Loading...
R24-071 1 RESOLUTION NO. R24-071 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, 4 APPROVING TASK ORDER SW-17-2024 WITH JOHNSON-DAVIS, INC., 5 FOR GRAVITY SANITARY SEWER POINT REPAIRS, AND PURCHASE 6 ORDER FOR AN AMOUNT NOT TO EXCEED $298,425; PROVIDING AN 7 EFFECTIVE DATE;AND FOR ALL OTHER PURPOSES. 8 9 WHEREAS, the City issued a Request for Qualifications ("RFQ") No. 028-2821-19/MFD- 10 Pre-Qualification of Contractors for Minor Utility Construction Services; and 11 WHEREAS, on January 30, 2020, the City and Johnson-Davis, Inc. ("Contractor"), entered 12 into a Minor Utility Construction Services Agreement (the "Agreement") for RFQ No. 028-2821- 13 19/MFD for Pre-Qualification of Contractors for Minor Utility Construction Services; and 14 WHEREAS, the City issued an Invitation to Bid ("ITB") for Task Order No. SW-17-2024 15 for Gravity Sanitary Sewer Point Repairs; and 16 WHEREAS, the City selected Johnson-Davis Inc., for Task Order No. SW-17-2024 for 17 Gravity Sanitary Sewer Point Repairs; and 18 WHEREAS, the City Commission of the City of Boynton Beach, Florida, deems it to be in 19 the best interests of the citizens and residents of the City of Boynton to approve Task Order No. 20 SW-17-2024 for Gravity Sanitary Sewer Point Repairs with Johnson-Davis Inc., and a Purchase 21 Order for an amount not to exceed of $298,425. 22 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF 23 BOYNTON BEACH, FLORIDA, THAT: 24 25 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 26 being true and correct and are hereby made a specific part of this Resolution upon adoption 27 hereof. 28 SECTION 2. The City Commission hereby approves Task Order No. SW-17-2024 for 29 Gravity Sanitary Sewer Point Repairs with Johnson-Davis Inc., and a Purchase Order for an 30 amount not to exceed of $298,425, in form and substance similar to that attached as "Exhibit 31 A", and authorizes the City Manager to execute the Task Order. 32 33 SECTION 3. The fully executed Task Order shall be retained by the City Clerk as a 34 public record of the City, and a copy shall be provided to Poonam Kalkat, Utilities Director, and 35 Taralyn Pratt to forward to the Contractor. 36 SECTION 4. This Resolution shall take effect as provided by law. 37 38 39 40 41 42 43 44 45 46 [signatures on following page] 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 PASSED AND ADOPTED this 2nd day of April 2024. 64 CITY OF BOYNTON BEACH, FLORIDA 65 YES NO 66 ✓ 67 Mayor - Ty Penserga 68 69 Vice Mayor—Aimee Kelley 70 71 Commissioner—Angela Cruz 72 73 Commissioner—Woodrow L. Hay 74 75 Commissioner—Thomas Turkin 76 77 VOTE 5-0 78 79 ATTEST: 80 81 82 83 Maylee DDesus, MP', MMC Ty Pe. < ga 84 City Cler' = 1ON 6,„‘‘, . OyN...... Ma .r 85 i��:�QORATE 90N1 Ma 86 �$V- 'oo APPROVED AS TO FORM: 87 #i v t\tac,00( 0 S 88 (Corporate Seal) '4 2 ' 3 89 `+‘ -a" L_SA. 90 Shawna G. Lamb 91 City Attorney Johnson-Davis Inc. THE DOCUMENTS BEHIND THIS PAGE MUST ACCOMPANY PROPOSAL IN ORDER FOR SUBMITTAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE 1133 - o TON Gravity Sanitary Sewer Point Repairs—Minor Construction 123 • 0„, rjr w �L `r �rON 0- ADDENDA ADDENDA CITY OF BOYNTON BEACH FLORIDA BID TITLE: GRAVITY SANITARY SEWER POINT REPAIRS BID TASK ORDER NO.: SW-17-2024 BIDDER: Johnson-Davis Inc. DATE SUBMITTED: January 26, 2024 We propose and agree, if this bid is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, construction, coordination, labor, and services necessary to complete/provide the work specified by the Contract documents. Having studied the documents prepared by: City of Boynton Beach and having examined the project site (when indicated in these specifications to do so), we propose to perform the work of this Project according to the Contract documents and the following addenda which we have received: ADDENDUM NO. DATE ADDENDUM NO. DATE [(NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID THIS PAGE IS TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Gravity Sanitary Sewer Point Repairs-Minor Construction 124 V �♦ Ff V ~ • ►ow • TRENCH SAFETY ACT AFFIDAVIT On October 1, 1990, House Bill 3183, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Proposer, by virtue of its signature below, affirms that it is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Contractor and its subcontractors. The proposer is also obligated to identify its