Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Documentation_Regular_Tab 08B_07/22/1999
s ~_. Il s: RESOLUTION NO. 43-98/99 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, APPROVING THE BID AWARD FOR THE REVERSE OSMOSIS TREATMENT PLANT LANDSCAPING IRRIGATION SYSTEM TO FLORIDA DESIGN CONTRACTORS, INC. OF LAKE PARK, FLORIDA, IN THE AMOUNT OF $19,890, WITH FUNDS BEING APPROPRIATED FROM THE WATER REVENUE BONDS, SERIES 1998, AND AUTHORIZING THE VILLAGE MANAGER TO EXECUTE THE APPLICABLE CONTRACT ON BEHALF OF THE VILLAGE. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, AS FOLLOWS: Section 1. The Contract for the Reverse Osmosis Treatment Plant Landscaping Irrigation System with Florida Design Contractors, Inc. of Lake Park, Florida, in the Amount of $19,890, Attached Hereto as Exhibit "A" and Incorporated by Reference as Part of this Resolution is Hereby Approved and the Village Manger is Authorized to Execute the Applicable Contract on Behalf of the Village. THE FOREGOING RESOLUTION WAS OFFERED by Councilmember who moved its adoption. The motion was seconded by Councilmember and upon being put to a vote, the vote was as follows: FOR ADOPTION AGAINST ADOPTION i The Mayor thereupon declared the Resolution duly passed and adopted this 22nd day of July, A.D., 1999. MAYOR OF TEQUESTA ATTEST: Ron T. Mackail Joann Manganiello Village Clerk WP80\MyFiles\Resolutions\43-98-99 Village of Tequesta Memorandum To: Thomas Bradford, Village Manager From: Matthew J. Morrison, Utilities Director L~ Date: July 14, 1999 Subject: Resolution No. 43 - 98/99 -Approving Bid Award for the RO Water Treatment Plant Expansion Irrigation System Improvements At 2:00 p.m., on July 14, 1999, bids for the Reverse ,Osmosis Water Treatment Plant Expansion -Irrigation System..Improvements were opened. Two bids were received and are summarized in Table 1 as attached. The Utilities Department has reviewed and evaluated the bids and the qualifications of the bidders (Attachments 1 and 2). In reviewing the same, staff recommends award of the bid to Florida Design Contractors, Inc. in the amount of $19,890. Funding for the Irrigation System Improvements will be provided for from the Water Enterprise Fund, 1998 Series Bond Construction Fund having a Fiscal Year 1.998/1999 budget allocation of $50,000. Please place the Bid Award for the Water Treatment Plant Expansion - Irrigation System Improvements on the July 22, 1999, Village Council Meeting Agenda for consideration by the Members. . Thank you. attachments ' ~ Village of Tequesta R. O. Water Treatment Plant Expansion Irrigation System Improvements TABLE 1 Bid Opening - Wednesday, July 14, 1999 at 2:00 P.M. 136 Bridge Road Time Bid Bid Amount Company Received Jerry Lunaford Butler Construction Co. m 40 1 $29,045 with bond 4807 Georgia Avenue p. . : $28,754 w/out bond West Palm Beach, F1 33406 Terry Ring Florida Design Irrigation, Inc. m 12 58 $19,890 with bond 1326 S. Killian Drive . : p. $19,890 w/out bond Lake Park, FL 33403 Gazebo Landscape Maintenance 2635 Electronic way advised - unable to bid West Palm Beach, FL 33407 Palm Beach Maintenance, Inc. 9337 Howell Lane no bid Palm Beach Gardens, FL 33418 Sunnyland Irrigation 3114 45th Street no bid West Palm Beach, FL 33407 Mark Tomberg Irrigation 5299 Lantana Road no bid Lantana, FL 33462 Rood Landscaping 4546 County Line Road advised - unable to bid. Tequesta, FL 33469 ATTN: Brad Trubey Terracon Services, Inc.; 743-1129 P. O. Box 2666 advised unable to bid Jupiter, FL 33468 Witness: ~~~~ Matt ew J. Morrison Witness : ~y~'ru!.e/7^ ~'-"`mil Marilou Kuper . ATTACHMENT "1~" VILLAGE OF TEQUESTA EXHIBIT "A" R.O. WATER TREATMEN'T' PLANT EXPANSION IRRIGATION/SYSTEM IMPROVEMENTS BID QUOTATION OF : Name : ~~ ~2t~L1A ~~ Sc G~ GU~`~'~~~~ ~~ ~- Addr e s s : _ (3.Z~ S. K-~ ~-~- ~ ~ ~-~. ~ ~~ Telephone No.: ~~J-848 J~7~t2- J to provide complete guidelines and perform all work in accordance with the specifications and contract documents attached hereto for the: Village of Tequesta P. O. Box 3273 Tequesta, FL 33469-0273 Gentlemen: The undersigned Bidder has carefully examined the plans, specifications, contract documents and the site of the proposed work and is familiar with the nature and extent of the work and any local conditions that may in any manner affect the work to be done and the equipment and labor required. The undersigned agrees to do all work called for by said specifications and contract documents, in the manner prescribed therein and to the standards of quality established by same at a cost to the Village of Tequesta equal to the total amounts indicated below: A. IRRIGATION SYSTEM Unit Cost Es•t. Cost 1. Toro-570-15-F 1 ea. ~o ' ao - 2. Toro-570-15-TQ 1 ea. ~Ip~ X10 3. Toro-570-15-TT 1 ea ~(~ - p?~ 4. a) Toro-570-15-H 36 ea. ~~ - '~~j) 5. a) Toro-570-15-Q 7 ea. ~~ ~ ~~o 6. a) Toro-570-12-H 10 ea. ao - goo 7. a) Toro-570-12-Q 4 ea. 80 8. Toro-570-10-H 18 ea. _ ~~ 9. a) Toro-570-10-Q 3 ea. ~~ ~~ 10. Toro-570-10-TQ 1 ea. oCo^ ~~ -- 11. Toro-570-8H 3 ea. - ~~ 12. Toro-570-4-SST 2 ea. ~ - ~Q _ 13. Toro-570-4-EST 4 ea. - 80 "- 14. a) Toro-5600-5.0 15 ea. ?~ ~ ~~~ BQ-1 15. Toro-5600-2.5 1 ea. ,C~~ ' /~~ 16. Toro-5600-1.3 5 ea. 6~1~ - a0a 17. Toro-570-FB-100 13 ea. a0 a(0~ 18. Toro-5770-FB2000 15 ea. 0~0 - ~ 06 - 19. Hardie 700-2" Electrical Valve 6 ea. yo0 °~~~ ' 20. 2" Back Flow Preventer 1 ea. ,y/~U - /~~O 21. 2 " Gate Valve 1 ea . ~ - a~ - 22. Risers 31 ea. ~ _ 93 23. 1" PVC Pipe 900 Ft. _ qj~ - 24.' 1-1/4". PVC Pipe 860 Ft. ~ cf3tj 25. 1-1/2" PVC Pipe 650 Ft. Y r~J~"' 1T0~~J~( 26. 2" PVC Pipe 450 Ft. a~~0 9~ 27. 2-1/2" PVC Pipe 190 Ft. a,~ C~a7.~ 28. 3" PVC Pipe 375 Ft. , 5~ ~3~,~(~ 29. Connection to Potable System Lump Sum ~~~+ ~ 10~~, 30. System Controller 1 ea. (~(~ - (pQ~, r SUBTOTAL, ITEM A (IRRIGATION. SYSTEM) $ 1 t, 1 ~;~ Price includes hand digging of all trenching, excavation and backfilling. B. WELL (IRR - 1) 1. For providing all equipment, material and labor necessary to drill, construct and' develop one (1) irrigation well and perform all site cleanup/restoration. Included in the unit price is: Drilled 10 inch diameter hole to a depth of 65H below land surface, 55 Ft. of 4-inch Schd. 80 PVC casing, 10 ft. of 4 inch Schd. 80 PVC screen, complete gravel pack from 42 ft. BLS to 65 ft. BLS, fill sand from 39 ft. BLS to 42 ft. BLS, grout from surface to 39 ft. BLS, 8 hours of development time, 2 hours of pump tests, well head completion, and all other necessary incidentals. ~- Unit Price Per Well (Sub-Total B.) $ ~~J`~°~ /well Adjustments BQ-2 ATTAC}~QENT 1 1.1 For drilling more or less than s5 ft. of l0 inch diameter bore hole. Per Foot Price of $ ~_,_,_/ft. 1.2 For furnishing and installing more or less than 55 ft. of 4-inch SCHD. 40 Galvanized /~ Pipe Per Foot Price of $ i ~, `f~ft. i . 3 Fcr f~.._ :~.~: = =~ and installing more or less than 10 ft. o` 4-inch PVC Screen. ~~~ /ft. Per foot price of - S -- 1.4 For more or le.s that. a ho•.:re of development _ time . ter hour price of $ f t . 