Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutDocumentation_Regular_Tab 15_2/9/2023Agenda Item #15.
Regular Council
STAFF MEMO
Meeting: Regular Council - Feb 09 2023
Staff Contact: Marjorie Craig, Utilities Director Department: Utilities
��
Consider Approval of Authorization of Award and Execution of a Contract to B&B Underground
Construction, Inc., for Water Main Replacement Program Project No. 1 and No. 4 for $3,560,490
SUMMARY:
Village of Tequesta Utilities Department recommends approval of authorization of award and execution of
a unit price contract to the lowest responsible bidder, B&B Underground Construction, Inc. (B&B), for $3,560,490,
for pipe replacement program projects numbers 1 and 4, bid as Invitation to Bid (ITB) No. UTIL 11-08-22/MC
"Village of Tequesta Water Main Replacement Program Project No. 1 and No. 4" (Project).
The Project is part of the phased asbestos cement (AC) water main (WM) replacement program that the Village
has planned. Project No. 1 is located along Tequesta Drive and Project No. 4 is located along Country Club
Drive South and several side streets.
The Project was bid on November 15, 2022, a pre -bid meeting was held on December 9, 2022, and the bid
opening was on December 15, 2022. Attachment 1 is the agreement with the contractor, which was contained
within the bid documents. The Village's engineer for the project is Holtz Consulting Engineers (Holtz or Engineer),
who evaluated the two bids received, reviewed the qualifications, and contacted references for the lowest
responsive bidder. Based on the review, Holtz provided a recommendation letter (attachment 2) recommending
award of the contract to B&B Underground Construction, Inc., the lowest responsive and responsible bidder, for
$3,560,490. The required 5% bid bond was provided.
The Engineer's opinion of probable cost (OPC) was $2,232,230 (attachment 3).
There were two bids received:
1. B&B Underground Construction, Inc. — bid of $3,560,490
2. Municipal Contractors, Inc.— bid of $3,667,000
The Engineer's bid tabulation for the project is attachment 4 and the bid form submitted by B&B is attachment 5.
The Village submitted a list of documents to FDEP required to receive approval to award the bid. FDEP's
approval letter of authorization to award the bid is attachment 6.
The project is to be funded from the first tranche of the Florida Department of Environmental Protection's (FDEP)
State Revolving Loan Fund (SRF) that the Village has in place. Since B&B's bid price was 60% higher than the
OPC, we are required to request additional funding from FDEP which had been completed.
This project was originally scheduled to be bid and awarded in FY22 and the project funding was not budgeted
or carried over in FY23, as shown in the table for "Capital Projects Other Than Buildings."
Based on the project list and funding for FY23 and the total anticipated for the SRF loan, there will not be enough
SRF funding for all of the planned projects as listed. Project (3) on the Capital Projects list, Beach Road Phase
Page 164 of 1094
Agenda Item #15.
II WM Project #2 needs to move forward due developments under construction. Project (1) on the Capital
Projects list, improvements to the water treatment plant's supervisory control and data acquisition (SCADA)
system, hydraulic improvements, and chemical feed improvements needs to move forward. In order to fund this
Project as bid, delaying Jupiter in the Pines (WM Project No. 3) is recommended.
Please see the following FY23 budget breakdown for projects from the water fund account 401-412-663.600
Capital Projects Other Than Buildings:
Capital Projects
FY23
Budget
Encumbered
This
Request
Current
Remaining
1 WTP Upgrades & Energy Resource Improvements
$5,000,000
$0
$0
$5,500,000
2 Water Main Replacement program — WM-1/4 — Tequesta Drive/
$0
$0
$3,560,490
NIA
Country Club Dr. South*
3 IWater Main Replacement Program — WM-2 — Beach Road Phase
$1,785,000
$0
$0
$1,785,000
4 Water Main Replacement Program — WM 3 - Jupiter in the Pines
$3,570,000
$0
$0
$3,570,000
(South)
TOTAL
*this request (WM Replacement program #1 &4)
$10,855,000 $0 $3,560,490 $10,855,000
The bid package is attachment 7 and related addendums are in attachment 8.
Utilities Staff recommends approving the authorization of award and execution of a contract to B&B Underground
for an amount not -to -exceed $3,560,490.
Attachments:
1. Contract agreement
2. Engineer's letter recommendation of bid award
3. Engineer's opinion of probable cost (OPC)
4. Engineer's bid tabulation
5. B&B's (lowest responsible/ responsive bidder) bid form
6. FDEP letter of award authorization
7. Project bid package documents
8. Project bid addendums (three)
This document and any attachments may be reproduced upon request in an alternative format by
completing our Accessibility Feedback Form, sending an e-mail to the Village Clerk or calling 561-768-
0443.
PROJECT NAME: AC Pipe
Replacement
Proposed:
$3,560,490.00
BUDGET: $10,855,000.00 ENCUMBERED: $0.00
Projected Remaining:
$7,294,510.00
(01) Agreement AC WM Replacement Bid Doc Contractor Agreement
(02) Holtz VOT AC WM 1 & 4 - Letter of Recommendation
(03) Holtz OPC VOT AC WM #1 &4 - Engineer's OPC VC Attachment
(04) Holtz VOT AC WM 1 & 4 - Bid Tab B&B & MuniciDal
Page 165 of 1094
Agenda Item #15.
(05) B&B 00410 Bid Form B&B
(06) FDEP Auth to Award Letter - Villaae of Teauesta DW502700
Page 166 of 1094
Agenda Item #15.
AGREEMENT
BETWEEN OWNER AND CONTRACTOR
FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)
THIS AGREEMENT is by and between Village of Tequesta ("Owner") and
B&B Underground Construction, INC. ("Contractor")
Owner and Contractor hereby agree as follows:
ARTICLE 1— WORK
1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work
is generally described as follows:
ARTICLE 2 —THE PROJECT
2.01 The Project, of which the Work under the Contract Documents is a part, is generally described as
follows: the installation of approximately 11,000 linear feet of new 8-inch to 12-inch water
main, abandonment of existing water main, and connections to side streets and related
services, fittings, and appurtenances.
ARTICLE 3 — ENGINEER
3.01 The part of the Project that pertains to the Work has been designed by Holtz Consulti
Engineers.
3.02 The Owner has retained Holtz Consulting Engineers ("Engineer") to act as Owner's
representative, assume all duties and responsibilities, and have the rights and authority assigned
to Engineer in the Contract Documents in connection with the completion of the Work in
accordance with the Contract Documents.
ARTICLE 4 — CONTRACT TIMES
4.01 Time of the Essence
A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness
for final payment as stated in the Contract Documents are of the essence of the Contract.
