance is in force and evidence of insurance acceptable to the CITY has been provided to, and approved by, the CITY. An appropriate Certificate of Insurance shall be satisfactory evidence of insurance, Until such insurance is no longer required by this Contract, the CONTRACTOR shall provide the CITY with renewal or replacement evidence of insurance at least thirty (30) days prior to the expiration or termination of such insurance. 12.1.1. Comprehensive General Liability Insurance A-10 Such insurance shall be no more restrictive than that provided by the most recent version of standard Commercial General Liability Form (ISO Form CG 00 01) without any restrictive endorsements. The CITY shall be included as an 'Additional Insured' on a form no more restrictive than ISO Form CG 20 10 (Additional Insured. Owners, Lessees, or Contractors). The minimum limits (Inclusive of amounts provided by an umbrella or excess policy) shall be: $2,000,000 General Aggregate $1,000,000 Each Occurrence of Bodily Injury and Property Damage 12.1.2. Wor1\ers' CompensationfEmployer's Liability Insurance Such insurance shall be no more restrictive than that provided by the Standard Workers' Compensation Policy, as filed for use in Florida by the National Council on Compensation Insurance, without restrictive endorsements. The minimum amount of coverage (inclusive of any amount provided by an umbrella or excess policy) shall be: State "Statutory" Employer's Liability: $ 1,000,000 12.1.3 Comprehensive Automobile Liability Insurance Such insurance shall be no more restrictive than that provided by Section II (Liability Coverage) of the most recent version of standard Business Auto Policy (ISO Form CA 00 01) without any restrictive endorsements, Including coverage for liability contractually assumed, and shall cover all owned, non-owned, and hired autos used in connection with the performance of the work, The minimum limits (inclusive of any amounts provided by an umbrella or excess policy) shall be: Bodily Injury: Each Person: $500,000 Each Accident; $1,000,000 Property Damage: Each Occurence $250,000 12.2. The insurance provided by the CONTRACTOR shall apply on a primary basis. Any insurance, or self.insurance, maintained by the City Commission shall be excess of. and shall not contribute with, the insurance provided by the CONTRACTOR Except as otherwise specified, no deductible or self-insured retention is permitted. 12.3. Compliance with these insurance requirements shall not limit the liability of the CONTRACTOR. Any remedy provided to the CITY by the insurance provided by the CITY shall be in addition to and not in lieu of any other remedy (including, but not limited to, as an indemnitee of the CONTRACTOR available to the Council under this Agreement or otherwise) 12.4. Neither approvai nor failure to disapprove insurance furnished by the CONTRACTOR shall relieve the CONTRACTOR from responsibility to provide insurance as required by this Agreement. 1241. The CONTRACTOR shall deliver to the CITY the required certificate(s) of insurance and endorsement(s) before the CITY signs this Agreement. A-11 12.4.2, The CONTRACTOR'S failure to obtain, pay for, or maintain any required insurance shall constitute a material breach upon which the CITY may immediately terminate or suspend this Agreement. In the event of any termination or suspension. the CITY may use the services of another contractor or contractors, without the CITY incurring any liability to the CONTRACTOR. 12.4.3. At its sole discretion, the CITY may obtain or renew the CONTRACTOR'S insurance, and the CITY may pay all or part of the premiums, Upon demand, the CONTRACTOR shall repay the CITY all monies paid to obtain or renew the insurance. The CITY may offset the cost of the premium against any monies due the CONTRACTOR from the CITY, Article 13. MISCELLANEOUS: 13.1. No assignment by a party hereto of any rights under or interests in the Agreement 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 not be assigned without such consent (except to the ex1ent 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 Agreement Documents. 13,2, The CITY and CONTRACTOR each binds itself, its partners, its successors, assigns and legal representatives to the other party hereto, its partners. successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Agreement Documents. 13,3. Additional work, changes to the Agreement Price, or Agreement Time, is subject to the City's prior written approval. The ENGINEER has no authority to approve such changes and has no authority to waive the requirement of prior written authorization for ex1ra work. changes In the Agreement Time, or change orders 13.4. Counterparts: This Agreement may be executed in two or more counterparts, each of which shall be deemed to be an original, but all of which shall be deemed to be an original, but each of which together shall constitute one and the same instrument 13.5. Entire Agreement; Amendment and Waiver; This Agreement (together with the Exhibits hereto) supersedes any and all prior negotiations and oral or written agreements heretofore made relating to the subject matter hereof and, except for written agreements, if any. executed and delivered simultaneously with or subsequent too the date of this Agreement, constitutes the entire agreement of the parties relating to the subject matter hereof. This Agreement may not be altered or amended except by a writing signed by the parties hereto. No waiver of any of the terms or conditions of this Agreement shall be effective unless in writing and executed by the party to be changed therewith. No waver of any condition or of the breach of any term, covenant, representation, warranty or other provision hereof shall be deemed to be construed as a further or continuing waiver of any such condition or breach or a waiver of any other condition or of any breach of any other term, covenant. representation, warranty or other provision contained in this Agreement. 13.6. Successors and Assigns: This Agreement shall be binding upon, and shall inure to the benefit of the parties hereto and their respective successors and assigns. A-12 13.7. Governing Law; Consent to Jurisdiction: This Agreement shall be governed by and construed and interpreted in accordance with the laws of the State of Florida. Each of the parties hereto (a) irrevocably submit itself to the jurisdiction of Palm Beach County, Florida for the purposes of any suit, action or other proceeding arising out of, or relating to, this Agreement; (b) waives and agrees not to assert against any party hereto, by way of motion, as a defense or otherwise, In any suit, action or other proceeding, of any claim that it is not peraonally subject to the jurisdiction of the above-named courts for any reason whatsoever; and (i1) to the extent permitted by applicable law, any claim that such suit, action or proceeding by any part hereto is brought in an inconvenient forum or that the venue of such suit, action or proceeding is improper or that this Agreement or the subject matter hereof may not be enforced in or by such courts 13.8, No third Party BenefiCiary Rights: This Agreement shall create no rights or claims whatsoever in any person other than a party hereto. 13.9 Severability: If anyone or more of the provisions of this Agreement shall be held to be invalid, illegal or unenforceable in any respect, the validity, legality and enforceability of the remaining provisions hereof shall not in any way be affected pt impaired thereby, Article14. CONTACT AND NOTICE INFORMATION 14.1. As to the City, the individual (or designee) listed below, shall be the point of contact for the services required under this Agreement. All invoicing shall be addressed to this individual as indicated below: City of Lake Worth Altn: Doug Lovelace 301 College Street Lake Worth, FL 33460. 