Loading...
Exh 4B ,. AGENDA 1TEM NO. '~B COMMISSION MEETING DATE: 3 - S - 99 C1TY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Award of bid number 9899-7, Construction of the Tresca Property to ABBA Construction lnc. in the amount of $338,147.41. SUBMITTED BY: Timmy Johnson, Recreation Director DATE: March 2, 1999 BACKGROUND: The Awards Committee met V~~ednesday, January 6, 1999 at 3:00 PM to receive bids advertised as Bid No. 9899-7 -Construction of the Tresca Property (lntracoastal Watern~ay Park). The Committee received five (5) bids from the following pre-qualified companies: ABBA Construction Inc. Petticoat Contracting Scott Peterson Hashman Construction * Florida Sports Group $ 338,147.41 $ 376,560 $ 409,532 $ 447,682.16 $ 627,824 * Bid was incomplete. ~'~~e received a grant (reimbursement basis) from Florida Inland Navigation District (FIND) in the amount of $164,473 for construction of this project. if the bid is awarded and a contract signed, eve will receive an additional $10,000 from FIND for the design costs. No money was budgeted for this project; therefore, a budget resolution for $338,147.41 is on the agenda for your approval. The total cost to the City will be $173,674.41. RECOMMENDATION: Ativard Bid No. 9899-7 -Construction of the Tresca Property to ABBA Construction Inc. in the amount of $338,147.41. ATTACHMENTS: Bid invitation Tabulation of Bids Sheet Park Plan REVIEWED BY C1TY MANAGER: 716 OCEAN BOULEVARD P. O. BOX 25 ATLANTIC BEACH, FLORIDA 32233 TELEPHONE (904) 249-2395 November 13, 1998 CITY OF ATLANTIC BEACH, FLORIDA INVITATION TO BID Notice is hereby given that the City of Atlantic Beach, Florida, will receive sealed bids, submitted in TRIPLICATE, at the Office of the Purchasing Agent, 1200 Sandpiper Lane, Atlantic Beach, Florida, 32233, unti12:30 pm, Wednesday, January 6, 1999, for CONSTRUCTION OF THE TRESCA PROPERTY. Thereafter at 3:00 pm the 1'_ds will be opened in the City Hall Commission Chambers at 800 Seminole Road, for construction of the Tresca Property. Bids shall be enclosed in an envelope endorsed `BID N0.9899-7, PROJECT NO. CP9710, TRESCA PROPERTY, TO BE OPENED AFTER 3:00 PM, Wednesday, January 6, 1999." ~' CONTRACTOR shall furnish all labor, materials, tools, equipment supplies, services, supervision and management necessary to complete the entire work described in the Contract and all other work implied by the Contract that is necessary to complete the Project in a first-class manner (the Work). Only that work expressly noted in the contract as the responsibility of others is excluded. No deviation from the Contract shall be permitted without City of Atlantic Beach's prior written consent. The Tresca Property project includes, but is not limited to, roadway, parking lot, trails and boardwalks, signage, and buildings. l Plans, Project Manual and Contract Documents will be open to public inspection, and bidders may obtain complete sets of Bidding Documents from the Office of the Purchasing Agent, 1200 Sandpiper Lane, Atlantic Beach, Florida, 32233, upon payment of $_ 30.00 per set, checks payable to the City of Atlantic Beach. Payment amount is non-refundable. Partial sets of Bidding Documents will not be available. Documents will not be shipped until payment is received. Bidding documents maybe examined in the office of the Purchasing