Hollywood FL banner
File #: R-2018-030    Version: 1 Name: Ric-Man Contract for WMRP and Amend 1 to Kimley-Horn KHA 15-01 for Additional Services (5122)
Type: Resolution Status: Passed
File created: 12/14/2017 In control: Department of Public Utilities
On agenda: 1/17/2018 Final action: 1/17/2018
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Execute The Attached Contract Between Ric-Man Construction Florida, Inc. And The City Of Hollywood For Construction Services Related The Watermain Replacement Program From Moffett Street To Hollywood Boulevard Between S. Federal Highway (US-1) To The Intracoastal Waterways, As Identified In The 2007 Water System Master Plan, In The Amount Of $20,563,144.14; And Authorizing The Appropriate City Officials To Execute The Attached Amendment No. 1 To Work Order No. KHA 15-01 Between Kimley-Horn And Associates, Inc. And The City Of Hollywood, For Additional Services For The Project In The Amount Of $59,881.14; And To Amend The Fiscal Year 2018 Adopted Operating Budget (R-2017-288) And Capital Improvement Plan As Detailed In Exhibit 1. (Project No. 14-5122)
Attachments: 1. 1 - Resolution - Ric-Man Contract for WMRP and Amend 1 to Kimley-Horn KHA 15-01 for Additional Services (5122).pdf, 2. 2 - Exhibit 1 - SRF revised.pdf, 3. 3 - Contract - Ric-Man Contract for WMRP and Amend 1 to Kimley-Horn KHA 15-01 for Additional Services (5122).pdf, 4. 4 - ATP - Amend 1 to Kimley-Horn KHA 15-01 for Additional Services (5122).pdf, 5. 6 - Bid Tabulation - Ric-Man Contract for WMRP and Amend 1 to Kimley-Horn KHA 15-01 for Additional Services (5122).pdf, 6. 7a -Metro Express - Ric-Man Contract for WMRP and Amend 1 to Kimley-Horn KHA 15-01 for Additional Services (5122).pdf, 7. 7b -Ric-Man Construction - Ric-Man Contract for WMRP and Amend 1 to Kimley-Horn KHA 15-01 for Additional Services (5122).pdf, 8. 7c -Lanzo Construction - Ric-Man Contract for WMRP and Amend 1 to Kimley-Horn KHA 15-01 for Additional Services (5122).pdf, 9. 7d -Man-Con - Ric-Man Contract for WMRP and Amend 1 to Kimley-Horn KHA 15-01 for Additional Services (5122).pdf, 10. 7e -Giannetti - Ric-Man Contract for WMRP and Amend 1 to Kimley-Horn KHA 15-01 for Additional Services (5122).pdf, 11. 8 - Proposal - Ric-Man Contract for WMRP and Amend 1 to Kimley-Horn KHA 15-01 for Additional Services (5122).pdf, 12. 9 - R-2017-016 - SRF for 5122.pdf, 13. 10 -R-2017-244 - Reject Bids for 5122.pdf, 14. Term Sheet - Ric-Man Construction Florida, Inc..pdf, 15. Term Sheet - Kimley Horn and Associates - Amendment 1 to Work Order 15-01.pdf, 16. BIS 18-065.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 Ric-Man Construction Florida, Inc. And The City Of Hollywood For Construction Services Related The Watermain Replacement Program From Moffett Street To Hollywood Boulevard Between S. Federal Highway (US-1) To The Intracoastal Waterways, As Identified In The 2007 Water System Master Plan, In The Amount Of $20,563,144.14; And Authorizing The Appropriate City Officials To Execute The Attached Amendment No. 1 To Work Order No. KHA 15-01 Between Kimley-Horn And Associates, Inc. And The City Of Hollywood, For Additional Services For The Project In The Amount Of $59,881.14; And To Amend The Fiscal Year 2018 Adopted Operating Budget (R-2017-288) And Capital Improvement Plan As Detailed In Exhibit 1. (Project No. 14-5122)

 

 

Body

 

Staff Recommends: Approval of the attached Resolution

 

 

Explanation:

The 2007 Water System Master Plan identified the need to replace aging water distribution system pipes throughout the City of Hollywood.

 

As part of the City-wide Water Main Replacement Program, existing water distribution infrastructure will be replaced and 4-inch, 8-inch, and 12-inch diameter water mains within the area surrounded by Johnson Street and Taft Street will be installed from North 76th Terrace to North 66th Avenue.

