Loading...
Exh 4B AGENDA ITEM NO:_~~_ ~ COA~MSSION MEETING DATE: 7 - ! 2 - ~I CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Design/Build Project for the Dutton Island Culvert Replacement Bid No. 9899-27 SUBMITTED BY: Robert S. Kosoy, P.E., Public Works Director ~~~ DATE: July 6, 1999 BACKGROUND: The project is to design and construct a culvert at the entrance road to Dutton Island Park. The work also includes geotechnical, survey and permitting services. This was advertised and bid as a Design/Build Project, which required engineerlcontractortearns to submit technical proposals to allow the City to evaluate the capability of the firm(s) to design and construct the culvert. Staff evaluated and scored the technical proposals, and delivered the scoring results to the Purchasing Department in a sealed envelope prior to the bid date. DesignBuild teams then submitted bids for the design and construction of the project. The technical scores were opened and announced by the Bid Review Committee on June 23, 1999, just prior ~ Ito opening the bids. Per bid specifications, an adjusted score was calculated by dividing the project price bid by the technical score. Unless all bids are rejected, the bid recommendation is to approve an award to the Design/Builder with the lowest adjusted score. Technical proposals and bids were submitted by two firms, BGCO, Inc. and Callaway Contracting, Inc. Callaway Contracting, Inc. noted in their proposal that they believed Florida Department of Transportation (FOOT) Specifications would be excessive to the desired purpose and use of the roadway, and submitted two bids. One bid is submitted using FOOT standards, and an alternate bid uses City of Jacksonville and Atlantic Beach design standards. Both proposals utilize aluminum Arch Plate sized large enough for canoe type aquatic craft to pass through. An error was noted in the BGCO, Inc. bid package during the bid analysis. BGCO, Inc. shows a total of $103,000.00 on the Schedule of Values for the culvert replacement. When checking these figures, Public Works determined the actual total to be $102,000.00, which brings the total bid price to $123,330.00 instead of $124,330.00. Also, we would like to note that BGCO, Inc. did not provide units, quantities, and unit prices in their price proposal breakdown, as required in the bid specification. The BGCO proposed culvert is sized no less than the existing culvert, and will not permit canoe type craft to pass through. Y STAFF REPORT July 6,1999 Page No. 2 City Bid No. 9899-27 The technical scores, bids, and adjusted scores were as follows: Design/Builder Technical Score Bid Price Adjusted Score BGCO, Inc. 56 $123,330.00` 2202* Callaway Contracting, Inc. 74 $211,121.40 2853 Callaway Contracting, Inc. (Alternate Proposal) 74 $138,381.12 1870 *DID NOT MEET BID SPECIFICATIONS The funding sources for this project include the expected mitigation monies to be received from 3AXPORT, FIl~D grant monies and, possibly, the General Fund Reserves. RECOMMENDATION: A review of the submittals indicates that Callaway Contracting, Inc.'s bid of $138,381.12 with the lowest adjusted score of 1870 is recommended. The firm states they can complete the project within four months from the date of the bid award. ATTACHME\TTS: 1. Request for Proposals 2. Technical Proposal Evaluation Criteria Ratings 3. Bid Tabulation Sheet 4. Technical Proposals and Bids ~ REVIEWED BY CITY MANAGER: j~~J, CITY OF ATLANTIC BEACH CITY COMMISSION STAFF REPORT AGENDA ITEM: Funding for Pine Island Culvert DATE: July 7, 1999 SUBMITTED BY: David E. Thompson, City Manager BACKGROUND: Please see the attached Staff Report from Mr. Bob Kosoy regarding the Culvert at Pine Island. The report recommends the approval of the bid for $138,381.12 from Callaway Construction, Inc. There is no line item budget for this expense in the 1998-99 budget. For this reason, the following funding sources are offered to fund this project: 1. $10,000 was received from FIND for the design work at Pine Island. This could be allocated to the Pine Island culvert. 2. $30,000 from Jacksonville Port Authority toward the construction of the culvert. This funding was previously committed by the Port Authority for this purpose. 3. $98,381.12 from the $100,000 that Jacksonville has committed to the development of the Park. Atlantic Beach may have to pay this money up front, but Mayor Delaney committed $100,000 in the Jacksonville budget to the development of the park. Staff has been in touch with FIND about reimbursement of the design and construction expenses of the culvert. We are optimistic that FIND will reimburse these costs as part of the development of Pine Island Park. However, Atlantic Beach has no concrete commitment from FIND to do so at this time. Summary: Pine Island can not be developed or constructed, and it can not be utilized by the public until the culvert on the causeway is replaced. This portion of the park design was separated from the rest of the design in an attempt to speed up the time table in opening the park. With the award of the contract to Callaway Construction, the culvert should be replaced within four (4) months. The City of Atlantic Beach budget for 1998-99 showed $250,000 in projected in 1999-00 (out of reserves) toward the construction of Dutton Island, and an additional $250,000 anticipated from FIND page 147). We have instructed Landers-Atkins to bring in a project with a total price of no more than $250,000, including engineering, permits, and design. Atlantic Beach should remain within their projected budget for the development of Pine Island. RECOMMENDATION: We recommend that the construction of the culvert to Pine Island be awarded to Callaway Construction, Inc., and the funding be taken from the $10,000 Tresca design reimbursement, $30,000 from the Jacksonville Port Authority, and the $100,000 commitment from Jacksonville. If any of these funding sources are delayed, the City of Atlantic Beach will put up the funding necessary from Atlantic Beach reserves, consistent with the projected budget for year 1999-00. All costs will be submitted for reimbursement from FIND. ATTACHMENT: None REVIEWED BY CITY MANAGER: AGENDA ITEM NUMBER: REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERTi~IG SERVICES AND CONSTRUCTION SERVICES DESIGN-BUILD PROJECT FOR THE DUTTON ISLAND CULVERT REPLACEMENT The City of Atlantic Beach is soliciting for proposals for the following design-build project. Proposals must be submitted by 4:30 p.m., June 11, 1999 and addressed to: Mr. Robert S. Kosoy, P.E., Director of Public Works 1200 Sandpiper Lane Atlantic Beach, FL 32233 1.0 PROJECT INFORMATION 1.1 PROJECT NAIviE Design-Build Project for the Dutton Island Culvert Replacement 1? PROJECT LOCATION The project is located in the City of Atlantic Beach on Dutton Road approaching Dutton Island. 1.3 PROJECT DESCRIPTION Replacement of culvert, bridge and approaches. Consultant services will include preparation of complete construction plans in accordance with FDOT Sta~~dard Specifications for Road acid Bridge Constr-icctiori, latest edition, and City of Atlantic Beach standards and construction engineering inspection. Construction work will include bridge; roadway and drainage construction, maintenance of traffic, signing and pavement marking; and removal of the existin` structure. 2.0 PROPOSAL REQUIItEMENTS 2.1 GENERAL Each firm being considered for this project is required to submit a Proposal. The Proposal shall include sufficient information to enable the City of Atlantic Beach (City) to evaluate the capability of the Firm to provide the desired services. The data shall be significant to the project and shall be innovative, when appropriate, and practical. Discussions of past performances on other projects shall be minimized except as they relate to the proposed work. Page 1 of 9 i ' 2.2 APPROACH AND UNDERSTANDING OF THE PROJECT The Contractor shall present a plan for completing the specified work. The efficient use of manpower and materials shall be considered. Innovative approaches for providing services maybe discussed in the Proposal. 2.3 SCHEDULE OF EVENrS A summary progress schedule of anticipated major milestones and their associated phasing with other activities shall be provided in the Proposal. As a minimum, this schedule must address the following items: • Anticipated Award Date • Desian Schedule • Design Reviews by the City • GeotechnicalInvestigations • Permitting (By each permit and its anticipated acquisition time frame) • Design Review/Approval Milestones • Start of Construction • Construction Iviilestones and Phasing • Structure Completion Date (Complete for Traffic)'•` • Demolition Schedule • Final Completion Date for all Work" Y These dates shall become calendar date for completion of the contract (or part of the contract), modified by approved extensions of time. 2.4 STAFFING PLAN The Contractor shall submit a staffing plan which clearly illustrates the key elements of the organizational structure proposed to accomplish the management, technical, construction; administrative services and construction engineering and inspection (CEI) services required. Project management and key personnel within each area of required services shall be identified and past experience of each, as it relates to this project, shall be discussed. Other items to be included in the discussion of the staffing plan are: • Ivian-loading requirements (both quality and quantity) for all technical and CEI services. • Man-loading capabilities for all team firnls. • Man-loading availability for the project. Page 2 of 9 2.5 RESPONSIBLE OFFICE Firms being considered for this project may have more than one office location. The office assigned responsibility for the work shall be identified in the Proposal. If different elements of the work will be done at different locations, those locations shall be listed. 