Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing The Appropriate City Officials To Execute Agreements And Issue Blanket Purchase Agreements With Pedrail Systems, LLC, A1 Pavers And Concrete USA, Inc., FG Construction, LLC, Basile Usa, LLC, Concrete Works And Paving, Inc., Team Contracting, Inc., Concord Technologies, Inc., MBR Construction, Inc. For Concrete Construction And General Rights-Of-Way Maintenance Work In An Annual Amount Up To $2,000,000.00 Per Vendor Per Year, For A Three-Year Term, With Up To Two Additional Two-Year Renewal Terms.
Strategic Plan Focus
Infrastructure & Facilities
Body
Staff Recommends: Approval of the attached Resolution.
Explanation:
The Department of Development Services, Engineering, Mobility, and Transportation, and Mobility Division implements new sidewalk construction projects to continue the City’s efforts to improve connectivity and expand the pedestrian network throughout the City. ADA ramps and accessibility improvements projects are also included in this effort. The City’s sidewalk system enhances mobility and is an integral component of complete streets.
The Department of Development Services, Engineering, Mobility, and Transportation Division desires to execute agreements with several contractors to perform necessary sidewalk construction work. This bid emphasizes concrete construction work items but also includes miscellaneous items for general right-of-way improvements. Examples of potential general right-of-way work include asphalt repair related to sidewalk constructions, curbing, tree root removal, tree trimming, and tree removal.
Funds for the proposed work are included in the approved FY 2026 Capital Improvement Plan. Community Development Block Grant (CDBG) funds are utilized for sidewalk improvement projects in eligible neighborhoods. Invitation for Bid Number IFB-329-25-SA (“IFB”), was electronically advertised via OpenGov.com in accordance with the City’s Procurement Code, Section 38.43(A), on August 26, 2025. Sixteen (16) bids were received by the response due date. The tabulation of the bids received is attached as backup.
City staff have reviewed all submitted bids and evaluated them for responsiveness and responsibility pursuant to the IFB requirements. The total bid prices ranged from $4,923,711.00 to $20,422,187.25. Results of the bid evaluation concluded with eight (8) responsible bidders. The Department of Development Services recommends that the City Commission authorize the execution of agreements with each of the eight (8) responsible bidders below in an annual amount up to $2,000,000.00 per year, for a three-year term, with up to two (2) additional two-year renewal terms.
1. Pedrail Systems, LLC
2. A1 Pavers and Concrete USA, Inc.
3. FG Construction, LLC
4. Basile USA, LLC
5. Concrete Works and Paving Inc.
6. Team Contracting, Inc.
7. Concord Technologies, Inc.
8. MBR Construction, Inc.
Fiscal Impact:
A portion of the funding for this project was included in the amended FY 2026 Capital Improvement Plan and is available in account number 336.149901.54100.563010.001279.000.000. Additional funding will be requested and allocated in future Capital Improvement Plans, subject to availability.
Recommended for inclusion on the agenda by:
Clarissa Ip, PE, Asst. Dir. of Development Services/Chief City Engineer
Andria Wingett, Director of Development Services
Raelin Storey, Assistant City Manager