Loading...
R09-019 " I 1 RESOLUTION NO. R09-0/'1 2 3 A RESOLUTION OF THE CITY COMMISSION OF 4 THE CITY OF BOYNTON BEACH, FLORIDA, 5 REJECTING THE FOURTEEN HIGHEST BIDS; 6 AWARDING BID #018-2821-09/JA TO GLOBETEC 7 CONSTRUCTION, LLC., FOR ROLLING GREEN 8 STORMWATER AND WATER MAIN 9 IMPROVEMENT PROJECT FOR A TOTAL 10 AMOUNT OF $3,838,280.60; AUTHORIZING THE 11 CITY MANAGER TO EXECUTE CONTRACT 12 DOCUMENTS; AND PROVIDING AN EFFECTIVE 13 DATE. 14 15 WHEREAS, on December 18, 2008 seventeen (17) bids were received by the City 16 in response to Bid #OI8-282I-09/JA.; and 17 WHEREAS, after performing an initial administrative evaluation of the seventeen 18 bids received, the Utilities Department is recommendation that the City Commission reject 19 fourteen (14) of the bids based on price; and 20 WHEREAS, City staff concurs with the recommendations of Mathews 21 Consulting, Inc., to award the bid to GlobeTec Construction, LLC., as the overall lowest, 22 most responsive, and responsible bidder who met all specifications and whose bid is in the 23 best interest of the City. 24 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION 25 OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 26 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed 27 as being true and correct and are hereby made a specific part of this Resolution upon 28 adoption. 29 Section 2. The City Commission of the City of Boynton Beach, Florida, 30 hereby rejects fourteen (14) of the bids received in response to the City's Invitation to Bid S:\CA\RESO\Agreements\Bid Awards\Award of Bid - Rolling Green (GlobeTec).doc - 1 - II I 1 for #OI8-282I-09/JA. The rejected bids are listed on Exhibit "A". 2 Section 3. The City Commission of the City of Boynton Beach, Florida, 3 I hereby approves the award of Bid #OI8-282I-09/JA to GlobeTec Construction, LLC., for 4 Rolling Green Stormwater and Water Main Improvement Project. 5 Section 4. The City Manager is authorized to execute a contract in the amount 6 of $3,489,346.60 plus a 10% contingency of $348,934.00 for a total appropriation of 7 $3,838,280.60. The form of contract shall be as approved by the City Attorney. 8 Section 5. That this Resolution shall become effective immediately. 9 PASSED AND ADOPTED this ,,-th day of March, 2009. 10 11 12 13 14 15 --~ - 16 17 18 19 20 21 22 23 24 25 26 27 ATTEST: 28 29 30 31 32 33 - 2- ~C?-O/1 BID TITLE: ROLLING GREEN STORMW ATER AND WATER MAIN IMPROVEMENT PROJECT BID NUMBER: 018-2821-09/JA PROJECT NUMBER: WTR121, STM027, & SWR104 CITY OF BOYNTON BEACH, FLORIDA CONTRACT FOR CONSTRUCTION SERVICES THIS CONTRACT, made and entered into this 18th day of December . 2008, by and between the CITY OF BOYNTON BEACH, a municipal corporation of Florida, hereinafter called the "CITY" or "OWNER" and GLOBETEC CONSTRUCTION, LLC a Florida Corporation Lx~ Check One a Florida General Partnership ~ a Florida Limited Partnership ~ a Sole Proprietor ~ hereinafter called "CONTRACTOR". WITNESSETH WHEREAS, The City has heretofore invited bids for a City construction project ("Project") identified by the bid title, bid number and project number listed above and commonly referred to as: ROLLING GREEN STORMW ATER AND WATER MAIN IMPROVEMENT PROJECT WHEREAS, Contractor, in compliance with the bidding requirements announced by the City, submitted a bid on the 18th day of December, 2008, for the total bid amount of $3,489,346.60; and, WHEREAS, On the 3rd day of February, 2009, the City Commission designated contractor as having submitted the bid that was most advantageous to the City and authorized the execution ofthis Agreement; and, WHEREAS, the Parties agree that the Project is scheduled to achieve Substantial Completion without interruption within 560 calendar days, inclusive of Phase 1 and Phase 2, as specified in the Notice to Proceed, subject to CITY approved time extensions. NOW, THEREFORE, in consideration of these premises and the mutual conditions and covenants contained herein, the parties agree as follows: Utilities Department C-l Revised 07-11-08 1. AGREEMENT 1.1. The Parties agree that: 1.1.1. The foregoing "Whereas" clauses are true and correct and incorporated herein by this reference. 1.1.2. The CITY does hire and employ the CONTRACTOR to provide construction services for completion of the Project. 1.1.3. The CONTRACTOR does accept this Contract and does agree to furnish the necessary labor, tools, equipment, materials and supplies, etc., and to complete the Project by performing all the work as set forth in the this Contract and the Contract Documents for the price and amounts set forth in Contractor's bid. 1.104. Contractor is an independent contractor as that term is set forth in the General - Conditions for Construction GC-2, INDEPENDENT CONTRACTOR. 1.1.5. Unless otherwise provided, all time frames referenced in all Contract Documents shall be calendar days. 2. SCOPE OF SERVICES 2.1. The Project consists of those improvements described and set forth in the Contract Documents. . 2.2. The "Contract Documents" are the compilation of the following individual documents which are hereby not listed in any order of precedence. 2.2.1. Advertisement for Bids 2.2.2. Instructions for Bidders 2.2.3. Bid Proposal 2.2.4. Bid Bond 2.2.5. General Conditions for Construction (GC) - all references to "GC" shall be to section numbers 2.2.6 Supplemental Conditions for Construction 2.2.7 Special Conditions for City-Furnished Materials 2.2.8 Terms and Conditions for City-Furnished Materials, Attachment B 2.2.9 Construction Contract 2.2.10 Certificate of Insurance 2.2.11 Public Construction Bond 2.2.12 Technical Specifications 2.2.13 Contract Drawings and Plans 2.2.14 Addenda 2.2.15 Written directives or interpretations 2.2.16 Manufacturers warranties Utilities Department C-2 Revised 07-11-08 3. OBLIGATIONS OF CONTRACTOR 3.1. Contractor shall: 3.1.1. Furnish all materials, supplies, machines, equipment, tools, superintendents, labor, insurance, and other accessories and services necessary to complete said project in accordance with the conditions and prices as stated in the Contract Documents. 3.1.2. Perform all the work and labor pursuant to this contract and all of the materials furnished shall be in strict conformity with the Contract Documents. CONTRACTOR further accepts and consents to the conditions contained in said Contract Documents and expressly agrees to comply with every requirement and stipulation therein contained. 3.1.2.1 Comply with provisions in Special Conditions and Terms and Conditions for City-Furnished Materials. 3.1.3. Furnish all tools, equipment, materials and supplies and to do all the work above mentioned in a first-class, substantial and workmanlike manner, and in conformity with the detail for said work on file in the office of the Project Manager and strictly in accordance with the Contract Documents. 3.104. CONTRACTOR shall furnish each subcontractor or material supplier with a copy of his Public Construction Bond within five (5) days of subcontractors' work or material supplying and shall maintain records to establish that notice. A copy of said notice shall be provided to the City's Project Manager at time of issuance. 3.1.5. Guarantee all work and materials for a period of one (1) year, as set forth in the General Conditions for Construction GC-24, WARRANTY. Warranty period shall commence with date of final acceptance as set forth in the Technical Specifications for Construction 01700, EXECUTION REQUIREMENTS. 3.1.6. Comply with the provisions of Section 255.05, Florida Statutes, if applicable. 3.1. 7. Pay promptly, before final settlement, any and all claims or liens by subcontractors or material suppliers, incurred in and about this work. 3.1.8. Remove and clean up all rubbish, debris, excess material, temporary structures, tools and equipment from streets, alleys, parkways and adjacent property that may have been used or worked on by the CONTRACTOR in connection with the project promptly as such section or portion is completed and ready for use, leaving the same in a neat and presentable condition. Utilities Department C-3 Revised 07-11-08 3.1.9. Observe and comply with the provisions of the charter, ordinances, codes and regulations of the City of Boynton Beach, Florida. 3.1.10. Obtain written approval from the CITY of all subcontractors not disclosed in the Contractor's bid document. 3.1.11. Perform such other tasks as set forth in the Contract Documents. 3.1.12. Shall provide all required bonds, insurance certificates and any other required security for performance of the Project within ten (10) of the Award of the Project. 3.2. The CONTRACTOR will be held responsible for the care, protection and condition of all work until final completion and acceptance thereof, and will be required to make good at his own cost any damage or injury occurring from any cause resulting from their acts or omissions, or the acts or omissions of their subcontractors or suppliers. 4. CITY'S OBLIGATIONS 4.1. City shall provide a written Notice to Proceed at the time of the scheduled Pre- Construction Meeting. 4.2. Make timely payments for the work in accordance with the procedures and time frames set forth in the Contract Documents. 