Hollywood FL banner
File #: R-2018-082    Version: Name: Contract with TV Diversified for Gravity Sewer and I&I (7086)
Type: Resolution Status: Passed
File created: 2/12/2018 In control: Department of Public Utilities
On agenda: 3/21/2018 Final action: 3/21/2018
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Execute The Attached Unit Price Contract With TV Diversified, LLC For Manhole Repair Services Related To The Gravity Sewer System Condition Assessment, Renewal, And Replacement Program, As Identified In The 2007/2008 Wastewater System Master Plan, In The Amount Of $331,375.00 (Project No. 17-7086).
Attachments: 1. 01 Resolution - Contract with TV Diversified for Gravity Sewer and I&I (7086).pdf, 2. 03 Contract - Contract with TV Diversified for Gravity Sewer and I&I (7086).pdf, 3. 04 Bid Tabulation - Contract with TV Diversified for Gravity Sewer and I&I (7086).pdf, 4. 05 Bid - Contract with TV Diversified for Gravity Sewer and I&I (7086).pdf, 5. TERMSHEETTVDIVERSIFIEDMANHOLEREPAIRGRAVITYSEWERSYS2018BID.pdf, 6. BIS 18-110.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Execute The Attached Unit Price Contract With TV Diversified, LLC For Manhole Repair Services Related To The Gravity Sewer System Condition Assessment, Renewal, And Replacement Program, As Identified In The 2007/2008 Wastewater System Master Plan, In The Amount Of $331,375.00 (Project No. 17-7086).

 

 

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, Renewal, and Replacement Program is to reduce the amount of inflow and infiltration (I/I) into the Southern Regional Wastewater Treatment Plant, and this program is also known as the Inflow/Infiltration Reduction Program.

 

This phase of the Inflow/Infiltration Reduction Program will address necessary repairs, rehabilitation located within several sanitary sewer basins which have been previously identified for rehabilitation, and achieving the greatest benefit to the City in terms of inflow and infiltration reduction.

 

The Department of Public Utilities staff prepared the related technical specifications and contract documents for the project.

 

On December 13, 2017, the project was advertised for construction services, and on January 25, 2018, five (5) bid proposals were received by the Office of the City Clerk and publicly opened at the Southern Regional Wastewater Treatment Plant with the following results:

 

                     NO.                     BIDDER                     BASE BID

                     1                     TV Diversified, LLC                     $331,375.00

                     2                     Maxx Environmental, LLC                     $331,750.00

                     3                     Vacvision Environmental, LLC                     $335.000.00

                     4                     National Water Main Cleaning Co.                     $376,600.00

                     5.                     Intercounty Engineering, Inc.                     $528,950.00

 

After thoroughly evaluating the bid proposals for compliance with the contract documents, Department of Public Utilities staff determined the bid proposal received from TV Diversified, LLC 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 and in DemandStar on February 5, 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 with TV Diversified, LLC, 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 $331,375.00.

 

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

 

Funding is available in account number 42.4000.86873.536.006301.

 

The estimated time to complete the construction services is 365 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