anticipated method and cost of compliance with the applicable trench safety standards. PROPOSER 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 FLORIDA). THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. IN ORDER TO BE CONSIDERED RESPONSIVE, THE PROPOSERS MUST COMPLETE* THIS FORM, I.E. IDENTIFY THE COSTS AND METHODS SUMMARIZED BELOW, SIGN AND SUBMIT IT WITH THEIR BID DOCUMENTS. Johnson-Davis Inc. Name of Proposer Clark Crye5yice-President Authorized Signature of Proposer *COMPLETION REQUIRES PROPOSERS TO FILL IN THE APPROPRIATE DETAILS UNDER THE FOLLOWING HEADINGS: Description Unit Quantity Unit Price Extended Price Method Trench Safety LSU 1 $3,500.00 $3,500.00 Trench Slope/Box THIS PAGE IS TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Gravity Sanitary Sewer Point Repairs—Minor Construction 175 Y coo 1 rr • E4TQN •`r CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 TO BE COMPLETED AND UPLOADED ONLINE 1, Clark Cryer, Vice-President , on behalf of Johnson-Davis Inc. certify Print Name and Title Company Name that Johnson-Davis Inc. does not: Company Name 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Consultant of the City's determination concerning the false certification. The Consultant shall have ninety (90) calendar days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Consultant does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute § 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Consultant, I hereby certify that the company identified above in the section entitled "Consultant Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. THIS PAGE IS TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Gravity Sanitary Sewer Point Repairs-•Minor Construction 126 t Johnson-Davis, Inc. COMPANY NAME SIGNATURE Clark Cryer Vice-President PRINT NAME TITLE January 26, 2024 DATE THIS PAGE 15 TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Gravity Sanitary Sewer Point Repairs—Minor Construction 127 1((r ae 1 • O a 4v. *ON • ANTI-KICKBACK AFFIDAVIT TO BE COMPLETED AND UPLOADED ONLINE STATE OF FLORIDA : SS COUNTY OF PALM BEACH I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein submitted will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my integrator or by an officer of the corp ration. By: N ME - SIGNATURE Johnn-Davis Inc. Clark Cryer, Vice-President Sworn and subscribed before me this 4 -` day of )u^ -r , 2024 Printed Information: Clark Cryer NAME 2p�'RY P�B(,n LARISA DITU PELKEY .,,j * Commission#HH 178111 Vice-President Nl "ate Expires January 22,2026 TITLE 9r`OF Fos` Bonded Tluv Budget Notary Services N TARY P ; , Sta e if Florida at Large Johnson-Davis Inc. COMPANY "OFFICIAL NOTARY SEAL" STAMP THIS PAGE IS TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Gravity Sanitary Sewer Point Repairs—Minor Construction 128 //r o! I ~ • r ~PON • NON-COLLUSION AFFIDAVIT OF PROPOSER TO BE COMPLETED AND UPLOADED ONLINE State of Florida • County of Palm_ Beach Clark Cryer , being first duly sworn, deposes and says that: 1) a She is Vice-President of Johnson-Davis Inc. , the proposer that (Title) (Name of Corporation or Integrator) has submitted the attached BID: 2) CD She is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) By signing and submitting this bid, the BIDDER certifies that this bid is made independently and free from collusion; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Bidder, integrator or person to submit a collusive or sham BID in connection with the Contract for which the attached BID has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, integrator or person to fix the price or prices in the attached BID or of any other bidder, or to fix any overhead, profit or cost element of the BID price or the BID price of other proposer or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. 6) BIDDER shall disclose below, to their best knowledge, any City of Boynton Beach officer or employee, or any relative of any such officer or employee as defined in Section 112.3135(1) (c), Florida Statutes (2022), who is an officer of director or, or has a material interest in, the BIDDER's business, who is in a position to influence this procurement. Any City of Boynton Beach officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed,for purposes hereof, to be in a position to indirectly own any of the total assets or capital stock of any business entity owned or operated by the BIDDER, or if they otherwise stand to personally gain if the contract is awarded to this BIDDER. 