4.3. On satisfactory completion of the Project, provide a written final acceptance and payment for the entire project. 5. COMMENCEMENT OF WORK 5.1. CONTRACTOR hereby agrees to commence work under this contract within (10) calendar days of the Commencement Date specified in the written "Notice to Proceed," and to achieve Substantial Completion without interruption within 560 calendar days thereafter, inclusive of Phase 1 and Phase 2. 5.2. Time is the essence of the contract. In the event the CONTRACTOR shall fail to timely commence the work following Notice to Proceed or fail in the performance of the work specified and required to be performed within the time limit set forth in the contract, after due allowance for any extension or extensions of time made in accordance with the Contract Documents, the CONTRACTOR shall be liable to the CITY, as liquidated damages, the amount stipulated in Section 6.0 hereinbelow for each and every calendar day that the CONTRACTOR shall be in default of achieving certification of Substantial Completion. 5.3. CONTRACTOR shall notify the Project Engineer in writing of any change in the names and addresses of each subcontractor proposed for principal parts of work, and any changes in subcontractors from those proposed in CONTRACTOR's bid Utilities Department C-4 Revised 07-11-08 proposal, and for such others as the Project Engineer may direct, and shall not employ any that CITY may, within a reasonable time, object to as incompetent or as unfit. 6. LIQUIDATED DAMAGES 6.1. The CONTRACTOR further agrees to pay $1,500.00 per day as liquidated damages, for failure to begin within ten (10) days of CITY's issuance of the "Notice to Proceed" or failure to achieve Substantial Completion within 560 calendar days from the Commencement Date, inclusive of Phase 1 and Phase 2, as indicated in the written "Notice to Proceed". The CITY shall have the right to deduct said liquidated damages from any amount due, or that may become due the CONTRACTOR, or to collect such liquidated damages from the CONTRACTOR or his Surety. 6.2. Punch list items recorded as a result of inspections for Substantial Completion are to be corrected by the CONTRACTOR within thirty (30) calendar days and prior to any request for Final Inspection, Testing and Acceptance as stated in the General Conditions for Construction (GC-50). If the Substantial Completion punch list items have not been corrected by the CONTRACTOR within the thirty (30) calendar day period, at the discretion of the Project Manager, Liquidated Damages may be applied as described in Section 6 above. 7. PROTECTION OF EXISTING FACILITIES AND WORK IN PROGRESS 7.1. The CONTRACTOR warrants that quoted prices include the protection and continuous use of all existing work in process, property or operations of the CITY as more particularly set forth in the Technical Specifications for Construction, 01540, SECURITY AND SAFETY PROCEDURES FOR INFRASTRUCTURE PROJECTS, and/or 01541 SECURITY AND SAFETY PROCEDURES FOR WATER TREATMENT PLANT PROJECTS. 8. INDEMNIFICATION 8.1. The CONTRACTOR shall indemnify and save harmless and defend the CITY, its agents, servants, and employees from and against any claim, demand, or cause of action of whatsoever kind or nature arising out of error, omission or negligent act of CONTRACTOR, its agents, servants, or employees in the performance of services under this Agreement. 8.2. CONTRACTOR shall indemnify and save harmless and defend CITY, its agents, servants and employees from against any kind and all causes, claims, demands, actions, losses, liabilities, settlements, judgments, damages, costs, expenses, and fees (including without limitation reasonable attorney's and paralegal expenses at both the trial and appellate levels) of whatsoever kind or nature for damages to persons or property caused in whole or in part by any act, omission, or default of the CITY, its agents, servants or employees arising from this contract or its performance. The CONTRACTOR and the CITY hereby agree and covenant that Utilities Department C-5 Revised 07-11-08 the CONTRACTOR has incorporated in this original bid, which constitutes the Contract sum payable by the CITY to the CONTRACTOR, specific additional consideration in the amount of ten dollars ($10.00) sufficient to support this obligation of indemnification provided for in this paragraph. The indemnification required pursuant to the Contract shall in no event be less than $1 million per occurrence or no more than the limits of insurance required of the CONTRACTOR by the Contract, whichever is greater. It is the CITY'S and CONTRACTOR'S full intention that this provision shall be enforceable and said provision shall be in compliance with Section 725.06, Florida Statute. 8.3. The execution of this Agreement by the CONTRACTOR shall obligate CONTRACTOR to comply with the foregoing indemnification provision, as well as the insurance provisions which are set forth in the General Conditions for Construction. However, the indemnification provision, and the Insurance provision contained in the General Conditions for Construction are not interdependent of each other, but rather each one is separate and distinct from the other. 8.4. The obligation of the CONTRACTOR to indemnify the CITY is not subject to any offset, limitation or defense as a result of any insurance proceeds available to either the CITY or the CONTRACTOR. 9. PAYMENT BY CITY 9.1. The CITY agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductions as provided in the Contract Documents. 10. CHANGES IN THE WORK 10.1 The CITY, without invalidating the Contract, may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly. At the City's discretion, the City may make direct purchases of any materials and equipment purchased for, or to be incorporated into the Project, as determined by the City. CONTRACTOR HEREBY ACKNOWLEDGES THAT HE HAS READ AND UNDERSTANDS THE ABOVE PROVISION. INITIALS Utilities Department C-6 Revised 07-11-08 All such work shall be executed under the conditions of the original Contract. Any claim for extension of time caused thereby shall be made in writing at the time such change is ordered. Changes in the work must be processed as set forth In the General Conditions for Construction GC-46, FIELD CHANGE DIRECTIVES/CHANGE ORDERS. No Field Change Directive or Change Order shall be authorized by the Project Manager if the Contractor has added language to the Field Change Directive or Change Order or to any cover letter, e-mail, facsimile, or other written document which accompanies the Field Change Directive or Change Order in which the contractor attempts to reserve any future right or claim arising out of the work which is the subject of the Field Change Directive or Change Order. If the Contractor adds such language, the Project Manager shall secure specific written authorization from the City Manager's office before executing the Field Change Directive or Change Order. 10.2 Al change orders and adjustments shall be in writing and approved by the Project Manager, otherwise, no claim for extras will be allowed. 10.3 Claim of payment for extra work shall be submitted by the CONTRACTOR upon certified statement supported by receipted bills. Such statements shall be submitted for the current contract payment for the month in which the work was done. No claim for extra work shall be allowed unless same was ordered, in writing, as aforesaid and the claim presented at the time of the first estimate after the work is completed. 11 PROJECT ENGINEER 11.1 The Proiect Engineer ("Engineer") is Mathews Consulting, Inc., Dave Mathews, P.E. 11.2 The Project Engineer shall have general supervision and direction of the work. The Project Engineer is the agent of the CITY only to the extent provided in the Contract Documents and when in special instances he has the authority by CITY to act, and in such instances he shall, upon request, show CONTRACTOR such authority in writing. He has authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. 11.3 As the Project Engineer is, in the first instance, the interpreter of the conditions of the contract and the judge of its performance, he shall side neither with CITY nor with CONTRACTOR, but shall use his authority pursuant to the Contract to enforce its faithful performance by both parties. 11.4 In the event of a dispute, the role of the Project Engineer is to make recommendations to the Project Manager who shall make the final decision. Utilities Department C-7 Revised 07-11-08 12 INSURANCE 12.1 The Contractor shall obtain and maintain insurance as set forth in the General Conditions for Construction GC-27, INSURANCE. 13 CONTRACT CONTROLS 13.1 This Contract must be construed with all other Contract Documents, a master set of which shall be maintained by the City Clerk of the CITY. In the event of a dispute, only the master set of documents, or copies thereof certified by the City Clerk, shall be used as evidence. 13.2 In the event of a conflict between the requirements or specifications set forth in the Contract Documents, the conflict shall be resolved by written interpretation by the Project Manager. In reconciling conflicting provisions of the Contract Documents, the Contract shall have the greatest weight, followed by the General Conditions for Construction, technical specifications, and finally by the balance of the Contract Documents. 