Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Documentation_Regular_Tab 16_7/10/2025
Agenda Item #16. Regular Council STAFF MEMO x Meeting: Regular Council - Jul 10 2025 Staff Contact: Marjorie Craig, Utilities Director Department: Utilities i Consider Approval of Ferreira Construction Co., Inc., Authorization of Award and Execution of a Contract for WM#1 Tequesta Drive Watermain Replacement for an Amount Not-to-Exceed $2,899,263.40 . - The Village of Tequesta (VOT or Village) Utilities Department (UD) recommends approval of an authorization of award and execution of the contract to the lowest responsive and responsible bidder, Ferreira Construction Co, Inc (FCC), for an amount not to exceed $2,899,263.40. The award is for the replacement of the existing asbestos cement (AC) watermain along Tequesta Drive and El Portal, bid as invitation to bid (ITB) No. UTIL 04-23-2025/AF-1 "WM#1 Tequesta Drive Water Main Replacement" (Project). The price for this project came in just slightly below the engineer's opinion of probable cost (OPC) of $3,091,000, inclusive of the additive alternate. At the March 3, 2025, Village Council workshop, the UD presented its updated financial projections and planned capital projects, and this project was identified as a strong candidate for cash funding. The financial projections, provided by the Finance Department, showed that implementing the 2023 capital charge, as part of the rate increase, has allowed the Village UD to collect revenues towards capital project implementation that would not have been possible through our standard rate indexing. Following the Council's concurrence, we promptly initiated the bidding process. After careful evaluation of the bidders, the engineer of record (EOR) who provided bid assistance made a recommendation of contract award to FCC. Based on this, the UD is prepared to proceed with WM#1 Tequesta Drive Watermain Replacement on a cash basis, and we now seek formal approval to award the bid. In addition, by approving this bid, the Council will also pre-authorize a future budget amendment to fund the project from reserves, which will be formally presented to the Council for approval during the November 13, 2025, meeting. The unsigned contract agreement is included for information as part of this agenda package. The partially executed contract agreement by FCC will be available for complete execution by the Mayor if the Village Council approves this agenda item. FCC has until July 9, 2025, to review and execute its portion of the agreement. PROJECT DESCRIPTION The VOT UD owns and operates a potable water distribution system that conveys drinking water to approximately 15,500 customers through about 75 miles of varying sized water mains. This project includes replacement of approximately 5,600 feet of existing asbestos cement (AC) potable water main as part of the phased AC water main replacement program included in the "May 2020 Village of Tequesta Facilities Assessment Update," developed for the UD by Kimley-Horn. Streets included in the Project: • El Portal Drive from Yacht Club Place to Country Club Drive Page 191 of 369 Agenda Item #16. • Tequesta Drive from County Club Drive to Pinetree Drive • Tequesta Drive from the Tequesta Bridge to Fiesta Drive This project requires restoration of roadways where watermain is installed via open cut. Included in the bid was an additive alternate to complete the restoration of the roadway through milling and overlay. The bid price for this additive alternate item provided by FCC was competitive and found to be in the best interest to the Village. All pricing provided in this memo is inclusive of the additive alternate price. BIDS RECEIVED The Project was bid on May 12, 2025, a pre-bid meeting was held on May 22, 2025, and the bid opening was on June 17, 2025. There were eleven bids received: 1. Ferreira Construction Company, Inc. — bid of$2,899,263.40 2. Sunshine Land Design, Inc. — bid of$3,068,921.91 (5.9% greater than FCC) 3. Johnson-Davis Incorporated — bid of$3,250,000 (12.1% greater than FCC) 4. Southern Underground Industries, Inc. — bid of$3,293,884 (13.6% greater than FCC) 5. CK Contractors & Development LLC— bid of$3,389,887 (16.9% greater than FCC) 6. Accurate Drilling Systems, Inc. — bid of$3,403,717 (17.4% greater than FCC) 7. DP Development— bid of$ $3,893,830 (34.3% greater than FCC) 8. Centerline Utilities, Inc. — bid of$ $3,930,942.92 (35.6%greater than FCC) 9. Foster Marine Contractors, Inc. — bid of$ $3,944,450 (36.1% greater than FCC) 10.Pabon Engineering, Inc. — bid of$ $4,450,000 (53.5% greater than FCC) 11.Jackson Land Development, LLC— bid of$ $5,596,174 (93.0% greater than FCC) BACKGROUND This project was initially bid in November 2022 with WM#4 Country Club Dr Watermain Replacement. However, the bids received were 60% higher than the OPC and budgeted amount, and as a result, WM#1 was removed from the scope of the project. The Utilities Department recommends approving the authorization of the award to and execution of a contract with Ferreira Construction Co., Inc., for an amount not to exceed $2,899,263.40. PLANNED SCHEDULE AND BUDGET The planned project schedule is outlined below: Bid Project: May 12, 2025 Award Project: July 2025 Issue Notice to Proceed: August 2025 Complete Project: May 2026 WATER FUND -Account 401-411.663.600 Renewal & Replacement Improvements Other Than Bldgs. Budgeted in account: $2,511,000 Available amount: $645,522 Amount of this proposal: $2,899,263.40 Estimated budget transfer from reserves: $2,253,741.40 Total Remaining: $0 ATTACHMENTS The following attachments are included for reference: • Attachment 1 —agreement with the contractor o Holtz Consulting Engineers, Inc. (Holtz) evaluated the three lowest bids received, reviewed the qualifications, and contacted references for the lowest responsive/responsible bidder o Based on the review, Holtz provided a letter of recommendation of award to FCC • Attachment 2 — letter from the Engineer recommending the award of the contract to FCC, the lowest responsive and responsible bidder, for$2,899,263.40, and the required 5% bid bond was provided. Page 192 of 369 Agenda Item #16. • Attachment 3-the Engineer's opinion of probable cost(OPC)was $3,091,000 • Attachment 4 -detailed bid tabulation for the project • Attachment 5- bid form submitted by FCC • Attachment 6-all addenda related to this project 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. BUDGET AMOUNT AMOUNT AVAILABLE EXPENDITURE AMOUNT: $2,511,000 $645,000 $2,899,263.40 FUNDING SOURCES: 401-411-663.600 IS THIS A PIGGYBACK: Renewal & Replacement Imp. Other Than ❑ Yes ❑x N/A Buildings DID YOU OBTAIN 3 QUOTES? ❑ Yes ❑x N/A QUOTE 1 - BUSINESS NAME N/A QUOTE AMOUNT N/A QUOTE 2 - BUSINESS NAME N/A QUOTE AMOUNT N/A QUOTE 3 - BUSINESS NAME N/A QUOTE AMOUNT N/A COMMENTS/EXPLANATION ON SELECTIONThis project was bid through an invitation (ITB No. UTIL04-23-2025/AF-1) to bid on Demand Star 1) WM#1 Tequesta Dr Replacement Agreement Unexecuted 2) Engineer Letter of Recommendation - ITB UTIL 04-23-2025 3) WM #1 Replacement Tequesta Drive - Final OPCC 4) Detailed Bid Tab - ITB UTIL 04-23-2025 5) Ferreira Construction Company Combined Bid 6) Addenda Combined ITB UTIL 04-23-2025 Page 193 of 369 Agenda Item #16. Agreement (Contract) Between Owner and Contractor This Agreement (Contract) made this day of 2025 by and between the Village of Tequesta,a public agency of the State of Florida hereinafter designated as the"the VILLAGE" and "OWNER", and Ferreira Construction Co., Inc., 13000 SE Flora Avenue, Hobe Sound, FL 33455, a Corporation, whose Federal I.D. number is 22-3334957, hereinafter designated as "the CONTRACTOR", in consideration of the mutual covenants hereinafter set forth agree as follows: ARTICLE 1. WORK. 1.1 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Installation, testing, and disinfection of approximately 6,300 linear feet of 8-inch through 12-inch water mains,fittings, valves and other appurtenances along Tequesta Drive. Connections to existing water mains. The transferring of services from the existing water distribution system to the new water distribution system. The abandonment of the existing water distribution system. Restoration of all areas affected by construction activities to existing conditions or better. 1.2 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: WM#1 TEQUESTA DRIVE WATERMAIN REPLACEMENT FOR THE VILLAGE OF TEQUESTA UTILITIES,TEQUESTA, FLORIDA ARTICLE 2. ENGINEER. 2.1 The specifications and drawings have been designed by: Holtz Consulting Engineers, Inc. 270 South Central Boulevard, Suite 207 Jupiter, FL 33458 ARTICLE 3. CONTRACT TIME. 3.1 The Work will have substantial completion dates and final completion dates after the date when the Contract Time commences to run as provided in Article 4 of the General Conditions, and as outlined below. The work will be completed and ready for substantial and final payments in accordance with Article 15 of the General Conditions and as outlined below: 3.1.(a). Substantial Completion: 180 calendar days from Notice to Proceed 3.2.(a). Final Completion: 210 calendar days from Notice to Proceed Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Article 3.1 above, plus any extensions thereof allowed in accordance with Article 11 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Seven Hundred and Fifty 00/100 dollars ($750.00) for each day that expires after the Contract Substantial Completion time specified in Article 3.1, and until the Work of the Contract reaches substantial completion, and Five Hundred 00/100 dollars ($500.00) Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 52 Page 194 of 369 Agenda Item #16. for each day that expires after the Contract Final Completion time specified in Article 3.1,and until the Work of the Contract reaches final completion. Liquidated damages under this Contract will be applied to each Contract Milestone Completion date individually until the Work of each respective Contract Milestone identified in Article 3.1 achieves Substantial and Final Completion,as required, by the Contract requirements. OWNER may withhold payment to compensate for liquidated damages either by increasing the amount of money being held in retainage or deducting the amount due in Liquidated Damages from the final payment application. Liquidated damages under this Contract will be applied to each individual Contract Milestone Substantial Completion date and each individual Contract Milestone Final Completion date, identified in Article 3.1 of this Agreement, or as represented in any subsequent executed change order to this Contract for changes in Contract Time, in accordance with Article 11.08 of the EJCDC Standard General Conditions of the Construction Contract. ARTICLE 4. CONTRACT PRICE. 4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds according to the Contract Unit Prices provided in the Bid Schedule of Values. ARTICLE 5. PAYMENT PROCEDURES. 5.1 CONTRACTOR shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for payment will be processed by OWNER as provided in the General Conditions. 5.2 The undersigned, acknowledges that payments made by the Village of Tequesta will be made via check and vendor will provide the Village of Tequesta with the information required to establish the CONTRACTOR as a vendor. 5.3 Progress Payments.OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR'S Applications for Payment within 30 days of receipt of each monthly approved application for payment during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the agreed upon schedule of values provided for in Article 15.01 of the General Conditions. 5.4 Progress payments will be made in an amount equal to 95% of the Work completed, and 95% of materials and equipment not incorporated in the Work but delivered and suitably stored, less in each case the aggregate of payments previously made. OWNER is not obligated to pay for stored materials and may choose to withhold payment until materials are incorporated into the Work. 5.5 OWNER, at its discretion, may further increase payments to 98% of the work completed upon Substantial Completion. OWNER is not obligated to increase payments to 98%of work completed. 5.6 Final Payment. Upon final completion and acceptance of the Work in accordance with Article 15 of the General Conditions, OWNER shall pay the remainder of the Contract Price as provided in said Article 15 of the General Conditions unless liquidated damages are due. Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 53 Page 195 of 369 Agenda Item #16. ARTICLE 6. INTEREST. 6.1 All amounts not paid when due shall bear interest at the rate of 1 percent per annum. ARTICLE 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 7.1 CONTRACTOR has examined and carefully studied the Contract Documents, and any data and reference items identified in the Contract Documents. 7.2 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. 7.3 CONTRACTOR is familiar with and is satisfied as to all Laws and Regulations that may affect cost, progress, and performance of the Work. 7.4 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 drawings/figures 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. 7.5 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. 7.6 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. 7.7 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. 7.8 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7.9 CONTRACTOR's entry into this Contract constitutes an incontrovertible representation by CONTRACTOR that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8. CONTRACT DOCUMENTS. 8.1 The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR are attached to this Agreement, made a part hereof and consists of the following: 8.1(a) Table of Contents 8.1(b) Invitation to Bid Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 54 Page 196 of 369 Agenda Item #16. 8.1(c) Instructions to Bidders 8.1(d) Bid Proposal (Including List of Subcontractors and Qualification Requirements) 8.1(e) Contractor Safety Qualifications/Requirements (Including Contractor Safety Qualification Form) 8.1(f) Contractor E-Verify Affidavit Form 8.1(g) Drug-Free Workplace Certificate 8.1(h) Public Entity Crimes Affidavit 8.1(i) Village Clerks ADA Compliance Statement Form 8.1(j) Sworn Statement 8.1(k) Trench Safety 8.1(1) Bid Bond 8.1(m) Notice of Intent to Award 8.1(n) Notice of Award 8.1(o) Agreement (Contract) between OWNER and CONTRACTOR 8.1(p) Payment Bond 8.1(q) Performance Bond 8.1(r) Opinion of Village Attorney 8.1(s) Notice to Proceed 8.1(t) General Conditions 8.1(u) Supplementary Conditions 8.1(v) Any Modifications, including Change Orders, duly delivered after execution of Agreement. 8.1(w) Technical Specifications including Appendices bearing the title: WM #1 Tequesta Drive Water Main Replacement Project 8.1(x) Drawings bearing the title: WM #1 Tequesta Drive Water Main Replacement Project 8.2 There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be altered, amended or repealed by a modification described in Article 1 of the General Conditions of the Contract. ARTICLE 9. MISCELLANEOUS. 9.1 Terms used in this Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. 9.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3 OWNER and CONTRACTOR each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, his partners, successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 9.4 The Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this Contract and in furtherance thereof may Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 55 Page 197 of 369 Agenda Item #16. demand and obtain records and testimony from the CONTRACTOR and its subcontractors and lower tier subcontractors. The CONTRACTOR understands and agrees that in addition to other remedies and consequences provided by law,the failure of the CONTRACTOR or its subcontractors or lower tier subcontractors to fully cooperate with the Office of Inspector General of Palm Beach County when requested may be deemed by the municipality to be a material breach of this contract justifying its termination. The Office of Inspector General in Palm Beach County is established by Palm Beach County Code, Section 2-421 - 2-440. Failure to cooperate with the Inspector General or interfering with or impeding any investigation shall be in violation of Palm Beach County Code, Section 2-421 — 2-440, and be punished pursuant to Section 125.69, Florida Statutes, in the same manner as a second degree misdemeanor. 9.5 This Agreement is subject to and governed by the laws of the State of Florida, including without limitation Chapter 119, Florida Statutes,which generally makes public all records or other writings made by or received by the parties.The CONTRACTOR acknowledges its legal obligation to comply with § 119.0701, Florida Statutes. 9.5(a) A request to inspect or copy public records relating to a public agency's contract for services must be made directly to the public agency. If the public agency does not possess the requested records,the public agency shall immediately notify the CONTRACTOR of the request, and the CONTRACTOR must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. 9.5(b) If a contractor does not comply with the public agency's request for records, the public agency shall enforce the contract provisions in accordance with the contract. 9.5(c) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under s. 119.10. 9.5(d) IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 561-768-0443, LMCWILLIAMS@TEQUESTA.ORG, OR 345 TEQUESTA DRIVE, TEQUESTA, FL 33469. 9.6 Indemnity 9.6(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 CONSTRACTOR 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 Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 56 Page 198 of 369 Agenda Item #16. be limited by the amount of any insurance required to be obtained or maintained under this Contract. 9.6(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 CONTRATCOR 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. 9.6(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. 9.7 Governing Law and Remedies 9.7(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. 9.7(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. 9.8 Office of the Inspector General 9.8(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. Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 57 Page 199 of 369 Agenda Item #16. 9.9 Insurance 9.9(a) The limits of liability for insurance required by Paragraph 6.03 of the General Conditions shall provide coverage for not less than 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 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) 3. Automobile Liability under paragraph 6.03.D of the General Conditions: a. Bodily Injury: Each Person $500,000 Each Accident $1,000,000 d. Property Damage: Each Incident $1,000,000 4. 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 5. 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 9.10 Audit By OWNER 9.10(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 Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 58 Page 200 of 369 Agenda Item #16. charges for work performed and detailed documentation for all such work performed or to be performed under this Agreement. 9.11 Copies of Data/Documents 9.11(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. 9.12 Ownership 9.12(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. 9.13 Limitations of Liability 9.13(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. 9.14 Enforcement Costs 9.14(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. 9.15 Copyrights and/or Patent Rights 9.15(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. 9.16 Protection of Property 9.16(a) The CONTRATOR shall at all times guard against damage or loss to the property of the OWNER 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. 9.17 Damage to Persons or Property 9.17(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. 9.18 Discrimination 9.18(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. Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 59 Page 201 of 369 Agenda Item #16. 9.19 Construction Defects 9.19(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. 9.20 Public Entity Crimes 9.20(a) 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. 9.21 Scrutinized Companies 9.21(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. 9.21(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. 9.21(c) The CONTRACTOR agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Agreement. 9.21(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. 9.21(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. 9.21(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. 9.22 Employment Eligibility 9.22(a) This Agreement is subject to and governed by the laws of the State of Florida, including without limitation Chapter 448, Florida Statutes, which provides for General Labor Regulations, and specifically Section 448.095, Employment Eligibility. The CONTRACTOR acknowledges its legal obligation to comply with §448.095, Florida Statutes. Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 60 Page 202 of 369 Agenda Item #16. (i) Pursuant to Section 448.095, Florida Statutes, beginning January 1, 2021, CONTRACTOR shall register with and use the U.S. Department of Homeland Security's E-Verify system, https://e-verifv.uscis.gov/emp, to verify the work authorization status of all CONTRACTOR employees hired on and after January 1, 2021. (ii) Subcontractors— a) CONTRACTOR shall also require all subcontractors performing work under this Agreement to use the E-Verify system for any employees they may hire during the term of this Agreement. b) CONTRACTOR shall obtain from all such subcontractors an affidavit stating the subcontractor does not employ, contract with, or subcontract with an unauthorized alien, as defined in section 448.095, Florida Statutes. c) CONTRACTOR shall provide a copy of all subcontractor affidavits to the Village upon receipt and shall maintain a copy for the duration of the Agreement. (iii) 3. CONTRACTOR must provide evidence of compliance with Section 448.095, Florida Statutes. Evidence shall consist of an affidavit from the CONTRACTOR stating all employees hired on and after January 1, 2021, have had their work authorization status verified through the E-Verify system and a copy of their proof of registration is in the E- Verify system. (iv) 4. Failure to comply with this provision is a material breach of the Agreement and shall result in the immediate termination of the Agreement without penalty to the Village. CONTRACTOR shall be liable for all costs incurred by the Village to secure a replacement Agreement, including but not limited to, any increased costs for the same services, any costs due to delay, and rebidding costs, if applicable. IN WITNESS WHEREOF, the parties hereto have signed two (2) copies of this Agreement. At least one counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR. OWNER CONTRACTOR Village of Tequesta Ferreira Construction Co., Inc. 345 Tequesta Drive 13000 SE Flora Avenue Tequesta, FL 33469 Hobe Sound, FL 334SS By: Molly Young, Mayor John Ciabattari, Vice President (VILLAGE SEAL) (CORPORATE SEAL) ATTEST ATTEST Lori McWilliams, Village Clerk PRINT NAME AND POSITION Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 61 Page 203 of 369 Agenda Item #16. FISE HOLTZ CONSULTING ENGINEERS, INC June 23, 2025 Ms. Marjorie G. Craig, PE Director Village of Tequesta Utilities Department 345 Tequesta Drive Tequesta, FL 33469 Subject: WM#1 Tequesta Drive Water Main Replacement Project Recommendation of Award to Ferreira Construction Co., Inc. Dear Ms. Craig, On June 17, 2025 at 2:00 p.m. bids were opened for the referenced project. There were eleven (11) bids accepted for the project as follows: Bidder Bid Amount Including Bid Alternate Ferreira Construction Co., Inc. $2,796,013.40* $2,899,263.40* Sunshine Land Design $2,970,571.91 $3,068,921.91 Johnson Davis $3,127,500.00 $3,250,000.00 Southern Underground $3,202,884.00 $3,293,884.00 CK Contractors $3,312,887.00* $3,389,887.00* Accurate Drilling System $3,204,392.00* $3,403,700.00* DP Development $3,799,330.00 $3,893,830.00 Centerline Utilities $3,844,842.92 $3,930,942.92 Foster Marine Contractors $3,804,450.00 $3,944,450.00 Pabon Engineering $4,366,000.00 $4,450,000.00 Jackson Lord Development $5,477,174.00 $5,596,174.00 *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 Ferreira Construction Co.,Inc. with a total bid price,including the Alternate Bid Item, of$2,899,263.40. 