1.5 For more or lees than 2 hcurs of pump testing • Per hour price of $ ~ ~ ~ /ft . C. well Equipment 1. For prop::ding all equipment, material and labor necessary to equip the irrigation well in accordance with these specifzcaticr._. • Included in tre lump sum price is: Submersible pump/motor, 2-inch Sched. 40 galvanize3 column pipe, wellhead fabrication, calvanizec pipe and fittings above grade, A.?V, valves val tie-in to irrigation system, all electrical upg=ales/components/panels and connections/testing, corcre~e (3 ft. x 3 ft., min) wellhead slab at grade, testing and inetructaon, and all other incidental items required for a complete operational sye*am. (Refer bo Exhibit A) _ Lump Sum Price, Well Equipment (Subtotal Item C.). $ ~ ~ 53 D. 1) Deduct for no Performance Bond $ ( C7 __~ 2) Deduct for r_o Payrcent coral - $ ) E. Total (I*ems R, B, & C) $ F. Total (Items A, B, C, & D) .. $ ~ ~' ~Q~, Note: Ineidental® such as grading, tools, fittiags, control wiring, adhaaive cement, electrical equzpraant, etc., to be included in the price of the related item. The undersicned also agrees as follows: 1. To per`orm additional services sad provide necessary equipment, facilities, and materials for work rot covared by the above Bid Quotations, which may be authorized by the Village and to accept as full compensation, therefore, such prices ae nay be agreed upon in BQ-3 writing by the Village and the Contractor in accordance with Item 14, in General Conditions, (Claims for Extra Cost). 2. To commence work no later than August 1, 1999 or within five (5) days after the date of written Notice to Proceed, to substantially complete the entire Work within thirty (30) consecutive calendar days after the date of written Notice to Proceed, subject to such extensions of time allowed by the Conditions of the Contract, and to achieve Final Completion of the work by no later than fifteen (15) days after the actual date of substantial completion. Accompanying this pro osal is a certified check or a Bid Bond in the amount of $ ;3_~e ~ ~Ji~AI~'k)u~(not less than three percent- (3%) of the base bid), made payable to the Village of Tequesta, which is to be forfeited ~as liquidated damages, if, in the .event this proposal. is accepted, the undersigned- shall fail to execute the contract and fuYnish satisfactory contract bond under the conditions and within the time specifiec_i in the proposal; otherwise said certified or cashier's check or Bid Bond is to be returned to the undersigned. ~-1~ --y- Dated this ~ day of ~Y ~ 1999• CONTRACTOR : IaR i ~/~} b1~ GYY) ~~ ~' `~~~ ~S ~`' ~ ADDRESS: /~~~ ~. ~~ ~~ig-J ~r~,1e BY: - CORPORATE SEAL - BQ-4 ~reSi ~,l-e-~n~ B . Proposed S~unb/contractors : ,n/~ 1. Name: 1~1/r~a~'~ ~~~ U~r~r1r Address : ~13G 1 ~ 2 ~ 1 ~ ~-~c~ ~~~'`~~ Phone No . ~~ 77,~-98:~ Responsibility: ~/-e~ ~^-~~C~r'S 2. Name: Address: Phone No. Responsibility: QB-2 rtilc/FOCms (21Bids.6.16.93 QUALIFICATIONS OF BIDDERS A. Three (3) references for similar irrigation system improvements projects (completed or current) performed} by Bidderr. /' 1. Name of Firm, Cityy, County or Agency: NA-~-h 3e~es~.Cr~t+dr~ 0% /'nc~cK f'.oo~ ~~ Ash Address : ,~O~~GY~ra~. ~~~ ~ l;t~ P.~l Telephone No. ~! 0 3"3 ~ ~ ` /~ Contract •_ Title: gNf,~ ~FS1~ ~,~ 7 Summary of Services Performed: Contract Dates: From. 1999 To: 200_ ' 2 . Name of Firm, City, County or Agency: ~U~~t~~ ~~~ ~ea~ ~~ C/o m a ~'r7os t +~~`~ Address : C~z~ (~Ck(. Telephone No. c~-o'3~ W . Pa.Q vr~ //~~ I ` I ~, Contract: rn. r~S~~J~ Title: „~(9f1 f~,lDi'~f.V~QI~°C1 ~'~7c'~'e~a~~ Summary of Services Performed: ~Gt~ I~o~~~.