7) Failure to submit this executed statement as part of the bid shall make the bid nonresponsive and not eligible for award consideration. In the event the BIDDER does not indicate any names, the CITY shall interpret this to mean that the BIDDER has indicated that no such relationships exist. Failure of a BIDDER to disclose any relationship described herein shall be reason for termination of bid or award, whichever is applicable, with no time to cure. THIS PAGE IS TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Gravity Sanitary Sewer Point Repairs-Minor Construction 129 NAME RELATIONSHIP Witnesses: BIDDER: ,Johns9n-Davis Inc. Signed Typed name: Robert Henning III Name: C ar . r er c-t- 40. Title: Vice-P esident " m Pe, ' Subscribed and sworn to before me This 2 day of dAzAk_aa-- , 20 tN`.Y '6 LARISA DITU PELKEY Commission tt HH 178111 Notary Public (Sig - i t 71 .• r Expires January 22,2026 9' OFFto BondedThio Budget Notary Services My Commission Expires: or 7+- • ? ; ( gned) lark Cry r (Title) Vice-President THIS PAGE IS TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Gravity Sanitary Sewer Point Repairs—Minor Construction 130 `tY OA, • z oii. v 1, 4 7'014 • SAFETY PROGRAM COMPLIANCE Safety is a high priority in the conduction of business in the City of Boynton Beach. Preference shall be given to contractors with an established safety program following O.S.H.A. guidelines, and documented results establishing a safe working environment. 1. Bidder shall provide a copy of the Safety Program(s) to be in effect for the duration of the Contract (attach to the back of this form). 2. The City reserves the right to conduct periodic safety inspections of the contractor, subcontractor, employees, agents, etc. throughout the duration of the Contract. 3. The City reserves the right to terminate the Contract where it is determined that the contractor or subcontractor is in non-compliance of the safety terms, regulations, or requirements established by O.S.H.A. or the State. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Joh n-Davi Inc. AUTHORIZED SIGNATURE Clark Cryer, Vice-President THIS PAGE 15 TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Gravity Sanitary Sewer Point Repairs—Minor Construction 131 V0, (r~ \ V•4°4 �� `' ETON • WARRANTIES In consideration of, and to induce the Award of THE CITY OF BOYNTON BEACH, FLORIDA, Construction Contract described in these Bid Documents, the Contractor represents and warrants to the City of Boynton Beach, Florida: 1. The Contractor is financially solvent and sufficiently experienced and competent to perform all of the work required of the Contractor in the Construction Contract; and 2. That the facts stated in the Contractor's Bid and information given the Contractor pursuant to the request or proposal for Bids, instructions to Contractors and Specifications are true and correct in all respects; and 3. That the Contractor has read and complied with all of the requirements set forth in the request for Bids, instructions to Contractors and Specifications; and 4. That the Contractor warrants all materials supplied by it under the terms of the Construction Contract are delivered to the City of Boynton Beach, Florida, free from any security interest, and other lien, and that the Contractor is a lawful owner having the right to sell the same and will defend the conveyance to the City of Boynton Beach, Florida, against all persons claiming the whole or any part thereof; and 5. That the materials supplied to the City of Boynton Beach, Florida, under the Construction Contract are free from the rightful claims of any persons whomsoever, by way of patent or trademark infringement or the like; and 6. That the materials supplied under the Construction Contract are merchantable within the meaning of the Uniform Commercial Code Section 2-314; and 7. That the materials supplied under the Construction Contract are free from defects in materials and workmanship under normal use and service and that any such materials found to be defective shall be replaced by the Contractor as per the attached Warranty. 