HomeMy WebLinkAboutDocumentation_Regular_Tab 17_7/10/2025 Agenda Item #17.
Regular Council
STAFF MEMO x
Meeting: Regular Council - Jul 10 2025
Staff Contact: Marjorie Craig, Utilities Director Department: Utilities
Consider Approval of BlueTerra, LLC, Authorization of Award and Execution of Contract for Dover
Ditch Living Shoreline for an Amount Not-to-Exceed $304,289.80
The Village of Tequesta (VOT or Village) Utilities Department (UD) recommends approval of an authorization
of award and execution of the contract for Dover Ditch Living Shoreline (ITB No. UTIL 04-23-2025/AF-1) to the
lowest responsive and responsible bidder, BlueTerra, LLC for an amount not to exceed $304,289.80.
PROJECT DESCRIPTION
The Dover Ditch is a drainage canal that stretches a half mile along the municipal boundary of Tequesta and
Jupiter. It provides flood protection for the single-family residential neighborhood to its east. The existing bank
consists of sandy soil and a steep slope, leaving it vulnerable to erosion — especially during rain events. Over
time, the Dover Ditch has deposited sediment into the Loxahatchee River Estuary, resulting in murky waters
that disrupt aquatic wildlife. To combat this, the VOT and Town of Jupiter (TOJ) agreed to launch a project to
dredge and stabilize the westernmost 350 feet of the canal, while incorporating a living shoreline element that
will provide aesthetic and water quality benefits. By creating a stable meandering stream with a constructed
wetland, erosion loss will be eliminated, biodiversity will increase, and nutrient runoff will be filtered by
vegetation.
FDEP 50% FUNDING GRANT THROUGH THE LRPI (LEGISLATIVE GRANT)
Through the Loxahatchee River Preservation Initiative Grant (LRPI), an FDEP grant was secured to cover 50%
of the estimated project cost of$350,000, with the remaining $157,500 being the responsibility of the VOT and
TOJ. The cost-sharing agreement specifies that the VOT is responsible for 60% or $94,000, and the TOJ is
responsible for 40% or$63,000.
BIDS RECEIVED
The Project was bid on May 13, 2025, a pre-bid meeting was held on May 23, 2025, and the bid opening was
on June 18, 2025. Six bids were received:
1. BlueTerra LLC— bid of$304,289.80 (lowest bid)
2. East Coast Industries Corp. — bid of$351,579.50 (15.54% higher than lowest bid)
3. Sea & Shoreline LLC— bid of$544,049.50 (78.79% higher than lowest bid)
4. Close Construction Services, LLC — bid of$610,120 (100.51% higher than lowest bid)
5. Underwater Engineering Services, Inc. — bid of$658,685 (116.47% higher than lowest bid)
6. Razorback LLC— bid of$1,954,102 (542.18% higher than lowest bid)
The price for the construction of the living shoreline came in just slightly below the engineer's opinion of
probable cost (OPC) of $312,024.00. The Utilities Department recommends approving the authorization of the
award and execution of the contract with BlueTerra LLC, for an amount not to exceed $304,289.80. The
planned project schedule is outlined below:
Page 310 of 369
Agenda Item #17.
The partially executed agreement will be available for complete execution by the Mayor, if the Village Council
approves this agenda item. BlueTerra has until July 10, 2025, to review and execute their portion of the
agreement. The UD did not want to delay the approval process another month. There is a 50% grant tied to the
project, and it has already been delayed for months in permitting, so we've included the blank
agreement for reference.
PLANNED SCHEDULE AND BUDGET
The planned project schedule and budget information is outlined below:
Bid Project: May 13, 2025
Award Project: July 2025
Issue Notice to Proceed: August 2025
Complete Project: February 2026
STORMWATER FUND -Account 403-411-663.663 R&R Drainage Improvements
Budgeted in account: $315,000.00
Available amount: $314,950.00
Amount of this proposal: $304,289.80
Total Remaining: $10,710.20
Amount to be reimbursed by FDEP: $157,500.00
Amount to be reimbursed by TOJ $58,715.92
ATTACHMENTS:
• Attachment 1 —agreement with the contractor
• Chen-Moore & Associates (CMA) evaluated the six bids received, reviewed the qualifications, and contacted
references for the lowest responsive/responsible bidder
• Based on the review, CMA provided a letter of recommendation of award to BlueTerra LCC
• Attachment 2 — letter from the Engineer recommending the award of the contract to BlueTerra LLC, the lowest
responsive and responsible bidder, for$304,289.80, and the required 5% bid bond was provided.
• Attachment 3-the Engineer's opinion of probable cost(OPC)was$312,024.00
• Attachment 4 -detailed bid tabulation for the project
• Attachment 5- bid form submitted by BlueTerra LLC
• 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 • - •
BUDGET AMOUNT $315,000 AMOUNT AVAILABLE EXPENDITURE AMOUNT:
$314,950 $304,289.80
FUNDING SOURCES: 403-411-663.663 IS THIS A PIGGYBACK:
❑ Yes ❑x N/A
DID YOU OBTAIN 3 QUOTES?
Page 311 of 369
Agenda Item #17.
❑ Yes M 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 to bid (ITB
No. UTIL 04-23-2025/AF-1) on Demand Star
1) Dover Ditch Living Shoreline Agreement Unexecuted
2) Engineer Bid Reccomendation ITB-UTIL 05-01-2025AF
3) Dover Ditch Cost Estimate
4) Detailed Bid Tab ITB-UTIL 05-01-2025AF
5) BlueTerra Combined Bid
6) Dover Ditch Addenda Combined
Page 312 of 369
Agenda Item #17.
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 (INSERT CONTRACTOR'S NAME), (INSERT CONTRACTOR'S ADDRESS), a
Corporation, whose Federal I.D. number is , 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:
Provide all labor, equipment, materials, and tools necessary to convert the westernmost 350 foot
segment of Dover Ditch into a meandering "stream". This work will include dredging, re-aligning,
and stabilizing the stream, along with the installation of debris skimmer/manatee barrier and
native plant species to create "living shorelines"on the banks of the stream and all other
incidentals required to complete the Work in accordance with the Bidding Documents.
1.2 The Project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows: DOVER DITCH LIVING SHORELINE FOR THE VILLAGE OF TEQUESTA
UTILITIES,TEQUESTA, FLORIDA
ARTICLE 2. ENGINEER.
2.1 The specifications and drawings have been designed by:
Chen Moore and Associates
500 S Australian Ave, Suite 850
West Palm Beach, FL 33401
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
Dover Ditch Living Shoreline Page 49
Page 313 of 369
Agenda Item #17.
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.
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.
ARTICLE 6. INTEREST.
6.1 All amounts not paid when due shall bear interest at the rate of 1 percent per annum.
Village of Tequesta Utilities Department
Dover Ditch Living Shoreline Page SO
Page 314 of 369
Agenda Item #17.
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
8.1(c) Instructions to Bidders
Village of Tequesta Utilities Department
Dover Ditch Living Shoreline Page S1
Page 315 of 369
Agenda Item #17.
8.1(d) Bid Proposal (Including Bid Schedule of Values, 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: Dover Ditch Living Shoreline
8.1(x) Drawings bearing the title: Dover Ditch Living Shoreline 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
demand and obtain records and testimony from the CONTRACTOR and its subcontractors and
Village of Tequesta Utilities Department
Dover Ditch Living Shoreline Page S2
Page 316 of 369
Agenda Item #17.
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
Dover Ditch Living Shoreline Page S3
Page 317 of 369
Agenda Item #17.
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
Dover Ditch Living Shoreline Page S4
Page 318 of 369
Agenda Item #17.
