Loading...
R05-0511 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 RESOLUTION NO. R05- C) ~' I A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING THE AWARD OF BID #016-2821-05/JA TO SOUTHEAST DRILLING, INC., FOR THE EAST PLANT EXPANSION TEST WELLS AND AQUIFER STORAGE AND RECOVERY WELL TWO IN THE AMOUNT OF $5,723,035.00, PLUS AN OWNER'S CONTINGENCY OF 15% IN THE AMOUNT OF $858,455.25 FOR A TOTAL PROJECT BUDGET APPROPRIATION OF $6,581,490.25; AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACT DOCUMENTS; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, three competitive bids were received and opened by ~rocurement Services on February 2, 2005, for the East Plant Expansion Test Wells tnd Aquifer Storage and Recovery Well Two, and together with CH2M Hill, Inc., our lesign professional, staff is recommending the award to Southeast Drilling, Inc., as he lowest, most responsive, responsible bidder who meets all specifications. NOW, THEREFORE, BE IT RESOLVED BY THE CITY 7OMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing "Whereas" clauses are hereby ratified and :onfirmed as being true and correct and are hereby made a specific part of this ~esolution upon adoption. Section 2. The City Commission of the City of Boynton Beach, Florida, tereby approves the award of Bid #016-2821-05/JA to Southeast Drilling, Inc., for the last Plant Expansion Test Wells and Aquifer Storage and Recovery Well Two, and loes hereby authorize the City Manager to execute a contract in the amount of ;:\CA\RESOXAgreements\Bid Awards~Award of Bid - Southeast Drilling (East Plant).doc 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 2O 21 22 23 24 25 26 27 28 29 30 31 32 total iCc plus an owner's contingency of 15% in the amount of $858,455.25 for project budget appropriation of $6,581,490.25, a copy of said Contract is hereto and made a part hereof. Section 3. That this Resolution shall become effective immediately. PASSED AND ADOPTED this .~ day of ~r~ [ ,2005. CITY OF BO~T~._~..~BEACH, FLORIDA ~--~Vice Mayor ,C ~ommis Commissioner Clerk :\CA\RESO~Agreements\Bid Awards~Award of Bid - Southeast Drilling (East Plant).doc BID TITLE: EAST PLANT EXPANSION TEST WELLS AND AQUIFER STORAGE AND RECOVERY WELL TWO BID NUMBER: 016-2821-005/JA PROJECT NUMBER: WTR093 & WTR108 " CITY OF BOYNTON BEACH, FLORIDA CONTRACT FOR CONSTRUCTION SERVICES THIS CONTRACT, made and entered into this ~ day of ~1"~ [ , 200~', by and between the CITY OF BOYNTON BEACH, a municipal corporation of Florida, hereinafter called the "CITY" or "OWNER" and a Florida Corporation ( ) Check One a Florida General Partnership ( ) a Florida Limited Partnership ( ) a Sole Proprietor ( ) hereinafter called "CONTRACTOR". WlTNESSETH WHEREAS, The City has heretofore invited bids for a City construction project ("Project") identified by the bid title, bid number and project number listed above and commonly referred to as: EAST PLANT EXPANSION TEST WELLS AND AQUIFER STORAGE AND RECOVERY WELL TWO WHEREAS, Contractor, in compliance with the bidding requirements announced by the City, submitted a bid on the __ day of , 200__, for the total bid amount of $ ; and, WHEREAS, On the __ day of , 200~, the City Commission designated contractor as having submitted the bid that was most advantageous to the City and authorized the execution of this Agreement; and, WHEREAS, the Parties agree that the Project is scheduled to achieve Substantial Completion without interruption within 300 calendar days as specified in the Notice to Proceed, subject to CITY approved time extensions. NOW, THEREFORE, in consideration of these premises and the mutual conditions and covenants contained herein, the parties agree as follows: C-1 Utilities Department Bid #016-2821-05/JA 1. AGREEMENT 1.1. The Parties agree that: 1.1.1. 1.1.2. The foregoing "Whereas" clauses are true and correct and incorporated herein by this reference. The CITY does hire and employ the CONTRACTOR to provide construction services for completion of the Project. 1.1.3. The CONTRACTOR does accept this Contract and does agree to furnish the necessary labor, tools, equipment, materials and supplies, etc., and to complete the Project by performing all the work as set forth in the this Contract and the Contract Documents for the price and amounts set forth in Contractor's bid. 1.1.4. Contractor is an independent contractor as that term is set forth in the General Conditions for Construction GC-2, INDEPENDENT CONTRACTOR. 1.1.5. Unless otherwise provided, all time frames referenced in all Contract Documents shall be calendar days. SCOPE OF SERVICES 2.1. The Project consists of those improvements described and set forth in the Contract Documents. 2.2. The "Contract Documents" are the compilation of the following individual documents: 2.2.1. 2.2.2. 2.2.3. 2.2.4. 2.2.5. 2.2.6 2.2.7 2.2.8 2.2.9 2.2.10 2.2.11 2.2.12 2.2.13 2.2.14 Advertisement for Bids Instructions for Bidders Bid Proposal Bid Bond General Conditions for Construction (GC) - all references to "GC" shall be to section numbers Supplemental Conditions for Construction (SCC) - all references to "SCC" shall be to section numbers Construction Contract Certificate of Insurance Public Construction Bond Technical Specifications Contract Drawings and Plans Addenda Written directives or interpretations Manufacturers warranties C-2 Utilities Department Rev. 12/30/03 3. OBLIGATIONS OF CONTRACTOR 3.1. Contractor shall: 3.1.1. Furnish all materials, supplies, machines, equipment, tools, superintendents, labor, insurance, and other accessories and services necessary to complete said project in accordance with the conditions and prices as stated in the Contract Documents. 3.1.2. Perform all the work and labor pursuant to this contract and all of the materials furnished shall be in strict conformity with the Contract Documents. CONTRACTOR further accepts and consents to the conditions contained in said Contract Documents and expressly agrees to comply with every requirement and stipulation therein contained. 3.1.3. Furnish all tools, equipment, materials and supplies and to do all the work above mentioned in a first-class, substantial and workmanlike manner, and in conformity with the detail for said work on file in the office of the Project Manager and strictly in accordance with the Contract Documents. 3.1.4. CONTRACTOR shall furnish each subcontractor or material supplier with a copy of his Public Construction Bond within five (5) days of subcontractors' work or material supplying and shall maintain records to establish that notice. A copy of said notice shall be provided to the City's Project Manager at time of issuance. 3.1.5. Guarantee all work and materials for a period of one (1) year, as set forth in the General Conditions for Construction GC-24, WARRANTY. Warranty period shall commence with date of final acceptance as set forth in the Technical Specifications for Construction 01700, EXECUTION REQUIREMENTS.Comply with the provisions of Section 255.05, Florida Statutes, if applicable. 3.1.7. 3.1.8. 