4.02 Contract Times: Days
A. The Work will be substantially completed within days after the date when the Contract
Times commence to run as provided in Paragraph 4.01 of the General Conditions and
completed and ready for final payment in accordance with Paragraph 15.06 of the General
Conditions within days after the date when the Contract Times commence to run.
4.03 Liquidated Damages
A. Contractor and Owner recognize that time is of the essence as stated in Paragraph 4.01 above
and that Owner will suffer financial and other losses if the Work is not completed and
Milestones not achieved within the times specified in Paragraph 4.02 above, plus any
extensions thereof allowed in accordance with the Contract. The parties also recognize the
delays, expenses, and difficulties involved in proving in a legal or arbitration proceeding the
00520, Agreement
Page 1 of 12
Page 167 of 1094
Agenda Item #15.
actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of
requiring any such proof, Owner and Contractor agree that as liquidated damages for delay
(but not as a penalty):
1. Substantial Completion: Contractor shall pay Owner $500.00 for each day that expires
after the time (as duly adjusted pursuant to the Contract) specified in Paragraph 4.02.A
above for Substantial Completion until the Work is substantially complete.
2. Completion of Remaining Work: After Substantial Completion, if Contractor shall
neglect, refuse, or fail to complete the remaining Work within the Contract Times (as
duly adjusted pursuant to the Contract) for completion and readiness for final payment,
Contractor shall pay Owner $1,000.00 for each day that expires after such time until the
Work is completed and ready for final payment.
3. Liquidated damages for failing to timely attain Substantial Completion and final
completion are not additive and will not be imposed concurrently.
4.04 Special Damages
A. In addition to the amount provided for liquidated damages, Contractor shall reimburse
Owner (1) for any fines or penalties imposed on Owner as a direct result of the Contractor's
failure to attain Substantial Completion according to the Contract Times.
ARTICLE 5 — CONTRACT PRICE
5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract
Documents the amounts that follow, subject to adjustment under the Contract:
A. For all Work other than Unit Price Work, a lump sum of: $
All specific cash allowances are included in the above price in accordance with Paragraph
13.02 of the General Conditions.
B. For all Unit Price Work, an amount equal to the sum of the extended prices (established for
each separately identified item of Unit Price Work by multiplying the unit price times the
actual quantity of that item):
Unit Price Work
Item
No.
Description
Unit
Estimated
Quantity
Unit
Price
Extended
Price
Total of all Extended Prices for Unit Price Work (subject to final adjustment
based on actual quantities)
$
The extended prices for Unit Price Work set forth as of the Effective Date of the Contract are
based on estimated quantities. As provided in Paragraph 13.03 of the General Conditions,
00520, Agreement
Page 2 of 12
Page 168 of 1094
Agenda Item #15.
estimated quantities are not guaranteed, and determinations of actual quantities and
classifications are to be made by Engineer.
C. Total of Lump Sum Amount and Unit Price Work (subject to final Unit Price adjustment)
D. For all Work, at the prices stated in Contractor's Bid, attached hereto as an exhibit.
ARTICLE 6 — PAYMENT PROCEDURES
6.01 Submittal and Processing of Payments
A. Contractor shall submit Applications for Payment in accordance with Article 15 of the General
Conditions. Applications for Payment will be processed by Engineer as provided in the
General Conditions.
6.02 Progress Payments; Retainage
A. Owner shall make progress payments on account of the Contract Price on the basis of
Contractor's Applications for Payment on or about the 25th day of each month during
performance of the Work as provided in Paragraph 6.02.A.1 below, provided that such
Applications for Payment have been submitted in a timely manner and otherwise meet the
requirements of the Contract. All such payments will be measured by the Schedule of Values
established as provided in the General Conditions (and in the case of Unit Price Work based
on the number of units completed) or, in the event there is no Schedule of Values, as
provided elsewhere in the Contract.
1. Prior to Substantial Completion, progress payments will be made in an amount equal to
the percentage indicated below but, in each case, less the aggregate of payments
previously made and less such amounts as Owner may withhold, including but not
limited to liquidated damages, in accordance with the Contract
a. 90 percent of Work completed (with the balance being retainage). If the Work has
been 50 percent completed as determined by Engineer, and if the character and
progress of the Work have been satisfactory to Owner and Engineer, then as long
as the character and progress of the Work remain satisfactory to Owner and
Engineer, the retainage will be reduced in accordance with Florida Statute 218.735;
and
b. 90 percent of cost of materials and equipment not incorporated in the Work (with
the balance being retainage).
B. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total
payments to Contractor to 100 percent of the Work completed, less such amounts set off by
Owner pursuant to Paragraph 15.01.E of the General Conditions, and less 200 percent of
Engineer's estimate of the value of Work to be completed or corrected as shown on the
punch list of items to be completed or corrected prior to final payment.
6.03 Final Payment
A. Upon final completion and acceptance of the Work in accordance with Paragraph 15.06 of
the General Conditions, Owner shall pay the remainder of the Contract Price as
recommended by Engineer as provided in said Paragraph 15.06.
ARTICLE 7 — INTEREST
7.01 All amounts not paid when due shall bear interest at the rate of 1 percent per annum.
00520, Agreement
Page 3 of 12
Page 169 of 1094
Agenda Item #15.
ARTICLE 8 — CONTRACTOR'S REPRESENTATIONS
8.01 In order to induce Owner to enter into this Contract, Contractor makes the following
representations:
A. Contractor has examined and carefully studied the Contract Documents, and any data and
reference items identified in the Contract Documents.
B. Contractor has visited the Site, conducted a thorough, alert visual examination of the Site
and adjacent areas, and become familiar with and is satisfied as to the general, local, and Site
conditions that may affect cost, progress, and performance of the Work.
C. Contractor is familiar with and is satisfied as to all Laws and Regulations that may affect cost,
progress, and performance of the Work.
D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface
conditions at or adjacent to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site that have been identified in the Supplementary
Conditions, especially with respect to Technical Data in such reports and drawings, and (2)
reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent
to the Site that have been identified in the Supplementary Conditions, especially with respect
to Technical Data in such reports and drawings.
E. Contractor has considered the information known to Contractor itself; information
commonly known to contractors doing business in the locality of the Site; information and
observations obtained from visits to the Site; the Contract Documents; and the Site -related
reports and drawings identified in the Contract Documents, with respect to the effect of such
information, observations, and documents on (1) the cost, progress, and performance of the
Work; (2) the means, methods, techniques, sequences, and procedures of construction to be
employed by Contractor; and (3) Contractor's safety precautions and programs.
F. Based on the information and observations referred to in the preceding paragraph,
Contractor agrees that no further examinations, investigations, explorations, tests, studies,
or data are necessary for the performance of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the Contract.
G. Contractor is aware of the general nature of work to be performed by Owner and others at
the Site that relates to the Work as indicated in the Contract Documents.
H. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or
discrepancies that Contractor has discovered in the Contract Documents, and the written
resolution thereof by Engineer is acceptable to Contractor.
I. The Contract Documents are generally sufficient to indicate and convey understanding of all
terms and conditions for performance and furnishing of the Work.
J. Contractor's entry into this Contract constitutes an incontrovertible representation by
Contractorthat without exception all prices in the Agreement are premised upon performing
and furnishing the Work required by the Contract Documents.
ARTICLE 9 — CONTRACT DOCUMENTS
9.01 Contents
A. The Contract Documents consist of the following:
1. This Agreement (pages 1 to _, inclusive).
00520, Agreement
Page 4 of 12
Page 170 of 1094
Agenda Item #15.
2. Performance bond (pages_ to___, inclusive).
3. Payment bond (pages_ to__, inclusive).
4. Other bonds.
a. _ (pages _ to _, inclusive).
b. _ (pages _ to inclusive).
c. _ (pages _ to inclusive).
5. General Conditions (pages_ to_, inclusive).
6. Supplementary Conditions (pages _ to _, inclusive).
7. Specifications as listed in the table of contents of the Project Manual.
8. Drawings (not attached but incorporated by reference) consisting of _ sheets with
each sheet bearing the following general title: _ [or] the Drawings listed on the
attached sheet index.
9. Addenda (numbers_ to_, inclusive).
10. Exhibits to this Agreement (enumerated as follows):
a. Contractor's Bid (pages_ to_, inclusive).
11. The following which may be delivered or issued on or after the Effective Date of the
Contract and are not attached hereto:
a. Notice to Proceed.
b. Work Change Directives.
c. Change Orders.
d. Field Orders.
B. The documents listed in Paragraph 9.01.A are attached to this Agreement (except as
expressly noted otherwise above).
C. There are no Contract Documents other than those listed above in this Article 9.
D. The Contract Documents may only be amended, modified, or supplemented as provided in
the General Conditions.
ARTICLE 10 — MISCELLANEOUS
10.01 Terms
A. Terms used in this Agreement will have the meanings stated in the General Conditions and
the Supplementary Conditions.
10.02 Assignment of Contract
A. Unless expressly agreed to elsewhere in the Contract, no assignment by a party hereto of
any rights under or interests in the Contract will be binding on another party hereto without
the written consent of the party sought to be bound; and, specifically but without limitation,
money that may become due and money that is due may not be assigned without such
consent (except to the extent that the effect of this restriction may be limited by law), and
unless specifically stated to the contrary in any written consent to an assignment, no
00520, Agreement
Page 5 of 12
Page 171 of 1094
Agenda Item #15.
assignment will release or discharge the assignor from any duty or responsibility under the
Contract Documents.
10.03 Successors and Assigns
A. Owner and Contractor each binds itself, its successors, assigns, and legal representatives to
the other party hereto, its successors, assigns, and legal representatives in respect to all
covenants, agreements, and obligations contained in the Contract Documents.
10.04 Severability
A. Any provision or part of the Contract Documents held to be void or unenforceable under any
Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be
valid and binding upon Owner and Contractor, who agree that the Contract Documents shall
be reformed to replace such stricken provision or part thereof with a valid and enforceable
provision that comes as close as possible to expressing the intention of the stricken provision.
10.05 Contractor's Certifications
A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive
practices in competing for or in executing the Contract. For the purposes of this Paragraph
10.05:
1. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value
likely to influence the action of a public official in the bidding process or in the Contract
execution;
2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to
influence the bidding process or the execution of the Contract to the detriment of
Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c)
to deprive Owner of the benefits of free and open competition;
3. "collusive practice" means a scheme or arrangement between two or more Bidders,
with or without the knowledge of Owner, a purpose of which is to establish Bid prices
at artificial, non-competitive levels; and
4. "coercive practice" means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the bidding process or affect
the execution of the Contract.
10.06 Indemnity
A. The parties recognize that the Contractor is an independent contractor. The Contractor
agrees to assume liability for and indemnify, hold harmless, and defend the Owner, its
council members, mayor, officers, employees, agents, and attorneys of, from, and against all
liability and expense, 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 Contract. The Contractor's liability
hereunder shall include all attorney's fees and costs incurred by the Owner in the
enforcement of this indemnification provision. This includes claims made by the employees
of the Contractor against the Owner 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 Contract and shall not be limited by the amount of
any insurance required to be obtained or maintained under this Contract.
00520, Agreement
Page 6 of 12
Page 172 of 1094
Agenda Item #15.
B. Subject to the limitations set forth in this Section, Contractor shall assume control of the
defense of any claim asserted by a third party against the Owner and, in connection with
such defense, shall appoint lead counsel, in each case at the Contractor's expense. The
Owner 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 Owner 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 Owner 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 Owner, be detrimental in any material respect to the Owner's reputation;
(ii) the third party claim seeks an injunction or equitable relief against the Owner; or (iii) the
Contractor has failed or is failing to 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.
C. 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 Owner may have under the doctrine of sovereign
immunity or Section 768.28, Florida Statutes.
10.07 Governing Law and Remedies
A. The validity of this Agreement and of any of its terms or provisions, as well as the rights and
duties of the parties hereunder, shall be governed by the laws of the State of Florida and
venue for any and all disputes related to or arising from this Agreement shall be in Palm
Beach County, Florida.
B. No remedy herein conferred upon any party is intended to be exclusive of any other remedy,
and each and every such remedy shall be cumulative and shall be in addition to every other
remedy given hereunder or now or hereafter existing at law or in equity or by statute or
otherwise. No single or partial exercise by any party of any right, power, or remedy
hereunder shall preclude any other or further exercise thereof.
10.08 Office of the Inspector General
A. Palm Beach County has established the Office of the Inspector General, which is authorized
and empowered to review past, present, and proposed County programs, contracts,
transactions, accounts and records. The Inspector General (IG) has the power to subpoena
witnesses, administer oaths, require the production of records, and monitor existing projects
and programs. The Inspector General may, on a random basis, perform audits on all Owner
contracts.
10.09 Public Records
Contractor shall comply with Florida's Public Records Act, Chapter 119, Florida Statutes, and, if
determined to be acting on behalf of the Owner as provided under section 119.011(2), Florida
Statutes, specifically agrees to:
u Keep and maintain public records required by the Owner to perform the service.
00520, Agreement
Page 7 of 12
Page 173 of 1094
Agenda Item #15.