~F}~,~ ~fri Contract Dates: From 1999 To: 200_ 3 . Name of Firm, City, County or Agency: I`~-eSG , f I~~~-~ `~' ~~~:. Address: ~~Q-~ ~©2_.~~ Telephone No. ~33'3~~co Contract : ~. I'~('t.~nl.~ Title : ~0%rl i C1.C C`S~~- ~` ~/E Summary of Services Performed: Contract Dates: From 1999 To: 200_ QB-1 United States Fidelity and Guaranty Company Baltimore, tilaryiand A Stock Company // .. ~USF~~` III1811tE Bid Bond Bond Number ........:............... Know A!1 Men By 7hesE Presems: That ...FLORIDA ,DESIGN .~4~R-E~GTO~S.~..ENG ............................................... . ...........................:.................... of 1326 S :. ~~LLIAN. DA•., . ~~. P~K~..k'I ..~340~ ...................................................... . as Principal, and United States Fdelity and Guararrry Campamr, a Maryland corporation, as Surety, are held and firmly bound unto VILLAGE.OF .TEQUESTA .. . .. . .. . .... . . • .. asGbligee,inthefullandjustsumof ...3%.OF T[iE,AMOUNT.BID,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, .............................................................................................. Dollars. lawful money of the United States, for the payment of write sum, well and truly to be made, we bind ourselves, our heirs, exEr;ltcrs, adminis~aters, suc~~ss, rs, and assigns, jointly and sa~rerally, firmly by theca presents. Whereas ~e said Principal is herewidt submitting its proposal RO WATER TREATMENT PLANT IRRIGATION SYSTEM IMPROVEMENTS The Condition Of This Obligation is s::ch that if ~e aforesaid Principal shall be a~rrcrded the ccritract the said Principal will, within ~e time required, enter into a formal CcntraCt and give a good and stfficient band to secsre the performance of the terms and conditions of the contras:, then this obligation to be void: othe.~wise the Principal and Surety will pay unto ~e Obligee dte dit;erenca in-money b~er~vesn the amount of the hid of the said Principal and the amount for whic.~t the Chligee legally ccntrac~.s with another part' to perform the weric if the latter amount be in ex:ss of the farmer, but in no evert s;,all liability hereunder exaed the penal sum hereof. Signed, se.led and delivered JETLY,14 x .1999 , , . fCatel FLORIDA DESIGN CONTRACTORS, INC. lga,;l ..... .: Q/,tZ7L .r ~c:....... (saa~t 141I~ 7 5:.1~c.3 RIIE..TI,iPID GJARAHiY CIIMPA2tY ..BEN. .. H. FRENCH, ............... Arcmey-~n-~'ac, & FLA. RESIDENT AGENT The~'PdU~ Power of Attorney No. POWER OF ATTORNEY Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. 20138 Certificate No. -•- ! -- KNOW ALL MEN BY THESE PRESENTS: Tha[ Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guazdian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guazanty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guazanty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Benjamin H. French of the City of Ocala ,State Florida , their true and lawful Attorney(s)-in-Fact, each in their sepazate capacity if more than one is named above, to sign its name as surety to, 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed this 18th day of March 1999 Seaboard Surety Company United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company ~~~//A~~, ~ /~ S~rfy `e,~[~t O\~~^.~SG,- Jp~.~l!yUq~ F~Y'~ -`W+~•• •~ ~ ~ V" 1927 ~ " ~i `;m ~+ '"~ ~ t~ _ `~ ~ 9TJ ~ MICHAEL B. ICEEGAN, Vice President s "~SEAL1c ~1S87F.L`3 N a.7 ~,~ 1951 S[ate.of Maryland 1 City of Baltimore MICHAEL R. MCKIBBEN, Assistant Secretary 18th March ~;, `"> 1999 ~ ,before me, the undersi ned officer, ersonall a aced Michael B. Keenan and On this day of g P Y PPe o Michael R. McKibben, who acknowledged themselves to be t1te: Vice I?r~sident and Assistant Secretary, respectively, of Seaboazd Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance~Cpmpany, St~Paul ]Vleicury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guazanty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the `corporations by themselves as duly authorized offi~c/er~s1,.