Hollywood FL banner
File #: R-2018-060    Version: 1 Name: Contract with Giannetti for Citywide Sanitary Sewer Expansion
Type: Resolution Status: Passed
File created: 1/25/2018 In control: Department of Public Utilities
On agenda: 2/21/2018 Final action: 2/21/2018
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Execute The Attached Contract With Giannetti Contracting Corporation For Construction Services Related To The City-Wide Sanitary Sewer Expansion, In The Amount Of $2,310,953.00 (Project No. 17-7084).
Attachments: 1. 01 Resolution - Contract with Giannetti for Citywide Sanitary Sewer Expansion (7084).pdf, 2. 02 Contract - Contract with Giannetti for Citywide Sanitary Sewer Expansion(7084).pdf, 3. Term Sheet - Gianette Contracting Corporation.pdf, 4. BIS 18-106.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Execute The Attached Contract With Giannetti Contracting Corporation For Construction Services Related To The City-Wide Sanitary Sewer Expansion, In The Amount Of $2,310,953.00 (Project No. 17-7084).

 

 

Body

 

Staff Recommends: Approval of the attached Resolution

 

 

Explanation:

Approximately 45% of the City’s water customers are without sewer.

 

Department of Public Utilities staff identified several areas without sanitary sewer services that are in close proximity to existing sewer service lines:

 

                     N. 70th Avenue & N. 70th Terrace between Fillmore Street and Johnson Street

                     Anton Terrace between S. Dixie Highway and S. 22nd Avenue

                     Hollywood Place and Polk Street between N. Dixie Highway and N. 22nd Avenue

                     Collins Court between N. Dixie Highway and N. 22nd Avenue

                     Pierce Street between N. Dixie Highway and N. 22nd Avenue

 

Department of Public Utilities staff completed the design and permitting of the pipeline and other components of the sanitary gravity sewer system.

 

On November 15, 2017, the Department of Public Utilities staff advertised the project soliciting qualified construction services, and on December 21, 2017, 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                     Giannetti Contracting Corporation                     $2,310,953.00

                     2                     Ric-Man Construction Florida, Inc.                     $2,465,695.00

                     3                     GPE Engineering & General Contractor Corp                     $2,475,022.68

                     4                     Metro Express, Inc.                     $2,681,445.00

                     5                     Roadway Construction, LLC                     $2,722,539.02

                     6                     Metro Equipment Service, Inc.                     $2,950,210.00

                     7                     Russell Engineering, Inc.                     $3,566,326.00

 

After thoroughly evaluating the bid proposals for compliance with the contract documents, Department of Public Utilities  staff determined the bid proposal received from Giannetti Contracting Corporation to be the lowest responsive and responsible bidder.

                    

A Notice of Intent to Award related to the project was posted on the City of Hollywood website, in DemandStar on January 9, 2018 to all the bidders and the posting of the notice resulted in no apparent bid protesters.

 

The Department of Public Utilities recommends the City Commission authorize the appropriate City Officials to execute the attached contract between Giannetti Contracting Corporation 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 $2,310,953.00.

 

Funding was included in the in the FY 2018 Capital Improvements Program that was approved via Resolution R-2017-289.

 

Funding for the attached contract has been appropriated and exists in account numbers 42.4000.86865.536.066301, 42.4000.86865.536.076301, 42.4000.86865.536.086301, 42.4000.86865.536.096301, and 42.4000.86865.536.116301.

 

The estimated time to complete the construction services is four hundred (400) 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 Bassar, Director of Procurement & Contract Compliance