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