Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida Authorizing The Appropriate City Officials To Execute The Attached Contract Between TLC Diversified, Inc. And The City Of Hollywood For Construction Services For Upgrades To Sewer Lift Station E-2 Upgrade, Located At 1210 North Ocean Drive, An Approved Capital Improvement Project Identified In The 2007/2008 Wastewater System Master Plan In The Amount Of $966,000.00 And To Approve Amendment To The Approved Fiscal Year 2014 Capital Improvement Program, As Set Forth In Exhibit A (City Project No. 13-8052).
Body
Staff Recommends: Approval of the Attached Resolution.
Explanation:
The 2007/2008 Wastewater System Master Plan identified the need to perform upgrades which included the replacement of the existing pumps to Sewer Lift Station E-2.
On May 5, 2013, via Resolution No. R-2013-107 the City Commission approved a proposal from Craven Thompson & Associates, Inc. in the amount of $60,500.00 to provide professional engineering services related to the design, permitting, bidding and construction services for the upgrades of Lift Station E-2.
On March 13, 2014 the City Manager approved an amendment to Work Order No. CTA 13-04 in the amount of $24,960.00 to provide additional engineering services for the structural rehabilitation of the wetwell and other structural components not included in the original scope of work.
On April 24, 2014, Department of Public Utilities staff advertised the project soliciting qualified construction services, and on May 27, 2014, five (5) bid proposals were received at the Office of the City Clerk and were publicly opened at the City of Hollywood Southern Regional Wastewater Treatment Plant with the following results:
NO. |
BIDDER |
BID |
1 |
TLC Diversified, Inc. |
$966,000.00 |
2 |
David Mancini & Sons, Inc. |
$1,052,040.00 |
3 |
C&I Construction, Inc. |
$1,096,411.00 |
4 |
Poole & Kent, Inc. |
$1,103,000.00 |
5 |
Metro Equipment Service, Inc. |
$1,113,860.00 |
After thoroughly evaluating the bid proposals for compliance with the contract documents, Craven Thompson & Associates, Inc. staff determined that TLC Diversified, Inc. is the lowest responsive and responsible bidder.
A Notice of Intent to Award related to the project was posted on the City of Hollywood web site, in Demand Star, and was sent via email on June 5, 2014 to all the bidders.
The posting of the Notice of Intent to Award resulted in no bid protests.
The Administration recommends the City Commission authorize the appropriate City Officials to execute the attached contract between TLC Diversified, Inc. and the City of Hollywood, together with such nonmaterial changes as may be subsequently agreed to by the City Manager and approved as to form and legality by the City Attorney, in the amount of $966,000.00.
Funding for this project in the amount of $470,040.00 that is available in account number 42.4000.86595.536.006301 was included in the Capital Improvement Program for FY 2013 that was approved via Resolution No. R-2012-336.
It is necessary to amend the approved FY 2014 Capital Improvement Program and to allocate funding for the remaining portion of the contract in the amount of $495,960.00 as set forth in Exhibit A.
The estimated time to complete the construction services is 120 days from the Notice to Proceed date.
Recommended for inclusion on the agenda by:
Cathy Swanson-Rivenbark, City Manager
Steve Joseph, Public Utilities Director