~/~ ~ ~ y,~~~~ In Witness Whereof, I hereunto set my hand and official seal. m~c'~p~`n ~~~;Q " _""_ ~Q~/u . ~~"r """"~' ATTACHMENT "2" VILLAGE OF TEQUESTA R.O. WATER TREATMENT PLANT EXPANSION IRRIGATION SYSTEM IMPROVEMENTS BID QUOTATION OF: Name: BUTLER CONSTRUCTION COMPANY Address: 4807 GEORGIA AVENUE Telephone No.: 561-832-9700 to provide complete guidelines and perform all work in accordance with the specifications and contract documents attached hereto for the: Village of Tequesta P. O. Box 3273 Tequesta, FL 33x69-0273 Gentlemen: ~ . The undersigned Bidder has carefully examined the plans,- specifications, contract documents and the site of the proposed work and is familiar with the nature and extent of the work and any local conditions that may in any manner affect the work to be done and the equipment and labor required. The undersigned agrees to do all work called for by said specifications and contract documents, in the manner prescribed .therein and to the standards of quality established by same at a cost to the Village of Tequesta equal to the total amounts indicated below: A. IRRIGATION SYSTEM Unit Cost Est. Cost 1. Toro-570-15-F 1 ea. 24.00 24.00 2. Toro-570-15-TQ 1 ea. 24.00 24.00 3. Toro-570-15-TT 1 ea 24.00 24.00 ~. a) Toro-570-15-H 36 ea. 24.00 864.00 5. a) Toro-570-15-Q 7 ea. 24.00 168.00 6. a) Toro-570-12-H 10 ea. 24.00 240.00 7. a) Toro-570-12-Q ~ ea. 24.00 96.00 8. Toro-570-10-H 18 ea. 24.00 432.00 9. a) Toro-570-10-Q 3 ea. 24.00 72.00 i0. Toro-570-10-TQ 1 ea. 24.00 24.00 11. Toro-570-8H 3 ea. 24.00 72.00 12. Toro-570-~-SST 2 ea- 24.00 48.00 13. Toro-570-4-EST ~ ea. 24.00 96.00 la. a) Toro-5600-5.0 15 ea. 47.00 705.00 BQ-1 15. Toro-5600-2.5 1 ea. 47,00 47.00 16. Toro-5600-1.3 5 ea. 47.00 235.00 17. Toro-570-FB-100 13 ea. 23.00 299.00 18. Toro-5770-FB2000 15 ea. 23.00 345.00 19. Hardie 700-2" Electrical Valve 6 ea. 464.00 2784.00 20. 2" Back Flow Preventer 1 ea. 464.00 464.00 21. 2" Gate Valve 1 ea. 23.00 23.00 22. Risers 31 ea. 4.00 124.00 23. 1" PVC Pipe 900 Ft. ,30 270.00• 24. 1-1/4" PVC Pipe 860•Ft. ,60 516.00 25. 1-1/2" PVC Pipe 650 Ft. ,90 585.00 - 26. 2" PVC Pipe X50 Ft. 2,50 1125.00 27. 2-1/2" PVC Pipe 190 Ft. 3.00 570.00 28. 3" PVC Pipe 375 Ft. 3.00 1125.00 29. Connection to Potable system Lump Sum 1213.00 1213.00 30•. System Controller 1 ea. 696.00 696.00 SUBTOTAL, ITEM A (IRRIGATION SYSTEM) $13310.00 Price includes hand digging of all trenching, excavation and backfilling. B. WELL (IRR - 1) 1. For providing all equipment, material and labor necessary to .drill, construct and develop one (1) irrigation well and perform all site cleanup/restoration. Included in the unit price is: Drilled 10 inch diameter hole to a depth of 65H below land surface, 55 Ft. of 4-inch Schd. 80 PVC casing, 10 ft. of ~ inch Schd. 80 PVC screen, complete gravel pack from 42 ft. BLS to 65 ft. BLS, fill sand f roan 3 9 f t. BLS to ~ 2 f t. BLS, grout from surface to 39 ft. BLS, 8 hours of development time, 2 hours of pump tests, well head completion, and all other necessary incidentals. Unit Pricc Per 6~1e'11 (Sub-Total B. ) $ 4469.00 /well Adjustments BQ-2 ' ATTACHMENT 1 1.1 For drilling more or less than 65 ft. of 10 inch diameter bore hole. Per Foot Price of $ 18.00 /ft . 