14.2, As to the CONTRACTOR, the individual referenced below, shall be the point of contact for issues arising during the performance of this Agreement and to whom all notices from the City to the CONTRACTOR shall be provided: Jayne Prindlble 7146 Haverhill Road North West Palm Beach, Florida 33407 Telephone No: 561-494-2844 14.3. All notices hereunder must be in writing and , unless otherwise provided herein, shall be deemed validly given on the date either personally delivered to the address indicated below, or on the third (31ll) business day following deposit, postage prepaid, using certified maii, return receipt requested, in any U.S. Postal mailbox or at any U.S. Post Office. Should the City or the CONTRACTOR have a change of address, the other party shall immediately be notified in wiring of such change, provided, however, that each address for notice must include a street address and not merely a post office box. All notices from the CONTRACTOR to the City shall be given addressed as follows: Susan A. Stanton, City Manager City of Lake Worth 7 North Dixie Hwy. City of Lake Worth, Florida 33460 A-13 15 AUDIT BY THE CITY 15.1. The CONTRACTOR shall permit the City, or any authorized representatives of the City, at all reasonable times, access to and the right to examine all records, books, papers or documents related to the CONTRACTOR's performance under this Agreement including, but not limited to, expenses for sub-contractors, agents or assistants, direct and indirect charges for work performed and detailed documentation for all such work performed or to be performed under this Agreement 16, DATA AND DOCUMENTS 16.1. Originals and copies of all data and documents collected or prepared by the CONTRACTOR in relation to work associated with this Agreement shall be provided to the City. Data collected, stored or provided shall be in a form acceptable to the City and agreed upon by the City. 17, OWNERSHIP 17.1 Each and every report, draft, work product, map, record and other document produced, reproduced, prepared or caused to be prepared by the CONTRACTOR pursuant to or in connection with this Agreement shall be the exclusive property of the City. 16. PUBLIC ENTITY CRIMES 16.1 As provided in Sections 267.132 and 269.133, Florida Statutes, by entering into this Agreement or performing any work in furtherance thereof. the CONTRACTOR certifies that it, its affiliates, suppliers, subcontractors and contractors who will perform under the terms and conditions of this Agreement have not been placed on the convicted vendor list maintained by the Florida Department of Management Services within the 36 months immediately preceding the date of this Agreement This notice is required by Section 287.133, Florida Statutes, 19. FORCES OF NATURE 19.1 Neither party shall be considered in default in the performance of its obligations hereunder or any of them, if such obligations were prevented or delayed by any cause, existing or future beyond the reasonable control of such party which include but are not limited to acts of God, labor disputes or civil unrest. Any delays beyond the control of either party shall automatically extend the time schedule as set forth in this Agreement by the period of any such delay. [Remainder of this page left blank intentionally] A-14 IN WITNESS WHEREOF. the CITY and CONTRACTOR have caused this Agreement to be executed the day and year shown below, CITY OF LAKE WORTH, FLORIDA CONTRACTOR: AQUIFER MAINTENANCE A;{ERFORMANCE SYSTEMS, INC, By By ~ lIAe . (Signature) - " ,;,Jl!1, 'M!!:., '( .',~ ,~,:~'~~% ~~ ",^U((,..,y : ....:<~.\~~, ~~~~ ..<<,~. . (T 'nt ". :i~ ~'. \,.".- '0. ~ ~Itle, ~~ '" l~' r,' . . .' '(., ,,\ ""l'~ .--; ':;;.....:,/,'..; ,~1 ~:tl (CORPORATE SEAL) Attest: ' t;; Vd .' 'f 15'- f.} rk '... .;,:;.:,.y..... .' .. r 4' ~~:/:..r.; t';\:. ~. Approved as to form " "! ",h;~'I'r- and legal sufficiency as to the City of Lake Worth: ~~ t1. ~ Elaine A, Humphreys, ty A ey (If CONTRACTOR is a corporation attach evidence of authority to sign.) A-15 CORPORATE ACKNOWLEDGMENT STATE OFFLORIDA ) ) ss COUNTY OFPALM BEACH ) The for ngins ment was acknowledged befor~~ day of ~ ' 2010 by , (name of officer or agen AND title of offi r or agent),of Aquifer Maintenance & Performance Systems, Inc., a Florida corporation, on behalf of the corporation. He/She is~to me/or has produced identification (type of identification) as Identification and did/did not take an oath. ~ : ~ <<J, . .. My Commission Expires: A-16 CERTIFICATE AS TO CORPORATE PRINCIPAL STATE OF FLORIDA ) ) 55 COUNTY OF ) ) I HEREBY CERTIFY that a meeting of the Board of Directors of Aquifer Maintenance & Performance Systems, Inc" a corporation under the laws of the State of Florida held on "1-IY: , 20..iI.L the following resolution was duly passed and adopted: "RESOLVED", that JW\M~ as Pres; ent of the corporation, be he/she is hereby authorized to execute the Agreement dated 5f',,-\.,.....bu- ~ , 20~, between the City of lake Worth, Florida and this Corporation, and that his/her execution thereof, attested by the Secretary of the Corporation and with corporate seal affixed, shall be the official act and deed of this CorporatIon", I further certify that said resolution is now in fuff force and effect. IN WITNESS WH,REOF, I have h~to set Corporation this I ~ day of ... (Seal) Subscribed and sworn ~!Ore me this -.!.L day of U '1 ,20 /0 ~ Notary Public My Commission Expires: 'f / /5/!</ . _T._ ..,...... ........... ...... ...._ '''11M ~ ---..- ~ A-17 SCOPE OF WORK It is the intent of the City of Lake Worth to award a contract to one (1) supplier who can provide all services. as reauested herein. for production well rehabilitation and maintenance. annuallv. on an as-needed basis. . All work to be performed by licensed water well contractor. . Contractor shall have a minimum 10 years experience in well rehabilitation services. . Contractor shall have response time within 12 hours of request. . Contractor shall have facility within 25 miles to be inspected by the City to review resources. . Contractor shall have full fabrication and machine shop. . Contractor shall maintain active inventory of pumps, motors and parts. . Contractor shall have Pollution Control insurance. . Contractor shall have Professional Liability insurance. . No Day Laborers . All associated parts (repairs, etc.) will be supplied at cost +15 %% with copy of receipt supplied. . Upon job completion a one year warranty letter is submitted to client. Rehabilitation work may include: 1. Mobilize and demobilize well and cleanup. 2. Wellhead and pump removal, cleaning and reinstallation of existing or new. 3. Specific capacity test, with existing pump, before and after rehabilitation. 4. Well acidification - E.P.A. Well field protection approved chemicals. Contractor must submit a list of all chemicals and the process's to be used, in addition to MSDS sheets. All chemicals used shall be in accordance with all Federal, State and local guidelines and used per EPA directions. Disposal of containers shall not be permitted on site and must be disposed of in accordance with EPA guidelines. 5. Well development and redevelopment 6. Disinfection of well after rehabilitation. Contractor shall provide procedures for acid and chemical treatment to the well for approval, prior to the work being performed. 16 7. Pump/Motor Retrieval. 8. A copy of any well rehabilitation down hole video taping (both pre and post well rehabilitation) shall be provided to owner after each well rehabilitation. 