Loading...
Agenda 12/10/2013 Item #16C2 12/10/2013 16.C.2. EXECUTIVE SUMMARY Recommendation to award Invitation to Bid number 13-6179, Project Number 70104 "NCRWTP Sulfuric Acid Injection Improvements for Blowdown Water Disposal," to Mitchell & Stark Construction Company,Inc.,in the amount of$673,000. OBJECTIVE: Pretreat the odor control blowdown waste stream with sulfuric acid, and redirect the waste stream from the sanitary sewer to a deep injection well. CONSIDERATIONS: On June 24, 2008, as Agenda Item 10G, the Board of County Commissioners (Board) adopted the 2008 Water Master Plan Update, which identified requirements for odor control improvements. A new project number, 70104, was created in FY13 to consolidate all water plant compliance assurance projects, including the odor control improvement projects. The North County Regional Water Treatment Plant (NCRWTP) produces two waste streams: 1) the high-salinity concentrate that results from the membrane treatment processes; and, 2) the caustic blowdown that results from the odor control process. The concentrate is disposed of via one of two deep injection wells. Presently, the blowdown waste stream is disposed of via the sanitary sewer system; however, fouling of wastewater pumps, pipes, and valves has occurred due to blowdown chemistry. The blowdown is an industrial waste that does not meet the conditions of Collier County's Industrial Pretreatment Ordinance No. 2012-13. Disposing of the blowdown via deep injection well will resolve that issue; however, to do so the blowdown pH must be lowered to blend with the concentrate waste. The scope of this project provides for the injection of sulfuric acid into the NCRWTP blowdown industrial waste stream, which will lower the pH to a level compatible with the plant concentrate so that both waste streams may be blended and disposed of via deep injection well without fouling. This change in blowdown industrial waste stream disposal was fully reviewed by the Florida Department of Environmental Protection, and they have confirmed that no permit or permit modification is required. This change is the most cost-effective method of blowdown disposal, although further modifications may be required to increase process reliability. There is a similar project for the South County Regional Water Treatment Plant to accomplish the same result; however, the processes, scope of work, and costs are different. For example, this more expensive north plant project requires an additional sulfuric acid storage tank as recommended by FDEP to prevent any possible cross connection with the potable water supply system. The County advertised Invitation to Bid number 13-6179 on September 11, 2013, by sending 1,437 notices. Forty-nine prospective bidders downloaded full packages, and three bids were received. On October 9, 2013, staff opened the three sealed bids,which are summarized below. VENDOR BID Mitchell & Stark Construction Co., Inc. $673,000.00 Douglas N Higgins, Inc. $684,636.00 Quality Enterprises USA, Inc. $988,800.00 Packet Page-1297- 12/10/2013 16.C.2. Staff and local project design engineer, CPH Engineers, Inc., determined that the lowest bid is fair and reasonable, and recommend awarding the contract to Mitchell & Stark Construction Company, Inc. The bid is approximately 51 percent above the design engineer's $445,900.00 opinion of probable cost. Attachment 3 is a letter dated October 14, 2013, from the design professional, CPH Engineers, Inc., explaining the deviation between the estimate and the actual bid amounts. The Purchasing Department concluded that bidding was competitive and representative of market conditions. The bid tabulation, chart, engineer's letter of recommendation, and contract are attached(Attachments 1, 2, 3 and 4, respectively). The bid specifications informed the bidders there might be unforeseen conditions associated with the project. The project cost incorporates an allowance of $40,000 that includes, but is not limited to, undocumented underground infrastructure, as determined by staff, which may be encountered during construction. The price for any additional work shall be negotiated prior to commencement in accordance with the county's Purchasing Policy and the terms of the agreement. FISCAL IMPACT: Funding is available in, and is consistent with, the FY2014 Capital Budget