14 TIME OF ESSENCE 14.1 Inasmuch as the provisions of the Contract Documents relating to the times of performance and completion of the work are for the purpose of enabling the CITY to complete the construction of a public improvement in accordance with a predetermined program, all such time limits are of the essence of the Contract. 15 REMEDY FOR DELAY 15.1 In the event of any delay in the project caused by any act or omission of the CITY, its agents or employees, by the act or omission of any other party other than the CONTRACTOR, his agents, employees or subcontractors, or delay caused by weather conditions or unavailability of materials, the sole remedy available to CONTRACTOR shall be by extension of the time allocated to complete the project. 15.2 NO MONETARY DAMAGES SHALL BE CLAIMED OR AWARDED TO CONTRACTOR IN ASSOCIATION WITH ANY DELAY IN THE PROJECT CAUSED BY AN ACT OR OMISSION OF THE CITY, ITS AGENTS OR EMPLOYEES. CONTRACTOR ACKNOWLEDGES THIS LIMIT A nON ON RECOVERY AND ASSUMES ALL MONETARY RISK ASSOCIATED WITH THIS LIMITATION. CONTRACTOR hereby acknowledges that he has read and understands the above provision. INITIALS Utilities Department C-8 Revised 07-11-08 15.3 Failure on the part of CONTRACTOR to timely process a request for an extension of time to complete the work shall constitute a waiver by CONTRACTOR and CONTRACTOR shall be held responsible for completing the work within the time allocated by this contract. 15.4 All requests for extension of time to complete the work shall be made in accordance with the General Conditions for Construction GC-23, EXTENSION OF TIME/NO DAMAGES FOR DELAY. 15.5 For the purpose of this section, the phrase "the CITY, its agents and employees" shall include but shall not be limited to the Project Engineer and Project Manager. 16 DISPUTES 16.1 Disputes shall be resolved as set forth in the General Conditions for Construction GC-18, DISPUTES. 16.2 Upon resolution of a dispute by the Owner, either party may request the appointment of a mediator. Utilities Department C-9 Revised 07-11-08 IN WITNESS WHEREOF, the CITY has caused these presents to be signed by its City Manager, attested to by the City Clerk with the Corporate Seal of the said CITY and the CONTRACTOR has executed these presence the day and year herein before written. Signed, sealed and witnessed in the presence of: CITY OF BOY Signed, sealed and witnessed in the presence of: A,.,rcIV/O ~&I'-''2--A ~~ , CONTRACTOR eSI e or Vice Pres' ent ~Jt-CTO; ~e~V\..E ~D A..r \-f - V P State of Florida ) ) ss: County of Palm Beach ) '. day of ~ r1X , , 20.Q'1, personally appeared before m~ administer oa s, ~'O ~c:::..e.f"\-;X- Q"""d.. <. J <- be _ the persons__ described herein or ho has pro ced as identification and who executed the foregoing instrument and has acknowledged before me that they have executed same. ~4/~_'~ Notary Public On this ~ authorized to known to My Commission Expires: NOTARY PUBUC-STATE OF f11>RIDA ........... Karen Momco (W~Commission IDD729168 ......./ Expires: OCT. 25, 2011 Bo~~',)i~~ ': rtr.D ;,TLWflC BONDING CO., INC. Utilities Department C-lO Revised 07-11-08 ........ j - \, \$;: , ~ , , \ . . \ , , 1"'M , .... ,.. . . , , , . .... . , . EXHIBIT "A" BID# 018-2821-09/JA RESOLUTION NO# R09-19 14 Rejected Bids are as follows: AKA Services, Inc. Man Con, Inc. Felix Associates, Inc. Palm Beach Grading, Inc. B & B Underground Contractors, Inc. Sheltra & Son, Inc. Foster Marine Contractors, Inc. Asphalt Consultants, Inc. Ric-Man Construction, Inc. Chaz Equipment Company, Inc. Intercounty Engineering, Inc. Ocean Bay Construction, Inc. Danella Utility Construction, Inc. Gonzalez & Sons, Inc. . ~ MATH,EWS , CO~~!Jh1lliSt~~ January 12. 2009 Mr. Paul M. Fleming Senior project Manager Utilities Department ern' OF BOYNTON BEACH 124 E. Woolbriaht RaId Boynton Beach, Florida 33435 City of Boynton Beach Rolling Green Stormwatcr et Waf<< Main ImprovemeDt Project Rldd!n., RMaHalBid 1I01L7Jl21.a9J.TA.\ Dear Mr. Fleming: On Thursday. December 18. 2008. at 2:30 PM, bids were received by the City of Boynton Beaeh for the Rolling Green Stormwater et Water Main ImproveQlCD~ 'Project. Seventeen (17) bids wcnl ~ed as follows: NlDle of Bidder A.out 01 Due Bid 1. Master Excavators, Inc. S 3.408.495.1 0 2. GlobeTec Construction, Inc. S 3,489,346.60 3. Johnson-Davis, Inc. $ 3.726.692.00 4. AKA Services, Inc. $ 3.878.717.00 S. Man Con, Inc. S 3.920.673.85 6.' Felix Associates. Inc. S 3.958,078.60 7. Palm Beach Grading, Inc. S 3.989,899.60 8. BetH Underground Contracton, Inc. S 4.046.648.25 9. Sbeltra &: Son Construction Company, Inc. S 4.067,657.25 10. Foster Marine Contractors S 4.140,447.75 , II. Asphalt Consultants, Inc. S 4,225.991.90 12. Ric-Man Construction, Inc. S 4.439.859.29 13. Chaz Equipment Company $ 4.815.579.25 14. IntcJCouoty Ensineering. Inc. S 5,005,098.00 IS. Ocean Bay Construction, Inc. S ',084,656.69 16. Danella Utility Construction, Inc. S 5,287,173.30 17. Gonzalez &: Sons Equipment S 6,305,945.70 The City requested Mathews Consulting utilize the City ''Bid Evaluation - Due Diligence Form" in order to evaluate and. document our evaluation of the three (3) lowest. Bidders (Master Excavators, Inc.. GlobeTee Construction, Inc., and Johnson-Davis, Inc.). The bids are evaluated on the specific cri1eria identified in the Instruction to Bidders, Section 26 SELECTION CRITERIA, subsections 26.1.1 through 26.1.10. MatMw8 COIUuIIing. Inc. . 147J ~ BouJ~ SIdt. 250. l4Ut Palm &ach. FL jJ4()] . ~]-478.796] · Fax ~1-47S.7964 WWlItIllathew~ilIc.com '-' ~ ~A,TH~WS ONSULTING INC. Mr. Paul n",./ng JlI1IIUI1')I J 2, 2009 Page2of3 The "Bid Evaluation - Due.Diligence Fonn" for the three (3) low Bidders are provided in the following Attachments: . Attadunent A - Master Excavators, Inc. . Attachment B - GlobeTec Construction, LLC . Attachment C - Johnson-Davis, IDe The following summarizes our findings for the three (3) low Bidders: Malter E:uavator~L lac. (LDw BI4derJ . 53.408.495.10 Tbe required informatiOn to be submitted by tho Bidder is considered to be iDcolDpIete. No iDfonnaUon was provided for "background and experience' of the principal mCllDbors of the pensonnel, including officers". No information was provided for'''contractB on band". Also. tho projects I" for experience of the fino.with similar projects were for site work &: utility infrastructure for facilities such as Home . DepOt, ~'s Clubs, etc. No projects for residential neighborhood infrastructure projects Were provided in bid package. The references that were checked by Me were satisfactory. The Contractor's office is located in Miami. Florida. , Based upon i~Ori provided by the Bidder, it appears that this Contractor is experienced with site work and utility work for ftce standing building type projects, however, no experience was 1isted iI;1 the Bid for r:esidential neighborl100d infrastructure type projects. G10beTee CoaatradioD.IaC. Q'" Low BItIt/erJ . 53A89.346.60 The reqUired information to be submitted ~ the Bidder is considered to. be complete. The Contractor is .very experienced 'with resid~tiaI neighborhood infrutructln projects and provided nwnerous similar Project examples. Relevant background and experience of the principal members of the -personne~ inc1udinsofficers, was also provided. The references that were checked by MC were satisfactory. One reference did State that the eoot:ractor n:quested several chango-orders that were not warranted, and they were rejected. The ,Contractor's office is located in Doer6eld Beach, Florida. Based UPOD infonnation provided by ,the Bidder, this Contractor seems to have the most expcricnce with residential neighborhood in1i'astnicture type projects acting as the Prime Contractor. JOhuoD-Davii.lae. fr Low BIdduJ - S3.726~69Z.00 The ~ information to ~ submitted by the Bidder is considered to be complete. The Contractor is very experienced with residential neighborhood infrastructure projects and provided similar project eumplcs; however, they perfonned as a Subcoatractor on the majority oftbe projects and not as a Prime ContrIlctor. Relevant background and experience of the principal members of the perIOnnel, bicluding . officers was also provided. The references that were checked by MC were satisfactory. The Contractor's office is tocatcd in Lantana, Florida. . Based upon the information provided by the Bidder, this CoDtractor is experienced with residential neighborhood infrastructure type projects and appears to be capable ofperfonning the work. The Instructions to Bidders (Pase lB-IO. Article 24. Basis for Bidding and Award, Item 24.4) of the City',s Front-End states "71Je City ruervu. the right to award the Cantract for tha .work described by thue specijlcoliom In ci manner or lMthod which wUJ produce the molt con IwMftt to the City. The low monetary bid will NOT in all casu be awarded the Contract. TIM Contract. win be awarded by the City ~ MATHEWS CONSULTING DlC. Mr. Pmd Flembtg Jamlat')1 12, 2009 Pap 3 013 10 1M moII1'Up01Uive, Te8po1Uible Bidder whose bid rejl,ctJ 1M molt adw1ntagmu8 bid to the City, price and othD' factors co1Uidered " . Based upon Mathews ConsultiDg's review of the Bid Proposal's for the three (3) low Bidders, we feel that the low Bidder (Master Excavators, IDe) does not meet the. project experience qualifications for this project,. and tho information supplied with their bid was incomplete. Thorcfon, we are rccommendina award of tho Contract to GlobeTec Construction, Inc., baiod on beiDa the most responsive, responsible Bi4dcr in the amowrt of $3,489,346.60. Tho price difference between ~e low Bidder (Master Excavators, Inc.) and tho 2-low Bidder (GlobeTec Construction, Inc.) is '80.851.50.' , . If you have.any questions on the enclosed, please do not hesitate to call me at S61/47~-7961. Sincerely, . MATHEWS CONSULTING, INC. ~ David L. Mathews, P .E. Vice President E"c1o.f111'e c: Chris ~k, BOynton Beach (w/cuclosure) . Karen Riseley, Boynton Beach (w/enclosure) Aaron Cutler, MC (w/onclosurc) MC'Pile No. 1471 -_._.._~.. ...