3.1.9. Pay promptly, before final settlement, any and all claims or liens by subcontractors or material suppliers, incurred in and about this work. Remove and clean up all rubbish, debris, excess material, temporary structures, tools and equipment fi.om streets, alleys, parkways and adjacent property that may have been used or worked on by the CONTRACTOR in connection with the project promptly as such section or portion is completed and ready for use, leaving the same in a neat and presentable condition. Observe and comply with the provisions of the charter, ordinances, codes and regulations of the City of Boynton Beach, Florida. c-3 Utilities Department Rev. 12/30/03 3.1.8 3.1.9 Observe and comply with the provisions of the charter, ordinances, codes and regulations of the City of Boynton Beach, Florida. Obtain written approval from the CITY of all subcontractors not disclosed in the Contractor's bid document. 3.1.10 Perform such other tasks as set forth in the Contract Documents. 3.1.11 Shall provide all required bonds, insurance certificates and any other required security for performance of the Project within ten (10) of the Award of the Project. 3.2 The CONTRACTOR will be held responsible for the care, protection and condition of all work until final completion and acceptance thereof, and will be required to make good at his own cost any damage or injury occurring from any cause resulting from their acts or omissions, or the acts or omissions of their subcontractors or suppliers. 4. CITY'S OBLIGATIONS 4.1. City shall provide a written Notice to Proceed at the time of the scheduled Pre- Construction Meeting. 4.2. Make timely payments for the work in accordance with the procedures and time frames set forth in the Contract Documents. 4.3. On satisfactory completion of the Project, provide a written final acceptance and payment for the entire project. 5. COMMENCEMENT OF WORK 5.1. CONTRACTOR hereby agrees to commence work under this contract within (10) calendar days of the Commencement Date specified in the written "Notice to Proceed," and to achieve Substantial Completion without interruption within 300 calendar days thereafter. 5.2. Time is the essence of the contract. In the event the CONTRACTOR shall fail to timely commence the work following Notice to Proceed or fail in the performance of the work specified and required to be performed within the time limit set forth in the contract, after due allowance for any extension or extensions of time made in accordance with the Contract Documents, the CONTRACTOR shall be liable to the CITY, as liquidated damages, the amount stipulated in Section 6.0 hereinbelow for each and every calendar day that the CONTRACTOR shall be in default of achieving certification of Substantial Completion. C-4 Utilities Department Bid #016-2821-05/JA 5.3. CONTRACTOR shall notify the Project Engineer in writing of any~:hange in the names and addresses of each subcontractor proposed for principal parts of work, and any changes in subcontractors fi.om those proposed in CONTRACTOR's bid proposal, and for such others as the Project Engineer may direct, and shall not employ any that CITY may, within a reasonable time, object to as incompetent or as unfit. 6. LIQUIDATED DAMAGES 6.1. The CONTRACTOR further agrees to pay $ 2~000.00 per day as liquidated damages, for failure to begin within ten (10) days of CITY's issuance of the "Notice to Proceed" or failure to achieve Substantial Completion within 300 calendar days fi.om the Commencement Date as indicated in the written "Notice to Proceed". The CITY shall have the right to deduct said liquidated damages fi.om any amount due, or that may become due the CONTRACTOR, or to collect such liquidated damages fi.om the CONTRACTOR or his Surety. 6.2. Punch list items recorded as a result of inspections for Substantial Completion are to be corrected by the CONTRACTOR within thirty (30) calendar days and prior to any request for Final Inspection, Testing and Acceptance as stated in the General Conditions for Construction (GC-50). If the Substantial Completion punch list items have not been corrected by the CONTRACTOR within the thirty (30) calendar day period, at the discretion of the Project Manager, Liquidated Damages may be applied as described in Section 6 above. 6.3. In addition to the provisions of Section 27 of Instruction to Bidders which provide for Liquidated Damages in the event Substantial Completion and Final Acceptance dates are not met, Section 6 of this document establishes liquidated damages associated with interim deliverable milestones. 6.3.1. Supplemental Conditions for Construction, SCC - 4, INTERIM MILESTONES, Paragraphs 4.3.1, 4.3.2, and 4.3.4 and Technical Specifications for Construction, 01010, SUMMARY OF WORK, outline interim deliverable milestones that coincide with completion of the project. C-5 Utilities Department Bid #016-2821-05/JA 8. INDEMNIFICATION 8.1. The CONTRACTOR shall indemnify and save harmless and defend the CITY, its agents, servants, and employees from and against any claim, demand, or cause of action of whatsoever kind or nature arising out of error, omission or negligent act of CONTRACTOR, its agents, servants, or employees in the performance of services under this Agreement. 8.2. CONTRACTOR shall indemnify and save harmless and defend CITY, its agents, servants and employees from against any kind and all causes, claims, demands, actions, losses, liabilities, settlements, judgments, damages, costs, expenses, and fees (including without limitation reasonable attorney's and paralegal expenses at both the trial and appellate levels) of whatsoever kind or nature for damages to persons or property caused in whole or in part by any act, omission, or default of the CITY, its agents, servants or employees arising from this contract or its performance. The CONTRACTOR and the CITY hereby agree and covenant that the CONTRACTOR has incorporated in this original bid, which constitutes the Contract sum payable by the CITY to the CONTRACTOR, specific additional consideration in the amount of ten dollars ($10.00) sufficient to support this obligation of indemnification provided for in this paragraph. The indemnification required pursuant to the Contract shall in no event be less than $1 million per occurrence or no more than the limits of insurance required of the CONTRACTOR by the Contract, whichever is greater. It is the CITY'S and CONTRACTOR'S full intention that this provision shall be enforceable and said provision shall be in compliance with Section 725.06, Florida Statute. 8.3. The execution of this Agreement by the CONTRACTOR shall obligate CONTRACTOR to comply with the foregoing indemnification provision, as well as the insurance provisions which are set forth in the General Conditions for Construction. However, the indemnification provision, and the insurance provision contained in the General Conditions for Construction are not interdependent of each other, but rather each one is separate and distinct fi-om the other. 8.4. The obligation of the CONTRACTOR to indemnify the CITY is not subject to any offset, limitation or defense as a result of any insurance proceeds available to either the CITY or the CONTRACTOR. 