2.6 OTHER APPROPRIATE DATA Other data demonstrating the ability of the Contractor to provide the desired services maybe included in the Proposal. 2.7 COORDINATION During the performance of the services, coordination must be maintained with the City and/or other agencies. A suggested method for assuring proper coordination shall be addressed in the Proposal. 2.8 SUBMITTAL REQUIREMENTS Preliminary design plans included with the Proposal shall include the follo~r•ing minimum information: a. General plan and elevation showing the following • Project limits • Horizontal alignment • Abutment locations • Span lengths • Itiiinimum vertical and horizontal clearances • Major topo~~raphic features • Proposed vertical profile • Survey controls and bench marks • Stationing along horizontal alignment ' , Location of expansion and fixed bearings • Design Method (WSD or LFD) • Allowable stresses • Basic material properties (concrete strengths, classifications, steel types, pile sizes, capacities and tip elevations) ~ . • Pile quantities (if needed) • Relationship to existing roadway b. Typical abutment details Page 3 of 9 1 / ~ c. Cross section of proposed superstructure showing type, size and locations of structural elements d. Proposed method of construction e. Connections to existing roadway f. Utility provisions g. Maintenance of traffic provisions h. Proposed method of removal of existing structure and approaches and final disposition i. Preliminary specifications j. Technical reports k. Preliminary desi`n calculations 3.0 TECHNICAL PROPOSAL EVALUATION CRITERIA The Technical Review Committee shall review the Proposal submitted by each firm and shall establish a technical score for each firm based on the follo~vin~ criteria: ITE1~I VALUE ~. Technical Criteria iVlasimum Score: 50 a. Quality of Project Components Selected b. Maintenance of Traffic c. Environmental Impact d. Aesthetics e. Maintainability - f. Redundancy and Safety of Design g. Understanding Scope of Work and Services Page 4 of 9 ~' .t 2. Management Criteria Maximum Score 30 a. Contractor's Experience b. Contractor's Demonstrated Interest in Minimizing the Adverse Effect of Construction Activities on the Public c. Contractor's Demonstrated Interest in Controlling Construction Operations so as to Achieve the Specified Level of Quality d. Experience of Firm with Design-Build e. Location of Firm f. Previous Joint ConsultantlContractor Experience g. Experience of CEI 3. Project Schedule ivlasimum Score 20 a. Design and Permitting Schedule; Including Geotechnical Services; and Ability to Meet Schedule b. Construction Schedule, and Ability to Ivieet Schedule c. Construction Engineerin` and Inspection Schedule; Including Geotechnical Services, and Ability to Ivieet Schedule Total R^laximum Score: 4.0 FINAL SELECTION OF DESIGN/BUII.DER 100 The Final Selection Committee will publicly open the sealed Price Proposals and compute the adjusted score, by dividing each Design/Builder's price by the score received on the Technical Proposal Evaluation Form. The Desian/BuiIder selected will be that whose adjusted score is lowest. ~ - Page 5 of 9 V it t An e:cample of how the selection formula would work is as follows: DesianlBuilder A B C Technical Score 90 80 70 Price Proposed $95,000 $90,000 $85,000 Adjusted Score 1055 1125 1214 Unless all proposals are rejected, the Final Selection Committee will recommend that the City Commission approve an award to the DesignBuilder with the lowest adjusted score. The City reserves the right to reject all proposals. Page 6 of 9 5.0 PRICE PROPOSAL REQUIREMENT'S 5.1 GENERAL Each Desian/Builder shall submit three (3) copies of the Price Proposal (bid) in a separate sealed package to the Purchasing Agent, 1200 Sandpiper Lane, Atlantic Beach, FT., 32233 by Wednesday, June 23, 1999 at 2:30 p.m. for the Dutton Island Culvert Replacement. Therea$er, at 3:00 p.m., the bids will be opened in the City Hall Commission Chambers, 800 Seminole Road, Atlantic Beach, Florida. Bids shall be enclosed in an envelope endorsed "BID N0.9899-27, DUTTON ISLAND CULVERT REPLACEMENT', DESIGNBUILD PROJECT, TO BE OPENED AT 3:00 P~vI, WEDNESDAY, JUNE 23, 1999." All price proposals will be opened in a scheduled public bid opening, after evaluation of the Technical Proposals has been completed. 5.2 PRICE PROPOSAL BREAKDOWN Each Design/Builder shall submit a Price Proposal Breakdown, using the format show below. Provide units, quantities, unit prices, and total prices for each item of cost in the Schedule of Values for construction work. The quantities provided on the Price Proposal Breakdown Form will be the basis for verifti••ing monthly pay requests, as well as the base from which to make adjustments to the Contract amount due to changes requested by the City. Page 7 of 9 Description of Work a Services: J 1. Design/Builder's Design Services 2. Inspection Consultant Services 3. Geotechnical, Survey and other Consultant Services (Specify) TOTAL SERVICES b. Fees/Permits Costs: List all fees and permits, and state the cost for each. TOTAL FEES/PERIvIITS c. Performance and Payment Bond d. Construction: Attach a detailed Schedule of Values identify_ ink all major trades and line items of cost. TOTAL CONSTRUCTION / TOTAL PROJECT COST (PRICE PROPOSAL) (Add Items a; b; c; and d) Page 8 of 9 r TECHNICAL PROPOSAL EVALUATION CRITERIA RATINGS PROJECT: DUTTON ISLAND CULVERT REPLACEMENT CALLAWAY CON?'RACTING, 1NC. P.O. Box 11435 Jacksonville, FL 32239 (904) 751-8944 ' DF TJ DK RK DT GW Average Technical Criteria Maximum Score 40 35 40 38 40 30 37 Management Criteria Maximum Score 25 20 25 16 22 15 21 Project Schedule Maximum Score 20 15 16 15 15 15 16 Total Maximum Score 85 70 81 69 77 60 74 BGCO. Inc. 7036 W. 12`h Street Jacksonville, FL 32220 (904) 783-4119 DF TJ DK RK DT GW Average Technical Criteria Maximum Score 25 30 30 20 25 20 25 Management Criteria Maximum Score 30 20 15 15 15 10 18 Project Schedule Maximum Score 10 15 15 15 15 5 13 Total Maximum Score 65 65 60 ~ ` 50 55 35 56 t' ` , r . ~~, .. ~, .. , .. Caraway Contracting, inc. General Contractors ~ Underground Utility Contractors ~'echnical Proposal Project: Dutton Island Culvert Replacement Owner: City of Atlantic Beach Atlantic Beach, Florida Contents: . Schedule of Events Staffing Plan and Attachments o Contractor's Experience . Project Description and Attachments CG0009273 • CUC0~0627 . P.O. Box 11435 • Jacksonville, Florida 32239 • Phone (904) 751-3944 • FAX (9U4) 7~1-09-10 -o~ o `ten ~+. > > > > s > s > > W d ~! Q~ L1 A W N ...~ ~ D ~ ~ ~' m C~ ~. • .Na N s o to d •.1 G7 N A W N -~ O ~ o ~~ 3 ^ N m -- p I OI I ml rrt ( I ml pml Z y Z m D 00 ~ ~ 'p I 'Tl I '0I 'D N 'D I "0 'D I 'l7I I p C7 Cn U1 1 D W ( ~ ~ --I C7 I G ! G7 I O ~ n r m n y N Q„ ~ D ~ n ~~ ~iI ~~ ~ z -t -~ n. ~• ~i m .1.: m; Z. z, .D ~ r m o ~ m ~ ~: ~, c~I n ~' rI cn cal ni Di O N ~ c+ ml ~: z~ 2 z; ~( m' ~~ D "' .i.i ~ 1 p ~ mt o m = CI Ol` OI r -I n ~ ~; Z( G7: z• m o r Z ,~ nt Z O ~! m Z. Z1 r O ~ O ~ Z, G! O n mt ~; G( ni p W Z ~ ~ -t. cn ~j c ,D- m O~ n n! D! m c -n pt ~~ t D Ni m~ m( c D (7i '~ D~ -I ~ ~j ~I ~I ~ ~ nl Z~ i ~! r <; ~~ CI ~ N ~ rn ~ o. ~ m, ~I ~ o ~ ml ml cal O 3j > D: zl n: n! ~ r. D c' z ~ , .-. ~: ~ --tt p D :. ° mt m =t •~_-t O ~I rt zr < m. ~:Do~ r ~ c~ c ~ m rj O cnl I ° 'oi m vi z' ~ -•+ ml D• cn o, U'~ 'at `a .D m. •Z ~ z D r=i Zt m r7l ~^ ~ u' ~~• _ij a' ~t p ~ ~ ~! ~{ m~ ~ m m pl -n ~ ~ ~ °zi p; o. ~; • j; of Z; cj ~t al D ml a ~ m+ ~~ ~I ( _. ~~ ~ m { nj ~j _ v rl ~~ z D1 z: o r` I i Tt n - 1 r SI . Z: Gt: Z ! Cli 3! o N ~{ ~ D; i { ( p ! ~ ~' i r~ N N~ ~ { Z' ` ~ `~~ -il of I I I ('1! { . ~ T R v N ~ .... .._.. ..........~......... .. .__........ G G r o _ C C ( z ~c ~ ~ N . ~ ~' 0 ~: II ~_~: _.: a co ' G C 0 N N :~: _ . - I- L_ u I G~~'- I~ > _ i^ ~I~ 1UI~ n _ I~ IO O ~ ~ a c Z~~ o - c p p~ o c L U ~- r ~ C C7 'fi C ,3 s ~ Callav~vay Cor~t~r~c~ing, Irnc. General Contractors • Underground Utility Contractors Staffing Plan General Contractor -Callaway Contracting, Inc. Officers: President: Patrick S. Callaway, P.E., CG-0009273, CU-C050627 Vice President: Peter B. Kirby, CG-C059922, CU-C056973, Administrative and Project Management for this project. Vice President Field Operations: Lacy Hayes Job Foreman: To be selected at a later date. Desian Enaineering Firm: Bueme Engineering, Inc. Owner and Principal Engineer: Mike Bueme, P.E., B.C. (See Attachment 1) Geotechnical Services: AGES (Atlantic Geotechnicals Environmental Services, Inc.) Senior Engineer/Vice President: Stephen R. Weaver, P.E. (See Attachment 2) Environmental Services: Coastal Science Associates, Inc. Senior Environmental Scientis`JVice President: Ross Heilman, B.S., M.S. (See Attachment 3} Responsible Office: Callaway Contracting, Inc. 10950 New Berlin Road Jacksonville, FL 32226 Bueme Engineering, Inc. 1857 Wells Road, Suite 231C Orange Park, FL 32073 AGES, lnc. P O Box 331373 Atlantic Beach, FL 32233 Coastal Science Associates, Inc. 328 North 2"d Avenue Jacksonville Beach, FL 32250 CG0009273 • CUC050627 P.O. Box 11436 -Jacksonville, Florida 3?239 • Phone (904) 7~1-S9~34 • FAX (9U-l) 7~1-U9-1U C~.ll~way ~ontr~ct~ng, Inc. General Contractors • Underground Utility Contractors Contractor's Experience Proof of Experience: 1. Blodgett Redevelopment Project; 3/93-10195; Project scope included: installation of water main, gravity se~rrer main, and storm se~nrer master trunk main sizes from 18" through 96"; complete road rebuild. 