- ........~. ._-----~_._.... -------~-- Attachment A Bid Evaluation - Due Diligence Form Master Excavators, Inc. .. -.----- ~._--------.--. "'-' .., - . . .. ... . -.--'...---. .__.._.__..____....M. ..__.____.___.._... Utilities Departtnent Engineering Division Bid Evaluation - Due Diligence Project Name: Roiling Green Stormweter & Water Main Improvement Project Project Manager: Paul Fleming, PMP I Consultant : I Mathews Consulting, Inc. Contractor: Master Excavators, Inc. SECnON 1 - SELECTION CRITERIA As required In the Instruction To Bidders, SectIon 28 SELECTION CRITERIA, bids are to be evaluated based on the following criteria (use continuation sheet if necessary): No. Selection Criteria I HolM & Commen" 1 Experience of the firm with similar projects. The projects provided were for site work & utility Infrastructure for facilities such as Home Depot, Sams Club, etc. No projects for residential neighborhood Infrastructure projects were Drovided in bid e. 2 Background and experience of the principal members of the personnel, including officers. Information was not Included In bid package. 3 Bonding capacity. Compare current project values against stated bonding capacity. 15 Million Dollars. Current contracts on hand not provided In bid e. 4 Evidence of possession of required licenses or business permits. Yes 5 Experience in pedormance. Information provided, however project experience Is not represented of similar types of work (e.g. residential Infrastructure) 6 Contracts on hand. Not provided In bid e. 7 Largest completed projects. LoweslTarget - $11.7 M; Walmart - $14 M; Walmart - $5.8 M 8 Review of references (use page 2 of this form). Refer to Page 2 9 Consideration of past lawsuits or arbitrations to which the finn has been a party. Bidder stated "NlA" for this item. 10 Price. $3,408,495.10 (Low Bidder) 17 bids were received and the bid prices ranged from $3,408,495.10 to $5,807,931.55. The averaae bid Drice was $4 340 790.64. Page 1 of2 Utilities Department Engineering Division Bid Evaluation - Due Diligence SECTION 2 - REFERENCE VERIFICATION Company Name: Moses & Assoc. Project Name: Downtown Dadeland Contact Person :' Johan Project Value : $1.8 Million Telephone No.: 786-888-5453 Completion Not Final Date: 1 Hive they performed the work satisfactory as It pertains to meeting Yes jgI 'No 0 budaet? 2 Have they performed the work satisfactory as it pertains to meeting Yes 181 No 0 deadlines and milestones? 3 Have they perfonned the work satisfactory as it pertains to availability of Yesl8l No 0 staff and DrinciDals? 4 Have they performed the work satisfactory as it pertains to responsiveness Yesl8l No 0 to Client demands and suaaestions? 5 Have they perfonned the work satisfactory 8$ it pertains to quality of work? Yes 181 No 0 6 Were there any Field Change Directives I Change Orders on this project? Ye. jgI No 0 If vea. exclaln the circumstances in the Comments I Remerks section. 7 Were there any -disputed- claims from this contractor for this project? If Yes 0 No I8l ves. explain the circlmstances In the Comments I Remarks section. 8 How has the closeout process been with this contractor? Still Pending 9 Have there been any -warranty" claims? If so how has the contractor's See Below reSDOnse been? 10 What is your overall satisfaction with this contractor? See Below Item No. Comments I Remarks from above (use continuation sheet If necessary) 6. Owner & County requested additional work. 9. Had to replace some concrete curbing. Contractor very responsive. 10. Very good, would use them again. Bid Evaluation Performed By I Date : Aaron Cutler I January 6, 2009 Company I Organization: Mathews Consulting, Inc. Page 2 <a> of2 -..- ....-v__ Utilities Department Engineering Division Bid Evaluation - Due Diligence SECTION 2 - REFERENCE VERIFICATION Company Name: CCI Project Name: Sam's Club, Port St. Lucie Contact Person : Keith Ziegler Project Value: $4.9 Million Telephone No.: 4040-255-8000 Completion Jan. 2007 Date: 1 Have they performed the work satisfactory as it pertains to meeting Yes 181 No 0 budaet? 2 Have they performed the work satisfactory as it pertains to meeting Yesl8l No 0 deadlines and milestones? 3 Have they performed the work satisfactory a8 It pertains to availability of Yes 181 No 0 staff and princioala? 4 Have they perfonned the work satisfactory as It pertains to responslveneas Yesl8l No 0 to Client demands and suaaestions? 5 Have they performed the work satisfactory as It certains to auality of work? Yes 181 No 0 6 Were there any Field Change Directive. I Change Ordel'8 on this project? Yes jgI No 0 If Yes, explain the circumstances in the Comments I Remar1<8 section. 7 Were there any MdisputedM claims from ~18 contractor for this project? If Yes 0 No 181 yea, explain the clrc&.mstances in the Comments I Remarks section. 8 How has the closeout process been with this contractor? Good (See Below) 9 Have there been any "warranty" claims? If 10 how has the contractor's See Below reSDOOse been? 10 What Is your overall satisfaction with this contractor? See Below Item No. Comments I Remarks from above (use continuation sheet If necessarY) 6. Only Owner initiated FCD. 8. Excellent, As-Bullts very good. 9. Normal warranty Items, responded Immediately. 10. Very good. Just gave Company more work. Bid Evaluation Performed By I Date : Aaron Cutler I January 6, 2009 Company I Organization: Mathews Consulting, Inc. Page 2 (b) of 2 .n - - . .'--'---'.. --,. - -- Utilities Department Engineering Division Bid Evaluation - Due Diligence SEcnON 2 - REFERENCE VERIFICAnON Company Name: City of Sebastian Project Name: TwIn Ditches, Sebastian Contact Person: Dave Fischer Project Value : $900,000 Telephone No.: 772-589-5490 Completion June 2007 DlIte: 1 Have they performed the work satisfactory as it pertains to meeting Yes 181 No 0 budaet? 2 Have they perfonned the work satisfactory as it pertains to meeting Yes 0 No 181 deadlines and milestones? 3 Have they perfonned the work satfsfactory as It pertains to availability of Yes 181 No 0 staff and DrinciDals? 4 Have they performed the work satisfactory as it pertains to responslven... Yes 181 No 0 to Client demands and suaaeBtions? 5 Have they cerformed the work satisfactorv as It certains to Quality of work? Yes 0 No 181 e Were there any F'leld Change Directives I Change Orders on this project? Ves 181 No 0 If Yes. eXDlain the circumstances in the Comments I R.marks section. 7 Were there any -disputed" claims from this ~ntractor for this project? If Yes 181 No 0 v... exDlain the circumstances in the Comments I Remartcs section. 8 How has the closeout process .been with this contractor? Slow 9 Have there been any .warranty" claims? If so how has the contractor's No reSDOn&e been? 10 What Is your overall satisfaction with this contractor? No higher than C arade Item No. Comments I Remarks from above (use continuation sheet If necenarvl 1. Some issues, mostly OK. 5. Not the best (C grade) e. Owner initiated . 7. Were resolved. 10. Mickey Sullivan great. Everybody else do not recommend. Bid Evaluation Performed By I Date: Aaron Cutler I Janu.-y'6, 2009 Company I Organization : Mathews Consulting, Inc. Page 2 (c) of 2 '__'" ,_ .._. ...~.._"._ . __u..______..__._......____ . Attachment B Bid Evaluation - Due Diligence Form GlobeTec Construction, Inc. .. - -.-.. -----.-.----..- -_.._~_.__..- ....... -- .... .... .-..-. Utilities Department Engineering Division Bid Evaluation - Due Diligence Project Name: Roiling Green Stonnwater & Water Main Improvement project Project Manager: Paul Fleming, PMP I Consultant: I Mathews Consulting, Inc. Contractor: Globetec Construction, LLC SECn01l1 - SELECnON CRITERIA As required in the Instruction To Bidders, Section 26 SELECTION CRITERIA, bide are to be evaluated based on the followina crlteria (use contlnuaUon sheet If necessary): No. Selection Criteria I No_ & Comments 1 Experience of the firm with similar orolects. Very good. Numerou8 similar project examples provided. 2 Background and experience of the principal members of the personnel, Including officers. Very good. 3 Bonding capacity. Compare current project values against stated bonding capacity. In excess of $100 M. Curent project values = $n,564,206. Bonding capacity is available for this project. 