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 that the following amounts or greater where required
by Law and Regulations:
1. Workers' Compensation, and related coverages under Paragraphs 6.03.A.1 and A.2 of the
General Conditions:
a. State Statutory
b. Applicable Federal Statutory
C. Employer Liability:
Bodily injury, each accident $1,000,000
Bodily injury by disease, each employee $500,000
Bodily injury/disease aggregate $1,000,000
d. Foreign voluntary worker compensation Statutory
2. CONTRACTOR's Commercial General Liability under Paragraphs 6.03.13 and 6.03.0 of the
General Conditions:
a. General Aggregate $2,000,000
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
Dover Ditch Living Shoreline Page SS
Page 319 of 369
Agenda Item #17.
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
Dover Ditch Living Shoreline Page S6
Page 320 of 369
Agenda Item #17.
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
Dover Ditch Living Shoreline Page S7
Page 321 of 369
Agenda Item #17.
(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 [INSERT CONTRACTOR NAME]
345 Tequesta Drive [INSERT CONTRACTOR ADDRESS]
Tequesta, FL 33469 [INSERT CONTRACTOR ADDRESS]
By:
Molly Young, Mayor
(VILLAGE SEAL) (CORPORATE SEAL)
ATTEST ATTEST
Lori McWilliams,Village Clerk PRINT NAME AND POSITION
Village of Tequesta Utilities Department
Dover Ditch Living Shoreline Page S8
Page 322 of 369
Agenda Item #17.
500 S.Australian Ave.,Suite 850
West Palm Beach,FL 33401 '
Office:+1(561) 746-6900
chen moore and associates
June 24, 2025
SENT VIA E-MAIL(afelsburg@tequesta.org)
Village of Tequesta
Allyson Felsburg
Deputy Director, Utilities Department
345 Tequesta Drive
Tequesta, FL 33469
Re: Dover Ditch Living Shoreline
Village of Tequesta ITB-UTIL 05-05-2025/AF
CMA Project No.492.010
Dear Ms. Felsburg,
Chen Moore and Associates, Inc. (CMA) has conducted a review of the three (3) lowest bids received on
June 181", 2025 for the Dover Ditch Shoreline Restoration project.The lowest overall bidder was BlueTerra
LLC,with a bid cost of$304,289.80.The engineer's lump sum estimate for the base bid was approximately
$312,024.00. During the qualification review positive feedback was received on the performance of
BlueTerra staff in past projects.
In conclusion, BlueTerra LLC was identified as the lowest qualified bidder, has similar project experience
that indicate they are capable of performing the work, and submitted bid prices that are reflective of
current market conditions. CMA recommends award of this contract to BlueTerra LLC.
Respectfully Submitted,
CHEN MOORE AND ASSOCIATES
Brent Whitfield, P.E.
Principal Engineer and Director of Water Resources
chenmoore.com
Page 323 of 369
Agenda Item #17.
Ln
N
0
N
M
N
LU
V
p� O O O O O O O O O O O O O O O O O
a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 O O O O O O O O O O O O O O O ON N
0
0 0 C � o m Lr 0 0 0 0 0 0 14 0 0 0 0 0
E Z o 00 00 -1 1n LnLr)ro 4 V). ' l? t/l'I O� l0 lL l ri
to t/} t/? +./� t/} t4 to t/} �/} iM t/? t/ } t/? ice!} rn
X
Lu
O O O O O O O O O O O O O O o
W O O O O o O O O O O O O O O o
. . . . . . . . . . . . . . .
U o Ln O O Ln O O Ln O O O O O O O
o ri Ln o r-I M M M w O ri o ri Ln 0
d o ri N ri ri 0 ri o
M Or-I
Z
try th try th tr)- t4 th th t� try t� try th try th
H
Z J Ln U U Ln n Ln U U L J Lam/) LQu J J J
H
O
W Z O 0
Z O Z ri lN0 `� p O o ri r4 M Kt r�-1 r-I
i V Q Ln ri M N N 1- r, ri
LLI Cf
C7 Z H o 0
Z_ 0 O r-4 U
> LU m >- Z
m =) U O
= N Z
LU
H m _ Z (7
O
d cc U
W LL 1� D O Z
>O O E u O
Z -0 Ln Ln
O Z cn a Z
Z O + O Q
p a O
ago
N a- L�I
W c N
0 Q L.L_ x J
M 0 1 H
L�L N c O O
O
� L
cO v N U1 .0-
G O Q L cc
U
vi M E t coO
c
C O O O Q N >, N
a
u C, u QCl) Cn
a
0 LU c �°
O - - v O 0- 0 O O
Ua
7 4J i a)m 4J
i� -0LnC C O COm N O
L
co C7 N E LL C p� coLn > E c�
N L N L Y u c�� N co O '+� N
v c � w UO ^ ^ w N '-E u- 0 O
C7 U d i m > s CR cn L.L. d
" Lu ri ri r-1 ri ri ri
P ! ri N M � Ln lD 1, W IT o ri N M 't Ln
Page 324 of 369
Agenda Item #17.
O O O O O O O O O O O O O O O O O
O O O O O O O O O O O O O O O O O
W O O Ln lD O O ul O ul O O O O O
V O m ti ti n u'f O .--i O .--i ul 0 0 0
O t/} ul t/} t/} O O O O
Z �
7
y� O O O O O O O O O O O O O O O O O O
O O O O O O O O O O O 11 O O O O O N
J O O ID O O O O O O O O .--i N O O O O M
j O oo oo N v1 O O O O CO �n w N O O O O V
O Il lD ti O O O CO I� M lD O O O O O
p V1 ID m m -;I- 'r m O m w l/} M N N u'1 lD O
Ln
Z Vf
W
qp x
W
O O O O O O O O O O O O O O O O O
O O O O O O O O O O O 1n 0 0 0 0 0
y Gl C o o tD CO o 0 0 0 0 of o 7 M o 0 o o
�. U o m w c-I m O Ln 0 0 i/ Ln {/? N O O o o
LL O O c-I c-I v)- c-I N C Ln Co N {/T c C c c
w L LM
r {!} i/} i/T t/T
a N m j
H N E
+' bo CL
0 0 0 0 0 0 0 0 0 0 0 �n o 0 0 0 o Ln
E J Ln J o v o v o 0 0 0 o oo a o 0 0 0 of
N Q n oo m oo o 0 o n o o o o n o n
cl oo N O O a 0 0 W N v1 .ti lD O W W O 1n
V
0 r LA
y N Z
M d m N X
~ W o o Cl Cl 0 0 0 0 0 Ln o 0 0 0 0 0 o
C o Ln o 0 0 0 0 0 0 � o 1n o 0 0 0 0
d W o N Ln N Ln O O O O Ln O Ln c-I O O O o
V VI -:T 7 c-I m N Ln Ln Ln Vn O V} 7 0 0 Ln o
00 V} L} V4 L? c-I in Ln W Ln V} O Oo Oo O
a V N VT Ln N 7 o
Ln
r V} tq
Z
7
�y oo -;I- oo O O O O O CO O I� m oo O O w O O
M : MI;d: 1l Iq O O In CO M 't m O O M 0 C9
J N M N O O CO O O N CO N -;r .--i O O N O m
Q q m O M lD lD 01 VI O Ili
m O o0
� lD 00 ul M � O �--� � 00 �n O N
p O oo m ri -;j- h .--i CO .--i m m m N m O V
p tlT l/? VT VT VT VT VT t/F M
Z of
W
X
W
co N oo tD O m 0 0 Co a m I, n Cl O w O
M li M Un M c-I O Un M Un I� If! O O O M O
W N M M O Ln M O N N lD O N ID O O N O
V V1 M m c-I o0 w vl? Ln c-I c-I N c-I w Vh O c-I O
CO M N of O
ice/
Z
M
p � r
W
QH N c-I in 0 0 0 O Ih C
Q ~ � O W N N N c-I ^ M - --I c-I c-I c-I c-I
N C
W
�i
7 �
:d
U
H
to
C�sr U U N N U
Z
Q rr U W � L7 ctl
It
O
w a
o o �
`p o
n Co m O c-I cN-I m c--I cm-I D rr,
C H
W
m J
Page 325 of 369
Agenda Item #17.