9. PAYMENT BY CITY 9.1. The CITY agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductions as provided in the Contract Documents. c-6 Utilities Department Rev. 12/30/03 10. CHANGES IN THE WORK 10.1. The CITY, without invalidating the Contract, may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly. All such work shall be executed under the conditions of the original Contract. Any claim for extension of time caused thereby shall be made in writing at the time such change is ordered. Changes in the work must be processed as set forth in the General Conditions for Construction GC-46, FIELD CHANGE DIRECTIVES/CHANGE ORDERS. 10.2. All change orders and adjustments shall be in writing and approved by the Project Manager, otherwise, no claim for extras will be allowed. 10.3. Claim of payment for extra work shall be submitted by the CONTRACTOR upon certified statement supported by receipted bills. Such statements shall be submitted for the current contract payment for the month in which the work was done. No claim for extra work shall be allowed unless same was ordered, in writing, as aforesaid and the claim presented at the time of the first estimate after the work is completed. 1 I. PROJECT ENGINEER 11.1. The Project Engineer ("Engineer") is Dave Smith, P.C,., CH2M Hill. 11.2. The Project Engineer shall have general supervision and direction of the work. The Project Engineer is the agent of the CITY only to the extent provided in the Contract Documents and when in special instances he has the authority by CITY to act, and in such instances he shall, upon request, show CONTRACTOR such authority in writing. He has authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. 11.3. As the Project Engineer is, in the first instance, the interpreter of the conditions of the contract and the judge of its performance, he shall side neither with CITY nor with CONTRACTOR, but shall use his authority pursuant to the Contract to enforce its faithful performance by both parties. 11.4. In the event of a dispute, the role of the Project Engineer is to make recommendations to the Project Manager who shall make the fmal decision. 12. INSURANCE 12.1. The Contractor shall obtain and maintain insurance as set forth in the General Conditions for Construction GC-27, INSURANCE. C-7 Utilities Department Rev. 12/30/03 13. CONTRACT CONTROLS 13.1. This Contract must be construed with all other Contract Documents, a master set of which shall be maintained by the City Clerk of the CITY. In the event of a dispute, only the master set of documents, or copies thereof certified by the City Clerk, shall be used as evidence. 13.2. In the event of a conflict between the requirements or specifications set forth in the Contract Documents, the conflict shall be resolved by written interpretation by the CITY, or its representatives as set forth in the General Conditions for Construction (GC-17, CONTRACT INTERPRETATION. In reconciling conflicting provisions of the Contract Documents, the Contract shall have the greatest weight, followed by the General Conditions for Construction and finally by the balance of the Contract Document 14. TIME OF ESSENCE 14.1. Inasmuch as the provisions of the Contract Documents relating to the times of performance and completion of the work are for the purpose of enabling the CITY to complete the construction of a public improvement in accordance with a predetermined program, all such time limits are of the essence of the Contract. 15. REMEDY FOR DELAY 15.1. In the event of any delay in the project caused by any act or omission of the CITY, its agents or employees, by the act or omission of any other party other than the CONTRACTOR, his agents, employees or subcontractors, or delay caused by weather conditions or unavailability of materials, the sole remedy available to CONTRACTOR shall be by extension of the time allocated to complete the project. 15.2. NO MONETARY DAMAGES SHALL BE CLAIMED OR AWARDED TO CONTRACTOR IN ASSOCIATION WITH ANY DELAY IN THE PROJECT CAUSED BY AN ACT OR OMISSION OF THE CITY, ITS AGENTS OR EMPLOYEES. CONTRACTOR ACKNOWLEDGES THIS LIMITATION ON RECOVERY AND ASSUMES ALL MONETARY RISK ASSOCIATED WITH THIS LIMITATION. CONTRACTOR hereby acknowledges that he has read provision. and understands the above C-8 Utilities Department Rev. 12/30/03 15.3. Failure on the part of CONTRACTOR to timely process a request for an extension of time to complete the work shall constitute a waiver by CONTRACTOR and CONTRACTOR shall be held responsible for completing the work within the time allocated by this contract. 15.4. All requests for extension of time to complete the work shall be made in accordance with the General Conditions for Construction GC-23, EXTENSION OF TIME/NO DAMAGES FOR DELAY. 15.5. For the purpose of this section, the phrase "the CITY, its agents and employees" shall include but shall not be limited to the Project Engineer and Project Manager. 16. DISPUTES 16.1. Disputes shall be resolved as set forth in the General Conditions for Construction GC-18, DISPUTES. 16.2 Upon resolution of a dispute by the Owner, either party may request the appointment of a mediator. c-9 Utilities Department Rev. 12/30/03 IN WITNESS WHEREOF, the CITY has caused these presents to be signed by its City Manager, attested to by the City Clerk with the Corporate Seal of the said CITY and the CONTRACTOR has executed these presence the day and year herein before written. Signed, sealed and wimes/ied in the presence off / Attest: · : CITY OF BOYNTON BEACH, FLORIDA ~ City Manager tApproved as to Form: [ t(c ~.. City' Aftomey Signed, sealed and wimessed in the presence off CONTRACTOR President or Vice President State of Florida County of Palm Beach ) ) SS: Attest as to CONTRACTOR On this __ day of ,20 , personally appeared before me, duly authorized to administer oaths, known to be the persons described herein or who has produced as identification and who executed the foregoing instrument and has acknowledged before me that they have executed same. My Commission Expires: Notary Public C- 10 Utilities Department Rev. 12/30/03 CITY CLERK'S OFFICE MEMORANDUM TO: FROM: DATE: RE: .lanet Allen Buyer .lanet M. Prainito City Clerk April 7, 2005 RESOLUT]:ON NO. R05-05:[ - Contract with Southeast Drilling Services~ ]:nc. for the East Plant Expansion Test Wells and Aquifer Storage and Recovery Well Two - B]:D #0:1.6-282:1.-05/.1A Attached is the partially executed original contract for the above-mentioned bid. Once the contract is fully executed, please return the original to this office for Central File. Please contact me if there are any questions. Thank you. Attachments Copy: Central File S:\CC\WP~,FTER COMMiSSION\Departmental Transmittals\Janet Allen - 04-05-05 meeting - East Plan Expansion Test Wells.doc ROS-05) RID TTTTR EAST PLANT EXPANSTON TEST WELLS ANn AQTITFER STORAGE ANn RErOVERY WETT, TWO BID NUMBER: 01 0- 2R21 -OO~/T A PROJECT NUMBER: WTR 091 &. WTR 1 OR CITY OF BOYNTON BEACH, FLORIDA CONTRACT FOR CONSTRUCTION SERVICES TillS CONTRACT, made and entered into this 5th day of April, 2005, by and between the CITY OF BOYNTON BEACH, a municipal corporation of Florida, hereinafter called the "CITY" or "OWNER" and Southeast Drilling Services, Inc, a Florida Corporation LX-> a Florida General Partnership ~ a Florida Limited Partnership ~ a Sole Proprietor ~ Check One hereinafter called "CONTRACTOR". WITNESSETH WHEREAS, The City has heretofore invited bids for a City construction project ("Project") identified by the bid title, bid number and project number listed above and commonly referred to as: EAST PLANT EXPANSION TEST WELLS AND AQUIFER STORAGE AND RECOVERY WELL TWO WHEREAS, Contractor, in compliance with the bidding requirements announced by the City, submitted a bid on the 1st day of February, 2005, for the total bid amount of$ 5,721,015.00; and, WHEREAS, On the 5th day of April, 2005, the City Commission designated contractor as having submitted the bid that was most advantageous to the City and authorized the execution of this Agreement; and, WHEREAS, the Parties agree that the Project is scheduled to achieve Substantial Completion without interruption within.1O.fl calendar days as specified in the Notice to Proceed, subj ect to CITY approved time extensions. NOW, THEREFORE, in consideration of these premises and the mutual conditions and covenants contained herein, the parties agree as follows: 1. AGREEMENT 1.1. The Parties agree that: 1.1.1. The foregoing "Whereas" clauses are true and correct and' incorporated herein by this reference. 