Loading...
Item 6C- Resolution No. 18-05RESOLUTION NO. 18-05 A RESOLUTION OF THE CITY OF ATLANTIC BEACH, FLORIDA, AWARDING BID #1718-02 FOR THE MARSH PRESERVES ADA VIEWING/FISHING PIER AT DUTTON ISLAND. WHEREAS, on January 17, 2018 four bids were received and opened for City Bid #1718-02: Marsh Preserves ADA Viewing/Fishing Pier at Dutton Island; and WHEREAS, the total bid prices (including 10% contingency) received ranged from $188,485.00 to $474,553.75; and WHEREAS, Hayward Construction Group submitted all required documents in their bid submittal; and WHEREAS, the project consists of constructing a wooden ADA Viewing/Fishing Pier to include an 1100 SF boardwalk and a 400 SF overlook, as well as an 800 SF pervious concrete parking area at Dutton Island; and WHEREAS, the Contractor will be given sixty (60) days from Notice to Proceed to complete the project; WHEREAS, the project will be fully funded in the FY17-18 budget under account 131- 6020-572-63.00, with a 50% reimbursement from the Florida Inland Navigation District (up to $1 00,000) upon completion of the project. NOW THEREFORE, be it resolved by the City Commission of the City of Atlantic Beach as follows: SECTION 1. The City Commission hereby awards Bid #1718-02 to Hayward Construction Group in the amount of$188,485.00 to construct the project in accordance with the plans and bid specifications; SECTION 2. The City Commission hereby authorizes the City Manager to execute the Contract with Hayward Construction Group; SECTION 3. This Resolution shall take effect immediately upon its passage and adoption. PASSED AND ADOPTED by the City of Atlantic Beach, this 12th day of February, 2018. Ellen Glasser, Mayor Attest: Donna L. Bartle, City Clerk Approved as to form and correctness: Brenna M. Durden, City Attorney Agenda Item 6C February 12, 2018 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Bid 1718-02: Marsh Preserves ADA Viewing/Fishing Pier at Dutton Island SUBMITTED BY: Scott Will iams, Public Works Director DATE: January 24, 2018 BACKGROUND: Bids were opened January 17, 2018 for Bid 1718-02: Marsh Preserves ADA Viewing/Fishing Pier at Dutton Island. The project consists of constructing a wooden ADA Viewing/Fishing Pier to include an 1100 SF boardwalk and a 400 SF overlook, as well as an 800 SF pervious concrete parking area at Dutton Island. Four bids were received as follows: Core Construction Hager Construction Harbor Marine Hayward Company Company Dock Company Construction Group Total $ 237,911 .00 $ 431,412.50 $ 246,312.70 $ 171,350.00 10% Contingency $ 23,791.10 $43,141.25 $ 24,631.27 $17,135.00 Total plus 10% Contingency $ 261,702.10 $ 474,553.75 $ 270,943.97 $ 188,485.00 BUDGET: Funding is budgeted in account 131-6020-572-63.00 under project PM1807. RECOMMENDATION: Award Bid 1718-02 to Hayward Construction Group in the amount of $188,485 .00, and authorize the City Manager to execute the contract. The project has been previously approved for a 50% matching grant from the Florida Inland Navigation District (FIND) up to $100,000. The antic i pated 50% reimbursement from FIND is $94,242.50. ATTACHMENTS: 1718-02 Bid Analysis 1718-02 Bid Tabulation 1718-02 Conceptual Drawings 1718-02 Bid Submittal from Hayward Construction Group REVIEWED BY CITY MANAGER: -~=---=A{'--:::......:c.___:_;r--------- Agenda Item 6C February 12, 2018 Bid 1718 -02 Mars h Preserves ADA /Fis h in g Pie r at Dutton Is la nd Core Construction Company Hager Construction Harbor Marine Dock Co. Hayward Construction 1/17/2018 Bid Item No. txtenaea DESCR IPTION QTY UNIT UNIT COST EXTENDED COST UNIT CO ST EXTENDED COST Unit Cost Cost U NIT COST EXT ENDED COST 1 Mobilization 1 LS $37,214.0( $37,214.00 $42,000.00 $42,000.0( $6 2,866 .7( $62,866.7C $5,000.0( $5,000.0( brOS JOn Lontrol-1 emporary :>m Fence, Inlet Protection, 2 Construction Entrance, Temporary Stabilization 1 LS $908.0( $908.00 $12,000 .0C $12,000.0( $1,430.00 $1,430.0C $1,500.0( $1,500.0( 3 Clearing and Grubbing 1 LS $2,541.0( $2,541.00 $6,400.0C $6,400.0( $650.00 $650.0C $0.0( $0.00 4 Site Grading 1 LS $4,659.0( $4,6 59.00 $8,800.0C $8,800.0( $650.00 $650.0( $500.0( $500.00 5 Earthwork Cut/Fi ll 1 LS $3,884.00 $3,884 .00 $5,600.0( $5,600.0( $650.00 $650 .0( $3,500.0( $3,500.00 6 Wood Boardwalk 1100 SF $121.00 $133,100.00 $175.0( $192,500.0( $91.9 $101,112 .0( $83 .50 $9 1,850.00 7 Wood Overlook 400 SF $121.00 $48,400.00 $352.0C $140,800.0( $158.32 $63,328.0( $137.50 $55,000.00 8 Pervious Concrete* 800 SF $8.00 $6,400.00 $25 .00 $20,000.00 $17 .47 $13,976.00 $15.00 $12,000.00 9 Signage and Striping 1 LS $605 .00 $605 .00 $3,200.00 $3,200.00 $1,300.00 $1,300 .00 $1,500.00 $1,500.00 10 Sodding 25 SY $8.00 $200.00 $4.50 $112.50 $14.00 $350.00 $20.00 $500.00 Tot a l $237,911.00 $431,412.50 $246,312.70 $171,350.00 10% Contingen cy $23,791.10 $43,141 .25 $24,631.27 $17,135.00 T ota l + 10% Contin gen cy $261,70 2.10 $474,553 .75 $270,943.97 $188,485.00 Core Construction : The Extended Costs were incorrect on Line 1 (written amt $37,124), Line 8 (written amt $6,311), Line 10 (written extended cost $212) for an overal difference of $86 .10 Agenda Item 6C February 12, 2018 EQUIPMENT AND MATERIAL LISTING THE BIDDER WILL FURNISH THE FOLLOWING ITEMS OF EQUIPMENT AND MATERIAL : 1. Concrete MANUFACTURER SUPPLIER be;& 2. Other L~d I MANUFACTURER SUPPLIER So lA.. 4-h e.