Hollywood FL banner
File #: R-2023-162    Version: 1 Name: Razorback Contract & ATP H&S 23-06 for Clarifier No. 3 Repairs
Type: Resolution Status: Passed
File created: 5/23/2023 In control: Department of Public Utilities
On agenda: 6/7/2023 Final action: 6/7/2023
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing The Appropriate City Officials To Execute A Contract With Razorback LLC In The Amount Up To $4,425,191.00 For Repairs to Clarifier No. 3 At The Southern Regional Wastewater Treatment Plant; Approving And Authorizing The Appropriate City Officials To Execute An Authorization To Proceed For Work Order Number H&S 23-06 With Hazen And Sawyer, P.C. In An Amount Up To $120,464.00 For Construction Administration Services For The Project; Amending The Fiscal Year 2023 Capital Improvement Plan.
Attachments: 1. Resolution - Clarifier No. 3.pdf, 2. Exhibit 1 - Budget Amendment.pdf, 3. ATP - H&S 23-06 Clarifier No. 3 Repair at SRWWTP.pdf, 4. Contract - Clarifier No. 3 Repair.pdf, 5. Contract Book - Clarifier No. 3 Repairs (r).pdf, 6. Razorback LLC Bid Proposal - Clarifier No. 3 Repair.pdf, 7. Lawrence Lee Construction Bid Proposal - Clarifier No. 3 Repair.pdf, 8. Award Recommendation & Bid Tab - Clarifier No. 3 Repair.pdf, 9. H&S Proposal - Clarifier No. 3 Repair.pdf, 10. H&S Agreement Renewal - Clarifier No. 3 Repair.pdf, 11. Sunbiz Detail_Razorback LLC - Clarifier No. 3 Repair.pdf, 12. R-2022-175 H&S 22-05 Professional Eng Services.pdf, 13. Presentation - Clarifier No.3 Repair.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing The Appropriate City Officials To Execute A Contract With Razorback LLC In The Amount Up To $4,425,191.00 For Repairs to Clarifier No. 3 At The Southern Regional Wastewater Treatment Plant; Approving And Authorizing The Appropriate City Officials To Execute An Authorization To Proceed For Work Order Number H&S 23-06 With Hazen And Sawyer, P.C. In An Amount Up To $120,464.00 For Construction Administration Services For The Project; Amending The Fiscal Year 2023 Capital Improvement Plan.

 

Strategic Plan Focus

Infrastructure & Facilities

 

 

Body

 

Staff Recommends:  Approval of the attached Resolution.

 

 

Explanation:

The Department of Public Utilities (“Department”) operates the 55.5 million gallon per day Southern Regional Wastewater Treatment Plant (“SRWWTP”), which uses multiple processes to treat wastewater and produce high-quality effluent.  Clarifier No. 3, which was constructed in 1975 and rehabilitated in 2002, provides for the separation and removal of solids, and is critical to the proper functioning of the biological process at the SRWWTP.  Clarifier No. 3 recently failed due to a broken elbow joint and 24-inch return-activated sludge pipe segment located at the base of the clarifier mechanism.

 

On June 15, 2022, the City Commission passed and adopted Resolution No. R-2022-175, which authorized the appropriate City officials to execute an Authorization to Proceed for Work Order Number H&S 22-05 with Hazen and Sawyer (“H&S”) for professional engineering services for the design, permitting, and bidding for the repair of Clarifier No. 3 at the SRWWTP.  H&S has completed the design phase of the Clarifier No. 3 repairs.  They will now oversee the next phase of this project for an amount up to $120,464.00.  The Department has determined that this is a fair and reasonable fee and in accordance with industry standards.

 

On January 10, 2023, Notice of Bid Availability for Bid No. REQ-038-23-JJ was posted on the City’s procurement site, advertised, viewed by 609 vendors, and downloaded by 30 vendors on OpenGov, in accordance with Section 38.43 of the City’s Procurement Code.  The bid includes base bid items related to the repairs, and alternate bid items which may be required if the dismantled mechanism requires a complete replacement.  Bid No. REQ-038-23-JJ was opened on Thursday, March 2, 2023, with the following result:

 

NO.                      BIDDER                        BASE BID                                                ALTERNATE

  TOTAL                                                       BID TOTAL                 (Base Bid and

       (Items A-1, A-3, and A-4)                         Items A-1, A-3,

                                                                                                                                                                                                                      and A-4)                     

1.                       Razorback          $936,210.00           $3,672,221.00                                               $4,608,431.00

  LLC

2.    Lawrence Lee  $1,249,000.00           $2,770,000.00                                              $4,019,000.00

       Construction                     

 

Department, Office of Procurement staff, and H&S thoroughly evaluated the Bid for responsiveness and responsibility, and after evaluation, Razorback LLC was determined to be the lowest responsive and responsible bidder.  On March 23, 2023, a Notice of Intent to Award was posted on the City’s website and on OpenGov and resulted in no bid protests.

 

Department and Office of Procurement staff proceeded to negotiate further and Razorback LLC agreed to reduce the completion time of Phase 1 - Repair of Clarifier 3 from 250 days to 180 days and reduce the total of alternate bid items from $3,672,221.00 to $3,488,981.00 for a combined total cost of $4,425,191.00.  Department and Office of Procurement staff recommend awarding Razorback LLC a contract consisting of both base bid items and negotiated alternate bid items in the City’s best interest.

 

This agenda item seeks approval of execution of the attached contract with Razorback LLC in the amount up to $4,425,191.00 for the Construction Services related to Clarifier No. 3 Repair, and the attached Authorization to Proceed for Work Order No. H&S 23-06 with H&S for construction administration services in an amount up to $120,464.00.

 

The estimated time to complete the project will be 480 days from the Notice to Proceed date.

 

 

Fiscal Impact

Funding for this project requires amending the approved FY 2023 Capital Improvement Plan as detailed in Exhibit 1, subject to approval of this resolution.

 

Department of Public Utilities staff will manage this project.  No additional staff is needed as a result of this project.

 

 

Recommended for inclusion on the agenda by:

Feng “Jeff” Jiang, Assistant Director, Department of Public Utilities

Vincent Morello, Director, Department of Public Utilities

Gus Zambrano, Assistant City Manager/Sustainable Development

 

Attachments:

                     Resolution - Clarifier No. 3 Repair

                     Exhibit 1 - Budget Amendment

                     Contract - Clarifier No. 3 Repair

                     Contract Book - Clarifier No. 3 Repair

                     Razorback LLC Bid Proposal - Clarifier No. 3 Repair

                     Lawrence Lee Construction Bid Proposal - Clarifier No. 3 Repair

                     Award Recommendation and Bid Tabulation - Clarifier No. 3 Repair

                     ATP H&S 23-06 - Clarifier No. 3 Repair

                     H&S Proposal - Clarifier No. 3 Repair

                     H&S Agreement Renewal - Clarifier No. 3 Repair

                     Razorback Sunbiz Detail - Clarifier No. 3 Repair

                     R-2022-175 - Clarifier No. 3 Repair

                     Presentation - Clarifier No. 3 Repair