R10-057
, , I
1 RESOLUTION NO. RI0- 051
2
31 A RESOLUTION OF THE CITY OF BOYNTON
4 BEACH, FLORIDA, APPROVING THE AWARD AND
5 EXECUTION BY THE CITY MANAGER AND CITY
6 CLERK OF A CONTRACT TO H AND J
7 CONTRACTING, INC., FOR BID #038-2821-10/CJD,
8 FOR "RE-BID SEACREST BOULEVARD ROADWAY
9 IMPROVEMENTS" IN THE AMOUNT OF $1,425,312.00
10 WITH AN OWNER'S CONTINGENCY OF 10% IN THE
11 AMOUNT OF $142,531.00 FOR A TOTAL BUDGET
12 APPROPRIATION OF $1,567,843.00; AND PROVIDING
13 AN EFFECTIVE DATE.
14
15
16 WHEREAS, on April 15, 2010, Procurement Services received and opened nine (9)
17 bid proposals in response to #038-2821-1O/CJD for "Re-Bid Seacrest Boulevard Roadway
18 Improvements"; and
19 WHEREAS, the City's Engineering Division and Utilities Department reviewed all
20 bids and checked references and staff is recommending awarding the contract to Hand J
21 Contracting, Inc., of Wellington, Florida who was the lowest, most responsive, responsible
22 bidder who met all qualifications; and
23 WHEREAS, the City Commission of the City of Boynton Beach upon
24 recommendation of staff, deems it to be in the best interest of the citizens of the City of
Boynton Beach to award and authorize execution of a contract to Hand J Contracting, Inc.,
for Bid #038-2821-10/CJD "Re-Bid Seacrest Boulevard Roadway Improvements", in the
amount of $1 ,425,312.00 with an owner's contingency of 10% in the amount of $142,531.00
for a total budget appropriation of$1,567,843.00.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
3 THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
S:ICAIRESOlAgreementslReso - Award Contract to Hand J Contracting (Seacrest roadway).doc
I
1 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as I
2 being true and correct and are hereby made a specific part of this Resolution upon adoption
3 hereof.
4 Section 2. The City Commission of the City of Boynton Beach, Florida does
5 hereby authorize and direct the approval and execution by the City Manager and City Clerk
6 of a contract with Hand J Contracting, Inc., for Bid#038-2821-l0/CJD "Re-Bid Seacrest
7 Boulevard Roadway Improvements", in the amount of $1,425,312.00 with an owner's
8 contingency of 10% in the amount of $142,531.00 for a total budget appropriation of
9 $1,567,843.00, a copy of which is attached hereto as Exhibit "A".
10 Section 3. This Resolution shall become effective immediately upon passage.
~
11 PASSED AND ADOPTED this ~ day of May, 2010.
2F ~OYNTON BEACH, FLORIDA
M
-.
ard Contract to Hand J Contracting (Seacrest roadway).doc
RIO -057
BID TITLE: SEACREST BOULEVARD ROADWAY IMPROVEMENTS
BID NUMBER: 038-2821-10/CJD
PROJECT NUMBER: PWEN 00-002
CITY OF BOYNTON BEACH, FLORIDA
CONTRACT FOR CONSTRUCTION SERVICES
THIS CONTRACT, made and entered into this 19th day of MAY ,2010, by
and between the CITY OF BOYNTON BEACH, a municipal corporation of Florida, hereinafter
called the "CITY" or "OWNER" and Hand J CONTRACTING, INC.,
a Florida Corporation CXJ Check One
a Florida General Partnership L-J
a Florida Limited Partnership L-J
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:
SEACREST BOULEVARD ROADWAY IMPROVEMENTS
WHEREAS, Contractor, in compliance with the bidding requirements announced by the
City, submitted a bid on the 15TH day of APRIL, 2010 for the total bid amount of $1.425,312.33;
and,
WHEREAS, On the 18TH day of MAY, 20 10 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 365 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:
C -I
Engineering Division 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.