4 Evidence of possession of required Iicens. or business permits. Yes 5 Experience in performance. Very experienced In residential infrastructure tvee pro.i8d.. .6 Contracts on hand. 10 projects on hand totaling sn,654,206. 3 ofthe projects are over 80% complete. 7 Laraest completed projects. Lake Region Transml.slon Main - $14.8 M; Uttle Venice Advanced WNTP - $110 M; Melrose Manors Basin B - $6.8 M 8 Review of references (use page 2 of this form). Refer to Page 2 9 Consideration of past lawsuits or arbitrations to which the firm has been a party. Bidder stated toNo lawsuits". 10 Price. $3,-489,348.80 (2ng Low Bidder) 17 bids were received and the bid prices ranged from $3,408,495.10 to $5,807,931.55. The averaae bid Drice was $4.340.790.64. Page 10'2 Utilities Department Engineering Division Bid Evaluation - Due Diligence SECTION 2 . REFERENCE VERIFICATION Company Name: Oakland Park Public works Project Name: Drainage & WM Improv. Contact Person: John M. Perez Project Value: $889.886.00 Telephone No.: 954-630.4479 Completion 2008 Date: 1 Have they performed the work satisfactory 88 it partains to meeting Yesl8l No 0 budaet? 2 Have they performed the work satisfactory as it pertains to meeting Yes 0 No 181 deadlines and milestones? 3 Have they performed the work satisfactory as It pertains to availability of Yes 181 No 0 staff and crincicals? 4 Have they performed the work satisfactory allt pertains to responsiveness Yes 181 No 0 to Client demands and succestions? 5 Have they performed the work satisfactory as it pertains to Quality of work? Yes 181 No 181 6 Were there any Field Change Directives I Change Orders on this project? Yes 181 No 0 If vea 8XDlaln the circumstances In the Comments I Remarks section. 7 Were there any -diSputed" claims from this contractor for this project? If Yesl8l No 0 ves. exclain the circumstances In the Commentll Remark8 section. 8 How has the closeout procell been with this contractor? Good 9 Have there been any 'warranty" claims? If so how has the contractor's Responsive meanse been? 10 What Is your overall satisfaction with this contractor? Fair Item No. Comments I Remarks from above (use continuation sheet If necessarY) 1. Contractor had difficulty meeting budget; required additional monitoring of the Contract. 2. Schedule little off. 4. Mostly. 5. Asphaft not good, WM good. 6. They issued several CO that were rejected. 7. Numerous, all unJustified. Bid Evaluation Performed By I Date: Aaron Cutler I January 6, 2009 Company' Organization: Mathews Consulting, Inc. Page 2 (8) of 2 ....-.. .- ....-- .......,.. , . .. ~ ..... ..--------...--.-.- Utilities Department Engineering Division Bid Evaluation - Due Diligence SECTION 2 . REFERENCE VERIFICATION Company Name: PBC Water Utilities Dept. Project Name: Lake Region Water Transm188ion Svatem Contact Person: Joe Tanacredl, P.E. Project Value: $14,765,815 Telephone No.: 561-493-6088 Completion 2008 Date: 1 Have they performed the work satisfactory as it pertains to meeting Yesl8l No 0 budaet? 2 Have they performed the work satisfactory as It pertains to meeting Yes 181 No 0 deadlines and milestones? 3 Have they performed the work satisfactory as it pertains to availability of Yes 181 No 0 staff and Drincioals? 4 Have they performed the work satisfactory as It pertains to responsiveness Yes 181 No 0 to Client demands and auaaestlons? 5 Have they performed the worX satisfactory al It pertains to quality of work? Yesl8l No 0 6 Were there any Field Change Directives I Change Orders on this project? Yesl8l No 0 If vest explain the circumstances In the Comments I Remarks section. 7 Were there any -disputed- claims from this contractor for this project? If Yes 0 No 181 Yes. exglain the circunstances In the Comments I Remarks section. 8 How has the closeout DraCe" been WIth this contractor? Good 9 Have there' been any -warranty" claims? If so how has the contractor's No relDOnse been? 10 What is your overall satisfaction with this contractor? Very good Item No. Comments I Remarks from above (use continuation sheet if necessary) 6. Legitimate, owner Initiated. Bid Evaluation Performed By I Date: Aaron Cutler I January 6. 2009 Company I Organization: Mathews Consulting, Inc. Page 2 (b) of2 ._..._.,..._--_.~ Utilities Department Engineering Division Bid Evaluation.. Due Diligence SECTION 2 . REFERENCE VERlFICAnON Company Name: City of Ft. Lauderdale Project Name: Melrose Manor SS Project Contact Person: Paul Bollander Project Value: $5,824,444.00 Telephone No.: 954-522-2604 Ext. 15 Completion 2008/ On-golng Date: 1 Have they performed the work satisfactory a8 It pertains to meeting Yes~ NoD budaet? 2 Have they performed the work satisfactory as it pertains to meeting Yes r8I No D deadlines and milestones? 3 Have they performed the work satisfactory as It pertains to availability of Yes r8I No 0 staff and DrlnclDals? 4 Have they performed the work satisfactory as it pertains to responsiveness Yesl8l No 0 to Client demands and suaaestions? 5 Have they performed the work satisfactory 18 it pertains to auality of work? Y88~ NoD 6 Were there any Field Change Directivel/ Change Orders on this project? Yes r8I No 0 If Yes. eXDlaln the circumstances In the Comments I Remarks section. 7 Were there any -disputed- claims from this contractor for thIs project? If Yes 0 No 181 ye. exDlain the circumstances In the Comments/ Remarks section. a How has the closeout process been with this contractor? No problems 9 Have there been any "warranty- claims? If so how has the contractor's See Below resDonse been? 10 What Is your overall satisfaction with this contractor? 9 out of 10 Item No. Comments/ Remarks from above (use continuation sheet If necessarY) 6. Owner initiated 9. Base material for road work had to be reworked. Contractor was immediately l'eSoonslve. Bid Evaluation Performed By I Date : Aaron Cutler I January 6, 2009 Company I Organization: Mathews Consulting, Inc. Page 2 (c) of 2 ---..-.-. - '- ..__.--.-----_...~~-- ... --.-.--.-----...---.- --~--.._. ..." ---.--------- -...-.----....- Utilities Department Engineering Division Bid Evaluation - Due Diligence . 8ECnON 2 . REFERENCE VERIFICATION Company Name: Cocoa Utility Department Project Name: S. Mainland Trans Main Contact Person: Ed Davia (CH2M HILL) Project Value: $17,284,500.00 Telephone No.: 407-423-0001 Ext.314 Completion On-golng Oate: .. 1 Have they performed the work latilfactory as It pertains to meeting Ye.18I No D budaet? 2 Have they performed the work satisfactory as it pertains to meeting Yes~ NoD deadlines and milestones? 3 Have they performed the work satisfactory as It pertains to avaUability of Yesl8l No D staff and DrlnciD81s? 4 Have they performed the work satlBfadory as it pertains to responsiveness Yes cgJ No 0 to Client deman~ and luaaeation.? 5 Have they performed the work satisfactory as it pertains to Quality of work? YH~. NoD 6 Were there any Field Change Directives / Change Orders on this project? Yes!&1 No 0 If ves eXDlaln the circumstances In the Comments I Remarks section. 7 Were there any -disputed- claims from this contractor for this project? If Yes 0 No 181 ves. eXDIaln the c1ra.mstances In the Comments I Remarks section. B How has the closeout process been with this cortractor? NJA 9 Have there been any "warran~ claims? If 80 how has the contractor's N1A resgonse been? 10 What Is your overall satisfaction with this contractor? Very satisfied '. Item No. Comments I Remarks from above (use continuation sheet If necessary) 2. Little behind schedule due to Hurricane Faye 6. Primarily OWner Initiated Bid Evaluation Performed By I Date : Aaron Cutler I January 6, 2009 Company I OrganIZation: Mathews Consulting, Ino. Page 2 (d) of 2 ,..... . ..---"-.------ - ..- .. ------..- ."... .....-- .-.... ~. .----- ...__..~.. ..r." ....... . . Attachment C Bid Evaluation - Due Diligence Form Johnson-Davis, Inc. . UtIlities Department Engineering Division Bid Evaluation - Due Diligence Project Name: Rolling Green Stormwater & Water Main Improvement Project Project Manager: Paul Fleming, PMP I Consultant: I Mathews Consulting, Inc. Contractor: Johnson-Davis, Inc. SECTION 1 - SELECTION CRrrERlA As required In the Instruction To Bidders, Section 26 SELECTION CRITERIA, bids are to be evaluated based on the followlna aiterla (use continuation lheet If Mceuarv): No. Selection Crtteria I NotH & Comments 1 experience of the f1nn with similar DrOjectl. Very good. However, they are a Subcontractor on the majority of projects submitted and not 8 Prime. 2 Background and excerience of the principal members of the personnel, including officers. Very good. 3 Bonding capacity. Compare current values aaalnst stated bonding capacity. $65 M. Current project valuel = $53,992,990. Bonding capacity II available for this project. 4 Evidence of possession of required licenses or business pennits. Ves 5 Experience in performance. Very good. 6 Contracts on hand. 35 projects on hand totaling $53,992,990. 