9. An estimate of entire well rehab/project shall be submitted before an issuance of a purchase order, Chlorine Maintenance will be performed on an individual basis as determined by the Water Plant Supervisor. Flow Meter maintenance and calibration shall be performed by the contractor as determined by the utility. If It Is determined that meter calibration is off, meter maintenance will be performed as needed. Contractor shall send meter to the manufacturer for calibration prior to reinstall. Equipment for well and pump maintenance / emergencies shall be available within 12 hours of notification of any problem as determined by Water Plant Supervisor. Invoices - the Contractor will submit a copy of the original invoice for any material purchases, This will include but not be limited to pumps, motors, valves, piping, and any ancillary material needed to accomplish the task. Maintenance - the Contractor will assist with any well / pump / motor maintenance within the Utility facilities as determined by the Water Plant Supervisor. This will include pulling pumps such as RIO, Deepwell and High Service pumps. The contractor will also assist in pulling motors as needed and assist in troubleshooting various problems with the system. Work Completion Time - all well rehabilitation/maintenance work shall be completed within 30 days of the start of the rehabilitation purchase order issuance unless an emergency situation arises as determined by Water Plant Supervisor. All required work should be performed or discontinued at the determination of the Water Plant Supervisor. Reports - A quarterly report will be generated for each well specifying and graphing GPM, drawdowns, static and annual report will also be required to show entire well performance for each calendar year. Warning Signs - the Contractor is responsible for all necessary waming signs to be posted at work site. Contractor will also be responsible for the proper storage of all materials and restoration of site prior to leaving project. Maintenance supervisor will need to sign off that the restoration has been completed to the satisfaction of the owner. Samples - the Utilities Water Treatment Plant laboratory will run all bacteriological samples. Scheduling - the Contractor must communicate with the Water Treatment Plant Supervisor before project(s) begin to determine work schedule of each well. The contractor will also check in and out with the Water Treatment Plant Supervisor on a daily basis and provide a status report for the current projects. 17 Chemicals - the proposer shall include, with their proposal submittal, a list of all chemicals that may be used during the various cleaning processes. 18 BID FORM: UT-WAT-09-10-775 and Contractors must bid on all items. This will be awarded 'ell or none'. Additionally, pleasa Insure thalt"" unit prices reflacted balow include tha cost of a $50,000 performanca bond which must be malntelned throughout the life of the contract, or any extenslon/renewelthereo!. Item II ITEM DESCRIPTION UOM PRICE I Well Drill Per foo! $ ~IY.c 2 Well Service Rio Per hour $ I Z. 'S~ 3 Pumo Service Rio Per hour I $ 12S' 4 Cern....' work or tl""olition Per hour IS~' 5 On Site Welllin.. ,Jnit Per hour $ II""~ 6 M~r.hi"" Shon Weldino P"r hour F;s"" 7 PumnlWell technician Per hour l~ '!! 8 Chemical Treatment Per hour 12.S~ 9 Well abandonment Per hour \ '?fi~ 10 Snecific ranacitv 'est ReCore ~nd after rehabilitation Per hour $ l~ 11 Well Develonment and Redevelonrnent Per hour-S \ Y)"/ 1 2 Chemical disinfection of well after rehabilitation Per hour I S l ~ 13 Pumn Motor Retrieval Per hour $ I J.S'" 11 Miscellaneous work as needed. nonnal business Per hour i hours '1.<,00; 15 Misc"llaneo"s work as needed non nnnoal business Per hour T \ 14)"1> 16 Flow Meter Maintenance and ralibration Per hour $ 1">"" 17 Deen well Pumn Maintenance Per hour S \ 1").... 18 WelllPumn /Motor ~.i~t-ance Per hour $ '1")" 19 Raw water disoosal Per hour l'>~ 20 Airlift well Per hour I ')'S" 21 pumn test Per hour '\ll(1I> 22 Ouarterlv well monitorinl! renarts Per reoort $ I.~ 23 Down hole vitleo surveys per video T 10"511"- 24 360 De"ree Video Per video $ PHi~ 25 Mobili7" d"""obilize & cleanuo P~well$ A<ii)'Il. 26 Wellheadloumn removal cleanino and reinstall Per well $ -lO\Q)"ol- 27 Well AcidificationlEPA Per well $ I CI\U)"" 28 Chlorine Maintenance of Wells Per well $ :;OO'tl- TOTAL COST [Add line 1 - 281 $' 'l~l.I9l'!i! 29 I Percent Of Marlrun For Parts Sunnlied & Installed I; % 19 30) Permits Obtain any required state and or local permits Each $ I "jJ~ 31) Water Samples These samples are taken 3 days prior to an efficiency test and, when combined with water quality reports supplied by the water plant, will give the information necessary to formulate the proper procedures needed to eliminate the risk of formation plugging, casing damage and chemical cross linking, Each $ lse 32) Mobilization Contractor shall supply the equipment and materials required to perform the job and will cleanup and restore the site upon completion. a complete before and after photo log of all wells with condition report. Each $ 21')~ 33) Production Pump Efficiency Test This is conducted before the pump is removed and is performed to determine pump curve correlation and specific capacity. Information shall be gathered at three points (full valve. half valve and shut in) the SPC, GPM, one hour recovery. head psi. volts. amps, ohms, sand content. pumping and vibration levels will be recorded at each point. The flowmeter will be certified with a district approved ultra sonic meter. Each $ \ '1:t" 34) Removal and Inspection of Production Pump The pump and associated equipment are disassembled and visually inspected, digitally photographed. pressure washed & disinfected. A still shot copy and condition report will be submitted to the Owner following the inspection. Each $ q~ 35) Initial Color Video Survey This is performed to show casing and screen configurations and conditions. In addition it will show the flow patterns within the screen. A color 360 degree downhole video will be used in the selection of downhole tools to be used (swabs, brushes. isolation tools) and type of development to be used (air. reverse air, water jet). DVD copy and well sketch will be submitted \0 owner. Each $ B~ 20 36} Brushing, Swabbing and Jetting The brush shall be of a spiral construction for a full 360-degree contact; it will be equipped with a tight rubber swab 24" above the brush. The 24' gap will have 4 equal intake holes allowing us to brush and reverse airlift in combination without pushing debris back into the gravel pack or formation. Jetting will be performed using a 36Q-degree tool attached to a submersible pump capable of operating at 450 GPM @ 150 psi at the screen. The jet tool will!>e lowered using 3" tubing allowing us to jet (loosen and clean the gravel) and airlift (direct air will tighten gravel pack for sand control). During the jet/airlift procedure a 3" valve placed on top of the 3" tubing will be opened every 10 to 15 minutes to discharge debris from the well. Each $ lUO~ 37) C02 Injection Perform liquid C02 injection (Aquafreed) on well if required. Each $~~ 38) Chemical Treatment (If required, depending on construction issues or pipe condition) Stabilized sodium hypochlorite will be injected into the well during the last pass of the jet tool. PPM, volumes and pH range will be determined on a per well basis. The chemicals should have a contact time of no less than 6 hours and no more than 18 hours. Wells requiring acidiflcation will be equipped with a sealed wellhead inciuding a psi gauge, blow off valve, tank and braden head. Acid blends shall consist of hydrochloric, sulfuric (as an extender), citric (as a chelating agent) and Cotey chemical (used to help extend and suspend debris for easy removal). Percentages of acids to be used will not exceed 10% of total volume injected. Each $ I "C()~ 39) Airlift/Development Debris and bacteriological sludge will be removed from the well using the reverse air method. This is done to assure that the debris will not be pushed back into the formation thus causing additional plugging. This will be followed with direct air using a 600 to a 750 CFM air compressor for a total of approximately 8-10 hours. A loop system will be used to eliminate water disposal Each $ 11~'$Oo.e. 40} Post Color Video Survey This is performed to show the physical results to the rehabilitation, one DVD copy is submitted to the client. Each $ e;~~ 41} Reinstallation of Production Pump 21 The production pump will be installed and tested and the wellhead will then be completed with the state required sanitary seat and screened vent tube. If required the discharge head will be modified to accept a sounder probe or airline which willlhen be used for future water level monitoring. Each $ Ciso~ 42) Final Well Disinfection The well and all associated equipment shall be sanitized under AWWA C654 Section 5 guidelines. Each $ 2fJ)~ 43) Optional (if required): Grave~placement Cubic Foot $ 2.