1.1.4. 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 Special Conditions for City Furnished Materials
2.2.7 Terms and Conditions for City Furnished Materials
2.2.8 Construction Contract
2.2.9 Certificate of Insurance
2.2.10 Public Construction Bond
2.2.11 Technical Specifications
2.2.12 Contract Drawings and Plans
2.2.13 Addenda
C -2
Engineering Division Revised 07-11-08
2.2.14 Written directives or interpretations
2.2.15 Manufacturers warranties
3. OBLIGA TIONS 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
C -3
Engineering Division Revised 07-11-08
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
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 365
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.
C -4
Engineering Division Revised 07-11-08
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 365
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 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.
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
C -5
Engineering Division Revised 07-11-08
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 msurance
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 determin by the City.
CONTRACTOR HEREBY ACKNOWLEDGE
UNDERSTANDS THE ABOVE PROVISION.
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
m the General Conditions for Construction GC-46, FIELD CHANGE
C -6
Engineering Division Revised 07-11-08
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 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 Project Engineer ("Engineer") is MARWAN MUFLEH, P.E., KIMLEY-
HORN AND ASSCOIA TES, INC..
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 EngiJ:leer 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.
C -7
Engineering Division 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 Document.
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 ACKNOWLEDGE~f\T HE HAS READ AND
UNDERSTANDS THE ABOVE PROVISION.
INI ALS
C -8
Engineering Division 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.
C -9
Engineering Division 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:
--=--\W>>1m1//~ e.-
(- / '
/
Attest:
Signed, sealed and witnessed
in the presence of: . . I 1. f)
~K~ V'y
\('()& met( l'(jl""[. vP
C2. a /
~u tPlJA.'Cu. ~ f:/ t
d astoCONT&..f;~~ Ew-;1teoA'Ss1 See
State of Florida )
) ss:
County of Palm Beach )
On this o?yr~ay of /!J~'; , 20/0 , personally appeared before me, duly authorized
to administer oaths, /)/Nt) t.M~P/Jf}1 0 ANI) ~E~,lJAJ e. /tW//le.j..J known to be th~
~s described herein or who has produced as
identification and who executed the foregoing instrument and has acknowledged before me that
they have executed same.
My Commission Expires' i~"" Notal'l/ Publicl'lale of Florida
. . . e.tty A Hlllmlon
~( ra.i My Commillion 00679691
~ --:{~~,
C -10
Engineering Division Revised 07-11-08
C -II
Engineering Division Revised 07-11-08
,
RE-BID SEACREST BOULEVARD ROADWAY IMPROVEMENTS
"Offers from the vendors listed herein are the only offers
BID DUE DATE: April 15, 2010 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 # 038-2821-10/CJD if any, are hereby rejected as late"
VENDORS American Eng. & Development Corp. Community Asphalt Corp. H & J Contracting, Inc.
15075 Corporate Rd., North 7795 Hooper Rd. 3160 Fairlane Farms Rd,
Jupiter, FL 33478 West Palm Beach, FL 33411 Wellington, FL 33414
Attn: John R. Sunderman Attn: John Morris Attn: Dino G. Marini II, VP
Telephone: 561-242-9770 Telephone: 561-790-6467 Telephone: 561-791-1953
Fax: 561-242-9680 Fax: 561-790-1073 Fax: 561-795-9282
BID PROPOSAL PRICE $1,721,388.45 $1,912,280.28 1,415,862.33
Corrected: $1,771,388.45
ADDENDUM #1 SUBMITTED Yes Yes Yes
AL TERNA TE #1 $1,055.00 $838.00 $1,050.00
AL TERNA TE #2 $8,460.00 $4,273.00 $8,400.00
BIDDER ACKNOWLEDGEMENT SUBMITTED Yes Yes Yes
CHECK OFF LIST FOR CONSTRUCTION Yes Yes Yes
PROJECTS
BID PROPOSAL PAGES - Yes Yes Yes
BP - 1- 9 SUBMITTED
ORIGINAL AND FIVE (5) COPIES Yes Yes Yes
SUBMITTED
5% BID BOND SUBMITTED Yes/Western Surety Company Yesrrraveler's Casualty Surety Co. Yes/Liberty Mutual Ins.