y� O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
� O O O O O O O O O O O O O O O O O O
J o O I- O O O O O O O O Ln O O O O O N
j O c O Ln m O O O O O O O O O O O O
O c-I lr N lD lD O O O O O N o0 O O o� O ci
O N Z1. M n ID �t ID Ln m lD W .--I N VI W -;j- O -zr
ly I, lD c-I w m m m Ln I- M .--I .--I N V1 W .--I V1 V1
M N V} V} c-I N V} V} c-I V} V} 11 VT .-I VT VT VT Ol
Z
W th
H
X
W
O O O O O O O O O O O O O O O O O
O O O O O O O O O O O O O O O O O
W O O Ih O O lh 0 0 0 0 0 u1 0 0 0 0 0
to W m ti O u1 O u1 O 0 0 0 0 0
w O N VT to W h 0 VT O V} N O O W O
1 N VY VT VT VT � N Ol lD � N W C O
Y Z u ' n
7
y� O O O O O O O O O O O O O O O O O O
J O O w O O O O O O O O N O of N O m
Q O m -;I- -;I- 01 " lD lD O O O I, m O -It N O M
> m n r, lrm a co N rn C C m v Ln lD m e In
0 m N h w -t M .--I � N N N O M
W oo m ci N oo oo VT VT N 7 V} V} V} c-I c-I Ln W
0 V} VT VT VT VT ci VT V} V} V} V} l0
Z VT V1
H
X
W
O O O O O O O O O O O O O O O O O
O O O O O O O O O u! 0 0 0 0 0 0 0
W O V1 oo ID I� ID M m O N O O W O w N O
{J O ID 7 N O N •--I m O to O ti N 0 V N O
M c-I M V} M M N •--I O 1/} .—I V} V} l(1 to 01 O
V4 i/} i/T VT 14 c-I V} N N N O
oo
V} V} th V} V} V}
Z
y� O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
J O O V1 O O O O O O O O Ln O O O O O O
? O w m -:1 Vl Ln O O O O O O O O O O O N
O Vl N C o0 r" ci m O o0 Lq N rl O O O O 'i
0 rl O N n Ol lD c-I O O Ln O O O
W lD M V} c-I VI VI 1/1, O c-I N .--I V? N
• Z V} V} V} V} V} L} V} VT V? V} V} D
W
� H
X
W
Page 326 of 369
Agenda Item #17.
Bid Proposal
Bidding Company Name: BlueTerra LLC
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:
Provide all labor, equipment, materials, and tools necessary to convert the westernmost 350 foot
segment of Dover Ditch into a meandering "stream". This work will include dredging, re-aligning,
and stabilizing the stream, along with the installation of debris skimmer/manatee barrier and
native plant species to create 'living shorelines"on the banks of the stream and all other incidentals
required to complete the Work in accordance with the Bidding Documents.
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
Dover Ditch Living Shoreline Page 20
Page 327 of 369
Agenda Item #17.
Proposal (Continued)
If awarded the Contract, the undersigned agrees to execute the attached 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.
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 (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 authority to investigate
and audit matters relating to the negotiation and performance of this contract and in furtherance thereof
may demand and obtain records and testimony from the contractor and its subcontractors and lower tier
subcontractors. The contractor understands and agrees that in addition to other remedies and
consequences provided by law, the failure of the contractor or its subcontractors or lower tier
subcontractors to fully cooperate with the 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 ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 21
Page 328 of 369
Agenda Item #17.
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
06/17/25
FIRM NAME
BlueTerra LLC
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEIN)
33-2467792
(if the entity has no FEIN, include the Social Security Number of the individual signing this Proposal
SIGNATURE OF RESPONSIBLE OFFICIAL
PRINT NAME AND TITLE OF RESPONSIBLE OFFICIAL
Heather Hreold, CEO
EMAIL ADDRESS OF RESPONSIBLE OFFICIAL
heatherherold@blueterra.us
BUSINESS ADDRESS
865 Rhett St, Winter Garden, 34787
BUSINESS TELEPHONE
(321) 626-6760 or(877) 793-4777
STATE OF INCORPORATION
Florida
FULL NAMES AND ADDRESSES OF PERSONS OR PARTIES INTERESTED IN THE FOREGOING BID,AS
PRINCIPALS:
Heather Herold, CEO
BlueTerra, P.O. Box 783095 , Winter Garden, FL 34778
FULL NAME,TITLE, EMAIL ADDRESS,AND PHONE NUMBER OF PERSON MANAGING THE WORK
UNDERTHIS CONTRACT:
BlueTerra, P.O. Box 783095, Winter Garden, FL 34778
Kevin Perry, Director of Marine Construction, kevinperry@blueterra.us, (973) 769-5271
Village ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 22
Page 329 of 369
Agenda Item #17.
Bid Schedule of Values
Dover Ditch Living Shoreline
BIDDING COMPANY NAME:
ITEM ESTIMATED
NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE EXTENDED VALUE
1 General Conditions LS 1 $ 70,452.38 $ 70.452.38
2 Unclassified Excavation CY 562 $ $33.12 $ 18,613.44
3 Placement and Compaction of Fill CY 51 $ 193.38 $ 9,862.38
4 Filter Fabric SY 1090 $ 10.56 $ 11,510.40
5 Bedding Stone CY 285 $ 85.30 $ 24,310.50
6 Rock Riprap CY 570 $ 83.19 $ 47,418.30
7 Miscellaneous Concrete Sy 20
(as needed) $ 0 $ 0
8 Miscellaneous Asphalt Sy 20
(as needed) $ 52.50 $ 1,050.00
9 Vegetation LS 1
$ 18,112.38 $ 18,112.38
10 Install Sod Sy 720 $ 16.54 $ 11,908.80
11 Remove Bollards EA 3 $ 3,120.79 $ 9,362.37
12 Silt Fence LF 747 $ 12.67 $ 9,464.49
13 Floating Turbidity Barrier LF 114 $ 86.07 $ 9,811.98
14 Protection and Relocation of LS 1
Existing Utilities $ 0 $ 0
15 Debris Skimmer/ Manatee Barrier EA 1 $ 2,500.00 $ $2,500.00
16 Replacement of Existing Fence and LS 1
Gate $ 9.912.38 $ 9,912.38
17 Undefined Conditions Allowance LS 1
$ 50,000 $ 50,000
TOTAL BID PRICE: (ITEMS 1-17)_ $ 304.289.80
TOTAL BID PRICE (ITEMS 1-17) IN WORDS:
Three Hundred and Four Thousand, Two Hundred and Eighty Nine Dollars, and Eighty Cents
Village of Tequesta Utilities Department
Dover Ditch Living Shoreline Page 23
Page 330 of 369
Agenda Item #17.
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 II 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 ("MC"), Web Accessibility Initiative ("WAI"), available at the Web Content Accessibility
Guidelines page.
Required Confirmation:
I, BlueTerra LLC (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.
4 O,al xu, 4 444�z
Representative Signature
06/16/2025
Date
THIS SPACE WAS INTENTIONALLY LEFT BLANK
PROCEED TO NEXT PAGE
Village ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 40
Page 331 of 369
Agenda Item #17.
Bid Bond
*This page should be clearly marked with a tab for easy identification during the bid opening process.
Bidder Surety
Name: BLUETERRA LLC Name: Merchants National Bonding, Inc.