~ ~ Complete 8 hour test pump with calibrated flowmeter & sand tester. Per Hour $ 4,()ll:!. 44) Demobilization Clean site: including if required, sod, paint, fence repair etc Lump Sum $ 27:SUJ- Required documents attached? ~I - Acknowledge Addenda # _ (if issued) - 1 Original and 2 copies of bid (signed) - Licenses (copies of applicable licenses) - List of Subcontractors - 'Drug Free Workplace Cert. (signed) - List of References - Proof of Existing Insurance Coverage 'Ire.. NAME OF FIRM ~W Mo.\n1tl'\llMJ... <t A(-AY.M~~ S\r5QJ..f:., II<.<... ADDRESS 114\0 rlr:wrl \"Ii\\ ~ tJ. Wt~ Ruu ~ I hA ,14o'l- PHONE# ~\ ACJc.-\ ~~4\-j FAX# SlJI 4l.)Lj 2Cl44 TAXPAYER 10. # fd) - (X) "{U:i12 AUTHORIZED SIGNATUREh ~ NAME & TITLE (TYPED) -J ') M\JM t ~ DATE: ~'A'\O POINT OF CONTACT NAME AND EMAIL J~ ~\nttWk Qf\\(J.l j\~ ()O\. t.CW\ 22 CLARIFICATIONS AND EXCEPTIONS Use this page to identify any deviations/clanfications and/or exceptions to the specifications noted in the IFB. (Attach additional pages if required.) Z3 LIST OF SUBCONTRACTORS Following are the subcontractors to be used if your company is awarded the Contract. Please note that all changes to this list must first be approved in writing by the City of Lake Worth OMS Manager. NAME OF COMPANY ADDRESS OF COMPANY PHONE/CONTACT 1) N\A- D::> tJO~ ~ SJc(~(j\\)(~ 2) 3) 4) 5) 24 I certl fy the firm of -t r M tMs 1M.., maintains a drug.free kplace program, and that the following conditions are met: 1. We publish a statement notifying employees thaI the unlawful manufacture. distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace; and specifying that actions will be taken against employees for violations of such prohibitions. 2. We inform employees about the dangers of drug abuse in the workplace. the company's policy of maintaining a drug.free workplace. any available drug counseling, rehabilitation, and employee assistance programs. and the penalties that may be imposed upon employees for drug abuse violations, 3. We give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection one (1 ). 4. In the statement specified subsection one (1), we notify the employee that, as a condition of working in the commodities or contractual services that are under bid, the employee will abide by the terms of the statement; and will notify the employer of any conviction of, or plea of guilty or 'nolo contendere' to any violation of Chapter 893 or of any controlled substance law of the United States or any state. for a violation occurring in the workplace, no later than five (5) days after such conviction. 5. We impose a sanction on. or require the satisfactory participation in a drug-abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is convicted. 6. We make a good faith effort to continue to maintain a drug.free workplace through implementation of this section. As the person authorized to sign the statement. I certify that this finn complies fully with the above requirements. 3\9\\0 (Date) JP%L~ Mlr~~ Name & tille (typed) \ 25 LIST OF REFERENCES Following are references from government agencies in which your company has provided similar services within the last 5 years. If the references provided below are not for current athletic field contracts, please provide additional references to meet the minimum qualifications as detailed in the Scope of Work Section: REFERENCE #1 S;.;.. \d; Company/Agency Name: ~ Address, Point of Contact: Phone Number: Fax Number: REFERENCE #2 Company/Agency Name: Address: Point of Contact: Phone Number: Fax Number: REFERENCE #J Company/Agency Name: Address: Point of Contact: Phone Number: Fax Number: 26 AMPS, INC. REFERENCES Seacoast Utility Authority City of Boynton Beach 4200 Hood Road 100 East Boynton Beach Blvd. Palm Beach Garden, FI33410 Boynton Beach, FL 33425 Alln: Vince Mollo Attn: Phil Taylor Phonc (561) 537 0677 Phone (561) 742-6433 Fax (561) 8824475 Fax (561) 742-6299 City of Palm Bay City of Stuart 1105 Troutman Blvd. N.E. 121 S.W. Flagler Drives Palm Bay, FL Stuart, FL 34990 Alln: George Cooke Attn: Jim Parks! Paul Hitchcock Phone (321) 952-3478 Phone (772) 288.5343 Fax (321) 768-7795 Fax (772) 288-5395 City of Boca Raton Town of Jupiter 1301 Glades Road 210 Military Drive Boca Raton, FL 33432 Jupiter, FL Altn: Ramy Maharaj Altn: Ray Snedeker Phone (561) 338-7316 Phone (561) 741-2601 Fax (561) 338-7366 Fax (561) 743-8733 City of Port St. Lucie Village of Palm Springs 121 SW. Port SI. Lucie Blvd. 226 Cypress Lane Port SI. Lucie, FL 34984 Palm Springs, FL 33461 Attn: George Homer Attn: Don Ray Phone (772) 370.8607 Phone (561) 965-4022 Fax (772) 420-4312 Fax (561) 965-5563 City of Coral Springs Palm Beach County 3800 N.W. 85'" Street 50 S. Military Trail Coral Springs, FL 33065 Suite 1]0 Attn: Leon Liberus West Palm Beach, FL 33415 Phone (954) 345-2160 Attn: Vincent Munn Fax (954) 345-2169 Phone (561) 8181673 Martin County Utilities City Of Lake Worth 2401 SE Monterey Rd. 7 North Dixie Highway Stuart, FL 34996 Lake Worth, FL 33460 Attn: Jim Mercurio Altn: Doug Lovelace Phone (772) 221 - 1439 Phone (561) 586-1710 Fax (772) 221- 1447 Fax (561) 533- 7372 rHNl AMPS INC. REFERENCES ViJlage ofWelJington City of POWf.ano Beacb 11860 Pierson Rd 301 NE 12 STREET Wellington, FL 33414 Pompano Bch, FL 33060 Attn: Chad Herzog A TIN: Donovan Evans Phone (561) 753- 2480 Phone (954) 592 1580 Coral Spring Improvement District 10300 NW 11th Manor Coral Springs, FL 33071 ATTN: Ed Phone(954) 752 1797 @lB! A 620 N, WylTlOfe Road, Sui Ie 200 ~ FLORIDA SURETY BONDS, INC. Mittland, FL 32751 ~07-786-7770 Fax 407-786-7766 1126 S. Ridgewood ^venue, Suite '15 Daytona Beach, FL 32114 386-898-0507 Fa. 386-898-0510 888-7B6.BOND 12663. Fax BB8-71B.BOND (2663) July 15, 2010 wwwFIOfidaSuretyBond,.com City of Lake Worth 7 North Dixie HIQhWilY Lilke Worth, FL 33460 Re: Authority 10 Date Bonds and Powers of Attorfley Principal: AQuifer Milintenance & Perfonnilnce Systems, Inc. Bond No.: 2097230 Project: Term Contract No. lO-WAT-775/ Engineering Project No. WAT-09-10-775, Well Rehabilitation and Maintenance, Oty of Lake Worth, FL Dear Sir or Madam: Please be advised that as Surety on the above referenced bond, executed on your behalf for this projec1, we hereby authorize you to date the bonds and the powers of attorney concurrent with the date of the contract agreement. Once dated, please fa.r a copy of the bonds to our office Sincerely, North American Specialty Insurance Company ~~ Gloria A. Richards Attorney-in-Fact U1d Florida Ucensed Resident Agent Public Work Executed In 2 CounUrpart8 F.S. Chapter 255.05 (1)(a) Cover Page THIS BOND 18 GIVEN TO COMPLY wrrH SeCTION HUG OR SECTION 713,23 FLORIDA STATUTES, AND ANY ACTION IHSTrrllTED BY A CLAIMANT UNDER THIS BOND !'OR PAYMeNT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMrrATlON PROVISIONS IN SECTION 255.05(2) OR SECTION 113.U FLORIDA STATUTES. 1l0NO NO: 2097230 CONTRACTOR NAME: AQuifer Maintenance & Performance SyStems, Inc. CONTRACTOR ADDRESS: 7146 Haverhill Road North West Palm Beach. FL 33407 CONTRACTOR PHONE NO: (561) 494-2844 SURETY COMPANY: North American Specialty Insurance Company 650 Elm Street Manchester, NH 03101 (603) 64+6600 OWNER NAME: City of Lake Worth OWNER ADDRESS: 7 North Dixie Highway Lake Worth. FL 33460 OWNER PHONE NO.: OBLIGEE NAME: (If contracting entity is clifl'erent from the owner, the contracting public enlity) OBLIGEE ADDRESS: OBLIGEE PHONE NO.: BOND AMOUNT: $5,000.00 CONTRACT NO.: (If applicable) Term Contract No 10-WAT-775/ EnQineerlnQ Prolect No. WAT-09 -10-775 DESCRIPTION OF WORK: Well Rehabilitation and Maintenance PROJECT LOCATION: City of Lake Worth, FL LEGAL DESClUl'TION: (If applicable) FRONT PAGE All other bond page(s) ere deemed su~eq1Jent \0 !his plIQ8 regardless or any page number(l) thai may be prinled lhere~n, .:.Ac:....ULt:U III '" "",,,,YII~'C"IoJCI'I~ ,. '.... ......"". ,..... '"".............' I ........."", "'::1"'" ...', """ ""...... "'11;;"''''' I ,tl;O,:) , <:It~ ...' 