1.2 For furnishing and installing more or less than 55 ft. of 4-inch SCHD. 40 Galvanized Pipe Per Foot Price of $ 14.40 /ft . 1.3 For furnishing and installing more or less than 10 ft. of 4-inch PVC Screen. • Per foot price of $ 600.00 /ft . 1.4 For more or less than 8 hours of development time. Per hour price of $100.00 /ft., • 1..5 For more or less than 2 hours of pump testing ., Per hour price of .'. . C. Well Equipment $ 250'.00 /fit. 1. For providing all equipment, material and labor necessary to equip the irrigation well in accordance with these specifications. Included in the lump sum price is: Submersible pump/motor, 2-inch Sched. 40 galvanized column pipe, wellhead fabrication, galvanized pipe and fittings above grade, ARV, valves val tie-in to irrigation system, all electrical upgrades/components/panels and connections/testing, concrete (3 ft. x 3 ft.,.min) wellhead slab at grade, testing and instruction, and all other incidental items required for a complete operational system. .(Refer to Exhibit A) -- Lump Sum Price, Well Equipment (Subtotal Item C.). $ 11266.00 D. 1) Deduct for no Performance Bond. $ ( 291.00 ) 2) Deduct for no Payment Bond $ (IN ABOVE ) E. Total (Items A, B, & C) $ 29045.00 F. Total (Items A, B, C, & D) .. $ 28754.00 Note: Incidentals such as grading, tools, fittings, control wiring, adhesive cement, electrical equipment, etc., to be included in the price of the related item. The undersigned also agrees as follows: 1. To perform additional services and provide necessary equipment, facilities, and materials for work not covered by the above Bid Quotations, which may be authorized by the Village and to accept as full compensation, therefore, such prices as may be agreed upon in BQ-3 writing by the Village and the Contractor in accordance with Item 14, in General Conditions, (Claims for Extra Cost). 2. To commence work no later than August 1, 1999 or within five (5) days after the date of written Notice to Proceed, to substantially complete the entire work within thirty (30) consecutive calendar days after the date of written Notice to Proceed, subject to such extensions of time allowed by the Conditions of the Contract, and to achieve Final Completion of the ~ti'ork by no later than fifteen (15) days after the actual date of substantial completion. Accompanying this proposal is a certified check or a Bid Bond in the amount of $ SEE BID BOND (not less than three percent (3s) of the base bid), made payable to the Village of Tequesta, which is to be forfeited as liquidated damages, if, in the event this proposal is accepted, the • undersigned shall fail to execute the contract 'and furnish satisfactory contract bond under the conditions and within the time specified in E.he proposal; otherwise said certified or cashier's check or Bid Bond is to be returned to the undersigned. Dated this 14TH day of JULY 1999. CONTRACTOR: BUTLER CONSTRUCTION COMPANY ADDRESS: 4807 GEORGIA AVENUE l WEST PALM BEAC FL 33+05 BY: ~ ~ Uvy~ (Signature & Title) - CORPORATE SEAL - BQ-4 QUALIFICATIONS OF BIDDERS A. Three (3) references for similar irrigation system improvements projects (completed or current) performed by Bidder. 1. Name of Firm, Cit}~, County or Agency: Address: Telephone No. Contract: Title: Summary of Services Performed: Contract Dates: From. 1999 To: 2. Name of Finn, City, County or agency: Address Contract: Summary of Services Performed: Contract Dates: From 1999 To: 3. Name of Firm, City, County or Agency: Address: Contract: Summary of Services Performed: Contract Dates: From 200_ Telephone No. Title. 