approved by the Board on September 19, 2013. The source of funding is Water User Fees (412). The total capital cost to implement this project is $673,000. The project is expected to be completed by June 2014. The operating budget impact of the completed project is reflected in the table below. The operating cost increase of this project is greater than the south plant project due to the current differences in the plant odor control processes. The operating budget funding source will be user fees. Elements FY 2014 FY 2015 - FY2033 Capital Outlay $673,000 $0 Operating Cost 0 $20,183 / r Change * y *This reflects the additional chemical cost in the annual operating budget for each fiscal year over the life of the asset LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.—SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District, (a) award Invitation to Bid number 13-6179, Project Number 70104 "NCRWTP Sulfuric Acid Injection Improvements for Blowdown Water Disposal," to Mitchell & Stark Construction Company, Inc., in the amount of$673,000; and, (b) authorize the Chairwoman to sign and execute the attached agreement after final review and approval by the County Attorney's Office. Packet Page-1298- 12/10/2013 16.C.2. Prepared By: Tom Sivert, PE, Senior Project Manager, Public Utilities Planning & Project Management Attachments: Attachment 1 Bid Tabulation Attachment 2 Chart Attachment 3 Recommendation Letter Attachment 4 Contract(Due to the size of the contract, a web link has be provided for viewing at http://www.colliergov.net/ftp/AgendaDec1013/Agenda Item 16C3 Contract.pdf A hard copy is also available at the County Manager's Office.) Packet Page -1299- 12/10/2013 16.C.2. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.2. Item Summary: Recommendation to award Invitation to Bid number 13-6179, Project Number 70104 "NCRWTP Sulfuric Acid Injection Improvements for Blowdown Water Disposal," to Mitchell &Stark Construction Company, Inc., in the amount of$673,000. Meeting Date: 12/10/2013 Prepared By Name: SivertTom Title:VALUE MISSING 10/16/2013 10:35:50 AM Submitted by Title: VALUE MISSING Name: SivertTom 10/16/2013 10:35:51 AM Approved By Name: Steve Messner Title: Plant Manager,Water Date: 10/17/2013 3:35:53 PM Name: HapkeMargie Title: Operations Analyst,Public Utilities Date: 10/17/2013 4:09:07 PM Name: ChmelikTom Title:Director,Public Utilities Engineering Date: 10/22/2013 10:34:16 AM Name: SunyakMark Title:Project Manager, Principal,Public Utilities Engine Date: 10/23/2013 7:51:03 AM AeiNkk Packet Page -1300- 12/10/2013 16.C.2. Name: Howard Brogdan Title: Supervisor-Laboratory,Water Date: 10/25/2013 7:45:24 AM Name: JohnsonScott Title: Purchasing Agent,Purchasing&General Services Date: 10/29/2013 7:13:16 PM Name: MarkiewiczJoanne Title: Manager-Purchasing Acquisition,Purchasing&Gene Date: 10/30/2013 6:41:41 AM Name: JacobsSusan Title: Operations Analyst,Public Utilities Date: 10/30/2013 9:50:32 AM Name: Joseph Bellone Title: Manager-Utility Billing&Cust Serv.,Utilities F Date: 10/30/2013 4:41:20 PM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 10/30/2013 4:53:44 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 11/14/2013 10:29:36 AM Name: YilmazGeorge Title: Administrator,Public Utilities Date: 11/15/2013 10:09:10 AM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 11/19/2013 1:25:12 PM Name: KlatzkowJeff Title: County Attorney Date: 11/19/2013 2:08:39 PM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 12/2/2013 9:46:57 AM Packet Page-1301- 12/10/2013 16.C.2. Name: OchsLeo Title: County Manager Date: 12/2/2013 10:42:39 AM Asorak Packet Page -1302- 12/10/2013 16.C.2. 0 0 0 0 0 0 0 0 0 0 o O O 0 O O 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 d 0 0 0 0 0 0 0 0 0 0 0 0 0 0 6 0 I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 OR 0 OR 0 OR N-v c U) H CI CO CO N OD CO O R CO 0 LC))N N COO CO '9 coo N 00) CD CO 00) W 06 CO U) 0 0 .a 69 69 69696969 696969 69 6969 69 69 p 69 C w 0 C W O O O O O O o 0 0 0 0 0 O W 2 0 0 0 0 0 0 0 0 0 0 0 0 O A.' te 0 0 0 0 0 0 0 0 0 0 0 0 O re D. o 0 0 0 0 o O o O.0 o m o 7 1- M CCO NO OV MO NN '669 COO a Z 694.9696969( 69 969696969 n 0 0 0 0 0 0 0 0 0 0 0 0 0 - 000000000000 0 - - c{ C O A co co Co CD N LL Ti C7) I.