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. 270 South Central Boulevard, Suite 207 • Jupiter,Florida 33458 Office: 561.575.2005 • Fax: 561.575.2009 Page 204 of 369 Agenda Item #16. FISE HOLTZ CONSULTING ENGINEERS, INC Ferreria Construction Co.,Inc.has completed many projects in South Florida,including projects involving installation of water mains and horizontal directional drilling. The references contacted indicated that they completed their projects generally on time, within budget, and in conformance with the contract documents. Ferreria Construction Co., Inc. will use All Florida HDD, LLC., as their directional drill subcontractor, LP Asphalt, LLC., as their paving subcontractor, and Core & Main for their material supplies. Ferreria Construction Co., Inc, will self-perform the open-cut underground piping. Ferreira Construction Co., Inc. is a corporation in good standing with the Florida Department of State Division of Corporations and holds a General Contractor license from the State of Florida. We therefore consider Ferreria Construction Co., Inc, 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 (Ferreira Construction Co., Inc.) in the Total Bid Amount, including the Alternate Bid Item, of$2,899,263.40. Sincerely, HOLTZ CONSULTING ENGINEERS, INC. Gk5? Stephen Fowler, PE cc: Allyson Felsburg, Deputy Director, Village of Tequesta Utilities Department 270 South Central Boulevard, Suite 207 • Jupiter,Florida 33458 Office: 561.575.2005 • Fax: 561.575.2009 Page 205 of 369 Agenda Item #16. Village of Tequesta-WM#1 Tequesta Drive Water Main Replacement Project FfSFM Holtz Consulting Engineers,Inc. Final Opinion of Probable Construction Cost May 2025 Item Description Quantity Unit Unit Price Total Cost SA Mobilization,Demobilization,Bonds&Insurance(5%) 1 LS $141,000.00 $141,000.00 SB Maintenance of Traffic 5,750 LF $14.00 $80,500.00 SC As-built Record Drawings 5,750 LF $2.50 $14,375.00 1D Audio Video Documentation 5,750 LF $1.50 $8,625.00 1E NPDES Permit/Erosion Measures 5,750 LF $1.80 $10,350.00 2 Furnish and Install 4-inch PVC Water Main 20 LF $300.00 $6,000.00 3 Furnish and Install 6-inch PVC Water Main 40 LF $300.00 $12,000.00 4 Furnish and Install 8-inch PVC Water Main 750 LF $126.00 $94,500.00 5 Furnish and Install 10-inch PVC Water Main 2,900 LF $135.00 $391,500.00 6 Furnish and Install 12-inch PVC Water Main 80 LF $600.00 $48,000.00 7 Furnish and Install 10-inch HDPE Water Main 400 LF $140.00 $56,000.00 8 Furnish and Install 12-inch HDPE Water Main 2,550 LF $155.00 $395,250.00 9 Furnish and Install Ductile Iron Fittings 5.60 Tons $27,000.00 $151,200.00 30 Furnish and Install 10"PVC/HDPE Transition Adapter 6 EA $540.00 $3,240.00 11 Furnish and Install 12"PVC/HDPETransition Adapter 34 EA $600.00 $20,400.00 12 Furnish and Install 4-Inch Gate Valve with Valve Box 2 EA $1,800.00 $3,600.00 13 Furnish and Install 6-Inch Gate Valve with Valve Box 7 EA $2,400.00 $16,800.00 14 Furnish and Install 8-Inch Gate Valve with Valve Box 23 EA $3,000.00 $69,000.00 15 Furnish and Install 10-Inch Gate Valve with Valve Box 8 EA $4,800.00 $38,400.00 16 Furnish and Install 12-Inch Gate Valve with Valve Box 10 EA $6,600.00 $66,000.00 17 Furnish and Install Fire Hydrant Assembly w/6"GV AND Valve Box 7 EA $9,000.00 $63,000.00 18 Furnish and Instal[24"X24"Concrete Collar w/Tracer Wire Access Box 15 EA $1,200.00 $18,000.00 19 Connect New Water Main to Water Main(4"to 12") 22 EA $7,200.00 $158,400.00 20 2"FiR and Flushing Assembly 10 EA $2,640.00 $26,400.00 21 Furnish and Install Sample Point 25 EA $780.00 $19,500.00 22 Furnish and Instal[Short Single Service 13 EA $3,000.00 $39,000.00 23 Furnish and Install Long Single Service(Directional Bore w/Casing) 31 EA $4,920.00 $152,520.00 24 Reconnect Existing 2"Long Water Serivice(Directional Bore w/Casing) 2 EA $5,400.00 $10,800.00 25 Pressure Testing and Chlorinating New Water Main 6,700 LF $2.50 $16,750.00 26 Cap,Grout,and Abandon Existing 6"AC Pipe 1,170 LF $9.00 $10,530.00 27 Cap,Grout,and Abandon Existing 8"AC Pipe 1,170 LF $10.00 $11,700.00 28 Cap,Grout,and Abandon Existing 10"AC Pipe 4,420 LF $10.80 $47,736.00 29 Concrete Sidewalk Replacement 300 SY $120.00 $36,000.00 30 Brick Paver Sidewalk Replacement 10 SY $360.00 $3,600.00 31 Gravel Driveway Replacement 240 SY $78.00 $18,720.00 32 Asphalt Driveway Replacement 534 SY $264.00 $140,976.00 33 Concrete Driveway Replacement 225 SY $144.00 $32,400.00 34 Stamped Concrete Driveway Replacement 10 SY $252.00 $2,520.00 35 Brick Paver Driveway Replacement 100 SY $138.00 $13,800.00 36 Asphalt Pavement Replacement 680 SY $96.00 $65,280.00 37 Concrete Curb and Gutter Replacement 230 LF $84.00 $19,320.00 38 Sodding 6,080 SY $14.00 $85,120.00 39 Tree&Shrubbery Restoration 1 LS $18,000.00 $18,000.00 40 Root Barrier 50 LF $24.00 $1,200.00 41 Furnish and Install 4"Line Stop Assembly 1 EA $10,500.00 $10,500.00 42 Furnish and Instal[6"Line Stop Assembly 1 EA $11,800.00 $11,800.00 43 Furnish and Install 8"Line Stop Assembly 1 EA $12,800.00 $12,800.00 44 Furnish and Install 10"Line Stop Assembly 1 EA $15,000.00 $15,000.00 45 Owner's Allowance(10%of above line items) 1 LS $255,000.00 $255,000.00 Total Cost $2,944,000.00 Alternate Bid Items A-1 I Mill and Overlay Existing Asphalt Road 3,500 SY $42.00 $147,000.00 Total Cost Including Bid Alternate $3,091,000.00 Nate: This Opinion of Probable Construction Cost is based on current Construction Cost information at the time it is prepared and does not include any escalation due to factors such as inflation,interest, changing costs ofbonds,escalation of materials,market trends,etc. Page 206 of 369 ; 1 Agenda Item #16. Bid Proposal Bidding Company Name: Ferreira Construction Co., Inc. Village of Tequesta Utilities Department 345 Tequesta Drive Tequesta,FL 33469 Gentlemen: The undersigned,as Bidder, hereby declares that the only Persons, company, or parties interested in the Proposal or the Contract to be entered into, as principals, are named herein; and that this Proposal is made without connection with any other person,company, or parties making a Bid or Proposal;and that it is in all respects fair and in good faith without collusion or fraud. That the Bidder has carefully and to his full satisfaction examined the attached Instructions to Bidders, General Conditions, Supplementary Conditions, detailed Specifications, and Form of Contract and Bond, together with the accompanying plans, and that Bidder has read all addenda issued prior to the opening of Bids; and that Bidder has fully examined the site and the project documents and hereby agrees to furnish, unless otherwise provided, all implements, machinery, equipment, transportation, tools, materials, supplies, labor and other things necessary to the prosecution and completion of the work,to wit: Installation, testing, and disinfection of approximately 6,300 linear feet of 8-inch through 12-inch water mains,fittings, valves and other appurtenances along Tequesta Drive. Connections to existing water mains. The transferring of services from the existing water distribution system to the new water distribution system. The abandonment of the existing water distribution system. Restoration of all areas affected by construction activities to existing conditions or better. It is proposed that the project herein described shall be constructed for the Unit Prices as follows on the Bid Schedule of Values, all in accordance with the requirements and provisions of the Contract Documents. Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 20 Page 208 of 369 Agenda Item #16. Proposal (Continued) If awarded the Contract, the undersigned agrees to execute the proposed Agreement/Contract and provide required insurance within fifteen (15)calendar days from the date set forth in the Notice of Intent to Award or Notice of Award, which ever one is received first, and to fully complete all necessary work within the Contract Times specified below after date of written Notice to Proceed, with such extensions of time as are provided for in the General Conditions. Contract Durations for Name of Project Scope: Substantial Completion: 180 calendar days from Notice to Proceed Final Completion: 210 calendar days from Notice to Proceed The undersigned understands the Contract Time starts on the date of Notice to Proceed.The undersigned understands the Contract Times include Contractor obtaining permits,complete shop drawing submittal, and all other work required to complete the Work in full. The undersigned agrees that all bid documents issued for this project, including addenda, have been reviewed and site visits performed, as necessary to provide a comprehensive bid. The undersigned acknowledges receipt of 3 _(insert number)Addenda for this project. The undersigned agrees to provide release of liens for all subcontractors and suppliers during the course of the contract with each payment application. The undersigned acknowledges that payments made by the Village of Tequesta will be made via check and vendor will provide the Village of Tequesta with the information required to make the CONTRACTOR a vendor in the Village of Tequesta system. The undersigned is aware that the Inspector General of Palm Beach County has the authorityto investigate and audit matters relating to the negotiation and performance of this contract and in furtherance thereof may demand and obtain records and testimony from the contractor and its subcontractors and lower tier subcontractors. The contractor understands and agrees that in addition to other remedies and consequences provided by law, the failure of the contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this contract justifying its termination. THIS SPACE WAS INTENTIONALLY LEFT BLANK PROCEED TO NEXT PAGE Village of Tequesta utilities Department WM#1 Tequesta Drive Water Main Replacement Page 21 Page 209 of 369 Agenda Item #16. Proposal (Continued) The undersigned states that this bid proposal is the only proposal for this project in which he is interested and certifies that all of the information provided in this bid proposal is true and correct. SUBMITTAL DATE June 17, 2025 FIRM NAME Ferreira Construction Co.. Inc. FEDERAL EMPLOYER IDENTIFICATION NUMBER(FEIN) 22-3334957 (if the entity has no FEIN, include the Social Security Number of the individual signing this Proposal SIG AT RESP SL Fl PRINT NAME AND TITLE OF RESPONSIBLE OFFICIAL John Ciabattari, Vice President EMAIL ADDRESS OF RESPONSIBLE OFFICIAL jciabattari .ferreiraconstruction.com BUSINESS ADDRESS 13000 SF Flora Avenue, Hobe Sound FL 33455 BUS)NNESS TELEPHONE (772) 285-5123 STATE OF INCORPORATION New Jersey FUtt 10'r41b ESAINOi-4&511pES.SE.S'O PERSM rf-..o—DePTX �A1TT JCCTF�)V T"JC JCnJ?X:rn)1Vr,AM AS �...,..— . PRINCIPALS: Nelson Ferreira, President Dictinio Garcia, Sr. Vice President Lou Pacheco, Vice President Brian Delpome, Sr. Vice President Nancy Vliet, Sr. Vice President Jerome Killian, Sr. Vice President Michael Steelman, Vice President John Ciabattari, Vice President Danny Garcia, Vice President Robert Higginbotham—Vice President FULL NAME,TITLE, EMAIL ADDRESS,AND PHONE NUMBER OF PERSON MANAGING THE WORK UND Eli i M'S CON i RA John Ciabattari, Vice President. jciabattari(cD-ferreiraconstruction.com, (772) 286-5123 Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 22 Page 210 of 369 Agenda Item #16. Bid Bang! *This page should be clearly marked with a tab for easy identification during the bid opening process. 11 Bidder V Surety Name: Fenelra Construction Co„ Inc. Name; Berkshire Hathaway Specialty Insurance Company Phone: (772)266-5123 Phone:(402)916-3000 Address(princi,o❑l place of business): Address(principol place of business): 130DO SE Flora Avenue, Hobe Sound Florida 33455 1314 Douglas Street,suite 1400,omana,NE 68102 Owner Bid Village of Tequesta Utilities Name: Department Project(name ondlocotion): Phone: 561-746-5134 WM41 Tequesta Drive Water Main Replacement, Tequesta, Florida Address(prin cipol place of businessJ: 345 Tequesta Drive Tequesta, FL 33469 Bid Due Date: -June 17,2025 Bond Penal Sum: 5%of Total Bid Amount Date of Bond: .Tune 17,2025 Surety and Bidder,intending to be legally bound hereby,subject to the terms set forth in this Bid Bond, do each cause this Bid Bond to be duly executed by an authorized officer, agent, or representative. Surety affirms it is authorized to do business in the State of Florida,and the Villa,-e of Tequesta, and as having an Agent resident therein. 'Bidder Surety fig v i rt l Ferreira ConstrycUqn Co, Inc. Berkshire Hathaway Specialty Insurance Company LID 1' (F If f name pf udder i '_ (FUN formal flame of Surety)(catrrarote seull Y BY: By: f (Signature). (Signature)(Attach Power o homey) Name: ,��� j Name: MarisoiMojioa (Printed or typedl (Printed or typed) Title: - Title: Atlwney-in-FW Attest, Attest: ( ignatvreJ — L115ignut�ireJ Name: Name: William A.Drayton Jr (Printed or typ (Printed or typed) Title; Title: Witness No res:(1)Note:Addresses ore to be used for giving ony required notice.(2)Provide execution by any odditionoll bme-s,Stich as joint venturers,if necessary. ,' L _ / • ` Village of Tequesta utilities Department WM#1 Tequesta Drive Water Main Replacement �' Page 4; A t� Page 211 of 369 Agenda Item #16. Bid Bard LConflnued 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors,and assigns to pay to Owner upon default of Bldder the penal sum set forth on the face of this Bond, Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond will be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder occurs upon the failure of Bidder to deliver within the time required bythe Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds, Power of Attorney(s),and Certificate(s)of Insurance required by the Bidding Documents. 3. This obligation will be null and void if: a. Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds, Power of Attorney(s),and Certift'cate(s)of Insurance required by the Bidding Documents,or b. All Bids are rejected by Owner, or c. Owner fails to issue a Notice of Award to Bidder within the t"me spec'fied in the Bicding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to In writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions does not in the aggregate exceed 120 days from the Bid due date Wthout Surety's written consent. 6. No suit or action will be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is rece'ved by Bidder and Surety, and in no case later than one year after the Bid due date. 7. Any suit or action under this Bond will be commenced only in a court of competent jurisdiction located in the state in which the Project�s located. S_ Notices required hereunder must be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Postal Service registered or certified mail, return receipt requested, postage pre-paid, and will be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby. 10, This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond will be deemed to be included herein as if set forth at length. If any provision of this Blond conflicts with any applicable statute, then the provision of said statute governs and the remainder of this Bond that is not in conflict therewith continues in full force and effect. 11. The term "Bid"as used herein includes a Bid,offer, or proposal as applicable. Village of Tequesta Utilities Department WMOU Tequesta Orwe Water Main Replacement Fe;e a9 Page 212 of 369 Agenda Item #16. ACKNOWLEDGEMENT OF CONTRACTOR- IF A CORPORATION STATE OF V��f'Ao t2- COUNTY OF Mbar- \r) ON THE 17th DAY OF June,2025 BEFORE ME PERSONALLY APPEARED TO B KN N, W 0, BE G BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE % Qq- 51e OF Ferreira Construction Co„ Inc, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE, l ! NA * CommJssbn R HN 3y6794" Notary Public Expires June 29,2027 ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF New Jersey COUNTY OF Morris ON THE 17th DAY OF June, 2025 BEFORE ME PERSONALLY APPEARED Marisol Moiica TO ME KNOWN, WHO BEING BY ME DULY SV:ORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY-IN-FACT OF Berkshire Hathaway Specialty Insurance Company, THE CORPORATION THAI EXECUTED THE FOREGOING INSTRUMENT,AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION! EXECUTED THE SAME IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. Notary public r-------------- URSULA JAKUBIAK I` NOTARY PUBLIC `y I 7,TATE OF NEW JERSEY `I API COMMISSION EXPIRES MARCH E,2026 COMMISSION:V50154106 - Page 213 of 369 Agenda Item #16. 51128 Berkshire Hathaway Specialty Insurance PoNver Of:lttorney BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY NATIONAL INDEMNITY COMPANY/NATIONAL LIABILITY&FIRE INSURANCE COMPANY ry Knew all men by these presents,that BERM—IRE HATHAWAY SPECIALTY_I[iSUR 4�NCE COAMPANY a corporation vidst rig under and by virtue of the laws of the State of Nebraska and having ar office at One Lincoln Street,23rd Floor,Boston,Massachusetts - E 02111,_NKI0Pi9L IN"No NI�0%ff"T,a corporation ex:s ing under are.W virtue of the laws of the State of Nebraska and having an m� office at 3024 Harney Street,Omaha,Nebraska 68131 and NATIol UARILITY-ALIFIRE INSURANCE COfii ll a corporation existing under and by virtue of the laws of the State of Connecticut and having an office at 100 First Stamford Place,SLnmford,Connecticut 06902 (hereinafter collectively the"Companies'),pursuant to and by the authority granted as set forth herein,eo nervoy name,cons-Mum and appo ni:Mari591 Mwica,Kevin 1.Wslsh X..Thomas MacDonald- rynal L Stravam Andreah Moran.Ryan Grayja4lyflLdaHeY. 100SQ JSRerson RDad.Suite 101, pjLcity of WhiooanY.3 Late of New irLeY,their true and lawful attorney(s)-in-fact to make, 8 B execute,seal,acknowledge,and deliver,for and on their behalf as surety and as their act and deed,any and all undertakings,bonds,or s other such writings obligatory in the nature thereof,in pursuance of these presents,the execution of whlci shall be as btrd.rig upor the 3 Companies ac if it has been duly signed and executed by their rl,-lar y elerred oficer%in their own proper persons This asrihority for Pd the Attorney-In-Fact shall be limited to the execution of the attached bond(s)or other such writings obligatory in the nature thereof, r � In witness whereof,this Power of Attorney has been subscribed by an author ized officer of the Companies,and the corporate seals of the Companies have been affixed hereto this date of August 24,202.3.This Power o'At4errey is made and executed pursL.,n;to and by authority,o*the By aws,Resolutions of the Board of Dired-Ors,and other Authorizations of SERKSHIRE HATHAWAY SPECIALTY e y INSURANCE COMPANY,NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY&FIRE INSURANCE COMPANY,which are in full torce and effect,each reading as appears on the back page of this Power of Attorney,respectively.The following seals of the Companies c and signatures by an authorized officer of the Company maybe affixed by facsimile or dlgirel format,which shall be deemed the $ c equ'vsleni of and constitute the written signatuev of such officer of the Companies and original seats of the Companies for all L purposes regarding this Power ofALmrney,including satisfaction of any signrrture and wal requirements on any and allundertakfngs. ? m bonds,or other such writings obllgabsry in the nature thereof,to which this Power of Attorney appiira. m z 6 E ; m BERKSHIRE HATHAWAY SPECIALTY NATIONAL INDEMNITY COMPANY, r` °a vi INSURANCE COMPANY, NATIONAL LIABILITY&FIRE INSURANCE COMPANY, By; BY; David Fields,Executive Vice President David Fields,Vice President ysrewtn' --`-�nEMht� trRF' E' b prort� ''t ,:��t�,,oPc NTH r. 1a�•c W,p' $ a; � cP� r�� i�ry"r,..Rr�c'o�, r•ot '4Me\"o+ z- StTtfTY a::-�t'RLTI iR ySl•NETY 1 s� SEAlSEsLYt nI 1.9nas�� NOTARY 5 N State of Massachwetts.County of Suffolk,ss: 'o On thb 24th day of August,2023,before me appeared David Fields,Executive Vice Presiderit of SEWHIRE HATHAWAY SPECIALTY 8 o INSURANCE COMPANY and vice President of NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY&FIRE INSURANCE COMPANY, who being duly sworn,says that his capacity Is as designated above for such Companies;that he kn9wB the corporate seals of the I b r Companies;that the seas-Ihxed to the Amr-Ileing Instrumerit are such corporate seals;that they were affixed by order ofthe board of i directors or other governing body of said Companies pursuant to its Bylaws,Resolutions and other Authorizations,and that he signed said instrument in that capacity of said Companies. [Notary Seal] o b All a ,� JQNN C.SKINNER t4 N ir.ctllryAt� CxttkM%ce't NOW zb!ic T Pe l I r ��won Egg gi 2027 Jl I,Ralph Tortorella,the undersigned.Officer of BERX$ME HATHAWAY SPECIALTY INSURANCE Coll,'ANY,NATIONAL INDEMNITY OOMPANY and NATIONALUABIL17Y&FIRE INSURANCE COMPANY,do hereby certify that the above and toregoing is uue and correct copy of the Power of Attorney executed by said Companies which is in full force and effect and has riot been revoked IN I i STIMONY WI-�EQEQjk qea he1.reunto affixed the seals of said Companies this ALro 17�031r. * NCrI,• 7�, •�o ioi.r nt' `��o ll l}4 ` 2 SLzi`i4SlFTS�°�;i� j SURETY 1� SEAL dt GT.iL s„ SELL I * _ 8 t1`'e�°s • d%aA co r;n Ralph Tortnrelfa,Officer i BHSIC,NICO 8tNil POA(2023) Page 214 of 369 Agenda Item #16. BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY(ErYLAWS) ARTICLE V. CORPORATE ACTIONS EXECUTION OF DOCUMENTS: Section 6.