Hollywood FL banner
File #: R-2018-152    Version: 1 Name: Contract with BLDM USA for Lift Station A-5 Upgrade (8062)
Type: Resolution Status: Passed
File created: 4/12/2018 In control: Department of Public Utilities
On agenda: 5/16/2018 Final action: 5/16/2018
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Execute The Attached Contract With BLDM USA, LLC For Construction Services Related To Lift Station A-5 Upgrade Located At 333 Briarwood Circle, As Identified In The 2007/2008 Wastewater System Master Plan, In The Amount Of $780,000.00. (Project No. 16-8062)
Attachments: 1. 01 Resolution - Contract with BLDM USA for Lift Station A-5 Upgrade (8062).pdf, 2. 02 Contract - Contract with BLDM USA for Lift Station A-5 Upgrade (8062).pdf, 3. 03 Bid Tabulation - Contract with BLDM USA for Lift Station A-5 Upgrade (8062).pdf, 4. 04 BLDM USA LLC (8062).pdf, 5. 05 Intercounty Engineering Inc (8062).pdf, 6. 06 Southeastern Engineering Contractors Inc (8062).pdf, 7. 07 V Engineering and Consulting Corp (8062).pdf, 8. 08 Metro Express Inc (8062).pdf, 9. 09 TV Diversified LLC (8062).pdf, 10. Term Sheet - BLDM USA, LLC.pdf, 11. BIS 18-164.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 BLDM USA, LLC For Construction Services Related To Lift Station A-5 Upgrade Located At 333 Briarwood Circle, As Identified In The 2007/2008 Wastewater System Master Plan, In The Amount Of $780,000.00.  (Project No. 16-8062)

 

 

Body

 

Staff Recommends: Approval of the attached Resolution

 

 

Explanation:

The 2007/2008 Wastewater System Master Plan identified the need to implement a City-wide program to rehabilitate and to upgrade several existing and City-owned sanitary sewer lift stations.

 

Lift Station A-5, located at 333 Briarwood Circle was included in the Wastewater System Master Plan as a lift station to be upgraded.

 

On December 1, 2016, the City Manager approved the issuance of Work Order No. AEC 17-01 to AECOM Technical Services, Inc. in the amount of $46,603.00 to provide engineering services for the design, permitting, bidding, and construction services for Lift Station A-5 Upgrade.

 

On February 5, 2018, the Department of Public Utilities staff advertised the project, soliciting qualified construction services, and on March 15, 2018, six 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                     BID TOTAL

                     1.                     BLDM USA, LLC                     $780,000.00

                     2.                     Intercounty Engineering, Inc.                     $997,356.00

                     3.                     Southeastern Engineering Contractors, Inc                     $1,016.756.00

                     4.                     V Engineering & Consulting Corp.                     $1,095,000.00

                     5.                     Metro Express, Inc.                     $1,412,510.00

                     6.                     TV Diversified, LLC                     $2,282,708.00

 

After thoroughly evaluating the bid proposals for compliance with the contract documents, AECOM Technical Services, Inc. staff determined the bid proposal received from BLDM USA, LLC is 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 on DemandStar on March 28, 2018 and resulted in no bid protests.

 

The Administration recommends that the City Commission authorize the appropriate City Officials to execute the attached contract with BLDM USA, LLC in the amount of $780,000.00.

                                                                                                                          

Funding was included in the FY2018 Capital Improvements Program that was approved pursuant to Resolution R-2017-289.

                                                                                                     

Funding is available in the account number 42.4000.86871.536.046301.

 

The estimated construction time for this project is 180 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