(b) Upon request from the Owners' custodian of public records or designee, provide the
Owner with a copy of the requested records or allow the records to be inspected or copied within
a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida
Statutes, or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the duration of
this Contract and following completion of this Contract if the Contractor does not transfer the
records to the Owner.
u Upon completion of this Contract, transfer, at no cost, to the Owner all public records in
possession of the Contractor or keep and maintain public records required by the Owner to
perform the service. If the Contractor transfers all public records to the Owner upon completion
of the Contract, the Contractor shall destroy any duplicate public records that are exempt or
confidential and exempt from public records disclosure requirements. If the Contractor keeps and
maintains public records upon completion of the Contract, the Contractor shall meet all applicable
requirements for retaining public records. All records stored electronically must be provided to
the Owner, upon request from the Owner's custodian of public records or designee, in a format
that is compatible with the information technology systems of the Owner.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS OR DESIGNEE AT 561-768-0443,
Imcwilliams@tequesta.or, OR BY MAIL AT VILLAGE OF TEQUESTA, 345
TEQUESTA DRIVE, TEQUESTA, FL 33469.
10.10 Insurance
A. The limits of liability for insurance required by Paragraph 6.03 of the General Conditions shall
provide coverage for not less that the following amounts or greater where required by Law
and Regulations:
1. Workers' Compensation, and related coverages under Paragraphs 6.03.A.1 and A.2 of
the General Conditions:
a. State
Statutory
b. Applicable Federal
Statutory
C. Employer Liability:
Bodily injury, each accident
$1,000,000
Bodily injury by disease, each employee
$500,000
Bodily injury/disease aggregate
$1,000,000
d. Foreign voluntary worker compensation
Statutory
2. Contractor's Commercial General Liability under Paragraphs 6.03.13 and 6.03.0 of the
General Conditions:
a. General Aggregate
$2,000,000
00520, Agreement
Page 8 of 12
Page 174 of 1094
Agenda Item #15.
3
4
5
b. Products — Completed Operations Aggregate $2,000,000
C. Personal and Advertising Injury $1,000,000
d. Each Occurrence $1,000,000
(Bodily Injury and Property Damage)
Automobile Liability under paragraph 6.03.D of the General Conditions:
a. Bodily Injury:
Each Person $500,000
Each Accident $1,000,000
b. Property Damage:
Each Incident $1,000,000
Umbrella of Excess Liability under paragraph 6.03.E of the General Conditions:
a. Excess or Umbrella Liability
1) General Aggregate $5,000,000
2) Each Occurrence $1,000,000
Contractor's Pollution Liability under paragraph 6.03.F of the General Conditions:
a. Contractor's Pollution Liability
1) General Aggregate $2,000,000
2) Each Occurrence $1,000,000
6. Additional Insureds include the respective officers, partners, directors, employees,
agents, consultants, and subconsultants of the following firms and municipal
government(s):
a. Village of Tequesta
10.11 Audit By Owner
A. The Contractor shall permit the Owner, or any authorized representatives of the Owner, 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.
10.12 Copies of Data/Documents
A. Copies or original documents prepared by the Contractor in relation to work associated with
this Agreement shall be provided to the Owner. Data collected, stored, and/or provided shall
be in a form acceptable to the Owner and agreed upon by the Owner.
10.13 Ownership
A. Each and every report, draft, work product, map, record, and other document 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 Owner.
10.14 Limitations of Liability
A. Under no circumstances shall either party be liable to the other for any consequential,
incidental, special, punitive, or any other form of indirect or non -compensatory damages.
10.15 Enforcement Costs
00520, Agreement
Page 9 of 12
Page 175 of 1094
Agenda Item #15.
A. All parties shall be responsible for their own attorneys' fees, court costs and expenses if any
legal action or other proceeding is brought for any dispute, disagreement, or issue of
construction or interpretation arising hereunder whether relating to the Agreement's
execution, validity, the obligations provided therein, or performance of this Agreement, or
because of an alleged breach, default or misrepresentation in connection with any provisions
of this Agreement.
10.16 Copyrights and/or Patent Rights
A. Contractor warrants that there has been no violation of copyrights and/or patent rights in
the manufacturing, producing or selling of the goods, shipped or ordered, as a result of this
Agreement and the Contractor agrees to hold the Owner harmless from any and all liability,
loss, or expense occasioned by any such violation.
10.17 Protection of Property
A. The Contractor shall at all times guard against damage or loss to the property of the Owner
or of other vendors or contractors and shall be held responsible for replacing or repairing
any such loss or damage. The Owner may withhold payment or make such deductions as
deemed necessary to insure reimbursement or replacement for loss or damage to property
through negligence of the successful Contractor or its agents. The Contractor shall be
responsible to safeguard all of their property such as tools and equipment while on site. The
Owner will not be held responsible for any loss of Contractor property due to theft or
vandalism.
10.18 Damage to Persons or Property
A. The responsibility for all damage to person or property arising out of or on account of Scope
of Work done under this Contract shall rest upon the Contractor.
10.19 Discrimination
A. The Contractor warrants and represents that all of its employees are treated equally during
employment without regard to race, color, religion, disability, sex, age, national origin,
ancestry, political affiliation, marital status, handicap, or sexual orientation. Further,
Contractor shall not discriminate or permit discrimination against any employee or an
applicant for employment on the basis of race, color, sex, religion, political affiliation, natural
origin, ancestry, marital status, sexual orientation or handicap.
10.20 Construction Defects
A. PURSUANT TO SECTION 558.005, FLORIDA STATUTES, ANY CLAIMS FOR CONSTRUCTION
DEFECTS ARE NOT SUBJECT TO THE NOTICE AND CURE PROVISIONS OF CHAPTER 558,
FLORIDA STATUTES.
10.21 Public Entity Crimes
Contractor acknowledges and agrees that 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,
proposal, or reply on a contract to provide any goods or services to a public entity; may not submit
a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public
building or public work; may not submit bids, proposals, or replies on leases of real property to a
public entity; may not be awarded or perform work as a contractor, supplier or sub -contractor
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, Florida Statues, for CATEGORY TWO
for a period of 36 months following the date of being placed on the convicted vendor list. The
Contractor will advise the Owner immediately if it becomes aware of any violation of this statute.
00520, Agreement
Page 10 of 12
Page 176 of 1094
Agenda Item #15.
10.22 Scrutinized Companies
A. Contractor certifies that it and its subcontractors are not on the Scrutinized Companies
that Boycott Israel List and are not engaged in the boycott of Israel. Pursuant to section 287.135,
Florida Statutes, the Owner may immediately terminate this Agreement at its sole option if the
Contractor or any of its subcontractors are found to have submitted a false certification; or if the
Contractor or any of its subcontractors, are placed on the Scrutinized Companies that Boycott
Israel List or is engaged in the boycott of Israel during the term of this Agreement.
B. If this Agreement is for one million dollars or more, the Contractor certifies that it and its
subcontractors are also not on the Scrutinized Companies with Activities in Sudan List, Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, or engaged in business
operations in Cuba or Syria as identified in Section 287.135, Florida Statutes. Pursuant to Section
287.135, the Owner may immediately terminate this Agreement at its sole option if the
Contractor, or any of its subcontractors are found to have submitted a false certification; or if the
Contractor or any of its subcontractors are placed on the Scrutinized Companies with Activities in
Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or
are or have been engaged with business operations in Cuba or Syria during the term of this
Agreement.