of America Company
STATEMENT OF BIDDER'S QUALIFICATIONS Yes Yes Yes
SUBMITTED
EVIDENCE OF POSSESSION OF Yes Yes Yes
REQUIRED LICENSES SUBMITTED
RE-BID SEACREST BLVD. ROADWAY IMPROVEMENTS SHEET 1
RE-BID SEACREST BOULEVARD ROADWAY IMPROVEMENTS
"Offers from the vendors listed herein are the only offers
BID DUE DATE: April 15, 2010 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 # 038-2821-10/CJD if any, are hereby rejected as late"
VENDORS American Eng, & Development Corp. Community Asphalt Corp. H & J Contracting, Inc.
15075 Corporate Rd., North 7795 Hooper Rd. 3160 Fairlane Farms Rd.
Jupiter, FL 33478 West Palm Beach, FL 33411 Wellington, FL 33414
Atln: John R. Sunderman Atln: John Morris Atln: Dino G. Marini II, VP
Telephone: 561-242-9770 Telephone: 561-790-6467 Telephone: 561-791-1953
Fax: 561-242-9680 Fax: 561-790-1073 Fax: 561-795-9282
RESUMES SUBMITTED Yes Yes Yes
BID OPPORTUNITY LIST SUBMITTED Yes Yes Yes
BIDDERS SITE INSPECTION SUBMITTED Yes Yes Yes
signed if not bid previously
NON -COLLUSION AFFIDAVIT SUBMITTED Yes Yes Yes
ANTI-KICKBACK AFFIDAVIT SUBMITTED Yes Yes Yes
CONFIRMATION OF MINORITY OWNED Yes/Not a Minority Owned Yes/Not a Minority Owned Yes/Not a Minority Owned
BUSINESS SUBMITTED Business Business Business
TRENCH SAFETY ACT AFFADAVIT Yes Yes Yes
SUBMITTED
CONFIRMATION OF DRUG FREE Yes Yes Yes
WORKPLACE SUBMITTED
SAFETY PROGRAM COMPLIANCE Yes Yes Yes
SUBMITTED (electronic disk w/5 copies)
BUY AMERICA CERTIFICATE OF Yes Yes Yes
COMPLIANCE SUBMITTED
CERTIFICATE REGARDING LOBBYING Yes Yes Yes
CERTIFICATION REGARDING DEBARMENT Yes Yes Yes
RE-BID SEACREST BLVD. ROADWAY IMPROVEMENTS SHEET 1
RE-BID SEACREST BOULEVARD ROADWAY IMPROVEMENTS
"Offers from the vendors listed herein are the only offers
BID DUE DATE: April 15, 2010 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 # 038-2821-10/CJD if any, are hereby rejected as late"
VENDORS American Eng. & Development Corp. Community Asphalt Corp. H & J Contracting, Inc.
15075 Corporate Rd., North 7795 Hooper Rd. 3160 Fairlane Farms Rd.
Jupiter, FL 33478 West Palm Beach, FL 33411 Wellington. FL 33414
Attn: John R. Sunderman Attn: John Morris Attn: Dino G. Marini II, VP
Telephone: 561-242-9770 Telephone: 561-790-6467 Telephone: 561-791-1953
Fax: 561-242-9680 Fax: 561-790-1073 Fax: 561-795-9282
FOOT CERT. OF CURRENT CAPACITY Yes Yes Yes
FOOT CERT. OF CONTRACTS ON HAND Yes Yes Yes
SCHEDULE OF SUBCONTRACTORS Yes Yes Yes
SUBMITTED
COMPUTERIZED HORIZONTAL BAR Yes Not Submitted Yes
CHART SUBMITTED
COMMENTS:
RE-BID SEACREST BLVD. ROADWAY IMPROVEMENTS SHEET 1
.