111,.;;0 !..IV"'" FLORIDA PERPORMANCI! BOND BOND The Term of Ihi$ Bond will be July 1,2010 through June 30,2011 NO.: 2097230 AMOUNT: Five Thousand and 001100 Dollars -------(----5,000.00--------) KNOW AL.L MEN BY THESE PRESENTS, thlt Aquifer Maintenance & Performance Sy!lems, Inc, of 7146 Haverhill Road North, Wesl Palm Beach, FL 33407 h_nafter CIIIed the CONTRACTOR (PrincipiI), end Nor1h American Specialty Insurance Company I dUly OI'gII1lnd c:crpotItlon. NIIonIII, rwcognlzec:l .urety coml*'Y blINd andfor ~ to eng.p In the .Ul'llty bullneu In the be of FIoridIlInd enter Into agtwMMlnll or tuIWty Mth a MIldInt IIJInI UaanMd and haYIng an ofllcle in Florida and 0lCiItIng lIncI8I' Md b1 wtll8 _lIII.... of \he StII. of FIotIdlI, IMnIMbr clllecllhe SURETY, are held firmly bouna unto 1M Clty of L,aq Worth, florida II OWNER (0blIgte). in tho .um of: Five Thousand and 00/100 ---- --- " - "" (I 5.000.00 "----- ). IIwful mone, the UnIled 8-. of America. for th8 ~yment of whIc:h. weIIlnd truly be mIIdt tv 1he OWNER. The CONTMCTOR II1d the SURETY bInd themllllvft end Hch of their hen, eucutarI. Idminlltratorl, 'uc:ceAO~. end ...1V'l1. jolntly II1d Itveralty, fInnly by tMM pr'IMnIa II foIIaM:.rn the event of. default by 1M Conlractlll', the Sllnlty llhaIl .tume all 00IIgIIII0nI ri the CoNrGIOr under \he Agrwmenl documante IncIlIdlng ...uming aU WWTIIlIIn. providing lIIl . bull drMngI. mntIng all Indemnification .ncllnelll'lnQl /'Iqulrlmentl, paymtl1t of royeIIIw Ind IioIntI fill, provIcIng for tho ufety of pel'IOIl' end property and all other CIblIgIlIona of Itle Conlrador under the Agreement ctoc:umentt. THE CONDITION OF THE A1KNE OBUGATlON IS SUCH THAT: WHEREAS, the CONTRACTOR hA ~ Illd .ntlll'ed into a certlln AgretfMnt henlto attIChed with the OWNER. dated tif"vT..-.bt.r Ql . 20~ to fumiIh at hili own 0llIt, chergn. .nd upeMO ... the IIICMtlIIY male,.... equipment, endfor IIDor in tlr1c:t and ..... acconIlnGO with said Agreement and the PI8n" D~, anc:t SpecIIl.-ans ~ by 1M Owner'1. lit of which Ie made . part of nid AQ/'IlIInIflt b1 c:ertlln termI Ind candftloN In AId AgtMment more l*tiCUIaIt, mentioned, which AgrMm8nt. contlltlng of \he verIouI ~ DocumentIlpecIftceIy mentloned henIln and retallvelherlto. i. I'IlIde a pert of U. Bond .. fully .nd oomplNly .. " It'd Agl'OllJlMt DocumentI were HI for1h n.l'Iln. for . project .ntIlIed 81: WELL REHABILITATION AND MAINTENANCE TERM CONTRACT NO. 10-WAT-775 ENGINEERING PROJECT NO. WAT "'10.778 NOW, THEREFORE. the c:onclltlot1l of ttli. Dbllglltion .re luoh thai If the above bcMIldecI cONTRACTOR IMII In all retpectl fully, promplly, and faithfully CllIl'Ilply with Itle twin. lIIld condIIIont of nId Agreem.nt Documenlll (whlCl'l IncludIt the PI8nI. DrewIngt, S~. IIlCI c:oncIiIIonI .. pre... by aid ENGINEER. Invitation 10 BIeI. II1IIruGtIona to BIcIo.., the CONTRACTOR'S blcl at eccopted by the abClVl OWNER. the Bid and Agratmlnl PwfOI'!'tlMOl and PRe., Payment Bonds. all Addenda, if any, issued prior to the opening of bids and change orders). and shall indemnify and save harmless above OWNER against and from all costs, expenses, damages, including but not limited to damages for delay due to contractors default. attorney', fees. including appellate proceedings, injury, or loss of which said OWNER may be subject by reason of any wrongdoing. misconduct, want of care or skill, negligence, failure to petition within the prescribed time, delay or default, including patent infringements, on the part of said CONTRACTOR, his agents, or employees, in the execution or performance of said AGREEMENT; then this obligation shall be void; otherwise, to remain in full force and effect for the term of said Agreement, including any and all guarantee periodS as specifically mentioned in said Agreement Documents; AND. the said Surety for value received, hereby stipulates and agrees that no change involving any extension of time, or addition to the terms of the Agreement or to the work to be performed, or materials to be furnished thereunder, or in the Plans, Drawings, and Specifications accompanying the said Agreement shall effect said obligation of said Surety on this bond, and the said Surety does hereby waive notice of any such changes, extension of time, alterations. or additions of the terms of the Agreement, or to the work, or to the Drawings and Specifications or any other changes. compliance or noncompliance to the terms of the Agreement as to the work or to the Specification. The Surety shall be responsible for delay. damages or liquidated damages due to Contractor's defaultand consequential damages for Surety's failure to fulfill Its responsibilities as set forth herein. Any suit under this bond must be instituted within five years from the date the cause of action accrued, IN WITNESS WHEREOF, the above parties bounded together have executed this instrument in two (2) original counterparts this ~ day of. "5,..~~ "...... b ..... , 20~ the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its goveming body. CONTRACTOR (PRINCIPAL) Aquifer Maintenance & Performance Systems, Inc. ~~~ (Sig ure) , ~ Q..,. J c:;::) Attest ~ hm 'Y...p ~rl (Print or type) (Seal) PRB-2 North American Specialty Insurance Compel1'( Surety ATTEST: By~~.~G~~ ~-;;;;::, t21 iY' Gloria A. Richa eo Attorney In rect Lie. 81 dent Agent (Affix Corpor.ta See! He1e) Inquiries: (386) 898-0507 CORPORATE ACKNOWLEDGMENT STATEOF ~VJA- COUNlY OF ~ ~ Tho~_-"'" I~h~: ~LJ afIIcIt or 1lJ4IIIt, of ~ fJMP.::,. ~ (MIlIIt Of corpoI'IIIon ~). . I-r (Iuta or p_ of Inc:orpcnIIan) corporation, on bellalf or lie corpol'lllon. he . ~~ ID me) (or hu ptOduoIcI 1dontIfic:IIIon) (lWllI VI lion) (.1OInlltlcdon) n (cIIdIclld not) .. ." oath. Sl rlklng Y PUBLlC-S'!'^TE OF FLORIDA ...."".:0" Jayne L. Pri~dible {. \ CoIIIIllissioD , DD690564 '\::...Y Expim: JULY 12,2013 BOftDiDTWlD An.NITICIUNDUfC co..JtR:. Nlme of Aclmowledaer TY!lIId. Prlnled or 8tMIped PRB.3 Executed in Two Counterparts The Attached Slatutory Cover Page Forms and Becomes Part of this Bond The Term olthi. Bond will be July 1,2010 through June 30.2011 FLORIDA ,AVIIENT BO!'D BOND NO. 2097230 AMOUNT: $5,000,00 KNOW AU. MEN BY THeSE PRI:SENTS. thll Aljuifer Maintenance & Performance Systems, Inc, ot 7146 Haverhijl Road North, West Palm Beach. fL 33407 hereInalt<< called II'le CONTRACTOR (PrInclpaQ. and North American Specialty Insurance Company . duI1 0fIIfllzed corpcntion. netlOnally IICOlInIIecI IUl"lItV CCIfI'lPlWlY IIc6nMd 8ndIor ....... to engllll In the aurely bulilneu In the State of FlortcIIIlld eneer Into III...... of IInty with a reIident 8Pnt lIcenIed Ind heVtng In 0IIIce in FIorIdI and exII1Ing unc:\er and by vlrtue of the .. fA the 8tMe of FIorIdI. tleNiNfter called the SURETY. era IleIcl nrmly bound unto the CRy of LIIce Worth. F10rldII H OWNER (OblIgee), In tile .um of; Five ThoulIlInd and 00/100 Doll." ---- Cohrs ($ 5,000,00 ---.-.---- ), IIWtul money of the U'*-d ItatII or Am" fOr .. peyment of wtlIc:h, weIIlnCS truly be mlde to the OWNER. The CONTRACTOR II'ICl the SURETY bind themlllllfM and each of their helrt, executorl, ~mlnl8trttcn. l\IClOIIMan. MCI ...,"" JglntIy and ....1Iy.llrmly I7lIheH pmentlll foIlowI: THE CONomON OF THE ABOVE OBUGATlON IS SUCH THAT: WHEREAS, the CONTRACTOR ha. uecultd anCI entared Into II certlin AQ.-ment hereto allKhtd with the OWNER, datecl5(:'9+r"" b~r 9. 2OA- to fumllh It till own COlt, chargn, MCI apenM all the IIIceIIIIY materl8ll, equipment, ancLlor IIbor In ItTIet MCI ..... ~ wtth aaId Agnaement and the PI... DrIwI/lgI. and 8pe(;lIclllo.1I prwPMd by Itle OMW., .. of wtlIc:tt Is m.ae I I*t d uk:I Aa~ by GIIt1IIn tIrrIIe and cond<<IClnIln IIId AQ.