8. That the materials supplied pursuant to the Construction Contract are fit for the purposes for which they are intended to be used; that under normal use and maintenance the material will continue to be fit for such purposes for the warranty period after delivery, provided that the City shall give the Contractor notice that the materials failed to fulfill the warranty; such notice shall state in what respect the materials have failed to fulfill the warranty, where upon the Contractor shall be allowed a reasonable time after receipt of such notice to correct the defect and the City agrees to cooperate in this regard. If the materials cannot be made to fulfill the Contract within the warranty period the Contractor will either furnish duplicate materials, or at its option refund the amount paid, which shall constitute a settlement in full for all damages occasioned by reason at this warranty of fitness; and 9. That this Warranty is included in exposures for which the Contractor has products liability and completed operations insurance, in minimum amounts of One Million ($1,000,000.00) Dollars for property damage and One Million ($1,000,000.00) Dollars for personal injury as shown on the Certificates of such Insurance attached hereto, and the Contractor agrees to keep such insurance coverage during the period of this Warranty; and THIS PAGE I5 TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR THE BID PACKAGE TO BE CONSIDERED COMPI FTF AND ACCFPTARI F 1 Gravity Sanitary Sewer Point Repairs—Minor Construction 132 10. That it is an express condition of this Warranty that the item(s) hereby warranted shall be operated and maintained by the City in accordance with the manufacturer's recommendations as to those portions of the item(s) that are not fabricated by the Contractor, and in accordance with the Contractor's recommendations, a copy of which has either been supplied to the City of Boynton Beach should maintain complete and accurate records made at the time of performance of maintenance showing compliance with such instructions, and by acceptance of this Warranty, the City of Boynton Beach, Florida, agrees to present such records to the Contractor upon request in the event of a claim hereunder by the City; 11. The foregoing Warranties apply as a minimum and are supplemental to other Warranties offered. They are not substituted, but in addition to, any other Warranties offered; and 12. That it is agreed and understood by the Contractor that the City of Boynton Beach, Florida, is induced to enter the Construction Contract in reliance upon this Warranty. SIGNED, sealed and delivered on this 26th day of January , 2024. (SEAL) C IQTRACTO . Johnson-Davis Inc. By: z. Clark Cry r, Vice-President ATTEST: &am. Secretary hri- Johnson THIS PAGE IS TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Gravity Sanitary Sewer Point Repairs—Minor Construction 133 /-fir O, f (` r \ i IP CITY OF BOYNTON BEACH E-VERIFY FORM UNDER SECTION 448.095, FLORIDA STATUTES TO BE COMPLETED AND UPLOADED ONLINE Project Name: GRAVITY SANITARY SEWER POINT REPAIRS Solicitation No.: SW-17-2024 1. Definitions: "Contractor"means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or consultant. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E-Verify system" means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2. Effective January 1, 2021, Contractors, shall register with and use the E-Verify System in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of: a) All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and 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 City of Boynton Beach; and c) Should contractor become the successful Contractor awarded for the above-named project, by entering into the contract, the Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. 3. Contract Termination a) If the City has a good faith belief that a person or entity with which it is contracting has knowingly violated s. 448.09 (1) Fla. Stat., the contract shall be terminated. b) If the City has a good faith belief that a subcontractor knowingly violated s. 448.095 (2), but the Contractor otherwise complied with s. 448.095 (2) Fla. Stat., shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. THIS PAGE IS TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR THF BID PACKAGE TO BE CONSIDERED COMPI FTF AND ACCEPTABLE Gravity Sanitary Sewer Point Repairs—Minor Construction 134 c) A contract terminated under subparagraph a) or b) is not a breach of contract and may not be considered as such. d) Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. e) If the contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: JOtlflson-Davis Inc. ^ Authorized Signatur Print Name: Clark Cryer Title Vice-President Date: January 26, 2024 Phone: 561-588-1170 STATE OF �jZ.r,Q ) COUNTY OF (Y-14, i e.