Phone: (321) 626-6760 Phone: (515) 243-8171
Address (principal place of business): Address (principal place of business):
865 Rhett St. PO Box 14498, Des Moines, IA 50306-3498
Winter Garden, FL 34787
Owner Bid
Name: Village of Tequesta Utilities Project(name and location):
Department
Phone: 561-746-5134 Dover Ditch Living Shoreline,Tequesta, Florida
Address(principal place of business):
345 Tequesta Drive
Tequesta, FL 33469
Bid Due Date: June 18, 2025
Bond
Penal Sum: S% of Total Bid Amount Date of Bond: June 18. 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 Village of Tequesta, and as -,
having an Agent resident therein.
Bidder Surety 4
BLUETERRA LLC Merchants National Bo din , Inc:
(Full formal name of Bidder) (Full formal ame o uret J(cop t eat)1
BY: Y QiLd By:
(Signature) (Signat ttoch Power of Attorney)
Name: Heather Herold Name: Jeffrey W. Reich
(Printed or typed) (Printed or typed)
Title: CEO Title: Attorne -In Fact&FL Lic. Resident A ent
Inquiries:407-786-7770
Attest: _ Attest:
(Signature) (Signature)
Jeff Huenink
Name: Name: Meadow Hellandbrand
CFO (Printed or typed) (Printed or typed)
Title: Title: Witness
Notes:(1)Note:Addresses ore to be used for giving any required notice. (2)Provide execution by any additional parties,such
as joint venturers,if necessary.
Village of Tequesta Utilities Department
Dover Ditch Living Shoreline Page 44
Page 332 of 369
Agenda Item #17.
Bid Bond (Continued)
1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators,
successors,and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face
of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of
such penal sum under the terms of this Bond will be Owner's sole and exclusive remedy upon
default of Bidder.
2. Default of Bidder occurs upon the failure of Bidder to deliver within the time required by the Bidding
Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement
required by the Bidding Documents and any performance and payment bonds, Power of
Attorney(s), and Certificates)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 Certificate(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 time specified in the Bidding
Documents (or any extension thereof agreed to in writing by Bidder and, if applicable,
consented to by Surety when required by Paragraph 5 hereof).
4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar
days after receipt by Bidder and Surety of written notice of default from Owner,which notice will
be given with reasonable promptness, identifying this Bond and the Project and including a
statement of the amount due.
S. Surety waives notice of any and all defenses based on or arising out of any time extension to issue
Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing
Notice of Award including extensions does not in the aggregate exceed 120 days from the Bid due
date without Surety's written consent.
6. No suit or action will be commenced under this Bond prior to 30 calendar days after the notice of
default required in Paragraph 4 above is received by Bidder and Surety, and in no case later than
one year after the Bid due date.
7. Any suit or action under this Bond will be commenced only in a court of competent jurisdiction
located in the state in which the Project is located.
8. Notices required hereunder must be in writing and sent to Bidder and Surety at their respective
addresses shown on the face of this Bond. Such notices may be sent by personal delivery,
commercial courier, or by United States Postal Service registered or certified 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 Bond conflicts with any applicable
statute, then the provision of said statute governs and the remainder of this Bond that is not in
conflict therewith continues in full force and effect.
11. The term"Bid"as used herein includes a Bid, offer,or proposal as applicable.
Village of Tequesta Utilities Department
Dover Ditch Living Shoreline Page 45
Page 333 of 369
Agenda Item #17.
MERCHANT
BONDING COMPANY-
POWER OF ATTORNEY
Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,
both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the
'Companies')do hereby make,constitute and appoint,individually,
Cheryl A Foley;Emily J Golecki;Jeffrey W Reich;Kim E Niv;Lisa A Roseland;Nathan K Reich;Robert P OLinn;Sarah K OLinn;Sonja Amanda
Floree Harris;Susan L Reich;Teresa L Durham
their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies In their business of guaranteeing the fidelity of
persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions
or proceedings allowed by law.
This Power-of-Attomey Is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of
Directors of Merchants Bonding Company(Mutual)on April 23.2011 and amended August 14, 2015 and April 27.2024 and adopted by the Board of
Directors of Merchants National Bonding,Inc.,on October 16,2016 and amended on April 27,2024.
'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attomeys-In-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto,
bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof.'
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company,and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the
Attorney-In-Fact Includes any and all consents for the release of retained percentages andlor final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It Is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only,It Is agreed that the power and authority hereby given
to the Attomey-in-Fad cannot be modified or revoked unless prior written personal notice of such Intent has been given to the Commissioner-
Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation.
In Witness Whereof,the Companies have caused this Instrument to be signed and sealed this 24th day of March 2025 -
•.•• •., ......... MERCHANTS BONDING COMPANY(MUTUAL)
•'••.�PS10Ngt�•• • ��O\NG CQ4A•• MERCHANTS NATIONAL BONDING,INC.
Gj:•0(IPO ,,4• p y 00,•0(iP0/� .q . dlbla MERCHANTS NATIONAL INDEMNITY COMPANY
2003 1933c: By
'.,v�•........•:i)?:= ••6�1y'' �1�� President
STATE OF IOWA •'••.,�. .....••• ••.•...•••
COUNTY OF DALLAS ss.
On this 24th day of March 2025 before me appeared Larry Taylor, to me personally known,who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
�P�tiA�s� Penni Miller
Z Commission Number 787952
• • My Commission Expires
[OWN January 20,2027 Notary Public
(Expiration of notary's commission does not Invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do
hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which Is still
in full force and effect and has not been amended or revoked.
In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 18th day of June 2025.
2003 1933 b c, Secretary
Page 334 of 369
Agenda Item #17.
Drug Free Workplace Certificate
I,the undersigned, in accordance with Florida Statute 287.087,hereby certifythat
BlueTerra LLC
(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 S days after such conviction,and requires employees to sign copies
of such written statement to acknowledge their receipt.
S. Imposes a sanction on or requires the satisfactory participation in a drug-abuse assistance or
rehabilitation program, if such is available in the employee's community, by any employee who is
so convicted.
6. Makes a good faith 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,or corporation named
above complies fully with the requirements set forth herein."
Authorized Signature
06/16/2025
Date Signed
State of: Florida
County of: Orange
Sworn to and subscribed before me this day of,)Sme jEfl2 20 25_
xPersonally known or Produced Identification
(Specify Type of Identification)
NKXXE AAORUM
Signature of N6tary NOWryPublk
My Commission Expires-1 1/20/2028 State ofRartda
. COMMI!HH614729
E)VkVs13/204028
Village ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 39
Page 335 of 369
Agenda Item #17.
E-Verify Affidavit
In accordance with Section 448.095, 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.
BlueTerra LLC 33-2467792
Company name Federal Employer Identification No.
e� 06/16/2025
Signature Date
06/16/2025 CEO
Print Name Title
STATE OF FLORIDA
COUNTYOF Orange--
The foregoing instrument was acknowledged before me by means of/physical presence or/ online
notarization, this 06/16/9095(date) by_Heather Herold agent, title of (name of officer or
officer or agent) of BlueTerra LLC (name of contractor
company acknowledging),a Florida (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.
[Notary Sealj Notary Public,
NKXIE MORGAN Nicole Morgan
NotaryPuMk Name typed,printed or stamped
State of Florida
Comm#HH614729 My Commission Expires;
Expires 11/20/2028
Village of Tequesta Utilities Department
Dover Ditch Living Shoreline Page 38
Page 336 of 369
Agenda Item #17.
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) MEASURE(LF,SY) (QUANTITY) gQ§TJ T
A. N/A
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 ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 43
Page 337 of 369
Agenda Item #17.
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
Note: Provide licenses, certifications, experience, and qualification forms for those subcontractors
listed above. Attach additional pages as needed.
Village ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 24
Page 338 of 369
Agenda Item #17.
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 _ % of the work with our own forces. List trades below for which your
organization is qualified to self-perform on this project:
Marine Construction / Dredging / Rip-Rap / Plantings Nurseries / Geotextiles / Skimmer
pera ion
2. Has Bidder ever failed to complete awarded work? No
If so, state where,when and why:
3. State the location of the office from which this contract will be managed.
P.O. Box 783095, Winter Garden, FL 34778
Village ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 25
Page 339 of 369
Agenda Item #17.