-.nI more pctIcUIerly mtI'IUonecl. whlch ~1TlIf1I. COllIIItIng of lhe VIrlouI Aglle"." Documentl lpedflcaIIy mentioned heretn and relltlve thereto. Ia made . _ of thlI Bond .. fully and completely .. if Mid Agreament Documentl we~ lit forth hareln, for . project enatltd .: WELL REHABILITATION AND MAINTENANCE TERM CONTRACT NO. 10-WAT.771 ENGlNeE"ING PRO.IeCT NO. WAT..o..1G-T76 NOW, THEREFORE. the cQllCSltlona Of thll obllgatlon are IUch tNt If the Ibove bounHd CONTRACTOR ahell promptly IMke peymeru to all plNOM ~ malariaIa. equlprNnt, IIldIol' IIbDr uaecI dIreGtIy or Indlractly by ..Id CONTRACTOR or lutIeontnlctorIln the ~ of the work prcMded for In MId ~nt In ecoordanoe with Florlda stnMe. SeclIon ZC!6.05 or 8ec:lIon 713.23: then ttIIl otIIlgatIan 'M" be nul lIIld void and of no furOler force InClIft'8ct oltIeIWlIe to remain In lul force arv:l elfec:t; AND. the lald Surety for value received, hereby stIpuIatea and 8IIrl. that no change lnYohing any PYB-' extension of time, or addition to the terms of the Agreement or to the work to be performed, or materials to be furnished thereunder, or in Ihe Plans, Drawings, and Specifications accompanying the said Agreement shall effect said obligation of said Surety on this bond, and the said Surety does hereby waive notice of any such changes, extension of lime, alterations, or additions of the terms of Ihe Agreement, or 10 Ihe work, or to Ihe Drawings and Specifications or any other changes, compliance or noncompliance to the terms of Ihe Agreement as to the work or to the Specifications, Claimant shall give written notice to the Contractor and to Ihe Surely as requesled by Florida Statutes, Section 255.05 or Section 713.23 Any actions against the Contractor or the Surety shall be brought within the time specified by Section 255.05 or Section 713,23. IN WITNESS WHEREOF, the above parties bounded togelher have executed this inslrument in two (2) original counterparts this ~ day of "'l~p'h"" b~..- , 20~ the name and corporate seal of each corporate party being hereto affixed and those presents duly signed by its undersigned representative, pursuant to authority of its governing body, CONTRACTOR Aauifer Maintenance & Performance SYStems. Inc.(Firm name) ~~ \II.(j ATTEST:~ ~ ex Q ~ l'ybrn.. ~C~ (Type or print) (Seal) PYB-2 North American Specially Insurance Company Sumy an . a~ ATTEST: By: ~ Gloria A. Richards, Attorney in Fact & FL Lie. Resident Agent .w. tn& 'S.s Inquiries: (388) 898-0507 By~ f~ ~ (Aflhr COrpcIIW seal tin) CORPORATE ACKNOWI..EDOMENT STA11!CF ~'" COUNTY OF ~ Tho~__""'" 1'IIl> ..."~,, by =:.~ or .nt, title of oIlIcIr 1pIlt), of (11MIe of COfllOrItIon 1nQ), . (1tIta 011 .. ri IncarporIIIon) COIIlOtItIon, on behelf of the corpondlon. H&IShe II to me or Ilu producIcllclentlflcdon ~ ) II ldel'Cificalion lIIld dIcNd not tlIk8 an oeth. A .... Jayne L, Prindib1e l Commission I DD~90S64 ""."',..' Elpire1l: JULY 12,2013 IOKDID TIUlU "TLAIITlC IUNDLNQ co.. un:. NIme of AcIcnclwIIdgIr TypId, PItntId or 8IIImpld My Comrnilllan !xpIrI1: -;r}'l2-' \ ') PVW NAS SURF-TV GROUP NOR'/li ^MERICAN S)'HeIM.TV INSlJRANCF. COMPANY W ^S~IING"ON IN'ffiRNATION^L INSURANCE COMI'ANY (;ENI!:RAL POW~:R OF ATIORNEY KNOW ^LL MeN IlY TUf:.Sl! PRHsr';NTS, lllA"1' Nunh ^m\:li~l Spccioh~ InlNrllin~ COf'llI'Uny, II COrpnrrltilln duly Ofg"nizcd and cxiliting wIder fllW~ uflhc Stille ufNew HRlI1pthl~, W'\IJ having il1ll)l"~ncjpll oftk:c illlhc Cilt of tfhmchc51cr. New lliMnl)shlre. und WI!lhingtutllntemRliol'.1 fnllurallw Conqmll)', (I ~"Mp."-.lion ~lrson,~d IInd ~xjll(ing under the ht\'nI nl'lh(: SOlt..: tlfN~'W lliunplihirc muJ huvil1g its (lrinif.\illill Uffi~l; ill the Cil)' of S~luuunhllrg. lllinuis. r:nch <k'Mr.'S herl:by nlMl:, CtlRKIitute .Ul~ lIppUint: ____.2!'~RIiY W, RIllCII. SUSAN L. REICH. K.IM E, NIV....:!'~!\,!i,'lA L. DURIIAM,l'ATRICIA I.. SLAUGHTg~. LIJ.SLlE 1.4, I)ONAHUIl.), GREGORY MacKeNZIE, [XlN IIRAMLAGli. GLORIA A. RICfIARDS ond CIIERYL fOl.EY -~--._._---------- ---_........._---_.~-------- .lOINTLY 0" sr;.:;vH~^I~.Y --------,~-,.,-_._---_.._- --..-- Ir~ trUe and lllWful ^UtmK:y(~)-in-Fllct, Ul milke, cxccaalC, sell and deliver, fut mul on it.'! behalf Iud uS' illlltCt lUlU ~l,.'Cd. OOI'~ or olhcr wrttinp oblitpttnry in Lhe na(nN urn bond Uti ~halrofeueh oJ'SftJd CUA\f'l'Ulics, flS *Ur'CI)', on (ll,NI'rl'lcts nrsu~~YI6hip as "fl.l (M" may bu rcq\lin;d nr pcnnittcd l1y I..w. rcgul.duq, I,:VPtmC:IM olherwisl:, provklcd Mil' no bond 01' utKlcrtakil1& UI'" l,;Cm(rm.:f or 2fUrel)'Khip cXl,.'(:utcd ....nde.. thia nUlhoril)' nil cxCC4:d IIle: ."'",,'" nf~ ____ _ _ _. _u_ ___, ____,q _.:E-W~I~I1.V.~,M!!,~@.!gslo~,,~,~,l!Oll~~'=-~~L_._________, ___ __.____. l11is Powcrof Allomey ill: gmntcd unti is siglloo bt f:lcsimrlc under illll' by OM: lllltlwrity oflhc r\)Jluwin~ RColtnll1litH\.\ udOplcd by the; Ruanl~ of OiroctOl'J oftK)th Ni'l4"lh Ann:ric,tn Specia.ley IlIslImncc (:ompPI1Y LlncJ Wluhiup,mn lnll,.-rn,diiMlill hl!illrllllOC ('OlllPIIIlY almeclinp;s dul, called and helll OIllhe 24"t1fMurch. 200(): "~ESOI.VE(J,lhpt uny lW\l t\f1Ih1I'rc"fid\..'fl~, iUl)l MiUl'\fl,iu~ f)i":~tur,llll' Seniti.. Vice ,JJt."!Jidc::nt,llny Viec l'rcsilbJl,lUIY Aif:I>isawlI Vit:e P~Ld~.ml, Ihe SocrcSDry or Iny AAAillut\t SCCrel*')' tx:, Md clIl:bur Itn, uJ'thcm bl,.,.chy j, i\Ulhori:too tll C"CC.lk: II "owcr M ^t1urnc)' qunlifyin.1h4: QUOJ'OOY muncd III lhc siv~, Power \ll'Alwmcy to cxtcU1C Oil bclallfofdtc COOlpany hmub,. ulldcnnkillQ." tUld all conlmCLS ()fSurt:fY, and that cnch Of' MY urlhclu hereby ilt Ulltbllrtlcd lu alll.::rit to Ihcc~ec"lioll uf any ~uch Powcr uf hUonll:)' .md tu allltch Ihureill UIC &ll....'1 of lhe Compo,,)'; IUl\l it is rUR11tf,R RHSOI.VF,D. tblU Ihe sig,llulure ur)l:l,Ich nlli~1:11i olld the sell orlhc: Comp811)' mil)' be utlixt.)(ll\l WI)' suc:h I\lwcr of ACtmlc:y or Il> II'IY ccl1ilicntc ruhttillllOOrt,;ltl hy facl'lill1ilc;:. IUltJ any /fllen I'ow~,. <)1' ^"omcy ur a:rcitiCltc hClII"illg SlU,:Jl lMCS'hnile ~ilYuuurcs ur Ib~inlllc seal shall be bUldill~ UflOll tnc C(lmpllllY whelllfO ,1 O'i" L:ct lIUU in tJ\l,l l"ul\u"e with n:glln.lln all)' burlt.l, 1I0l.Jc:rtllkil\(!.llf conlrOOI ofKUfct)' lO whic" it i~ uUl1.Chcd." ~~ ~ .J n, U.-- ~ SEAL , HoWy", l' ,............"Iw4nc Al'tMrflhcUIIY'i'Ol1'I:IT ",w,,,,,,,"'"In"III,tIUIl_n,,,,", t.~y \::Jf &:..... Vi.... r''''~I,.( Nolol_"""""'_ S,,"Iw'L,I__",c:...,., ~1ow'1Jl 2. '~ ....-7.......---.- II.vW M.I~...SnoiwVK.......w ..rw.......~;.I.;;;;;;;.-i-:;;~1If ..~.rn.I...l.n"....".~s,;."""t~n(~....jOIIlIJ IN WI'I'NESS WH[';REOF. North AlTlcric.1Il Specialty Insurnncc CtlmptUly IIDd Washington InlcmKtional Jnsurnncc (;mnPllny hltvc caused their ufTic:iill lie"l!; tu be: hcrl,1untu ttf1iXN, IImi rhc.'<<l IlI'CSCnl" to be ~4!.ned by their 1llllhori:l.utl ()fIicx:rl,: Ihis. .1~~__chIY of __' ~,,_~._,~~~~~~______~, 20~. North "'..ricatl. Speei...)' JVlf....Il~C <':ompan)' Was"i_.I... Inlel'naliIDII.lln...rftul,.'C' (:an....II)' Slut\: oflllino~ County ur Cuok ~..; Un Ihil'l._~~~d.lty .If__~~.._-, 20.!~. tx:lill't,; mo, n Nucary I'ublic 1M'*)ulllly npl'lCiM'C41 Sleven I' Andcn,.nll_. PN.1Mnlllnd Cl~() of Wla.IlhingtUtI Inl""'111~ljClllllllnsutunc:e Cumpom)' nod Senior Vice 1tn:,"dc:nI uf Nnlth ^mcricnl1 S.pC(,itllly InllUnnl~ COfnpan, and David .M:..!:!!L"!!~....1 SCIl;!,)I' Vice l"rcsidl"tll of Wuhinp.ltHl Inu:.rllllliuoi'lt lusunmcc COfl1ruQY and Viw fTcsiclom c,f NOl1h AmcriclW Sp<<:iahy Insurnl'K\O Compon)', penwu.Uy km.lwlI k1 me, wlH) hcing by me duly i'W(lnJ.lICknuwlcrlgod UWl1lhcy si"ned the above lluwcr ur ^UIW'IleY al. offiCL'r.i ofan(,J ncknuwk.'C1~-d ~.iiJ inslmmenllo be the volunl8f)' act And deed of their f'C!(l'JCcl;VC (,,'OmooIlI05, J...V,wla I) ..~'(J DQIlna 0, Sklcns, Notdr)' I'ubli~ I, !.wnQi\.A.l...~~L., Ihe: duly cl~'1,:I~rJ.._I\':j;iWIW!.&aali!i\O'__._._~,.._ t.1' Nl.lrfn ^mcriculI Spcc:nlUy lo~urnnt",;c Compilny "lid WD.'1Mo~on 11I1Cf1\.tliomd Insurunl.-c ComVflny. tin hcrull)' ~~Ilify Innt IIle ilhove alld (UI\lgilinl:\ IS" lnnlltHtl ',orNel cupy uf'llllclwcr or ^uorncy giVt.11 bY."nKl NI)111. ^lI\t'riCOlIl SflC~lilll)' Insurance C()lllP;IIl)' luxl Wllshiug(u'lllllCrnlltinnilllnsunltlc~ CUlUf)l)ll)'. which is !Kill ill full Joroc llnd cROcI, tN WtTNESS WtlEREOl', 111llvc ~t Ill)' hand lUlU uflixcd the ~Cllll' t)flhc COIl1pnDks lhis ~_ day or_~L_, 2oLQ.... 9--~y6~ "......At.pt"IO':V;;-~~;;;;..~~....;;;;-...t.......,.. ....."'~llpIoIifII.~r.-...., 07119/201\j l3: 41 5514942944 AMPS PAGE 02 Cevi ty 7/8/2010 11:31 AM PAGE 2/002 Fax Server Cotlltllllleoflll_.. T1lII_ II iIIutCI. I _ AI 1nt'1IIIlIIIIo" onI'/ IIlCl 01""" nD _l1li011 lilt ClrIIIolIl HlIdor. Thlo ......110.. nCll """"d, _d, If Ih' 1110 alI'anIacI 1M ~'*' Ill"'" NMled IrIIurM('): Tt1N<< HR Co~n unar NIV I 0 and .1 .. ..... IIlCI SUIlSIaIllles" c:omrr- I'"ducry Inl COIllpolny (A) Allurer Mllnttn_ encI PerformallCe ey.tImIlnc (!nclllflld .1 .1I.mIle Imployer) 111"01. NlIlIonIIllllu_ c:amp.ny fll) 8000 Town Cent. PlrItwIy 1111 Ca ifill, _Ill 01 P Ie BrId.mon, F1. 