C. The Contractor agrees to observe the above requirements for applicable subcontracts
entered into for the performance of work under this Agreement.
D. The Contractor agrees that the certifications in this section shall be effective and relied
upon by the Owner for the term of this Agreement, including any and all renewals.
E. The Contractor agrees that if it or any of its subcontractors' status changes in regards to
any certification herein, the Contractor shall immediately notify the Owner of the same.
F. As provided in Subsection 287.135(8), Florida Statutes, if federal law ceases to authorize
the above -stated contracting prohibitions then they shall become inoperative.
00520, Agreement
Page 11 of 12
Page 177 of 1094
Agenda Item #15.
IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement.
This Agreement will be effective on (which is the Effective Date of the Contract).
VILLAGE: CONTRACTOR:
By:
By:
Title: Mayor Title:
(Seal)
Attest:
Title: Village Clerk The foregoing instrument was sworn to (or
affirmed) and subscribed before this day
of 20 by
who
is [ ] personally know to me or [ ] who has
produced a as
identification and who did/did not take an oath.
(Seal)
Approved Notary Public
as to State of Florida
Form:
Title: Village Attor
Address for giving notices:
Village Manager
345 Teauesta Drive
Teauesta FL. 33469
Address for giving notices:
License No.:
(where applicable)
00520, Agreement
Page 12 of 12
Page 178 of 1094
Agenda Item #15.
F[SE
HOLTZ CONSULTING ENGINEERS, INC
December 21, 2022
Ms. Marjorie G. Craig, PE
Director
Village of Tequesta Utilities Department
345 Tequesta Drive
Tequesta, FL 33469
Subject: Village of Tequesta Water Main Replacement Program Project No. 1 and No. 4
Recommendation of Award to B&B Underground Construction, Inc.
Dear Ms. Craig,
On December 15, 2022 at 2:00 p.m. bids were opened for the referenced project. There were two (2) bids
accepted for the project as follows:
Bidder
Bid Amount
B&B Underground Construction, Inc.
$3,560,490.00
Municipal Contractors
$3,667,000.00*
*Corrected bid amount
The bids were reviewed by Holtz Consulting Engineers, Inc. (HCE) to evaluate whether the bids are
responsive to the bid submittal requirements. We also contacted references and reviewed qualifications
to evaluate if the bidders are considered to be responsible and qualified to construct the work.
The apparent low bidder was B&B Underground Construction, Inc. with a Total Bid Amount of
$3,560,490.00. Their bid was reviewed and included the required bid bond in the amount of five percent
of their bid from an acceptable surety company according to the US Department of Treasury. They
acknowledged receipt of the addenda in the bid form. Their bid was determined to be responsive.
B&B Underground Construction has completed many projects in South Florida, including projects
involving installation of water main. The references contacted indicated that they completed their projects
generally on time, within budget, and in conformance with the contract documents.
B&B Underground Construction will use Eastern Pipeline Construction as their directional drill
subcontractor, Lidonni Company as their paving subcontractor, and Spada Flatwork for their concrete
subcontractor. B&B Underground Construction will self -perform the open -cut underground piping. B&B
Underground Construction is a corporation in good standing with the Florida Department of State Division
270 South Central Boulevard, Suite 207 • Jupiter, Florida 33458
Office: 561.575.2005 • Fax: 561.575.2009
Page 179 of 1094
Agenda Item #15.
F[SE
HOLTZ CONSULTING ENGINEERS, INC
of Corporations and holds a General Contractor license from the State of Florida. We therefore consider
B&B Underground Construction to be a responsible bidder.
Based on the above information, Holtz Consulting Engineers, Inc. can recommend award of the contract
to the apparent low bidder (B&B Underground Construction) in the Total Bid Amount of $3,560,490.00.
Sincerely,
HOLTZ CONSULTING ENGINEERS, INC.
Stephen Fowler, PE
cc:
270 South Central Boulevard, Suite 207 • Jupiter, Florida 33458
Office: 561.575.2005 • Fax: 561.575.2009
Page 180 of 1094
Agenda Ite%916.Opinion of Probable Cost (OPC) by Holtz Consulting Engineers for the Village of Tequesta
Village of Tequesta Asbestos Cement Water Main Replacement Project
100% Opinion of Probable Cost
November 11, 2022
Item
Description
Quantity
Unit
Unit Cost
Total Amount
1A
Mobilization, Demobilization, Bonds & Insurance (5%)
1
LS
$96,700.00
$96,700.00
16
Maintenance of Traffic
9,820
LF
$2.00
$19,700.00
1C
As -built Record Drawings
9,820
LF
$2.50
$24,600.00
1D
Audio Video Documentation
9,820
LF
$1.00
$9,900.00
1E
NPDES Permit/Erosion Measures
9,820
LF
$1.00
$9,900.00
2
Furnish and Install 4-inch PVC Water Main
20
LF
$30.00
$600.00
3
Furnish and Install 6-inch PVC Water Main
80
LF
$40.00
$3,200.00
4
Furnish and Install 8-inch PVC Water Main
3,000
LF
$45.00
$135,000.00
5
Furnish and Install 10-inch PVC Water Main
5,300
LF
$50.00
$265,000.00
6
Furnish and Install 12-inch PVC Water Main
40
LF
$60.00
$2,400.00
7
Furnish and Install 10-inch HDPE Water Main
550
LF
$100.00
$55,000.00
8
Furnish and Install 12-inch HDPE Water Main
3,200
LF
$120.00
$384,000.00
9
Furnish and Install Ductile Iron Fittings
8
Tons
$12,000.00
$96,000.00
10
Furnish and Install 10" PVC/HDPE Transition Adapter