2. Continuous Drain Replacement and/or New Construction A. Highway Avenue Culvert Replacement; Installation of 16'4" x 10'6" aluminum arch pipe, rebuild of road and associated appurtenances. 3. Beach Avenue Water and Sewer Project; 10/96-2/98; Project scope included: 8" gravity sewer main; 10", 8", and 6" water main; storm sewer; new roadway installation. 4. Broward Road Pump Station and Se~nrer Rehabilitation Project; 2198-Present; Project includes: installation of 12" diameter 32' deep triplex pump station; new gravity sewer main; 320 LF of 24" bore and jack; 8", 6", ~" and 2" water main; miscellaneous road repair. CGC009273 • CUC050627 P.O. Boy 11435 -Jacksonville, Florida 32239 • Phone (904) 7~1-S944 • FAX (9U4) 751-09-IU C~D.I~.~vv~.y Co~.tr~cti~.g, Inc. General Contractors • Underground Utility Contractors Project Description This project will be designed in accordance with FDOT Standard Specifications for Road and Bridge Csonstruction and the City of Atlantic Beach Standards and Construction Engineering inspection (Attachment 4). We believe the FDOT Specifications to be excessive to the desired purpose and use of this roadway. ` Therefore, we are offering to submit a design using the same firms but which excludes the FDOT Standards but will be built using City of Jacksonville and Atlantic Beach design standards. This design will be in kind to the existing roadway size and usage (Attachment 5). Both designs utilize aluminum Arch Plate sized large enough to allow for canoe type aquatic craft to pass through. .~ CG0009273 • CUC0~062 i 'P.O. Box 11435 - Jacksonville,.Florida 32239 • Phone (904) 7~1-5944 • FAX (9U~i) 761-09-IU Received: 6/ 8/99 1:14PM1t; 79042787677 -> CALLAWAY CONTRACTING; Page 2 06/98/1999 12:16 19042787677 BUEME ENGINEERING PAGE 02 .1~YChael .j..8'uPme, P.E., B.C. .Pr~iasat .,E~.ne~ • ' Coairadn,r s~z~8-~er~• Attachment '1 EDUCATIOI+T BS / t:~vll Engineering University of Florida BEGIbZBATIONS . . Realstcred Professional Engineer: Florida PE '`45826 7tegistered Prafessional Engineer. Georgia PE'~2L'42 Certified Building Contractor. Florida CB ~C047836 PROFESSIONAL SLIMMARI' Speeialr.,e in site development for residential, transportation, commer^ial and institutional projects Including paving, drainage, water dislrioufion and saniiaxy sewer systems, site planning; feasibility studies, and total prgjed management with gnstruction inspection. Experienced in permitting K9lh the St: Johns River, Su7rannec River and 5ouihwest Florida'Water Management Disiricis~. Florida snd .George Departments of Transportation, Department of Environmental Protection, Ariuy Corps of Engineers, and locsl atyJcouniy departments. hfasLer Drsinage analysis and design of optimum stormwaler munageateni systems, gncxptuaI design for development of regional Impact (DRI) application, storurnater retentionldeicntion r`quiremenis, cost estimates, mitigation design, waterand sewerevaluation, flood asserment and . overall value enginecritng. . F]30FESSIONAL ffib`1.ORY Bue7ae Rnv;n~7n~; xu~ 1993 to.l.?atc Owrur 1 Prii:ss~al,E~inerr: Responsible for complete cin-1 engineering packages including life planning, feasibility . studies, pre-application plans conatrrency applications, complete dull design, storatwater and imtland permits, construction documents and inspection, roadway design and permitting. Stone, Jost B I1~allone~, xan. 3992 _ 193 Sr-~rfar Err: ~esponsiblo for Land development design, prgject management and constzdion InspeMionsJ preliminary site evaluatfon and related feasibility studies, master drainage studies and design,' mnstcr.sitc planning, wetland pertnilting, cost estimates and ep©ciizcations. , )'tosser, Hxlloc3t & Sristoff, Inc 1`JS7 -1..992 E• Responsible for Site development design and prgjcd management including paving, drainage, water ~ distribution and sewaIIe collection systems, wetland end Sforpmvater permits, site planning and inspections. RecelveC: 6/ a/sy i:'16PM; '190~t2787677 -> CALLAWAY CONTRACTING; Page 3 06;08/1959 12:17 19042787677 BUEME ENGINEERING PAGE 03 '', ', .~1C,~1QP.~.1., ,~l@7IP7 .~.~.~ :~.~: .X~-278.7677 • . ~'iro~iia~al •~• • $ C~~r Pare -2- ~lNSPORT.~TION •SR AIA (SB206 to SR372) - St. Johns Coani~, gj, CTic~ PFaridcs Dr,~mntment aj' Z}izrrspartal~va • Drainage engineering design and maps, stornnvaier calralafions and permits, wetland permits, .RT4i' acxluisifion suppozt, utility relocation, value engineering, F.D.O.T. review and approval. Heriong, .Aizpori - 7sc~souvi;IIe,• FL C.Iierzs;.Fac~svxTTs.Part,~ritl:orit~r . Full=time resident inspector oP site wort, building and fuel system upgrades. • • rammes Road' - Jar~vaIIe, FL a}'ja~socville • • Drainage engineering and design, stormwater permits snd calculations, intersection design support, ria6l- of-way mapping and acquisition support, utility rrlocation coordinafion. 7.T.A Par3c amd Ri3e - J~ FL C,iiesr ,]ac3;orcville T'tnttsp~oriYit5lrt AxtFsarrij • ItiZaster •site •planning,. assist in obtsining wetland determinations, drainage engineering snd design, F.D.O.T. driveway and drainage connection permits. SR•75 - EsT'Coanty, FI, .. • t~rfi • '' Xkparhrsait of Tru~s~iorfaliua Culvert analysis, pre.trestment and cIesr zone assessment, stormwater permits, F.D.O.T. revi~~v and approval. SCR 20 = Cslho~ Caaatp, k~. • fXIen~ F7arlda Drprsrzrrirnt oj'Tt~spariatla~c • Culveri 'analysis, pre-treatment and clear zone assessment, stormwater permits, F.D.O.T. t•cricw and • ,,approval. k,'L•~~es Colle,~,e $ecscdion Ce~,ter - St. Jobns County, FL . tTirrsC•FlagJ.er.Cotlege • Iiisster site pIaaning, cotnpletQ civil design, wetland and stortznvater permitting. Tx~ty Paz's - S t. Jabns connip, FL . c~~ sc rte. .. T'avIng,• drainage, water and setiver design, wetland and stormwatez permitting, construction inspection. '. os~l~ z?l.~tnr,• sa~oai = st.ral~ county, >rz, • ~cr,~.sc.~~ co'unry s~oar.~a. ' • Maeter site plazuzing, •coznpleto civil design, wetland and stormwater perzxxitting, consi~ruction inspection. HecelveC: 6/ 9/99 7:76PM; 79042787677 -~ CALLA'NAY CONTRACTING; Page 4 ,' 06/08/1999 12:17 19942787677 BUEME ENGINEERING PAGE 04 16~ichaeI >: ]~rierrt~ .~'.E., B.C. .+P~nf~-Ional,Ei~ttr'' • ~ tea,,. goo-z~a-7sn . per, ~- Ct'~'a r. The Greens at M~.ra]Y Landing -)QOato Veslra Bcaeb, FL ~~ ~~~ ~ Complete project tasnaoement lnch~diag extensive wetland and stormwater pez'mitling,. construction. inapection. -- St. 7ohn_s Piitttafion ai Baysncacivsrs - Jzc3csotzviAe, ~, Ctien: T~ Ba~~ ,~ • • Master site plan, paving, drainsge, water and sewer design, wetland and stornnrstez permitting, construction inspection . St. x a}ss Hosptsi - ~'~ouviilc, PI., . t~r~ hfa;~v CIasic jacd:SarrviIIe . OnIOIF site teasibility studies, master drainage and wetland xttiti;aEion design, wetland and stormwater p ermittiug. BsdtM.r indastzial Park - SL Johns county, ~, C'sers~ ape IKmsag_rnust,, Xne. Pacing, drainsge, caster and sewer design, master stoz=mvater and wetlsnd permitting. SL James Bui:Idiu;, - JarSSOnviIle, FL C1~ try of Iatlsorzvillr Psrzng, Drainage, waior and sewer design, bidding assistance and value engineering Bandar Tnrlnsfrics - AtT-. ;c ~ kZ C~ien~ Sandar,l'nc . Complete' project msnagement including e~tonsive plannin;, wetlsnd and stornnti•ater permitting, construction inspcction 7mcson Inirsnztio7szl Industrial Par3c - Jae~souville, FL ~ . CYiett~ ffilt3~ Wr~b Comnarsy lfsster Site PIanning, eomplete aril engineering design, wetlandlstormwater pcrmiitin~r Mangy Landing - I'~d•o Vedza ~rac3i, ~, Qienfi FkSrJser.Latsd C`o~porution . Master Site PIanning, extensive K•etland and stormwater permitting, marina design, construction inspection. Ydtases oI l;'xblo - Jac3csoRVilIe, ~, ~ . t3;r~rfi StnFa-Cof~q I'rs~ Paving, Draine;o, water and sower design, wetland and stormwatcz p©rmitting, construction inspection. Sw~edtct Check Soath - Jar'sso~iIIe, ~, .. . Qirn<; StaErs•Colliag 3•nr. Master Site planning and drainage design, ca-tensivc stormwatcr permitiing.. $t7x3cenridge - Cla;}' County., FL . tank 1'ridrr, 3'nc. Complete project management including master site planning, cirainsge, permitting and mitigation'design, inspodion Reee1'veci: 6/ 8/99 1 :17P1v1; '19042787877 -> CALLAWAY CONTRACTING; Page 5 ', 06/0/1999 12:17 19042787677 BUEME ENGINEERING PAGE 05 ' Pr~ofcssia'xrl .~&~rse~er • .B'zdJd~rg• C~ 90278-?677 - P`~ '~- DEYP.LOPI~N7'SafREr70NA.i, iMP,IGT •. The Z~3czi (]SQO•acae Mn2ti-~se'D~rrlo7~meut) ' gin$slan3~ GA . • Complete projezi management including master site planning and utility desigza, ronstrudion inspection. . Ac3.cit Christian `PIllage' (IZ00 ,A,C ZI'InItz~sc Deprlapmrent) - live OaY, FL •G7irrsfi rlrirast C9srzsl`ia~s TjrTbag~ . • Master Drainage design, ~Tood plain analysis, etormwater permitting including e.~2ensive water quality . monitoring. , •' 'Clan ~sn1$odges ($W AC Mum-Use Dcrelopmeu2) - Jac3csonviIIe, },?L Cliant:.&'nri~•s Drsc3vprrstrtt Grouv. . . Mesta; drainage design, stormwater permftting and eopnpleie access road designs Mayn.Clinio (400 AC zr3ated ~ediral Dcvelopzzent) - Jac3SOmIlIe, ~, • C1i~st; Ma7o 'Cyiruc.~'ar3Sa~rilTa~ • • 'hSASter.drainage'design, flood plain ana)ysis, 5toz'tmrater and environmental permitting. XNS7TTUI701KtiL Rraknlli Carztdionsl Ins3ifncte - •SS'almlla County, FL ~cerrz: Dcpartr~ent of Corrrdiores , , Mastet'Drainage.J~esign, storrusrster permitting, site planning and czzt/filI caIa.tIations. Florida Sc~aool.for•the Deaf & Blind - St. Angustina,l~ t~.Dr of Ma»agrr~si Sdrs+iar • Master Drainage Aesign,,stormtirater permitting and biddin; assistance. SuRannee Corr>:ctional Tszstifnte - Suvranne~ County, FL Qi~ Dc~rkrscnl of CorzacT~orrs . ,Master dralnage•design, stormnvater permitting, site planning, cutlGll calculations and master water and ' sewer design. • ,SP.L°G7.dL DT,.t7N.iGL' , Nortb.ea~ Florida Wetland 11'~itigxtinn TdanY -Duval Coanty, )?