342Il2 ~ Union '" In. CD at PltII hPAI "*" ~hl,.ln'Urll"ClI CClIIIpIIly (E) The ~Iol. Df InlurlInOllllltcl balDW haw..., IlIutd tollll_ured nlrned IboYI fortIMt poHey per!oej InclllIIId. NalwIhllenllillll ! on, "~"""'"t, twm llI' canll'1IlOn at.., ~ 0' othar aoouml"t w~h 'OIl*" 10 \WIle" ".. Cel\ifi_ Ill&)' ballou'" or till" parlIln, tIlI'nlnncall'lardtd by till pallolla "c~bld h"'ln IIlUbjocllo II tht 111m', IIlClulI..,. .Ni ClOncllllon. of .uc:h po lei.. Ag lima. "'-Il1IY haw bttn redu..,j id aIIIma. TVI* of Elflcllvl expIAtion UmIJ, InIlnPlCll DIll Dn .. we.-yuw I WorIIIrI' A 0&70&7084 (F\.l 0710112010 0710112011 ClenI,.,...tiOll .....1IOIIl I 0thIr. Client NUlnbtn 11 tlla __ _..........' _1lIIlIon pohlto pmtclt 11_,." _ ,,",y to tho .mpkl'{elO dth. N....., 'MUrHjo> on.... """'., Ilfllo I till """.,... 01 UlJ oOlor II!Iptayw, . TrINM HR V, ho.; T~Nol n cananatlOn: .h...IcI.", 01 thl 1_ d_crIbIcI poMCII. lit CIInoel1ed bIM 1111 _l'I11on a.1 thll1Of, the Inw,. lll'llnIinll covngl VIlIl ~r 10 ITWlIlt! . wrtllan n<<IOIla thl CIII'lIflCllI.IlOl.... nIIntlf Mr"', bill raJlurlI to mil ,UQ/l nO'de1 _1111 mpos. no oblltl.llvn lIl'lIbliltjl 01 Iny nd "pon lllll_rw .tfa,dlng _81, a. agantl 01' repr....m.tlvoo. cenllCIII Moldw: .:AD!N'Risi. Sr:rvices !N0Tt1iMst, Int:. CIty oIl.ak1 WOrtll AON RiIk Scm_ No.......t. IIIe. eev.n Nor1I1 Cbdo HlehMy Uke Worth, FL ~O.8787 /166\ "]-&&19 ~ Pboa. Dab: IaMd 13:41 5614'342'344 AMPS PAGE B3 \\7/1'3/2\l1\1 CERTIFICATE OF lIABILITY INSURANCE U2.USO ,.n: (U413U-28:LO .1_~\:ion n.~' NlUC. -- AquifeE Habt__ce . P.r~lIC. IIpt.... 11Ie: cO J".O 7146 Baverhill Road -'------------ - w..t pa ...eIl n. JU07 C 1Ml!'Ol1ClQ or ~ umlD eILOWHAIIa.... 1IIl.C101'HE MUMII..... _I'QII M POUCYIIt.IIOD _tW). NO'lWmtI'TIlMDIMIi Nrf RElUIlIMENl'. 'IINI OR c:a<<lI11DN Of Nrf CONTMC'T OR 0TItII' DClCII4IIl' wmt _PICT 10 WHCIl 'IItII CEImI'lCATE MAY IlII181.ED OR MAY PPTMI. THllI'IIUIWlCI AI'1lRltll rr lttE POIJCB lJaIeMID ItERIlN 1I1U11JE~ 10 ALL nlE 11~, EltCWStOWI AND CCINOIT1ON1 OF SUCH I'OUQla.AQGR_~SIO'IlNW.YMA~_MINCEOfH"NKJ~. - ... ooa7,'201 10/2"200. 10/2112010 GBn.~lIU.f AM.B "": It . LOC ...-uoam c;ouwe-.: LOOT I _AlIfO t20_Ml -.. I\U. 0WtR oWTOS IICIIlI.vOl.lUllY . .CHIIM.IDAUI'Ot I"W....... tMmllollrOl IIO"U_ I --"""'" ....- ---- -- I lI'Ir_ ,!J....Y.IA. - zwr~~ ....- ""'" '.. I I . __111M -~-- VI. ----VTMO ... _1fT a:o:;ft; 1>11""'" .... I.l. ..oucv LMY 1I "'-~...i.o_l 0'1'109 10/21/aOOt 10/u/2010 IuS C1.'. u..OOO.OOO LUbUJ.t:y . --.. n. 000.000 ..,11.'lUGC\ w.abl.l1 ~ Of OP'IfW'MIMtl\oc''''''VIHICUi'' aca.uatoNI AUGID"'.........,PIQlL,...... =1l1lTl III TIi HOL CMCIL N __."..._____WII___'" City of Lake woctb ClAn ,....ar.1M! __ __ -.a.1IIIDIA1GR ~..... !!..... DAW WMnD ....- Rort:h Dixi. II1jJbw-.y 1Gnl;. 'fV nc~TI tfOl.DEiIIlIIAIIID YO"" '-T."" ''''''''''1'0 DO IOINH.&. x.alc. Wonh. rL 33"0-3711 ...... lID MtJI4T1aff aI UAM.lf't OP l1l/I'( ICIIIIV \111011 nil: ....... m .MnfI'T'I '''' ---- ~~-~ C&n1('fl S..."mdeX'a/DlWfNY ICQRD 25(3001101) 011.....' ACORD COIl_ATlON. "" rll"'" -- "'-""""") n..1lC0Il1l..._ ....s lOgo.. ....-a -u III ACORD 'OF created with FinePrin' pdfFsctory Pro trial version www.odffacto'Y.G91Jl 9545875' AEGRIFFIN INS PAGE 113 02/13/2010 1. 7: 1. 5 ~ CERTIFICATE OF INSURANCE 1"'.'.."\ SUCH INSURANCE AS ReSPECTS THE INTEREST OF THE CERTIFICATE HOLDER NAMED BelOW WILL NOT BE CANCELED Oft OTHERWI$~ TERMINATED WITHOUT GMMO 10 DAYS PRIOR WRITTEN NOTICI: TO THE CeRTlFlCATI! HOLDER, BUT IN NO EVeNT SHALL THIS CI::RTlFICATE BE VALID MORE THAN 30 DAYS FROM THE DATE WRITTEN. THIS CERTIFICATE OF INSURANce DOES NOT CHANGE THE COVERAGe PROVIDED BY ANY POLICY DESCRIBED BELOW. This certifies that: 121 STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY Of Bloomington, Illinois B STATE FARM FIRE AND CASUAL TV COMPANY of Bloomington, IIUno11> STATE FARM COUNTY MUTUAL INSURANCE COMPANY OF TEXAS of Dallas, Texas B STATE FARM INDEMNITY COMPANY of Bloomington. Illinois, or STATE FARM GUARANTY INSURANCE COMPANY of Bloomington, Illinois has coverage in f~ for the following Named Insured as shown below; NAMED INSURED: AQUU'EI\ HAIN'l'!:NIlNCE .. PER fORMANCE sysn:./!s, Ule ADDRESS OF NAMED INSURED: 1146 MVERHXLL p.~ N, WEST PALM SEACIl, FL 33401-1029 POLICY NUMBER 7825715111159 EFFECTIVE DAlE OF POllCV 5/11/09 - 5/11/10 DESCRIPTION OF VEHICLE ~_~ VlN) LlAlllLJTY COVERAGE 181 YES DNO DVES oNO DVES DNO DVES DND LIMITS OF LIABILITY 8. Bod~y InjuIY Each Person $1 million Each ~e~1 $1 million b, Properly o.m~ge Each I\<;ddent $1 11Iillion c. Bodily Injury & Property DamllQ. Single Umlt E.,c;h Accldenl PHVSICAl OAMAGE 181 YES DNO DYES ONO DVES COVERAGES DND DYES DNO a. COlT\ Ive S 1000 Dedu~le $ OoductiOlB $ Pcauclillle $ Deduc:tlble ~YES oND DYES DNO DVES DNO DVES ONO S 1000 Deduolibl. $ Oedudlbl& $ 000\llll1ble $ OoOUClIbIe DYES DNO DYES DNO DVES ONO DVES DNO DYES DND OrES OND DVES DNO DYES ONO DYES ONO ilgent 1933 02(13/2010 TIlle Aienl's C... N""'be, o . Nome Bnd Add.... of em J\1trod E. Griffin Ci ty Of Lake Worth 1320 Criffio Rd St. 100 Oii~.;i.~1 Fl, 33314 'tt.n; ?urch~sinq 1900 Lnd A\7l!'1nue North Phone, (95') 581-~OOa La". Worth, Fl 33401 fax: [9541 597-65.'/4 INTERr.w. STATE FARM USE ON\, V: Roq_t pennoncnl Ce~ of In.umnoe In, li.billy ~...~. 121421.') RtV'.07-32oo5 ~ ~UIt5t Celfj!'.col. Hold.. 1C bo odded .. .n Add~ktno' 'nourod. C.rtiflCiltl' of Inlunlnce This certificale is issued II. matter of informallon only and confer. no rtghta upon the Certificate Holder. This cer1iflCBte doel not amend. extend, or atter the cover e atlotdld by lt1e policiel deocribed herein. Named Insured(s): TriNet HR Corporation In.ur.r Affordlna Coveraae Gevily HR, Inc and all ils affiliates & subsidiaries' (A) Commerce & Indultry Inl Co Aquifer Maintenance and Performance Systems Inc (Endorsed as anemate (B) illinois Nationallnl Co employer) (C) Ins Co of the State of Pennsylvania 9000 T OWll Conter Parkwoy (0) Nllionll \Jf11on Fire Inl Co or Pltllburvh PA Bradl.lOn. FL 34202 (E) New Hampshire Ins Co The policiel of insurance listed below have been issued to the insured named above lot the policy period Indicated. Notwithstanding any requirement. lerm or condition of any contract or other document with respect 10 which the Certificate may be iSlued or may pertain. the insurance afforded by the policies described herein is subject to all the tenns, exclusion I and conditions of such policies, Aggregate limits shown may h8Vll been reduced by oaid claIms. Type of Insurer Polley Number Stata Effec:tlve Expiration Limlta Insurance Date Date [llJ we Slaluloly limll5 Workrs I (A) 023259191 FL 07-01-2009 07-01-2010 Employe... Liability Compensation Bodlly~Br_nt $ 2,000,000 EIIChAt;;cidttlt IlodiIy Injury By DiM... $ 2.000,000 POIiCyUmil Bodily Injury By DiHo.. $ 2,000,000 Each Pemn Other: Client Number 29917 The abOve referenced worker,' compensation policies provide statutory benefits only to the employees of the N.med InsurBd(s) on &uch policies, not 10 the employee. of any other employer. , Gov,t)' HR. In'. GOVIt)' HR. LP~ GnilY HR II, LP; GOVlll' HR Ill, LP; Gmt)' HR IV. LP; Gnit)' HR V, LP; G<VIt)' HR VI. LP; Gov,t)' HR VII. LP~ GCVIt)' HR VIII. LP; Go"t)' HR IX, LP~ Govity HR X. LP; Govity HR XI. LLC; Govity HR XI! ClllJI.. Govit)' XIV. LLC Cancellation: Shouid eny of the above described policies be caneeMed before the expiration date thereof, the insurer effording coverage will endeavor to mail iH! days written notice to the certificate holder namecl herein. but failure to mall such notice shall impose no obligaUon or liability of any kind upon the insurer affording coverage, "s agents or representatives, Certificate Holder City ofLake Worth .JtON'Risk Services Nortfieast, Inc. Attn; Purchasing AON Risk Serviee.s Northeast, lac. 1900 2nd Ave N Authorized Repr.nalaliv. .r AON RI... Servic.. Lake Worth, FL 33461-4204 (866) 443-8489 09/1612009 Phone Date Issued OJD6JJ ACc;;;b. CERTIFICATE OF LIABILITY INSURANCE I DATEf~J ~ 10/28/2009 PRODlJC~ (95i)382-i350 PAX. (954) 382-2810 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ~etnor Dyer In.urance ai.k ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 00 S. Pine Island Road .300 ALTER THE COVERAGE AFFORDED BY THE POlICIES BELOW. .Flantation PI. 33324 INSURERS AFFORDING COVERAGE NAles IHIUfU!D INSUfI!R A; Or..nwich Ina Co Aquifer Maintenance . Performance System., Inc INSURl!R 8: Znc1ian Harbor In.urance Co 3"40 7146 Baverhi11 Road INS RER c: INSURER 0: West Palm Beacb FL 33407 INSURER E: COVERAGES THE Pa.ICIES OF INSURANCE LISTED BeLOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE Pa.ICY PERlOO INDIC"TED. NOTWITHSTANDING "NY REOUIREMENT, TERM OR CONDITION Of' ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED DR ....Y PERTAiN, THE INSUAANCE "FFORDED BY THE POLICIES DESCRIBED HERE.JN IS SUBJECT TO "LL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, "GGREClATE L1MrTS SHOWN....Y H"VE BEENREDUCEO BY P"'O CLAIMS. ~:: ~: ,oUC'( NLIIIRll . flY IX . UWIlTa J!:trelUl UA8lUTY ! ~ $ 1 000 000 ~ :3~ERCIAL GeNERAL LIABILITY I. 100 000 A - C~NS M~E [!] OCCVR ",",,000n7209 10/28/2009 10/2812010 UEJ) EXP IAnv GI"I. .....onl . 