“ ) The foregoing instrument was acknowledged before me by means of -physical, presence or ❑ online notarization, this E4 day of ti y el*" , by 1(i/{,',-,,, 4� .4. on behalf of j L J x L, 2a n c : , (,' He/s is personally known to me for has produced as identification. �1. '...aillirmasoffit 1/-"J .k.9.......`',POR IARISADITUR� ,_ NOTARY PUBLIC Commission#HH 178111 s �Il oQ Expires January 22,2026 9r4-0f FL.Oe Raided Thru Budget N &(Name of Notary Typed, Printed or Stamped) Title or Rank Serial number, if any THIS PAGE IS TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Gravity Sanitary Sewer Point Repairs—Minor Construction 135 0. BID TASK ORDER NO. SCHEDULE OF SUB-CONTRACTORS The Undersigned Bidder proposes the following major subcontractors for the major areas of work for the Project. The Bidder is further notified that all subcontractors shall be properly licensed, bondable and shall be required to furnish the City with a Certificate of Insurance in accordance with the contract general conditions.This page may be reproduced for listing additional subcontractors,if required. Name and Address of Subcontractors Scope of Work License No. Contract Percentage Amount j%)of Contract N/A , All Work Self Performed • Signa re ? Date: January26, 2024 ailI ryyer, 'ice-'resl.en Title/Company Johr)Son-S avis Inc. Owner reserves the right to reject any subcontractor who has previously failed in the proper performance of an award,or failed to deliver on time contracts in a similar nature,'or who is not responsible(financial capability,lack of resources,etc.)to perform under this award.Owner reserves the right to inspect all facilities of subcontractor in order to make a determination as to the foregoing. THIS PAGE IS TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Gravity Sanitary Sewer Point Repairs—Minor Construction 136 V oft N/A rr. 4r htON • STATEMENT OF NO BID If you are not bidding on this service/commodity, please complete and return this form by email to: City of Boynton Beach, Financial Services, Theresa Gonzalez, Senior Buyer at gonzalezt anbbfl.us. Failure to respond may result in deletion of vendor's name from the qualified bidder's list for the City of Boynton Beach. COMPANY NAME: ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to respond to your Bid Task Order No. for because of the following reasons: Specifications too "tight", i.e., geared toward brand or manufacturer only (explain below) Insufficient time to respond to the Invitation We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear (explain below) Other (specify below) REMARKS: THIS PAGE IS TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR THF RID PACKAGE TO RF CONSIDERED COMPLETE AND ACCEPTABLE Gravity Sanitary Sewer Point Repairs—Minor Construction 137 Gravity Sanitary Sewer Point Repairs RFQ NO./MFD PRE-QUALIFICATION OF CONTRACTORS FOR MINOR UTILITIES CONSTRUCTION SERVICES-BID FORM TECH SPEC. ITEM SC1025 DESCRIPTION EST QTY UNIT UNIT COST AMOUNT GENERAL CONDITIONS Mobilization/Demobilization,Bonds,Insurance and General Requirements. 1 1.11.B Contractor shall be limited to a maximum of six(6%)of the total bid price. 1 LI $ 17,000.00 $ 17,000.00 2 1.11.0 Pre/Post Construction Photos/Videos 1 LS $ 2,500.00 $ 2,500.00 3 1.11.D MOT Residential Street 3 EA $ 5,000.00 $ 15,000.00 4 1.11.E Indemnification 1 $ 25.00 $ 25.00 Sub-Total General Conditions $ 34,525.00_ PIPING CONFIGURATION 5 1.11.F Gravity Sewer Main and Service Lateral Point Repair(211 NE 26th Ave) 1 LS $147,000.00 $ 147,000.00 6 1..11.G Gravity Sewer Main and Service Lateral Point Repair(518 SW 18th St) 1 LS $ 28,900.00 $ 28,900.00 7 1.11.H Gravity Sewer Main and Service Lateral Point Repair(2839 SW 6th St) 1 LS $ 88,000.00 $ 88,000.00 Sub-Total Wastewater $ 263,900.00 Total Bid Price(In Numbers) $ 298,425.00 Two Hundred Ninety-Eight Thousand Four Hundred Twenty-Five Dollars and Total Bid Price(In Words) Zero Cents Name of Firm Submitting Bid Proposal Johnson-Davis Inc. (PRI T) Name of Person Submitting Bid Proposal Oar. ryer Name of Person Submitting Bid Proposal (SI!NATURE) Datg>' January 26,2024