~, CTun~ MtSI, Ina. ' Slto seleciion/pIamning,,storniwuter and groundwater uiadelling, water quality and treatment plan, • ~ ,engineering design, permtting and eonstrurfion services for 380 acre woiland Txtitigstion bank. . Fesclh i}riv+o Weiland ~g?stion Aicess - I}cval County, kI, • Cirn& Pt$tma Brry I}araloprnrnt, Xtzc. . , Site assessment and planning,•Storsmratcr and groundwater modelling, water qusIity and treatment plan, , ~ engineering desigm and permittinb for 70 acre mitigation area. .Fonts Yedra LaYes - 5t. Johns Coanty, FL • C~as,rk Pkf~4c 1'.msJ' Corporut3oirc • Master.' drainage design; ect.ensive stormwater tnodelliug, water quality and frestment plan, engineering ~• • and permits. ••, poCelved: 6/ 8/99 1:77PM; 79042787677 -> CALLAWAY CONTRACTING; Page 7 66/83/1999 12:17 19042787677 BUEME ENGINEERING PAGE 07 , . FROr1 FRX N0. t'la.y. 24 15:8 11:12AM P2 ' June 4, 1999 . ' CALLAWAY CQNTi~AC'i1NG . ' • • ' .•'10950 Na~rr- 8'ertir:_Road . .,• ' :lacksonvill~, Florida '• AffachmeFd'~ 2 • . • Atteritivn: Mr: p,eier Kirby' • • • ' '• ' • ' Re; Letter of 1.nterest•for Providing Getitechnlcal Services ~ , • • Duttb~n~ lsTand .Culvert Replacement ' ' • ' • Attarni~•Eeach, Florida . ' AGEB• Proposal No. 99JP1956 ' ' ' : • . •Dear Mr.1<1rby. ~ .' . ' ~ 1! was-.a.:;o~©2sure to speak with ycu recently .recarding the referenced project. Atlantic •Geq.tvchnical •.&; Environmental Servtces, Inc. (AGES) is a full servlcs~'and .a Tully•.Insursd ~ , ' • . geat2chnical ~arid l~n~ironmental' consullirig firm located In Jacksonville, •Florida.• Ao>=S. appreciates • the opportuni'iy:to b'e.,lncluded on year design team for this project. Ova .cart:pravide•our sarvie~s in• . ~ a'timely'and•.eost BffeGiivC• manner. An overvidtr of our company is presented in the follcwing • ~ peragraphs.• Re'su't~tes of key•per:onnel who will be responsible for tills project ai`a Included. lam • ~ ~ confident that•aGES'can pride t"e, technical expertise and turnaround time necessary to complete • .. a success?uI pi'aJect. .. • ~ ' " ~ GOtJIPANY 5AC}~GROUND • ~ AGES''ivaS establl~hed by Dill C. Mctutahan in Juty 19?d. I joined AGES 2s a ftlli p,a;;ner.and • • Vice Presiclent.In January, 1986.' Ei1I and 1 have appi•cximately 29 years cf• expe.r!enc•e bet,veeri us . ' •in•.tlie erivlronmental' and geoftchnicaJ consulting field, including approximately'.22 years in the ' • . northeast'.FJortcta• and southeast' Georgia.areas. Our primary goats are to offer technically superior ', • ~ 'services• iti a timely and cost~effective manner. Te meet.these goals, AGFS cortcerttrates on serving a•.Northeasi; Fibtlda•.arid Southeastern Czorgia client besa, It Is Holed shat AGES Is fully Insui•e~•and . . .' llcsnsetl.. Servic.8s thal~you,rriay b° most interested in vrculd include; (1).geotachnical explorations ' , • • ' ;(i•.e.; soil •.tioriiigs)•;~.(2) construction related tasting including soil density testing, concrete strength • ~ •.testlrtq,•.stbel•inspection, etc;~(3) environrnenial related serviczs including Phase land Fnase II Siie • Assessrti.ents. '. ' .. ~ '. AGES.curcently employs..a staff of 9 professional and administrative personnel, including two • registeted~, englheers, a~.;reglst'ered geologist, five engineering technicians,'anri. two'.administr:atlve ' • assisti3nts. Our eiiginears a11•have advanced engineering degrees and have experience on a variety ' , of projncts,throughoiitttie• Northeast Florida area. Clients have inc;uded various government agerlClas • ' ' {e:g.. City of~ Jacksonville; J7A, .JEA, St, Johns County, Clay County,, FOOT, etc.) as well as • numerous pnv~ty cliafit$,• Pre)ec:s have ranged from large high level bridges; sia~e, county, and ' .r~sld'antla:l eoadw.ays; ielocommunication towers; drainage structures; and•small atid.large struC,ures. ' • Our,Iab'Is•'acrsedlted through ChicC and all of our technicians maintain various c8riificatign's (FOOT, • ACt, radiation safety, etc.).• Out' drilling ea~ablli3ies include various types of drill rigs capable of drllltng . In various typ.es:oi.tBrraln.. ' ~ P.O.•BoX 331373 -Atlantic l3Rach, Fiorlda 32233 ' , {900721 .2347 ~ {804} 7.21-2321 (FAX) ' R.acelve~: 6/ 8/99 ~~ 06/08/'1999 12:17 FriO!'1 Education: ~:~BPM; X9042787677 -> CALLAWAY CONTRACTING; Page 10 19042787677 BUEME ENGINEERING PaGE le FFJS H0. May. 24 1~E1 1.1:15RM F7 STEPHEN R. y1rEAVER Senior EngineerlVice President Unf"jrsity of Florida, N1.E. 1986 Unlvarsity of Florida, 6.S.C.E., 1981 Processional Experience: 15 years Specialties- Geotechnicaf Studies Phase I Environmental Assessments - Consiructlon/Site ioreparation Recommendations • Groundwater Mounding Studies - Shallow Foundation System Design & Construction Oeep Foundation System Design & lr.stallation Canstructlcn Mtonltoring & Quality Control - Forensic Gnglneering (cr Oamaaed Structures ' Design of Pavement Sections ' Wetland Drainage Studies Representative ProJecis: w M r r w Wilson Boulevard Improvements Acosta i3ridge Replacement U. 5. 441 -- Orange Blossom Trail ~ • JcA Transmission Lines - Several projects ' Explosives Handling Whar(No. 2 -Naval Submarine Suppcrt base; Kings Bay, Georgia • Wastewater Treatment Plant Improvements - Quitman, Georgia Old Kings Road improvements Powers Avenue Improvements • Lytle Avenue Bridge Replacement Seabreeze 5ridge Replacement San Josa Water System ' Euccanear Wastewater Treatment Plant • Fouraker Road Improvements Port Dllayalca Recreational Facility Emerson Street Improvements Fleming Oaks Wasietivater Treatment Flard Ortega Hills Wastewater 'treatment Plant ' Professional Engineering Registration:. Florida Registration No. 375iig Georgia Registration No. 16421 Aifitiations: Florida Engineering Society National Society of Professional Engineers American Society of Civil Engineers R..:.:oiv~::: 6/ 6/99 ~ :~9Ph1; '19042787677 -> CALLAVtiAY CONTRACTING Page 12 •, 06/08/1999 12:17 19042787677 BUEME ENGiNEtRING PAGE 12 06/08/1_99 09:21 19042493698 COaSTAL rKU= rat . Attachment 3 . introduction aii:d~Co~po~at3e History Coastal•S~nce A~sxiatas, Inc. (CSAI) bsgan in 1989 with the opening of the maim ofFce in Jacksonville Beach, Florida. • Since that time, CSAi has opened branch offices in Columbia; S, Carc:ina and Dania,'Florida. • • CSFloffet~s•a wide';ariga of•sarvic~s t:o support clients workir~ in terrestrial, fresh water, wet(znd, estuarirn3,' and marine environments. The goal of our firm is to provide . environm~tal services which are high quality, cost-:fractiva, and timely, This goal Is accomplished In the rrfarry environmental projects wa have peKormed throughout the • sautheestem Unit~sd Mates and abroad. CSAi speci~ireg irz:aoivir~ envvironmenbl problems relating to human activities. We enter the process before, during, or after environmental impacts occur. 6afarc any activity, we~ . per;orm a revi~ of the Ito far poEentlal problerres sum es wetlands, endangered aperies, or hazsrdoua mate~`~a~. We~therj offer solutions to chose problems in the bust interest of the client. During•tfie pror...ss of activities in the environment, especially In sensitive: areas, we'coordin.g;~ and monitor these activities to eliminate violations of law. After-tha- . foct, wa help the ~yiolaEo~r solve the problems eneountared, to the satiafection of the agencies involved; and with the best results lot the environment. Received: 6/ 8/99 7:19PA1; .06/08/,1999 12:17 19042787677 • •06!08!1999 .0°_: 21 19042493638 f 790x2787677 -> CALLAWAY CONTRACTING; Page 73 BUEME ENGINEERING COA57AL PAGE 13 r~;~~~ ua .. profio~sionai~ Si~~ff . . • CSAls mu>t1-disciF~ilnary •sf.~ffff is ~expcrfencad and maintains a high quality of servitxs. ' . S2nlor ~~ have o11er 50 years of prniessionai experience, and are knowled$vable in the ' nec8ssary disciplir,•~;and methodoiagles In t~ field of environmental consulting. Staff arc • also (mowiedgeabh} of eirrirrinn~ntal laws and ~guiation9 and are wel! regarded by local, ~~ ~• ~stmte; aria #~d~ral a.gencles. As a client, you want experienced professionals reprasentinQ • •~ you who can suc~~ssfully negotials 1n your beat interests with agency personnel. .. staff Quar~tCatia~is . ~ f~rt.3.8aca,'Ph.I}.,.CEO, Chief 5elent#~t ' ' dr. Baca~has inte,nadonal experience in the assessment and management of wetlands and natural rasott~s.' Nfs project experience includes environmental monitoring for developrr~nt:and. industry; wetlands dsllneation, assessrrtent, and mitigation; and ~deterrrtinaffon pf 'lire. impa'cb of ~rarious projects on the environment. f-{e has direc',ad V,ret#and3 mitigatioi.S prajects.in planning, d$sign, fnstafl~ation, artd~ rranEtoring phases. In tfie fast ten .yearn; Or. ~6aca has dlrectadlparforrrted hundreds ofi wetlands prD;~rfs and . 