Skip to main content
File #: ID#25-0768    Version: 1 Name: Award a construction contract to Creative Contractors Inc, of Clearwater Florida, for the construction of a downtown parking garage in the amount of $19,043,118.96; approve a 1.2% Builder’s Risk insurance ($228,517.42); an Owners allowance in the amount o
Type: Action Item Status: Agenda Ready
File created: 8/12/2025 In control: Public Works
On agenda: 9/15/2025 Final action:
Title: Award a construction contract to Creative Contractors Inc, of Clearwater Florida, for the construction of a downtown parking garage in the not exceed amount of $19,328,118.96 pursuant to Invitation to Bid (ITB) 22-0011-EN and authorize the appropriate officials to execute same.
Indexes: 1. High Performing Government , 3. Community Well-Being
Attachments: 1. Creative Contractor Inc. Section V Contract 250902.pdf, 2. Vendor Bid Tab Pricing with unit prices, 3. NOI South Osceola Ave Parking Garage.pdf
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

SUBJECT/RECOMMENDATION:

Title

Award a construction contract to Creative Contractors Inc, of Clearwater Florida, for the construction of a downtown parking garage in the not exceed amount of $19,328,118.96 pursuant to Invitation to Bid (ITB) 22-0011-EN and authorize the appropriate officials to execute same.

 

Body

SUMMARY: 

Pursuant to City Council’s award of design services to Harvard Jolly (now PBK) on November 7, 2022, construction documents were finalized for a downtown parking garage at 155 S. Osceola Ave.  Invitation to Bid (ITB) # 22-0011-EN was advertised on May 28, 2025.  The bid opening was August 5, 2025, with Creative Contractors Inc, of Clearwater Florida as the lowest responsible bidder at $19,043,118.96, the lowest among the 5 bids received. The five bids are within 6.6% of each other indicating a well-defined scope, high quality plans and specifications with minimal ambiguity, and clear understanding of the project by the contractors. The tight spread demonstrates a competitive market resulting in fair and reliable bids.

The City and Creative Contractors are obtaining builder’s risk insurance quotes, and the lowest option will be used. The estimated cost of the required insurance not originally included in the bid is ~1.5% or $285,000.00.

Early geological testing identified an anomaly under the site that will require an unknown quantity of grout to address as well as the possible need to grout abandoned pipe. To address these unknowns, minimize risk and avoid overpaying for material not needed, the contract includes unit prices for this work (linear feet of pipe grout and cubic yards of flowable fill), locking in the unit prices for an unknown quantity with no total value. Actual amounts will be determined in project development.

Lastly, there will be significant construction downtown at very close proximity to and occurring simultaneously with the garage project, creating challenges with logistics, staging, and right-of-way (ROW) access for work included in adjacent projects (i.e. Osceola Corridor Improvements).

Pursuant to City Ordinance 2.554(6)(b) the Council authorizes the City Manager to approve change orders and appropriate funds -- if needed – in an amount up to 10% of the agenda item. It is anticipated that change orders may be necessary to address these issues.

Staff is requesting award of the contract to Creative Contractors, Inc. for a not to exceed contract total of $19,043,118.96 and an amount not to exceed $285,000.00 for the purchase of builders risk insurance, for a total not to exceed amount of $19,328,118.96.

Construction will start in mid-October 2025 with a 14-month duration and completion in December 2026.

APPROPRIATION CODE AND AMOUNT:

Funds are available in capital improvement project ENPK230001 Downtown Parking Garage 3357335-500000, to fund this contract, funded by revenues from the Parking Enterprise Fund.

 

STRATEGIC PRIORITY:

                                                                                                                     

1.2- Maintain public infrastructure, mobility systems… through systematic maagemnet efforts.

1.3- Adopt responsive levels of service for public facilities and amenities, and ID resources required to sustain that level of service.

3.2- Preserve community livibility through responsible development standards…