. RE-BID SEACREST BOULEVARD ROADWAY IMPROVEMENTS
"Offers from the vendors listed herein are the only offers
BID DUE DATE: April 15, 2010 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 # 038-2821-10/CJD if any, are hereby rejected as late"
VENDORS Hardrives, Inc. Palm Beach Grading, Inc. Ranger Construction Industries, Inc.
2101 South Congress Ave. 1250 Gateway Rd, 101 Sansbury's Way
Delray Beach, FL 33445 Lake Park, FL 33403 West Palm Beach, FL 33411
Attn: W. Allen Poston Attn: Xavier Perez, VP Attn: Miquel G. Correa
Telephone: 561-278-0456 Telephone: 561-842-9551 Telephone: 561-793-9400
Fax: 561-278-2147 Fax: 561-842-9824 Fax: 561-790-4332
BID PROPOSAL PRICE $1,774,916.10 $1,658,324.75 1,672,775.00
Corrrected: $1,616,510.60
ADDENDUM #1 SUBMITTED Yes Yes Yes
AL TERNA TE #1 $2,500.00 $1,100.00 $1,000.00
ALTERNATE #2 $20,000.00 $8,800.00 $8,000.00
BIDDER ACKNOWLEDGEMENT SUBMITTED Yes Yes Yes
CHECK OFF LIST FOR CONSTRUCTION Yes Yes Yes
PROJECTS
BID PROPOSAL PAGES - Yes Yes Yes
BP - 1- 9 SUBMITTED
ORIGINAL AND FIVE (5) COPIES Yes Yes Yes
SUBMITTED
5% BID BOND SUBMITTED Yes/Fidelity & Deposit Co, Yes/Western Surety Company Traveler's Casualty & Surety
ofMD Co. of America
STATEMENT OF BIDDER'S QUALIFICATIONS Yes Yes Yes
SUBMITTED
EVIDENCE OF POSSESSION OF Yes Yes Yes
REQUIRED LICENSES SUBMITTED
RE-BID SEACREST BLVD. ROAD IMPROVEMENTS SHEET 2
. RE-BID SEACREST BOULEVARD ROADWAY IMPROVEMENTS
"Offers from the vendors listed herein are the only offers
BID DUE DATE: April 15, 2010 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 # 038-2821-10/CJD if any, are hereby rejected as late"
VENDORS Hardrives, Inc. Palm Beach Grading, Inc, Ranger Construction Industries, Inc,
2101 South Congress Ave. 1250 Gateway Rd. 101 Sansbury's Way
Delray Beach, FL 33445 Lake Park, FL 33403 West Palm Beach, FL 33411
Attn: W. Allen Poston Attn: Xavier Perez, VP Attn: Miquel G. Correa
Telephone: 561-278-0456 Telephone: 561-842-9551 Telephone: 561-793-9400
Fax: 561-278-2147 Fax: 561-842-9824 Fax: 561-790-4332
RESUMES SUBMITTED Yes Yes Yes
BID OPPORTUNITY LIST SUBMITTED Yes Yes Yes
BIDDERS SITE INSPECTION SUBMITTED Yes Yes Yes
signed if not bid previously
NON -COLLUSION AFFIDAVIT SUBMITTED Yes Yes Yes
ANTI-KICKBACK AFFIDAVIT SUBMITTED Yes Yes Yes
CONFIRMATION OF MINORITY OWNED Yes/Not a Minority Owned Yes/Not a Minority Owned Yes/Not a Minority Owned
BUSINESS SUBMITTED Business Business Business
TRENCH SAFETY ACT AFFADAVIT Yes Yes Yes
SUBMITTED
CONFIRMATION OF DRUG FREE Yes Yes Yes
WORKPLACE SUBMITTED
SAFETY PROGRAM COMPLIANCE Yes Yes Yes
SUBMITTED (electronic disk w/5 copies)
BUY AMERICA CERTIFICATE OF Yes Yes Yes
COMPLIANCE SUBMITTED
CERTIFICATE REGARDING LOBBYING Yes Yes Yes
RE-BID SEACREST BLVD. ROAD IMPROVEMENTS SHEET 2
.