'environrrzantnl asse~srr-ents: He'has over 30 publications ~oumals, books, procaedir~gs) .and oval 140 reporb:ln wetlands eoalayy and related areas. He works with developers, • lndu3ti•y, and ageci~cics to implement envlronrnantally-compatible projects. Stephen t=lorey, I<1.5., President, Sr. Errvironmenf~t Sc1en#ist . ~~ Mr. l=foray fs an Jiitsmational biologist with broad-based experience in environr~ntal pi•ojac~, ~chiafty in~~the areas of wetlands management end resource assessment. He i9 . ~ ~ an adept field and laharatory•bfologisl. Mr. Fiarcy has defineatod wetlands; submitted Erivironmentat Fce~sciur~• Permits (ERP) and Amry Corps 444 permit appli~fions; . managed mitigation •pro}~cis; and conducted numerous Fhase I and ll environmcn-al ass6ssmente..H~ is project manager far most of the wetlands projects, and is also the • ~ ~chieF biolaglat~ras~~orisiblo.for Identification of biological sampi~. Ross F•teilman, :65., I~I.S.,1(fce PrBSident, Sr. En~rlronmen#al 8~lerttist Mr: Heilman raceivi;d~.his ~13.S. degree in Physical Geography and M.S. d~ree in Soil and ' •Vilater Sci~ncelErivironmental Engin+~ering Sciences from die University of Florida. He . ° has•~conducted sev~3na1 wetland mifigationlmonitoring projects throughout Florida and the • Bo~tthea~#arn•U:S: `His project ei~erience indud®s environmental monitoring; wetlands ' delineation, asses~~nt, aril mitigation; environmcnta! site aasassments and audits; and ~. ~ ~. he' has cornpleted•'se~veral ERP and Amer Corps 404 permits. He is also to charge of ' environmental d?ti~basc management. Receivr3d: 6/ 8/99 •, 06/0/1999 12:17 •.0b/0$/1 _99 09:21 1:20PM; 19042787677 -~ CAI.LAWAY CONTRACTING; Page 14 19042787677 BUEME ENGINEERING PAGE 14 19842493698 COASTAL rwuc u;, . FeC111~i~s . CSAi~is headquari:ered in•~Jadcsonyille 13each, Florida, and maintains.branch offices in • Columbia, S. Cam>ina and' l0ania, Florida. Tha firm's main ofltcr is housed in 2500 square ;~ foot building, whicfi pi'~e~•~profiassional offs, graph'~cs production carrtsr, laboratory, acid ~}ulprnent stotage.. Our lackaonville Beach location also prides itself 1n its 0.5 acrd on-site, 1lcansad rjursery, vvhictt houses many varieties ofi plants and trees awaiting transport and inst~ll8tltirt to mftigation project sites throughQUt the southeastern U.S. . 'Project sports anti other'dacumentationdre prepared using an integrated PC computer '. network with~tarmlilaj fog multiplQ autha~ to share and contribute to pro}ECt reports and d~fiabaaas. Re~or1'graphlcs'are prepared on a computer system utilizing a color scanner and•digitizer,•$upparted by.a wld~ variety of software. CSAi maintains an extensive in- •house sciantl3Sc Iltxary,• and fregvenlly lnterfacas with other scientific libraries via tha . Int~met~for other nec9ssary updated information. Our laboratory is'F~uipp~i with all the necessary equipment for 8nalyses of biological samR(es, includlnc;: dissecting and compound ml~scopes; di~olved oxygen, pH, canductlvi~yl~DS,. a;xi salinity rnetcrs; and a sample identii`FCation Itbrary, and a cataloQAcl sample collection_ t;Si4i al3o owns and rr~intains all of tha equipment net-.awry to ou'd'it , feld crews, including trucfcs, boats, dlffarential GPS, meters, Fonar grab samplers, and , var'wus~ other field ~agiaipment. C~+r personnel have ~prcven exp~rti$o in t~~e rr~thodelegic3 and equipment used in n wide array.of environrrsr~l projects. Pet'sonnel ere continually updated on the latest state and federal 9uidelinea, i~r, environmental sampling and analyses, ., RBCei••ed: 6/77/99 72:27Pbt; 06/1],/1999 11:23 19042787677 •' . Af~achment 4 ~~ ~ ~ r- 1 t"` ` • w • 7 /-\/ j1E • . ~. • F s ~ ~' ~ ~ ~ .~-- ~ C~ r . 1 s V 1 ` ~ ~ • ~ 1 ~ • •~ ~ r ~ ~ i f~ _ s ~~ ~ ~ • ~~ ~ ~ • • ~ . ~ _ -~--- ~ • 79042787677 -> CALLAYlAY CONTRACTING; Page 2 BUEME ENGINEERING F~GE 02 Receive: 6/77/99 72:22Pt.t; 79042787677 -> CALLALVAY CONTRACTING; Pace 3 05/1,1/1999 11:23 19042787677 BUEME ENGINEERING PAGE 03 .~ ~~ ~ ~ .. . .~, .r y . ~ . ~~ ~} C a Z ~- • T ~\ '~7C7~aCl1s OR1~ ~ ~ -~..~,; ~, .. - ~- . - .G r ~/ V ~~ c . ~c ~ ~ ~- ~ ~ . ~. ~ r~ r~ ~ ~ ~ ~' ~ .~ ~. ~ .z - ~ r~ . c ~vw~o ~ F i ,~ ~jFv .l ' I . _ ,f r 1 • r.e ' ~ , ~- t t _ t - _ - - - «. _ 06/13/1999 11:23 19042787677 BUEME ENGINEEr~.ING PfiGE 01 A#tachmeng 5 .. - ~ ~~ ~ ~~ .. ~ ~~ ~ ~ ~~ ~' ~ ~ ~ ~ ~. G. - ~ ~~ ~ ~ . ~ ~ ~ ~ ~ ~ ~~ ~ V t' s - - - a l E ` ' } ~ .4. . , ^~ ~ ~ , ~ .. , ~ : ~ _s ~~~ ~ r • Y • ~ ~ ~ ~ . ~- .~" • _ t _~ r ~ ,~ - . 1 ~ I • Y i 1 6 ~ ~-, l -' v - .. G • ~ - J .. ~ ~V ~ i .s ~ \. r. _~- 1 i . ~ ~. ~ ~ ~ - - -- ! s • i - l 1 ` 3 i ~ r Q . ~ ~ ~ . ... .C~ _ ~ .% . ~~ ~ ~ ~ ~~ £0 3~Cd 9NI~'3~NI9N3 ~W~f1H LL9L8L~b©6t EZ~iT 656t/~Z~° ., .;~ ate, ~ a '~ ~. ', . ' • ~ri~ ~ r ~/p eGl J ~ C~7 Gyv ! 7~~J o So~1 ~.. Description of Work a. Services: Callaway Contracting, Inc. P.O. Bog 11435 Jacksonville, FL 32299-1436 1. Design/Builder'sbesign Services o 0 2. Inspecti.~n Consultant Services ~~~3 r 00 3. Geotechnical, Survey and other Consultant Services (Specify) ~~ - TOTAL SERVICES .~ b. rees/Permits Costs: List all fees and permits, and state the cost for each. ~ jR~r-,gyp ~~ap °O /U r.J 1 ~ ~ 75 `~- TOTAL FEESIPERMITS _'r ~'~ ._°~ c. Performance and Payment Bond ~~`~ 00 d. Construction: Attach a detailed Schedule of Values identifying all major trades and line items of cost. TOTAL, CONSTRUCTION j=~ TOTAL, PROJECT COST (PRICE PROPOSAL) (Add Items a, b, c, and d) f / '~.f Page 8 of 9 PROJECT ESTIMATE CONTRACTOR: Callaway Coniracting, Inc. LDCATIDH:puttonlslan9 FpOTStandards TDTAL: $188,561.40 PATE: 6/23/99 '` ~~- ITEM UNIT TOTAL NO. DESCRIPTION UNIT QTY. PRICE COST y Site Preparation EA 1 56,895.00 56,895.00 30 Mobilization EA 1 $3.865.00 53.865.00 35 Overexcavation (contingency) CY 725 $7.00 55.075.00 51 Asphaltic Concrete Pavement SY 270 $9.54 52.575.80 307 A-3 Fill CY 690 $8.50 $5.865.00 312 Limerock (6" Lift) SY 285 58.00 52.280.00 313 Concrete Side~vaIk(4") SY 64 $26.00 51.664.00 325 Special Item CZ114 Headwall LF 140 $379.39 553.114.60 326 13'11" x 9'5" Aluminum Structural plate LF. 50 $967.00 548.350.00 327 Special Item Concrete Pile and End Cap LF 100 557.00 55.700.00 328 Special Item Demolition of e.Yisting pipe LS 1 54,470.00 54.470.00 and headwalls 329 Special Item De~vatering and Temporary LS 1 517,330.00 517,330.00 ' sheeting 330 FDOT Guardrail LF 140 548.00 $6.720.00 5 Year ~Varraniy LS 1 524.657.00 524.657.00 TOTALS: `,18$,561.40 Callaway Contracting, Inc.. P.O. Bos 11435 Jacksonville, FL 3~9-1435 PAGE Y OF 1 PAGES 6/23199 - A:Uuiton Isiand 2 ` Callawap Contracting, Inc. Al f ~ rY3 Q,t P~ ~ tJ o a o..~! P.O. Boa 11435 / dacksanville, FL 92239-1435 Description of Work a Services: oa 1. DesignlBuilder's'Design Services ~ ~`~~~ '- 2. Inspection Consultant Services 3. Geotechnical, Survey and other Consultant Services (Specify) $ ~ ?Z$ TOTAL SERVICES l~ , f ~~1 - b. FeeslPermits Costs: List all fees and permits, and state the cost for each. ~,5~~ err ~ ~~p p °O ~lc~ 1'~ ~~~- TOTAL FEES/PERMP!'S ,~~~ t 00 c. Performance and Payment Bond ~ -- d. Construction: Attach a detailed Schedule of Values identifying all major trades and line items of cost. TOTAL CONSTRUCTION / ~ j, n~~ fa 1~ TOTAL PROJECT COST (PRICE PROPOSAL) (Add Items a, b, c, and d) 13 ~ 3 Page S of 9 PROJECT ESTIMATE CONTRACTOR: Callaway Conliacting,lnc. LOCATION: Dutton Island TOTAL• $119,044.12 DATE: 6/23/99 '~ ITEM - UNIT TOTAL NO. DESCRIPTION UNIT QTY. PRICE COST 7 oi~c rrcparauon t;A 1 30 Mobilization EA 1 35 Overexcavation (contingency) CY 50 51 Asphaltic Concrete Pavement SY 118 307 A-3 Fill (Contingency) CY 50 312 Limerock (6" Lift) SY 125 325 Special Item CZ114 Headwall LF 100 326 Special Item 13'11" x 9'S" Aluminum LF 28 Structural plate 327 Special Item Concrete Pile and End Cap LF 100 328 Special Item Demolition of e.Yisting pipe LS 1 and headwalls 329 Special Item Dewatering and Temporary LS 1 sheeting 330 5 year Warranty .• LS 1 TOTALS: Oa1la~caq Coat 4cting, Iuc. p.0. Bog 11435 Jacksonville, FL 32239-1435 $4.900.00 54,900.00 2.350.00 52.350.00 57.00 $350.00 59.84 51,161.12 58.50 5425.00 58.00 51.000.00 5379.39 537,939.00 5873.00 524,444.00 557.00 55.700.00 54,470.00 54.470.00 517,330.00 S 17.330.00 518,975.00 S 18.975.00 ~ 119,044.I~ PAGE1 OF 1 PAGES 6123/99 - A:Dutton Island PROJECT ESTIMATE CONTRACTOR: Callaway Contracting, Inc. LOCATION: Dutton Island TOTAL• $119,044.12 DATE: 6/23/99 '~ ITEM - UNIT TOTAL NO. DESCRIPTION UNIT QTY. PRICE COST y site rreparauon EA 1 $4.900.00 $4,900.00 30 Mobilization EA 1 2.350.00 $2,350.00 35 Overexcavation (contingency) CY 50 57.00 $350.00 51 Asphaltic Concrete Pavement SY 118 59.84 S 1.161.12 307 A-3 Fill (Contingency) CY 50 58.50 $425.00 312 Limerock (6" Lift) SY 125 58.00 S 1.000.00 325 Special Item CZ114 Headwall LF 100 5379.39 537,939.00 326 Special Item 13'11" x 9'S" Aluminum LF 28 5873.00 S24,444.00 Structural plate 327 Special Item Concrete Pile and End Cap LF 100 557.00 55.700.00 328 Special Item Demolition of existing pipe LS 1 54,470.00 54,470.00 and headwalls 329 Special Item Dewatering and Temporary LS 1 517,330.00 517.330.00 sheeting 330 5 year Warranty LS 1 S 18.975.00 S 18.975.00 TOTALS: ~ 119,044.1? Oallacaap Coatrr~g, Inc. p.O.Bog 11435 Jacksonville, FL 32239-1435 PAGI: t Di:1 PAGES 6123199 - A:Dntton ]stand BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, CALLAWAY CONTRACTING INC. __ 10950 New Berlin Road l Jacksonville, Florida 32226 .. as Principal, hereinafter called the Principal, and the CAROLINA CASUALTY INSURANCE COMPANY of 8381 Dix Ellis Trail, Jacksonville, Florida 32256 the laws of the State of Florida a corporation duly organized under as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF ATLANTIC BEACH, FLORIDA as Obligee, hereinafter called the Obligee, in the sum of Five percent of the largest amount for which award can be made under the accompanying bid Dollars (S 5 % ), for the pa}znent of which sum tivell and truly to be made, the said Principal and the said S~Trety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted abid for DUTTON ISLAND CULVERT REPLACEMENT NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for tIte prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof beriveen the amount specified in said bid and such larger •amount for tivhich the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 23rd day of June 1999 Witness Patricia Kirkland Witness CALLAWAY CONTRACTING, INC. 10950 New Berlin Rd.,Jacksonville, Fl. (Seal) Principal ~_ c ~ Title CAROL CASUALTY INSURA^~r~,i.'Ot'~1Pi1N'r' B} ---- Tom . Lobrano, II ~ Att~~rney-in-i~act ~. & Florida Resident Agent ~ -_____, S•C054/GEEF 1/97 POWER OF ATTORNEY CAROLINA CASUALTY INSURANCE COMPANY JACKSONVILLE, FLORIDA No. 101 NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. nIVOW ALL MEN BY THESE PRESENTS: that CAROLINA CASUALTY INSURANCE COMPANY ("Company'.') a corporation duly organized and existing under the laws of the State of Florida, having its Principal office in Jacksonville, Florida, has made, constituted and appointed, and does by these presents make, constitute and appoint . nrn S. I~brano, III or Jatt~s C.' CongeLio or ~ Bradford W. Bush of Jacksonville, Florida its true and lawful Agent,and Attorney-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver: any and all lands and underrs}cistgs • and to bind the Company thereby as fully and to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney is granted pursuant to the Minutes of the Special Meeting of the Board of Directors of Carolina Casualty Insurance Company held on March 30, 1966, to wit: RESOLVED: "That the following Officers of the Carolina Casualty Insurance Company, Chairman of the Board, President, Secretary and Treasurer, or either of them, are hereby authorized to execute on behalf of the Carolina Casualty Insurance Company, Powers of Attorney authorizing and qualifying the Attorney-in-Fact named therein to execute bonds on behalf of the Carolina Casualty Insurance Company, and further, that the said Officers of the Company mentioned, are hereby authorized to affix the corporate seal of the said Company to Powers of Attorney executed pursuant hereto". RESOLVED FURTHER, this Power of Attorney limits the acts of those named thereinto the bonds and undertakings specifically named therein, and they have no authority to b~n3 the company except in the manner and to the extent therein stated. RESOLVED FURTHER, this Power of Attorney revokes all previous powers issued in behalf of the attorney-in-fact named above. RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other •rretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though .ranually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. i; I i•1r','i NESS 'v~'i-lEi? EOF Carolina Casualty Insurance Company has caused these presents to be sign e.tiicers anc; i;; corP;;rzte seal hereunto affixed this 3/,a~`~ day of ~ Q,~, , 19, 4 y :N+Uq* ~l-,,~„< <~ At~esr; Carolina'Casualt~~lrai H 4 Cu~I,EAt' 00 w ~` a 1 O V...__A bVAR:~IING and attested by its appropriate Company etty er an ~.~. i son, r. Secretary President TIiIS POWER INVALID IF NOT PRINTED ON GREEN "iti10NITOR" SECURITY PAPER. STATE OF FLORIDA) COUNTY OF DUVAL) SS Sworn to before me, a Notary Public in the State of Florida, this1,q~ day of , 199~I, by Betty C. SUtherlandwho is kno}vn to. me to be the Secretary of Carolina Casualty nsuran a Com any. OFFICIAL NOTARY SEAL • PATRICIA M JOHNSON ' . ' 3flC STATE OF FLORIDA Notary Public, State of Flo ' at L5Eg1zIMISSION NO. CC255873 CERTIFICATE MY COMMISSION EXP. FEB. 25,1697 I, the undersigned, Secretary of CAROLINA CASUALTY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a just, true, correct and complete copy of original Power of Attorney; that the said Power of Attorney has not been revoked or rescinded aad that the authority of the Attorney-in-Fact set forth therein, who executed the bond to which this Power of Attorney is attached, is in f~tl i~rc: at~d effect as of this date. Given under my hand and the seal of the Company, this 23rdday of June , 1999 ~y~~ R~ r. V,o.~. yc K ~A~• o~ t \` ~~ w ~~ ~`='~,'P,D .~yr~~~• Betty ther an ,Secretary . ,, ,~ ® INC. CIVIL & GENERAL CONTRACTORS PROPOSAI~-FOR PROFESSIONAL ENGINEERING SERVICE AND CONSTRUCTON SERVICES DESIGN-BUILD PROJECT FOR TH[E DUTTON ISLAND CULVERT REPLACEMENT MR. ROBERT S. I~OSOY, P.E. DIRECTOR OF PUBLIC '~ORI~S CITY OF ATLANTIC BEACIJ 1200 SANDPIPER LANE ATLANTIC BEACH[, FLORIDA 32233 JUNE 11, 1999 7036 W. 12th Street • Jacksonville, Florida 32220 • (904) 783-4119 • Faz 783-3401 ' CG C045523 • CU C053985 ~~ INC. CIVIL & GENERAL CONTRACTORS DESIGN-BUILD TEAM CONTRACTOR: BGCO, Inc. __ 7036 W.12th Street Jacksonville, Florida 32220 (904)783-4119 -Phone (904)783-3401-Fax becoinc@mindspring.com - E-Mail Principals: Major B. Harding, Jr. -Presidenf Richard C. Gastrin -Vice President ENGINEER: Taylor & White, Inc. 5300-1 Emerson Sf. Jacksonville, Florida 32207 (904)346-0671 -Phone (904)346-3051 -Fax TtiVINC@BELLSOUTH.NET - E-Mail Principals: D. GIynn Taylor, P.E. -Presidenf Robert D. Whife, Jr. P.E. -Vice Presidenf SURVEYOR: J.W. Cannady Surveying, Inc. 10403 Old St. Augustine Rd., Ste. 2 Jacksonville, Florida 32256 (904)880-2114 -Phone ' (904)880-2117 -Fax Principal: James W. Cannady, PLS GEO TECHNICAL INVESTIGATION & CONTRACTOR QUALITY CONTROL: Ellis & Associates, Inc. 7064 David Creek Rd. Jacksonville, Florida 32256 (904)880-0960 -Phone (904)880-0970 -Fax Principal: Greg Edmunds, P.E. 7036 W. 12th Street • Jacksonville, Florida 32220 • (904) 783-4119 • Faz 783-3401 - CG C045523 • CU C053985 4 SCONE OF WORK Contractor will provide complete design build services and will control the design build team. The scope of work will include providing alI required design, permitting and construction required to replace an existing CM~P culvert in a tidalaly influenced marsh environment. Contractor will provide alI necessary financing of design services until permitting is compleceo Due to the remote location of the project and the relatively small project limits we do anticipate utility ®r maintenance of traffic conflicts will occur. All coordination with the city of Atlantic Beach will be handled by the appointed project director of the contractor. All correspondence regarding the project shall be distributed by or through the project directoro All .of the members of the design build team are fully capable and experienced to perform the scope of services of the project and will be fully_staffed to expedite the design and construction. 7036 W. 12th Street • Jacksonville, Florida 32220 • (904) 783-4119 • Fax 783-3401 CG C045523 • CU C053985 ~' ~ ~ ~ 0 ~ ,~ ~ _ ,- m ~ - ~ ~ - ~'° ~' r ~ J1 ~ ~ L 0 ~ - ~ ~. 7C7 ~ G T ~. ~ ~ ~ N o ~, G 0 ;u 0 ~. x G 0 0 G T kb .~ n~ 0 ~~ ~ n ~ ~ ~ ~ ~ ~ ~ J1 ~ ~ c y-~ ~ N ~ r ~ ~ ~ ~ ~ ~ ~ ~ d ~ Q ~ ~ ~ ~ G ~ ~ a ~ !~ , a ,~ ° ~ ~ ~ ~ ~ 9 ~ W a r l ~ ~ D J ~~ ~o ~~ o ~ ~n STAFFING PLAN BGCO, Inc. Project Director 1 Project Superintendent 1 Project Foreman I Skilled Labor 5 Equipment Operator 2 Common Labor 4 Total allocated for project TAYLOR & 'WHITE, Inc. Project Engineer Draftsman Clerical 14 I 1 1 Total allocated for project ~~ 3 7036 W. 12th Strcet • Jacksonville, Florida 32220 • (904) 783-4119 • Fax 783-3401 ' CG C045523 • CU C053985 The project will be limited to the area in the vicinity of the culvert and the temporary creek bypass. The bypass will be restored to existing conditions after installation of the new culvert. The new culvert will be installed at the location of the existing culvert and perpendicular to the access road. The alignment of the access road will not change. Endwalls will be installed on each end of the new culvert. The new culvert will have across-section area no less than the existing culvert. The access road will be reconstructed after installation of the new culvert. The access road will be sized for two-way traffic with guard rails in the area of the new culvert. The reconstructed road tivill extend approximately seventy-five (7~) feet in each direction from the new culvert. The access road will be constructed at an elevation approximately one (1) foot above flood elevation. The endwalls will be installed per FDOT standards. The new culvert will be constructed of precast concrete. The cross-section area will be no less than the existing pipe. It will be installed at the same invert elevation. Per discussions with representatives of the City of Atlantic Beach Department of Public Works, no utilities will be installed along the access road. Since the access road is not open for public use maintenance of traffic will not be a project requirement. Construction will meet applicable FDOT and City of Atlantic Beach specifications. A Geotechnical report will be prepared to evaluate the existing soil conditions at the existing culvert and provide recommendations for preparation of the area under the new culvert. r 7036 W. 12th Street • Jacksonville, Florida 32220 • (904) 783-4119 • Fax 783-3401 ' CG C045523 • CU C053985 INC. CIVII. & GENERAL CONTRACTORS Taylor & White, Inc., a growing firm was established in July of 1995. Mr. D. Glynn Taylor, P.E., President and Mr. Robert D. White, Jr., Vice President, have a combined 26 years of civil. engineering experience. During those 26 years of experience we have worked on projects for the Duval County Scho:11 Board (42 schools consisting of drainage improvements), City of Jacksonville Municipal Stadium Infrastructure Improvements, Argyle Forest Boulevard, Youngerman Circle, Centurian Parkway, Touchton Road Extension, Kernan Boulevard Interchange, Bowden Road Drainage Analysis, Shindler Drive, Addor Lane, Hornets Nest Road, World Golf Village Drainage Design (6000 acres), to mention a few. Mr. Taylor and Mr. White were selected to manage these projects while at other firms because of their competence, timeliness and working relationships with the agencies and the ability to get the jobs done. More specifically, Jacksonville Municipal Stadium vvas designed and permitted by Mr. Taylor and Mr. White quicker and more expeditiously than any other stadium in the country which is an accomplishment that they have a great deal of pride in. We know the importance of working tivith a competent team of individuals and firms, that have experience working on the kind of project to be undertaken, to work toward a common goal of keeping the projects moving forward with the ability to address critical issues as they arise. y Taylor & White, Inc. consists of eleven highly professional and dependable employees, personally selected due to prior knowledge of each employee's capabilities. Due to the close team work approach provided by Taylor & White, Inc., 90% of Taylor & White, Inc.'s work has been either repeat or referred clients. 