HomeMy Public PortalAboutr 06:057
~i\e5l1Il!±¡nn nf ±lIe ~L1rottgl¡ nf C1Iudere±, ~. '3:1-
Ne lQfc2~
Date :Jr' Adop¡¡onFphrlJa~
,
]
AWARDING CONTRACT FOR THE ROOSEVELT A VENUE STREETSCAPE
IMPROVE~lENTS PRO.fECT - PHASE II
!I
I
I,
\VT-IEREAS, the Dorough of Cartcret ("Borough") authorized tbe preparation of bid
specifications and contract documents and advertisL:ment for receipt of bids for the Roosevelt
Avenue Streetscape Improvements ProJect- Phase U; and
WHEREAS, Green Construction Inc. submttted the lowest bid for said work as evidence by the
response on file with the Borough's Purchasing Department; and
\VHERl<:AS, the Borough Consulting Engineer has reviewed the above referenced bid proposal
and has recommended an award of a contract for said work to Green Construction Inc., and
\VHEREAS, the Borough's Chief Financial Officer has certified that funds are or wj1J be
available for the a\vard of a contract for said \\lark.
I
[I
,I
I,
NOW THEREFORE BE IT RESOLVED by the tvlayor and Council of the Borough of
Carteret, County ofMidd1escx and StateoT New Jersey as follows:
1. That the Borough hereby awards the bId for the Roosevelt Avenue Streetscape
Improvements Project- Phase II In the amount not to exceed $3,287,794,95.
2. That the appropriate Borough Officials are hereby authonzed and directed to
enter into a contract \vith Green Construction, 111c. for the Roosevelt Avenue
Streetscape improvements Project- Phase II 111 accordance in a1l respects with the
request for proposals and bid on the same
3. That a copy of this Resolution shall be forwarded to the Borough's
Purchasmg Department and CME Associates for distribution to Green
Construction, Inc..
Adopted tlm 2nd day of February, 200G
and certified as a true copy of the
original on February 3, 2006.
KATHLEEN M. BARNEY, RMC/CMC
}"lunic\pal Clerk
,
Ii
rc= CQU",'CIU,'IA."I
I
I
RECORD OF COUi'iCIL VOTE
NO t~A.B' COUNCIL,\'IAN
NV í A.B.
X
YES
X
X
X
YES
'0
L.LINO
-DIAZ
ISRUM
NAPLES
I lL RIDS
KSITARZ
I
X
X
x . indicalt \,'m~ ,"',8 Abs~r11
NY· NOI VUling
XOR. . IndicJleS VOI~ 10 Ov~rruk V~IO
c
II .Adop"d" , mWIOg of ,ho MII,,'eI,,1 Cell."']
II
2006
.'
~rrrrru£lf rrf (!1¡rf:er:ef
MIDDLESEX COUNTY
;NerD ~ HHU
OFFICE OF
KATHLEEN M. BARNEY. RMCICMC
MUNICIPAL CLERK'
TEL (732) 541-3800
FAX (732) 541-8925
61 COOKE AVENUE
CARTERET, NEW JERSEY 0700
Date:
Ff>bruary 2. 2006
TO: Patrick J. DeBlasio, Treasurer
Borough of Carteret
REQUEST FOR CERTIFICA nON OF AVAILABLE FUNDS:
For: AYARDTNG CONTRACT FOR THE ROOSEVELT AVENUE
STRF.F.TSCAPE IMPROVEMENTS PROJECT-PHASE II
Name of Account: GREEN CONSTRUCTION, INC.
AMOUNT TO BE ENCUMBERED: Not to exceed $3,287,794.95
~.f~,,,--,~""ß,,,~~
Þ~
I T r h ç " L b ·n,. " 'ffi-- ,....,__.____,___ ' ,,_ __.___
~. -, -. .J:easurer O! -L.e Borcughc~Cfl-M:Ctet~---UO--l1ê[e-y-cer111Y tnat tnere-äfe ·SU Clent funds avaIlabl In the current
budget to enable the Municipal Council to authorize the entering into a contract between the Bough of Carteret
and:
CERTIFICA TION OF AVAILABILITY OF FUNDS
The funds available for this contract are in the Budget, in the account of:
in the amount of:
By this certification, I have hereby encumbered the above named account for the amount of the contract.