Agent at 1200 Sandpiper Lane, Atlantic Beach, and will be on file at the following local plan rooms: Dodge Report, 1809 Art Museum Drive, Suite 104, Jacksonville, Florida 32207, Tel. (904) 398-1564; and the Construction Bulletin, 532 Edgewood Avenue, Jacksonville, Florida, 32205, (904) 388-0336. ITB-1 Prequalification of Bidders will be required by the City of Atlantic Beach. Prequalification packages as described in the Instructions to Bidders will be received prior to 4:00 pm, Wednesday, December 8, 1999, in the Office of the Purchasing Agent, 1200 Sandpiper Lane, Atlantic Beach, Florida, 32233. Notification of Acceptance or Rejection of the Prequalification package will be sent to all submitters via FAX or overnight mail on December 11, 1998. ONLY BIDS FROM PREOUALIFIED BIDDERS WILL BE ACCEPTED Any prospective bidder who has previously been prequalified by the City of Atlantic Beach for this type of construction within one (1) calendar year prior to the established bid opening date shall not be required to submit a Prequalification Package. However, the prospective bidder shall submit a letter stating his previous Prequalification. There will be aPre-Bid meeting held on December 22, 1998, at 2 pm, at 716 Ocean Boulevard., the Adele Grage Community Center meeting room, to discuss the project and to answer any questions. THIS IS NOT A MANDATORY MEETING, BUT IS ONLY FOR PREQUALIFIED BIDDERS. All bidders must furnish the following WITH THE BID: 1. Bid bond in the amount of S% of the bid. 2. Original Insurance Certificates (copies are iJ'`T.'~CCEPTABLE), naming the City of Atlantic Beach as Certificate Holder, showing the bidder has obtained and will continue to carry Workers' Compensation, public and private liability, and property damage insurance during the life of the contract. 3. Proof of general/building contractor's license(s). (Copies are acceptable) 4. Bid submitted in triplicate 5. Signed copy of Documents Requirements Checklist, included as part of the Instructions to Bidders. A Performance and Payment Bond will be required of the successful bidder. Bid prices must remain valid for ninety (90) days after the public opening of the bids. Goods and services proposed shall meet all requirements of the Ordinances of the City of Atlantic Beach. The City of Atlantic Beach reserves the right to reject any or all bids or parts of bids, waive informalities and technicalities, make award in whole or in part with or without cause, and to make the award in what is deemed to be in the best interest of the City of Atlantic Beach. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount as provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. (Section 287.133(2), FLORIDA STATUTES). ~, Joan LaVake Purchasing Agent ITB-2 ,~ 0 a m A 'j' ~,~ n S:~ •~,~. i~ ~ °D o a 3 z x ~ c ~ o n N ° > m y o m o r' ~ ~ z W o S d W ~ ~ 37 H d raj Ry'f ~ ~O Q ~ a n tz O ~ Z O N h n ~ H o ~ C S7 b 3 C ~ y ~ ~ 7 Z 9 1.] R c m cn .d ~ ~ 'A O 1+ b M ~ ts7 I + C' K 1 C 4 C~ to Z n z ~ O S y y H y o ~ ? C b m w H H --' -~+ M N m f7 'L ~ ~ C ., M ? ~ r x N m C Z ~ M _ ~ yy x' H 37 o n m ~. H D mo m n o I " G '~ ' ~ -d Z u m ~ ~ (7 Z 4 D '~ -+ ~ ° = O • ~ H .~ 'rt °a °> 'r1 m ~b O ~ ° ~7 ~~~ m X ~ ~ ai 0 `~! ~ D ~i ~ r ~ ~. _ n C ~~ m bb Z C4i _ ..r x' 9 ~ A O n < z m w ~n r .-~ ~z ~ a w ~ '` W ~ ~+! N °Q r ° -o z , s. ?