Skip to main content
Hollywood FL banner
File #: R-2025-209    Version: 1 Name: Roof Repairs at COH WWTP
Type: Resolution Status: Agenda Ready
File created: 5/22/2025 In control: Department of Public Utilities
On agenda: 6/18/2025 Final action:
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing The Appropriate City Officials To Execute A Blanket Purchase Agreement With Scionti Roofing Group LLC, Fullcover Roofing Systems, Inc., And Rycars Construction, LLC, For Repairs To Multiple Roofs At The Southern Regional Wastewater Treatment Plant In An Annual Amount Up To $150,000.00 Per Vendor For An Initial Period Of Two Years; Amending The Fiscal Year 2025 Capital Improvement Plan.
Attachments: 1. WWTP Resolution SRWWTP Roof Repairs LEGAL.pdf, 2. Exhibit 1 - Roof Repairs at WWTP Project.pdf, 3. PA_PA601110_0.pdf, 4. PA_PA601118_0.pdf, 5. PA_PA601119_0.pdf, 6. IFB-278-25-JJ.pdf, 7. Evaluation Tabulation (IFB-278-25-JJ).pdf, 8. Evaluation Tabulation_ (By Line Item).pdf, 9. Notice of Intent to Award IFB-278-25-JJ.pdf
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing The Appropriate City Officials To Execute A Blanket Purchase Agreement With Scionti Roofing Group LLC, Fullcover Roofing Systems, Inc., And Rycars Construction, LLC, For Repairs To Multiple Roofs At The Southern Regional Wastewater Treatment Plant In An Annual Amount Up To $150,000.00 Per Vendor For An Initial Period Of Two Years; Amending The Fiscal Year 2025 Capital Improvement Plan.

 

Strategic Plan Focus

Infrastructure & Facilities

 

 

Body

 

 

Staff Recommends:  Approval Of The Attached Resolution.

 

 

Explanation:

The Department of Public Utilities (“Department”) has identified critical roofing deficiencies across nine buildings at the Wastewater Treatment Plant.  These deficiencies have led to roof leaks during rainfall, resulting in interior damage, equipment damage, and mold growth.  The moisture in the impacted buildings has compromised the health and safety of City staff and the integrity of the equipment housed in these buildings.  The affected buildings hold essential, mission-critical personnel, equipment, and facilities.  Areas affected include the Directors' offices, numerous staff offices and administrative spaces, electrical equipment, and specialized workspaces.

 

The Department collaborated with the Office of Procurement and Contract Compliance to prepare a formal bid solicitation.  In accordance with Section 38.43 of the City’s Procurement Code, Invitation for Bids No. IFB-278-25-JJ (“IFB”) was advertised electronically on OpenGov on January 27, 2025, and eight responses were received by the bid due date of March 31, 2025, with the following results:

 

Bidder                                                                                                         Bid

**EARL W. JOHNSTON ROOFING, LLC                     **$392,957.50

SCIONTI ROOFING GROUP, LLC                                          $3,306,775.00

FULLCOVER ROOFING SYSTEMS, INC                     $6,152,707.50

RYCARS CONSTRUCTION, LLC                                          $7,548,750.00

A-1 PROPERTY SERVICES GROUP, INC                     $9,113,015.00

ATLAS APEX ROOFING, LLC                                                               $9,125.700.00

JUVERT BRICKS AND MORE LLC                                          $11,146,412.50

PIONEER ROOFING                                                                                                         $11,683,500.00

** Non-Responsive, not meeting minimum requirements

 

Following a comprehensive evaluation based on responsiveness, responsibility, and cost, Procurement and Department staff selected the three lowest responsive and responsible bidders, ranking them as follows:

 

Primary: Scionti Roofing Group LLC

Secondary: Fullcover Roofing Systems, Inc.

Tertiary: Rycars Construction, LLC

 

The above-listed firms will provide the best value to the City of Hollywood.  No bid protests were received following the issuance of the Notice of Intent to Award.  The lowest bid submitted by Earl W. Johnston Roofing, LLC did not meet the minimum requirements and was deemed to be non-responsive.

 

The Blanket Purchase Agreement will be executed for an initial two-year term, with the three optional one-year renewals under the same terms and conditions, for a total amount of up to $150,000.00 annually per vendor.

 

 

Fiscal Impact:

Funding for this service requires amending the approved FY 2025 Capital Improvement Plan as detailed in Exhibit 1, subject to approval of this resolution.

 

No additional staff are needed as a result of this resolution.

 

 

Recommended for inclusion on the agenda by:

Vincent Morello, Director, Public Utilities

Chris O’Brien, Director, Public Safety