Hollywood FL banner
File #: R-2019-256    Version: 1 Name: Southeastern Contract for L/S W-27 Bypass Valve Replacement
Type: Resolution Status: Passed
File created: 7/23/2019 In control: Department of Public Utilities
On agenda: 9/4/2019 Final action: 9/4/2019
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing The Appropriate City Officials To Execute A Contract With Southeastern Engineering Contractors, Inc. For Construction Services Related To Lift Station W-27 Bypass And Valve Replacement, Located At 3145 Arthur Street, In The Amount Of $591,530.00.
Attachments: 1. 1 Resolution - 8064 Lift Station W-27 Bypass Valve Replacement.pdf, 2. 2 Contract SE Engineering - 8064 Lift Station W-27 Bypass and Valve Replacement.pdf, 3. 3 Approved Contract Termination Memo - 8064 Lift Station W-27 Bypass and Valve Replacement.pdf, 4. R-2018-315 (Executed).pdf, 5. TermSheetSoutheasternEngineeringLiftStationW27BypassValveReplacementArthurSt.pdf, 6. BIS 19-249.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing The Appropriate City Officials To Execute A Contract With Southeastern Engineering Contractors, Inc. For Construction Services Related To Lift Station W-27 Bypass And Valve Replacement, Located At 3145 Arthur Street, In The Amount Of $591,530.00.

 

 

Body

 

Staff Recommends: Approval of the attached Resolution.

 

 

Explanation:

Lift Station W-27, located at 3145 Arthur Street, serves as the largest sewer re-pumping station in the City’s wastewater collection system.

 

All the existing valves in the lift station have reached their useful life cycle and need to be replaced so that future maintenance work on the existing pumps could be implemented.

 

On July 21, 2018, the Department of Public Utilities staff advertised the project, soliciting qualified construction services, and on August 9, 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                                          TTC Environmental, Inc.                                                                                    $494,135.00

                     2                                          TV Diversified, LLC                                                                                    $568,852.00

                     3                                          Southeastern Engineering Contractors, Inc.                     $591,530.00

                     4                                          V Engineering & Consulting Corp.                                          $610,000.00

                     5                                          TLC Diversified, Inc.                                                                                    $656,210.00

                     6                                          Southern Underground Industries, Inc.                     $744,910.00

 

On October 3, 2018, the City Commission passed and adopted Resolution No. R-2018-315 which authorized the execution of a contract with TV Diversified, LLC. for Lift Station W-27 Bypass and Valve Replacement project, since the lowest bidder, TTC Environmental, Inc., did not meet the City’s requirements.

 

Pursuant to Section 38.48 of the Purchasing Ordinance, the Department of Public Utilities recommended termination of the contract for cause with TV Diversified, LLC. and it has been approved by the City Manager in the attached memorandum.

 

The current bid’s duration expired on November 7, 2018.

 

Southeastern Engineering Contractors, Inc., the next low bidder, is a responsible contractor that is ready, willing and able to enter into an agreement to complete this project with their original bid price.

 

Section 38.40(C)(8) of the City’s Purchasing Ordinance provides that purchases of, and contracts for, supplies or contractual services, when the Commission declares by a five-sevenths affirmative vote that competitive bidding and competitive proposals are not in the best interest of the City, are exempt from the competitive bid and competitive proposal requirements of the Purchasing Ordinance.

 

The Department of Public Utilities and the Director of Procurement recommend that the City Commission approve and authorize the appropriate City officials to execute the attached contract with Southeastern Engineering Contractors, Inc., in the amount of $591,530.00.

 

Funding has been provided pursuant to Resolution No. R-2018-311, which continued the appropriation for previously approved capital projects from FY 2018 to FY 2019.

 

Funding for the project has been appropriated and exists in account number 442-409901-53600-563010-001040-000-000.

 

The estimated construction time for this project is 120 calendar days from the Notice to Proceed date.

 

 

Recommended for inclusion on the agenda by:

Clece Aurelus, Engineering Support Services Manager, Department of Public Utilities

Francois Domond, Interim Director, Department of Public Utilities

Gus Zambrano, Assistant City Manager/Sustainable Development