Qualification Requirements (Continued)
4. State the number of employees available to complete the work contemplated by this contract.
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).
Kevin Perry, Director of Marine Construction
Blue Terra team member for 1 year. He has 10 years of marine construction and general
Construction experience, completing 48 marine construction projects valued at over$85M.
Previously worked for Sea & Shoreline. Employment verification contact is Carol Schwartz
(813) 240-8787
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).
Kevin Perry, Director of Marine Construction
Blue Terra team member for 1 year. He has 10 years of marine construction and general
construction experience, completing 48 marine construction projects valued at over $85M.
Previously worked for Sea & Shoreline. Employment verification contact is Carol Schwartz
(813) 240-8787.
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).
Various Hand Tools
8. List equipment to be rented by Contractor to complete the Work of this contract. (Attach additional
pages as necessary).
Takeuchi 2150 excavator & Takeuchi TL 10 Skid Loader
Village ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 26
Page 340 of 369
Agenda Item #17.
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 ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 27
Page 341 of 369
Agenda Item #17.
Qualification Requirements (Continued)
As Bidder,we certify the following:
(1) NAME & LOCATION OF PROJECT:
Blue Springs Bank Stabilization Phase III (Orange City. FL)
SCOPE OF WORK: Placing 1,000 lbs. of rock underwater with rigging for structural integrity of the spring run walls, removal
disposal of existing structures, erosion and sediment control and endangered species monitoring.
CHECK ONE OF THE FOLLOWING OPTIONS, BIDDER WAS:
[ I PRIME CONTRACTOR [ I SUBCONTRACTOR
YEAR OF PROJECT: 2022 and 2024
Phase 2: $697,000
CONTRACT VALUE: Phase 3: $885,000 TOTAL VALUE OF CHANGE ORDERS: N/A
REASON FOR CHANGE ORDERS: N/A
CONTRACT START AND COMPLETION DATES: April 2024 to November 2024
WAS PROJECT COMPLETED ON TIME (IF NOT EXPLAIN THE DELAYS): Yes
OWNER OF PROJECT: Florida Fish and Wildlife Conservation Commission (FWC)
OWNER CONTACT:
NAME:Taylor Kroll, PE PHONE NUMBER: (352)339-6736 EMAIL ADDRESS:taylor.kroll@wsp.com
(was with FWC, but is now with WSP)
ENGINEERING FIRM (DURING CONSTRUCTION): WSP Environment & Infrastructure, Inc.
ENGINEER CONTACT:
NAME:John Kiefer PHONE NUMBER: (913)458-2000 EMAILADDRESS�ieferj@bv.com
ADDITIONAL INFORMATION:
Engineer left WSP to take a new position with Black&Veatch
Village ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 28
Page 342 of 369
Agenda Item #17.
Qualification Requirements (Continued)
As Bidder,we certify the following:
(2) NAME & LOCATION OF PROJECT:Three Sisters Spring Shoreline Stabilization (Crystal River, FL)
SCOPE OF WORK: Restored the eroded shoreline surrounding the springs to enhance habitat and water
flow. Project involved endangered species monitoring.
CHECK ONE OF THE FOLLOWING OPTIONS, BIDDER WAS:
[ ] PRIME CONTRACTOR [ ] SUBCONTRACTOR
YEAR OF PROJECT: 2023
CONTRACT VALUE: $728,000 TOTAL VALUE OF CHANGE ORDERS: N/A
REASON FOR CHANGE ORDERS: N/A
CONTRACT START AND COMPLETION DATES: Feb 2024 to June 2024
WAS PROJECT COMPLETED ON TIME (IF NOT EXPLAIN THE DELAYS): Yes
OWNER OF PROJECT: Southwest Florida Water Management District
OWNER CONTACT:
NAME: ,ianie Hagberg PHONE NUMBER:(813) 857-7878 EMAILADDRESS:
janie.hagberg@swfwmd.state.fl.us
ENGINEERING FIRM (DURING CONSTRUCTION): Stan Tech
ENGINEER CONTACT:
NAME: PHONE NUMBER: (415)281-5553 EMAIL ADDRESS:robert.terry@stantec.com
ADDITIONAL INFORMATION:
Village ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 29
Page 343 of 369
Agenda Item #17.
Qualification Requirements (Continued)
As Bidder,we certify the following:
(3) NAME & LOCATION OF PROJECT: Estuarine Habitat Enhancements at FSUCML (St. Teresa, FL)
SCOPE OF WORK: Oyster/Rip-rap reefs as well as embankment renourishment
CHECK ONE OF THE FOLLOWING OPTIONS, BIDDER WAS:
[ ] PRIME CONTRACTOR [ ] SUBCONTRACTOR
YEAR OF PROJECT: 2022
CONTRACT VALUE: $227,163.00 TOTAL VALUE OF CHANGE ORDERS: $30,000
REASON FOR CHANGE ORDERS: To add sand - change requested by project owner
CONTRACT START AND COMPLETION DATES: June 2022 to October 2022
WAS PROJECT COMPLETED ON TIME (IF NOT EXPLAIN THE DELAYS): Yes
OWNER OF PROJECT: Florida Fish and Wildlife Conservation Commission
OWNER CONTACT:
NAME: Taylor Kroll PHONE NUMBER: (352) 339-6736 EMAIL ADDRESS: taylor.kroll@wsp.com
ENGINEERING FIRM (DURING CONSTRUCTION): Amec Foster
ENGINEER CONTACT:
NAME: Amec Foster PHONE NUMBER: (610)828-8100 EMAIL ADDRESS:
cuong.vu@amecfw.com
ADDITIONAL INFORMATION:
Village ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 30
Page 344 of 369
Agenda Item #17.
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.
Village ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 31
Page 345 of 369
Agenda Item #17.
Qualification Requirements (Continued)
15. Describe any significant or unique accomplishment in previous contracts. Include any additional data
pertinent to firm's capabilities.
BlueTerra team members have 10 years experience procuring, designing, permitting,
Constructing, funding, and monitoring 48 marine construction projects valued at over
$85M. Projects included dredging, shoreline stabilizations, rip rap, wave attenuation,
living shorelines, oyster reefs, seagrass restoration, upland plantings, installation of
geo ex I es, etc.
(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: BlueTerra LLC
BY: Heather Herold
TITLE: CEO
DATED: 06/16/2025
NOTARY ATTEST:
SUBSCRIBED AND SWORN TO BEFORE ME
THIS 16th DAY OF June ,2025
NICOLE MORGAN
"rV Public
NOTARY PUBLIC-STATE OF Florida Show OfRorwa
*. . Comma HH614729
MY COMMISSION EXPIRES:11/20/2028 Expires11/20/2028
THIS SPACE WAS INTENTIONALLY LEFT BLANK
PROCEED TO NEXT PAGE
Village of Tequesta Utilities Department
Dover Ditch Living Shoreline Page 32
Page 346 of 369
Agenda Item #17.
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.
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.
Village ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 33
Page 347 of 369
Agenda Item #17.
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 ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 34
Page 348 of 369
Agenda Item #17.
Contractor Safety Qualification Form
SECTION 1: COMPANY INFORMATION
Company Name:BlueTerra LLC
Address 1:P.O. Box 783095
Address 2:
City, State,Zip:Winter Garden, FL 34778
Telephone No.:(321) 626-6760 or(877) 793-4777
Fax No.: N/A
SECTION 2: NAME(S)AND RELATIONSHIPS OF PARENT COMPANY,AFFILIATES,SUBSIDIARIES,
PARTNERS
Company Name: N/A
Address:
City, State,Zip:
Relationship:
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?