7 Largest completed projects. Ft Lauderdale International Airport Task 1 - $3,455,530; S.R. 809 Military Trail - $3,466,942; Lantana Road - $2,327.956 8 Review of references (use page 2 of this form). Refer to Page 2 9 Conslderation of Dast lawsuits or arbitrations to which the firm has been a party. Bidder ltated "None" for this item. 10 Price. $3,726,692.00 (3111 Low Bidder). 17 bids were received and the bid prices ranged from $3,408,495.10 to $5,807,931.55. The BVer&a8 bid Drice was $4 340.790.64. Page 1 of2 .h . . Utilities Department Engineering Division Bid Evaluation - Due Diligence SECTION 2 - REFERENCE VERIFICATION Company Name: City of Delray Beach Project Name: 411l St. Utilities Contact Person: Rafael Ballestero Project Value: $300,000 Telephone No.: 561-243-7297 Completion 2007 Date: 1 Have they perfonned the work satisfactory as it pertains to meeting Yes 18I No 0 budget? 2 Have they perfonned the work satisfactory as it pertains to meeting Yes 181 No 0 deadlines and milestones? 3 Have they performed the work satisfactory as It pertains to availability of Yes 181 No 0 staff and DrlnclDBls? 4 Have they performed the work satisfactory as it pertains to responsiveness Yes 181 No 0 to Client demands and suaaestions? 5 Have they performed the work satiafactorv as it pertains to quality of work? Yes 181 No 0 6 Were there any Field Change Directives I Change Orders on this project? Yes~ NoD If yes explain the circumstances in the Comments' Remarks section. 7 Were there any -disputed- claims from this contractor for this project? If Yes 0 No 181 ves. exDlain the circumstances in the Comments J Remarks section. 8 How has the closeout process been with this contractor? Good 9 Have there been any -warranty- claims? If so how has the contractor's No resPOnse been? 10 What Is your overall satisfaction with this contractor? Very High '. Item No. Comments' Remarks from above (use continuation sheet If necessary) 6. Owner initiated. Very reasonable prices. Bid Evaluation Perfonned By I Date: Aaron Cutler' January 6, 2009 Company' Organization: Mathews Consulting, Inc. Page 2 (8) of 2 - -- ---.---..--..-.-- . - Utilities Department Engineering Division Bid Evaluation - Due Diligence SECTION 2 . REFERENCE VERIFICATION Company Name: Town of Manalapan Project Name: Water UtIlity Modlflcation Contact Person: Gregory Dunham Project Value : $1,500,000.00 Telephone No.: 561-586-2487 Completion Dec. 2008 Date: 1 Have they performed the work satisfactory 8S it pertains to meeting Yes 181 No 0 budaet? 2 Have they performed the work satisfactory as It pertains to meeting Yes 181 No 0 deadlines and milestones? 3 Have they performed the work sati8factory as it pertains to availability of Yes 181 No 0 staff 8nd principals? 4 Have they performed the work satisfactory IS It pertains to responsiveness Yes~ NoD to Client demands and suggestions? 5 Have they performed the work satisfactory as It pertains to quality of work? Yea 181 No 0 6 Were there any Field Change Directives I Change Orders on this project? Yesl8l No 0 If ves. explain the circumstances In the Comments I Remarks section. 7 Were thenl any -disputed- claims from this contnldor for this project? If Yes 0 No 181 yel, exDlain the circumstances in the Comments I Remarks section. 8 How has the closeout procell been with thla contractor? Good 9 Have there been any \Yarranty- claims? If so how has the contractor's No resDonse been? 10 What is your overall satisfaction with this contractor? Very Good Item No. Comments I Remarks from above (use continuation sheet If necessary) 6. Owner Initiated FCD, none by Contractor. Bid Evaluation Performed By I Date : Aaron Cutler I January 6, 2009 Company I Organization : Mathews Consulting, Inc. Page 2 (b) of 2 - .-------- -..-------------- ..'___.. _ h___..___r......_______... ~ . Utilities Department Engineering Division Bid Evaluation - Due Diligence SEcnON 2 . REFERENCE VERlFICAnON Company Name: Ft. Pierce Utility Authority Project Name: (A 1A) Ocean Lane Phase III Contact Person: Tracey Telley Project Value : $2,090,130.00 Telephone No.: n2-460-2200 Ext. 142 Completion On going Date: 1 Have they performed the work satisfactory as it pertains to meeting YeaD NoD budaet? NlA Thev are Derformlna _ subcontractor. 2 Have they performed the work satisfactory as It pertains to meeting YesO NoD deadlines and milestones? N/A Thev are perfonnlna _ subcontractor. 3 Have they performed the work satisfactory as It pertains to availability of Ves 181 No 0 staff and DrlnciDals? 4 Have they performed the work satisfactory as It pertains to responsiveness Yes 181 No 0 to Client demands and luaaestions? 5 Have they oerformed the work satisfactory 88 it DeMint to quality of work? Yes 181 No 0 6 Were there any Field Change Directives I Change Orders on this project? VesD NoD If vel. eXDlain the circumstances In the Comments I Remarks section. 7 Were there any "disputed" claims from thie contractor for this project? If YesD NoD ves eXDlaln the circumstances In the Comments I Remar1<a section. NlA 8 How has the closeout process been with this contractor? N/A 9 Have there been any "warranty" claims? If so how has the contractor's N/A respOnse been? 10 What Is your overall satisfaction with this contractor? Good Item No. Comments I Remarks from above (use continuation sheet if necessary) 1. They are performing as a Sub Contractor, not Prime Contractor. Bid Evaluation Performed By I Date : Aaron Cutler I January 6, 2009 Company I Organization: Mathews Consulting, Inc. Page 2 (c) of 2 l!WJ ~ P AUL FL~NG' SR. JECr MANAGER GLOBETEC CONSTRUCTION, LLC IS THE SECON LOWEST, MOST RESPONSIVE, MOST RESPONSIBLE BIDDER WHO MEETS ALL SPECIFICATIONS BID: ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT AND WHOSE BID IS IN THE BEST INTEREST OF THE CITY. "Offers from the vendors listed herein are the only offers BID: DUE DATE: DEC. 18,2008 received timely as of the above receiving date and time. BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 018-2821-09/JA if any, are hereby rejected as late" VENDORS AKA SERVICES, INC. ASHPAL T CONSULTANTS, INC. B & B UNDERGROUND CONTRACTORS, INC. 13676 HAMLIN BLVD 880 N.W. FIRST AVENUE 6900 DWIGHT ROAD WEST PALM BEACH, FL 33412 BOCA RATON, FL 33432 WEST PALM BEACH, FL 33411 PH: (561) 791-7561 PH: (561) 750-8596 PH: (561) 682-3310 FAX.: (561) 791-7565 FAX.:(561) 368-5797 FAX.: (561) 682-3304 CONTACT: JOSEPHINE BASILE CONTACT: CHRIS BACZEWSKI CONTACT: A. O'NEAL BATES ADDENDUM #2 SUBMITTED YES YES YES ADDENDUM #1 SUMBITTED YES YES YES BIDDER ACKNOWLDEGEMENT SUBMITTED YES YES YES TOTAL BID PROPOSAL (From Page BP-5) $3,878,717.00 $4,225,991.00 $4,046,648.25 ORIGINAL AND THREE COPIES OF BID SUBMITTED YES YES YES HORIZONTAL BAR CHART SUBMITTED YES YES YES SITE INSPECTION FORM SUBMITTED YES YES YES EVIDENCE OF REQUIRED LICENSES AND/OR BUSINESS PERMITS SUBMITTED YES YES YES BID BOND SUBMITTED YES/FIDELITY & DEPOSIT YESITRA VELERS CASUALTY & YESIWESTFIELD COMPANY OF MARYLAND SURETY COMPANY OF AMERICA INSURANCE COMPANY STATEMENT OF BIDDERS QUALIFICATIONS SUBMITTED YES YES YES NON COLLUSION AFFIDAVIT SUBMITTED YES YES YES ANTI-KICKBACK AFFIDAVIT SUBMITTED YES YES YES SHEET 1 ROLLING GREEN STORMWATER MAIN IMPROVEMENT PROJECT Page 1 BID: ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: DEC. 18,2008 received timely as of the above receiving date and time. BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 018-2821-09/JA if any, are hereby rejected as late" VENDORS AKA SERVICES, INC. ASHPAL T CONSULTANTS, INC. B & B UNDERGROUND CONTRACTORS, INC. 13676 HAMLIN BLVD 880 N.W. FIRST AVENUE 6900 DWIGHT ROAD WEST PALM BEACH, FL 33412 BOCA RATON, FL 33432 WEST PALM BEACH, FL 33411 PH: (561) 791-7561 PH: (561) 750-8596 PH: (561) 682-3310 FAX: (561) 791-7565 FAX:(561) 368-5797 FAX: (561) 682-3304 CONTACT: JOSEPHINE BASILE CONTACT: CHRIS BACZEWSKI CONTACT: A. O'NEAL BATES CONFIRMATION OF MINORITY OWNED BUSINESS SUBMITTED YES/NOT A YES/NOT A YES/NOT A MINORITY OWNED BUSINESS MINORITY OWNED BUSINESS MINORITY OWNED BUSINESS CONFIRMATION OF DRUG FREE WORKPLACE SUBMITTED YES YES YES TRENCH SAFETY AFFADAVIT SUBMITTED YES YES YES SAFETY PROGRAM COMPLIANCE SUBMITTED YES YES YES SCHEDULE OF SUBCONTRACTORS SUBMITTED YES YES YES SHEET 1 ROLLING GREEN STORMWATER MAIN IMPROVEMENT PROJECT Page 2 BID: ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: DEC. 18,2008 received timely as of the above receiving date and time. BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 018-2821-09/JA if any, are hereby rejected as late" VENDORS CHAZ EQUIPMENT CO. INC. DANELLA UTILITY CONSTRUCTION, INC. FELIX ASSOCIATES, LLC 3180 FAIRLANE FARMS RD. STE 1 790 NE 48TH STREET 851 S.W. DARWIN BLVD. WELLINGTON, FL 33414 POMPANO BEACH, FL 33064 PORT ST. LUCIE, FL 34953 PH: (561) 333-2109 PH: (954) 691-1720 PH: (772) 879-6510 FAX: (561) 333-2180 FAX: (954) 691-1719 FAX: (772) 879-7485 CONTACT: ROBERT H. WIGHT CONTACT: JOHN BASS CONTACT: VINCENT AMATO ADDENDUM #2 SUBMITTED YES YES YES ADDENDUM #1 SUMBITTED YES YES YES BIDDER ACKNOWLDEGEMENT SUBMITTED YES YES YES TOTAL BID PROPOSAL (From Page BP-5) $4,815,579.25 $5,287,173.30 $3,958,078.60 ORIGINAL AND THREE COPIES OF BID SUBMITTED YES YES YES HORIZONTAL BAR CHART SUBMITTED YES YES YES SITE INSPECTION FORM SUBMITTED YES YES YES EVIDENCE OF REQUIRED LICENSES AND/OR BUSINESS PERMITS SUBMITTED YES YES YES BID BOND SUBMITTED YES/GREAT AMERICAN