1.1.2. The CITY does hire and employ the CONTRACTOR to provide construction services for completion of the Project. 1.1.3. The CONTRACTOR does accept this Contract and does agree to furnish the necessary labor, tools, equipment, materials and supplies, etc., and to complete the Project by performing all the work as set forth in the this Contract and the Contract Documents for the price and amounts set forth in Contractor's bid. 1.1.4. Contractor is an independent contractor as that term is set forth in the General Conditions for Construction GC-2, INDEPENDENT CONTRACTOR. 1.1.5. Unless otherwise provided, all time frames referenced III all Contract Documents shall be calendar days. 2. SCOPE OF SERVICES 2.1. The Project consists of those improvements described and set forth in the Contract Documents. 2.2. The "Contract Documents" are the compilation of the following individual documents: 2.2.1 Advertisement for Bids 2.2.2 Instructions for Bidders 2.2.3 Bid Proposal 2.2.4 Bid Bond 2.2.5 General Conditions for Construction (GC) - all references to "GC" shall be to section numbers 2.2.6 Supplemental Conditions for Construction (SCC) - all references to "SCC" shall be to section numbers 2.2.7 Construction Contract 2.2.8 Certificate of Insurance 2.2.9 Public Construction Bond 2.2.10 Technical Specifications 2.2.11 Contract Drawings and Plans 2.2.12 Addenda 2.2.13 Written directives or interpretations 2.2.14 Manufacturers warranties 3. OBLIGATIONS OF CONTRACTOR 3.1. Contractor shall: 3.1.1 Furnish all materials, supplies, machines, equipment, tools, superintendents, labor, insurance, and other accessories and services necessary to complete said project in accordance with the conditions and prices as stated in the Contract Documents. 3.1.2Perform all the work and labor pursuant to this contract and all of the materials furnished shall be in strict conformity with the Contract Documents. CONTRACTOR further accepts and consents to the conditions contained in said Contract Documents and expressly agrees to comply with every requirement and stipulation therein contained. 3.1.3Furnish all tools, equipment, materials and supplies and to do all the work above mentioned in a first-class, substantial and workmanlike manner, and in conformity with the detail for said work on file in the office of the Project Manager and strictly in accordance with the Contract Documents. 3. 1.4 CONTRACTOR shall furnish each subcontractor or material supplier with a copy of his Public Construction Bond within five (5) days of subcontractors' work or material supplying and shall maintain records to establish that notice. A copy of said notice shall be provided to the City's Project Manager at time of issuance. 3.1.5 Guarantee all work and materials for a period of one (1) year, as set forth in the General Conditions for Construction GC-24, WARRANTY. . Warranty period shall commence with date of final acceptance as set forth in the Technical Specifications for Construction 01700, EXECUTION REQUIREMENTS. Comply with the provisions of Section 255.05, Florida Statutes, if applicable. 3.1. 6 Pay promptly, before final settlement, any and all claims or liens by subcontractors or material suppliers, incurred in and about this work. 3.1. 7 Remove and clean up all rubbish, debris, excess material, temporary structures, tools and equipment from streets, alleys, parkways and adjacent property that may have been used or worked on by the CONTRACTOR in connection with the project promptly as such section or portion is completed and ready for use, leaving the same in a neat and presentable condition. 3.1. 8 Observe and comply with the provisions of the charter, ordinances, codes and regulations of the City of Boynton Beach, Florida. 3.1.9 Obtain written approval from the CITY of all subcontractors not disclosed in the Contractor's bid document. 3.1.10 Perform such other tasks as set forth in the Contract Documents. 3.1.11 Shall provide all required bonds, insurance certificates and any other required security for performance of the Project within ten (10) of the Award of the Project. 3.2 The CONTRACTOR will be held responsible for the care, protection and condition of all work until final completion and acceptance thereof, and will be required to make good at his own cost any damage or injury occurring from any cause resulting from their acts or omissions, or the acts or omissions of their subcontractors or suppliers. 4. CITY'S OBLIGATIONS 4.1. City shall provide a written Notice to Proceed at the time of the scheduled Pre- Construction Meeting. 4.2. Make timely payments for the work in accordance with the procedures and time frames set forth in the Contract Documents. 4.3. On satisfactory completion of the Project, provide a written final acceptance and payment for the entire project. 5. COMMENCEMENT OF WORK 5.1. CONTRACTOR hereby agrees to commence work under this contract within (10) calendar days of the Commencement Date specified in the written "Notice to Proceed," and to achieve Substantial Completion without interruption within .1O.fl calendar days thereafter. 5.2. Time is the essence of the contract. In the event the CONTRACTOR shall fail to timely commence the work following Notice to Proceed or fail in the performance of the work specified and required to be performed within the time limit set forth in the contract, after due allowance for any extension or extensions of time made in accordance with the Contract Documents, the CONTRACTOR shall be liable to the CITY, as liquidated damages, the amount stipulated in Section 6.0 hereinbelow for each and every calendar day that the CONTRACTOR shall be in default of achieving certification of Substantial Completion. 5.3. CONTRACTOR shall notify the Project Engineer in writing of any change in the names and addresses of each subcontractor proposed for principal parts of work, and any changes in subcontractors from those proposed in CONTRACTOR's bid proposal, and for such others as the Proj ect Engineer may direct, and shall not employ any that CITY may, within a reasonable time, object to as incompetent or as unfit. 