- - C J LO CD h N CO CO CO N CO R - Q V 0 Cn CO 0 C N 0) N . N O CD OCDN M CDN O R M 1::i C .Of 0 r- co a co N N OD O F CD O _ 2 69 69 69 69 69 69 696949 4949 99 43 49 49 69 Z O o 0 0 0 0 000000 O 1 CC V COO Cb 0)M M ea CO N Cf)'9 0) O • 7 a <- v ODD NJ-CV COD OMD CD O N O) N p I..CO CA ot)N M CO CL)0 n:.e M O — et0 � CO a CC)N N 6969 CD Z 69 69 69 69 69 69 69 69 69 69 69 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 >. 0 0 0 0 0 0 o O 0 0 0 0 0 0 0 0 c 000000000000 00 0 0 CO J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0. Q OO NI OOCON 00 O O E 'F O N 0) O O W CO:',.C CO et N M' O M To tli V C) N M Ni r U) 0 V- V- ti e) V h CD CO Q C«0 69 6969696969696969 696969 69 LM 49 M QS U 000000, 0000000, 00, 00 00 o = 000000000000 0 ID m IT 0 0 0 0 0 0 0 0 0 0 0 o 0 cc a 00m.- I- 00o0oNN o I-- 0'9 N O_)'9 90O _N co-OD <I- N GO N M N CO O N. 0 69 69 N- Z 69 69 69 69 69 69 6A 69 69 c 0 E9 69 r- C I- E fo > co co co co 0 0 01 0 0 CD 0 CO CO J J J J J J J J J J J J J `o C O Co 0 0) l0 lc N N�.3 0) Z. CC Q m. C O O " a0+ O C ..0. C 7 W e H m 7 V - 0) m m r) o a = - rn w c .c 7 m Q m c o U x c a N J CO U W _ O m U) m C1 O 0 ca `0 F.tr EI Z m y c m E J as u)11 N I Li C C) U) Z a O 0 F d 1 1 ✓ V O aci co W O of d en y m CD m e c '� Z c C U (p O N y D = a C a _1 d dtin ° ao ° .0off u tr o CG m U Q m y c m c o o a o m L p �+ io io @oUaUB aU 'e `5 v oaNU yU o u f0 m 2S O1 c ; n m 2.d' 2 U c 5 0 N U a°i U a' E m ° rn U).y2 y = m C 1. 0-w a 2> c ° m d E m w O t a s N tog- a '' p O = y o C o c m D Upo co c ? a 0 a y o •C p N )0 6.) m li E 0 0 0 0 0 3 m > 2 O 8 15 al m z cn & s m m t Packet Page-1303- u) Q 12/10/2013 16.C.2. ■ a) u > c 2 W w 0 MS La $.. ..., .... u 1 IS 10 .4, m, el < CU 4f) tin (1) CI E , c 1 .c ce tn 1.1.1 vi ra , . w , , 1 , 1 .. 1 ; CIL i . 6.- ... = 4 = 1 , 0 I , 1 II 1 ; I Ci 1 •;.■ I I; 4, 4.0 I I I 1 1 U , , I I 4 I I W I I 4 I I • { •mob • i 6■416,1 ! ..... ■•• i I to 1 1 '0 H 1 ± , •.- in 1 , • i ■ 1 z , 1 I I tr) M IIIIII" 10-4 1 # 0 . • L. CI . . , • 0 1 I = tN ' ■•1 ' I • • 4.4, I = •W I I , C ' CD 41) RS M i E I CI. , • . _c 1 I - . u MEI i i 3 , ...e. ..., co C 1 I cr) I 06 : 2 ■ , ..... • 1 r■ CO . , '-II- I i.i. , • Al , • 4:t , • • • CO • I— . . . , • ■ 0 : 161... LI) , • 4".. . . = (0) 4:1) Ce 1111.1 iv' 73 1 CO ■ ■ , , ■ 1 ' I 0 0 0 0 0 0 0 0 0 0 0 0 0 ; o rs, o o o o o o I 401114k. co Lo vr NI ■ to. Packet Page-1304- Architects Engineers 12/10/201316.C.2. 0 Environmental Landscape Architects Suite 240 V M/E/P PIanners Tampa,FL 33609 Surveyors Transportation/Traffic Phone:813.288.0233 Fax:813.288.0433 October 14,2013 Mr.Tom Sivert,P.E. Senior Project Manager Collier County 3339 Tamiami Trail E., Suite 303 Naples, FL 34112 Re: North County Regional Water Treatment Plant Sulfuric Acid Injection Improvements for Blowdown Water Disposal RFQ No. 13-6179 Engineer's Bid Review Dear Mr. Sivert: The County received bid packages from three (3) contractors for the North County Regional Water Treatment Plant (NCRWTP) Sulfuric Acid Injection Improvements for Blowdown Water Disposal Project. This project involves the installation of a new sulfuric acid injection system, which includes a 1,000-gallon double walled storage tank, chemical pump skid, and secondary containment piping. The blowdown water force main will be rerouted to the NF concentrate pump station for blending and disposal in the deep injection well system. This will involve the addition of new 3-inch blowdown piping and the rehabilitation of the NF concentrate pump station. The rehab will include a new coating system and fiberglass weir. To provide a backup to the deep injection well disposal system, two self-priming pumps, one duty and one standby will be connected to the new flow control structure to send blowdown water to the sanitary sewer system in an emergency scenario. The bid tab provided by the County is detailed below. Lowest Bid Bidder's Name Total Bid Mitchell & Stark Construction � I 1 Company Inc. ' A l ; 1` 2 Douglas N. Higgins, Inc. $684,636.00 3 Quality Enterprises USA, Inc. $988,800.00 Based on our review of the available data (bid pricing) and the fact that Mitchell & Stark is one of the County's pre-qualified contractors, we have no objection to the County proceeding with the award of the bid to Mitchell & Stark Construction Company, Inc. in the amount of$673,000.00, which includes the County's $40,000.00 allowance. All of the bidders' costs for construction were higher than CPH's Opinion