"
RE-BID SEACREST BOULEVARD ROADWAY IMPROVEMENTS
"Offers from the vendors listed herein are the only offers
BID DUE DATE: April 15, 2010 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 # 038-2821-10/CJD if any, are hereby rejected as late"
VENDORS Hardrives, Inc. Palm Beach Grading, Inc. Ranger Construction Industries, Inc,
2101 South Congress Ave. 1250 Gateway Rd. 101 Sansbury's Way
Delray Beach, FL 33445 Lake Park, FL 33403 West Palm Beach, FL 33411
Attn: W. Allen Poston Attn: Xavier Perez, VP Attn: Miquel G. Correa
Telephone: 561-278-0456 Telephone: 561-842-9551 Telephone: 561-793-9400
Fax: 561-278-2147 Fax: 561-842-9824 Fax: 561-790-4332
CERTIFICATION REGARDING DEBARMENT Yes Yes Yes
FOOT CERT. OF CURRENT CAPACITY Yes Yes Yes
FDOT CERT. OF CONTRACTS ON HAND Yes Yes Yes
SCHEDULE OF SUBCONTRACTORS Yes Yes Yes
SUBMITTED
COMPUTERIZED HORIZONTAL BAR Not Submitted Yes Yes
CHART SUBMITTED
COMMENTS:
1
RE-BID SEACREST BLVD. ROAD IMPROVEMENTS SHEET 2
RE-BID SEACREST BOULEVARD ROADWAY IMPROVEMENTS
"Offers from the vendors listed herein are the only offers
BID DUE DATE: April 15, 2010 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 # 038-2821-10/CJD if any. are hereby rejected as late"
VENDORS Tenex Enterprises, Inc. Weekley Asphalt Paving, Inc. West Construction, Inc.
850 SW 14th Court 20701 Stirling Rd. 318 S. Dixie Hwy, suite 4-5
Pompano Beach, FL 33060 Pembroke Pines, FL 33332 Lake Worth, FL 33460
Attn: Hamid Fouladi Attn: Daniel D. Weekley Attn: Martha A. Morgan
Telephone: 954-788-8100 Telephone: 954-680-8005 Telephone: 561-588-2027
Fax: 954-788-0005 Fax: 954-680-8671 Fax: 561-582-9419
BID PROPOSAL PRICE $1,569,542.80 $1,731,237,19 $1,509,288.21
Corrected: $1,577,382.80 Corrected: $1,510,420.94
ADDENDUM #1 SUBMITTED Yes Yes Yes
AL TERNA TE #1 $2,250.00 $5,000.00 $1,316.10
AL TERNA TE #2 $18,000.00 $6,110.00 $13,041.16
BIDDER ACKNOWLEDGEMENT SUBMITTED Yes Yes Yes
CHECK OFF LIST FOR CONSTRUCTION Yes Yes Yes
PROJECTS
BID PROPOSAL PAGES - Yes Yes Yes
BP -1- 9 SUBMITTED
ORIGINAL AND FIVE (5) COPIES Yes Yes Yes
SUBMITTED
5% BID BOND SUBMITTED Yes/First Sealord Surety, Inc. YeslWestern Surety Company YeslWestern Surety Company
STATEMENT OF BIDDER'S QUALIFICATIONS Yes Yes Yes
SUBMITTED
EVIDENCE OF POSSESSION OF Yes Yes Yes
REQUIRED LICENSES SUBMITTED
RE-BID SEACREST BLVD. ROADWAY IMPROVEMENTS
SHEET 3
RE-BID SEACREST BOULEVARD ROADWAY IMPROVEMENTS
"Offers from the vendors listed herein are the only offers
BID DUE DATE: April 15, 2010 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 # 038-2821-10/CJD if any, are hereby rejected as late"
VENDORS Tenex Enterprises, Inc. Weekley Asphalt Paving, Inc. West Construction, Inc.