5 000 PeRSONAL' NN INJURY I. 1. 000.000 GENERAL AOGRfGATE . 2.000.000 -il~~;:n;; n:: PAOOUC:TI . COMPlOP AGG S 2.000.000 ~LnOIIIOINl.E U....N..ln' COWlINED ~NGLE LIMIT $ ANY AUTO (Ea~1 - - ALl OWNED AUTOS BOOtt. '( IMJURY SCHEDULED AUTOS I 1"-' person) $ ,- HlRWAlITOO - lOOIl.'(tIlUUR'( . - NON-OWNfD AUT05 lfJ.rKcilMnl) PROP!RTY """""" $ (P_IlCCillertl R"7' ""'UTY AUTO ONL V . EA ACClDEHT ANY AUTO OTHeR THAH ...""" MlTO ONL V: MlG . p~SI' UlII."EU.A U".UTl' EACH OCCURRENCE . OCCUR 0 C~M:i MADE IAOOIlEGAU $ R DEDUCTlBL' $ $ RETENTION $ ~KllIt. CQlllllNlATIOH we STAru. 10.'.:'. AND E....LOYE.. UAalLfTY T I" ~~I~:=~~~~&~ECvnvE 0 ~,I.., eACH ACCIDI!IfT . I (If"'""" In NH) E,L. D1RASI . lEA EMPLOYe: S g~'~~~ NOW E.L DISEASE - POLICY UMIT I B OTHEl'l:pro.t...j,on.~ P.COOO72710' 10/28/2009 10/28/2010 ..ch Cld. $1,000,000 L1&bj,~ity , "1J91='..,.t:. $1,000,000 Pollution Lial:>ili ty IUCRIPTlON OF OHR,AnONIII.OCAl1ON5l YEHICLES, IlIa.UIIONI ADOID BY IJilIIXMtSIMIJfT, 'NClAL MOVIStCNI :ERTIFICATE HOLDER CANCElLAnON IHOULD AIf'( Of THI MOtE oac:RlHD f'OUCJlS IE CAHCIUID BIEFOftE ntE EPIRATION City of Lake Wortb DAn THlgor, THI! tllUlNG ItIUMiR WfLL.INDlAYO" TO MAIL !L OA.,. """1TT'l.N Seven North Dixie Higbway NO~E TO ntl CUT1f1CAn HOLDIJI NMIt.OTO THI un,BUT 'AlL..UU! TODO SO 8HAU Lake Worth, FL 33460-3787 ""0. NO oauGA'nOfI 011 U....IUTT QiI A,.., K"O u~.. THlIHIUREJl, rn AGfNTa ~ g'''.RwrAllVU, ~""'''EIt:NT''TlYI -- Daniel Saunders/ DANNY ~- ,CORD 25(2009/01) e 1....2009 ACORD CORPORATION. All righlsl ...erved. ~S025 {2OOIKl1) The ACORD nam, Ind 10"0 .,. regiltered marks of ACORD OF created with FinePrint pdfFactory Pro trial version www.odffactorv.com IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the pOlicy(iel) mUll be endllfSed. A statement on this certificate does not confer rights to Ihe certificate holder in lieu of such endofsemenI(s), If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, cerlain policies may require an endoniement, A statement on this certificate does not confer rights 10 the certirlCate holder in iieu of such endolliement(s), DISCLAIMER This Certificate of Insurance does not constitute a conlJ'act between lhe iSSUing insurer(s), authorized representative or producer. and the certificale holder, nor doe. It atrlfTTlatively or negalively amend, extend or aher the coverage afforded by the policies li.ted thereon. ORD 25 (200!llOl) fl!i'~i'W!iil!d with FinePrint pdfFactory Pro trial version www.odffactorv.com STATE OF FLORIDA WATER WELL CONTRACTOR LICENSE Issued to JAMES R. MURRAY License No. 11310 Expires 7/3112011 fi--~~ DISTRICT CERTIFICA ION OFFICER 2009.14477 STATE OF FLORIDA OC-03Z PALM BEACH COUNTY CLASSIFICATJON LOCAL BUSINESS TAX RECEIPT EXPIRES: SEPTEMBER - 30 . 2010 AQUIFER KAINTENACE I LOCATED AT CNTY Z1.SD PERFORMANCE SYSTEMS IHC KURRAY JAMES R 1146 HAVERHILL RD RIVIERA BEACH FL 33407 TOTAL 27.50 Thl. __Ipl I. horelly valid lor lho _va a_o.. lor tho porlod I THIS IS NOT A BILL - DO NOT PAY "'liming on U. ""1 OIl)' 01 October And endl", on lhe thk1lelh U)' of September 10 mv-ve in the bu...,.", profe..ion or occupIUon of: WATER WELL CONTRACTOR PAID. PBC TAX COLLECTOR 21.50 BTR 049 00006742 10/02/2009 11310 ANNE M. GANNON THIS DOCUMENT IS VALID ONLY WHEN RECEIPTED TAX COLLECTOR. PALM BEACH COUNTY BY TAX COLLECTOR City of Riviera Beach 600 W. Blue Heron Blvd. Riviera Beach, FL 33404 Business Tax Receipc October 1, 2009 to September 30, 2010 7146 HAVERHILL ROAD Issued: 10/01/09 AMPS INC Vendor!!: 01727 WATER PROTECTION SERVICE AQTR MAINT PERFORMANCE SYS INC 7146 HAVERHILL ROAD RIVIERA BEACH FL 33407 MUST BE POSTED CONSPICUOUSLY AT YOUR PLACE OF BUSINESS 'AMPS AQUIFER MAINTENANCE AND PERFORMANCE SysnMS 7146 Haverhill ROlId . West Palm Beach. FL 33407 . 561-494-2844 September 13, 2010 City of Boynton Beach 100 East Boynton Beach Blvd. P.O. 80:\310 Boynton Beach, FL 3342S-0310 Attn: Bevis Pigott Re: CITY OF LAKE WORTH CONTRACT JUT -WAT-09-10-77S Aquifer Maintenmce & Performance Systems, Inc. (AMPS, Inc.) agrees to allow the City of Boynton Beach to piggyback our Cltisting contract with tbe City of Lake Worth (contract #UT -W AT -09-10-775) with the same terms, conditions, specifications &; pricing. If you have my questions about the above information or if we may be of any further assistance please don't hesitate to call. Thank you. Sincerely, Jitro flturrtUf Jim Murray President FOR YOUR TOTAL PUMP AND WELL FIELD NEEDS (XH-1/5/ ,- II BI! The City of Boynton Beach City Clerk's Office 100 E BOYNTON BEACH BLVD BOYNTON BEACH FL 33435 (561) 742-6060 FAX: (561) 742-6090 e-mail: prainitoj@bbfl.us www.boynton-beach.org December 6, 2010 Ms. Jayne Prindible Aquifer Maintenance & Performance Systems, Inc. 7146 Haverhill Road North West Palm Beach, FL 33407 Re: Resolution Rl0-160 Contract for Well Rehabilitation Services Dear Ms. Prindible: Attached for your information and files is a certified copy of the contract mentioned above. Since the document has been fully executed, I have retained the original for Central File. If I can be of any additional service, please do not hesitate to contact me. Very truly yours, CITY OF BOYNTON BEACH m.~ ~inito, MMC City Clerk Attachments (2) (Agreement & Certification) Cc: Barb Conboy, Utilities Central Files S:\CC\WP\AFTER COMMISSION\Other Transmittal Letters After Commission\2010\RlO-160 Aquifer Maintenance .doc America's Gateway to the Gulfstream The City of Bovnton Beach City Clerk's Office 100 E BOYNTON BEACH BLVD BOYNTON BEACH FL 33435 (561) 742-6060 FAX: (561) 742-6090 e-mail: prainitoj@ci.boynton-beach.f1.us www.boynton-beach.org CERTIFICATION I, JANET M. PRAINITO, CITY CLERK of the City of Boynton Beach, Florida, do hereby certify that the attached Contract for Well Rehabilitation Services, consisting of seventy (70) pages is a true and correct copy as it appears in the records of the City of Boynton Beach, Florida. WITNESS, my hand and the corporate seal of the CITY OF BOYNTON BEACH, FLORIDA, dated this 6th day of December 2010. ~ Yvi. P~-vd.o J NET M. PRAINITO, MMC CITY CLERK (SEAL) S:\CC\WP\certifications\Contracts\certification - Aquifer Contract for Well Rehabilitiation Services. doc America's Gateway to the Gulfstream The City of Boynton Beach City Clerk's Office 100 E BOYNTON BEACH BLVD BOYNTON BEACH FL 33435 (561) 742-6060 FAX: (561) 742-6090 e-mail: prainitoj@bbfl.us www.boynton-beach.org MEMORANDUM TO: Carol Doppler Purchasing FROM: Janet M. Prainito City Clerk DATE: December 6, 2010 SUBJECT: Rl0-160 Contract for Well Rehabilitation Services Attached for your information and files is a copy of the contract mentioned above. Since the document has been fully executed, I have retained the original for Central File. Please contact me if there are any questions. Thank you. ~m. p~ Attachment C: Central File S:\CC\ WP\AFTER COMMISSION\Dcpartmental Transmittals\20 IO\Carol Doppler R I 0-160.doc America's Gateway to the Gulfstream