YES/SAFECO INSURANCE YES/ARCH INSURANCE INSURANCE COMPANY COMPANY OF AMERICA COMPANY STATEMENT OF BIDDERS QUALIFICATIONS SUBMITTED YES YES YES ROLLING GREEN STORMWATER AND MAIN IMPROVEMENT SHEET 2 PROJECT Page 3 BID: ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: DEC. 18,2008 received timely as of the above receiving date and time. BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 018-2821-09/JA if any, are hereby rejected as late" VENDORS CHAZ EQUIPMENT CO. INC. DANELLA UTILITY CONSTRUCTION, INC. FELIX ASSOCIATES, LLC 3180 FAIRLANE FARMS RD. STE 1 790 NE 48TH STREET 851 S.W. DARWIN BLVD. WELLINGTON, FL 33414 POMPANO BEACH, FL 33064 PORT ST. LUCIE, FL 34953 PH: (561) 333-2109 PH: (954) 691-1720 PH: (772) 879-6510 FAX: (561) 333-2180 FAX: (954) 691-1719 FAX: (772) 879-7485 CONTACT: ROBERT H. WIGHT CONTACT: JOHN BASS CONTACT: VINCENT AMATO NON COLLUSION AFFIDAVIT SUBMITTED YES YES YES ANTI-KICKBACK AFFIDAVIT SUBMITTED YES YES YES CONFIRMATION OF MINORITY OWNED BUSINESS SUBMITTED YES/NOT A YES/NOT A YES/NOT A MINORITY OWNED BUSINESS MINORITY OWNED BUSINESS MINORITY OWNED BUSINESS CONFIRMATION OF DRUG FREE WORKPLACE SUBMITTED YES YES YES TRENCH SAFETY AFFADAVIT SUBMITTED YES YES YES SAFETY PROGRAM COMPLIANCE SUBMITTED YES YES YES SCHEDULE OF SUBCONTRACTORS SUBMITTED YES YES YES ROLLING GREEN STORMWATER AND MAIN IMPROVEMENT SHEET 2 PROJECT Page 4 BID: ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: DEC. 18, 2008 received timely as of the above receiving date and time. BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 018-2821-09/JA if any, are hereby rejected as late" VENDORS FOSTER MARINE CONTRACTORS, INC. GLOBETEC CONSTRUCTION LLC GONZALES & SONS EQUIPMENT 7313 WESTPORT PLACE 4774 N. POWERLlNE RD. P.O. BOX 170840 WEST PALM BEACH, FL 33413 DEERFIELD BEACH, FL 33073 HIALEAH, FL 33017 PH: (561) 623-0034 PH: (954) 590-3305 PH: (305) 822-5455 FAX (561) 683-0335 FAX:(954) 590-3307 FAX: (305) 882-1952 CO NT ACT: LARRY BRENNEN CONTACT: ANTONIO ASSENZA CONTACT: JUAN C. GONZALEZ ADDENDUM #2 SUBMITTED YES YES YES ADDENDUM #1 SUMBITTED YES YES YES BIDDER ACKNOWLDEGEMENT SUBMITTED YES YES YES TOTAL BID PROPOSAL (From Page BP-5) $4,140,447.75 $3,489,346.60 $6,305,945.70 ORIGINAL AND THREE COPIES OF BID SUBMITTED YES YES YES HORIZONTAL BAR CHART SUBMITTED YES YES NOT SUBMITTED SITE INSPECTION FORM SUBMITTED YES YES YES EVIDENCE OF REQUIRED LICENSES AND/OR BUSINESS PERMITS SUBMITTED YES YES YES BID BOND SUBMITTED YES/FIDELITY & DEPOSIT YESfTRAVELERS CASUALTY YES/FIDELITY AND DEPOSIT COMPANY OF MARYLAND AND SURETY COMP OF AMERICA COMPANY OF MARYLAND STATEMENT OF BIDDERS QUALIFICATIONS SUBMITTED YES YES YES SHEET 3 ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT Page 5 BID: ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: DEC. 18,2008 received timely as of the above receiving date and time. BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 018-2821-09/JA if any, are hereby rejected as late" VENDORS FOSTER MARINE CONTRACTORS, INC. GLOBETEC CONSTRUCTION LLC GONZALES & SONS EQUIPMENT 7313 WESTPORT PLACE 4774 N. POWERLlNE RD. P.O. BOX 170840 WEST PALM BEACH, FL 33413 DEERFIELD BEACH, FL 33073 HIALEAH, FL 33017 PH: (561) 623-0034 PH: (954) 590-3305 PH: (305) 822-5455 FAX (561) 683-0335 FAX:(954) 590-3307 FAX: (305) 882-1952 CONTACT: LARRY BRENNEN CONTACT: ANTONIO ASSENZA CONTACT: JUAN C. GONZALEZ NON COLLUSION AFFIDAVIT SUBMITTED YES YES YES ANTI-KICKBACK AFFIDAVIT SUBMITTED YES YES YES CONFIRMATION OF MINORITY OWNED BUSINESS SUBMITTED YES/NOT A YES/NOT A YES/ HISPANIC FL. REGIONAL MINORITY OWNED BUSINESS MINORITY OWEND BUSINESS MINORITY BUSINESS COUNCIL CONFIRMATION OF DRUG FREE WORKPLACE SUBMITTED YES YES YES TRENCH SAFETY AFFADAVIT SUBMITTED YES YES YES SAFETY PROGRAM COMPLIANCE SUBMITTED YES YES YES SCHEDULE OF SUBCONTRACTORS SUBMITTED YES YES YES SHEET 3 ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT Page 6 BID: ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: DEC. 18, 2008 received timely as of the above receiving date and time. BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 018-2821-09/JA if any, are hereby rejected as late" VENDORS INTERCOUNTY ENGINEERING, INC. JOHNSON-DAVIS INC. MAN-CON INC. 1925 N.W. 18TH STREET 604 HILLBRATH DRIVE 3460 S.W. 11TH STREET POMPANO BEACH, FL 33069 LANTANA, FL 33462 DEERFIELD BEACH, FL 33442 PH: (954) 972-9800 PH: (561) 588-1170 PH: (954) 427-0230 FAX: (954) 974-0042 FAX: (561) 585-5252 FAX: (954) 427-8133 CONTACT: MAURICE A. HYNES CONTACT: SCOTT J. JACKSON CONTACT: GUY A. MANCINI ADDENDUM #2 SUBMITTED YES YES YES ADDENDUM #1 SUM BITTED YES YES YES BIDDER ACKNOWLDEGEMENT SUBMITTED NO YES YES TOTAL BID PROPOSAL (From Page BP-5) $5,005,098.00 $3,726,692.00 $3,920,673,85 ORIGINAL AND THREE COPIES OF BID SUBMITTED YES YES YES HORIZONTAL BAR CHART SUBMITTED YES YES YES SITE INSPECTION FORM SUBMITTED YES YES YES EVIDENCE OF REQUIRED LICENSES AND/OR BUSINESS PERMITS SUBMITTED YES YES YES BID BOND SUBMITTED YES/DEVELOPERS YES/SAFECO INSURANCE YES/.THE HANOVER SURETY AND INDEMNITY COMPANY OF AMERICA INSURANCE COMPANY STATEMENT OF BIDDERS QUALIFICATIONS SUBMITTED YES YES YES SHEET 4 ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT Page 7 BID: ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: DEC. 18,2008 received timely as of the above receiving date and time. BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 018-2821-09/JA if any, are hereby rejected as late" VENDORS INTERCOUNTY ENGINEERING, INC. JOHNSON-DAVIS INC. MAN-CON INC. 1925 N.W. 18TH STREET 604 HILLBRATH DRIVE 3460 S.W. 11TH STREET POMPANO BEACH, FL 33069 LANTANA, FL 33462 DEERFIELD BEACH, FL 33442 PH: (954) 972-9800 PH: (561) 588-1170 PH: (954) 427-0230 FAX: (954) 974-0042 FAX: (561) 585-5252 FAX: (954) 427-8133 CONTACT: MAURICE A. HYNES CONTACT: SCOTT J. JACKSON CONTACT: GUY A. MANCINI NON COLLUSION AFFIDAVIT SUBMITTED YES YES YES ANTI-KICKBACK AFFIDAVIT SUBMITTED YES YES YES CONFIRMATION OF MINORITY OWNED BUSINESS SUBMITTED YES/NOT A YES/NOT A YES/NOT A MINORITY OWNED BUSINESS MINORITY OWNED BUSINESS MINORITY OWNED BUSINESS CONFIRMATION OF DRUG FREE WORKPLACE SUBMITTED YES YES YES TRENCH SAFETY AFFADAVIT SUBMITTED YES YES YES SAFETY PROGRAM COMPLIANCE SUBMITTED YES YES YES SCHEDULE OF SUBCONTRACTORS SUBMITTED YES YES YES SHEET 4 ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT Page 8 BID: ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: DEC. 18, 2008 received timely as of the above receiving date and time. BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 018-2821-09/JA if any, are hereby rejected as late" VENDORS MASTER EXCAVATORS, INC. RIC-MAN CONSTRUCITON, INC. OCEAN BAY CONSTRUCTION INC. 9950 S.W. 168 TERRACE 3100 S.W. 15TH STREET 2200 N.W. 16TH ST. MIAMI, FL 33157 DEERFIELD BEACH, FL 33442 POMPANO BEACH, FL 33069 PH: (305) 238-0119 PH: (954) 426-1221 PH: (954) 960-0130 FAX: (305) 251-8301 FAX: (954) 426-1226 FAX: (954) 960-3312 CONTACT: BERNARD FEEL Y CONTACT: DANIEL MANCINI CONTACT: RONALD E. PENTA ADDENDUM #2 SUBMITTED YES YES YES ADDENDUM #1 SUMBITTED YES YES YES BIDDER ACKNOWLDEGEMENT SUBMITTED YES NO YES TOTAL BID PROPOSAL (From Page BP-5) $3,408,495.10 $4,439.859.29 $5,084,656.69 ORIGINAL AND THREE COPIES OF BID SUBMITTED YES YES YES HORIZONTAL BAR CHART SUBMITTED YES YES YES SITE INSPECTION FORM SUBMITTED YES YES YES EVIDENCE OF REQUIRED LICENSES AND/OR BUSINESS PERMITS SUBMITTED YES YES YES BID BOND SUBMITTED YES/DEVELOPERS SURETY YESIWESTERN YESITRAVELERS CASUALTY AND INDEMNITY COMPANY SURETY COMPANY AND SURETY COMPANY STATEMENT OF BIDDERS QUALIFICATIONS SUBMITTED YES YES YES SHEET 5 ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT Page 9 BID: ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: DEC. 18,2008 received timely as of the above receiving date and time. BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 018-2821-09/JA if any, are hereby rejected as late" VENDORS MASTER EXCAVATORS, INC. RIC-MAN CONSTRUCITON, INC. OCEAN BAY CONSTRUCTION INC. 9950 S.W. 168 TERRACE 3100 S.W. 15TH STREET 2200 N.W. 16TH ST. MIAMI, FL 33157 DEERFIELD BEACH, FL 33442 POMPANO BEACH, FL 33069 PH: (305) 238-0119 PH: (954) 426-1221 PH: (954) 960-0130 FAX: (305) 251-8301 FAX: (954) 426-1226 FAX: (954) 960-3312 CO NT ACT: BERNARD FEEL Y CONTACT: DANIEL MANCINI CONTACT: RONALD E. PENTA NON COLLUSION AFFIDAVIT SUBMITTED YES YES YES ANTI-KICKBACK AFFIDAVIT SUBMITTED YES YES YES CONFIRMATION OF MINORITY OWNED BUSINESS SUBMITTED YES/NOT A YES/NOT A YES/NOT A MINORITY OWNED BUSINESS MINORITY OWNED BUSINESS MINORITY OWNED BUSINESS CONFIRMATION OF DRUG FREE WORKPLACE SUBMITTED YES YES YES TRENCH SAFETY AFFADAVIT SUBMITTED YES YES YES SAFETY PROGRAM COMPLIANCE SUBMITTED YES YES YES SCHEDULE OF SUBCONTRACTORS SUBMITTED YES YES YES SHEET 5 ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT Page 10 BID: ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: DEC. 18, 2008 received timely as of the above receiving date and time. BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 018-2821-09/JA if any, are hereby rejected as late" VENDORS PALM BEACH GRADING, INC. SHEL TRA & SON CONSTRUCTION CO. INC. 1250 GATEWAY ROAD P.O. BOX 336 LAKE PARK, FL 33403 INDIANTOWN, FL 34956 PH: (561) 842-9551 PH: (772) 