-t'" r~~ Lu..n h.ur ~ ~t%JFL 3. Other MANUFACTURER SUPPLIER 4. Other MANUFACTURER SUPPLIER BFU-4 Agenda Item 6C February 12, 2018 __..-...., SUBCONTRACTOR LIST iHE BIDDER HAS FULLY INVESTIGATED EACH SUBCONTRACTOR LISTED AND HAS IN HIS FILE EVIDENCE EACH SUBCONTRACTOR4 HAS ENGAGED SUCCESSFULlY IN HIS liNE OF WORK FOR A REASONABlE PERIOD OF TIME, THAT HE MAINTAINS A FULLY EQUIPPED ORGANIZATION CAPABLE, TECHNICALLY AND FINANCIALLY, OF PERFORMING THE WORK REQUIRED, AND THAT HE HAS MADE SIMILAR INSTAlLATIONS IN A SATISFACTORY MANNER . TYPE OF WORK Co nc..-ie.-\-e__ NAME AND ADDRESS OF SUBCONTRACTOR ~ S+ S Cot"-)c.(tte .. END OF SECTION BFU-5 Agenda Item 6C February 12, 2018 SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(A), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES TillS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to City of Atlantic Beach ------------------------------------- by Kathleen Hayward -Managing Member (print individual's name aud title) for Hayward Construction Group, LLC (print name of the public entity) (print name of entity submitting sworn statement) whose business address is 12058 San Jose Blvd Suite 1003 Jacksonville, FL 32223 and (if applicable) its Federal Employer Identification Number (FEIN) is 20-5112528 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: ---------------------------··) 2. I understand that a "public entity crime" as defined in Paragraph 287.133(l)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(l)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133(l)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The te1m "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the interest in another person, or a pooling of equipment or income among persons when not for fair market value under an mm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defmed in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, Agenda Item 6C February 12, 2018 .~ PUBLIC RECORDS PROVISIONS FOR ALL CONTRACTS AND AMENDMENTS Effective as of July 1, 2016 per Chapt er 20 I 6-20, Laws of Florida This is to confirm that we have received the Public Records Provisions signed:~W'(Nzra:-iJ Print: Kcdb l~{'o th/l!Xltd Company: ~lllatd CoMb d',oo Phone: 9 0':1 -'il~ -'11 d..~ . Oll~ l-Le__ . E-Mail: ba¥\UlN! r ~n s-{NJG+0 Date: I -I 1 -, )( be.llso~+h . oe+ Public Records Provisions, Page I Agenda Item 6C February 12, 2018 Hayward Construction Group LLC 12058 San Jose Blvd., Suite #1003 Jacksonville, FL 32223 904-886-7122 References for City of Atlantic Beach Bid No. 1718-02 (1) Florida Department of Environmental Protection Contact: Renee Paolini Office: Cell: E -Mail: Resident Park Manager Washington Oaks Gardens State Park 386-446-6784 386-931-4123 Re nee . Pao lini @dep .state .fl. us (2) Florida Department of Environmental Protection Contact: Matt Bledsoe Park Manager Gamble Rogers Memorial State Recreation Area at Flagler Beach Office: 386-517-2086 Cell: 386-566-4456 E-mail : Matthew.Bied so e@de p.st ate .fl .us (3) Nassau County Board of County Commissioners Contact: Josephine Craver Engineer -Nassau County Public Works Office: 904-530-6225 x6236 E-Mail: jc raver@nassa uco untyfl. co m (4) Jacksonville Contact: Office: Cell: E-Mail: Fire and Rescue Department Gary Daly JFRD Facilities Manager 904-630-0204 904-334-9967 gdaly@ co j.n et (5) City of Jacksonville Contact: Michael Chao Contract Compliance Manager Office: 904-255-7015 I (904) 630-1776 E-Mail: M Chao@coj.net Agenda Item 6C February 12, 2018 EJCDC STANDARD FORM OF AGREEMENT BETWEEN Owner AND Contractor ON THE BASIS OF A STIPULATED PRICE THIS AGREEM ENT;s dated as of the 11 day of ::fana ~ in the year II . of 2018 by and between the City of Atlantic Beach, Florida (hereinafter d Owner) and m.4 t.UUd c~nstn.u::t r& tllbt.c.p) LLc....., I (hereinafter called Contractor). Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 1.01 Work A. Contractor shall complete all Work as specified or indicated in the Contract Documents . The Work is generally described as follows: The project consists of furnishing all supervision, labor, transportation, materials and equipment and performing all operations necessary for the site preparation and construction of a wooden ADA Viewing/Fishing Pier and parking area, and lawful disposal of debris, and any miscellaneous items not specifically described in this section but necessary to do the work. All work shall be performed in accordance with the Contract Documents for City Bid No. 1718-02. 