6. LIQUIDATED DAMAGES 6.1. The CONTRACTOR further agrees to pay ~ 2,000.00 per day as liquidated damages, for failure to begin within ten (10) days of CITY's issuance of the "Notice to Proceed" or failure to achieve Substantial Completion within .3JlQ calendar days from the Commencement Date as indicated in the written "Notice to Proceed". The CITY shall have the right to deduct said liquidated damages from any amount due, or that may become due the CONTRACTOR, or to collect such liquidated damages from the CONTRACTOR or his Surety. 6.2. Punch list items recorded as a result of inspections for Substantial Completion are to be corrected by the CONTRACTOR within thirty (30) calendar days and prior to any request for Final Inspection, Testing and Acceptance as stated in the General Conditions for Construction (GC-50). If the Substantial Completion punch list items have not been corrected by the CONTRACTOR, within the thirty (30) calendar day period at the discretion of the Project Manager, Liquidated Damages may be applied as described in Section 6 above. 6.3. In addition to the provisions of Section 27 of Instruction to Bidders which provide for Liquidated Damages in the event Substantial Completion and Final Acceptance dates are not met, Section 6 of this document establishes liquidated damages associated with interim deliverable milestones. 6.3.1. Supplemental Conditions for Construction, SCC - 4, INTERIM MILESTONES, Paragraphs 4.3.1, 4.3.2, and 4.3.4 and Technical Specifications for Construction, 01010, SUMMARY OF WORK, outline interim deliverable milestones that coincide with completion of the project. 6.3.2 Failure by the CONTRACTOR to complete the work by the interim deliverable milestones may cause the CITY to suffer damages. Therefore, in such an event, the CITY shall be entitled to Liquidated' Damages of ~ 2,000.00 for each and every day until the completion of the interim deliverable milestone and acceptance by the Engineer and Project Manager (SCC - 4, Paragraph 4.3.3, is NOT subject to Supplemental Liquidated Damages). Each interim deliverable milestone will be evaluated separately. 6.3.3. Paragraph 6.3 shall only apply with respect to interim deliverable milestones and liquidated damage payments for failing to meet the described interim milestones. Nothing in this section shall impact, be construed as, or constitute a waiver of the CITY's rights to liquidated damages as provided in Section 27 of the Instruction to Bidders and Section 6 ofthis document. 7. PROTECTION OF EXISTING FACILITIES AND WORK IN PROGRESS 7.1. The CONTRACTOR warrants that quoted prices include the protection and continuous use of all existing work in process, property or operations of the CITY as more particularly set forth in the Technical Specifications for Construction, 01540, SECURITY AND SAFETY PROCEDURES FOR INFRASTRUCTURE PROJECTS, and/or 01541 SECURITY AND SAFETY PROCEDURES FOR WATER TREATMENT PLANT PROJECTS. 8. INDEMNIFICATION 8.1. The CONTRACTOR shall indemnify and save harmless and defend the CITY, its agents, servants, and employees from and against any claim, demand, or cause of action of whatsoever kind or nature arising out of error, omission or negligent act of CONTRACTOR, its agents, servants, or employees in the performance of services under this Agreement. 8.2. CONTRACTOR shall indemnify and save harmless and defend CITY, its agents, servants and employees from against any kind and all causes, claims, demands, actions, losses, liabilities, settlements, judgments, damages, costs, expenses, and fees (including without limitation reasonable attorney's and paralegal expenses at both the trial and appellate levels) of whatsoever kind or nature for damages to persons or property caused in whole or in part by any act, omission, or default of the CITY, its agents, servants or employees arising from this contract or its performance. The CONTRACTOR and the CITY hereby agree and covenant that the CONTRACTOR has incorporated in this original bid, which constitutes the Contract sum payable by the CITY to the CONTRACTOR, specific additional consideration in the amount of ten dollars ($10.00) sufficient to support this obligation of indemnification provided for in this paragraph. The indemnification required pursuant to the Contract shall in no event be less than $1 million per occurrence or no more than the limits of insurance required of the CONTRACTOR by the Contract, whichever is greater. It is the CITY'S and CONTRACTOR'S full intention that this provision shall be enforceable and said provision shall be in compliance with Section 725.06, Florida Statute~ 8.3. The execution of this Agreement by the CONTRACTOR shall obligate CONTRACTOR to comply with the foregoing indemnification provision, as well as the insurance provisions which are set forth in the General Conditions for Construction. However, the indemnification provision, and the insurance provision contained in the General Conditions for Construction are not interdependent of each other, but rather each one is separate and distinct from the other. 8.4. The obligation of the CONTRACTOR to indemnify the CITY is not subject to any offset, limitation or defense as a result of any insurance proceeds available to either the CITY or the CONTRACTOR. 9. PAYMENT BY CITY 9.1. The CITY agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductions as provided in the Contract Documents. 10. CHANGES IN THE WORK 10.1. The CITY, without invalidating the Contract, may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly. All such work shall be executed under the conditions of the original Contract. Any claim for extension of time caused thereby shall be made in writing at the time such change is ordered. Changes in the work must be processed as set forth in the General Conditions for Construction GC-46, FIELD CHANGE DIRECTIVES/CHANGE ORDERS. 10.2. All change orders and adjustments shall be in writing and approved by the Project Manager, otherwise, no claim for extras will be allowed. 10.3. Claim of payment for extra work shall be submitted by the CONTRACTOR upon certified statement supported by receipted bills. Such statements shall be submitted for the current contract payment for the month in which the work was done. No claim for extra work shall be allowed unless same was ordered, in writing, as aforesaid and the claim presented at the time of the first estimate after the work is completed. 11. PROJECT ENGINEER 11.1. The Project Engineer ("Engineer") is Dave Smith, P.G., CH2M Hill. 11.2. The Project Engineer shall have general supervision and direction of the work. The Project Engineer is the agent of the CITY only to the extent provided in the Contract Documents and when in special instances he has the authority by CITY to act, and in such instances he shall, upon request, show CONTRACTOR such authority in writing. He has authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. 11.3. As the Project Engineer is, in the first instance, the interpreter of the conditions of the contract and the judge of its performance, he shall side neither with CITY nor with CONTRACTOR, but shall use his authority pursuant to the Contract to enforce its faithful performance by both parties. 11.4. In the event of a dispute, the role of the Project Engineer is to make recommendations to the Project Manager who shall make the final decision. 