Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida Authorizing The Appropriate City Officials To Execute The Attached Contract Between Giannetti Contracting Corporation And The City Of Hollywood For Construction Services Related To The Water Main Replacement Program From Polk Street To Johnson Street And From North 72nd Avenue To North 76th Avenue, As Identified In the 2007 Water System Master Plan And As Part Of The City-Wide Water Main Replacement Program, In The Amount Of $3,684,607.50; And To Approve An Amendment To The Approved Fiscal Years 2009 and 2014 Capital Improvement Programs For A Portion Of The Funding, As Set Forth In Exhibit A (City Project No. 12-5116)
Body
Staff Recommends: Approval of the Attached Resolution
Explanation:
The 2007 Water System Master Plan identified the need to replace aging infrastructure throughout the City of Hollywood and to install additional infrastructure to improve the level of service within the City's water system.
The City-wide Water Main Replacement Program identified the need to replace old water distribution infrastructure and install 12-inch diameter, 8-inch diameter, and 4-inch diameter water mains within the area surrounded by Polk Street and Johnson Street and North 72nd Avenue and North 76th Avenue.
On October 17, 2012, via Resolution R-2012-334, the City Commission approved a proposal from EAC Consulting, Inc., in the amount of $373,984.74, to provide engineering design services, permitting services, bidding recommendation services, and limited engineering services during construction for the Water Main Replacement Program within the area surrounded by Polk Street and Johnson Street and North 72nd Avenue and North 76th Avenue.
On March 3, 2014, the Department of Public Utilities staff advertised the project soliciting for qualified construction services, and on April 10, 2014, eleven (11) bid proposals were received at the Office of the City Clerk and were publicly opened at the City of Hollywood Southern Regional Wastewater Plant with the following results:
No. |
BIDDER |
BID |
1 |
V Engineering Consulting, Inc. |
$3,593,975.00 |
2 |
Sun Up Enterprises, Inc |
$3,681,819.00 |
3 |
Giannetti Contracting Corporation |
$3,684,607.50 |
4 |
David Mancini & Sons, Inc. |
$3,846,157.00 |
5 |
Metro Express Incorporated |
$3,893,707.90 |
6 |
Ric-Man International |
$3,911,680.00 |
7 |
Man-Con, Incorporated |
$4,284,849.35 |
8 |
Lanzo Construction Co., Florida |
$4,458,495.00 |
9 |
JVA Engineering Contractor, Inc. |
$4,463,823.36 |
10 |
Metro Equipment Service, Inc. |
$5,221,361.15 |
11 |
Central Florida Equipment Rentals, Inc. |
$7,564,280.91 |
After thoroughly evaluating the bid proposals for compliance with the contract documents, EAC Consulting, Inc. staff determined that the first and second low bidders, V Engineering Consulting, Inc. and Sun Up Enterprises, Inc. were not the lowest responsible bidders.
EAC Consulting, Inc. staff determined that the third low bidder, Giannetti Contracting Corporation, is the lowest responsible and responsive bidder.
A Notice of Intent to Award related to the project was posted in the City of Hollywood web site, in DemandStar, and was sent via email on May 13, 2014 to all the bidders.
The posting of the Notice of Intent to Award resulted in no bid protests.
The Administration recommends that the City Commission authorize the appropriate City Officials to execute the attached contract between Giannetti Contracting Corporation and the City of Hollywood in the amount of $3,684,607.50 for construction services related to the Water Main Replacement Program for the area surrounded by Polk Street and Johnson Street and by North 72nd Avenue and North 76th Avenue.
Funding for this project in the amount of $3,241,372.89 that is available in account number 42.4000.76663.536.096301 was included in the Capital Improvement Programs for FY 2013 and FY 2014 that were approved via Resolution R-2013-179 and R-2013-311, respectively.
It is necessary to amend the approved FY 2009 and FY 2014 Capital Improvement Programs and to allocate funding for the remaining portion of the contact in the amount of $443,234.61, as set forth in Exhibit A.
The estimated time for completion of construction is 365 calendar days from Notice to Proceed;
Recommended for inclusion on the agenda by:
Cathy Swanson-Rivenbark, City Manager
Steve Joseph, Public Utilities Director