6
EA
$800.00
$4,800.00
11
Furnish and Install 12" PVC/HDPE Transition Adapter
34
EA
1 $1,000.00
$34,000.00
12
Furnish and Install 4-Inch Gate Valve with Valve Box
1
EA
$1,000.00
$1,000.00
13
Furnish and Install 6-Inch Gate Valve with Valve Box
4
EA
$1,400.00
$5,600.00
14
Furnish and Install 8-Inch Gate Valve with Valve Box
24
EA
$1,800.00
$43,200.00
15
Furnish and Install 10-Inch Gate Valve with Valve Box
23
EA
$2,500.00
$57,500.00
16
Furnish and Install 12-Inch Gate Valve with Valve Box
10
EA
$3,000.00
$30,000.00
17
Furnish and Install Fire Hydrant Assembly w/ 6" GV AND Valve Box
14
EA
$6,000.00
$84,000.00
18
Furnish and Install 24" X 24" Concrete Collar w/ Tracer Wire Access Box
14
EA
$500.00
$7,000.00
19
Connect New Water Main to Water Main (6" to 12")
18
EA
$2,000.00
$36,000.00
20
Furnish and Install Blow -Off Assembly
1
EA
$1,000.00
$1,000.00
21
2" Fill and Flushing Assembly
12
EA
$1,500.00
$18,000.00
22
Furnish and Install Sample Point
36
EA
$500.00
$18,000.00
23
Furnish and Install Short Single Service
36
EA
$1,200.00
$43,200.00
24
Furnish and Install Long Single Service (Directional Bore w/ Casing)
26
EA
$1,800.00
$46,800.00
25
Furnish and Install Short Double Service
4
EA
$1,400.00
$5,600.00
26
Furnish and Install Long Double Service (Directional Bore w/ Casing)
16
EA
$2,000.00
$32,000.00
27
Pressure Testing and Chlorinating New Water Main
12,190
LF
$0.50
$6,100.00
28
Cap, Grout, and Abandon Existing 4" AC Pipe
1,400
LF
1 $7.00
$9,800.00
29
Cap, Grout, and Abandon Existing 6" AC Pipe
720
LF
$8.00
$5,800.00
30
Cap, Grout, and Abandon Existing 8" AC Pipe
7,380
LF
$10.00
$73,800.00
31
Cap, Grout, and Abandon Existing 10" AC Pipe
5,180
LF
$12.00
$62,200.00
32
Concrete Sidewalk
340
SY
$55.00
$18,700.00
33
Brick Paver Sidewalk
3
SY
$150.00
$500.00
34
Gravel Driveway Crossing and Restoration
40
SY
$40.00
$1,600.00
35
Asphalt Driveway Crossing and Restoration
220
SY
$60.00
$13,200.00
36
Concrete Driveway Crossing and Restoration
570
SY
$85.00
$48,500.00
37
Stamped Concrete Driveway Crossing and Restoration
40
SY
$125.00
$5,000.00
38
Brick Paver Driveway Crossing and Restoration
550
SY
$100.00
$55,000.00
39
Asphalt Pavement Crossing and Restoration
1,110
SY
$60.00
$66,600.00
40
Mill and Overlay Existing Asphalt Road
1,020
SY
$26.00
$26,600.00
41
ISodding
7,700
SY
$6.00
$46,200.00
42
JTree & Shrubbery Restoration
1
LS
$10,000.00
$10,000.00
43
1 Miscellaneous Restoration
1
LS
$10,000.00
$10,000.00
Subtotal
$2,029,300.00
10% Contingency
$202,930.00
Total
$2,232,230.00
Page 181 of 1094
Agenda Item #15.
z
ti
o
o�00000000000000000000000000000a0�00y9a
ID
�
oVo
mao
VVo
�a�lVaam
o
o y
9m9
9�9ao�oo
VV�a�
o0000000oo.
oZ
0
a
u-----------w---------------ww--------www-----------
u o
o
a
r ti
Z �
o a
o
�6
..
z
0 0
o 0
o 0
0 0
om o
o
0..
o m
o 0
o 0
.. o0
io
0 6
0 0
0 o
6 6
0 0
6 6
�n o
ry c
6 6
0 0
o
6 6
0 0
0 0
6 6
0 0
6 6
0 0
0
6 o
0 0
o v
a a
o am
a v4
o
o
o o;
0
o 0
o io
6 16
om m
6 0
o� o
0i o
o
w o
6 6
om
6 6
N o
o 6
o 0
0
6 6
0 0
0 0 0
0 0 0
0 0
a �
----------------------------------------------------
u
n m
F m
r
z
�
o a
F `a'
a a
w w
a a
w w
a a
w w
11
a a
w w
a a
w w
a a
w w
a a
w w
a a
w w
a LL
w �
� �
LL>>>>>>>
� ��������
z ti
ao
a
a
0
a
01
a
a=
v v
v
3
3 .LL
w
> >
>
SSSB
"
a a
a a
a
x X.
-
_
a a
-
3
3
¢
E
_
E
F o
°
- -
- -
- -
- -
- -
- -
- -
- -
-
-
- -
-
a a
a ¢
s 3
-
u>
3
o
`o
. 3.
_
v
-
- -
- -
- -
- -
- -
- -
- -
-
-
- -
- -
-
_
- o
E
-
£
_
-El
El El El
O
Z
� ¢
r
m
� W
c
E u)
o� M
m m c - O
E
~ O L
a -0 '0 q
£ M L
W Q� Q
Page 182 of 1094
Agenda Item #15.
BID FORM FOR CONSTRUCTION CONTRACT — ADDENDUM #3
The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to
Bidders, the General Conditions, and the Supplementary Conditions.
ARTICLE 1—OWNER AND BIDDER
1.01 This Bid is submitted to:
Village of Tequesta
C/O Village Clerk
345 Tequesta Drive
Tequesta FL, 33469
1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement
with Owner in the form included in the Bidding Documents to perform all Work as specified or
indicated in the Bidding Documents for the prices and within the times indicated in this Bid and
in accordance with the other terms and conditions of the Bidding Documents.
ARTICLE 2—ATTACHMENTS TO THIS BID
2.01 The following documents are submitted with and made a condition of this Bid:
A. Required Bid security;
B. List of Proposed Subcontractors;
C. List of Proposed Suppliers;
D. Evidence of authority to do business in the state of the Project; or a written covenant to
obtain such authority within the time for acceptance of Bids;
E. Contractor's license number as evidence of Bidder's State Contractor's License or a covenant
by Bidder to obtain said license within the time for acceptance of Bids; •
F. Required Bidder Qualification Statement with supporting data; and •
G. Florida Trench Safety Act Certification;
H. Statement of Disputes, Litigation, Arbitration, And Surety Completion; •
I. Noncollusion Affidavit; .
J. Drug -Free Workplace Certificate;
K. Sworn Statement on Public Entity Crimes; •
L. Scrutinized Companies Certification Form .
ARTICLE 3—BASIS OF BID
3.01 UNIT PRICE BIDS
A. Bidder will perform the following Work at the indicated unit prices:
Section 00410, Bid Form for Construction Contract — ADDENDUM #3
Page 1 of 6
Page 183 of 1094
Agenda Item #15.
Item
Description
Unit
Estimated
Bid Unit Price
Bid Amount
No.
