Hollywood FL banner
File #: R-2018-317    Version: 1 Name: Intercounty Contract for Lift Station A-5 Upgrade
Type: Resolution Status: Passed
File created: 8/30/2018 In control: Department of Public Utilities
On agenda: 10/3/2018 Final action: 10/3/2018
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Terminate The Proposed Contract With BLDM USA, LLC And To Execute A Contract With The Second Lowest Bidder, Intercounty Engineering, Inc., 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 $997,356.00. (Project No. 16-8062)
Attachments: 1. 01 Resolution - Intercounty Contract for Lift Station A-5 Upgrade.pdf, 2. 02 Contract - Intercounty Engineering, Inc. Lift Station A-5 Upgrade (8062).pdf, 3. 03 ATP - AECOM AEC 17-01 Lift Station A-5 Upgrade (8062) Executed.pdf, 4. 04 Bid Tab - Lift Station A-5 Upgrade (8062).pdf, 5. 05 Bid Relinquish - BLDM USA, LLC Lift Station A-5 Upgrade (8062).pdf, 6. 06 Bid Honor - Intercounty Lift Station A-5 Upgrade (8062) REV.pdf, 7. Term Sheet - Intercounty Engineering, Inc..pdf, 8. BIS 18-280.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Terminate The Proposed Contract With BLDM USA, LLC And To Execute A Contract With The Second Lowest Bidder, Intercounty Engineering, Inc., 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 $997,356.00. (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 to AECOM Technical Services, Inc. of Work Order No. AEC 17-01 in the amount of $46,603.00 to provide engineering services for the design, permitting, bidding, and construction services for the 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 was the lowest responsive and responsible bidder.

 

During the preconstruction meeting dated July 19, 2018, the City found out that BLDM USA, LLC’s bid price did not include the cost to procure the pumps, variable frequency drive, electrical panels, telemetry tower and accessories.

 

BLDM USA, LLC did not inform AECOM of their decision to leave out of their bid price the stated equipment.

 

BLDM USA, LLC stated that they had contacted the City’s project manager via email during the bidding process for clarification of conflicting information on the bidding documents without any success.

 

The City’s project manager through a search of his junk email folder, after this issue came to light, found emails sent by BLDM USA, LLC to the City during the bidding period.

 

The other five bidders included in their bid price the cost to procure the pumps, variable frequency drive, electrical panels, telemetry tower and accessories.

 

Although BLDM USA, LLC has already executed the contract for the project, the City and BLDM USA, LLC have mutually agreed to terminate the contract.

 

The bid proposal submitted by the second lowest bidder, Intercounty Engineering, Inc., includes the cost to procure the pumps, variable frequency drive, electrical panels, telemetry tower and accessories.

 

The Administration recommends that the City Commission authorize the appropriate City Officials to execute the attached contract with Intercounty Engineering, Inc., in the amount of $997,356.00.

                                                                                                                          

Funding was included in the FY 2018 Capital Improvements Program that was approved pursuant to Resolution No. R-2017-289.

                                                                                                     

Funding is available in 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