1 year
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
2025 1.00 See below
As a first year company, we have a flat 1.00 EMR. We have only done projects in Florida so do
not have an Interstate EMR.
Village ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 35
Page 349 of 369
Agenda Item #17.
Contractor Safety Qualification Form (Continued)
3.4 List the contact information for an insurance broker who can verify your EMR's:
Name: Sean Crane, Baldwon Group
Address 1: 4211 W Boy Scout Blvd
Address 2: Suite 800
City, State,Zip:Tampa, FL 33607
Telephone No.: (866) 279-0698
If you do not have an EMR, please explain:
As a first year company, we have an EMR of 1.00. We do not currently do projects out of Florida so
we do not have an interstate EMR.
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: Year: Year:
Statistic No. Rate No. Rate No. Rate
Lost Workday Cases
Restricted Workday
Cases
Medical Treatment
(not First Aid) Cases
Total Illness Cases
Total Recordable
Cases
Fatalities
4.2 If your company has had fatalities in the past three years include location, cause and corrective
actions in the space below:
N/A
Village ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 36
Page 350 of 369
Agenda Item #17.
Contractor Safety Qualification Form (Continued)
SECTION 5:SAFETY MEETINGS
5.1 Do you require that documented safety meetings be held for:
- Field Supervisors?_Yes_No Frequency: Daily
- Employees? X Yes— No Frequency: Daily
- New Hires? x Yes—No Frequency: Daily
- Subcontractors? Yes_No Frequency: Daily
SECTION 6:SAFETY AUDITS
6.1 Will a representative of your company audit safety practices on this job?
—Yes —No
Name: Kevin Perry Title: Director of Marine Construction
How frequently will the representative visit the project site? Weekly
SECTION 7: HEALTH AND SAFETY PROGRAM
7.1 Does the company have a health and safety program? If yes, please give details below. (The
contractor is encouraged to attach a copy of the program to satisfy this requirement).
We require Superintendents to have OSHA 30 certification and crew members to have OSHA 10 certifications.
7.2 Please give the name and telephone number of your company's health and safety officer, if any:
Name: Kevin Perry Title: Director of Marine Construction
Telephone No.: (973) 769-5271
SECTION 8: HEALTH AND SAFETY CITATIONS
8.1 Attach a list of any State or Federal Health and Safety citations received during the past three
years. N/A
SECTION 9:SIGNATURE OF COMPANY OFFICER
I certify that to the best of my knowledge, information, and belief formed after reasonable inquiry,
the information submitted is true, accurate, and complete.
Name (print): Heather Herold Title: CEO
Signature: �6i4a&/ Date:06/16/2025
Village ofTecluesta Utilities Department
Dover Ditch Living Shoreline Page 37
Page 351 of 369
Agenda Item #17.
4
BlueTerra
Dover Ditch Living Shoreline Proposed Project Schedule
No. Item Start Date End Date Work Days
1 General Conditions 14-Jul 12-Sep Duration of Project
2 Unclassified Excavation 14-Jul 25-Jul 10
3 Placement and compaction 28-Jul 30-Jul 3
of fill
4 Filter Fabric 31-Jul 15-Aug 12
5 Bedding stone 31-Jul 15-Aug 12
6 Rock rip rap 31-Jul 15-Aug 12
7 Miscellaneous Concrete 1-Sep 5-Sep 5
8 Miscellaneous Asphalt 1-Sep 5-Sep 5
9 Vegetation 18-Aug 22-Aug 5
10 Install Sod 25-Aug 29-Aug 5
11 Remove Bollards 14-Jul 14-Jul 1
12 Silt Fence 14-Jul 12-Sep Duration of Project
13 Turbidity Barriers 14-Jul 12-Sep Duration of Project
14 Protection / relocate utilities 14-Jul 12-Sep Duration of Project
15 Debris skimmer/ manatee 8-Sep 12-Sep 5
barrier
16 Undefined conditions 14-Jul 12-Sep Duration of Project
allowance
17 Remove and reinstall fence 8-Sep 12-Sep 5
Page 352 of 369
gen a item .
.L
0
Z
O c
Q
�' J o
N D w
C7 LE
W a' Cn �
c Q m ? � Q o
z o Q � � o
O Z w � o
40. � J �� An CV N 0
Q E f oo o
Q W W �Cie M cf M J
0 LL V LL,U O U c+Ln ~ncz
L
J CN
— LL LLJ � F- U o o +J
OW a z rll� a 2 a U M
lu
Q wcj�
�+
m V)
°= Ow0 W LL Z o
�
oO o
W _
Z � Z
W U = LLJ O
NN OQ v w
Z
2 z `J
N O z o � }' V z u w r 3
m p U r J a o
V J z LL + W U
�O �
z
> VLI Q Qj
o Z w O
W C7
0 O w
V H V F- o I
4' I
Q
o s I
o W H i
� � I
4WRIp9 .
'Cry ❑�
pio, [
Agenda Item
BlueTerra
Kevin Perry/Director of Marine Construction
Contact Information
Phone: 973-769-5271
Email: kevinperry@blueterra.us
Office: P.O Box 783095,Winter Garden, FL 34778
Office Phone: 877.793.4777
Website: blueterra.us
Areas of Specialization
Dredging, Diving,Welding, Bank Stabilizations, Oyster Reef Restorations, Buoy Installations,Seagrass
Restorations, Rip Rap, Drainage, Grading, Grassing, Seeding,Sodding, Landscaping, Roadway Signage
Educational background
Institution Field of Study Degree Year
Commercial Diving Technologies Diving Certification 2018
Mansfield University Science B.S. 2006
Employment
BlueTerra LLC Director of Marine Construction 2024-Present
Sea &Shoreline, LLC Diver,Senior Project Manager—Marine 2019-2024
Anchor Diving and Construction Diver 2019
Bolt Underwater Services Diver 2019
KDP Designs Owner/Operator-General Construction 2012-2018
Peluso Home Improvement Contractor 2008-2012
Training and Certifications Licenses and Permits
• Occupational Diver Certification (DCBC)
• Nitrox Diver Certification (NAUI) • TWIC card (Transportation Worker
• Assoc.Of Divers Contractors Certification Identification Credential)
(ADCI) • Underwater OXY-ARC Cutting/BROCO-
• Open Water Scuba Diver(NAUI) Firewire-Oxylance
• Basic Life Support CPR and First Aid (DAN) • Exothermic&Tubular Electrodes
• Oxygen first aid (DAN) • Exceeds IMCA,ADCI,ANSI guidelines
• Unrestricted Surface Supplied Air Diver • OPITO approved BOSIET&CA-EBS
• Underwater Welding for Commercial Divers
• Top Side Welding for Commercial Divers
• Qualified Rigging for Commercial Diving
• Non-Destructive Testing API/ASNT Visual
Inspection Mag Particle and Ultrasonic
• Job Safety/Hazard Analysis(JSA)Certificate
• Hazmat/Hazwoper
• Active Diver Medical
Projects Executed
• Managed marine construction crew for the following projects:
o Tampa Bay Marina Dredge 2024
o Oyster Reef Enhancement at the FSU Coastal & Marine Laboratory 2024
o Titusville Causeway Multitrophic Restoration and Living Shoreline Resileincy Action Project 2024
o Weedon Island Preserve Salt Marsh Restoration 2024
o Blue Springs Bank Stabilization 2024
o New Pass Terminal Groin Restoration 2024 Page 354 of 369
Agenda Item #17.