Quantity
1A
Mobilization, Demobilization, Bonds &
1
LS
175,000.00
$175,000.00
Insurance (5%)
1B
Maintenance of Traffic
1
LS
137,500.00
$ 137,500.00
1C
j As -built Record Drawings
1
LS
25,000.00
$ 25,000.00
1D
Audio Video Documentation
1
LS
3,500.00
$ 3,500.00
1E
NPDES Permit/Erosion Measures
1
LS
15,000.00
$ 15,000.00
2
Furnish and Install 4-inch PVC Water Main
20
LF
250.00
$ 5,000.00
3
Furnish and Install 6-inch PVC Water Main
80
LF
250.00
$ 20,000.00
4
Furnish and Install 8-inch PVC Water Main
3,000
LF
105.00
$ 315,000.00
5
Furnish and Install 10-inch PVC Water Main
5,300
LF
112.00
$ 593,600.00
6
Furnish and Install 12-inch PVC Water Main
40
LF
500.00
$ 20,000.00
7
Furnish and Install 10-inch HDPE Water Main
550
LF
115.00
$ 63,250.00
8
Furnish and Install 12-inch HDPE Water Main
3,200
LF
117.00
$ 374,400.00
9
Furnish and Install Ductile Iron Fittings
8
Tons
22,500.00
$ 180,000.00
10
Furnish and Install 10" PVC/HDPE Transition
6
EA
450.00
$2,700.00
Adapter
11
Furnish and Install 12" PVC/HDPE Transition
34
EA
500.00
$ 17,000.00
Adapter
12
Furnish and Install 4-Inch Gate Valve with
1
EA
1,500.00
$ 1,500.00
Valve Box
13
Furnish and Install 6-Inch Gate Valve with
4
EA
2,000.00
$ 8,000.00
Valve Box
V
14
Furnish and Install 8-Inch Gate Valve with
24
EA
2,500.00
$ 60,000.00
Valve Box
15
Furnish and Install 10-Inch Gate Valve with
23
EA
4,000.00
$ 92,000.00
Valve Box
16
Furnish and Install 12-Inch Gate Valve with
10
EA
5,500.00
$ 55,000.00
Valve Box
17
Furnish and Install Fire Hydrant Assembly w/
14
EA
7,500.00
$ 105,000.00
6" GV AND Valve Box
18
Furnish and Install 24" X 24" Concrete Collar
14
EA
1,000.00
$14,000.00
w/ Tracer Wire Access Box
19
Connect New Water Main to Water Main (6"
18
EA
6,000.00
$108,000.00
to 12")
20
Furnish and Install Blow -Off Assembly
1
EA
2,500.00
$ 2,500.00
21
2" Fill and Flushing Assembly
12
EA
2,200.00
$ 26,400.00
22
Furnish and Install Sample Point
36
EA
650.00
$ 23,400.00
23
Furnish and Install Short Single Service
36
EA
2,500.00
$ 90,000.00
24
Furnish and Install Long Single Service
26
EA
4,100.00
$ 106,600.00
(Directional Bore w/ Casing)
25
Furnish and Install Short Double Service
4
EA
3,500.00
$14,000.00
26
Furnish and Install Long Double Service
16
EA
5,100.00
$ 81,600.00
(Directional Bore w/ Casing)
27
Pressure Testing and Chlorinating New Water
12,190
LF
2.00
$ 24,380.00
Main
28
Cap, Grout, and Abandon Existing 4" AC Pipe
1,400
LF
6.00
$ 8,400.00
29
Cap, Grout, and Abandon Existing 6" AC Pipe
720
LF
7.50
$ 5,400.00
30
Cap, Grout, and Abandon Existing 8" AC Pipe
7,380
LF
8.00
$ 59,040.00
31
Cap, Grout, and Abandon Existing 10" AC Pipe
5,180
LF
9.00
$ 46,620.00
Section 00410, Bid Form for Construction Contract — ADDENDUM #3
Page 2 of 6
Page 184 of 1094
Agenda Item #15.
32
Concrete Sidewalk
340
SY
100.00
$ 34,000.00
33
Brick Paver Sidewalk
3
SY
300.00
$ 900.00
34
Gravel Driveway Crossing and Restoration
40
SY
65.00
$ 2,600.00
35
Asphalt Driveway Crossing and Restoration
220
SY
220.00
$ 48,400.00
36
Concrete Driveway Crossing and Restoration
570
SY
120.00
$ 68,400.00
37
Stamped Concrete Driveway Crossing and
Restoration
40
SY
210.00
$ 8,400.00
38
Brick Paver Driveway Crossing and Restoration
550
SY
115.00
$ 63,250.00
39
Asphalt Pavement Crossing and Restoration
1,110
SY
80.00
$ 88,800.00
40
Mill and Overlay Existing Asphalt Road
1,020
SY
35.00
$ 35,700.00
41
Sodding
7,700
SY
11.50
$ 88,550.00
42
Tree & Shrubbery Restoration
1
LS
45,000.00
$ 45,000.00
43
Miscellaneous Restoration
1
LS
149,250.00
$ 149,250.00
44
Root Barrier
400
LF
17.50
$ 7,000.00
45
Furnish and Install 4" Line Stop Assembly
1
EA
8,750.00
$ 8,750.00
46
Furnish and Install 6" Line Stop Assembly
1
EA
9,800.00
$ 9,800.00
47
Furnish and Install 8" Line Stop Assembly
1
EA
10,600.00
$ 10,600.00
48
Furnish and Install 10" Line Stop Assembly
1
EA
12,300.00
$ 12,300.00
Total of All Unit Price Bid Items
$ 3,560,490.0
B. Bidder acknowledges that:
1. each Bid Unit Price includes an amount considered by Bidder to be adequate to cover
Contractor's overhead and profit for each separately identified item, and
estimated quantities are not guaranteed, and are solely for the purpose of comparison of
Bids, and final payment for all Unit Price Work will be based on actual quantities,
determined as provided in the Contract Documents.
ARTICLE 4—TIME OF COMPLETION
4.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for
final payment in accordance with Paragraph 15.06 of the General Conditions on or before the
dates or within the number of calendar days indicated in the Agreement.
4.02 Bidder agrees that the Work will be substantially complete within 210 calendar days afterthe date
when the Contract Times commence to run as provided in Paragraph 4.01 of the General
Conditions, and will be completed and ready for final payment in accordance with
Paragraph 15.06 of the General Conditions within 240 calendar days after the date when the
Contract Times commence to run.
4.03 Bidder accepts the provisions of the Agreement as to liquidated damages.
ARTICLE 5—BIDDER'S ACKNOWLEDGEMENTS: ACCEPTANCE PERIOD, INSTRUCTIONS, AND RECEIPT OF
ADDENDA
5.01 Bid Acceptance Period
A. This Bid will remain subject to acceptance for 120 days after the Bid opening, or for such
longer period of time that Bidder may agree to in writing upon request of Owner.
Section 00410, Bid Form for Construction Contract — ADDENDUM #3
Page 3 of 6
Page 185 of 1094
Agenda Item #15.