of Probable Construction Cost (OPC). We reviewed the bid prices of the two lowest bidders since they were within 2% of each other and the third bidder was significantly higher and was therefore dropped. The major differences in pricing were five line items; Sulfuric Acid Injection System, Nano Filtration Pump Station Rehabilitation, RO Concentrate Bypass Connection, Local Control Panel No. 4, and Miscellaneous Conduits, Wiring, Circuit Breakers, Trenching, & Appurtenances. All other lines items were similar to the engineer's OPC. Below are descriptions for the price differences for the five items previously mentioned. The engineer's OPC for the Sulfuric Acid Injection System was off by approximately 14%, based on the average price of the two lowest bidders. Our OPC was based on pricing supplied by vendors. The price Packet Page-1305- « n, 12/10/2013 16.C.2. differential is thought to be from the concrete slab and coating system. Over the last 3-5 months we have seen concrete prices increase due to increasing construction throughout the state. The OPC for the NF Concentrate Pump Station Rehabilitation was off by approximately 60%, based on the average price of the two lowest bidders. Pricing for the OPC was developed from a recent similar project done for the County at the NCRWTP. This similar work produced a per square foot cost of approximately $26. The average square foot cost for the two lowest bidders is $90. The difference is thought to come from the surface preparation and confined space requirements. The concrete surface in the NF concentrate pump station is dilapidated due to the constant exposure to hydrogen sulfide gasses; therefore it will require additional surface preparation and touchup to properly apply the new coating system which the contractors have conservatively accounted for in their pricing minimizing their exposure. Because the pump station wet well has limited means for entry and exit, it is considered a confined space and will require additional ventilation and safety requirements to meet all OSHA regulations. The RO Concentrate Bypass OPC was off by approximately 45%,based on the average pricing of the two lowest bidders. Our OPC was based off a recent project under construction that contained similar equipment and materials. Additionally, we received pricing from a local supplier for the piping, tapping sleeve, and control valve.Therefore the numbers generated for the OPC should be relatively similar to the contractor's prices. However, contractors will shift money in their bids to account for unknown labor hours. Since there was a significant difference for this line item between the two lowest bidders, it is believed that the contractors used this line item to account for additional labor hours. The pricing for Local Control Panel (LCP) No. 4 came in approximately 55% higher than the engineers OPC. The large difference is thought to be from the price for stainless steel. The pricing developed for the engineer's OPC for this line item was based off of a recent project that had numerous stainless steel Anek electrical panels. Because this project had numerous panels, the contractor will typically receive lower pricing from vendors. This was not accounted for when developing the OPC for this project. Additionally, pricing for stainless steel has steadily increased over the past 6-9 months, making it difficult to predict accurate construction cost for these items. Just prior to releasing the project for bidding, a biofilter for the NF concentrate pump station and an LCP was removed from the project. While developing the updated OPC to account for these design changes, the conduit and wiring for LCP 4 was inadvertently left out. Accounting for this wiring and conduit, the OPC would have been approximately$60,000, similar to the pricing seen from the two lowest bidders. Please note that we have not reviewed any references for the lowest bid; however this should not be required since Mitchell & Stark is a pre-qualified contractor for the County. If such a review is required, please provide contact information for each bidder so that we may ask for references and similar projects. Please contact us if additional information is needed concerning the above. Sincerely, CPH ENGINEERS,INC. W. Wade Wood,P.E. Vice President Packet Page-1306- w w w . c p n L o r p . c o rn