~ . ~ n ;~ m . ti n y D ' "' ~ ~ m ~ a o ~ Z ~ 3 m ~o y ~ ~ X ~ ^y tC V ~ ~ a o+ ~. C ~ M ~ ~ z m ~ r .......... . • •~•i r` U 1- l l • ~ Z a 4~ ~ :~ ~ ~ ~ ~ •na~ne ncue,evno ~ ~ '~ ~ I ~~ ~ ~~ ~ ~ ~~ ~~ _ ~, --- ~ `~' W ~ ~ Y ~ ,, ~~ i ~ Y ~ :':~ ' .fir 3 ~< , I g~ _ ~' ~ ~ • ~ Z~~ : ~Ii _ -b •1 .s i CCg j ~~ ~~.L~~ "44.: a i ' ~ ij • - --- u3ais ua~s tsaM ~ - .._ . ...._ .._.. ....r_. . \ ~•~ J ~ ~..~ .. .~ .. .. .~ W , ~ .j { , ytj O ~ ~ 1•~ ~F ~W , ~ .5 ~ ~ . •t • ° ~ a ~ •~~ ~ ~ s • ~ ~7 ~ '~A ~ •q~ ee G~~~~ ~~~ ~ ~ i: 1 •~ = ~ ~ p 1 •~ ~ i ~ ff ~ TW ZF T J ~ / ~ ~ ;~ W i j 3 1 ~ 3 a C h V~Y W i ~ 11~~ ti ~ i ! ~ ~ :~~ ~ 2 q _ ~ ••3• ~~ i~ f O ~ i < ~ i ~, `- •~ ~i .~ s .~i L:i~' a`~ ~(. 1 .~,', MM ~y'4 H "70=~ K z VI~ ~ ~ ~ (. / x Z ~ CCU 111` 1^~ ~~~~117 ~ '~ \ ~ ~ ~ F~~~2 t~ o ~ Q ;_- ~~ • ~ ~~~ SUBMIT IN TRIPLICATE BID FORM FOR TRESCA PROPERTY CITY PROJECT N0.9710 CITY OF ATLANTIC BEACH, FLORIDA SUBMITTED BY: ABBA CONSTRUCTION, INC 6959-1 Phillips Pky Dr. S Jacksonville, F1 32256 ~`~;' DATEJan: 6, ~~ ~ 999 The undersigned, as Bidder, hereby declares that the only person or persons interested in the proposal as Principals is, or are, named herein and that no other person that herein mentioned has any interest in this proposal or in the contract to be entered into; that this proposal is made without connection with any other person, company, or parties making a bid or proposal; and that it is in all respects fair and in good faith, without collusion or fraud. The Bidder further declares that he has examined the site of the work and informed himself fully in regard to all conditions pertaining to the places where the work is to be done; that he has examined the plans and specifications for the work and contractual documents relative thereto, and has read all special provisions furnished prior to the opening of bids, that he has satisfied himself relative to the work to be performed. The Bidder proposes and agrees, if this proposal is accepted, to contract with the City of Atlantic Beach, Florida in the form contract specified, to furnish all necessary materials, equipment, machinery tools, apparatus, means of transportation and labor necessary to complete the contract in full and complete in accordance with the shown, noted, described, and reasonable intended requirements of the plans and specifications and contract documents to the full satisfaction on the contract with the City of Atlantic Beach, Florida, with a definite understanding that no money will be allowed for extra work except as set forth in the attached general conditions and contract documents, as follows: A. Bid Schedule Only one (1) contract will be awarded. All entries on the proposal must be typewritten or printed clearly and in ink. ~' BFU-1 ' BASE t31D ITEMS d. Interpretive Signage (~ e. Gates 7 12estravm Bcriiding a. Restroom Building b. Site Electrical TOTAL (fTEMS 1 - 7) 16 EA 1 EA -~.__ •---•-- - 1 LS 1 LS ~ '~ •t •~ ,• JAf~I-O~++-q`-j TUE ©TU :4's p11 FiG 1 0.p1L ~ G $.E.0.Gh P D ~~ f3asS ~ln ~~Ms f Cteartnt}1Stjipping a. Parking, Building 8 Stormwater b. Ctesn up 8 Hauling trash Earthwork) Rough Qrading 5tormwater Management F'aving a. Paved Parking b. Striping c. Curb Stop$ d. Sidewalk e. Bollards f. Siotted Drain g. Misceiianeaus a 1ltllitles a. Water Lin@ (wlmeter hookup} t. Sanitary Sewer Line 8~ Hook Up 0.4 Ac a5~, 39 t6 ZQ9.3~ 1 LS ~ ~~~L?