850 SW 14th Court 20701 Stirling Rd. 318 S. Dixie Hwy, suite 4-5
Pompano Beach, FL 33060 Pembroke Pines, FL 33332 Lake Worth, FL 33460
Attn: Hamid Fouladi Attn: Daniel D. Weekley Attn: Martha A. Morgan
Telephone: 954-788-8100 Telephone: 954-680-8005 Telephone: 561-588-2027
Fax: 954-788-0005 Fax: 954-680-8671 Fax: 561-582-9419
RESUMES SUBMITTED Yes Yes Yes
BID OPPORTUNITY LIST SUBMITTED Yes Yes Yes
BIDDERS SITE INSPECTION SUBMITTED Yes Yes Yes
signed if not bid previously
NON -COLLUSION AFFIDAVIT SUBMITTED Yes Yes Yes
ANTI-KICKBACK AFFIDAVIT SUBMITTED Yes Yes Yes
CONFIRMATION OF MINORITY OWNED Yes/Not a Minority Owned Yes/Not a Minority Owned Yes/A Minority Owned Business
BUSINESS SUBMITTED Business Business
TRENCH SAFETY ACT AFFADAVIT Yes Yes Yes
SUBMITTED
CONFIRMATION OF DRUG FREE Yes Yes Yes
WORKPLACE SUBMITTED
SAFETY PROGRAM COMPLIANCE Yes Yes Yes
SUBMITTED (electronic disk w/5 copies)
BUY AMERICA CERTIFICATE OF Yes Yes Yes
COMPLIANCE SUBMITTED
RE-BID SEACREST BLVD. ROADWAY IMPROVEMENTS
SHEET 3
.
Rr=-BID SEACREST BOULEVARD ROADWAY IMPROVEMENTS
"Offers from the vendors listed herein are the only offers
BID DUE DATE: April 15, 2010 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 # 038-2821-10/CJD if any. are hereby rejected as late"
VENDORS Tenex Enterprises, Inc. Weekley Asphalt Paving, Inc. West Construction, Inc,
850 SW 14th Court 20701 Stirling Rd. 318 S. Dixie Hwy, suite 4-5
Pompano Beach, FL 33060 Pembroke Pines, FL 33332 Lake Worth, FL 33460
Attn: Hamid Fouladi Attn: Daniel D. Weekley Attn: Martha A, Morgan
Telephone: 954-788-8100 Telephone: 954-680-8005 Telephone: 561-588-2027
Fax: 954-788-0005 Fax: 954-680-8671 Fax: 561-582-9419
CERTIFICATE REGARDING LOBBYING Yes Yes Yes
CERTIFICATION REGARDING DEBARMENT Yes Yes Yes
FOOT CERT. OF CURRENT CAPACITY Yes Yes Yes
FOOT CERT. OF CONTRACTS ON HAND Yes Yes Yes
SCHEDULE OF SUBCONTRACTORS Yes Yes Yes
SUBMITTED
COMPUTERIZED HORIZONTAL BAR Yes Yes Yes
CHART SUBMITTED
COMMENTS:
RE-BID SEACREST BLVD. ROADWAY IMPROVEMENTS
SHEET 3
The City of Boynton Beach
City Clerk's Office
100 E BOYNTON BEACH BL VO
BOYNTON BEACH FL 33435
(561) 742-6060
FAX: (561) 742-6090
e-mail: prainitoj@bbfl.us
www.boynton-beach.org
MEMORANDUM
TO: Carol Doppler
Purchasing
FROM: Janet M. Prainito, MMC
City Clerk
DATE: May 19, 2010
SUBJECT: Rl0-057 Sea crest Boulevard Roadway Improvements Agreement
with H &. J Contracting
Attached for your handling is the original agreement mentioned above and a copy of
the Resolution. Once the document has been executed, please return the original to
the City Clerk's Office for further processing.
Please contact me if there are any questions. Thank you.
~
~Yn. R~~~
Attachments (2)
(Agreement & Resolution)
C: Central File
\
S:\CC\ WP\AFTER COMMISSION\Departmental Transmittals\20 I O\Carol Doppler RI 0-057.doc
America's Gateway to the Gulfstream