597-3180 FAX: (561) 842-9824 FAX: (772) 597-4213 CONTACT: LARRY MANNING CONTACT: RICKY SHEL TRA ADDENDUM #2 SUBMITTED YES YES ADDENDUM #1 SUMBITTED YES YES BIDDER ACKNOWLDEGEMENT SUBMITTED YES YES TOTAL BID PROPOSAL (From Page BP-5) $3,989,899.60 $4,067,657.25 ORIGINAL AND THREE COPIES OF BID SUBMITTED YES YES HORIZONTAL BAR CHART SUBMITTED YES YES SITE INSPECTION FORM SUBMITTED YES YES EVIDENCE OF REQUIRED LICENSES AND/OR BUSINESS PERMITS SUBMITTED YES YES BID BOND SUBMITTED YESIWESTERN YES/GREAT AMERICAN SURETY COMPANY INSURANCE COMPANY STATEMENT OF BIDDERS QUALIFICATIONS SUBMITTED YES YES SHEET 6 ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT Page 11 BID: ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: DEC. 18,2008 received timely as of the above receiving date and time. BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 018-2821-09/JA if any, are hereby rejected as late" VENDORS PALM BEACH GRADING, INC. SHEL TRA & SON CONSTRUCTION CO. INC. 1250 GATEWAY ROAD P.O. BOX 336 LAKE PARK, FL 33403 INDIANTOWN, FL 34956 PH: (561) 842-9551 PH: (772) 597-3180 FAX: (561) 842-9824 FAX: (772) 597-4213 CONTACT: LARRY MANNING CONTACT: RICKY SHEL TRA NON COLLUSION AFFIDAVIT SUBMITTED YES YES ANTI-KICKBACK AFFIDAVIT SUBMITTED YES YES CONFIRMATION OF MINORITY OWNED BUSINESS SUBMITTED YES/NOT A YES/NOT A MINORITY OWNED BUSINESS MINORITY OWNED BUSINESS CONFIRMATION OF DRUG FREE WORKPLACE SUBMITTED YES YES TRENCH SAFETY AFFADAVIT SUBMITTED YES YES SAFETY PROGRAM COMPLIANCE SUBMITTED YES YES SCHEDULE OF SUBCONTRACTORS SUBMITTED YES YES/NA SHEET 6 ROLLING GREEN STORMWATER AND WATER MAIN IMPROVEMENT PROJECT Page 12 City of Boynton Beach Rolling G....n Stormwater and Water Main Improvement Project Bidding Construction Cost Opinion (Aug. 2008) E e.tI~ ITEII DESCRIPTION OF liD ITEM QUAM. UNIT COST TOTAL MobIUzationIDemIIzation, Bonds, MlIlntenance of TratIIc, lnuance and General 1 RequiwnenIL ContrlIckIr IhIIII be limlIIId to . maximum of eight percent (8%) of the aubtotaI bid 1 lS $4ee.OOO.OO $ 458.000.00 Drice. ProvIde NatIoMI PoIIubInt Dilcharge E1im1ndon System Permit (NPOES) 8fld dewatering pennit LS $85,000.00 85.000.00 from IPPHc:abIe agencies. ContrKtor IMIt be rlmlted to . maximum of one (1.5%> of subtotal 1 $ 2 bid DriC8. FumIIh end I~ S-Inch DuctIle Iran PIpe Water Main Including" FIttinga. Thrust Blocks. ReetrBlnlng Joints, AX R.... AuembIIea. Contllcl Structurea, Site ReIIonltIon, DIIInfecIIon. 314 Lf $50.00 $ 15.700.00 Temparery S8mp1ng PolnlI. end Apputenances needed to c:IeIiver a func:liorWng water 3 dlltrtbutlon aystam. Furnish end InataIIS-1nch Ductile Iron Pipe W.... M8in including all FIttIngs. Thrust BIoc:ka, Reltraining JoIrD, Air R.-.e AleemblIea. Conlllct Sttuctures. Site RestoratIon , DlsInfec:tIon, 26.534 LF $80.00 $ 1.592,040.00 Tempcnry Sampling PoInts, and AppurtenancN needed to deliver a functioning water 4 dIIIrIMion awtem. FumiIh end InatIIII Fire HydlWlt Auernblles on propoeed water main. Indudlng tee. valve and 38 EA $3,200.00 $ 121,800.00 5 Rernolle exletlng Fire Hyl:hnt AAemblIea on propoMd Mter main. Including tee, valve and 19 EA $1.000.00 $ 19.000.00 6 appur1lIll8AC8L FumlIh end Instill 1 0" x 8- TepcIing Saddle AuembIy.1ncIudIng valve, appurtenances and" 5 EA $5.000.00 $ 25,000.00 1 lite reIIor8tIon. FumIIh .nd 1nse.l1 0" x 6" T8pping SedcIe AaembIy, including V81ve, appwtenances and .. 2 EA $4,500.00 $ 9,000.00 8 "'* resuntiOn. FumletI.nd Inat8IIS- x r Tapping Saddle Alumbly,lncIudlng valVe, appurtena.nces and all aIt8 2 EA $3,000.00 $ 6.000.00 9 reeIoraIIon. FumlIh end Inatd ~ x ~ Tipping SaddIa Assembly, Including valve, appurtenances and all aile 3 EA $2,500.00 $ 7.500.00 10 reItoration. Fumlah and inat81104- x 4- Tapping Saddle A8eemb1y.lnc:tuding V81ve, appurtenances and all. 2 EA 51.500.00 $ 3.000.00 11 !'IIIcntion. 12 FurnIIh 8.fnch aiie V8Ive & 81 EA $1.500.00 S 121.500.00 13 FumIIh &4nc:h aii8 V8lve & 8 EA $1.200.00 S 9800.00 14 FumiIh and i.... all lnta 1...........1ovo aU 4 EA $2 000.00 $ 8,000.00 FurniIh end inlbll6l8- x 1-..... eervIce including 18dd1e, corporation stop & curb stop, 218 EA $1,000.00 $ 218,000.00 15 includlna alaoourtenancea. Fumlah and 1nsI81'-1J2" water eeMce Including saddle, corporIItion stop & curb stop,lncIudlng 167 EA $1,400.00 S 219,800.00 16 lIa umllh and insIalI 'I: W8ter service including saddle, corporation atop & curb stop,lncluding.1 1 EA $2,000.00 $ 2.000.00 17 appurten8n<:es. 18 Fumilh and Inst8U 1- poly for -'ngIe ~ (ahol't aide) 1805 LF $5.00 S a.028.OO 1 MAntEWS CONSULnNG City of Boynton Beach Roiling Ow.en Stormwater and Wafer Main Improvement Project Bidding Conetruction Cost Opinion (Aug. 2008) Ena...... WmD ITEII DESCRIPTION OF BID ITEM 'I UNIT COST TOTAL 1" 1 n tide) LF $10.00 $ ~ 20 and lnatBII1-1J2" pa 'I for double MI'VlceI (short aide) LF $8.00 s 7 .00 21 FumfIh and 1n11a111-112" DO 'I b double eervIcM 00na aldel 2,854 LF $12.00 $ 34,248.00 22 FumiIh 8I1d irwc.l2" DCIIv for doUble I8NiceI (Ihort eide) 1" LF $14.00 $ 188.00 23 FumfIh 8nd inIIIIl PVC C8UIa pipe for __-w>> 3.800 LF '15.00 S 57.000.00 24 E--:a.-. 137 EA 10.00 S - 25 . a.h:h 88beIta8 cement E 'De UIIn bl8 fill. 1.41" LF $8.00 $ B <484.00 26 . &-inch 8Ibe.... cement E De U nw.bIe tlll. 13.. LF 15.00 S 87 eeo.oo 27 Ab8ndon I 4-n:tI aIbeIeDI cement E De u 0WlIbl8 fiU. 5.848 LF $4.00 S 22.-'00 28 AbIndon 3-inCh...... cement owable fiU. 988 LF S4.00 S 3992.00 29 ..- thick concrIII8IdafJlllk ancI~n I 4' wIdI 1.623 LF $18.00 S 27:41..00 30 ..-thick COl~ IlcIMrJIIIk and I'8IIDrdan I 5' wide 1.234 LF 115.00 T 18.510.00 ConcAIt8 dItveway ~ removaIJrepIec: Thia bid Item IhaII alia Include the restalItion 15.881 SY $40.00 $ 826.0W0.00 31 8nd of l1li If' thldt concreII8 aideweIka 8( the rIaht~-wav. FLmiIh. mil Md InItd 1- 8IphIIt OY8f1ayto the extent 8fId IocItiona Ihown on the plans. OWftay ahlll be 1- Type 8-111 aephdic CIOnCIlIte. This bid Item IhIdIIndude the r8Placement 57.535 SY $12.00 $ eeo.~OO and r..aoratJon of 811 reIIectIve P8V'8rnent rn8rtters (RPM'a) Bnd .U temporary and pernwl8nt 32 Il8VM\eI1t martdnas. FLmI8h, miD and inatal_halt CMItluIId to the extAInt and Ioc:aIIona shown on the plma. 0VeIbuIId Ih8lI be Type S-III aphIltlc concna. This bid item IhIdllnclude the repIecement and 5,323 Sy $22.00 $ 117.108.00 reatondIon 01 all reIec:tIve .-.ment mertcerl (RF'th) and dl8mparary and permanent 33 IDIMlmenl nwtdnaa. Fumllh and .... 2"- HOPE ExftItraIIon Tr8nChellncluding fillings. pollutant I'8I8Idant bafIIe.. c:on1Ilct nutu... reetondIon (lndudlng aWIIIe _, drlvewaya, ....ks and required pavemenl raIDnItion), tJw1c:h .hortng Md appurtenancn 8UOdated wIIh the exIIIraIIon trench 3,117 LF $130.00 $ ~,210.00 to deliver a iIncaonlng Itormw8teI ayatem. Note: All HOPE pipe thall be Included as part of this 34 bid ilIem. 35 10Den QJt .-phaIt restoration IS 5Q6 LF $35.00 $ 195 8BO.00 sw.Je reatorIlIOI,for arees highlighted on the construction plans. Th.. IhaIIlndude socking of awale __ wilh either FIondam or Bahia sod as I8qUlrecI and rutaratIon of the exIatIng 35.. LF $15.00 $ 530,385.00 38 37 FumIIh and InIIalI FOOT TIlDe "E" In/eta Includlna .. aratea and ncee. 26 EA sa.a.oo $ 81 000.00 38 FumiIh II1d inltall FOOT TIlDe "C. Inlets Includlno all g,... and lDIDDurtemnles. 26 EA $3 000.00 $ 75.000.00 38 AdIuat 8tDrmweter Catch BMIn8 51 EA $600.00 S 25,500.00 <40 Adjustment of UIlIiI.y VaNe BoxesJM8nhale Covers to matd'I propa&ed grade for Paving Overlay. 26 EA $350.00 $ 9.100.00 <41 Senary Sewer Riser RIng Adjustments. 10 EA $eOO.OO $ 5,000.00 2 MATHEWS CONSULTING City of Boynton Beach Rolling Green Stonnwatar and Wa... Main Improvement Project Bidding Construction Coat Opinion (Aug. 2008) ...,. EstImatII ITEM QUAN. UNIT COST ~ 1 LS $20 000.00 43 1 LS $20 000.00 44 1 LS $10.00 Note: SWIce the Engineer has no control over the COlt of labor, materials, equipment or services furnished by others, or over the ConInIcIor's methods of determining prices, or over competitive bidding or market conditions, Engineer's opinion's of prob8ble ConstructIon COSt provided herein are to be made on the basis of Englneer's experience and qualifications and represent engineer's best judgement as an experienced and qualfiecl Engineer familiar with the construction Industry; but engineer cannot and does not guarantee that proposals, bids or actual Tolai Project or Construction Costs win not vary from opinions of probable construction cost prepered by Engineer. , i 3 MATHEWS CONSULnNG The City of Boynton Beach City Clerk's Office 100 E BOYNTON BEACH BLVD BOYNTON BEACH FL 33435 (561) 742-6060 FAX: (561) 742-6090 e-mail: prainitoj@ci.boynton-beach.fI.us www.boynton-beach.org MEMORANDUM TO: Janet Allen Purchasing FROM: Janet M. Prainito City Clerk DATE: March 25, 2009 SUBJECT: R09-019 Rolling Green Stormwater and Water Main Improvement Project Attached for your handling are the partially executed agreement mentioned above and a copy of the Resolution. Once the document has been fully executed, please return the original document to the City Clerk's Office for Central File. Thank you. ~ 'tn. p~ Attachments (2) C: Central File S:\CC\WP\AFTER COMMISSJON\Departmental Transmittals\2008\Carol Doppler R08-130.doc America's Gateway to the Gulfstream