12. INSURANCE 12.1. The Contractor shall obtain and maintain insurance as set forth in the General Conditions for Construction GC-27, INSURANCE. 13. CONTRACT CONTROLS 13.1. This Contract must be construed with all other Contract Documents, a master set of which shall be maintained by the City Clerk of the CITY. In the event of a dispute, only the master set of documents, or copies thereof certified by the City Clerk, shall be used as evidence. 13.2. In the event of a conflict between the requirements or specifications set forth in the Contract Documents, the conflict shall be resolved by written interpretation by the CITY, or its representatives as set forth in the General Conditions for Construction GC-17, CONTRACT INTERPRETATION. In reconciling conflicting provisions of the Contract Documents, the Contract shall have the greatest weight, followed by the General Conditions for Construction and finally by the balance of the Contract Document. 13.3 Inasmuch as the provisions of the Contract Documents relating to the times of performance and completion of the work are for the purpose of enabling the CITY to complete the construction of a public improvement in accordance with a predetermined program, all such time limits are of the essence of the Contract. 14. REMEDY FOR DELAY 14.1. In the event of any delay in the project caused by any act or omission of the CITY, its agents or employees, by the act or omission of any other party other than the CONTRACTOR, his agents, employees or subcontractors, or delay caused by weather conditions or unavailability of materials, the sole remedy available to CONTRACTOR shall be by extension of the time allocated to complete the project. 14.2. NO MONETARY DAMAGES SHALL BE CLAIMED OR AWARDED TO CONTRACTOR IN ASSOCIATION WITH ANY DELAY IN THE PROJECT CAUSED BY AN ACT OR OMISSION OF THE CITY, ITS AGENTS OR EMPLOYEES. CONTRACTOR ACKNOWLEDGES THIS LIMITATION ON RECOVERY AND ASSUMES ALL MONETARY RISK ASSOCIATED WITH THIS LIMITATION. CONTRACTOR hereby acknowledges that he has re (j understands the above provision. INTIALS 14.3. Failure on the part of CONTRACTOR to timely process a request for an extension of time to complete the work shall constitute a waiver by CONTRACTOR and CONTRACTOR shall be held responsible for completing the work within the time allocated by this contract. 14.4. All requests for extension of time to complete the work shall be made in accordance with the General Conditions for Construction GC-23, EXTENSION OF TIMEINO DAMAGES FOR DELAY. 14.5. For the purpose of this section, the phrase "the CITY, its agents and employees" shall include but shall not be limited to the Project Engineer and Project Manager. 15. DISPUTES 15.1. Disputes shall be resolved as set forth in the General Conditions for Construction GC-18, DISPUTES. 15.2. Upon resolution of a dispute by the Owner, either party may request the appointment of a mediator. IN WITNESS WHEREOF, the CITY has caused these presents to be signed by its City IN WITNESS WHEREOF, the CITY has caused these presents to be signed by its City Manager, attested to by the City Clerk with the Corporate Seal of the said CITY and the CONTRACTOR has executed these presence the day and year herein before written, S. igned, sealed an.. . d wiID.e e.i s ed in the presence of: /; , <<-d~ /ZC~) Attest: Signed, sealed and witnessed in the presence of: ~ ;fJ'fr AJ/? . J State of Florida County of Palm Beach CITY ~:CH' FLORIDA City Manager LI( 1.:( ;:)" CONTRACTOR ) ) ss: ) On this \ \ ~ day of \A \l ,', \ , 20~ personally appeared before me, duly authorized to administer oaths, Y \\ ~'- ~Q'--~ 7- ~ ~ known to be the persons described herein or who has produced' H A as identification and who executed the foregoing instrument and has acknowledged before me that they have executed same. My Commission Expires: 3( l~ I~ Utilities Department L'&D~~'~ Notary Public ,~ C - 10 Rev. 12/30/03 The City of Boynton Beach Procurement Services 100 E. Boynton Beach Boulevard Po. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6310 FAX: (561) 742-6316 April 11, 2005 Revised Edition SOUTHEAST DRILLING SERVICES, INC. P.O. BOX 271723 TAMPA, FL 33688 ATTN: BART ZIEGLER RE: "EAST PLANT EXPANSION TEST WELLS AND AQUIFER STORAGE AND RECOVERY WELL TWO BID # 016-2821-05/JA Dear Mr. Ziegler: At the City Commission meeting of AprilS, 2005, the Bid for "EAST PLANT EXPANSION TEST WELLS AND AQillFER STORAGE AND RECOVERY WELL TWO" was awarded to your company. Enclosed is a contract signed by the City. Please execute on behalf of your company and return it at your earliest convenience. As stipulated within the Bid specifications, your company's original certificate of insurance is to be provided to our Risk Management Department at your earliest convenience, naming the City as additionally insured. At this time, your Construction Bond is required. A Purchase Order and a Notice- To-Proceed will be issued upon receipt of the required documents and your 5% Bid Bond will be returned. We would like to thank you for responding to this Bid and look forward to working with you. If you have any questions please contact this office at (561) 742-6322. Sincerely, ~~ Mary Munro Assistant to the Finance Director / Purchasing Agent /ja Enclosures: Tabulation Sheet C: Paul Fleming - Sr. Project Manager Barb Conboy - Manager - Utilities Administrator File Karen Riseley - Utilities Contract Coordinator Central File America s Gateway to the Gulfstream The City of Boynton Beach Procurement Services 100 E. Boynton Beach Boulevard Po. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6320 FAX.' (561) 742-6306 April 6, 2005 SOUTHEAST DRILLING SERVICES, INC. P.O. BOX 271723 TAMPA, FL 33688 ATTN: BART ZIEGLER BID: "EAST PLANT EXPANSION TEST WELLS AND AQUIFER STORAGE AND RECOVERY WELL TWO" BID# 016-2821-05/JA Dear Mr.Zeigler: At the City Commission meeting of AprilS, 2005 the BID for "EAST PLANT EXPANSION TEST WELLS AND AQUIFER STORAGE AND RECOVERY WELL TWO" was awarded to your company. As stipulated within the BID specifications, your company's original certificate of insurance is to be provided to our Risk Management Department at your earliest convenience, naming the City as additionally insured. Enclosed is a Tabulation Sheet for your review. The Contract will be forthcoming under separate cover. We would like to thank you for responding to this BID and look forward to working with you. If you have any questions please contact this office at (561) 742-6322. Sincerely, ~~ Mary Munro Assistant to the Director of Financial Services Ija Enclosures: cc: Tabulation Sheet ,Oirginal 5% Bid Bond Paul Fleming - Senior Project Manger Karen Riseley - Utilities, Contract Coordinator Barb Conboy - Manager, Utilities Administration Central File File America s Gateway to the Gulfstream The-City of Boynton Beach Procurement Services 100 E. Boynton Beach Boulevard p.D. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742'6320 FAX' (.1)61) 742-6.'106 NOTICE TO PROCEED TO: SOUTHEAST DRILLING SERVICES, INC. P. O. BOX 271723 TAMP A, FL 33688 DATE: APRIL 26, 2005 PRO..TECT: "EAST PLANT EXPANSION TEST WELLS AND AQillFER STORAGE AND RECOVERY WELL TWO" BID#: 016-2821-05/JA Contractor shall commence WORK within ten (10) calendar days of the Commencement Date specified below in accordance with the Agreement dated: April 5. 