(b)The President,any Vice President or the Secretary,shall have the power and auuthority: (1) To appoint Attorneys-in-fact,and to authorize them to execute an behalf of the Company bonds and other undertakings,and (2) To remove at any time any such Attorney-in fact and revoke the authority given him. tATIONAL INDEMNITY COMPANY(BY-LAWS) Section A. Officers,ARents,_and Enplayees: A. The officers shall be a President,one or more Vice Presidents,a Secretary,one or more Assistant Secretaries,a Treasurer, and one or more Assistant Treasurers none of whom shall be required to be shareholders of Directors and each of whom shall be elected annually by the Board of Directors at each annual meet'ng'o serve a term of office of one year or until a successor has been elected and qualified, may serve successive terms of office,may be removed from office at any time far or without cause by a vote of a majority of the Board of Directors,and shall have such powers and rights and be charged with such duties and obligations as usually are vested in and penain to such office or as mey be directed from time to time by the Board of Directors;and the Board of Directors or the officers may from time to-"me appoint,disO arge,ergage,or remove such agents and employees as may be appropriate,corvenient,or necessary to the affairs and business of the corporation. NATIONAL INDEMNITY COMPANY(BOARD RESOLUTION ADCPTED AUGUST 6,2014) RESOLVED,That the President,any Vice President or the Secretary,shall have the power and authority to(1)appoint Attorneys- in-fact,and to authorize them to execute on behalf of this Company bonds and other undertakings and(2)remove at any time any such Attorney-in-fact and revoke the authority gfv r. NATIONAL LIABILITY&FIRE INSURANCE COMPANY(BY-LAWS) ARIICLE IV Officers Section_.,OfT ers AAent�Ljnd F,Mp1QyeV5; A.The officers shall be a president,one or more vice presidents,one or more assistant vice cresidents,a secretary,one or mom assistant secretaries,a treasurer,and one or more assistant treasu-e'S, none of whom shall be required to be shareholders or director-.,and each of whom shal"be elected annually by the board of directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified,may serve successive terms of office,may be removed from office at any time for or without cause by a vote of a majority of the board of directors. The president and secretary shall be diferert individuals, Election or appointment of an officer or agent shall not create cortract rights. The officers of the Corporation shall have such powers and rights and be charged with such duties and nbligations as usually are vested in and pertain to such office or as may be directed from time to time by the board of directors;and the board of directors or the officers may from time to time appoint,discharge,engage,or remove such agents and employees as may be appropriate,convenient,or necessary to'he affairs and business of the Corporation. NATIONAL LIABILITY&FIRE INSURANCE COf�P�NY(BOARD RESOLUTION ADOPTED AUGUST 6,2014) RESOLVED,That the President,any Vice President or the Secretary,shall have the power and authority to(1)appoint Attorneys- in-fact,and to authorize them to execute on behalf of this Company bonds and other undertakings and(2)remove at anytime any such Attorney-in-fact and revoke the authority given. SH51C.WCO&ALF POA(2023) Page 215 of 369 Agenda Item #16. Cerneral r nm-q;orndence BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY 1314 Douglas Street,Suite 1400, Orna`a, Nebraska 68102-"844 ADMITTED ASSETS} 12/3112024 12/3112023 121311022 Total invested assets $ 7,425,803,196 $ 6,7C2,81 T,81C S {,E60 246,410 Premium&agent balances(ret) 635 O%X5 690,388,245 562,469,494 All other assets 224,603,005 204,404.036 217,334,073 Total Admitted A93ets $ 8,285,502.566 $ 7,597,610.091 5 6,460,049.997 LIABILITIES 8 SURPLUS` 1213=024 12131/2023 1213112022 Loss&loss exp,urnpar S 2,023,746,631 5 1,825,674,253 S 1.495,870.17-1 U-eamad premiums 683,593,113 604,899,743 536,797,663 A olherliabi ties 1,079,218.932 1.240,939,866 1,055,221.844 TotalI-labilib" _ 3.666,558,676 3,671,613,861 307889,698 Total Policyholders'Surplus 4,598,943,890 3,926.0%,23C 3,382,160,299 Total Llabilities&Surplus S 8,235.502,56E S 7,597,610,091 S 6,480,049,997 Assets,liabilitoes and surplus are presented en a Statutory Accounting Basis as promulgated by the NAIC andlor the laws of the companys domiciliary state. Page 216 of 369 Agenda Item #16. Sid Schedule of Values WM#1 Teguesta Drive Water Main Replacement Ferreira Construction Co. Inc BIDDING COMPANY NAME: [NO. M ESTIMATED ITEM DESCRIPTION JUNIT QUANTITY UNIT PRICE EXTENDED VALUE SCHEDULE A:COMMON ITEMS 1A Mobilization, Demobilization, LS 1 175,290.00 175,290.00 Bonds &Insurance $ $ 1B Maintenance of Traffic LS 1 $ 63,685.00 $ 63,685.00 1C As-Built Record Drawings LS 1 $ 63,015.00 $ 63,015.00 1D Audio Video Documentation LS 1 $ 3,395.00 $ 3,395.00 1E NPDES Permit/Erosion Measures LS 1 $ 8,370.00 $ 8,370.00 Furnish and Install 4-inch PVC 210.00 4,214.00 2 Water Main LF 20 $ $ 3 Furnish and Install 6-inch PVC LF 40 $ 173.15 $ 6,926.00 Water Main 4 Furnish and Install 8-inch PVC LF 750 $ 152.55 $ 114,412.50 Water Main 5 Furnish and Install 10-inch PVC LF 2,900 $ 188.20 $ 545,780.00 Water Main 6 Furnish and Install 12-inch PVC LF 80 $ 267.25 $ 21,380.00 Water Main 7 Furnish and Install 10-inch HDPE LF 400 $ 129.80 $ 51,920.00 Water Main 8 Furnish and Install 12-inch HDPE LF 2,510 $ 147.90 $ 371,229.00 Water Main 9 Furnish and Install Ductile Iron Tons 5.6 14,451.00 80,925.60 Fittings $ $ 10 Furnish and Install 10" PVC/HDPE EA 6 512.40 3,074.40 Transition Adapter $ $ it Furnish and Install 12" PVC/HDPE EA 34 538.75 18,317.50 Transition Adapter $ $ 12 Furnish and Install 4-Inch Gate EA 2 $ 2,001.65 $ 4,003.30 Valve with Valve Box 13 Furnish and Install 6-Inch Gate EA 7 $ 2,303.75 $ 16,126.25 Valve with Valve Box Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 23 Page 217 of 369 Agenda Item #16. Bid Schedule of Values (ConVd) WM#1 Teguesta Drive Water Main Replacement ITEM ESTIMATED O. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE EXTENDED VALUE 14 Furnish and Install 8-Inch Gate EA 23 $ 3,393.35 $ 78,047.05 Valve with Valve Box 15 Furnish and Install 10-Inch Gate EA 8 $ 5,098.90 $ 40,791.20 Valve with Valve Box 16 Furnish and Install 12-Inch Gate EA 10 $ 5,894.60 $ 58,946.00 Valve with Valve Box 17 Furnish and Install Fire Hydrant EA 7 10 527.00 73 689.00 Assembly w/6"GV AND Valve Box $ $ Furnish and Install 24" X 24" 18 Concrete Collar w/Tracer Wire EA 15 $ 660.25 $ 9,903.75 Access Box 19 Connect New Water Main to EA 22 1,913.60 42,099.20 Water Main (4"to 12") $ $ 20 2" Fill and Flushing Assembly EA 10 $ 2,046.00 $ 20,460.00 21 Furnish and Install Sample Point EA 25 $ 744.35 $ 18,608.75 22 Furnish and Install Short Single EA 13 $ 3,122.15 $ 40,587.95 Service Furnish and Install Long Single 23 Service(Directional Bore w/ EA 31 $ 6,903.55 $ 214,010.05 Casing) Reconnect Existing 2" Long Single 24 Service(Directional $al Bore w/ EA 2 $ 6,891.45 13,782.90 Casing) 25 Pressure Testing and Chlorinating LF 6,700 $ 2.30 $ 15,410.00 New Water Main 26 Cap,Grout,and Abandon Existing LF 1'170 $ 16.90 $ 19 773.00 6"AC Pipe 27 Cap, Grout,and Abandon Existing LF 1170 $ 17.40 $ 20,358.00 8"AC Pipe 28 Cap, Grout, and Abandon Existing LF 4,420 $ 14.45 $ 63 869.00 10"AC Pipe 29 Concrete Sidewalk Replacement SY 300 $ 106.95 $ 32,085.00 30 Brick Paver Sidewalk Replacement SY 10 $ 249.65 $ 2,496.50 31 Gravel Driveway Replacement SY 240 $ 27.70 $ 6,648.00 Village of-requesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 24 Page 218 of 369 Agenda Item #16. Bid Schedule of Values (Cont'd) WM#1 Teguesta Drive Water Main Replacement ITEM ESTIMATE O. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE EXTENDED VALUE 32 Asphalt Driveway Replacement SY 535 $ 94.85 $ 50,744.75 33 Concrete Driveway Replacement SY 225 $ 100.65 $ 22,646.25 34 Stamped Concrete Driveway SY 10 511.80 5,118.00 Replacement $ $ 35 Brick Paver Driveway Replacement SY 100 $ 202.15 $ 20,215.00 36 Asphalt Pavement Replacement SY 680 $ 120.55 $ 81,974.00 37 Concrete Curb and Gutter LF 230 37.75 8,682.50 Replacement $ $ 38 Sodding SY 6,080 $ 6.25 $ 38,000.00 39 Tree&Shrubbery Restoration LS 1 $ 9,075.00 $ 9,075.00 40 Root Barrier LF 50 $ 48.00 $ 2,400.00 41 Furnish and Install 4" Line Stop EA 1 8,001.00 8,001.00 Assembly $ $ 42 Furnish and Install 6" Line Stop EA 1 8,032.00 8,032.00 Assembly $ $ 43 Furnish and Install 8" Line Stop EA 1 8,278.00 8,278.00 Assembly $ $ 44 Furnish and Install 10" Line Stop EA 1 9,232.00 9,232.00 Assembly $ $ 45 Owners Allowance LS 1 $ 200 000 $ 200 000 TOTAL BID PRICE:(ITEMS 1-45) = $ 2,796,027,40 TOTAL BID PRICE(ITEMS 1-45) IN WORDS: Two million seven hundred ninety-six thousand twenty-seven dollars and forty cents Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 25 Page 219 of 369 Agenda Item #16. ALTERNATE BID ITEMS Bidder is required to provide unit prices for the items below. Below prices may be used by the Owner for additional work needed to complete the project or under the Owner's Allowance. The Owner reserves the right to negotiate below pricing if considered to be in the best interest of the Owner. ALT. ITEM ALTERNATE ESTIMATED NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE EXTENDED VALUE A-1 Mill And Overlay Asphalt SY 3,500 Road 1 1 $ 29.50 is 103,250.00 TOTAL BID PRICE: (ITEMS 1-45 AND A-1)= $ 2,899,277.40 TOTAL BID PRICE(ITEMS 1-45 AND A-1) IN WORDS: Two million eighty hundred ninety-nine thousand two hundred seventy-seven dollars and forty cents Village ofTecluesta Utilities Department WM#1 Tecluesta Drive Water Main Replacement Page 26 Page 220 of 369 Agenda Item #16. Village Clerk's ADA Compliance Statement Form The Village of Tequesta strives to be an inclusive environment.As such, it is the Village's policy to comply with the requirements of Title It of the American with Disabilities Act of 1990("ADA")by ensuring that the Contractor's [agreement/bid documents and specifications]are accessible to individuals with disabilities.To comply with the ADA,the Contractor shall provide a written statement indicating that all[agreement/bid documents and specifications],from Contractor, including files, images,graphics,text, audio,video,and multimedia,shall be provided in a format that ultimately conforms to the Level AA Success Criteria and Conformance Requirements of the Web Content Accessibility Guidelines 2.0(Dec. 11, 2008)("WCAG 2.0 Level AA"), published by the World Wide Web Consortium ("W3C"),Web Accessibility Initiative("WAI"), available at the Web Content Accessibility Guidelines page. Required Confirmation: 1, John Ciabattar,V-;e President (print or Type Name of Firm),have read the above compliancy statement and confirm the agreement, bid documents and specifications, including files, images, graphics,text,audio,video, and multimedia,contained within this bid packet are accessible to individuals with disabilities and conforms to the Level AA Success Criteria and Conformance Requirements of the Web Content Accessibility Guidelines 2.0. Representative SignatureJohn Ciabattari,V.P June 11, 2025 Date THIS SPACE WAS INTENTIONALLY LEFT BLANK PROCEED TO NEXT PAGE Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 43 Page 221 of 369 Agenda Item#16. 3 31 W ■ . 31 FI 3 �� � I ■ FI 3 31 Li FI -------------------- s " s sl FI 3 FI 1 3 31 I FI 3 � I8 � IFI 3 31 I FI 3 31 I FI ■ 3� I 31 ; b � 1 9 2 p C V N z E O °1 n z c � y 3 0 a *z a= Page 222 of 369 Agenda Item #16. E-Verify Affidavit In accordance with Section 449,095, F.S., Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of: 1. All persons employed by the Contractor to perform employment duties within Florida during the term of the contract;and 2. All persons(including SUBCONTRACTORS) assigned by the Contractor to perform work pursuant to the contract.The Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the Village of Tequesta. The contractor further agrees to retain sufficient evidence of their enrollment in the E-Verify System and provide such evidence to the Village of Tequesta upon request. Sufficient evidence shall consist of a printed copy of the completed E-Verify Company Profile page, obtained from https://www.e-verify.gov. Contractor also agrees to obtain from each of its subcontractors/subconsultants an affidavit stating that the subcontractor/subconsultant does not employ,contract with,or subcontract with an Unauthorized Alien, as that term is defined in Section 448.095(1)(k), F.S. Contractor further agrees to maintain a copy of any such affidavit from a subcontractor/subconsultant for,at a minimum,the duration of the subcontract and any extension thereof. By affixing your signature below,you hereby affirm that you will comply with all E-Verify requirements. Ferr&4 C struetion CO., IrjC 22-3334957 Coinpa, me .1 Federal Employer Identification No. 6117025 .'Signature Date Jchn Ciabattari !Vice President Print Name Title STAi E OF FLORIDA COUNTY OF MARTIN! The foregoing instrument was acknowledged before me by means of/physical presence or / online notarization, this 17th (date) by John Ciabattari, Vice President (name of officer or agent, title of officer or agent) of Ferreira Construction Co., inC. (name of contractor company acknowledging), a New Jersey (state or place of incorporation)corporation,on behalf of the corporation. He/she is personally known to me or has produced (type of identification) as identification, �Y pt• ..a µ 5,_a,] CECILIAR.HEIN Notary Public *1 R CoRfimlort4HH378794 .� . 4 Expires Jur;e 29,2027, Name typed, printed or stamped Cecilia Hein My Commission Expiresdune29,2027 Village of Tequesta utirves Department WMgl Tequesta Drive Water Main Replacement Page41 Page 223 of 369 Agenda Item #16. Drug Free Workplace Certificate I the IIndarrlonarl in arrnrriance with Florida Statute 287.087, hereby certify that Ferreira Construction Co. Inn (Print or Type Name of Firm) 1. Publishes a written statement notifying that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace named above, and specifying actions that will be taken against violations of such prohibition. 2. informs employees about the dangers of drug abuse in the workplace; the firm's policy of maintaining a drug-free working environment and available drug counseling, rehabilitation, and employee assistance programs;and the penalties that may be imposed upon employees for drug- use violations. 3. Gives each employee engaged in providing commodities or contractual services that are under bid or proposal a copy of the statement specified above. 4. Notifies the employees that as a condition of working on the commodities or contractual services under bid or proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of or plea of guilty or nolo contendere to any violation of Chapter 1893 or any controlled substance law of the State of Florida or the United States for a violation occurring in the workplace, no later than 5 days after such conviction, and requires employees to sign copies of such written statement to acknowledge their receipt. 5. Imposes a sanction on or requires the satisfactory participation in a drug-abuse assistant(- or rehabilitation program,if such is available in the employee's community, by any employee who is so convicted. 6. Makes a good taith effort to continue to maintain a drug-free workplace through the implementation of the drug-free workplace program. "As a person authorized to sign this statement, I certify that the business, firm,greorporation named above complies fully with the requirements set forth herein.",- Authorized Signature John Ciabattari, V.P. June 17, 2025 Date Signed State of: County of: f' Sworn to and subscribed before me this clay of June 20 25 Personally known or Produced Identification (Specify Type of Identification) �,, ; Signature of NotaryCecllla Hein '��' '���°'7 'CECILIAR.HEW Commission#HH 378794 Commission Ex pi June 29. 2©27 y p Expires Juie 29,2027 i Village of requesta Utilities Department T WMfl1 Tequesta Drive Water Main Replacement Page 47 Page 224 of 369 Agenda Item #16. State of Florida Department of State I certify from the records of this office that FERREIRA CONSTRUCTION CO. INC. is a New Jersey corporation authorized to transact business in the State of Florida, qualified on April 9, 2004. The document number of this corporation is F04000001981. I further certify that said corporation has paid all fees due this office through December 31, 2025, that its most recent annual report/uniform business report was filed on February 7, 2025, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Seventh day of February, 2025 k # is ' Se ic'etaly of t tC' Tracking Number:4458905547CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertiflcateOfStatus/CertificateAuthentication 9 Agenda Item #16. Trench Safety Bidder acknowledges that included in the various items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Fla,) effective October 1, 1990. The bidder further identifies the costs to be summarized below. TRENCH SAFETY MEASURE EXTENDED UNITS OF UNIT UNIT (DESCRIPTION) i MEASURE(LF,SY) (QUANTITY) COST{$) C05T $) A. u 4,190 $ 3.25 $ 13,617.50 Trench Box EA. $500.00 $3,000.00 B. C. D. Failure to complete the above may result in the bid being declared non-responsive. THIS SPACE WAS INTENTIONALLY LEFT BLANK PROCEED TO NEXT PAGE Village of Tzquesta utirces Department W V$$1 Tequesta Drive Water Mani Replacement Page 46 Page 226 of 369 Agenda Item #16. List of Subcontractors/Suppliers Bidder shall list below information regarding subcontractors and suppliers who will perform work or labor or render service,or supply materials to the prime contractor in or about the construction of the Work or improvement, or subcontractors licensed by the State who, under subcontract to the prime contractor, specially fabricates and installs a portion of the Work or improvement according to the plans and specifications,in an amount in excess of two percent(2%)of the prime contractor's Total Bid Price. Failure to comply with this requirement may render the Bid non-responsive and may cause its rejection. Work to be Performed/ Subcontractor Percent of Subcontractor's Materials to be Supplied License Number Total Contract Name&Address Directional Bore-Subcontractor CUC1226391 11% All Florida HDD,LLC 4215 SW Meadows Ave:Palm City FL 34990 Asphalt Pavement-Subcontractor CGC1518859 3.5% LP Asphalt,LLC 4060 Selvitz Rd.Fort Pierce,FL 34981 Note: Provide licenses, certifications, experience, and qualification forms for those subcontractors listed above. Attach additional pages as needed. Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 27 Page 227 of 369 Agenda Item #16. All Florida HDD, LLC 4215 SW High Meadows Ave Palm City, FL 34990 HDD Project References - Large Diameter Project Name Turtle Creek Location Lancaster Park Description of Work 20 HDPE -320' 24" HDPE - 360', 660', 660', 1,000', 1,280' Date of Contract February 2018 Company Name Felix Associates of Florida, Inc. Company Address 8526 SW Kansas Ave. , Stuart, Florida 33064 Contact Person Ben Miller Telephone Number 772-285-1846 E-mail Address bmilier@felixassociates.net Project Name Southern Transmission Location Town of Jupiter Description of Work 18" HDPE - 1,125' Stuffed with 10" HDPE Date of Contract March 2018 Company Name Felix Associates of Florida, Inc. Company Address 8526 SW Kansas Ave. , Stuart, Florida 33064 Contact Person Ben Miller Telephone Number 772-285-1846 E-mail Address bmiller@felixassociates.net Project Name The Villages Phase I Location Wildwood, Florida Description of Work 24" HDPE - 558'Stuffed with 14" HDPE (Turnpike Crossing) 30" HDPE -560'Stuffed with 20" HDPE (Turnpike Crossing) 36" HDPE-553', 560'Stuffed with 24" HDPE (Turnpike Crossing) Date of Contract June 2018 Company Name Rainey Construction Co. Inc. Company Address 4477 E. C-462, Wildwood, Florida 34785 Contact Person Matthew Bass Telephone Number 352-748-0955 E-mail Address mbass@raineyconstruction.com Page 228 of 369 Agenda Item #16. Project Name The Villages, Phase II Location Wildwood, Florida Description of Work 12" Steel - 655' 24" HDPE - 655' 30" HDPE - 650' 36" HDPE -574' Date of Contract January 2019 Company Name Rainey Construction Co. Inc. Company Address 4477 E. C-462, Wildwood, Florida 34785 Contact Person Matthew Bass Telephone Number 352-748-0955 E-mail Address mbass@raineyconstruction.com Project Name Alt A1A Jupiter Location Jupiter, Florida Description of Work 16" HDPE- 825' Date of Contract April 2019 Company Name Johnson Davis Inc Company Address 604 Hilbrath Drive Contact Person Robson Lima Telephone Number 561-588-1170 E-mail Address rlima@iohnsondavis.com Project Name Tropical Farms - Floridian Wells Location Stuart, FL Description of Work 18" & 2" HDPE - 555' (1-95 Crossing) 30" & 2" HDPE -580' (Turnpike Crossing) Date of Contract November 2020 Company Name Felix &Associates of Florida Company Address 8528 SW Kansas Ave, Stuart FL 34997 Contact Person Ben Miller Telephone Number 772-285-1846 E-mail Address bmiHer@feIixassociates.net Project Name M1 Canal Water Main Location West Melbourne 16" FPVC-990', 1,010', 720', 780', 560', 1,002', 794', 620', 460', 860', 755', Description of Work 746', 880', 943' - 11,372' (Total Footage) Date of Contract September 2021 Company Name Young's Communications Company Address 424 West Drive, Melbourne FL 32904 Contact Person Mark Garrison Telephone Number 321-507-5408 E-mail Address maarrison@ycominc.com Page 229 of 369 Agenda Item #16. Project Name Grand Park Offsite Location Sarasota, FL 20" HDPE - 2,520', 2,280', 2,087', 2,060', 2,040', 1,020', 445', 240' - Description of Work 17,870' (Total) Date of Contract August 2021 Company Name Firethorn Built Company Address 609 N. Hepburn Ave,Jupiter FL 33458 Contact Person James Thomas Telephone Number 772-267-6957 E-mail Address iames@firethornbuilt.com Project Name Lakepark Estates Location Sarasota, FL Description of Work 18" HDPE - 1,020' Date of Contract April 2022 Company Name Firethorn Built Company Address 609 N. Hepburn Ave,Jupiter FL 33458 Contact Person James Thomas Telephone Number 772-267-6957 E-mail Address iames@firethornbuilt.com Project Name Northeast Force Main Re-Route Location Rockledge, FL Description of Work 18" & 2" HDPE Across US-1- 350' Date of Contract August 2022 Contract Award Amount $35,121 Company Name CK Contractors & Development Company Address 2825 Business Center Blvd, Suite 4-A, Melbourne FL 32940 Contact Person Paul King Telephone Number 484-892-1288 E-mail Address eking@ckcdllc.com Project Name State Road 52 Location Land O' Lakes Description of Work 20" HDPE -800' Date of Contract November 2022 Company Name S&S Directional Boring Company Address 1508 Dr MLK Jr. Blvd East, Seffner FL 33584 Contact Person Scott Carden Telephone Number 813-376-6253 E-mail Address scarden@ssboring.com Page 230 of 369 Agenda Item #16. Project Name Tyndall Air Force Base Sewer Location Panama City, FL Description of Work 16" FPVC- 1,720% 1,542', 1,515', 1,880', 1,850' Date of Contract January 2023 Company Name Broadband Telecommunications Company Address 900 N. East Avenue, Panama City FL Contact Person John Davis Telephone Number 850-691-2663 E-mail Address iwdavis.btc@gmail.com Project Name McCarty Chilled Water Location Gainesville, FL (University of Florida) Description of Work 20" HDPE - 750' Date of Contract January 2023 Company Name Utility Services of Gaineville, Inc. Company Address 1360 NW 53rd Ave, Gainesville, FL 32609 Contact Person Hal Ebling Telephone Number 352-283-5548 E-mail Address hal Pus igainesviiie.cor Project Name Sea Ray Bridge WM Relocation (Subaqueous) Location Merritt Island, FL Description of Work 42" HDPE - 1,320' Date of Contract April 2023 Company Name Atlantic Development of Cocoa Company Address 2185 W. King Street, Cocoa FL Contact Person Glenn Grignon Telephone Number 321-403-4896 E-mail Address ggrignon@atlanticdevelopmentofcocoa.com Project Name 8th Street Utility Relocation Location Vero Beach, FL Description of Work 24" FPVC- 525' Date of Contract August 2023 Company Name CK Contractors & Development Company Address 2825 Business Center Blvd Suite 4-A Melbourne, FL 32940 Contact Person Paul King Telephone Number 484-892-1288 E-mail Address pking@ckdllc.com Page 231 of 369 Agenda Item #16. Project Name TOHO Marigold Ave Location Poinciana, FL Description of Work 20" HDPE WM - 1,274', 740' Date of Contract September 2023 Company Name Felix &Associates of Florida Company Address 8528 SW Kansas Ave, Stuart FL 34997 Contact Person Ben Miller Telephone Number 772-285-1846 E-mail Address bmiller@felixassociates.net Project Name Crane Creek M-1 Canal Stormwater FM Location West Melbourne, FL Description of Work 24" HDPE Storm FM - 2,300', 2,260', 2,140', 2,000', 1,340' Date of Contract November 2023 Company Name Cone & Graham, Inc. Company Address 2132 NW Settle Ave, Port Saint Lucie, FL 34986 Contact Person Lee Corrigan Telephone Number 561-400-1662 E-mail Address LCorriean@coneeraham.com Project Name Corkscrew Road and Utility Widening Phase 2 Location Naples Description of Work 18" HDPE+/-2,280 LF, 1,220 LF, 1,050 LF, 1,100 LF, 960 LF 30" HDPE +/-550 LF Date of Contract May 2024 Company Name Laser Engineering Company Address 3725 SE Ocean Blvd Unit 200, Sewall's Point, FL 34996 Contact Person Blake Lowe Telephone Number 561-718-2098 E-mail Address blake@laserene.net Page 232 of 369 Agenda Item #16. Project Name South Header Canal Road To C-24 Canal (Phase 1) Location Fort Pierce, FL Description of Work 14" HDPE +/-440 LF,440 LF, 400 LF, 460 LF, 300 LF, 475 LF, 395 LF, 490 LF, 2,000 LF (subaqueous) 20" HDPE +/-440 LF, 400 LF, 300 LF, 440 LF, 460 LF, 400 LF, 460 LF, 370 LF, 470 LF Date of Contract October 2024 Company Name Felix &Associates of Florida Company Address 8528 SW Kansas Ave, Stuart FL 34997 Contact Person Ben Miller Telephone Number 772-285-1846 E-mail Address bmiller@felixassociates.net Project Name Southport Interconnect Westport WWTP to Glades Pump Station Location Fort Pierce, FL Description of Work 24" HDPE +/- 1,550 LF (Subaqueous), 2,400 LF, 420 LF, 2,200 LF 30" HDPE +/- 1,100 LF, 2,200 LF, 1,550 LF (Subaqueous) Date of Contract November 2024 Company Name Felix & Associates of Florida Company Address 8528 SW Kansas Ave, Stuart FL 34997 Contact Person Ben Miller Telephone Number 772-285-1846 E-mail Address bmiller@felixassociates.net Page 233 of 369 Agenda Item #16. Qualification Requirements (Continued) As Bidder,we certify the following: (3) NAME &LOCATION OF PROJECT: ! S - ----gg SCOPE OF WORK: 3 0", (—1 o P c /EIR teaSdvCHECK ONE OF THE FOLLOWING OPTIONS, BID WAS: 3�" }/f S S I S 6 a ! [ I PRIME CONTRACTOR pQ SUBCONTRACTOR I� i"D°�►= YEAR OF PROJECT: ;,> 0 k CONTRACT VALUE: $ 9()Uj 000 TOTAL VALUE OF CHANGE ORDERS: C ✓T REASON FOR CHANGE ORDERS: I! CONTRACT START AND COMPLETION DATES: J �' WAS PROJECT COMPLETED ON TIME (IF NOT EXPLAIN THE DELAYS): �' S OWNER OF PROJECT: OWNER CONTACT: ^,�!!