1.02 Engineer A. The Project will be monitored by the Owner or his designated representative , who is hereinafter called Eng i neer and who is to act as Owner's representative, assume all duties and responsibilities and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 1.03 Contract Time {) r\e h u.rul/eJ @ A The Work will be completed and ready for substantial completion within .ii)(te y :hPe.nl6 ~ (J:lD) ~of Notice to Proceed in accordance with paragraph 15.03 of the General ~ Conditions. B. Liquidated Damages. Owner and Contractor recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in paragraph 1.03(A) above, plus any extensions thereof allowed in accordance with Article 11 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner two hundred dollars ($200.00) for each day that expires after the t i me specified in paragraph 1.03(A) for final completion until the Work is completed . Agenda Item 6C February 12, 2018 1.04 Contract Price A. Owner shall pay Contractor for completion of the Work in accordance with the awarded contractor's Bid Form. 1.05 Payment Procedures A. Contractor shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the Owner as provided in the General Conditions. 1. Progress Payments. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 30th day of each month during construction as provided below. All progress payments will be on the basis of the number of units completed. a. Prior to completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or Owner may withhold, in accordance with paragraph 15.01 of the General Conditions. Ninety percent (90%) of Work completed. One hundred percent (100%) of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to Owner as provided in paragraph 15.01 of the General Conditions). B. Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 15.06 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said paragraph 15.06. 1.06 Interest A. All moneys not paid when due as provided in Article 15 of the General Conditions shall bear interest at the maximum rate allowed by law at the place of the Project. 1.07 Contractor's Representations A. In order to induce Owner to enter into this Agreement, Contractor makes the following representations: 1. Contractor has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. Agenda Item 6C February 12, 2018 2. Contractor has studied carefully any reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 5.03 of the General Conditions, and accepts the determination set forth in paragraph SC 5.03 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which Contractor is entitled to reply. 3. Contractor has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in paragraph 1.07(A)(2) above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as Contractor considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 5.03 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by Contractorfor such purposes. 4. Contractor has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing underground facilities at or contiguous to the site and assumes responsibility for the accurate location of said underground facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said underground facilities are or will be required by Contractor in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 5.04 of the General Conditions. 5. Contractor has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. Agenda Item 6C February 12, 2018 BID# 1718-02 Required Documents Submission in Triplicate Document Requirements Checklist W-9 Form Bid Form Bid Bond -5% Drug Free Workplace Certification Public Entity Crimes Statement Public Records Provision Form New Vendor Information Form Insurance Proof of Experience -5 years as General Contractor Qualifications : General Contractor's License References -5 Agree to Base Bid Documentation of Receipt of any Addenda Grand Total-Base Bid Plus Contingency While verifying bids, a mathematical error was found within the extended costs of Core Construction. Line 1 -the extended cost was transposed ; Lines 8 & 10 -multiplicati on errors. The difference in the Grand Total was $86.10 more than the written amount submitted. City of Atlantic Beach Marsh Preserves ADA/Fishing Pier at Dutton Island Wednesday January 17, 2018 Core Construction Company Hager Construction Company Harbor Marine Dock Company X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X NO -Building Contractor X X X X X X N/A N/A N/A $261 ,616.00 $474,553.75 $270,943.~~ Awa rd of Bid based on Department Analysis and City Manager and/or Commission Approval 3:00PM Hayward Construction Group I X X X X NO -Business Check X X X X X X X X X N/A $188,485.00 Agenda Item 6C February 12, 2018 l! \ \ Agenda Item 6C February 12, 2018