2005. Contractor shall achieve Substantial Completion without interruption within 300 calendar davs thereafter. Commencement Date: May 10, 2005 Operational Completion of the ASR-2 Facility: August 15, 2005 Substantial Completion of all work associated with ASR2-2: October 13, 2005 (60 consecutive calendar days from August 15, 2005) Final Inspection. Testin!! & Acceptance ofTMW-l and TPW-1: October 6, 2005 (150 consecutive calendar days after the issuance of the NTP) Final Inspection. Testin!! & Acceptance of TMW-2 and TPW-2: March 4, 2006 (150 consecutive calendar days after the accepted completion ofTMW-l and TPW-l Substantial Completion: March 5, 2006 Final Acceptance Date: April 3, 2006 Interim operational/substantial completion dates are set forth in the Supplemental Conditions (SCC-4), Contract for Construction Services (6.3) and the Technical Specifications (01010). NTP_l ntlSc L, April 15, 2005 Notice to Proceed Bid #016-2821-05/JA The Owner's designated representative for all activities relating to this project will be: Contact Person: Paul M. Fleming Department: Project Management Team Title: Sr. Project Manager Telephone: (561) 742-6487 Engineer: David Smith, P.G. CH2M Hill Title: Project Engineer Telephone: (964) 426-4008 .~~ Mary Munro, Assistant to the Finance Director/Procurement ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by: 7"/;lGhS- 0. 11 ~/~ Print Name Date: Original c: -\ Title: ~JW~;r- NTP-2 ~ PA YMENT BOND , Bond Number: 929352865 KNOW ALL PERSONS BY THESE PRESENTS, That we __.__.___.._. Southeast Drilling Services, Inc. ..-------..-- P.O. Box ~]_1}..?} _of --, hereinafter referred to as the Principal, and as Surety, are held and firmly bound unto of Boyt:..<:.n ~each, FL _, hereinafter referred to as the Obligee, In the sum of Five ~~:!:..o~ Seven Hundred Twenty ThreeThousand Thirty Five and UU/IUU Dollars ($ 5 , 723 , 035 . 00 ), for the payment of which we bind ourselves, our legal representatives, SUCcessors and assigns. jointly and severally, firmly by these presents. Tampa, FL ,33688 Western Surety Company ......""--.-- ---- -- City of Boy ton Beach --'--'---1 VJHEREAS. Principal has entered into a contract with Obligee, dated S ~'- day of ~~ LDD~_,fur East Plan!_Expansion Test Wells and Aquifer Storage and Recovery Well Two copy of which contract is by reference made a part hereof. NOW, THEREFORE, if Principal shall, in accordance with applicable Statutes, promptly make payment to all persons supplying labor and material in the prosecution of the work provided for in said contract, and any and all duly authorized modifications of said contract that may hereafter be made, notice of which modifications to Surety being waived, then this obligation to be void; otherwise to remain in full force and effect. No suit or action shall be commenced hereunder (a) After the expiration of one (1) year following the date on which Principal ceased work on said contraot it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (b) Other than In a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder. SIGNED. SEALED AND DATED this 14 d f April, 2005 ayo _ ._-~~S~~~~S~?~~~~J,dc.~_.~_ ~_~~.~ e_~ E ~ ( . (Princi~1) By ~~ jJ.~_ ~__(Seal) By weswm~~>HanY-- _ ,=> f1.it.1.. o.I2-l Ro~~ AUorney.jn.Fact Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and eXisting corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Michael Wayne Rogers, Mark Allen Argo, William Cyrus Owen III, Danny James Ryan, Sharon Elaine Taylor, Charles Ronald Salyer, Individually of Temple Terrace, FL, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation, In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 19th day of November, 2004, WESTERN SURETY COMPANY /?/~ Paul ,Bruflat, Senior Vice President State of South Dakota County of Minnehaha } ss On this 19th day of November, 2004, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY descnbed in and which exeCuted the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires November 30, 2006 +~~~~~~~~~~~~~-~~~~~~~~~~+ : D. KRELL : , , :~NOTARY PUBUC~: '~SOUTH DAKarA , , , +~~~~~~~~~~~~~~~~~~~~~~~. ~ ~!P"bH' CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of WESTERN SURETY COMPANY g. ~~"~s=- Form F4280-0 1-02 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company, Section 7, All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize, The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company, The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. PERFORMANCE BOND Bond Number: 929352865 KNOW ALL PERSONS BY THESE PRESENTS, That we h_ _._.~"..____.._.......__.._ ..... . _. __ ___.. _. ._ ___~..__....._ Southeast Drilling Services, Inc. ..-.------.--...--....---- .- '--------.--.-. of p . o. Box 271 7 2 3 T~mp~.~. FL 33688 '- , hereinafter referred to as the Principal, and !V~~rn SurE7.ty Company _ .~ as Surety, are held and firmly bound unto City of Boy ton Beach ______ of _ Boy ton Be?-ch, FL ___, hereinafter referred to as the Obligee, in the sum of Five Million Seven Hundred Twentv Three Thousand Thirty Five and 00/100 . Dollars ($ 5 . 723 . 035 . 00 ), for the payment Of Which we Drnd oL!rse/ves, our legal representatives, SUccessors and assigns, jointly and severally, firmly by these presents. . WHEREAS. Principal has entered into a contract with Obligee, dated the ~,ror~?t Plant Expansion Test Wells and and Recovery Well Two 5~ dayo, ~~ Aquifer Storage NOW, THEREFORE, if the Principal shall faithfully perform such contract or shall indemnify and save harmless the Obligee from all cost and damage by reason of Principal's failure so to do, then this obligation shall be null and void; otherwise it shall remain In full force and effect ANY PROCEEDING, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in whJch the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. NO RIGHT OF ACTION shall accrue on this Bond to or for the use of any person or corporation other than the Obligee named herein or the heirs. executors, administrators or successors of the Obligee. SIGNED, SEALED AND DATED this ~__ day of April, .20 0 5 ,___ _ __.' S c'> u t helA. s t f){'j'j) l'''j 5 @ "" l.J I C. e SJ ~ .5..suJ. .'fA----P.:..~J. 'e &1-~ J':'__ _"____._ (Principal) By _._~.i?...:..~_.__. (Seal) Form F~5~7 Western Surety Company :- ;/~~IY)- f/.~. J. tU--1 ~S . (Seal) Attcrne)'-in-FaCI Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and eXisting corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Michael Wayne Rogers, Mark Allen Argo, William Cyrus Owen Ill, Danny James Ryan, Sharon Elaine Taylor, Charles Ronald Salyer, Individually of Temple Terrace, FL, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed, This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. la Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 19th day of November, 2004. WESTERN SURETY COMPANY ;?/~ Paul ,Bruflat, Senior Vice President Slate of South Dakota County of Minnehaha } ss On this 19th day of November, 2004, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires November 30, 2006 +~~~~~~~~~~~~~~~~~~~~~~~~+ ~ D.KRELL ~ , , ~~NOTARY PUBLIC~: '~SOUTH DAKOTA , , , +~~~~~~~~~~~~~~~~~~~~~~~+ ~ ~MIi' CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force, In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of WESTERN SURETY COMPANY cr ~:..