7036 W. 12th Street • Jacksonville, Florida 32220 • (904) 783-4119 • Faz 783-3401 CG C045523 • CU C053985 ~e ~ ~ ~ ~ ~ D~;Gi~riri~T~Ior~ tf lICP.~JCQ ll9lll'PJ~ C~~T'1.i7~Gllllll C~,~i,~ i~~~~y .~i~;~ ~, t,~! ~' r' t!/I//f,:l. EXPIRATION: !^EB 28, 2001 R.E. NUMBER: 44'163 r. CONTRACTORS QUALIFICATIONS FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION FLORIDA DEPARTMENT OF MANAGEMENT SERVICES FLORIDA DEPARTMENT OF BUSINESS ~ PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD CITY OF JACKSONVILLE PROJECT HISTORY & REFERENCES 7036 W. 12th Strcet • Jacksonville, Florida 32220 • (904) 783-4119 • Fax 783-3401 ' CG C045523 • CU C053985 ,~ ~• . •~e~~• • DEP.1Kt7~2iTOFb{ANAGFS~I'rC • ~ • SER`VTCES - • . ~:-:~ . . 4050 E W~j • TaIlaix~ Fbridi 32399-095 ,~ro;.i C~~.ts, Goti~ttioR FACII..TTIFS DEYELOP;4IENT BUILD~IG 4430, SUITE 31$ .,r: i:. . WII1.fAb{ K I.L','Dt1F3t„ ~ErAAY RE: CONrIR~fAT10~ J OF CONTRACTOR'S PREQUALIFICATION Gentlemen: In accordance with l:hapter 120 Laws of Florida, pursuant to Sc~:tion 2>j.29, F. S., and in accordance «ith the Department of Management Services Rules and Regulations 60D-5, you are advised that your firm is PREQUALIFIED FOR BIDDING, as a General and Unde bround Utility & Excavation Contractor, for the period of August 2-l, 1993 to August 31, 2000 . • This prequalification does not remove the need to comply with other specialized yualilication requirements of the contract documents. You will not need to prequalif}• again until after the above period. 1f }•ou have an}• concerns or questions. please do not hesitate to give me a call at (850) -133-6233. Thank you for your interest in our building program. ,..:...• Sincerely, Kwandolvn L. Chem• Staff Assistant - Contract Section ;:- •.` :~ i ~~ • - .:tiC'rti~ ~:1 •.tT l:S1•~': ..r ~~... • - ~ :\.r4. ~f.:• ~~~.. i~vv f""Z,~.\'tw: i+l `^= • '' .ri _:..a":.. ,'.F.•in._;:y'a° . .,,rri . \ +Y~i'17..`.r~:.F .q;o _ Teti, y. f t7: ;,'•. : .. , 1 v k • ~ ' ~: ~_ :. .. .l : •~':(~,~ # .. •. . t:r • r ; ~ `Yi f T _1 .. a+ 1 '~ .r:!'. :Y ::~ 1' .. .. Ly. ~ ~.1y ~~.sR ~ - aA ~~~~~~ ~FLO A~~~: r ,~.~ tav+ton Chiles Governor Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, Honda 32399-3000 July 23, 1995 h4s. Bridget Clark BGCO, Inc. 7036 W. I2th Street Jacksonville, FL 32220 RE: Pre-Qualification Package Dear Ivis. Clark: Virginia B. Wetherell Secretary Receipt of your firm's pre-qualification package is hereby acknowledged on July 23, 1995. The information submitted is approved and hereby qualifies ~•our firm to participate in bidding on construction projects as general contractor requiring the same licensure until June 30, 1999. Please feel free to contact me at (S~0) -1SS-339 ti~•itll any questions or concerns you may have. Sincerely, J • ~- C/X Lam• D. Cliett, Contracts ~fianager Contracts Section Division of Recreation and Parks S.~•.• • Bur:au of Desisn and Recreation S~:n•ices Mail Station ~?0 LDC: sm Department of Environmental Protection .~'C•:}t ~C. _ ?~-~ .:mss{4r...f~?' :'za~e ~~'= +.y'•~~.<~. --.`.. w ,~.•, .i... 'J. ~ T ! 'y .. . .~... 1: :. t. .:: :iT` ~ ~ . ,,' n . .y. . ~ .~.4 . . . ~ • F. , . . •; .• ~~r+ • ~ • .:.. .r. . •.. ~..f( •• •.• •.., •~ ~.: . .. .. ' ~' ; J e ~•.~~ . Inca ~ .:;. ~ ~ ~- Ha 20 '. y' , 1999 _ `~ ~ ~ ` Page Two ~ ~ -• -' SPECIALTY CLASSES ~OF WORK: . '•~ _ c • ti, zras4inQ Soedina Soddinn. Tanriarag~9, v• „ y ~ a~ +- 1 4 C •':\ ' _ = ls_~~ oncrP ~ P Paving and Ot 1 ' ' 2 ~ y COngt:r,~r-f-inn .............. :- + r: l Please be advised the Department of Transportation has considered your ~ ' ~`~-'~? • • company s qualification in all work classes requested. We have evaluated your = • ., :~:i ~ ~`'~'r . . . company's organization, management, work experience, work performance and ' . aF.:. • ,: .adequacy of . equipment as directed by section 14-22.003 ~ 'Florida Administ ti ''•~~ `S~``'' = ~`~`'~ " • ` ra ve •~•~=~:.Code::••.` Based on this evaluation, "the Department is not able '•at this time t • ~ • ,,; ;_:. ;r=~.J: ' ~~''''`; ~ ' , , o equalif ou -~~ :•Pr y y r company for the work class: Ge l ~ '` •• ~•'. ry~~ nera GOngt riYrtiA =~ . ~'" Florida .Department of Transportation does not qualify building contractors • '.r`=• . . .:; Application, must be made with Department of Professional Regulations ~'C .'-,; ~ ~ onstruction Industiy Board. , :.;.w .: . •. :~s::You.aay'apply in~~writing, for a Revised Certificate of Qualification t ~ • • '' ~? , a any :' ~~time 'prior to the expiration date of this certificate according to Section I4- ~ ~ , : ; •~~'~~= •22.004I(3j,'..Florida Administrative Cod l e. P ease be advised if certification in additional cl • asses of work is desired, documentation is needed to show that experience.was_gained with another contractor and that you have the necess • ary equiFment for each additional class of work requested. Also refer to the note at the bottom of Page I3 of the Application for Qualification when supplying additional information. This is a notice of intended Department action. If you disagree with the Department's decisions regarding your firm's qualification, you may request an administrative proceeding in accordance with the attached Notice of Appeal Rights. Sincerely, iY~C"2'~-Ci Juanita Hoore, Hanager Contracts Administration JM:paw Attachment cc: Clerk of Agency Proceedings 12/89 (SEE NOTES ON REVERSE SIDE) ~f JEB BUSH GOB ER.'tiOR 605 Suwannee Street Tallahassee, Florida 32399-0450 May 20, 1999 BGCO, Inc. ~~- 7036 W. 12th Street Jacksonville, FL 32220 Gentlemen: RE: CERTIFICATE OF QUALIFICATION THOlIAS F. BARRY, JR. SECRETARY The Department of Transportation has qualified you for the amount and the type of work indicated below. Unless your company is notified otherwise, this rating will expire April 30. 200Q. Please take notice that to ensure continuity in your certification at least thirty (30) days must be allowed for the processing of your next application for qualification. To remain qualified with the Department, a new application must be submitted subsequent to any significant change in the financial position or the structure of your firm as described in Section 14-22.005(3), Florida Administrative Code. tAXIMUM CAPACITY RATING: 513.600.000.00 WORK CLASS RATINGS: 1. Major Bridges: a. Bridges which include Bascule Spans .............................. b. Bridges which include Curved Steel Girders ....................... _ _ c. Brides with Multi-Level Roadways ................................. _ d. Briges of Concrete Segmental Construction ........................ _ e. Bridges which include Steel Truss Construction ................... _ f. Bridges which include Cable Stayed Construction .................. _ g. Bridges of conventional construction which are over a water opening of 1000 feet or more ..................................... 2. Intermediate Bridges (Bridges that contain none of the type of _ construction listed under Major Bridges and span lengths exceeding 50 feet (center to center of cap) ...................... ............. • • ,~ 3. Minor Bridges (Bridges with span lengths not exceeding 50 feet (center to center or cap) and total length not exceeding 300 feet. A Minor Bridge shall not contain any types of construction listed under Major Bridges or Intermediate Bridges} ........................... ,~ 4. Bascule Bridge Rehabilitation ......................................... 5. Grading (Includes clearing and grubbing, excavation, and embankment)... X 6. Drainage (Includes all storm drains, pipe culverts, culverts, etc.).... ~_ 7. Flexible Paving (Includes limerock and shell base and other optional base courses, soil-cemented based, mixed-in-place bituminous paving, bituminous surface treatments, and stablizing) ......................... ~ . Portland Cement Concrete Paving ........................................ _~ ~. Hot Plant-Mixed Bituminous Structural and Surface Courses .............. .~_ F`Loridu Department of `T'ransportation ~•r,•rrv.dat.state.il.us © aECYC:=7 PaPEa DEPARTiV1EiV'T OF AD:~~IINIS'xR.