�' NAME: P "� + 60jS , PHONE NUMBER: :3Q--XjJ 'O�PAILADDRESS: M' sse f4:Ivy ' y cw ENGINEERING FIRM(DURING CONSTRUCTION): 1 ,6 ENGINEER CONTACT- NAME: Iht+r I PHONE NUMBER: N1 EMAIL ADDRESS: IVI ADDITIONAL INFORMATION: j�`+ Village of Tequesta Utilities Department WMkl Tequesta Drive Water Main Replacement Page 33 Jackson Land Development,LLC 1500 Cordova Rd,Suite 202 Foil Lauderdale,FL 33316 Page 234 of 369 Agenda Item #16. Qualification Requirements (Continued) As Bidder,we certify the following: �` (2) NAME& LOCATION OF PROJECT: c3��h� c r, - 9 (-GV\ ftlIS �m�t1�, SCOPE OF WORK: k ,` ? �9 S f t^S 1. rr.�„ s'� J t .+�" f CHECK ONE OF THE FOLLOWING OPTIONS, BIDDER WAS: ( ] PRIME CONTRACTOR k) SUBCONTRACTOR YEAR OF PROJECT: � 'aD � t� CONTRACT VALUE: A I U ()06 TOTAL VALUE OF CHANGE ORDERS: REASON FOR CHANGE ORDERS: ' V! I* CONTRACT START AND COMPLETION DATES: / V Ctrck `- ' `�J�l WAS PROJECT COMPLETED ON TIME(IF NOT EXPLAIN THE DELAYS): !S OWNER OF PROJECT: OWNER CONTACT: r2 NAME: I.STn /' 0 t!�- PHONE NUMBER: ���'a g S'i �UAIL ADDRESS: iJP�►► l'r�fl'�r � w l-Cur, ENGINEERING FIRM (DURING CONSTRUCTION): N ENGINEER CONTACT: NAME: AI/L PHONE NUMBER: /V Z EMAIL ADDRESS: � ADDITIONAL INFORMATION: 11 J f A Village of Tequesta Utilities Department WM4I Tequesta Drive Water Blain Replacement Page 32 Jackson Land Development,LLC 1500 Cordova Rd,Suite 202 Fort Lauderdale,FL 33316 Page 235 of 369 Agenda Item #16. Qualification Requirements (Continued) As Bidder,we certify the following: (1) NAME&LOCATION OF PROJECT: #rSC.rr. ►2d U ilifr � tcQnit�9 Ph4se ,� 11 SCOPE OF WORK: I6 14i)PF. D.I&cfiC (s) Tusc $ ��SILwIit �'�_ �� +� fa � �� 1��res 30" D . Gore iuse 4 in s+,,_i j 4._ SSo` CHECK ONE OF THE FOLLOWING OPTIONS, BIDDER WAS: [ ) PRIME CONTRACTOR SUBCONTRACTOR YEAR OF PROJECT: � �� CONTRACT VALUE: 1i �, OLiS•06rOTAL VALUE OF CHANGE ORDERS:j ILI 1 3 S 13 . 00 REASON FOR CHANGE ORDERS: C�+ 3b` F� 1�� !). 'gore_ 'fi' a&.S I CONTRACT START AND COMPLETION DATES: Apr i 1 z0,;L 4 Ma. ►I a foa-4 WAS PROJECT COMPLETED ON TIME (IF NOT EXPLAIN THE DELAYS): OWNER OF PROJECT: L As C r k n_C n a tp r OWNER CONTACT: NAME: &A k G L o W a PHONE NUMBER: ENGINEERING FIRM(DURING CONSTRUCTION): ENGINEER CONTACT- NAME: t4 PHONE NUMBER: i t* EMAIL ADDRESS: ADDITIONAL INFORMATION: ly l A Village of Tequesta Utilities Department WMft1 Tequesta Drive Water Main Replacement Page 31 Jackson Land Development,LLC 1600 Cordova Rd,Suite 202 Fort Lauderdale,FL 33316 Page 236 of 369 Agenda Item #16. Ron DeSantis,Governor Melanie S.Griffin,Secretary 40 dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INIDUSTRY LICENSING BOARD THE UNDERGROUND UTILIW& 9XCAVA`1 N CaN( IN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES KRANTZ, LEWIS EDWARD ' AU_ FLOR#DA 1 IDI LLC 4215 SW HIGH MEADOWS AVE PALM CITY FL 34990 LICE UMBER:C 6391 EXPIRATION DATE: AUGUST 31,2026 Always verify licenses online at MyFloridaLicense.com 0 ISSUED:03/25/2025 Do not alter this document in any form. x This is your license. It is unlawful for anyone other than the licensee to use this document. Page 237 of 369 Agenda Item #16. Qualification Requirements (Continued) As Bidder,we certify the following: (1) NAME& LOCATION OF PROJECT: ru SCOPE OF',fVORK: i'ft f�Q0fY. Qtvtk-)G) CHECK ONE OF THE FOLLOWING OPTIONS; BIDDER WAS: [ ] PRIME CONTRACTOR [;'j SUBCONTRACTOR YEAR OF PROJECT: 20,215 CONTRACT VALUE: -N = TOTAL VALUE OF CHANGE ORDERS: REASON FOR CHANGE ORDERS: CONTRACT START AND COMPLETION DATES: WAS PROJECT COMPLETED ON TIME (IF NOT EXPLAIN THE DELAYS): OWNER OF PROJECT; ,.fit neS t 16,y I05 OWNER CONTACT: )CiwYtn� T1VC'*u0tx.t% cc& NAME: PHONE NUMBER:' EMAIL ADDRESS: Tl ENGINEERING FIRM (DURING CONSTRUCTION): ENGINEER CONTACT: NAME: PHONE NUMBER: EMAILADDRESS: ADDITIONAL INFORMATION: Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 31 Page 238 of 369 Agenda Item #16. Qualification Requirements (Continued) As Bidder,we certify the following: (2) NAME&LOCATION OF PROJECT: t•4f�1Y('1C�t1r1C�, SCOPE OF WORK: .31rc 1AX If V, 1'V�\ii1�Ca CHECK ONE OF THE FOLLOWING OPTIONS, BIDDER WAS: [ ) PRIME CONTRACTOR`�N SUBCONTRACTC)R YEAR OF PROJECT: OL120 —Cwanf _ CONTRACT VALUE: IIW, oce TOTAL.VALUE OF CHANGE ORDERS: REASON FOR CHANGE ORDERS: CONTRACT START AND COMPLETION DATES: %1VAS PROJECT COMPLETED ON TIME (IF NOT EXPLAIN THE DELAYS): OWNER OF PROJECT: may, ,� OWNER�v,�'ri�i: ;u8- `ice r�1S�tlC1t .COi '1 NAME: Mi ► Ah Sh tfh _PHONE NUMBER: tD'[C EMAIL ADDRESS: ENGINEERING FIRM (DURING CONSTRUCTION): ENGINEER CONTACT: NAME: PHONE NUMBER: EMAIL ADDRESS: ADDITIONAL INFORMATION: Village of Tequesta Utilities Department WMttl Tequesta Drive Water Main Replacement Page 32 Page 239 of 369 Agenda Item #16. Qualification Requirements (Continued) As Bidder,we certify the following: ,,rr� (3) NAME & LOCATION OF PROJECT: �ftffil MAMA GOftDt N� SCOPE OF WORK: J kit won. � 00o;oiq CHECK ONE OF THE FOLLOWING OPTIONS, BIDDER WAS: [ ] PRIME CONTRACTOR [j SUBCONTRACTOR YEAR OF PROJECT: b2 CONTRACT VALUE*VC1 TOTAL VALUE OF CHANGE ORDERS: REASON FOR CHANGE ORDERS: CONTRACT START AND COMPLETION DATES: WAS PROJECT COMPLETED ON TIME(IF NOT EXPLAIN THE DELAYS): OWNER OF PROJECT: OWNER CONTACT: 1 'viz NAME: 4 ',W Il"Attndi PHONE NUMBER: EMAIL ADDRESS: ENGINEERING FIRM (DURING CONSTRUCTION: ENGINEER CONTACT: NAME: PHONE NUMBER: EMAIL ADDRESS: ADDITIONAL INFORMATION: Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 33 Page 240 of 369 Agenda Item #16. List of Subcontractors/Suppliers Bidder shall list below information regarding subcontractors and suppliers who will perform work or labor or render service,or supply materials to the prime contractor in or about the construction of the Work or improvement, or subcontractors licensed by the State who, under subcontract to the prime contractor, specially fabricates and installs a portion of the Work or improvement according to the plans and specifications,in an amount in excess of two percent(2%)of the prime contractor's Total Bid Price. Failure to comply with this requirement may render the Bid non-responsive and may cause its rejection. Work to be Performed/ Subcontractor Percent of Subcontractor's Materials to be Supplied License Number Total Contract Name&Address Core&Main Material Supplies 10% 1101 W 17th St.,Riviera Beach, FL 33404 Note: Provide licenses, certifications, experience, and qualification forms forthose subcontractors listed above. Attach additional pages as needed. Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 27 Page 241 of 369 Agenda Item #16. Qualification Requirements (Complete these pages entirety and include with Sealed Bid. Attach copies of applicable Licenses) THE UNDERSIGNED GUARANTEES THE TRUTH AND ACCURANCY OF ALL STATEMENTS AND ANSWERS HEREIN CONTAINED: A. Any information for which OWNER cannot corroborate is grounds for rejection of Bid. (Use additional sheets as needed to provide the required information.) B. State the numbers of years your organization has been doing business in the State of Florida: 1. We typically perform Rn_a5 % of the work with our own forces. List trades below for which your organization is qualified to self-perform on this project: Civil,roadwork,excavation,grading,utility,underground,drainage,water,sewer,revetment,rip rap, marine construction including,dock,bridge,seawall, pile driving,sheet piling, retaining wall,concrete. Electrical work,computerized traffic control, ITS,traffic signal, roadway signing. 2. Has Bidder ever failed to complete awarded work? �i If so,state where,when and why: 3. State the location of the office from which this contract will be managed. Hobe Sound Office: 13000 SE Flora Avenue,Hobe Sound FL 33455 Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 28 Page 242 of 369 Agenda Item #16. Qualification Requirements (Continued) 4. State the number of employees available to complete the work contemplated by this contract. Ferreira Construction has approximately 100 field staff working out of our Hobe Sound FL office. 5. Provide the name, experience and resume of the Project Manager who will be assigned to this contract, if awarded. Include number of years in this position and with this company. If less than 3 years with this company provide name and contact information for previous employer. (Attach additional pages as necessary). Michael Ciabattari,Project Manager -Resume attached Jim Weeks,General Superintendent-Resume attached 6. Provide name, experience and resume of the Project Superintendent who will be assigned to this contract, if awarded. Include number of years in this position and with this company. If less than 3 years with this company provide name and contact information for previous employer. (Attach additional pages as necessary). Kwincy Dye,Project Superintendent-Resume attached 7. List equipment owned by Contractor to be utilized in completion of the Work identified for this contract. (Bidder certifies that all listed equipment meets requirements set forth in instructions to bidders,section 3)(Attach additional pages as necessary). Komatsu PC128US- Backhoe) Komatsu Combo WB140-2(1.25 CY)(Combination) CAT 936F 2.5 CY(Loader) CAT 12H(Grader) Trench Compactor RAMEXX p/32(Plate Tamp) Bomag BPR35/60 REV Plate(Roller) 6"CentrPump,Gas 90kgh(Dewatering Pump) Conc/Pavement 18"Saw GMC Pick-Up Truck Tandem Dump Truck Solar Arrow Board Message Board(Diesel) Light Tower IR-L8 8. List equipment to be rented by Contractor to complete the Work of this contract. (Attach additional pages as necessary). None village of Tequesta Utilities Department WMt#1 Tequesta Drive Water Main Replacement Page 29 Page 243 of 369 Agenda Item #16. Qualification Requirements (Continued) 9. Bidder shall include with their Bid a proposed schedule for completing the Work. The schedule shall identify tasks for the progression of work and be based on number of days from an assumed mobilization date. This schedule should, at a minimum, include all major milestones as listed in Agreement(Contract)Between Owner and Contractor. 10. Only Bidders and Subcontractor(s) who are deemed qualified by Owner, at Owner's sole discretion, will be considered for contract award. Failure to provide previous experience and qualification information requested by the Bidding Documents with the Bidder's Bid, or if the Owner cannot corroborate the previous experience and qualification information submitted by Bidder in Bidder's Bid, may result in Bid disqualification. NOTE: Bidder shall complete and submit with the Bid the following Bidder Qualification forms for the Prime Contractor and all Major Subcontractors (each whose value of work to be performed is greater than 2%of the Prime Contractor's Total Bid).All information requested on the forms shall be provided in sufficient detail for Owner to perform a comprehensive review of the Bid. For Major Subcontractors, provide previous experience and qualifications for at least three (3) projects completed over the past fifteen (15)years. NOTE: Bidders may provide additional information to assist Owner in evaluating previous experience and qualifications. Copy the forms and attach additional pages as needed. NOTE: In order to be deemed acceptable for the purpose of determining Bidder Qualification,similar projects shall be listed on the following forms and have all information completed (blanks correctly filled in) including contact names and telephone numbers of both the Owner and Engineer. THIS SPACE WAS INTENTIONALLY LEFT BLANK PROCEED TO NEXT PAGE Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 30 Page 244 of 369 Agenda Item #16. Qualification Requirements (Continued) As Bidder,we certify the following: (1) NAME & LOCATION OF PROJECT: South Jensen Heights Stormwater Retrofir-NE Elaine St Outfall Installation of an outfall from low point on NE Elaine St.approx.700 to Indian Riverside Park.The project included SCOPE OF WORK: site preparation,clearing and grubbing,large diameter directional boring,laying pipe,and paving CHECK ONE OF THE FOLLOWING OPTIONS, BIDDER WAS: [-`] PRIME CONTRACTOR [ ] SUBCONTRACTOR YEAR OF PROJECT: 2022 CONTRACT VALUE: $743,929.55 TOTAL VALUE OF CHANGE ORDERS: $8,004.55 REASON FOR CHANGE ORDERS: Temporary Irrigation and additional mulch was needed. CONTRACT START AND COMPLETION DATES: April 2022-October 2022 WAS PROJECT COMPLETED ON TIME (IF NOT EXPLAIN THE DELAYS): Yes OWNER OF PROJECT: Martin County Board of County Commissioners OWNER CONTACT: NAME: Kylie Yanchula PHONE NUMBER: (772)288-5761 EMAIL ADDRESS: kyanchula@martin.fl,us ENGINEERING FIRM (DURING CONSTRUCTION): Martin County Public Works Department ENGINEER CONTACT: NAME:Kvlie Yanchula PHONE NUMBER: (772)288-5761 EMAIL ADDRESS: kyanchulaomartin.fl.us ADDITIONAL INFORMATION: Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 31 Page 245 of 369 Agenda Item #16. Qualification Requirements (Continued) As Bidder, we certify the following: (2) NAME &LOCATION OF PROJECT:Floresta Dr. Improvements(Phase 2) SCOPE OF WORK: Signalization. Liohtina,&ITS CHECK ONE OF THE FOLLOWING OPTIONS, BIDDER WAS: [ ] PRIME CONTRACTOR [s'] SUBCONTRACTOR YEAR OF PROJECT: 2022 CONTRACT VALUE: $1,548,801,00 TOTAL VALUE OF CHANGE ORDERS: REASON FOR CHANGE ORDERS: Fiber Optic Cable Upgrade,additional electrical service, CONTRACT START AND COMPLETION DATES: -March 2025 WAS PROJECT COMPLETED ON TIME (IF NOT EXPLAIN THE DELAYS): OWNER OF PROJECT: City of Port Saint Lucie OWNER CONTACT: NAME:Ro4n Holder,CPPB PHONE NUMBER: (772)344-4293 EMAIL ADDRESS: rholder@cityofpsl.com ENGINEERING FIRM (DURING CONSTRUCTION):_ Capter Engineering, Inr ENGINEER CONTACT: NAME: Joseph Capra,P.E. PHONE NUMBER:(772)692-4344 EMAIL ADDRESS: ADDITIONAL INFORMATION: Prime Contractor: Felix Associates of Florida. Inc. Contact:Ben Miller (772)220-2722 bmiller@felixassociates.net Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 32 Page 246 of 369 Agenda Item #16. Qualification Requirements (Continued) As Bidder,we certify the following: (3) NAME & LOCATION OF PROJECT: Port District-(Pion.er)Park R Playground Infrnstrurhire and Improvement This project included the construction of a City Park which included a playground and parking lot consisting of SCOPE OF WORK: an over water stage and seatingpaying and drainage,potable water sanitary sewer.sheet pile retaining wall, kayak docks, landscaping,irrigation,CTX prefabricated restroom,and site lighting improvement. CHECK ONE OF THE FOLLOWING OPTIONS, BIDDER WAS: [ ] PRIME CONTRACTOR [ ] SUBCONTRACTOR YEAR OF PROJECT: 2022 CONTRACT VALUE: $12,509,321.08 TOTAL VALUE OF CHANGE ORDERS: $2,600,298.14 REASON FOR CHANGE ORDERS]ue to the many different individual parts of the Project,multiple changes were made to the original plans, CONTRACT START AND COMPLETION DATES: August 2022-June 2025 WAS PROJECT COMPLETED ON TIME (IF NOT EXPLAIN THE DELAYS):_ Yes OWNER OF PROJECT: City of Port Saint Lucie OWNER CONTACT: NAME: Jennifer Davis PHONE NUMBER: 772-344-4342 EMAILADDRESS: jdavis@cityofpsl.com ENGINEERING FIRM (DURING CONSTRUCTION):. Culpeper&Terpening Inc.(Utility Plans) ENGINEER CONTACT: NAME: Stefan K.Matthes,P.E. PHONE NUMBER: (772)464-3537 EMAIL ADDRESS: smatthesag) eng.com ADDITIONAL INFORMATION: Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 33 Page 247 of 369 Agenda Item #16. Qualification Requirements (Continued) 11. BIDDER shall demonstrate the ability to complete projects on time within the contract completion dates. List ALL projects completed within the last three years that were not completed on schedule and for which liquidated damages (LD)were not incurred. Attach additional pages as needed: PROJECT NAME: OWNER NAME/CONTACT INFO: CONTRACT COMPLETION DATE: ACTUAL COMPLETION DATE: 12. List ALL projects within the past five years (started, underway, or completed) in which liquidated damages (LD)are accumulating or were incurred,either directly or indirectly.Attach additional pages as needed: PROJECT/OWNER: TOTAL LD AMOUNT ASSESSED: REASON FOR LDs: 13. List ALL projects within the past five years (underway or completed) in which adverse litigation, including but not limited to mediation, involving the Owner of the project, occurred, either directly or indirectly with the Bidder or his/her subcontractors. Attach additional pages as needed: PROJECT: OWNER: TYPE OF LITIGATION: REASON FOR LITIGATION: 14. A copy of Bidder's most recent audited financial statement may be requested as additional information after bids are received during the bid evaluation process. Financial Statement attached Village ofTequesta Utilities Department WM#11 Tequesta Drive Water Main Replacement Page 34 Page 248 of 369 Agenda Item #16. Qualification.Reouirements l(Continued) 15. Describe any significant or unique accomplishment in previous contracts. Include any additional data pertinent to firm's capabilities. FPL Space X Directional Bore-Florida Power&Light Co(W.A.Chester) Completed:January 2020 (16)400'6"directional bores with trenching,newly installed poles to move overhead utilities underground.(Intersection of Schwartz Rd and Kennedy Parkway North,Titusville,FL 32780) Contract Value:$714,887.00 (Attach additional pages as necessary) I HEREBY CERTIFY THAT THE INFORMATION SUBMITTED HEREWITH, INCLUDING ANY ATTACHMENTS, IS TRUE TO THE BEST OF MY KNOWLEDGE AND BELIEF. NAME OF ORGANIZATION: Ferreira Corh5#ucfion Co,,)nc,,,, J6 ri Ciabattad TITLE: Vice President DATED: June 17, 2025 NOTARY ATTEST: SUBSCRIBED AND SWORN TO BEFORE ME THIS — DAY OF Jumz 20 NOTARY PUBLIC-STATE OF Florida MY COMMISSION EXPIRES:June 29, 2027 ? , o • ' CECILIAR.HEIN * * Commission#HH 318794 Expires June 29,2027. THIS SPACE WAS INTENTIONALLY LEFT BLANK PROCEED TO NEXT PAGE Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 35 Page 249 of 369 Agenda Item #16. Qualification Regtsirernents (Continued) 15. Describe any significant or unique accomplishment in previous contracts. Include any additional data pertinent to firm's capabilities. Phipps Park Renovations Phase II-Martin County Completed November 2023 Clearing&Grubbing, asphalt millings, concrete sidewalks, storm pipes, drainage structures, xfiltration trenches, retention ponds, ,water mains, sewer laterals, low pressure sanitary force mains,bank stabilization and dock construction.Contract Value$3,503,900.00 (Attach additional pages as necessary) I HEREBY CERTIFY THAT THE INFORMATION SUBMITTED HEREWITH, INCLUDING ANY ATTACHMENTS, IS TRUE TO THE BEST OF MY KNOWLEDGE AND BELIEF. NAME OF ORGANIZATION: Ferreira Con actioonn Co )nc ,a BY: 64� J690abattari TITLE: V6 President DATED: June 17, 2025 NOTARY ATTEST: SUBSCRIBED AND SWORN TO BEFORE ME THIS _ _ DAY OF _ 20 NOTARY PUBLIC-STATE OF Florida MY COMMISSION EXPIRES:June 29,2027 ?