o Boggy Bayou Headwaters Restoration Project 2023
o FWC M/V El Dorado Grounding Area Fill &Grade 2023
o City of Naples Oyster Reef Restoration
o Three Sisters Springs Canal Shoreline Stabilization Construction Project 2023
o Catalpa Cove Maintenance Dredging 2022
o Sebastian Inlet State Park Coconut Point Emergency Stabilization 2022
o FWC Fruit Farm Tidal Creek Restoration Phase 2 2022
o FWC Warm Mineral Springs Restoration and Enhancement 2022
o Palma Sol Boat Ramp Navigation Maintenance Dredging 2022
o Hayward Canal Dredging 2022
o FWC Estuarine Habitat Restoration 2022
o Hornsby Spring Restoration 2022
o Marquesas Seagrass Mitigation 2022
o FWC Blue Springs Bank Stabilization 2021
o Mayport Naval Station Dredge 2021
o City of Fort Walton Beach Lake Earl Maintenance Dredge 2021
o City of Naples Oyster Reef Site 3 Restoration 2020
o City of Holmes Beach Navigational Dredge 2020
o John Pennekamp Coral Reef State Park Buoy Installation 2020
o Kings Bay Restoration Project 2019
Page 355 of 369
�II�JJJm #17. DATE(MM/DD/YYYY)
CERTIFICATE OF LIABILITY INSURANCE 3/20/2025
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(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
NAME: Rebecca Oberpriller
The Baldwin Group Southeast LLC PHONE FAX
4211 W Boy Scout Blvd Ste 800 A/C No EXt: 713463-2120 vc,No):
Tampa FL 33607 ADDRESS: rebecca.oberpriller@baldwin.com
INSURER(S)AFFORDING COVERAGE NAIC#
License#:L002281 INSURERA: United Fire&Casualty Company 13021
INSURED BLUELLC-04 INSURERB:American Equity Insurance Comp 43117
BlueTerra, LLC
865 Rhett Street INSURER C:
Winter Garden FL 34787 INSURERD:
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER:793897619 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS
LTR I POLICY NUMBER MM/DD/YYYY MM/DDIYYYY
A X COMMERCIAL GENERAL LIABILITY OMS2500225101 2/4/2025 2/4/2026 EACH OCCURRENCE $1,000,000
CLAIMS-MADE OCCUR DAMAGE TO RENTED
PREMISES Ea occurrence $50,000
MED EXP(Any one person) $5,000
PERSONAL&ADV INJURY $1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000
POLICY PRO LOC PRODUCTS-COMP/OP AGG $1,000,000
X JECT
OTHER:El $
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $
Ea accident
ANY AUTO BODILY INJURY(Per person) $
OWNED SCHEDULED BODILY INJURY(Per accident) $
AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTY DAMAGE $
AUTOS ONLY AUTOS ONLY Per accident
UMBRELLALIAB OCCUR EACH OCCURRENCE $
EXCESS LIAB CLAIMS-MADE AGGREGATE $
DED RETENTION$ $
B WORKERS COMPENSATION ALMA-031325-050856-01 3/15/2025 3/15/2026 X PER OTH-
B AND EMPLOYERS'LIABILITY YIN 1598937Y 3/15/2025 3/15/2026 STATUTE ER
ANYPROPRIETOR/PARTNER/EXECUTIVE [-W] E.L.EACH ACCIDENT $1,000,000
OFFICER/MEMBER EXCLUDED? NIA
(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
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
Waiver of Subrogation in favor of the Certificate Holder applies to State Act Workers Compensation(#1598937Y)if required by written contract,and subject to
terms,conditions,and exclusions of the policy.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
Paychex PEO Holdings, LLC
911 Panorama Trail South AUT ORIZEDREPRE ENT TVE
Rochester NY 14625 r
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Page 356 of 369
Agenda Item #17.
WORKERS COMPENSATION AND EM1PL0YERS'Ll`A 1IUTY
INSURANCE POLICY-INFORMATION PAGE
INSURER: POLICY NO- 202501-15-96-93-7Y
MA'NUEA,CTURERS ALLIANCE
!NSURA14CE COMPANY
NEW BUSINESS
NCO Cornpany No- 20737
Account No,. 1598937
N.J.Tagpayer identli~eation No.
ITLI 11, NAMED INSURED AND MAILING ADDRESS; PRODUCER NANE A KD ADDRESS;
BLUE TtF RA, LLC THE AMERICAN EQUITY UNIDZR BITERS, INC.
P,0. I3o `783095 11 NORTH WATER STREET
WINTER GARDEN FL 34767 32ND FLOOR
MBILE AL 36602-0000
PRODUCER NO.: 1137
LEGAL ENTITY LIMITED LIABILITY CO Y
OTHER WORKPLACES NOT SHOWN ABOVE.- {See Exfenslon Of Infon a ton I} }
rTEM 2, PC OCY PERIOD: ROM'. 03-15-2025 To; 03-15-2026
Effer,tive 12:01 AM. Slwdard Trw at the I.nsured's nailing address.
ITEM 3. COVERAGE,
A. Workers Compensallon Insuranoe; Pert One of Ow palky spplles to the Workers Cessation Law of the Mates
listed here:
FL
A Emplayers' Liability Instar Cart Two of the polity applies to work in each sta4a listed in Ilem 3.A. The tirnits of
liabibty under Part Two we:
Soddy Injury byAc nt: S 1,000,000 each aecidenl
Roddy Injury by Chsease: S 1,00G,000 polwylirrit
Boddy injury by 101sme, $ 1,000,000 each employee
C_ Other SISIBs Insurance: Part Three of the policy applilas to the states.if my. listed here:
PAL AK AZ AR CA CO CT DE AC GA fiI TZ III 1N IA KS KY LA h+M Mb MA MT
W MS M lam' NE t+TSJ" M NJ NM NY NC OE OR PA RX SC SD TN TX UT VT VA
wv wr
D_ This Policy includes these Endorsements and-S u1 es:
See Schedule of Foy and Endorsenvents.
rT4uM 4, PREMIUM: The premium#car this Policy wall be delerminad by our Manuals of Rules, Clwsi6cations,Rates and
Rating Plans. All informant..required on the 1uVorkers Compensation Classification Schedule is subpmt to
Yarifir,ation and change by audit See Cla:s5ifi on Sct"U6,
FL VYorkers Cornp- Insurance
"nimum Premium: $ 1 71 Guaranty Assoc. Surcharge; FL 4'4L'JlRKERS CLOMP. INSUR,AN
Audit Period:ANNUAL Total Es&nalad GUARANTY ASSOC, SURC HAM
,Annuat Prondorn: 542 cDmufli M".
Issued At_ 23 ATLANTA .
Date: 0 4-07-25 Counlersigreed by
VC 00 Ott 111 A CupyTighl 1907 f- tivnal GDurcil em Compv�fivn lr=nnW
;i
Page 357 of 369
Agenda Item #17.
Sworn Statement On Public Entity Crimes
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to City of Tequesta
[print name of the public entity]
by Heather Herold, CEO
[print individual's name and title]
for BlueTerra LLC
[print name of entity submitting sworn statement]
whose business address is P.O. Box 783095, Winter Garden FL 34778
and (if applicable) its Federal Employer Identification Number(FEIN) is:
33-2467792
(If the entity has no FEIN, include the Social Security Number of the individual signing this sworn
Statement: )
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 Paragraph 287.133(1)(b), Florida
Statutes, means a finding or guilt or a conviction of a public entity crime, with or without an
adjudication of guilt, in any federal or state trial court of record relating to charges brought by
indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of
a plea of guilty or nolo contendere.
4. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means:
1. A predecessor or successor of a person convicted of a public entity crime: or
2. An entity under the control of any natural person who is active in the management of the
entity and who has been convicted of a public entity crime. The term affiliate includes
those officers, directors, executives, partners, shareholders, employees, members, and
agents who are active in the management of an affiliate. The ownership by one person
of shares constituting a controlling interest in another person, or a pooling of equipment
or income among persons when not for fair market value under an arm's length
agreement,shall be a prima facie case that one person controls another person. A person
who knowingly enters into a joint venture with a person who has been convicted of a
public entity crime in Florida during the preceding 36 months shall be considered an
affiliate.