~=- Form F4280-OJ-02 MEMORANDUM TO: RISK MANAGEMENT FROM: JANET ALLEN BUYER DATE: APRIL 5, 2005 SUBJECT: INSURANCE REQUIREMENTS RELEASE Attached you will find the insurance requirements for the following: BID: 016-2821-05/JA NAME OF PROJECT: EAST PLANT EXPANSION TEST WELLS AND AQUIFER STORAGE AND RECOVERY WELL TWO USER DEPARTMENT: UTILITIES AWARDED VENDOR: SOUTHEAST DRILLING SERVICES, INC. VENDOR PHONE #/CONT ACT: 813-968- ~ 7277 - ~ '7\'ii-!q L.E. r<.. AWARDED AMOUNT: $5,723,035.00 COMMISSION/AGENDA DATE: APRIL 5, 2005 CALENDAR DAYS: 300 WHEN ALL INSURANCE REQUIREMENTS HAVE BEEN MET AND ALL FORMS RECEIVED BY YOUR DEPARTMENT PLEASE SIGN THE BOTTOM OF THIS FORM AND ATTACH COPIES OF COMPLETED INSURANCE FORMS FOR OUR BID FILES. UNTIL WE HAVE RECEIVED THIS FORM FROM YOUR OFFICE, WE WILL NOT PROCESS A PURCHASE ORDER OR A "NOTICE TO PROCEED" ON THIS PROJECT. .~Ut EMPLOYE FROM roSK MANAGEMENT ::1-1- @~ ( DATE RETURNED TO PROCUREMENT SERVICES PLEASE ATTACH A COPY OF THE CERTIFICATE OF INSURANCE TO THIS FORM / . . - - - -- l;I:K IIFIGA TE UF LIABILITY INSURANCE _. -. - \.......--., . . . J TM I APR 15 05 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ASSOCIATES AGENCY, INC, ONL Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE PO BOX 16190 HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 11308 N, 53RD ST. AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. TEMPLE TERRACE FL 33687 I INSURERS AFFORDING COVERAGE NAIC# ! INSURED ----: INSURER A: AUTO OWNERS INSURANCE CO. SOUTHEAST DRILLING SERVICES INC. IINSURER B: OWNERS INSURANCE CO, P,O, BOX 271723 TAMPA FL 33688-1723 jlNSURER C: INSURER D: I INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AD~ TYPE OF INSURANCE POLICY NUMBER I POLICY EFFECTIVE i Pg~~: 1~:'~"b'~N I LIMITS LTR INSR DATE IMM/DDIYY1' I GENERAL LIABILITY 20519848-942312 JUL 1 04 JUL 1 05 EACH OCCURRENCE $ 1,000,000 ~.M'''",- G'"'''' '"",m ~~~.~~~!O RENTEO $ 50,000 CLAIMS MADEI~ OCCUR MED. EXP (Anyone person) $ 5,000 B PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG. $ 1,000,000 Ii POLICY ii PROJECT n LOC AUTOMOBILE LIABILITY 41-429-949-00 JUL 1 04 JUL 1 05 COMBINED SINGLE LIMIT Xl ANY AUTO (Ea accident) $ 500,000 - ALL OWNED AUTOS I BODILY INJURY - (Per person) $ SCHEDULED AUTOS A I I- I X HIRED AUTOS BODILY INJURY 1- $ .~ NON-OWNED AUTOS (Per accident) - PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY I AUTO ONLY - EA ACCIDENT $ ~ ANY AUTO I OTHER THAN EA ACC $ AUTO ONLY: M'''' $ EXCESS / UMBRELLA LIABILITY 43-462-317-00 I JUL 1 04 I JUL 1 05 EACH OCCURRENCE $ 5,000,000 ~ OCCUR D CLAIMS MADE AGGREGATE $ 5,000,000 A I $ ~ DEDUCTIBLE $ RETENTION $ 0 I 1$ WORKERS COMPENSATION AND 20640738-031712 SEP 1 04 SEP 1 05 I I WC STATU- I I OTHER I EMPLOYERS' LIABILITY A ANY PROPRIETORlPARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 500,000 OFFICER/MEMBER EXCLUDED? E.L. DISEASE-EA EMPLOYEE $ 500,000 If yel, describe under SPECIAL PROVISIONS below E.L. DISEASE-POLICY LIMIT $ 500,000 OTHER: I I ! I DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTI SPECIAL PROVISIONS CITY OF BOYNTON BEACH IS AN ADDITIONAL INSURED, CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 CITY OF BOYNTON BEACH DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE 100 E. BOYNTON BEACH BLVD. INSURER, Irs AGENTS OR REPRESENTATIVES. BOYNTON BEACH, FL 33425 AUTHORIZED REPRESENTATIVE ~~~ Attention: 561-742-6357 -TARA Mike Ro rs ~ ACORD 25 (2001/08) Certificate # 69993 @ACORD CORPORATION 1988 BID BOND STATE OF FLORIDA ) COUNTY OF PALM BEACH ) P. . a1 Western Surety Company as nnclp , and . KNOW ALL MEN BY THESE PRESENTS, (hat ~nn""hprl~t- nri 11 i ng Servi c.f>S, Ioc. , as Surery, authorized to do business in rhe State of Florida are held and firm]y bound Unto rhe Owner, l'iry ("If'R("IynT("IT1 'Rt"'arh Five Percent of Bid in the penal sum of Dollars ($ 5% of bi9 lawful money of the United Stares, for the paymem of which sum will and truly to be made, we bond ourselves, our heirs, executors, ctdminiso-arors, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBUGATION IS SUCH, that whereas the Principal has submined the accompanying bid, dated :f4,JUA,(ty J, , 20~, For; F.A.'~T PI.A NT RXPA ~TON TF.~T WRLr.s ANn AQTTTF'RR ~TORA~F. A NJ) RJ;:("OVJ;:RV WFJ,L TWO NOW THEREFORE, A. If the principal shaH not wirhdrawsaid Bid within ninety (90) clays after dare of opening of the ~ame, ~ncl ~hilll wit-hin ren (10) days after the prescribed forms are presented ro him for signatUre, emer into a written Contract with the Owner in accordance with the Bid as accepted, and give bonds with goods and sufficient surery or sureties, as may be required, for the faithful performance and proper fulfil1mem of such Contract, then the above obligations shall be void and of no effect, otherwise [0 remain in full force and effect. BIB. J B. In the evenr of the withdrawal of said Bid wirhin the period specified, or the failure to enter into such Connct and give such bonds within tile time specified, if the principal shall pay the Owner the difference between the amount specified in said "Bid and the amOunt for which the Owner may procure the required work and supplies, if the Janer amount be in excess of the fenner then the above obligations shall be void and of no effect, otherwise to remain in full force.and effect. IN WITNESS WHERE.&', the above bounded parties have executed this instrument under their several seals, this ~ day of J4IJu4,t<lY I~ .t.au~, being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of is governing body. WITNESS; (If Sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). PRINCIPAL: 50oTHE4Sr DRfl..LltVC. ~etev/ce.5, IN<:- Name afFirm WITNESS: ~/(/J'1~ Signature of V,C€ Title fJ. f). 136)( J. 7 / 7;1..3 Business Address l4f11tJ4. ADt.C()~ 3"3'ffi> Ciry and State BIB - 2 SURETY: Western Surety Company Corporate Surety WITNESS: ~ClA'1 ~ a-r'11.r.- ) Anorney-in-fac! (affix seal) P.o. Box 5077 Business Address Sioux Falls, SD 57117 City State Associates Agency, Inc. Name of Local Insurance Agency BIB. 3 CERTIFICATE AS TO CORPORATE PRINCIPAL 4Sonya P. Ziegler , certify that I am the Secretary of the Corporation named as Principal in the within bond; that William Ziegler who signed the said Bid Bond on behalf of the Principal, was then Vice President of said Corporation; that I know has signature, and his signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. ~~'~~ Secretary (corporate Beal) STATE OF FLORIDA ) COUNTY OF~~I8:H HILLSBORQUGH Before me, a Notary Public duly commissioned, qualified and acting, personally appeared W. Z i eg 1 e r to me well known, who being by me first duly sworn upon oath, says that he is the Attorney-in-Fact, for the SOUTHEAST DRILLING SERVIc.iia~a~~; has been authorized by Sonya P. Ziegler to execute the foregoing bond on behalf of the Contractor named therein in favor for the Owner, the City of Boynton Beach. . LJJ4~ ~o~~;.V. :~q(0 SANDRA PELAEZ GARRISON ~. . MY COMMISSION # DO 178709 * .. EXPIRES: February 16, 2007 "''1or. OF fCO~{J" Bondlid Thru Budget Notary Services BIB- 4