°sv vva��� w"'CECILIA R.HEIN * * Commisslon#HH 318194 N9rFOF Floe`°e Expires June 29,2027 THIS SPACE WAS INTENTIONALLY LEFT BLANK PROCEED TO NEXT PAGE village ofTequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 35 Page 250 of 369 Agenda Item #16. Ron DeSantis,Governor Melanie S.Griffin,Secretary Florida pr STATE OF FLORIDA WE DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR MRSN lS CITIFIED UNDER THE PROVISROA ;'�'Pvt-21RAPTra 0f? RCWbA TUTES �T GARCIA, DICTINIO FERREIRA CONSTRUCTION CO INC 13000 SE FLORA AVE HOBE SOUND FL 33455 UCENSEIIUMBER:biC1509418 EXPIRATION DATE: AUGUST 31,2026 Always verify licenses online at MyFloridaLicense.com Q, Q ISSUED: 11/04/2024 Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Page 251 of 369 Agenda Item #16. FDOT Florida Department of Transportation RON DESANTIS 605 Suwannee Street JARED W.PERDUE,P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY April 23,2024 FERREIRA CONSTRUCTION CO., INC. 31 TANNERY ROAD BRANCHBURG, NEW JERSEY 08876 RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated below. FDOT APPROVED WORK CLASSES: COMPUTERIZED TRAFFIC CONTROL, DRAINAGE, ELECTRICAL WORK, FLEXIBLE PAVING, GRADING, HOT PLANT-MIXED BITUM. COURSES, INTELLIGENT TRANSPORTATION SYSTEMS, INTERMEDIATE BRIDGES, MINOR BRIDGES, PORTLAND CEMENT CONCRETE ROADWAY PAVING, R&R MINOR BRIDGES, ROADWAY SIGNING, SIDEWALK, TRAFFIC SIGNAL, Concrete rehab(spall repairs) , Curb & Gutter, Dredging, Driving steel sheet pile, Epoxy injection, Fender System, Joint & crack sealing, Pile driving, Pile jackets, Pipeline & cable installation, Retaining wall, Rip rap, Seawall. Unless notified otherwise, this Certificate of Qualification will expire 6/30/2025. In accordance with Section 337.14 (4) , Florida Statutes, changes to Ability Factor or Maximum Capacity Rating will not take effect until after the expiration of the current certificate of prequalification (if applicable) . In accordance with Section 337.14(1), Florida Statutes, an application for qualification must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If the company's maximum capacity has been revised, it may be accessed by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fl.us/ContractorPreQualification Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. The company may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3) , Florida Administrative Code (F.A.C.) , by accessing the most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that the company has performed such work. All prequalified contractors are required by Section 14-22.006(3) , F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. Sincerely, 940t44, (�— James E. Taylor II, Prequalification Supervisor Contracts Administration Office JTII Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.sov Page 252 of 369 Agenda Item #16. oE PAR r tis FLORIDA DEPARTMENT OF R�Go�verrnnor oP A Environmental Protection JeafietteNwilez s e Lt Governor Marjory Stoneman Douglas Building Shawn NrrmUton MIA,, 3900 Commonwealth Boulevard Secretary Tallahassee,FL32399 September 5, 2024 Therese Cucco Ferreira Construction Company, Inc. 13000 SE Flora Avenue Hobe Sound, FL 33455 Dear Therese, Effective September 5, 2024, Ferreira Construction Company, Inc., is prequalified to bid on the Florida Department of Environmental Protection, Bureau of Design and Construction's projects that require state licenses. This prequalification expires on August 31, 2026. If you have any questions regarding this prequalification please feel free to contact Laurinda Micheels by phone at (850) 245-2781 or via email at Laurinda.Micheels@FloridaDEP.gov. Sincerely, Ralph M Digitally signed by Ralph M Perkins Perkins D..:2024.09.05 13:06:01-04'00' Ralph Perkins, FCCM Program Administrator Bureau of Design and Construction Page 253 of 369 Agenda Item #16. FERREZRAGEM RA EKPERINTENDENT Professional Summari, Mr.Weeks has over 25 years of experience in the Construction Industry. Mr.Weeks has extensive experience supervising residential,commercial and municipality projects which include,concrete installation,concrete restoration,concrete piles,timber piles,timber docks,rip rap, installation of steel sheet pile, vinyl sheet pile, fiberglass sheet pile, concrete seawall caps, storm mitigation (Articulated Concrete Block mats), bridge approach slabs, prefabricated aluminum, and steel pedestrian bridges. Mr. Weeks is experienced in operating a wide variety of heavy equipment including excavators, skid steers, loaders, crew boats, push boats with barges, tractor trailers, dump trucks and roll off trucks.Jim's attention to detail is demonstrated in his ordering materials, setting up subcontractors in addition to scheduling cranes,concrete pours,equipment moves and material deliveries. As demonstrated through his project history,Jim's detail-oriented planning and coordination shows through his outstanding time management and work completion rate. He also recognizes that a project requires complete attention and maintains focus even as they reach their final stages.This unique work ethic is paralleled by his efficient budgeting and cost management capabilities. As General Superintendent, he directs, supervises, and coordinates all manpower on a given Ferreira project. He also conducts cost monitoring and manages project subcontractors. More importantly,Jim ensures that all sitework reflects Ferreira's commitment to the highest standards of quality and safety. Professional Experience Ferreira Construction Co.,Inc.(2011-Present):As General Superintendent Mr.Weeks oversees all phases of daily construction.Supervising the development,compliance,ensuring safety,delegating tasks as well as determining requirements for equipment and resources. Palm Beach Marine Construction,Inc.(2009-2011):Worked as a foreman supervising residential and commercial jobs including steel sheet pile with concrete cap, aluminum sheets pile with aluminum cap,vinyl sheet pile with concrete batter pile and concrete cap,concrete and wood piles, docks,concrete panel seawalls,floating docks,and concrete restoration.Operated equipment such as front-end loader, skid steer, track hoe, tugboat with barges and friction crane. Also ordered materials and set up subcontractors. Jim-Beams Inc., (2006-2009): Owner, performing commercial concrete work and seawall caps. (1995-2005): Various positions in the concrete forming industry leading up to starting his own business. Training/Certifications Page 254 of 369 Agenda Item #16. FERREZRA OSHA 10 Class 'A' Commercial Driver's License FDEP Certified Storm Water Inspector FDOT Certified Temporary Traffic Control (Advanced) CADWELD Certified Certified Crane Signaler and Rigger CPR/AED Certified AGC Fall Protection Training Page 255 of 369 Agenda Item #16. FERREIRA MICHAEL CIABATTARI PROJECT MANAGER Professional Summary Michael has over 15 years of experience in the Heavy Civil and Marine Construction Industry including the past 8 years as a Ferreira Construction Co., Inc.(Ferreira) project manager. Michael has experience as a project manager on various heavy civil, utility, and marine construction projects. Michael's hand on management allows him to react expeditiously to unforeseen challenges that can impact his projects, from atypical weather, challenging environmental health and safety conditions, labor challenges, and complex project sequencing and scheduling while assuring the project remains within budget and on time. More importantly, Michael makes certain that all project sites reflect Ferreira's commitment to the highest standards of quality and safety. • Project bid cost estimating, scope of work comprehension and specification-plan review and understanding. • Labor-equipment-material determination, ordering, and management. • Subcontractor and vendor assignment, coordination, and management. • Logic-sequence scheduling. • Safety guidance, oversight, and management. • Project preparation including mobilization logistics and planning. • Labor-material-equipment selection. • Scope of work execution management including budget management, schedule management, labor-equipment-material management, and contractual-regulatory- safety compliance. • Project demobilization and closeout. Professional Experience Ferreira Construction Company Inc. (2015-Present). As Project Manager Mr. Ciabattari manages all phases of Civil, Marine, Utility and Underground Construction. Michael has exceptional leadership, communication, and interpersonal skills. He is reliable and organized with an ability to work independently and as part of the team to ensure the project is completed on time and on budget. Harbor Ridge Golf and Country Club (2010-2015) As operations manager Mr. Ciabattari over saw all of the day-to-day Golf Club experience ensuring exceptional customer service at the Golf arena and related facilities including overseeing the supervision of the maintenance of golf carts and golf operations personnel. Page 256 of 369 Agenda Item #16. FERREZRA Northgate Construction(2006-2010) As a Foreman Mr. Ciabattari over saw all aspects of site work construction and coordination of earth and concrete work. Michael was permitting liaison ensuring environmental and structural compliance with local, state, and federal agencies. Education Bachelor of Science in Business Administration Traininp_/Certification OSHA 10-hour Construction Safety FDEP Certified Storm Water Inspector Certified Confined Space Competent Person MOT Training Page 257 of 369 Agen LIRA KWINCY DYE AEPROJECT SUPERINTENDENT Professional Summary Mr. Kwincy Dye has worked in the infrastructure construction industry for over 20 years. Kwincy has worked on various heavy highway, heavy civil and utility construction projects in both the private and public-sector which include watermain, Forcemain, gravity sewer, drainage, and directional bore projects. He is experienced in operating a wide variety of heavy equipment including track hoes, bulldozers, graders, and frontend loaders. Kwincy's extensive knowledge of utility blueprint reading enhances his ability to assists in all phases of daily field construction while working closely with Ferreira on-site crew, superintendent, and subcontractors. More importantly, Kwincy makes certain that all sitework reflects Ferreira's commitment to the highest standards of quality and safety. Through Mr. Dye's extensive experience, he has developed unparalleled skills and understanding of heavy highways, site work, excavation, and utility construction. Kwincy is extremely familiar with the high-water table that exists here in Florida and the necessary of installing utilities in the dry. His knowledge of dewatering installation, removal and treatment/disposal of any effluent makes him a valuable asset to our Ferreira Team. Professional Experience: Ferreira Construction Co.,Inc. (2020—Present) As Project Superintendent Mr. Dye supports in all phases of Civil, Utility and Underground Construction. Kwincy is reliable and organized with an ability to work independently and as part of the team to ensure the project is completed on time, on budget and safely. JBC Construction (2019-2020) As construction Superintendent Mr. Dye coordinated pipe excavation for drainage, water, and sewer. He was also responsible for the site grading including finish grading, stone placement, swales, slopes,and all other contours on the project. KD Excavating (2005—2019) As owner Mr. Dye was responsible for overseeing all phases of the business, including estimating, managing projects, supervising crews,overseeing subcontractors,ordering supplies and materials,and negotiating contracts as well as operating heavy equipment. Joemax Pipeline Construction (2002-2005) Mr. Dye was responsible for supervising a gas pipeline crew of 6-8 and assisted in operating heavy equipment for the installation of pipes. Gilbert Western (2000-2002) As a heavy equipment operator Mr. Dye installed fiber optic lines using a backhoe, track hoe and front-end loader. Training/Skills OSHA Safety Training 10 Page 258 of 369 Agenda Item #16. FERREIRA CONSTRUCTION COMPANY,INC.AND SUBSIDIARY CONSOLIDATED BALANCE SHEET DECEMBER 31,2023 ASSETS CURRENT ASSETS: Cash $ 395,067 Contract receivables,net 93,719,945 Contract asset-retainage receivable 27,968,014 Costs and estimated earnings in excess of billings on uncompleted contracts,net 30,652,518 Investment in joint ventures 6,676,945 Due from related parties 2,475,009 Prepaid expenses and other current assets 522,031 Total Current Assets 162,409,529 NON-CURRENT ASSETS: Property and equipment,net 105,099,185 Operating lease right-of-use assets,net 9,538,598 Finance lease right-of-use assets,net 315,151 Deposits 652,213 Due from related parties 5,148,415 Investments on the equity method 5,981625 Total Non-Current Assets 126,735:187 $ 289,1441716 LIABILITIES AND EQUITY CURRENT LIABILITIES: Long-term debt,current maturities,net of current unamortized debt issuance costs of$76,846 $ 17,720,313 Main Street loan-current portion,net of current unamortized debt issuance costs of$154,996 2,509,376 Accounts payable,including retentions of$7,399,917 102,841,461 Accrued expenses and other current liabilities 4,788,795 Billings in excess of costs and estimated earnings on uncompleted contracts 19,163,056 Current portion of operating lease liabilities 3,282,191 Current portion of finance lease liabilities 95,108 Due to affiliates 232,016 Total Current Liabilities 150,632,316 NON-CURRENT LIABILITIES: Note payable-line of credit,net of unamortized debt issuance costs of$90,571 8,272,627 Long-term debt,less current maturities 37,173,454 Main Street loan,net of unamortized debt issuance costs of$95,727 15,171,341 Operating lease liabilities,less current portion 6,288,354 Finance lease liabilities,less current portion 231,635 Total Non-Current Liabilities 67,137,411 COMMITMENTS AND CONTINGENCIES EQUITY: Common stock,stated value of$71.56 per share, 100 shares authorized,issued and outstanding 7,156 Additional paid-in capital 12,363,715 Retained earnings 59,004.118 Total Equity 71,374,989 S 289,144,716 Page 259 of 369 Agenda Item #16. Contractor Safety Qualifications/Requirements 1. APPLICABILITY 1.1 Any contractors performing maintenance, repair,turnaround,major renovations,or specialty work is subject to the contractor safety requirements of the Environmental Protection Agency Risk Management Program (40 CRF 68.87) and the Occupational Safety and Health Administration's Process Safety Management Program (29 CRF 1910.119(h)). 1.2 CONTRACTOR SHALL SUBMIT A COMPLETED COPY OF THE ATTACHED "CONTRACTOR SAFETY QUALIFICATION FORM" WITH THEIR BID. FAILURE TO INCLUDE THIS FORM WITH THE BID IS GROUNDS FOR DISQUALIFICATION. 2. OWNER RESPONSIBILITY 2.1 Selecting a Contractor: 2.1.1 When selecting a contractor, obtain and evaluate information regarding the contractor's safety program. 2.2 Informing a Contractor: 2.2.1 Inform the contractor of the known potential fire,explosion,or toxic release hazards related to the contractor's work and regulated process. 2.2.2 Explain to the contractor the applicable provisions of the facilities emergency response program (i.e. alarms,evacuation routes,etc.) 2.2.3 Inform the contractor of the facility's safe work practices of operations such as: 2.2.3.1 Confined space entry 2.2.3.2 Equipment/line opening 2.2.3.3 Lockout/tagout Program 2.2.3.4 Control over entry into regulated (i.e. hazardous) process areas 2.2.3.5 Hot Work Permit 2.3 Evaluating a Contractor's Performance 2.3.1 Evaluate the contractor's performance in fulfilling their requirements under this regulation. 3. CONTRACTOR RESPONSIBILITY 3.1 Assure that each of the contractor's employee's is trained in the work practices to safely perform his/her job, and to document that each employee understood the training. This documentation will include the name of employee, date of the training, and means used to verify that the employee understood the training. 3.2 Assure that each of the contractor's employees are instructed in the known potential fire, explosion, or toxic release hazards related to his/her job and the process, and the applicable provisions of the emergency response plan. 3.3 Assure that Contractor's employees and subcontractor's/laborers follow the facility's safety rules including safe work practices such as lockout/tagout,equipment/line opening,confined space safety, and hot work permit. 3.4 Advise the facility owner of any unique hazard presented by the contractor's work, or of any hazards found by the contractor. Village ofTequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 36 Page 260 of 369 Agenda Item #16. 3.5 Obtain and evaluate information pertaining to subcontractor's safety programs. 3.6 Assure that subcontractor's and laborers are trained in their work practice to safety perform their jobs. 3.7 Maintain an active list of all workers on site at all times and provide list to Owner immediately upon request. 4. CONTRACTOR SUBMITTALS 4.1 Records Maintenance 4.1.1 The Contractor shall maintain a record of those employees who successfully completed safety training. These records must include the following information: 4.1.1.1 Name of the employee 4.1.1.2 Contents of training 4.1.1.3 Date of training 4.1.1.4 Means used to verify that the employee understood the training 4.2 Additional Responsibilities 4.2.1 Contractor must immediately inform the Owner of all contract employee injuries or illness resulting from work performed on or around and hazardous chemical process. 4.2.2 Contractor must immediately inform the Owner of any injuries resulting from any work at the facility. THIS SPACE WAS INTENTIONALLY LEFT BLANK PROCEED TO NEXT PAGE Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 37 Page 261 of 369 Agenda Item #16. Contractor Safety Qualification Form SECTION 1: COMPANY INFORMATION Company Name:Ferreira Construiction Co., Inc. Address 1: 13000 SE Flora Avenue Address 2: City, State,zip:Hobe Sound, Florida 33455 Telephone No.(772)286-5123 Fax No.: (772)286-5139 SECTION 2: NAME(S)AND RELATIONSHIPS OF PARENT COMPANY,AFFILIATES,SUBSIDIARIES, PARTNERS Company Name: Ferreira Construction Co., Inc. Address: 31 Tannery Road City, State,zip: Branchburg, New Jersey Relationship: Corporate Headquarters Company Name: Address: City,State,Zip: Relationship: SECTION 3: INSURANCE COVERAGE 3.1 Please attach certificates showing the extent of coverage, exclusions and deductibles for the following: - General Business Liability Insurance - Professional Liability Insurance - Contractors Pollution Liability Insurance - Worker's Compensation Insurance 3.2 How long have you been covered by your current provider of Worker's Compensation Insurance? Since July 2016 3.3 List the Experience Modification Ratio(EMR)that has been applied to your company's worker's compensation insurance policy for the past five years: Year Intrastate EMR Interstate EMR Comments 2024 0.81 2023 0.89 2022 0.85 Village ofTequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 38 Page 262 of 369 Agenda Item #16. Contractor Safety Qualification Form (Continued) 3.4 List the contact information for an insurance broker who can verify your EMR's: Name: Conner Strong & Buckelew Address 1: Bryan Bishop, Account Manager Address 2: 32 Old Slip, Suite 3204 City,State,Zip: New York, NY 10005 Telephone No.: 646 791-7567 If you do not have an EMR, please explain: SECTION 4: INJURY AND FATALITY INFORMATION 4.1 Please transfer the numbers and rates of injuries and illnesses from your firm's OSHA No. 200 Logs to the table below: Year: 2024 Year: 2023 Year: 2022 Statistic No. Rate No. Rate No. Rate Lost Workday Cases 10 0.889 6 0.516 5 0.436 Restricted Workday 7 0.622 6 0.516 7 0.610 Cases Medical Treatment 2 0.178 4 0.344 0 0.000 (not First Aid) Cases Total Illness Cases 1 0 0 Total Recordable 18 16 12 Cases Fatalities 1 0 1 0.00 1 0 0.00 0 1 0.00 4.2 If your company has had fatalities in the past three years include location, cause and corrective actions in the space below: Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 39 Page 263 of 369 Agenda Item #16. Contractor Safety Qualification Form (Continued) SECTION 5:SAFETY MEETINGS 5.1 Do you require that oocum1ented safety meetings be held for: - Field Supervisors? ✓Yes_No Frequency: Weekly With daily JSA - Employees? ✓Yes_ No Frequency: Weekly with daily JSA - New Hires? ✓Yes_No Frequency:OrientationMeekly,daily JSA - Subcontractors?V" Yes_No Frequency: Daily JSA SECTION 6:SAFETY AUDITS 6.1 100111 a representative of your company audit safety practices on this job? VrYes No Name: Frank Peluso Jr.COSM,CUSP,EMT Title:Regional Safety Manager How frequently will the representative visit the project site? Not less than weekly SECTION 7: HEALTH AND SAFETY PROGRAM 7.1 Does the company have a health and safety program? If yes, please give details below. (The contractor it encouraged to attach a copy of the program to satisfy this requirement). Yes copy attached 7.2 Please give the name and telephone number of your company's health and safety officer, if any: NameJoseph Kinsella CUSP, CHST Title:Corporate Safety Director Telephone No. (908) 534-8655 SECTION 8: HEALTH AND SAFETY CITATIONS 8.1 Attach a list of any State or Federal Health and Safety citations received during the past three years, None SECTION 9:SIGNATURE OF COMPANY OFFICER I certify that to the best of my knowledge, information, and belief formed after reasonable inquiry, the information submitted is true, accurate, and complete. Name (print): Jobn CI attari Title Vice President Signature: Date 6/17/2025 Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 40 Page 264 of 369 Agenda Item #16. Client#: 353923 FERRECONST DATE(MM/DD/YYYY) ACORD_ CERTIFICATE OF LIABILITY INSURANCE 1 6/25/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder Is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CO NTAC NAME: T Breffni McEntee Conner Strong&Buckelew PHONE E 646-891-4981 _ _ 646-843-3936 a/c Ne, ztl: ac,Nor _ 32 Old Slip, Suite 3204 E-MAIL bmcentee connerstron com aoDRL s: @ g• New York,NY 10005 I— INSURER(S)AFFORDING COVERAGE NAIC 0 INSURER A:Liberty Mutual Fire Insurance Co. 23035 INSURED INSURERS:AXIS Surplus Insurance Company 26620 Ferreira Construction Co, Inc.dba INSURER c:Trlsura Specialty Insurance Company 16188 Ferreira Construction Southern Division 13000 SE Flora Avenue INSURERD: Hobe Sound, FL 33455 NSURERE: I rINSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TR TYPE OF INSURANCE ADDLISUBR WVD POLICY NUMBER MMMDY EFF M�DY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY TB2631510814024 7/01/2024 07/01/202k EACH OCCURRENCEs210001000 _ CLAIMS-MADE �OCCUR PREMISES EaEocccuE enee $1 000 000 MED EXP(Any one person) $1 O 000 _ PERSONAL&ADV INJURY s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 RO POLICY�J CTT 7 LOC PRODUCTS-COMP/OP AGG $4,000,000 OTHER: _ $ A AUTOMOBILE LIABILITY AS2631510814014 7/01/2024 07/01/202 COMBINED SINGLE LIMIT 2,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNEDALIABX HEDULED BODILY INJURY(Per accident) $ AUTOS ONTOS X AUTOS ONN-OWNED PROPERTY DAMAGE $ TOS ONLY (Per accident) B UMBRELLAOCCUR P00100376214601 7/01/2024 07/01/202 EACH OCCURRENCE $3 OOO OOO EXCESS LICLAIMS-MADE AGGREGATE s3,000,000 DED RETENTION$ _ _ $ A WORKERS COMPENSATION WA263D510814034 7/01/2024 07/01/202 X 1sTARTuTE OTH- AND EMPLOYERS'LIABILITY ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $1 000 OOO OFFICERIMEMBER EXCLUDED? � N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1 000,000 If yes,describe under DESCRIPTION OF OPERATIONS below _ E.L.DISEASE-POLICY LIMIT $1,000,000 C Excess Liability 123AEFFFCCO12024 7/01/2024 07/01/202 $1OM Occ./$20M Agg. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) RE: Qualifier: Dictinio Garcia Contractors; License Number: CGC1509418 Qualifier is included as an insured under the insurance policies evidenced aboce. CERTIFICATE HOLDER CANCELLATION Palm Beach Count C/O SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Contractors Certification ACCORDANCE WITH THE POLICY PROVISIONS. 2300 N.Jog Rd,Ste.2W-61 West Palm Beach, FL 33411 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S4698499/M4697056 B6M Page 265 of 369 Agenda Item #16. BRYAN BISHOP Account Manager CONNER P 646-791.7567 E bbishop@connelstrong.com n..raaM 0llla a2 Old Sup 1 Suite 3204 INSUFkANCE I RISK MANAGEMENT ' EMPLCWEE BENEFITS New York,NY 10005 June 25, 2024 Ferreira Construction Company, Inc. 31 Tannery Road Branchburg, NJ 08876 RE: 07/01/2024 - 07/01/2025 NCCI Experience Modification Rate To Whom It May Concern, Summarized below are the National Council on Compensation Insurance, Inc. ("NCCI") Experience Modification Rates("EMRs")for the current 07/01/2024-2025 policy term and the five (5) prior policy years: 0 07/01/2024 - 07/01/2025 - 0.81 0 07/01/2023 - 07/01/2024 - 0.89 0 07/01/2022 - 07/01/2023 - 0.85 0 07/01/2021 - 07/01/2022 - 0.90 0 07/01/2020 - 07/01/2021 - 0.86 Please note that The National Council on Compensation Insurance, Inc.