5.02 Instructions to Bidders
A. Bidder accepts all of the terms and conditions of the Instructions to Bidders, including
without limitation those dealing with the disposition of Bid security.
5.03 Receipt of Addenda
A. Bidder hereby acknowledges receipt of the following Addenda:
Addendum Number
Addendum Date
IZ 11
2 Z
v
Iv a 2 L
Iv 13 Z
ARTICLE 6—BIDDER'S REPRESENTATIONS AND CERTIFICATIONS
6.01 Bidder's Representations
A. In submitting this Bid, Bidder represents the following:
1. Bidder has examined and carefully studied the Bidding Documents, including Addenda.
2. Bidder has visited the Site, conducted a thorough visual examination of the Site and
adjacent areas, and become familiar with the general, local, and Site conditions that may
affect cost, progress, and performance of the Work.
3. Bidder is familiar with all Laws and Regulations that may affect cost, progress, and
performance of the Work.
4. Bidder has carefully studied the reports of explorations and tests of subsurface conditions
at or adjacent to the Site and the drawings of physical conditions relating to existing
surface or subsurface structures at the Site that have been identified in the
Supplementary Conditions, with respect to the Technical Data in such reports and
drawings.
5. Bidder has carefully studied the reports and drawings relating to Hazardous
Environmental Conditions, if any, at or adjacent to the Site that have been identified in
the Supplementary Conditions, with respect to Technical Data in such reports and
drawings.
6. Bidder has considered the information known to Bidder itself; information commonly
known to contractors doing business in the locality of the Site; information and
observations obtained from visits to the Site; the Bidding Documents; and the Technical
Data identified in the Supplementary Conditions or by definition, with respect to the
effect of such information, observations, and Technical Data on (a) the cost, progress, and
performance of the Work; (b) the means, methods, techniques, sequences, and
procedures of construction to be employed by Bidder, if selected as Contractor; and
(c) Bidder's (Contractor's) safety precautions and programs.
7. Based on the information and observations referred to in the preceding paragraph, Bidder
agrees that no further examinations, investigations, explorations, tests, studies, or data
Section 00410, Bid Form for Construction Contract —ADDENDUM #3
Page 4 of 6
Page 186 of 1094
Agenda Item #15.
are necessary for the performance of the Work at the Contract Price, within the Contract
Times, and in accordance with the other terms and conditions of the Contract.
8. Bidder is aware of the general nature of work to be performed by Owner and others at
the Site that relates to the Work as indicated in the Bidding Documents.
9. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder has discovered in the Bidding Documents, and of discrepancies
between Site conditions and the Contract Documents, and the written resolution thereof
by Engineer is acceptable to Contractor.
10. The Bidding Documents are generally sufficient to indicate and convey understanding of
all terms and conditions for performance and furnishing of the Work.
11. The submission of this Bid constitutes an incontrovertible representation by Bidder that
without exception the Bid and all prices in the Bid are premised upon performing and
furnishing the Work required by the Bidding Documents.
6.02 Bidder's Certifications
A. The Bidder certifies the following:
1. This Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or
rules of any group, association, organization, or corporation.
2. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false
or sham Bid.
3. Bidder has not solicited or induced any individual or entity to refrain from bidding.
4. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in
competing for the Contract. For the purposes of this Paragraph 8.02.A:
a. Corrupt practice means the offering, giving, receiving, or soliciting of anything of value
likely to influence the action of a public official in the bidding process.
b. Fraudulent practice means an intentional misrepresentation of facts made (a) to
influence the bidding process to the detriment of Owner, (b) to establish bid prices at
artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and
open competition.
c. Collusive practice means a scheme or arrangement between two or more Bidders,
with or without the knowledge of Owner, a purpose of which is to establish bid prices
at artificial, non-competitive levels.
d. Coercive practice means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the bidding process or
affect the execution of the Contract.
Section 00410, Bid Form for Construction Contract — ADDENDUM #3
Page 5 of 6
Page 187 of 1094
Agenda Item #15.
BIDDER hereby submits this Bid as set forth above:
Bidder:
(typed or printe name,�,orgonization)
By:
(individual's signature)
Name: S �ePke, Oe-4i,
r1re
ped or printed)
Title: S; jar+
(typed or printed)
Date: /9, ?nZ"?7—
(typed or printed)
If Bidder is a corporation, a partnership, or a joint venture, attach evidence of authority to sign.
Attest: —� �q��� �
Name: e Ae„ �e4f2 i
(tKp,.C-36,11-
or printed)
Title: (type
or printed)
Date: 1f .tire_ W27,
(typed or printed)
Address forgiving notices:
4 o So W cs}
In1ES� Pa ��n �iE
FG " 3'5Y
Bidder's Contact:
Name: S ��Q, YC�Fe� , `•�
(ty ed or printed)
Title: reS:o�„fi
(typed or printed)
Phone: (— Lyq — 054
Email: S ec �/ ��uG��s� _ c6v
Address:
Bidder's Contractor License No.:
Pl. 33Y a
GG (, IsZ 3Z4a
(16
Section 00410, Bid Form for Construction Contract —ADDENDUM #t3
Page 6 of 6
Page 188 of 1094
Agenda Item #15.
FLORIDA DEPARTMENT OF RonDeSantis
Governor
Environmental Protection Jeanette Nunez
Lt. Governor
Marjory Stoneman Douglas Building
3900 Commonwealth Boulevard Secretary
Tallahassee, FL 32399
January 26, 2023
Ms. Marjorie G. Craig, P.E.
Director, Utilities Department
Village of Tequesta
345 Tequesta Dr.
Tequesta, Florida 33469
Re: DW502700 — Village of Tequesta
Water Main Replacement Program No. 1 & No. 4
Dear Ms. Craig:
We have reviewed the bidding information for the Water Main Replacement Program
No. 1 & No. 4 contract. The selection of the bidder identified below is acceptable.
Contractor Contract Amount
B&B Underground Construction, Inc. $ 3,560,490.00
This letter is your authorization to award the contract. Please note that disbursements
only up to the amount in the original agreement are eligible until approval of increased
funding. Please also note that contingencies are not SRF-eligible unless approved by
change order. Please submit a copy of the notice to proceed, a copy of the executed
contract between the Village and the contractor, and the attached certification of
contractor's insurance and bonding after the contract is executed via email at
SRF_Reporting@dep.state.fl.us. No disbursements for this contract will be made until
the documents mentioned above are returned to us.
Please send all change orders to Mahnaz Massoudi for review. If we may be of further
assistance, please call Charles Richards at (850) 245-2926.
Sincerely,
Teresa Robson, Program Administrator
State Revolving Fund Management
TR/cr
Attachment
cc: Christine Miranda, P.E. - Holtz Consulting Engineers, Inc.
Page 189 of 1094