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 Utilities Department
Dover Ditch Living Shoreline Page 41
Page 358 of 369
Agenda Item #17.
provision of goods or services let by a public entity, or which otherwise transacts or applies to
transact business with a public entity. The term "person" includes those officers, directors,
executives, partners, shareholders, employees, members, and agents who are active in
management of an entity.
6. Based on information and belief,the statement which I have marked below is true in relation to
the entity submitting this sworn statement. [indicate which statement applies.]
X Neither the entity submitting this sworn statement, nor any officers,directors,executives,
partners,shareholders,employees,members,or agents who are active in the management of the
entity, nor any affiliate of the entity, has been charged with and convicted of a public entity crime
subsequent to July 1, 1989.
_The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity,or an affiliate of the entity has been charged with and convicted of a
public entity crime subsequent to July 1,1989.
_The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity,or an affiliate of the entity has been charged with and convicted of a
public entity crime subsequent to July 1,1939. However,there has been a subsequent proceeding
before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final
Order entered by the Hearing Officer determined that it was not in public interest to place the
entity submitting this sworn statement on the convicted vendor list.
[attach a copy of the final order]
I UNDERSTAND THATTHE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC
ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE)ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND,THAT THIS
FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED, I ALSO
UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A
CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017,FLORIDA STATUTES
FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.
�a
[signature]
Sworn to and subscribed before me this 16th day of June _2025 Personally
known
OR Produced identification Notary Public—State of Florida
My commission expires 11/20/202R
(Printed typed or stamped commissioned name notary public)
NICOLE MORGAN
Notary Public
State of Florida
Comm#HH614729
.10 Expires 11/20/2028
Village ofTequesta Utilities Department
Dover Ditch Living Shoreline Page 42
Page 359 of 369
Agenda Item #17.
Village of Tequesta
345 Tequesta Drive 561-768-0700
Tequesta, FL 33469 www.tequesta.org
BID NO ITB-UTIL 05-01-2025/AF
ADDENDUM NO. 1
TO
CONTRACT DOCUMENTS
ISSUED: 5/30/2025
PROJECT TITLE: DOVER DITCH LIVING SHORELINE (ITB-UTIL 05-01-2025/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 Prebid Meeting Minutes and Sign-In Sheet to the Bid Documents.
PLANS
GN-1: GENERAL NOTES
ADD item 16 to the "Summary of Quantities", "Replacement of Existing Fence and
Gate".
ADD bullet 16 to the "MEASUREMENT AND PAYMENT" section to read:
Payment for the replacement of existing fence and gate shall be made on a lump
sum basis, which shall include all efforts related to the removal and disposal of
the existing fence and gate and installation of a new fence and gate with the
same material and components as existing.
REST-2: RESTORATION PLAN
ADD the landscape specifications to the sheet.
CHANGE detail 1, "SHRUB/GROUND COVER PLANTING & SPACING" to reflect design
information not to be included.
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 360 of 369
Agenda Item #17.
CHANGE detail 2, "SMALL TREE PLANTING: LESS THAN 2" CALIPER" to reflect design
information not to be included.
ADD detail 3, "SOD PLANTING" to the sheet.
TECHNICAL SPECIFICATIONS
MEASUREMENT AND PAYMENT SECTION 01150
CHANGE section 1.06 bullet 16 to read:
16. REPLACEMENT OF EXISTING FENCE AND GATE
Payment for the replacement of existing fence and gate shall be made on a lump
sum basis, which shall include all efforts related to the removal and disposal of
the existing fence and gate and installation of a new fence and gate with the
same material and components as existing.
ADD bullet 17 in section 1.06 to read:
17. UNDEFINED CONDITIONS ALLOWANCE
Included in this item is work associated with unforeseen conditions associated
with the Work of this Contract. This is an allowance, to be used solely at the
discretion of the Owner and any work to be completed under this item must be
specifically approved in writing by the Owner, prior to the Work being initiated.
Owner must approve in writing the mutually agreed upon cost and additional time
(if any) associated with any Work performed under this Item.Any work completed
by the Contractor, under this Item, without the Owner's prior written approval is
at the Contractor's sole risk and may not be approved for payment. The Owner
reserves the right to award any, all, or none of this Allowance.
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 361 of 369
Agenda Item #17.
Village of Tequesta
345 Tequesta Drive 561-768-0700
Tequesta, FL 33469 www.tequesta.org
BID NO ITB-UTIL 05-01-2025/AF
ADDENDUM NO. 2
TO
CONTRACT DOCUMENTS
ISSUED: 6/10/2025
PROJECT TITLE: DOVER DITCH LIVING SHORELINE (ITB-UTIL OS-01-2025/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
SUBMISSION OF BID THROUGH DEMANDSTAR
Bidders are advised that the following documents are listed on DemandStar to be
submitted with a bid but are not required to be submitted. Certification of these items is
included within other forms required to be submitted. Please submit a blank page for
these documents with your bid. Non-submission of these documents will not disqualify a
bidder or result in a non-responsive bid.
• Statement of Disputes
• Noncollusion affidavit
• Scrutinized Companies Certification Form
FRONT END DOCUMENTS
REPLACE the cover sheet of the bid documents with the cover sheet included in this
Addendum.
CONTRACTOR QUESTIONS AND VILLAGE ANSWERS
ADD the Contractor Questions to the Bid Documents.
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 362 of 369
Agenda Item #17.
PLANS
GN-1: GENERAL NOTES
REPLACE bullet 3 in the "MEASUREMENT AND PAYMENT" section to with bullet 3
below:
Payment for placement and compaction of fill shall be measured per cubic yard
of fill placed and compacted on the site per FDOT standard specification 120-8.
This includes cleanup and finished grading of the site.
TYP-1: TYPICAL SECTIONS
ADD "BEDDING STONE BELOW HIGH TIDE WATERLINE" and "BEDDING STONE ABOVE
HIGH TIDE WATERLINE" to the legend.
DET-1: DETAILS
CHANGE detail 3, "DEBRIS SKIMMER/MANATEE BARRIER", to become detail 2.
CHANGE detail 2, "BANK STABILIZATION", to become detail 3, and REPLACE it with the
South Florida Water Management District construction detail for bank
stabilization included in the revied Detail sheet provided in this addendum.
TECHNICAL SPECIFICATIONS
MEASUREMENT AND PAYMENT SECTION 01150
REPLACE section 1.06 bullet 3 with bullet 3 below:
3. PLACEMENT AND COMPACTION OF FILL
Payment for placement and compaction of fill shall be measured per cubic yard
of rill placed and compacted on the site per FDOT standard specification 120-8.
This includes cleanup and finished grading of the site.
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 363 of 369
Agenda Item #17.
Village of Tequesta
345 Tequesta Drive 561-768-0700
Tequesta, FL 33469 www.tequesta.org
BID NO ITB-UTIL 05-01-2025/AF
ADDENDUM NO. 3
TO
CONTRACT DOCUMENTS
ISSUED: 6/13/2025
PROJECT TITLE: DOVER DITCH LIVING SHORELINE (ITB-UTIL 05-01-2025/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
CONTRACTOR QUESTIONS AND VILLAGE ANSWERS
ADD the Contractor Questions and Village Answers to the Bid Documents.
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 364 of 369
Agenda Item #17.
Village of Tequesta
345 Tequesta Drive 561-768-0700
Tequesta, FL 33469 www.tequesta.org
BID NO ITB-UTIL 05-01-2025/AF
ADDENDUM NO. 4
TO
CONTRACT DOCUMENTS
ISSUED: 6/16/2025
PROJECT TITLE: DOVER DITCH LIVING SHORELINE (ITB-UTIL 05-01-2025/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
FRONT END DOCUMENTS
REPLACE the Bid Schedule of Values in the bid documents with the Bid Schedule of Values
included in this Addendum.
END OF ADDENDUM 4
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 365 of 369