(NCCI) reserves the right to modify these ratings in the future. Please let us know if you have any questions. Sincerely, va;-� Bryan Bishop Account Manager NEW JERSEY PENNSYLVANIA NEW YORK DELAWARE FLORIDA MASSACHUSETTS GEORGIA Page 266 of 369 Agenda Item #16. ,FERREZRA Ferreira Construction Co.,Inc. Safety Program Prepared for: Ferreira Construction Co.,Inc. All Business Units, Operations,and Regions Prepared by: Ferreira Construction Co., Inc. 31 Tannery Road Branchburg, New Jersey 08876 November 8,2024 Revision 3 Page 267 of 369 Agenda Item #16. FERREIRA 4w November 8, 2024 Ferreira Construction Co., Inc. 31 Tannery Road Branchburg,New Jersey 08876 Re: Ferreira Construction Co., Inc. Safety Program All Business Units, Operations, and Regions Revision 3 Dear Employee: This safety program has been prepared for all Ferreira Construction Co., Inc. business unit, operation, and region use. Should you have any questions,please feel free to contact us. Sincerely, )osep &&&"'Kinsella, CHST, CUSP Corporte Safety Director 08-80 8-5407 kinsella(ci,�ferreiraconstruction.com John Mogo Senior Environmental Advisor 973-703-0065 (mobile) jmoco�t..ferreiraconstruction.com Enclosures Copy: File JMjjm Corporate Office. 31 Tannery Road Branchburg,NJ 08876 Phone:908.534.8655 Fax:908.534.8656 Ferreiraconstruction.com Building the Future With Pride Page 268 of 369 Agenda Item #16. Ferreira Safety Program-Revision 3 Table of Contents 1.0 Purpose................................................................................................................................................1 2.0 Management Commitment and Employee Involvement....................................................................3 2.1 Overview.......................................................................................................................................3 2.2 Safety Policy Statement................................................................................................................3 2.3 Safety Roles and Responsibilities.................................................................................................3 2.3.1 General.................................................................................................................................3 2.3.2 Environmental and Safety....................................................................................................4 2.3.3 Facilities, Projects, and Sites ...............................................................................................5 2.3.4 Senior Management.............................................................................................................6 2.3.5 Visitors.................................................................................................................................6 2.4 Safety Budgeting...........................................................................................................................6 2.5 Safety Records..............................................................................................................................6 3.0 Acronyms, Definitions, and Terminology..........................................................................................7 Policies Abrasive Blasting Activity Hazard Analysis Air Monitoring Audits and Inspections Barricades, Signs, Signals, and Tags Behavior Based Safety Blasting and Explosives Bloodborne Pathogen Exposure Communications Compressed Gas Cylinders Concrete and Masonry Construction Confined Space Entry Crane and Rigging Disciplinary Drilling and Pile Driving Drug and Alcohol Electrical Safety Emergency Action, First Aid, and Medical Services Environmental Safety Equipment Ergonomics Excavation Facility, Project, and Site Control Fall Prevention and Protection (Working at Elevations) Fatigue Fire Prevention and Protection Fleet and Vehicle Safety Gas Utilities Globally Harmonized Systems, Hazard Communications, and Right-to-Know Health and Safety Plans i Page 269 of 369 Agenda Item #16. Ferreira Safety Program- Revision 3 Hazard Analysis and Risk Assessment, Elimination, and Control Hazardous Waste Operations and Emergency Response Hearing Protection and Noise Management Hot Work- Burning, Cutting, or Welding Housekeeping Impalement Protection Incident Investigation and Reporting Lock-out/Tag-out Managing Changed Conditions Marine Material Handling and Storage Orientation and Training Occupational Safety and Health Administration and Other Applicable Safety Compliance Occupational Safety and Health Administration Inspections Personal Protective Equipment Radiation Railroad Respiratory and Silica Protection Roadway Safety and Traffic Control Sanitation State of the Station Steel Structure Erection and Demolition Temporary Power Tools Weather ii Page 270 of 369 Agenda Item #16. Ferreira Safety Program-Revision 3 1.0 Purpose The program is prepared to promote employee safety excellence, and a culture that establishes a safe facility project,and site work environment. The program was prepared by a Ferreira employee stakeholder representative committee to properly consider operational and regional facility, project, and site safety needs and enhance or improve objective achievement. The Ferreira stakeholder representative committee consisted of the following employees. • Edward Aldrich, CUSP. • Jeff Haberle, CUSP. • Mark Hasting, CSP, CIH, CUSP. • Gordon Johnson, AAS, MESH. • Joseph Kinsella, CUSP, CHST. • Patrick Lamarr. • John Moto. • Ian Neff. • Frank Peluso, CUSP, COSM, EMT. In addition to the committee members, valuable program development support was provided by the following employees. • Carmine Ciallella. • John Osterkorn, CUSP. • Robert Shack. The program establishes appropriate safety action and incident prevention policies for anticipated or typical Ferreira operations. The program emphasizes appropriate employee communications, planning, and training, to create safe work environments. The program is prepared for and provided to all Ferreira business unit, operation, or region use, and is based on applicable industry accepted procedures, manufacturer recommendations and requirements, and applicable regulatory compliance including OSHA code. Employees using the program will also 1 Page 271 of 369 Agenda Item #16. Ferreira Safety Program-Revision 3 understand that appropriate alternate client, owner, or task-specific or equivalent, etc. safety process or protocol may be implemented or used. The program is intended to be used by competent and qualified employees, who will make proper safety related decisions based on their professional experience, knowledge, or training,when using the program. The program may provide useful information but is not intended to be used as a safety training document. In addition,the safety program is not intended to be used in place of AHA or HASP,as it does not consider the variety of facility, project, or site-specific conditions or variables that may be applicable or present. 2 Page 272 of 369 Agenda Item #16. Ferreira Safety Program- Revision 3 2.0 Management Commitment and Employee Involvement 2.1 Overview Ferreira is committed to providing the necessary resources to help ensure employee safety. Ferreira senior management will periodically review the program to help ensure that employees know, support, and understand program policies. Ferreira will ensure employees have clearly established safety responsibilities included with their job descriptions and have the appropriate authority to carry out those responsibilities. Ferreira will monitor employee safety compliance performance. Employees will have stop-the-job authority when unsafe conditions are recognized or in-place safety protocol is not appropriate, correct, or understood. Ferreira will encourage employee safety decision making and problem-solving efforts, such as participation in or with AHA or hazard analysis preparation participation; functioning as safety observers; safety awareness heightening activity planning; and training,etc. Ferreira supports employee involvement and will recognize outstanding safety participation. 2.2 Safety Policy Statement Safety is a Ferreira core value. Ferreira promotes a safety culture focused on continuous improvement and the belief that every employee is responsible for safety. Ferreira strives to create an environment where all employees are empowered to make the proper safe choices for themselves,their team, and those around them. Ferreira emphasizes an integrated approach to maintain a safe work environment that is embodied in our slogan "Think Safety, Think Family". 2.3 Safety Roles and Responsibilities 2.3.1 General Employees will comply with the program policies. Employees have the right to review the program. Employees will work in a safe and professional manner and immediately report any contrary activity to their supervisor. Employees will assess their assigned work zone and report any recognized unsafe condition to their supervisor for proper corrective action, and if appropriate, correct the unsafe condition. Employees will also immediately report safety-related incidents including any near miss to their supervisor. Employees will inspect equipment or tools prior to use to ensure proper working conditions. Any tools or equipment not identified to be in proper working condition will be immediately reported to 3 Page 273 of 369 Agenda Item #16. Ferreira Safety Program-Revision 3 the supervisor who will initiate steps for the defective equipment to be removed from service. Employees have the authority to stop work when the operational protocol is not appropriate, correct, or understood. 2.3.2 Environmental and Safety Employee environmental and safety roles include safety directors, regional safety managers, facility or project safety managers, and environmental advisors. Safety directors are senior Ferreira safety professionals. Safety directors oversee program effectiveness and implementation by directing audits or inspections; incident review and corrective action management; providing subject or topic matter expertise; and promoting safety department open and productive discussion, etc. Safety directors stay current on OSHA standards and industry practices; promote proper safety training management; manage safety equipment procurement policy; develop safety policy;provide Ferreira drug and alcohol policy oversight management; provide insurance claim management support; and manage Ferreira-wide safety incentive planning and execution. Employee safety professionals working under safety directors include regional safety managers and facility or project safety managers. Safety professionals provide safety guidance and support including but not limited to the overall proper program implementation; safety orientation; safety education and training; safety operating procedure review; safety control, PPE management, and safety supply assessment and supplementation; and providing general safety guidance or clarification. As appropriate, safety professionals may recommend program or HASP changes or modifications, based on observed scope of work or condition changes. Employee environmental advisors provide facility, project, or site environmental regulatory compliance and safety support. Environmental advisors also provide applicable safety procedure development and maintenance assistance including but not limited to the program, HASP, and AHA, etc. Environmental advisors typically take a lead role in facility, project, or site environmental safety related issues. Non-employee environmental or safety professionals may be retained to provide HASP,program, or other facility, project, or site support, as needed. 4 Page 274 of 369 Agenda Item #16. Ferreira Safety Program- Revision 3 2.3.3 Facilities, Projects, and Sites Facility, project, or site employee safety roles and responsibilities include various operational aspects. Supervisors are typically responsible for project or site field operation tasks and execution. Depending on their assignment,supervisors are typically directly involved with safety planning,establishing controls, proper PPE use implementation, maintaining safety related equipment or materials, and conducting safety orientations. Supervisors ensure that appropriate emergency response procedures are in place. During facility, project, or site operations, supervisors ensure that the proper safety administrative controls, engineering controls, and PPE are available and implemented. In the event of a safety incident including near misses, supervisors may be involved with properly conducting cause investigation and corrective action evaluation. Supervisors are responsible for facility, project, or site safety incident documentation. Supervisors typically work directly with the safety professionals. Selected task specific supervisors such as foremen or other facility supervisors ensure that proper safety controls, equipment or materials, and properly trained employees are in place to perform the scope of work. These supervisors will review and understand the appropriate assigned task safety documents and relay that information accordingly to their crews; ensure that crew equipment is inspected and is in proper working condition; assess their work areas to mitigate any known or suspected hazards; and address employee or visitor safety concerns at their task location accordingly. Task specific supervisors typically possess the safety oversight qualifications to serve as the competent person for their crews, unless otherwise properly designated to another competent employee, and are responsible for reporting known safety incidents to their supervisor and evaluating conditions throughout their shift to maintain a safe work area. Selected employees may be assigned to perform job or task specific safety roles. These employees may include operating engineers, skilled trades, teamsters, traffic control coordinators, or vessel captains, etc., provided they are certified, licensed, or otherwise qualified to execute the job or scope of work role in a professional, responsible, and safe manner, in accordance with applicable Federal, state, local, or industry protocol and requirements. Subcontractors are responsible for meeting program requirements, providing a safe workplace, and have overall responsibility for their site personnel. Based on anticipated or known scope of work hazards, 5 Page 275 of 369 Agenda Item #16. Ferreira Safety Program-Revision 3 additional appropriate subcontractor safety protocol beyond the program may be required. Subcontractors may perform their scope of work in accordance with their safety procedures, provided these procedures are submitted and approved by Ferreira prior to their scope of work execution. 2.3.3 Senior Management Employee senior management safety roles include providing senior operational or regional level guidance, leadership, and management within their assigned responsibility or expertise, and including proper program planning and implementation, as applicable. Senior management employees typically communicate directly with agencies, clients, employees, Ferreira ownership, other senior management employees, and supervisors, etc. 2.3.4 Visitors Visitors are responsible for adhering to all program requirements. 2.4 Safety Budgeting To promote safe working conditions,Ferreira acquires and maintains appropriate controls,equipment,and materials and provides training. At facilities, these items are part of the Ferreira operating budget. At sites, these items are included in the project budget. 2.5 Safety Records Safety records are maintained by the safety department, and are available at facility, project, or site locations, as appropriate. 6 Page 276 of 369 Agenda Item #16. Ferreira Safety Program-Revision 3 3.0 Acronyms, Definitions, and Terminology AHA - activity hazard analysis is a written document used to describe safety related guidance to be reviewed and considered when performing common construction tasks and to be used as a tool to develop job safety briefing or may be used by employees or work crews during weekly toolbox talk safety meetings. Activity safety analysis (ASA),job hazard analysis UHA), and job safety analysis USA) are equivalent processes. BMP-best management practice. Employee-a Ferreira employed individual. EMT-a qualified emergency medical technician possessing appropriate credentials FEIN-Federal employer identification number. Ferreira - Ferreira Construction Co., Inc. FEIN 22-3334957, including its operational or regional divisions, etc. HASP-a Ferreira prepared health and safety plan that is client accepted or approved and is used to provide scope of work health and safety guidance and procedures. Hazard-a hazard is the potential for harm. In practical terms,a hazard often is associated with a condition or an activity that if left uncontrolled,can result in death,injury,or illness. For the HASP,a hazard may also result in property damage. Incident-an unplanned scope of work event that results in personal harm;equipment, property,or vehicle damage or theft; or a similar third-party loss. Examples of an incident include but are not limited to occupational illnesses that require medical treatment or first aid and equipment or property losses that required repair or replacement. A "near miss" refers to an unplanned event that does not result in injury, illness, or damage but had the potential to do so. Job safety briefing - a meeting commonly foreman-lead prior to daily or shift scope of work or task execution. The job safety briefing identifies known or suspected health or safety hazards and the controls which will be used to mitigate the hazards so that the task can be performed safely. Near miss - an unplanned event that does not result in an incident but has the potential to become an incident. Policy-program individual safety topic BMP, guidance, procedures, protocol, or requirements. Program-the current written Ferreira safety program. Safety department- Ferreira safety department. 7 Page 277 of 369 Agenda Item #16. Ferreira Safety Program-Revision 3 Scope of work or project-a specific Ferreira project scope of work or project commonly described within a HASP. Senior management-a Ferreira administrative or operational organization category. Senior management employees typically have corporate authority to make or participate in major Ferreira policy making decisions, and function as a liaison between Ferreira ownership and subordinate employees. Ferreira senior management employees include chief executive officer, chief financial officer, directors, general counsel, president, secretary, treasurer, and vice presidents. Site - areas where Ferreira will execute a project scope of work or a Ferreira facility. Subcontractor-an individual not directly employed by Ferreira, but an individual or entity under contract with Ferreira to execute a scope of work task. Supervisor- the Ferreira employee who supervises employee or subcontractor site work. A supervisor has Ferreira facility, project, or site management authority and responsibilities, and report directly or indirectly to senior management. Supervisors typically include project managers, superintendents, forepersons, or other properly assigned and authorized employees in charge, etc. Visitor-an individual other than an employee or subcontractor who accesses a site. 8 Page 278 of 369 Agenda Item #16. FERREZRA Policies Page 279 of 369 Agenda Item #16. Ferreira Safety Program—Revision 3 Policy Revision Log Incident Investigation and Reporting Policy Revision 1 November 18, 2024 i Page 280 of 369 Agenda Item #16. IFERREZRA Abrasive Blasting Policy Prepared for: Ferreira Construction Co.,Inc. All Business Units, Operations, and Regions Prepared by: Ferreira Construction Co.,Inc. 31 Tannery Road Branchburg, New Jersey 08876 November 8,2024 Revision 0 Page 281 of 369 Agenda Item #16. FERREZRA November 8, 2024 Ferreira Construction Co., Inc. (Ferreira) Facilities and Operations United States of America Re: Abrasive Blasting Policy Revision 0 Dear Employee: Ferreira has prepared this abrasive blasting policy for use at our facilities,projects, or sites. Should you have any questions,please feel free to contact us or your facility,project,regional,or site safety manager. Sincerely, Joseph K' 'sella, CUSP, CHST Corporate(Safety Director 9( ' 801-.5407 (mobile) i h*efia6z ferreiraconstruction.com /1 /A I/ FranV Pel go, 'CUSP, COSM Reg�bna�, ;60 afety Manager 732 a84 (mobile) tl?elusb ,ferreiraconstruction.com Enclosures Copy: File JM/im Corporate Office: 31 Tannery Road Branchburg, N)08876 Phone:908.534.8655 Fax: 908.534.8656 Ferreira construction.con n Building the Future With Pride Page 282 of 369 Agenda Item #16. Abrasive Blasting Policy—Revision 0 Table of Contents 1.0 Purpose and Scope..............................................................................................................................1 2.0 Acronyms, Definitions, and Terminology..........................................................................................1 3.0 Policy..................................................................................................................................................2 3.1 General..........................................................................................................................................2 3.2 Communication.............................................................................................................................2 3.3 Equipment and Tools....................................................................................................................3 3.4 Respiratory Protection ..................................................................................................................3 3.5 Roles and Responsibilities............................................................................................................4 4.0 Suggested References.........................................................................................................................4 5.0 Appendices 5.1 Abrasive Blasting Checklist i Page 283 of 369 Agenda Item #16. Bid Bang! *This page should be clearly marked with a tab for easy identification during the bid opening process. 11 Bidder V Surety Name: Fenelra Construction Co„ Inc. Name; Berkshire Hathaway Specialty Insurance Company Phone: (772)266-5123 Phone:(402)916-3000 Address(princi,o❑l place of business): Address(principol place of business): 130DO SE Flora Avenue, Hobe Sound Florida 33455 1314 Douglas Street,suite 1400,omana,NE 68102 Owner Bid Village of Tequesta Utilities Name: Department Project(name ondlocotion): Phone: 561-746-5134 WM41 Tequesta Drive Water Main Replacement, Tequesta, Florida Address(prin cipol place of businessJ: 345 Tequesta Drive Tequesta, FL 33469 Bid Due Date: -June 17,2025 Bond Penal Sum: 5%of Total Bid Amount Date of Bond: .Tune 17,2025 Surety and Bidder,intending to be legally bound hereby,subject to the terms set forth in this Bid Bond, do each cause this Bid Bond to be duly executed by an authorized officer, agent, or representative. Surety affirms it is authorized to do business in the State of Florida,and the Villa,-e of Tequesta, and as having an Agent resident therein. 