 

On December 3, 2014, via Resolution R-2014-366, the City Commission approved a proposal from Kimley-Horn and Associates, Inc., in the amount of $1,345,520.99, 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 Moffett Street and Hollywood Boulevard and South Federal Highway (US-1) and the Intracoastal Waterway.

 

In June 2017 the construction of the project was bid and on August 30, 2017, via Resolution R-2017-244 the City Commission approved the rejection of the bids received.

 

 

 

The Department of Public Utilities requested a proposal from Kimley-Horn and Associates, Inc. to provide additional services for the project.

 

Kimley-Horn and Associates, Inc. and the City of Hollywood have a Professional Services Agreement for General Engineering Consulting Services for water, sewer, reuse and stormwater infrastructure projects, and this agreement was approved by the City Commission by Resolution No. R-2017-284 on September 20, 2017.

 

Kimley-Horn and Associates, Inc. submitted a proposal for the additional services for the Water Main Replacement Program from Moffett Street to Hollywood Boulevard between South Federal Highway (US-1) and the Intracoastal Waterway in the amount of $59,881.14.

 

On October 12, 2017, the Department of Public Utilities staff re-advertised the project soliciting for qualified construction services, and on November 21, 2017, five (5) 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.                     Metro Express, Inc.                     $18,931,540.00

                     2.                     Ric-Man Construction FL, Inc.                     $20,563,144.14

                     3.                     Lanzo Construction Co, Florida                     $20,718,080.00

                     4.                     Man-Con, Incorporated                     $22,492,183.80

                     5.                     Giannetti Contracting Corp.                     $26,029,585.00

 

After thoroughly evaluating the bid proposals for compliance with the contract documents, Kimley-Horn and Associates, Inc. determines that the low bidder Metro Express, Inc. does not meet the qualifications and criteria established by the City for selection under this contract.

 

The second bidder Ric-Man Construction Florida, Inc. was determined to be the lowest responsive and responsible bidder.

 

A Notice of Intent to Award related to the project was posted in the City of Hollywood web site, in DemandStar, on December 4, 2017.

 

The posting of the Notice of Intent to Award resulted in no bid protest.

         

The Administration recommends the City Commission authorize the appropriate City Officials to execute the attached contract between Ric-Man Construction Florida, Inc. and the City of Hollywood, together with such nonmaterial changes as may be subsequently agreed to by the City Manager and approved as to form and legal sufficiency by the City Attorney, in the amount of $20,567,453.14, and to execute the attached Amendment No. 1 to Work Order No. KHA 15-01 between Kimley-Horn and Associates, Inc. and the City of Hollywood for the additional services, in the amount of $59,881.14.

 

On January 18, 2017 the City Commission approved Resolution R 2017-016 authorizing the loan application in an amount not to exceed $20,809,886.00 of the State Revolving Fund Loan Program (SRF)  through the Florida Department  of Environmental Protection (DEP).

 

The cost for this Water Main Replacement Project has been determined to be $21,426,600.00 and the cost of  Capitalized Interest and Loan Service Fees are $368,500.00 for a combined total of $21,795,000.00.

 

It is necessary to increase the amount of the SRF loan application to $21,795,000.00 and.

 

Operational and capital requirements necessitate certain adjustments to the Adopted Fiscal Year 2018 Operating and Capital Budgets to promote greater productivity, effectiveness, and efficiency.

 

The Fiscal Year 2018 Operating Budget was adopted and approved by the City Commission pursuant to Resolution R-2017-288 at the 2nd public budget hearing on September 27, 2017; and subsequently amended.

 

It is necessary to amend the approved Fiscal Year 2018 Operating and Capital Budgets as set forth in the attached Exhibit 1.

                                                                

On October 4, 2017 via rollover Resolution R-2017-295 the funding for engineering services for the project was provided in account number 42.4000.76663.536.203121.

 

The estimated time for completion of construction is 910 calendar days from the Notice to Proceed date.

 

 

Recommended for inclusion on the agenda by:

Dr. Wazir A. Ishmael, City Manager

Gus Zambrano, ACM, Sustainable Development

Cintya Ramos, Director, Finance & Administration

Steve Joseph, Director, Public Utilities

Paul A. Bassar, Director of Procurement & Contract Compliance