~,TTOY A~(D FIiYANCE a -~ Procurement and Supply Division o~, ~o J~CkSONVri~~'• ~ February 23, 1999 BGGO, INC. 7036 tiV. 12th Street Jacksonville, Florida 3?220 ivlajor B.Harding, Jr. The Procurement and Supply Division has received and reviewed the additional information requested (February 09, 1999) for consideration in the vertical and marine categories. Based on the additional information provided; your company has been APPROVED in the following cateQorv. VERTICAL _~ HORIZONTAL ivIECHA~,'ICAL ivIARINE An expiration date on the status mentioned above in one (1) year from the date of approval. Pre-Qualified Bidders that wish to remain on the Pre-Qualified Bidders List (PBL) shall submit a notice of intent together with any change in the organization's financial or managerial status within 60 days prior to the expiration date. The Procurement and Supply Division shall revie~r- the request and notify the contractor of its pre-qualification status. If }~ou should have any questions, please send them to: MICHAEL C. C~PSADDLE 117 WEST DUVAL STREET CITY HALL AT ST. JAfv1ES -SUITE 330 JACKSONVILLE, FLORIDA 32202 PHONE (904) 630-3682 FAX (~04) 630-2151 Sincerely, ~~``~~ Ja qui . Gi bs, Chief Procurement and Supply Division tvOTC: harinc pc.yualilicd status dons nut guarantee }'our compan}• ~ti~ill receit•e a Rtquest to Bid or a contract fran th;: Cit~•. nur dnus it impl}• th;tt pour company' has any n•pe of procurement rclationsftip frith the Cit~• Hots or in the future. • DEPARTMENT OF ADMINISTRA.TIONRND FINANCE .._.__. Procurement and Supply Division ~F yo° J4CKSONVI~~'~ ~ December 07, 1998 BGCO, INC. - ._ - __ 7036 W. 12th Street Jacksonville, Florida 32220 _ Major B. Harding, Jr. Thank you for your interest in making application for inclusion on the City of Jacksonville, Prequalified Bidders List (PBL) for construction projects in excess of 5260,600.00. Your application has been received and processed by the Procurement and Supply Division. Based on the information that your company provided in the application for inclusion, your company has been APPROVED in the following categories:. VERTICAL HORIZONTAL X MECHANICAL MARNE An expiration date on the status mentioned above is one (1) year from the date of approval. Pre-Qualified Bidders that wish to remain on the Pre-Qualified Bidders List (PBL) shall submit a notice of intent together with any change in the organization's financial or managerial status within 60 days prior to the expiration date. The Procurement and Supply Division shall revietiv the request and notify the coritractor of its pre-qualification status. If you should have any questions, please send them to: MICHAEL C. CLAPSADDLE ~ " 117 WEST DUVAL STREET CITY HALL AT ST. JAMES -SUITE 330 JACKSONVILLE, FLORIDA 32202 PHONE (904) 630-3682 FAX (904) 630-2151 Si etrrely, ..~~J'~ acq 'e H. ibbs, Chief Procurement and Supply Division NOTE: having prequalified status does nat guarantee your company will rcceive a Request to Bid or a contract from the City, nor does it imply that your company has any type of procurement relationship with the City no~v or in the future. 1R_ ~i ~~• • -fir:: :,, ., ,v . ~. ,.DEPARTMEIVT~ ~OF ~.Bl1S ~- ...., . ..;... .- . =.~~La-. z;~ -::::rs.:_~S.?xl-'~•:~',•~-~. ~ :~.r;~. s~~~ :• :rr :='' INESS AND •PROI~S8IONAL••REGUL`ATI l+ ' '~~ ~:: ~., ~_, = ., O ! ~ 'BOARD '.` ,,.+-~~•~~r.: •..~..~::.,~t..r:~.:?~ ~° '~• -::~.~.~,;-.~r~.~;._ : •;::.~ ,. _ USTRY ~LICENSIN6 CONST IND 's ~< ~{...:_ n ~_•.,~~~.- ~.o~~ +: ^t.;_•; : a ;.;: <_ , ~.'~ : V _ , . . , ... _ .~•; . .. _ ~~ t 4> ~ . ; .. . , T:~tr~-;~#~:,~,.yw~ vK .. ~ LICENSE NBR ~ ~ ;• ~p.~~~~ !~.'27l1998~ 97904184. CG -C045523 .. ~ •-~ ~ ~. ~ - •° ~~Y ~••T~~~'~~~r"}~''~~~``T~=+~''" ~a~~Al_"~CONTRACTOR ~ • ~ ~ . ~ ~ ,~~' ,'~`~-~._ ~,.~:~.:~ - ~-- -~• ' ~ ~ `' ; " yd C e r t b s Pro*rstoss t~ttt 48 9 ~ • ~ FS s~, ~~s< ~ :. ~ ; , . . ,} { . ~= ~~ ' •~ ' ~ ' ~ ,~ ., AUG :~1, •2000 ~ •~.r,.; ` '• HARDING, ~ MAJOR B JR BGCO INC .~~~~i;. •'~ z`~'`'~,' ,=,R{.r 7036 W 12TH ST J3 ~ ~' J~~ R~R -'-:- - JACKSONVILLE FL 32220 ; ,:. ~ '`~-~r'~`jY-~ LAWTON CHILES DISPLAY AS REpUIRED BY LAW GOVERNOR RICHARD T. FARREL'L'~ SECRETARY ; y, ~ ~•...7ti:.~' tip.%. ~ ~ ... ~ ~ ~ ... ._ _.. ~ ... ~ ~. .~ ._ _. ~ .. ~. ~ ... ~ ~' ._ ~ _. ~ .. c . .r .... ~ ..... ~ .~ ~.... • A~ ' 518 7 410 STATE OF FLORIDA • `. r ~:~~~~t~. ~~:,~r~::~ :•.' .'• ~ DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ~-'•=?,s•.}~~ '• - ~~ ~ ~ CONST INDUSTRY LICENSING BOARD ~- 3~7. ,~• ~}. ~ ~ ' i ~ o' LICENSE NDR ;•;,~~ 6127/ 1998 97904184 CU -C053985 ~ ~ .; =?~` -~= -. ..: UuNNDERGROUND UTILITY & EXCAVATION CONTRACTOR l~ db l ~ '•~'~=~" • e s o+- IS CERTIFII=D :~_ [!e~ as iiza proYfsioas of G~gter 489 fS. - ;• .,~~-~ _ 'ttYiast date: AUG 31, 2000 •"'" ': s: y ~~e . .'~,, .+ ~~~ HARDING, MAJOR BEST JR - BGCO INC :, Y.. ~~.:.;?::: 7036 W 12TH ST ~~'- JACKSONVILLE FL 32220 '.~'x -+-~. ::L= ~~. " :A• LAWTON CHILES DISPLAY AS REpUIRED BY LAW GOV RICHARD T. FARRELLS ERNOR SECRETARY :~ ~; , . ~' t ~ J STATE OF FLORIDA C#'~•p •' ~" . ',;~~~-~ '~:.,~g ~£'' • Department of Busine ss•and Professional Regulation +r s ~,' ; `~`-'':'''~'°; _ T.•' C~~IJ? Ii:~JSir . L~C~.:SIi~:~ ~J:~R'I: ~'" :~-s~ r ~ H, ~ ~' LICE{:5. s{P_•: .. ~,;• .,~1=~4 :?9i 9b9Q:~~b6 0~' -OiJ;Z1;3,;^ .. '',,: _..rr>::. :~ I ~.i= ~ .0 'BUS S^ ={CA?3I Z AT I u:•i - . .~~~ ;~ t}elow IS OUALI:=IEr •s~~ . _; .t. _...~ • Oder the provisioRS of Chapter i E° FS. ~ ~ ~' • ` " . •-~-~ ' irationdate• rU~~ ~1. I999 •~ - • THIS IS ldOT A LI^'='•sSS 70 P~ci=''=:;~ 4~^rP- 7:i;S i+~ L WS 7i-:E _ ` ' ' . , '::~ ~; ' • ~, n~ ~ T ~, ; - • ~ CG~~iPA:~Y T 0 DG 1~JS I t:=SS GPi ... ~ . .,~k ' , ' • ~ ~ ~.. . . ~ _~ NCO I1r~ . - •~ • <- .1036 ~ 127H ST .. + . . ~:; J°C}tS'?t~iVILLE PL 3?2~r . s , '. -:. > ~ . ., ~~ ~.• • r,.~ • a '- L ~~t LA'vF70:Y CHILcS DISPLAY AS REpUIRED BY LAW RICHF.AO ~..'FARRELL ~~ ® gNC. CIVII. & GENERAL CONTRACTORS PROJECT REFERENCES ,Current Projects Entrance Facility Modifications - $1,076,250.00 new entrance facility for Jacksonville Port Authority at the north end of Talleyrand Ave. To be completed November, 1999. Contact: Jacksonville Port Authority -Marine Engineering Division, Mr. Charles Hamaker, (904)630-3025 Installation of Railroad Spur - $2,899,670.00 installation of railroad spur at Talleyrand Marine Terminal for Jacksonville Port Authority. To be completed June, 1999. Contact: Jacksonville Port Authority -Marine Engineering Division, Mr. Charles Hamaker, (904)630-3025 NPDES - $1,277,370.00 National Pollution Discharge Elimination System, for Florida Department of Transportation. Reconstruction and maintenance of stormwater conveyance systems in Duval County, Florida. Contact: Florida Department of Transportation - Mr. Alan Obaigbena, Project IvlanaQer (904)758-3703 y Recently Completed Project Ocala Union Station - $2,584,000.00 historic building renovation of an Amtrak train station including a complete new site development, landscape and hardscape. Contact: Florida Department of Transportation -Ocala Construction, Mr. Alan Bryant, Project Engineer (352)620-7473 South Hangar Master Drainage - $780,529.00 Taxiway improvements, storm drainage and T-Hangar foundations for The St. Johns, St. Augustine Airport Authority. Contact: The St. Johns County, St. Augustine Airport Authority, Mr. Edward Wuellner, (904)825-6860 Forest Blvd./Florida Blvd./Atlantic Blvd./Hopkins Creek - $1,089,000.00 construction of concrete box culvert in the major drainage outfall at Neptune Beach and Atlantic Beach. Contact: City of Jacksonville -Engineering Division, Paul Masters, Contract Administrator (904)630-1360 7036 W. 12tH Street • JacYsonville, Florida 32220 • (904) 783-4119 • Faz 783-3401 ' CG C045523 • CU C053985 M f ,, ~. . - Mr. Robert Kosoy, P.E. Director of Public Works City of Atlantic Beach 1200 Sandpiper Lane. Atlantic Beach, FL. 32233 ® INC. CIVIL & GENERAL CONTRACTORS Re: Cost Proposai~for Dutton Island Culvert Replacement Dear Mr. Kosoy: Please find the cost proposal and the attached schedule of values for the above referenced project. Description of Work a. Services: 1. Design Builders Design Services -Taylor & White $ 7,500.00 2. Inspection Consultant Services -Ellis and Assoc. $ 1,500.00 3. Geotechnical Investigation -Ellis and Assoc. $ 1,500.00 4. Survey - J.W.Cannady 3,000.00 Total Services b. Fees/Permit Cost: 1. SJRWMD Standard General ERP with less than one acre impact 2. ACOE Nationwide Permit with less than one third acre impact 3. Consultant to assist with Permitting - Environmental Resource Solutions, Inc. Total Fees/Permits $ 13,500.00 $ 1,500.00 $ 100.00 $ 6,600.00 c. Performance and Payment Bonds $ 1,230.00 d. Construction $103,000.00 Total Project Cost $124,330.00 Thanl: you for consideration of our proposal. Sincerely, Majo .Harding, Jr. reside t 7036 W. 12th Street • JacYsonville, Florida 32220 • (904) 783-4119 • Fax 783-3401 CG C045523 • CU C053985 I ' • J / DUTTON ISLAND CULVERT REPLACEMENT SCHEDULE OF VALUES Mobilization/Erosion Control $ 5,000.00 By-Pass Installation/Restoration $ 3,000.00 Demolition of Existing Culvert $ 2,000.00 Earthwork $10,000.00 Culvert Installation $30,000.00 Concrete Endwalls $23,000.00 Backfill $ 3,000.00 Subbase $ 1,500.00 Limerock $ 4,000.00 Guardrail $12,000.00 Asphalt $ 4,000.00 Misc. Asphalt $ 1 500.00 Striping $ 1,000.00 Sod $ 2,000.00 $103,000.00 7036 W. 12th Street • Jacksonville, Florida 32220 • (904) 783-4119 • Fax 783-3401 ' CG C045523 • CU C053985 m :~~~ ~ •~ r ~p N N C ~J .a _a v o a d 0 0 0 U ~ ~ ~ ~ -~ C •C O N ~ ~ ° o ~ p a o p o ~ 'O _ m ' ~ ~ ~ ~ ~ M ~ o 'er ~ O ~ , N U ~ ~ ~ ~ ~ M ~ b' N N ,Q ~W ~ ~ I11 ~ . U ~ ~ ~ N ~. ~ 3 Q ~ J 1 ~ ~ M ~ ~ ~ ~ M O J ro u. M `9 O c~ ~ ~ L~ Q U ~ o ~ ~ v ~ _- ~ O N N ro -' U , Q ~ ~ ~ ~ ~, n ~ ~' ~ ~ N ~ Q. W ~ N ~ ~ ~ ~ w ~, v o U U O N --~ U ~ • _ ~ Z Z U ~ ~ c W } C •~ N N ~ m Q p ~ U •Z = U N N N ~, 0 > ~ ~ E J ~ o - N = N N ¢ O OU 'O 1 i7 o y ~ ~ _ a O U R: W v `-° ~ `° '~ U O c N 'p a L11 cr ~ °' ~ "C ~ p U C ' ~ ~ c c N ~_ ~ ~ > n- ~-' U ~ Q O o m ~ p W in ~ ~ ~ a~ a o !n p Z m U ` ~ ~ • ~ ~ ~ N ~ U ~ v ~ = U W U m W a O n , c a U O ~ U ° NN N ~ ~ c m~ ,n ~ ~ ti N p u-. V Z 0 Z O Z - ~~ ~ ~, l1. __ ~ v ~, a ~ w H ~ w ~ TI t 0 L ~ m F- m ~ CV ri r ~ ~ Q :¢ ~ U F- W O ~ W lA Q ~ ~ U O ~ U ~ a In vi F- O ti . ¢ o- m ~ F- cn E-- U ~ O ~ ~ ~ ~ ~ a Q O ~ O - u. m _ d m ci m • o a Z W U 'D a m C a 0 E Q