R09-062
II I
1 RESOLUTION NO. R09- Ob~
2
3 A RESOLUTION OF THE CITY COMMISSION OF
4 THE CITY OF BOYNTON BEACH, FLORIDA,
5 REJECTING THE NINE HIGHEST BIDS;
6 AWARDING BID #028-2821-09/JA TO B & B
7 UNDERGROUND CONTRACTORS, INC., FOR THE
8 SOUTHEAST 4TH STREET WATER MAIN,
9 STORMWATER AND ROADWAY IMPROVEMENT
10 PROJECT FOR A TOTAL BUDGET
11 APPROPRIATION OF $2,466,047.70; AUTHORIZING
12 THE CITY MANAGER TO EXECUTE CONTRACT
13 DOCUMENTS; AND PROVIDING AN EFFECTIVE
14 DATE.
15
16 WHEREAS, on March 4, 2009, twelve (12) bids were received and opened by
17 Procurement Services in response to Bid #028-2821-09/JA and submitted to the Utilities
18 Department and the Engineer of Record, Post, Buckley, Shuh & Jenigan for review and
19 evaluation; and
20 WHEREAS, after performing an initial administrative evaluation of the twelve
21 (12) bids received, the Utilities Department is recommendation that the City Commission
22 reject nine (9) of the bids based on price; and
23 WHEREAS, City staff concurs with the recommendations of Post, Buckley, Shuh
24 & Jenigan to award the contract to B & B Underground Contractors, Inc., as the lowest,
25 most responsive, and responsible bidder who met all specifications and whose bid
26 represents the most advantageous bid to the City, price and other factors considered.
27 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION
28 OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
29 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed
30 as being true and correct and are hereby made a specific part of this Resolution upon
31 adoption.
S:\CA\RESO\Agreements\Bid Awards\Award of Bid - SE 4th Street (B&B Underground).doc
- 1 -
II I
1 Section 2. The City Commission of the City of Boynton Beach, Florida,
2 hereby rejects nine (9) of the bids reccived in response to the City's Invitation to Bid for
3 #028-2821-09/JA. The rejected bids are listed on Exhibit "A".
4 Section 3. The City Commission of the City of Boynton Beach, Florida,
5 hereby approvcs the award of Bid #028-2821-09/JA to B & B Underground Contractors,
6 Inc., for the Southeast 4th Street Water Main, Stormwater and Roadway Improvement
7 Project.
8 Section 4. The City Manager is authorized to execute a contract in the total
9 amount of $2,466,047.70, a copy of which is attached hereto as Exhibit "Boo.
10 Section 5. That this Resolution shall become effective immediately.
11 PASSED AND ADOPTED this <!JIg day of ApriL 2009.
12
13 J:::;,rf:t:~'H'~L:~DA
14
15
16
17 If c-'c>d#C~ .(/ /A"
18
19 Vice Mavor )~podrow L ay
, '../~
20 ;>< - ( /' . c::::.
21 ,C. Cf~// t/ /C---
22 Com ISSlOner Ronald Weiland
23 .) . . . ',-
24
25 .. Jus . uii.
26
27
--_.-
28
29 ATTES J :
30
31
32
33
34
35
I,\'ardSIAward uf Bid. 'iL Ith 'ilrcd I B& l3 l ,ndcrgrulIlld) due
2 -
i
~oq -Db 7
BID TITLE: SOUTHEAST 4TH STREET WATER MAIN. STORMWATER
AND ROADWAY IMPROVEMENT PROJECT
BID NUMBER: 028-282l-09/JA
PROJECT NUMBER: WTR124. STM030. SWR100. & REU002
CITY OF BOYNTON BEACH, FLORIDA
CONTRACT FOR CONSTRUCTION SERVICES
THIS CONTRACT, made and entered into this 21st day of April, 2009, by and between the CITY
OF BOYNTON BEACH, a municipal corporation of Florida, hereinafter called the "CITY"
or "OWNER" and B & B UNDERGROUND CONTRACTORS. INC.
a Florida Corporation ( X ) Check One
a Florida General Partnership L->
a Florida Limited Partnership L->
a Sole Proprietor L->
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:
SOUTHEAST 4TH STREET WATER MAIN, STORMW ATER
AND ROADWAY IMPROVEMENT PROJECT
WHEREAS, Contractor, in compliance with the bidding requirements announced by the
City, submitted a bid on the 4th day of March, 2009, for the total bid amount of $2.241.861.70;
and,
WHEREAS, On the 21st day of April, 2009, the City Commission designated contractor as
having submitted the bid that was most advantageous to the City and authorized the execution of
this Agreement; and,
WHEREAS, the Parties agree that the Project is scheduled to achieve Substantial
Completion without interruption within 330 calendar days 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 Revised 07-11-08 C-l
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.