'Bidder Surety fig v i rt l Ferreira ConstrycUqn Co, Inc. Berkshire Hathaway Specialty Insurance Company LID 1' (F If f name pf udder i '_ (FUN formal flame of Surety)(catrrarote seull Y BY: By: f (Signature). (Signature)(Attach Power o homey) Name: ,��� j Name: MarisoiMojioa (Printed or typedl (Printed or typed) Title: - Title: Atlwney-in-FW Attest, Attest: ( ignatvreJ — L115ignut�ireJ Name: Name: William A.Drayton Jr (Printed or typ (Printed or typed) Title; Title: Witness No res:(1)Note:Addresses ore to be used for giving ony required notice.(2)Provide execution by any odditionoll bme-s,Stich as joint venturers,if necessary. ,' L _ / • ` Village of Tequesta utilities Department WM#1 Tequesta Drive Water Main Replacement �' Page 4; A t� Page 284 of 369 Agenda Item #16. Bid Bard LConflnued 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors,and assigns to pay to Owner upon default of Bldder the penal sum set forth on the face of this Bond, Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond will be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder occurs upon the failure of Bidder to deliver within the time required bythe Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds, Power of Attorney(s),and Certificate(s)of Insurance required by the Bidding Documents. 3. This obligation will be null and void if: a. Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds, Power of Attorney(s),and Certift'cate(s)of Insurance required by the Bidding Documents,or b. All Bids are rejected by Owner, or c. Owner fails to issue a Notice of Award to Bidder within the t"me spec'fied in the Bicding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to In writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions does not in the aggregate exceed 120 days from the Bid due date Wthout Surety's written consent. 6. No suit or action will be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is rece'ved by Bidder and Surety, and in no case later than one year after the Bid due date. 7. Any suit or action under this Bond will be commenced only in a court of competent jurisdiction located in the state in which the Project�s located. S_ Notices required hereunder must be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Postal Service registered or certified mail, return receipt requested, postage pre-paid, and will be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby. 10, This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond will be deemed to be included herein as if set forth at length. If any provision of this Blond conflicts with any applicable statute, then the provision of said statute governs and the remainder of this Bond that is not in conflict therewith continues in full force and effect. 11. The term "Bid"as used herein includes a Bid,offer, or proposal as applicable. Village of Tequesta Utilities Department WMOU Tequesta Orwe Water Main Replacement Fe;e a9 Page 285 of 369 Agenda Item #16. ACKNOWLEDGEMENT OF CONTRACTOR- IF A CORPORATION STATE OF V��f'Ao t2- COUNTY OF Mbar- \r) ON THE 17th DAY OF June,2025 BEFORE ME PERSONALLY APPEARED TO B KN N, W 0, BE G BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE % Qq- 51e OF Ferreira Construction Co„ Inc, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE, l ! NA * CommJssbn R HN 3y6794" Notary Public Expires June 29,2027 ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF New Jersey COUNTY OF Morris ON THE 17th DAY OF June, 2025 BEFORE ME PERSONALLY APPEARED Marisol Moiica TO ME KNOWN, WHO BEING BY ME DULY SV:ORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY-IN-FACT OF Berkshire Hathaway Specialty Insurance Company, THE CORPORATION THAI EXECUTED THE FOREGOING INSTRUMENT,AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION! EXECUTED THE SAME IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. Notary public r-------------- URSULA JAKUBIAK I` NOTARY PUBLIC `y I 7,TATE OF NEW JERSEY `I API COMMISSION EXPIRES MARCH E,2026 COMMISSION:V50154106 - Page 286 of 369 Agenda Item #16. 51128 Berkshire Hathaway Specialty Insurance PoNver Of:lttorney BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY NATIONAL INDEMNITY COMPANY/NATIONAL LIABILITY&FIRE INSURANCE COMPANY ry Knew all men by these presents,that BERM—IRE HATHAWAY SPECIALTY_I[iSUR 4�NCE COAMPANY a corporation vidst rig under and by virtue of the laws of the State of Nebraska and having ar office at One Lincoln Street,23rd Floor,Boston,Massachusetts - E 02111,_NKI0Pi9L IN"No NI�0%ff"T,a corporation ex:s ing under are.W virtue of the laws of the State of Nebraska and having an m� office at 3024 Harney Street,Omaha,Nebraska 68131 and NATIol UARILITY-ALIFIRE INSURANCE COfii ll a corporation existing under and by virtue of the laws of the State of Connecticut and having an office at 100 First Stamford Place,SLnmford,Connecticut 06902 (hereinafter collectively the"Companies'),pursuant to and by the authority granted as set forth herein,eo nervoy name,cons-Mum and appo ni:Mari591 Mwica,Kevin 1.Wslsh X..Thomas MacDonald- rynal L Stravam Andreah Moran.Ryan Grayja4lyflLdaHeY. 100SQ JSRerson RDad.Suite 101, pjLcity of WhiooanY.3 Late of New irLeY,their true and lawful attorney(s)-in-fact to make, 8 B execute,seal,acknowledge,and deliver,for and on their behalf as surety and as their act and deed,any and all undertakings,bonds,or s other such writings obligatory in the nature thereof,in pursuance of these presents,the execution of whlci shall be as btrd.rig upor the 3 Companies ac if it has been duly signed and executed by their rl,-lar y elerred oficer%in their own proper persons This asrihority for Pd the Attorney-In-Fact shall be limited to the execution of the attached bond(s)or other such writings obligatory in the nature thereof, r � In witness whereof,this Power of Attorney has been subscribed by an author ized officer of the Companies,and the corporate seals of the Companies have been affixed hereto this date of August 24,202.3.This Power o'At4errey is made and executed pursL.,n;to and by authority,o*the By aws,Resolutions of the Board of Dired-Ors,and other Authorizations of SERKSHIRE HATHAWAY SPECIALTY e y INSURANCE COMPANY,NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY&FIRE INSURANCE COMPANY,which are in full torce and effect,each reading as appears on the back page of this Power of Attorney,respectively.The following seals of the Companies c and signatures by an authorized officer of the Company maybe affixed by facsimile or dlgirel format,which shall be deemed the $ c equ'vsleni of and constitute the written signatuev of such officer of the Companies and original seats of the Companies for all L purposes regarding this Power ofALmrney,including satisfaction of any signrrture and wal requirements on any and allundertakfngs. ? m bonds,or other such writings obllgabsry in the nature thereof,to which this Power of Attorney appiira. m z 6 E ; m BERKSHIRE HATHAWAY SPECIALTY NATIONAL INDEMNITY COMPANY, r` °a vi INSURANCE COMPANY, NATIONAL LIABILITY&FIRE INSURANCE COMPANY, By; BY; David Fields,Executive Vice President David Fields,Vice President ysrewtn' --`-�nEMht� trRF' E' b prort� ''t ,:��t�,,oPc NTH r. 1a�•c W,p' $ a; � cP� r�� i�ry"r,..Rr�c'o�, r•ot '4Me\"o+ z- StTtfTY a::-�t'RLTI iR ySl•NETY 1 s� SEAlSEsLYt nI 1.9nas�� NOTARY 5 N State of Massachwetts.County of Suffolk,ss: 'o On thb 24th day of August,2023,before me appeared David Fields,Executive Vice Presiderit of SEWHIRE HATHAWAY SPECIALTY 8 o INSURANCE COMPANY and vice President of NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY&FIRE INSURANCE COMPANY, who being duly sworn,says that his capacity Is as designated above for such Companies;that he kn9wB the corporate seals of the I b r Companies;that the seas-Ihxed to the Amr-Ileing Instrumerit are such corporate seals;that they were affixed by order ofthe board of i directors or other governing body of said Companies pursuant to its Bylaws,Resolutions and other Authorizations,and that he signed said instrument in that capacity of said Companies. [Notary Seal] o b All a ,� JQNN C.SKINNER t4 N ir.ctllryAt� CxttkM%ce't NOW zb!ic T Pe l I r ��won Egg gi 2027 Jl I,Ralph Tortorella,the undersigned.Officer of BERX$ME HATHAWAY SPECIALTY INSURANCE Coll,'ANY,NATIONAL INDEMNITY OOMPANY and NATIONALUABIL17Y&FIRE INSURANCE COMPANY,do hereby certify that the above and toregoing is uue and correct copy of the Power of Attorney executed by said Companies which is in full force and effect and has riot been revoked IN I i STIMONY WI-�EQEQjk qea he1.reunto affixed the seals of said Companies this ALro 17�031r. * NCrI,• 7�, •�o ioi.r nt' `��o ll l}4 ` 2 SLzi`i4SlFTS�°�;i� j SURETY 1� SEAL dt GT.iL s„ SELL I * _ 8 t1`'e�°s • d%aA co r;n Ralph Tortnrelfa,Officer i BHSIC,NICO 8tNil POA(2023) Page 287 of 369 Agenda Item #16. BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY(ErYLAWS) ARTICLE V. CORPORATE ACTIONS EXECUTION OF DOCUMENTS: Section 6.(b)The President,any Vice President or the Secretary,shall have the power and auuthority: (1) To appoint Attorneys-in-fact,and to authorize them to execute an behalf of the Company bonds and other undertakings,and (2) To remove at any time any such Attorney-in fact and revoke the authority given him. tATIONAL INDEMNITY COMPANY(BY-LAWS) Section A. Officers,ARents,_and Enplayees: A. The officers shall be a President,one or more Vice Presidents,a Secretary,one or more Assistant Secretaries,a Treasurer, and one or more Assistant Treasurers none of whom shall be required to be shareholders of Directors and each of whom shall be elected annually by the Board of Directors at each annual meet'ng'o serve a term of office of one year or until a successor has been elected and qualified, may serve successive terms of office,may be removed from office at any time far or without cause by a vote of a majority of the Board of Directors,and shall have such powers and rights and be charged with such duties and obligations as usually are vested in and penain to such office or as mey be directed from time to time by the Board of Directors;and the Board of Directors or the officers may from time to-"me appoint,disO arge,ergage,or remove such agents and employees as may be appropriate,corvenient,or necessary to the affairs and business of the corporation. NATIONAL INDEMNITY COMPANY(BOARD RESOLUTION ADCPTED AUGUST 6,2014) RESOLVED,That the President,any Vice President or the Secretary,shall have the power and authority to(1)appoint Attorneys- in-fact,and to authorize them to execute on behalf of this Company bonds and other undertakings and(2)remove at any time any such Attorney-in-fact and revoke the authority gfv r. NATIONAL LIABILITY&FIRE INSURANCE COMPANY(BY-LAWS) ARIICLE IV Officers Section_.,OfT ers AAent�Ljnd F,Mp1QyeV5; A.The officers shall be a president,one or more vice presidents,one or more assistant vice cresidents,a secretary,one or mom assistant secretaries,a treasurer,and one or more assistant treasu-e'S, none of whom shall be required to be shareholders or director-.,and each of whom shal"be elected annually by the board of directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified,may serve successive terms of office,may be removed from office at any time for or without cause by a vote of a majority of the board of directors. The president and secretary shall be diferert individuals, Election or appointment of an officer or agent shall not create cortract rights. The officers of the Corporation shall have such powers and rights and be charged with such duties and nbligations as usually are vested in and pertain to such office or as may be directed from time to time by the board of directors;and the board of directors or the officers may from time to time appoint,discharge,engage,or remove such agents and employees as may be appropriate,convenient,or necessary to'he affairs and business of the Corporation. NATIONAL LIABILITY&FIRE INSURANCE COf�P�NY(BOARD RESOLUTION ADOPTED AUGUST 6,2014) RESOLVED,That the President,any Vice President or the Secretary,shall have the power and authority to(1)appoint Attorneys- in-fact,and to authorize them to execute on behalf of this Company bonds and other undertakings and(2)remove at anytime any such Attorney-in-fact and revoke the authority given. SH51C.WCO&ALF POA(2023) Page 288 of 369 Agenda Item #16. Cerneral r nm-q;orndence BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY 1314 Douglas Street,Suite 1400, Orna`a, Nebraska 68102-"844 ADMITTED ASSETS} 12/3112024 12/3112023 121311022 Total invested assets $ 7,425,803,196 $ 6,7C2,81 T,81C S {,E60 246,410 Premium&agent balances(ret) 635 O%X5 690,388,245 562,469,494 All other assets 224,603,005 204,404.036 217,334,073 Total Admitted A93ets $ 8,285,502.566 $ 7,597,610.091 5 6,460,049.997 LIABILITIES 8 SURPLUS` 1213=024 12131/2023 1213112022 Loss&loss exp,urnpar S 2,023,746,631 5 1,825,674,253 S 1.495,870.17-1 U-eamad premiums 683,593,113 604,899,743 536,797,663 A olherliabi ties 1,079,218.932 1.240,939,866 1,055,221.844 TotalI-labilib" _ 3.666,558,676 3,671,613,861 307889,698 Total Policyholders'Surplus 4,598,943,890 3,926.0%,23C 3,382,160,299 Total Llabilities&Surplus S 8,235.502,56E S 7,597,610,091 S 6,480,049,997 Assets,liabilitoes and surplus are presented en a Statutory Accounting Basis as promulgated by the NAIC andlor the laws of the companys domiciliary state. Page 289 of 369 Agenda Item #16. Sworn Statement On Public Entity Crimes THIS FORM MUST 8E SIGNED AND SWORN TO IN T"E PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS, 1. This sworn statement is submitted to Village of Tequesta [print name of the public entity] bAhn Ciabattarl, Vice President [print individuals name and title] for Ferreira Construction Co. Inc. [print name of entity submitting sworn statement] whose business address is 13000 SE Flora Avenue, Hobe Sound FL 33455 and (if applicable) its Federal Employer Identification Number>FE'iN) is: 22-3334957 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn Statement: j 2. 1 understand that a"public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a,person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States,including, but not limited to,any bid or contract for goods or services to be provided to any public entity or an agency or,political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in ,Pairagraph 287.133(1)(b), Florida Statutes, means a finding or guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989,as a result of a jury verdict, nonjury trial,or entry of a plea of guilty or nolo contendere. 4. 1 understand that an"affiliate" as defined in Paragraph 287.133(1i(a), Florida Statutes,means: 1. A predecessor or successor of a person convicted�of.a puib)uc entity crime: or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term affiliate includes those officers, directors, executives, partners, shareholders,, emplvyees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person,or a pooling of equipment or income among persons when not for fair market value under an avmi-'s length agreement,shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime In Florida during the preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes,means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and-which bids or applies to bid on contracts for the Village of Tequesta Utilitiet Department WM#1 Tequesta Drive Water Main Replacement Page 44 Page 290 of 369 Agenda Item #16. provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, empioyees, members, and agents who are active in management of an entity. 6. Based on Information and belief,the statement which I have marked,belo►w.is true in relation to the entity submitting this sworn statement. Yn-dicate which statement applies.] Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners,shareholders,employees, members,or agents who are,active in the management of the entity,nor any affiliate of the entity,has been charged with and convicted of a public entity crime subsequent to July 1, 1989. sThe entity submitting this sworn statement, or ,one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has b-eein charged with and convicted of a public entity crime subsequent to July 1,1989. However,there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in pubilbc ointe+rest to place the entity submitting this swom statement on the convicted vendor list. [attach a copy of the final order] UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE+CONTIRACT[ING OFF9CER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE)ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND,THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WMICH IT IS FILED, I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBiLIC ENTITY PRIOR TO IEINTiEiR91w- INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017,FLORIDA STATUTES FO TEGORY TWD;OF gPtY CH N E IN THE INFORMATION CONTAINED IN THIS FORM. G� IOgnature] John Ciabattari, V.P. Sworn to and subscribed before me this 17th day of June 2025 Personally known John Ci battari. Vice President OR Produced identification Notary Public—State of FLORIDA My commission expires June 29,2Q27 Cecilia Hein ,V i PA :a \1, �_ I. (Printed typed orstamped commissioned name notary public) WILIAR.HEIR 'AAACantmfg�lon#HH 11 �fI, Eoksl June 29,21M' f.P� Village of Tequesta Utilities Department WM#1 Tequesta Drive Water Main Replacement Page 45 Page 291 of 369 Agenda Item #16. Village of Tequesta 345 Tequesta Drive 561-768-0700 Tequesta, FL 33469 www.tequesta.org y ITB-UTIL 04-23-2025/AF ADDENDUM NO. 1 TO CONTRACT DOCUMENTS ISSUED: MAY 30, 2025 PROJECT TITLE: WM #1 Tequesta Drive Water Main Replacement (ITB-UTIL 04-23-2025/AF) TO: ALL PLAN HOLDERS OF RECORD This addendum shall modify, clarify, change, or add information and become part of the above referenced Contract Documents. Acknowledge receipt of this Addendum in the space provided on the Bid Proposal form. The Contract Documents shall include the following: GENERAL PRE-BID MEETING MINUTES ADD the attached Prebid Meeting Minutes and Sign-In Sheet to the Bid Documents. BIDDERS' QUESTIONS AND ANSWERS ADD the attached bidders' questions and answers to the Bid Documents. END OF ADDENDUM 1 This document may be reproduced upon request in an alternative format by contacting the Village Clerk's Office at 561-768-0440 or by completing our accessibility form: https://bit.ly/3mnfeU4 Page 292 of 369 Agenda Item #16. FISE HOLTZ CONSULTING ENGINEERS, INC Prebid Meeting Minutes Client: Village of Tequesta Project: WM#1 Tequesta Drive Water Main Replacement Date: May 22, 2025 Time: 2:00 PM Engineer: Holtz Consulting Engineers, Inc. 1. Introduction and Sign-In: See attached sign-in sheet. 2. Bid Opening—June 17, 2025, at 2:00 PM. 3. Plans are available on DemandStar (www.demandstar.com) and the Village's website (www.tequesta.org/276/BidsRFPsQuotes) 4. All bids must be submitted via DemandStar. Bids will be opened on DemandStar and read in the Village Council Chambers and also posted online within 24 hours. 5. Bid Requirements: a. Bid Proposal b. Bid Schedule of Values c. List of Subcontractors and Suppliers d. Qualification Requirements and Proof of Previous Experience e. Acknowledgement of Addenda £ Contractor Safety Qualification Form g. E-Verify Affidavit h. Drug-free Workplace Certificate i. Village Clerk's ADA Compliance Statement Form j. Sworn Statement on Public Entity Crimes k. Tench Safety 1. Bid Bond 6. Summary of work(per Section 01000): The project scope includes the installation, testing, and disinfection of approximately 6,300 linear feet of new 8-inch through 12-inch water mains, the abandonment and grouting of the existing water mains, connections to side streets and related services, fittings, valves, and other appurtenances, and the restoration of affected areas to their existing conditions or better along Tequesta Drive. 270 South Central Boulevard, Suite 207•Jupiter,Florida 33458 Office: 561.575.2005 • Fax: 561.575.2009 Page 293 of 369 Agenda Item #16. FISE HOLTZ CONSULTING ENGINEERS, INC 7. Alternate Bid Items: Project will be awarded to the lowest responsive and responsible bidder based on either the Total Base Bid Price or the Total Base Bid Price including the Alternate Bid item, whichever is determined to be in the best interest of the Village. 8. Contract Time: Substantial Completion= 180 calendar days from Notice to Proceed Final Completion= 210 calendar days from Notice to Proceed Liquidated Damages = $750 per day after Substantial Completion and $500 per day after Final Completion. 9. All questions and requests for clarification must be submitted via email to jsnyder&tequesta.org (copying afelsburg�tequesta.org) by 4:00 PM on June 10, 2025, for inclusion in an addendum. 10. Additional discussion items: - The Village may allow the contractor to use the water treatment plant property for a material staging/storage area. The water treatment plant is located at 901 N. Old Dixie Highway, Tequesta. - The Contractor will not be allowed to work on Village holidays without prior written approval. 