~ _ 1 LS 800 SY 252 LF 16 EA 1 aoo s>= 9 F~4 1 LS LF, i Ls 1 Ls 9o42a91:~6b ~, c,: ~~VZ-- y, q~ ~Z, i3 !?S.~v ~ 5{_599.~v ~ 7Z .1Z 1 z5~t.9~ ~3s,~~ ._ 2Z3o-~ ~ ~j 0 as,s~,~z l ~~/ - - 7 3l. ~~ -- ~ ~f ~o _~/, ~ o_ 73~. ~v . 5 Trail DeveIo¢ment Trai( (8' Cnrshed Shefi} & dsating Traii (5' (:rushed Sheii) & clearing Boardwalk {8' K~de w! handrails) ~ clearing Boardwalk (8' wide) ~ ciearfng Boardwalk (6' wide wl handrails) & clearing Bcardwa'k (6' wide) 8 cle2rsng 712 LF 423 LF 73 LF 200 LF 489 LF ,~(p.~ ! /~ $~9'2. Sl 5oS LF ~/~ ~6 o~SS-~ ~~?~ /~,~3~.2y , sy ~ 2 ~s-, yz _ ... _ V~~ 5~' 2~, ~1.D7 ~.~o _ '~y3~, ~ 6 Slte Amenities e. Canoe Launch Oeck 7 1^A b. Bird Watch/vewing Tower 1 LS c_ F~trt~nce Slgna~e ~____ 1 LS BFU-'S a9~~.~s 2~3_ yiy~8 r~' i ~ •, JAFI-C:~-99 TUE O~ :46 FM At 1 anc I o reach P D BASE 810 REkSS p,- TOTAL (ITErdS ~ - 6) d. lntetpreWe Signage 16 EA /6Z .3 ~~~ 3qp 6~ c. Gates 1 EA __ /097• S~/ _ fO9 • S 7 Restroom BtsEiding a. Restroom building 1 LS 7 ~ l3 ~/. 7~ S~ 13y 73 b. Ste EfectricaE • • 1 LS 5~ z/,~ •- • 3 Mlscellansous 9042891566 P.Qq s>`u-2 ~ ~ JAN-O,-qy TUE 03:x7 PI'1 Atlantic Eeach P D 9042491366 P~Q~. (~ ~ ALTERNA7JxA Blp ITEMS The Ownec, if he deems h to his best interest altar reviewing the bids, may etecf to subsirtute the following items ofrnroric. Ai ALTERHATE5 ~. ' Restroom 6vlf~inQ - Cqual ~. G. assPave2 ;n paved perivng is .~3 ~'O/,77 ~3 ~o~ 7~ 800 SY .~/.2Z O GJ'? ':~.v ' TOTAL BASE Bib s_ 338, /~/7 ~// BFU-3 RECAPITULATION NOTE: It is understood that quantities in tl~e Bidding Schedule for unit price items are approximate only, and that payment will be made only upon actual quantities of work complete in place, measured on the basis defined in the Specifications. It is anticipated that the quantities as set forth above For file unit price items are reasonable and that said quantities will not be exceeded. If any work under a unit price item is not performed or if only a small percentage of the quantity listed is used, the Contractor shall not make any clams for not using said item or for higher unit prices because of the small percentage of quantity used. ~~ Accompanying this Bid is a certified or cashier's check or a bid bond in the amount of 5%made payable to tl~e Owner wliici~ may be forfeited as liquidated damages if, in the event this proposal is accepted, the undersigned fails to execute tl~e Agreement and furnish and pay for the required performance and payment bonds for the Owner within 10 days after acceptance of the Bid; otherwise said certified or cashier's check or bid bond will be returned to the undersigned. The undersigned Bidder agrees to commence work within I 0 days after the date of written Notice to Proceed, and further agrees that substantial completion the work shall be within 180 calendar days after written Notice to Proceed. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 days after tf~e opening of bids. Tl~e Bidder understands that tl~e Owner reserves the right to reject all bids, and to waive informalities in the bid. The Bidder further proposes and agrees to commence work under his contract on a date to be specified in a written order of the Owner and shall complete all work thereunder within the time schedule in the Form of Agreement. Tlie undersigned fiirtl~er agrees to forfeit to the Owner, as liquidated damages for each calendar day elapsing between the date established as the date of final completion for the work anc~ the actual date of final completion for the work, the amount of $200.00 per calendar day. ~' B FU-2 i ~, •• . ~' SUBCONTRACTOR LIST THE BIDDER HAS FULLY INVESTIGATED EACH SUBCONTRACTOR LISTED AND HAS IN HIS FILE EVIDENCE EACH SUBCONTRACTOR HAS ENGAGED SUCCESSFULLY IN HIS LINE OF WORK FOR A REASONABLE PERIOD OF TIlVIE, THAT HE MAINTAINS •A FULLY EQUIPPED ORGANIZATION CAPABLE, TECHNICALLY AND FINANCIALLY, OF PERFORNIlNG THE WORK REQUIRED, AND THAT HE HAS MADE SIMILAR INSTALLATIONS iN A SATISFACTORY MANNER. TYPE OF WORK NAME AND ADDRESS OF SUBCONTRACTOR CONCRETE • EARTHWORK Shamrock Trucking and Equipment Jacksonville Fla ASPHALT Shamrock Trucking a~3 Equipment Jacksonville Fla. WOODWORK Ashcraft Marine Jacksonville Florida TESTING Cal Tech Testing Jacksonville Florida PIPEWORK END OF SECTION BFU-4 .~ DRUG-FREE WORKPLACE CERTIFICATION Section 287.087, Florida Statues, effective January 1, 1991, specifies that preference must be given to vendors submitting a certification with their bid/proposal certifying they have a drug-free workplace. This requirement affects all public entities of the State and is as follows: IDENTICAL TiE BIDS - Preference shall be given to business with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of•commodities or contractual services, preference shall be given to a bid received from a business that certifies that it has implemented a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in ttie workplace and specifying the actions that will be taken against employees for violations of such prohibition. «.- 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or iiolo contei~dere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation i~~ a cjri~g abuse assistance or rehabilitation program if such is ~~v,3ilable in L'he employee's comrnunit:y, by ~~ny ~~nip 1 oyee who i s so convicted . G? Make a good faith effoc-t Lo continue to maintain a drug-free workplace Lt~rough implementation of this section. _ TSIS1iFIR 1RCpMPLIESCFULLY .WOITffITFiETABOVEAREQ~~EMENyS~TIFY~/~,{AT i l:NI)Ot2" S SIGPIA'I`Jl~I2E r ` TRENCH SAFETY AFFIDAVIT -UNIT PRICE FOR TRESCA PROPERTY CITY OF ATLANTIC BEACH, FLORIDA Trench excavations on this Project are expected to be in excess of 5 feet deep. The Occupational Safety and Health Administration excavation safety standards, 29 CFR 1926.650 Subpart P trench safety standards will be in effect during the period of construction of the Project. Bidder acknowledges that included in the various items of the Bid and in the Total Bid Price are costs for complying v~ith the Florida Trench Safety Act (90-96, Laws of FL) effective October 1, 1990, and hereby gives assurance that, if awarded the Contract, the Contractor or Subcontractor performing trench excavation work on the Project will comply with the applicable trench safety stando~ ds. The Bidder further identifies the costs as follows: Trench Safety Units of Item Unit Measure Unit Extended (Description) Quantity (LF SY) Cost Cost BASE BID ITEMS: 1. ~S~ c~ ~~ ~~ pvi 2. TOTAL $_ ~ Sb ~ FAILURE TO COMPLETE THE ABOVE SHALL RESULT IN THE BID BEING DECLARED NON-RESPONSIVE. DATE: l ~ 9 COMPANY NAME BY: ~nP y;~ ,~ ~. 4 /c1 TSU-1