Hollywood FL banner
File #: R-2017-074    Version: 1 Name: American Infrastructure Gravity Sewer System
Type: Resolution Status: Passed
File created: 2/22/2017 In control: Department of Public Utilities
On agenda: 3/15/2017 Final action: 3/15/2017
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Execute The Attached Contract Between American Infrastructure Technologies Corporation And The City Of Hollywood For The Gravity Sewer System Condition Assessment And Renewal And Replacement Program (A.K.A. Inflow/Infiltration Reduction Program) (Level 2), As Identified In The 2007/2008 Wastewater System Master Plan, In The Amount Of $5,353,926.00; To Amend The Approved Fiscal Year 2017 Capital Improvement Program, As Set Forth In Exhibit A (Project No. 16-7080).
Attachments: 1. Resolution - American Infrastructure Gravity Sewer.pdf, 2. American Infrastructure - Exhibit A.pdf, 3. 4 Contract 7080.pdf, 4. 5 Bid Tabulation - 7080 B Rev 020717.pdf, 5. 7 Bid 7080 - American Infrastructure Technologies.pdf, 6. R-2016-285.pdf, 7. TERMSHEETAmericanInfrastructuregravitysewer2017.pdf, 8. BIS 17-118.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Execute The Attached Contract Between American Infrastructure Technologies Corporation And The City Of Hollywood For The Gravity Sewer System Condition Assessment And Renewal And Replacement Program (A.K.A. Inflow/Infiltration Reduction Program) (Level 2), As Identified In The 2007/2008 Wastewater System Master Plan, In The Amount Of $5,353,926.00; To Amend The Approved Fiscal Year 2017 Capital Improvement Program, As Set Forth In Exhibit A (Project No. 16-7080).

 

 

Body

 

Staff Recommends: Approval of the attached Resolution

 

 

Explanation:

The 2007/2008 Wastewater System Master Plan identified the need to implement several capital improvement projects related to the continued assessment, renewal, and replacement of the major components of the City’s sewer collection system.

 

The primary goal of the Gravity Sewer System Condition Assessment and Renewal and Replacement Program is to reduce the amount of inflow and infiltration (I/I) into the Southern Regional Wastewater Treatment Plant; therefore, this program is also known as the Inflow/Infiltration Reduction Program.

 

Department of Public Utilities staff prepared the project scope, technical specifications, and construction documents.

                                          

On October 19, 2016, the Department of Public Utilities staff advertised the project soliciting qualified construction services, and on November 17, 2016, seven (7) bid proposals were received at the Office of the City Clerk and were publicly opened at the City of Hollywood Southern Regional Wastewater Treatment Plant with the following results:

 

                     NO.                     BIDDER                     BASE BID

                     1                     Ric-Man Construction Florida, Inc.                     $5,249,425.00

                     2                     American Infrastructure Technologies Corporation                     $5,353,926.00

                     3                     Lanzo Trenchless Technologies South                     $5,737,487.00

                     4                     Layne Inliner, LLC                     $5,748,410.00

                     5                     EnviroWaste Services Group, Inc.                     $5,754,150.00

                     6                     Insituform Technologies, LLC                     $6,149,399.00

                     7                     Metro Equipment Service, Inc.                     $6,622,670.00

 

After thoroughly evaluating the bid proposals for compliance with the contract documents, Department of Public Utilities staff determined that the bid proposal received from Ric-Man Construction Florida, Inc. to be non-responsible and non-responsive due to the lack of experience as specified in Section 02765 of the project specifications.

 

The second low bidder American Infrastructure Technologies Corporation bid did not acknowledge the Addendum No. 3 issued on November 14, 2016 three (3) days before the bid opening date of November 17, 2016.

 

American Infrastructure Technologies Corporation had already mailed in their bid package to the City Clerk Office.

 

The Department of Public Utilities staff determined that Addendum No. 3 changes are not major in nature.

 

The second low bidder American Infrastructure Technologies Corporation was determined to be the lowest responsive and responsible bidder.

 

A Notice of Intent to Award related to the project was posted on the City website and in DemandStar on December 1, 2016.

 

The posting of the Notice of Intent to Award resulted in a bid protest from Ric-Man Construction of Florida, Inc.

 

On February 9, 2017, a bid protest hearing was held by the bid protest committee.

 

At the conclusion of the hearing, the bid protest committee determined that the bid protest by Ric-Man Construction of Florida, Inc. be denied.

 

The Department of Public Utilities staff recommends that the City Commission authorize the appropriate City Officials to execute the attached contract between American Infrastructure Technologies Corporation and the City of Hollywood for construction services related to the Gravity Sewer System Condition Assessment and Renewal and Replacement Program (aka Inflow/Infiltration Reduction Program) (Level 2) in the amount of $5,353,926.00.

 

The estimated time for completion of construction is 730 calendar days from the Notice to Proceed date.

 

A portion of the funding for the Gravity Sewer System Condition Assessment and Renewal and Replacement Program  was included in the FY 2017 Capital Improvements Program that was approved via Resolution R-2016-285.

 

Funding for a portion of the Gravity Sewer System Condition Assessment and Renewal and Replacement Program in the amount of $1,822,228.00 is available in account number 42.4000.86873.536.006301.

 

It is necessary to amend the approved FY2017 Capital Improvements Program and allocate additional funding in the amount $3,531,698.00, as set forth in Exhibit A.

 

Recommended for inclusion on the agenda by:

Dr. Wazir Ishmael, City Manager

Gus Zambrano, Assistant City Manager, Sustainable Development

George R. Keller, Jr., ACM, Finance

Steve Joseph, Director, Public Utilities

Paul Bassar, Director, Procurement and Contract Compliance