270 South Central Boulevard, Suite 207•Jupiter,Florida 33458 Office: 561.575.2005 • Fax: 561.575.2009 Page 294 of 369 Agenda Item #16. v L -- a _ v Ms w ►� � O a, '� cJ - jv N , V1 > N 3 v Z " `� L c V N c� v s ✓o Page 295 of 369 Agenda Item #16. S�Ll d L � v cr cc O u M t ° wo '�. �n '- �1D `� � A V1 > �' s � d L S 3 � � l j LA V Page 296 of 369 Agenda Item #16. BIDDERS'QUESTIONS AND ANSWERS Question 1: Will the alternate part of the bid(i.e. mill& resurface)be required to be performed during night hours? Response 1: The milling and overlay can be performed during daytime hours with a flagman operation to keep at least one lane open at all times. Question 2: The alternate and base bid will have to include striping restoration. Can a plan be made available for this scope? Response 2: A pavement striping plan is not needed to estimate the work and one will not be provided. Question 3: Will a plumbing permit be required for the water services that are to be relocated outside of the driveway? Response 3: A plumbing permit from the Village will be required but no fee will be charged for the permit. Question 4: Mill& Overlay: Will the Village allow the contractor to mill entire proposed area (leaving a milled surface)& overlay the pavement the next shift. Response 4: Yes,the Village will allow the milled surface to remain if the paving is going to be performed on the next day. Question 5: In reference to Bid Items:26, 27&28: Cap, Grout and Abandon Existing 6"AC Pipe Will a Licensed Asbestos Inspector be required by the Village to oversee and certify this aspect of the project? Response 5: A licensed Asbestos Inspector will not be required. However,the AC pipe will have to be properly disposed of. Question 6: The plans depict swale grading as shown on Plan Sheet D-2.What item should this cost be under. Response 6: Cost associated with swale grading should be included in the cost pipe installed via open cut(Line Items 2 through 6). Question 7: The bid form includes Line stops on items 41-44. Where are these located in the plans. There are numerous connections to the existing where line stops may need to be utilized. Your bid form includes 1 ea of each size. Response 7: The line stops will be utilized in case the Village cannot shut down an existing main in order to make a connection. Question 8: When connecting to an existing gate valve is it safe to assume that the valves are all in working condition and we are not to remove& replace or cut in an additional valve. When pressure testing against an existing valve there can be some issues if the valves are not in working condition. Response 8: Yes, bidders should assume the existing valve is working. Pressure tests will not be made against existing valves. Connections to existing valves will be made after the Page 297 of 369 Agenda Item #16. new main has been pressure tested,disinfected,and cleared to be placed into service. Question 9: There are existing mains to be abandoned in place and water services that seem to tie into the new proposed main but not called out in the plans(see attached) are we safe to assume that this is part of item 24 in your bid form minus the directional bore. Response 9: Short and long services shall be paid for under Line Items 22 and 23, respectively. Question 10: The plans call for the removal of existing Fire Hydrant Assemblies& water meters. What item in the bid form would you like for us to include these. Response 10: The removal of existing fire hydrants can be included in the grouting and abandonment Line Items 26 through 28 and the relocation of water meters can be included in the new service Line Items 22 and 23. Question 11: In what bid item would we include the cost "installation of swale in all areas via open cut". Response 11: Cost associated with swale grading should be included in the cost pipe installed via open cut(Line Items 2 through 6). Question 12: The plans show "PC of HDD Drill", PRC of HDD Drill, or PT of HDD Drill. Please explain what PC, PRC, and PT mean. Response 12: PC= point of curvature, PT= point of tangency, PRC= point of reverse curve Page 298 of 369 Agenda Item #16. Village of Tequesta 345 Tequesta Drive 561-768-0700 Tequesta, FL 33469 www.tequesta.org ITB-UTIL 04-23-2025/AF ADDENDUM NO. 2 TO CONTRACT DOCUMENTS ISSUED: JUNE 6, 2025 PROJECT TITLE: WM #1 Tequesta Drive Water Main Replacement (ITB-UTIL 04-23-2025/AF) TO: ALL PLAN HOLDERS OF RECORD This addendum shall modify, clarify, change, or add information and become part of the above referenced Contract Documents. Acknowledge receipt of this Addendum in the space provided on the Bid Proposal form. The Contract Documents shall include the following: GENERAL BIDDERS' QUESTIONS AND ANSWERS ADD the attached bidders' questions and answers to the Bid Documents. END OF ADDENDUM 2 This document may be reproduced upon request in an alternative format by contacting the Village Clerk's Office at 561-768-0440 or by completing our accessibility form: https://bit.ly/3mnfeU4 Page 299 of 369 Agenda Item #16. BIDDERS'QUESTIONS AND ANSWERS Question 1: Bid Item A-1:Mill and Overlay Asphalt Road: The plans call for 1"asphalt thickness, but what Asphalt Design will be required. Response 1: The asphalt overlay should be 1"thickness of SP-9.5. Question 2: Bid items#8 specify 12"DR 11 HDPE pipe installed by HDD. Can 10"DR18 fusible PVC pipe be approved as an equal to the specified HDPE for the HDD segments of this project? Response 2: Yes,fusible 10"C-900 PVC can be used as an alternate to 12" HDPE. Question 3: The plans call for the watermain & water services to be installed via directional boring across Tequesta Drive. These services are shown connecting to a directionally drilled water main. However, in order to make each service connection to the directionally drilled main, we will need to excavate open cut pits at each service connection point to locate and tap into the main. Please confirm if open cut pits at each service connection point are acceptable and expected per the design intent. Additionally, please advise if an alternative connection method is preferred or if modifications to the current plan will be provided to minimize surface impacts and conflicts. Response 3: Yes, open cut pits to connect the new services to the directionally drilled HDPE are expected. Question 4: The plans specify that the existing water main is to be grout filled and abandoned. However, the process of making connections to the existing main will require detailed sequencing to ensure uninterrupted water service to neighboring properties during the transition. Each connection point to the existing main is unique and will require a customized approach to maintain continuous service. This adds complexity to the process and affects planning, coordination, and execution. To avoid service disruptions, proper sequencing is critical—particularly during the grout filling and valve shutdown stages. Please confirm the intended sequence of work. Specifically, are we to: 1. Install the new mains, 2. Pressure test and certify the new system, 3. Connect to the existing system, 4. Shut off local valves, and 5. Then grout fill and abandon the existing main? Additionally, please confirm whether a specific procedure is required for each connection point, or if the contractor is to develop and submit a sequencing plan for review and approval. Page 300 of 369 Agenda Item #16. Response 4: Yes,the sequence will be to install the new mains, pressure test,disinfect,and certify the new mains,connect to the existing system, reconnect services,then cut, cap, and grout fill the old water mains. The Contractor shall prepare and submit a sequencing plan for review and approval. Question 5: In Section 01310 of the Specifications and General Conditions it says that once awarded the project a proposed schedule will need to be turned in within 10 days. However, in the bid documents that need to be turned in at bid time make it seem like the schedule will need to be turned in at bid time. Can you please clarify which do we follow. Do we need to turn the schedule in at bid time(June 17, 2025)or if we are awarded the project have 10 days to turn the schedule in. Response 5: A construction schedule is not required to be submitted with the bid documents. Page 301 of 369 Agenda Item #16. Village of Tequesta 345 Tequesta Drive 561-768-0700 Tequesta, FL 33469 www.tequesta.org ITB-UTIL 04-23-2025/AF ADDENDUM NO. 3 TO CONTRACT DOCUMENTS ISSUED: JUNE 12, 2025 PROJECT TITLE: WM #1 Tequesta Drive Water Main Replacement (ITB-UTIL 04-23-2025/AF) TO: ALL PLAN HOLDERS OF RECORD This addendum shall modify, clarify, change, or add information and become part of the above referenced Contract Documents. Acknowledge receipt of this Addendum in the space provided on the Bid Proposal form. The Contract Documents shall include the following: GENERAL BIDDERS' QUESTIONS AND ANSWERS ADD the attached bidders' questions and answers to the Bid Documents. PLANS SHEET D-2 REPLACE plan sheet D-2 with the attached plan sheet D-2 which has been revised to provide further clarification regarding the water service detail. END OF ADDENDUM 3 This document may be reproduced upon request in an alternative format by contacting the Village Clerk's Office at 561-768-0440 or by completing our accessibility form: https://bit.ly/3mnfeU4 Page 302 of 369 Agenda Item #16. BIDDERS'QUESTIONS AND ANSWERS Question 1: Bid documents state that each bid shall remain open for 120 calendar days after the bid opening. If, after the date of this bid, any new or increased tariffs, duties, or other government-imposed costs on materials used in the work becomes effective, would the VOT allow for the Contract Price to be adjusted to reflect the actual increased cost to the bidder?The bidder would promptly notify the VOT of any such cost impact with supporting documentation.Additionally, would the bidder be entitled to an extension of time if such tariffs result in material shortages or delays. Response 1: The bid prices must be held for 120 calendar days after the bid opening. The Village will consider contract time extensions due to material shortages or delays with proper supporting documentation. Question 2: Project duration: Bid documents state there will be 180 calendar days from NTP to achieve substantial completion. This is an aggressive schedule when it typically requires 60 days to obtain the necessary SFWMD dewatering permit considering the direct discharge into the Loxahatchee River. Will additional time be considered prior to mobilization for permitting and material procurement? Response 2: Yes, additional contract time will be considered for permitting and material procurement. The Village and Engineer foster a team approach to work with the Contractor, not against the Contractor,to help ensure a successful project for everyone. Question 3: Project duration: Bid documents state that Substantial Completion is determined by the Engineer. Can you clarify what is required to obtain Substantial Completion?Will the new WM fully functioning and all services transferred over to the new WM suffice?This would leave restoration and the abandonment of the existing WM to be completed prior to Final Completion? Response 3: Substantial Completion is achieved when the Village has beneficial use of the improvements, i.e.when the new water mains are fully functioning and all services are connected to the new water mains. Question 4: Does the VOT have any land/property available for storage of equipment and/or materials? Response 4: As discussed at the Prebid Meeting,the Village may allow the contractor to use the water treatment plant property for a material staging/storage area. The water treatment plant is located at 901 N.Old Dixie Highway,Tequesta. Question 5: The provided conflict tables in the plans do not identify any of the potential conflicts with existing electric, communication, and "unknown"utilities. Since sizes and quantities of conduits ore unknow and may not be able to be moved/relocated, will it be possible to adjust the location/alignment of the proposed WM to avoid these potential conflicts? Response 5: Yes,the proposed water main location/alignment may be field adjusted to minimize conflicts with existing utilities. The Village and Engineer will work with the Contractor to address any unidentified conflicts during construction. Page 303 of 369 Agenda Item #16. Question 6: In the design plans on Sheet C-5 at Station 83+80, there is a water service that crosses Tequesta Drive that doesn't appear to be reconnected to the new WM. Please confirm this water service will be abandoned. If not, would it be acceptable to tap the new WM at 82+75 and construct a new long water service(to be bored) under the driveway?The new WM is crossing under the existing 48"RCP drainage at the current water service location and will be approximately 10'deep. Response 6: Yes,that would be acceptable. Question 7. Addendum#1 states that a licensed asbestos inspector/contractor will not be required, however it also states that the bidder is required to properly dispose of the asbestos pipe. Since handling and hauling asbestos pipe to a proper landfill with a chain of custody would require a licensed asbestos contractor, will the bidder be allowed to leave the asbestos pipe in the ground? Response 7: Any asbestos-cement (AC) pipe removed from the site must be properly disposed of. Limited cut sections of cut AC pipe which have been removed for tie-ins and have not been crushed may be left in the ground adjacent to the water main unless otherwise directed by the Village or Engineer. Question 8: Is builder's risk insurance coverage required since there is no above ground construction? And if it is required for this project, can you confirm that the Contractor and not the owner is responsible for this policy? Response 8: No, builder's risk insurance is not required. Question 9: With regards to swale grading, there is an existing ditch from Station 46+00 to 51+00 that falls within the right-of-way and doesn't appear to have been taken into consideration. Please advise if the bidder will be required to regrade and sod any of the existing ditch that is not impacted by the WM installation. Response 9: No,the existing drainage ditch does not need to be regraded or sodded where it's not impacted by the water main installation. Question 10: With regards to swale grading, there are several trees and other landscaping/hardscaping that falls withing the swale grading area(edge of pavement to property line/ROW). Is the intent to leave as much existing landscaping or does the bidder need to remove and restore these items to allow for the construction of the swale per the detail? Response 10: The intent is to leave the existing landscaping intact and undisturbed as much as possible. Question 11: Per the measurement and payment, line stops are supposed to include all restoration including concrete driveways, sidewalks, and asphalt. Without knowing the location, as clarified in Addendum#1, how is the bidder to know what will be impacted?Can you remove this requirement and allow for payment via the established pay items for restoration? Response 11: The line stops, if required,will be installed in sodded areas. If the installation of the line stops require restoration of sidewalks,driveways, or roadways, restoration of those items will be paid for under those additional bid items. Page 304 of 369 Agenda Item #16. Question 12: Will the new swales need to be included on the as-built survey? Response 12: No,the swales will not need to be included in the as-built survey. Question 13: Is it known if the project area is subject to fluctuations in the groundwater elevation due to tidal impacts? Response 13: No, it is not known. Please refer to the Geotechnical Investigation report included in the Appendix C of the Contract Documents for additional information. Question 14: There are no details on how to restrain the existing asbestos pipe at connections. Will there be any special thrust blocks required to restrain the hymox couplers/asbestos pipe? Response 14: Per Section 01025, Bid Item No. 19 includes restraining the existing water main either through mechanical means or concrete thrust blocks. The Contractor must submit their proposed restraint method for approval by the Village and Engineer. However, attached for reference are examples of approved concrete thrust restraints. Question 15: Is the bidder responsible for reconnecting existing services to the new WM? Response 15: Yes,the Contractor is responsible for reconnecting water services to the new water main/new service. Question 16: Is there a requirement to pig the new WM? Response 16: Yes, per Section 02000 pigging is required. Question 17. Several of the restoration items state that any restoration outside the area depicted on the drawings will be paid for by the Contractor at no additional cost to the Owner. However, the areas depicted on the drawings in several areas appear much smaller than the area needed to complete the work. Examples include (1) the HDD Pits and Equipment space and(2) the NE corner of Riverside Drive and Tequesta Drive where the excavation is over 7'deep at the base of the signal pole and under the pedestrian crossing pole. Dewatering and proper shoring requirements on this corner will more than likely impact curb and asphalt at this location. Does the Contractor need to cover this cost under just the items that are shown to be removed and replaced? Response 17: Restoration for driveways, roadways,curb&gutter,and sidewalks will be paid for under those bid items. However, is expected that the Contractor will take all necessary precautions to limit the damage/impacts to areas adjacent to the worksite. Question 18: During the pre-bid meeting, it was indicated that the water treatment facility may be available as a possible staging area for materials. We require clarification on the specific types of materials that are permitted for temporary storage within this designated staging area. Specific Clarification Requested: a. What exact materials are approved for temporary storage at the water treatment facility staging area? b. Can we temporarily store baserock at this location to support project production and logistics? c. Can we temporarily store equipment/excavated materials/debris at this location to facilitate production and minimize off-site hauling during active work phases? Page 305 of 369 Agenda Item #16. d. Are there any specific limitations on the quantity, duration, or handling procedures for materials stored at this facility(e.g., maximum pile height, impermeable liner requirements, designated storage zones, site access hours)? e. Are there any environmental or operational restrictions specific to the water treatment facility that would impact the storage of these materials (e.g., proximity to treatment processes, groundwater protection zones, dust control requirements)? Response 18: New materials for the construction of the water main and services may be kept on this site,along with equipment and trailer/Conex box. No hazardous materials may be kept on this site. Access to the site will be provided during the project working hours, 7:30 AM to 5:00 PM. Question 19: This Request for Information (RFI)seeks clarification regarding the feasibility and process for implementing full road closures during planned night work operations for the project, as opposed to being limited to one-lane closures. (If only one lane closure is acceptable, please clarify). Our current project planning is exploring the most efficient and safest methods for night work. Full road closures, where permissible, can significantly enhance worker safety and potentially reduce the overall project timeline by allowing for more continuous and unimpeded work. We would appreciate it if you could provide information on the following: a. Permitting Requirements for Full Road Closures: o What are the specific permits required from the Village of Tequesta to execute a full road closure for night work operations? o What is the typical lead time for obtaining approval for such permits, particularly for Maintenance of Traffic(MOT)plans that include full closures? b. Criteria and Conditions for Approving Full Road Closures: o Under what conditions or criteria does the Village of Tequesta typically approve full road closures for night work?(e.g., specific road classifications, duration limits, traffic volume thresholds, nature of work). o Are there any specific roads or areas within the Village of Tequesta where full night closures are generally not permitted or are highly restricted? o What are the expectations regarding public notification and detour planning for full closures? c. Noise Ordinance Considerations for Night Work: o Given that night work often falls outside standard construction hours, what are the procedures for obtaining special permits or waivers to allow for noise-generating construction activities during nighttime hours, especially if a full closure is implemented to minimize overall impact? o What are the acceptable noise levels(dBA)for night work in various zoning districts in the Village of Tequesta, even with a special permit? Response 19: Bidders should prepare their bids based on keeping one lane of traffic open for the night work. Page 306 of 369 Agenda Item #16. Question 20: The intent regarding the reconnection of new water services to existing buildings/homes requires clarification. • Question 1:Scope of Reconnections:Are all water services shown in the plans intended to be reconnected to the existing service lines at the buildings/homes?The plans appear to show numerous water service lines, but the Bid Form (Bid Item 24) only calls for "2 Reconnections to existing long services."Please clarify the intended scope of reconnections. • Question 2: Party Responsible for Reconnection: For the water services requiring reconnection, is the responsibility for making these connections borne by the City/Owner, or is our firm, as the contractor, responsible for performing these reconnections as part of the scope of work?If it is our responsibility, please confirm if the "2 Reconnections"listed in the Bid Form are the only reconnections we are responsible for, or if this bid item is merely a placeholder for a larger, unquantified scope of work. Response 20: The Contractor is responsible for installing everything shown in the "Potable Water Service Single 5/8"x W& 1" Meter Installation Detail (Polyethylene)"from the new water main to the angle dual check valve. Once the new main has been cleared and placed into service,the Contractor shall relocate the existing meter to the new meter box and connect the new service to the existing water service line running to the customer. This work is quantified under Bid Items 22 and 23. Please see the attached revised sheet D-2 with the service detail that has been revised to provide additional clarification. Bid Item 24 is for two individual 2"water service lines that need to be reconnected to the new water main once the new main has been cleared and placed into service. These two services are called out individually on the plans on sheets C-5 and C-6. Question 21: We are quoting the materials for the Tequesta Drive Water Main. We want to ensure we are using the current standards manual,APL and details. Very little information is the the plan set. Would you please send us the latest information so we are up to date? Response 21: Please refer to the technical specifications for material requirements. Page 307 of 369 Agenda Item #16. Attachment to Response No. 14 CROSS WITH PLUG TEE WYE BEND #5 REBAR MIN. 2 REQD. TRENCH BEND TO FIT AND PAINT UNDISTURBED WITH 2 COATS BITUMINISTIC WIDTH SOIL TRENCH PAINT BEFORE ASSEMBLY -4 6" MIN. CONCRETE 12" MIN. THICKNESS DEADMAN TYPICAL SECTION ALL THRUST BLOCKS SHALL BE FORMED. LAID FORMS SHALL BE INSPECTED BY ENGINEER PRIOR TO THE POURING OF CONCRETE. POURED THRUST BLOCK SHALL ALSO BE INSPECTED PRIOR TO BACKFILLING. CONCRETE SHALL BE MIN.2500 PSI STRENGHT AT 28 DAYS AND BEAR AGAINST UNDISTURBED STABLE SOILS. AREA OF CONTACT SHALL BE GOVERNED BY PIPE SIZE,MAX.PRESSURE IN PIPE,AND BEARING CAPACITY OF SOIL. PROTECT FITTINGS,BOLTS,ETC.BY COVERING WITH VISQUINE OR OTHER ACCEPTABLE MATERIAL. CONCRETE SHALL BE A MIN.OF 12"THICK. THRUST BLOCKS SHALL NOT BE AN ALTERNATIVE TO RESTRAINING GLANDS OR RESTRAINING GASKETS. THRUST BLOCKS MAY BE USED WHERE A SECOND FORM OF RESTRAINT IS REQUIRED AND WHEN TYING INTO EXISTING MAINS WHERE NO OTHER ALTERNATIVE EXISTS. (PLEASE REFER TO WRITTEN SPECIFICATIONS FOR ADDITIONAL REQUIREMENTS) THRUST BLOCK THRUST BLOCK PIPE SOIL BEARING PIPE SOIL BEARING REMARKS AREA REQUIRED AREA REQUIRED 4' 2.0 SQ. FT. 18" 30.0 SQ. FT. 6" 4.0 SQ. FT. 20" 37.0 SQ. FT. 8. 6.6 SQ. Fr. 24" 53.0 SQ. FT. VALUES ARE FOR 90' BEND, BASED ON 2000 P.S.F. SAFE BEARING LOAD AND PIPE PRESSURE OF 150 10" 10.0 SQ. Fr. 27" 80.0 SQ. FT. P.S.I. PLUS 33% SAFETY FACTOR FOR OTHER SOILS 12" 14.0 SQ. Fr. 30" 98.0 SQ. FT. AND PRESSURES. 14" 18.0 SQ. Fr. 36" 127.0 SQ. Fr. 16" 24.0 SQ. Fr. Thrust Blocks Page 308 of 369 Agenda Item#16. - N 0 a�Ic o O a Z w % z fif W Z m OU ^� a " p Zoo¢ m W t F2 z,r� _ _ ❑o 5 � O U al ¢ N U J JE € xx.o-z Si 2jg aj ge a a 0 O o LL `g a '� �oom 4p� ex a w a o m � so��=�3 i� ���< w ❑ Bad m\ \\ - ip; Q < 22 Y egg ti��� a F> Z • ❑ g z W~5 c pJ CLU 7H of W Z . = SIB a< a w n ool< Eg B q \ A •' E $ Jag 'd e zN-- s 1 a s g o v xw > '��2' ¢ O � a sm; _ e.E. sNd Page 309 of—