200 Telephone No. Title: 1999 To: 200_ QB-1 S. Proposed Subcontractors: "~ / 1 . Name : ~ /2 /~ L7f1 ~IJ~S 1 F7~ .-f-(2 ~2( ~'T J'~--1~C71J 13Z~ S', ~ ~ / ~ ` c ~ ~ rZ-e' mac., ~-~ lcR._. ~~v l Address: / _ C Phone No . ~~ S ' / Z 3 Responsibility: ~~~~ ~i~i`74n~ 2 . Name : fi / 5 ~~ L L'ec?7Zl ~ Address: Phone No. Responsibility: L LeG jr~-[ L QB-2 n:</F~c-u (21 B'_ds. 6 .16 .93 Bond No. CiZF~T ~11IEluC~tV INSUIir~t11CE GOMP~1tY ' OHIO BID BOND Approved by The American Institute of Architects, A.I.A. Document No. A 310 February 197D Edition KNOW ALL MEN BY THESE PRESENTS, that we BUTLER CONSTRUCTION COMPANY, INC . , 4807 GEORGIA AVENUE, WEST PALM BEACH, FL 33405 as Principal, hereinafter called the Principal, and the -CA.EAT AMERICAN INSURANCE COMEANY, a corporation duly organized under the laws of the State of •. .. Ohio, with Administrative Offices at 580 Walnut Street, Cinpinnati, Ohio 45202, as Surety, hereinafter called the Surety, are held firmly bound unto VILLAGE OF TEQUESTA, 136 BRIDGE ROAD, TEQUESTA, ~'L 33649 as Obligee, hereinafter called the Obligee, -----°°--'°-- 37 OF BID----- -------------------------------- in the sum of _ collars (S --3~-- ), for the payment of which sum well and truly to be made, and the said Principal and the said Surety, bind ourselves, our heirs, executors; administrators, successors and assigns, jointly and severally, firmly by these presents. WATER TREATMENT IRRIGATION SYSTEM WHEREAS, the Principal has submitted a bid for IMPROVEMENTS. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 14th day ~„ In the presence of: BUTLER C F,9630 - (3/82) JULY 99 CLEAT AIVE.RK~11V INSURr1NCE ~MP~~M(' 580 WALNUT STREET • CINCINNATI, OH10 45202.513-369-5000 • FAX 513-723-2740 POWER OF ATTORNEY The number of persons authorized by this power of attorney is not more than F'j`jE No. 016532 KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; for all obligees including any and all consents required by the Department of Transportation, State of Florida, incident to the release of retained percentages and/or final estimates; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power SAM L. FT.T.TNG~N AUDREY BOYD ALL OF _ AIL N1AL~Ck7B G. MCCANIPBFaL? FREIDA JONES WEST PALM BEACfi, FLORIDA $10, 000, 000 BRIAN C07'I'RII.Z This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. , IN WITNESS WHEREOF the GREAT AMERICAi~ INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 2r~1 day of October _ , 1998 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON - ss: On this 21~ day of OCtObP.r~ 1~9$ before me personally appeared DOUGLAS R. BOWEN, to me known, being duly sworn, deposes and says that he reside in Incmnati, Ohio, that he is the Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993. RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be and herebyis authorized, from time to time, to appoint one ormoreAttorneys-In-Fact to execute on behalfofthe Company, as surety, anyand all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,• to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may 6e affxed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract orsuretyship, orother written obligation in the nature thereof, such signature and seal when so used beinghereby adopted by the Company as the original signature ofsuch officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and aze now in full force and effect. Signed and sealed this 14th day of JULY 1999 S 1 157C (I 1 /97) (FLORIDA)