1.1.4. 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 (SCC)
2.2,7 Special Conditions for City-Furnished Materials
2.2.6 Terms and Conditions for City-Furnished Materials
2.2.7 Construction Contract
2,2.8 Certificate of Insurance
2,2.9 Public Construction Bond
2.2.10 Technical Specifications
2.2.11 Contract Drawings and Plans
2.2,12 Addenda
2.2.13 Written directives or interpretations
2.2.14 Manufacturers warranties
Utilities Department Revised 07-11-08 C-2
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,
3,1.4. 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.
3.1.9. Observe and comply with the provisions of the charter, ordinances, codes
Utilities Department Revised 07-11-08 C-3
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 330
calendar days thereafter,
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,
Utilities Department Revised 07-11-08 C-4
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
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 330
calendar days from the Commencement Date 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 6.1 above.
6,3, In addition to the provisions of Section 27 of Instruction to Bidders which provide
for Supplemental Liquidated Damages in the event substantial and Final
completion dates are not met, SCC - 6, INTERIM MILESTONES and SCC- 7,
SUPPLEMENTAL LIQUIDATED DAMAGES establish supplemental liquidated
damages associated with interim deliverable milestones, Supplemental
Conditions for Construction SCC-6, INTERIM MILESTONES outline two (2)
interim deliverable milestones that coincide with completion of the project.
Failure by the CONTRACTOR to complete the work by the interim deliverable
milestones dates may cause the CITY to suffer damages. Therefore, in such an
event, the CITY shall be entitled to Supplemental Liquidated Damages of
$1.000.00 for each and every day until the completion of the interim deliverable
milestone and acceptance by the Project Engineer and Project Manager. Each
interim deliverable milestone will be evaluated separately.
Paragraph 6.3 shall only apply with respect to interim deliverable milestones
and supplemental liquidated damage payments for failing to meet the
described interim milestones. Nothing in this section shall impact, be
construed as, or constitute a waiver of the CITY's rights to liquidated
damages as provided in Section 27 of the Instruction to Bidders and Section 6
of this document.
Utilities Department Revised 07-11-08 C-5
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
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.
Utilities Department Revised 07-11-08 C-6
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
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 All 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.
Utilities Department Revised 07-11-08 C-7
11 PROJECT ENGINEER
11.1 The Ene:ineer of Record is PBS&J. Alessandra Delfico. P.E.
11.2 Throue:hout the contract documents. all references to the Ene:ineer of Record
shall apply to PBS&J. Alessandra Delfico. P.E.
11.3 The Project Ene:ineer ("Ene:ineer") is Mathews Consultine:. Inc.. David L.
Mathews. P .E.
11.4 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.
11.5 As the Project Engineer is, in the first instance, the interpreter ofthe 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.
11.6 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,
11.7 Throue:hout the contract documents. all references to the Project Ene:ineer
and/or Ene:ineer shall apply to Mathews Consultine:. Inc.. David L. Mathews.
P.E.
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.
Utilities Department Revised 07-11-08 C-8
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 LIMITATION ON
RECOVERY AND ASSUMES ALL MONETARY RISK ASSOCIATED WITH
THIS LIMITATION.
CONTRACTOR hereby acknowledges that he has read and understands the above
provision.
INITIALS
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 Revised 07-11-08 C-9
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:
Signed, sealed and witnessed
in the presence of:
State of Florida
County of Palm Beach
e...
CITY OF BOY/TON BEACH, FLORIDA
!/ (/ 0 I
~ ,
City Manager
CONTRACTOR
BUNDE GROUND CONTRACTORS, INC.
/. j
President or v.iee'Presiaent
,
b' c,,; k5. . 2{~ ce~1' c. lA-z-ucA ,l a6- 'if. c:tlc
/ '/2') / '
Attest as to CONTRACT R /
)
) ss:
)
On this J~ day of ~d , 20 0 i,' perso ally appeared before me, duly authorized
to administer oaths, ~ U.?; - ...cJ 0::< r::_ ' known to be the
persons described herein or who has pro. ced -1/., iJrlt/2?~}? L./Ct-:A-Js:i:? as
identification and who executed the foregoing instrument and has acknowledged before me that
they have executed same.)
:~.__". ~>/CZ[;
/// Notary Public--l-;1 1/);
My Commission Expires: ~ J CA
NOTARY .
....... PUBIJC-STAFLOIIDA
l'w\ J~di~ A. Pyle
'...JCo~S101l #DD870304
ao"'"'' ExplI'eI: APR. 21 2013
N.Dm malT AtT.ANTJc Il(l'O)DfG Co., life,
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.f1.us
www.boynton-beach.org
MEMORANDUM
TO: Carol Doppler
Purchasing Agent
FROM: Janet M. Prainito
City Clerk
DATE: April 30, 2009
SUBJECT: R09-067 Southeast 4th Street Water Main, Stormwater and
Roadway Improvement Project
Attached for your information and files is the fully executed agreement mentioned
above and a copy of the Resolution. Since the document has been fully executed, I
have retained the original for Central File.
Please contact me if there are any questions. Thank you.
Thank you.
~- Yn. ~~
Attachments (2)
C: Central File
S:\CC\WP\AFTER COMMISSION\Departmental Transmittals\2009\Carol Doppler R09-067.doc
America's Gateway to the Gulfstream