PATRlCK 1. DeBLASIO, Treasurer
Date:
KMB/ cp
-
JOHN H. ALLGAIR, P.E., P.P. (1983-2001)
DAVID J. SAMUEL, P.E., P.P.
JOHN J. STEFANI, P.E., L.S., P.P.
JAY 8. CORNELL, P.E., P.P.
MICHAELJ. McCLELLAND, P.E., P.P.
GREGORY R. VALESI, P.E., P.P.
TIMOTHY W. GILLEN, P.E., P.P.
BRUCE M. KOCH, P.E., P.P.
ERNEST J. PETERS, JR., P.E., P.P.
~
January 25, 2006
.,.-''''".."...~-~'':-...~-.......
Mayor Reiman and Borough Council
Borough of Carteret
61 Cooke Avenue
Carteret, NJ 07008
(/
L.
\
c
,
./
//
/
,~ ../l
....--.:~..
Attn: Ms. Judy Leshko
Re: Improvements to Roosevelt Avenue
Report of Bids Received
CME File: H-CA-00601-01
Dear Mayor Reiman and Council Members:
Enclosed herewith please find a summary of bids received on January 12, 2006 for the
above-referenced project. Four (4) bids were received ranging from a low bid of
$3,287,794.95 from Green Construction, Inc. to the high bid of $3,653,198.75 from Star
of the Sea Concrete. The low bid is $147,596.05 or approximately 4.3% less than the
preliminary engineer's estimate of $3,435,391.00 prepared for this project.
The low bid did not contain any irregularities. However, the second low bidder contained
irregularities including not providing a business registration certificate for one of the
listed subcontractors. Should the low bidder have a problem executing the contracts for
this project, we defer to the Borough Attorney for a determination as to the ability to
waive the defects of the second low bidder.
As a matter of procedure, our office has contacted the low bidder to review their bid.
The representative of Green Construction, Inc. we spoke to indicated they are
comfortable with the bid prices as submitted and have no objection to completing the
project based on those prices.
Our office has worked with the low bidder before on similar projects and has found their
work and experience to be satisfactory. They have performed public bid contract work
throughout the area and are familiar with the requirements of the Local Public Contracts
Law, Prevailing Wage and Affirmative Action requirements for public contracts.
c
CA\LTR\601-01 Mayor and Borough Council 1·25-06
CONSlLl1NG PH:) MJ'«PAL ENGINEERS
1460 ROUTE 9 SOUTH, HOWEll, NEW JERSEY 07731- (732) 462-7400 - FAX: (732) 409-0756
@
-
Mayor and Borough Council
Re: Improvements to Roosevelt Avenue-
Streetscape Phase II
January 25, 2006
H-CA-00601-01
Page 2
It is our understanding that adequate funding is in place to award this contract at the
base bid price. Pending a confirmation of same by the Chief Financial Officer and based
on the aforementioned facts, we recommend the following:
1. Award of a contract to Green Construction, P.O. Box 550, South River, NJ
08882, within 60 days of bid receipt on a unit price basis in the total amount of
$3,287,794.95; subject to the review and approval by the Borough Attorney,
including the review of the bid bond and surety from the low bidder relative to
licensing to do business in the state of New Jersey and appearance on the
current list of "Surety Companies Acceptable on Federal Bonds", U.S. Treasury
Department, approval of the award by the New Jersey Department of
Transportation, and submission of the required bonds and insurance certificates
for the project.
2. Bids of the second and third bidders be retained and held open pending
execution of a contract by the low bidder.
3. Return of the bid security paperwork submitted by the remaining bidders (CME
will return the bid securities of the fourth bidder).
We are retaining the bid package of the apparent low bidder for preparation of contracts
and returning all remaining bid packages to your office under separate cover for further
handling as recommended above.
We trust this is the information you require at this time; however, should ou have any
questions relative to this matter, please do not hesitate to contact this offi e.
. . Iru","~,O
Greg~4Si, PE, CME
partn:{~Associates
Enclosure
GRVm/wa
cc: John DuPont, PE
Kathleen Barney
Gloria Lisicki
Robert Bergen, Esq.
CAILTRI601-01 Mayor and Borough Council 1-25-06
@