Skip to main content
Hollywood FL banner
File #: R-2022-078    Version: 1 Name: DM&S and SEC BPO Piggyback
Type: Resolution Status: Passed
File created: 2/14/2022 In control: Department of Public Utilities
On agenda: 3/16/2022 Final action: 3/16/2022
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing The Appropriate City Officials To Execute Blanket Purchase Agreements With David Mancini & Sons, Inc. And Southeastern Engineering Contractors, Inc. For Stormwater Construction, In A Total Aggregate Amount Not To Exceed $1,100,000.00, Based Upon The City Of Fort Lauderdale's Bid Number 12504-613 In Accordance With Section 38.41(C)(5) Of The City's Procurement Code (Piggyback).
Attachments: 1. Resolution - DMS and SEC BPO Piggyback.pdf, 2. PA600461 - DM&S and SEC BPO Piggyback.pdf, 3. PA600460 - DM&S and SEC BPO Piggyback.pdf, 4. SEC Piggyback Request Form - DM&S and SEC BPO Piggyback.pdf, 5. SEC Piggyback Contract - DM&S and SEC BPO Piggyback .pdf, 6. SEC Piggyback Letter - DM&S and SEC BPO Piggyback.pdf, 7. Piggyback Checklist - SEC 1.24.22.pdf, 8. DM&S Piggyback Request Form - DM&S and SEC BPO Piggyback.pdf, 9. DM&S Piggyback Contract - DM&S and SEC BPO Piggyback.pdf, 10. DM&S Piggyback Letter - DM&S and SEC BPO Piggyback.pdf, 11. Piggyback Checklist - DM&S 1.24.22.pdf, 12. TermSheetBPADMANCINISTORMWATERCONSTRUCTIONPIGGYBACK.pdf, 13. TermSheetBPASOUTHEASTERNENGINEERINGCONTRACTORSSTORMWATERCONSTRUCTIONPIGGYBACK.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing The Appropriate City Officials To Execute Blanket Purchase Agreements With David Mancini & Sons, Inc. And Southeastern Engineering Contractors, Inc. For Stormwater Construction, In A Total Aggregate Amount Not To Exceed $1,100,000.00, Based Upon The City Of Fort Lauderdale’s Bid Number 12504-613 In Accordance With Section 38.41(C)(5) Of The City’s Procurement Code (Piggyback).

 

 

Strategic Plan Focus

Infrastructure & Facilities

 

 

Body

 

Staff Recommends: Approval of the attached Resolution.

 

 

Explanation:

The City owns, operates, and maintains stormwater facilities, including 10 stormwater pump stations, 75 major outfalls, 45 weir control structures, 69,000 linear feet trench drains and 128 miles of pipes and culverts.  These stormwater facilities require rehabilitation, repair, and replacement.  In addition, new stormwater infrastructure needs to be installed on an as-needed basis.

 

On April 27, 2021, similar construction services were competitively bid by the City of Fort Lauderdale, pursuant to its Bid Number 12504-613 - Annual Construction of General Stormwater Infrastructure.  The City of Fort Lauderdale awarded Bid Number 12504-613 to David Mancini & Sons, Inc. (“DM&S”), Hinterland Group Inc., and Southeastern Engineering Contractors, Inc. (“SEC”).  Fort Lauderdale’s contract is valid from June 1, 2021 through May 31, 2023 and may be renewed for two additional one-year periods upon expiration.

 

Based on the past successful experience and satisfactory quality of work performed by DM&S and SEC through many projects completed for the City, the Department is requesting awarding DM&S and SEC contracts in an amount not to exceed $500,000.00 and $600,000.00 respectively.  Both these contractors have agreed to extend the same pricing as outlined in Fort Lauderdale’s Bid Number 12504-613 to the City.

 

Section 38.41(C)(5) of the Purchasing Ordinance allows the Chief Procurement Officer to procure, without following formal solicitation procedures, all goods, supplies, materials, equipment, and services that are the subject of contracts with the State, its political subdivisions, the United States government, other governmental entities, or a corporation not for profit whose members are governmental entities, public officers, or any combination thereof (“piggyback”), provided that the goods, supplies, materials, equipment, or services are the subject of a price schedule negotiated by the entities listed above and is based strictly on competitive bids, quotations, or competitive proposals and not on any preference.  Utilization of other governmental entities’ contracts shall be permitted only during the term of the other governmental entity’s contract.

 

The project will be completed before May 31, 2023.

 

The attached Resolution seeks the City Commission’s authorization of issuance of blanket purchase agreements to DM&S and SEC for the Stormwater Construction.

 

 

Fiscal Impact:

Funding for this project was included in the amended FY 2022 Capital Improvement Plan and is available in account number 443.419901.53800. 563010.001315.000.000.

 

 

Recommended for inclusion on the agenda by:

Feng (Jeff) Jiang, Assistant Director, Department of Public Utilities

Vivek Galav, Director, Department of Public Utilities

Gus Zambrano, Assistant City Manager/Sustainable Development

 

 

Attachments:

Resolution - DM&S and SEC BPO Piggyback

SEC Piggyback Request - DM&S and SEC BPO Piggyback

SEC Piggyback Contract - DM&S and SEC BPO Piggyback

SEC Piggyback Letter - DM&S and SEC BPO Piggyback

SEC Piggyback Checklist - DM&S and SEC BPO Piggyback

PA600460 - DM&S and SEC BPO Piggyback

DM&S Piggyback Request - DM&S and SEC BPO Piggyback

DM&S Piggyback Contract - DM&S and SEC BPO Piggyback

DM&S Piggyback Letter - DM&S and SEC BPO Piggyback

DM&S Piggyback Checklist - DM&S and SEC BPO Piggyback

PA600461 - DM&S and SEC BPO Piggyback