Hollywood FL banner
File #: R-2020-063    Version: 1 Name: Intercounty RAS Pump Station No. 1 Replacement
Type: Resolution Status: Passed
File created: 1/21/2020 In control: Department of Public Utilities
On agenda: 4/22/2020 Final action: 4/22/2020
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 Intercounty Engineering, Inc. For Construction Services Related To RAS Pump Station No. 1 Replacement, Located At The Southern Regional Wastewater Treatment Plant, In The Amount Of $3,991,828.00 Based Upon City Bid No. 17-9523; Authorizing The Appropriate City Officials To Issue An Authorization To Proceed For Work Order No. H&S 20-03 With Hazen And Sawyer, P.C. In An Amount Not To Exceed $204,027.00; Approving An Amendment To The Fiscal Year 2020 Capital Improvement Program.
Attachments: 1. 01 Resolution - Intercounty RAS Pump Station No. 1 Replacement_revisedbybudget.pdf, 2. Exhibit A.pdf, 3. Contract.pdf, 4. 02 Authorization to Proceed - RAS Pump Station No. 1 Replacement R.pdf, 5. 14 R-2017-283 (Executed).pdf, 6. 04 R-2017-369 H&S 18-01 - Executed.pdf, 7. 15 Consulting Agreement 1324 Hazen and Sawyer - Executed.pdf, 8. 12 Award Recommendation RAS Pump Station No. 1 .pdf, 9. 13 Proposal - H&S 20-03 RAS PS 1 Replacement CMS.pdf, 10. 05 Bid Tab RAS Pump Station No. 1.pdf, 11. 07 BLDM USA, LLC Bid - RAS Pump Station 1 Replacement.pdf, 12. 08 Intercounty Engineering Inc. Bid - RAS Pump Station 1 Replacement.pdf, 13. 09 Comtech Engineering Bid - RAS Pump Station 1 Replacement.pdf, 14. 10 TLC Diversified Inc. Bid - RAS Pump Station 1 Replacement.pdf, 15. 11 Florida Design Contractors Inc. Bid - RAS Pump Station 1 Replacement.pdf, 16. TermSheetIntercountyBidconstructionservRASPUMPSTATIONNO.1REPLACEMENT.pdf, 17. TermSheetHazenSawyerATPRASPUMPSTATION.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 Intercounty Engineering, Inc. For Construction Services Related To RAS Pump Station No. 1 Replacement, Located At The Southern Regional Wastewater Treatment Plant, In The Amount Of $3,991,828.00 Based Upon City Bid No. 17-9523; Authorizing The Appropriate City Officials To Issue An Authorization To Proceed For Work Order No. H&S 20-03 With Hazen And Sawyer, P.C. In An Amount Not To Exceed $204,027.00; Approving An Amendment To The Fiscal Year 2020 Capital Improvement Program.

 

 

Strategic Plan Focus

Infrastructure & Facilities

 

 

Body

 

Staff Recommends: Approval of the attached Resolution.

 

 

Explanation:

The existing Return Activated Sludge (“RAS”) Pump Station No. 1, located at Southern Regional Wastewater Treatment Plant (“SRWWTP”), was constructed in 1973 and the electrical and mechanical equipment has reached the end of its useful life.

 

On December 6, 2017, pursuant to Resolution No. R-2017-369, the City Commission authorized the appropriate City Officials to issue Work Order No. H & S 18-01 to Hazen & Sawyer, P.C. to provide professional engineering services for the design, permitting, and bidding services for the proposed RAS Pump Station No. 1 Replacement.

 

Hazen and Sawyer, P.C. has completed the design of the project, and the Department of Public Utilities staff advertised the project to solicit qualified construction services.

 

On November 14, 2019, five bid proposals were received at the Office of the City Clerk and were publicly opened at the SRWWTP with the following results:                                     

 

NO.                     BIDDER                     BIDDER TOTAL

1                     BLDM USA, LLC                     $3,553,925.00

2                     Intercounty Engineering, Inc.                     $3,991,828.00

3                     Comtech Engineering                     $4,038,882.00

4                     TLC Diversified, Inc.                     $4,135,010.00

5                     Florida Design Contractors, Inc.                     $4,584,000.00

 

The lowest bidder, BLDM USA, LLC,  did not provide the minimum  three references and  its  individual bid items were incorrectly used and caused significant discrepancy between their written total bid price in the amount of $3,553,925.00 and correct summation of individual bid items in the amount of $2,924,340.00 and therefore BLDM USA, LLC is not a responsive bidder.

 

After thoroughly evaluating the bid proposals for compliance with the contract documents, Hazen and Sawyer, P.C. staff determined that the next low bidder, Intercounty Engineering, Inc., is the lowest responsive and responsible bidder.

 

A Notice of Intent to Award related to the project was posted on the City’s website and in DemandStar on December 30, 2019, and resulted in no bid protests.

 

Pursuant to Resolution No. R-2017-283, Hazen and Sawyer, P.C. and the City have an existing Professional Services Agreement for General Engineering Consulting Services for the Water Treatment Plant, Wastewater Treatment Plant and infrastructure projects.

 

The agreement has a provision for insurance and indemnification that meets the City’s requirements and gives the City the right to terminate for convenience.

 

The Department of Public Utilities requested a proposal from Hazen and Sawyer, P.C. to provide construction administration services during the construction phase of the RAS Pump Station No. 1 Replacement project.

 

Hazen and Sawyer, P.C. submitted a comprehensive proposal for construction administration services for the RAS Pump Station No. 1 Replacement in an amount not to exceed $204,027.00.

 

The Department of Public Utilities recommends that the City Commission authorize the appropriate City officials to execute the attached contract with Intercounty Engineering, Inc. in the amount of $3,991,828.00 for the construction of the RAS Pump Station No. 1 Replacement at the SRWWTP, and to issue the attached Authorization to Proceed for Work Order No. H&S 20-03 with Hazen and Sawyer, P.C. for construction administration services, in an amount not to exceed of $204,027.00.

 

Fiscal Impact:

Funding for construction administration services is available in account 442.409901.53600.531210.000723.000.000 which was provided pursuant to Resolution No. R-2019-287 which continued the appropriation for previously approved capital projects from FY 2019 to FY 2020.

 

It is necessary to amend the approved FY 2020 Capital Improvements Program as set forth in the attached Exhibit “A” for the associated construction costs of this project, subject to approval of this resolution.

 

The estimated time to complete the construction services will be 660 calendar days from the Notice to Proceed date.

 

 

Recommended for inclusion on the agenda by:

Vivek Galav, Director, Department of Public Utilities

Gus Zambrano, Assistant City Manager/Sustainable Development