Loading...
Agenda 03/23/2010 Item #10AAgenda Item No. 10A March 23, 2010 Page 1 of 41 EXECUTIVE SUMMARY Recommendation to award a construction contract (Bid #10-5446) to D.N. Higgins, Inc., in the amount of $8,683,000.00; award a pre-negotiated direct purchase odor control package in the amount of $1,310,229.00 to Siemens; amend engineering services Work Order HS-FT-3785- 07-03 for initial construction engineering and inspection services in the time and materials not to exceed amount of $300,000.00; and authorize the necessary budget amendment for the North County Water Reclamation Facility Compliance Assurance project, Project Number 73950.1. OBJECTIVE: The public purpose is to ensure operational compliance, reliability, and sustainability at the North County Water Reclamation Facility (NCWRF), while meeting the wastewater demand of our customers. CONSIDERATIONS: On June 24. 2008, as Agenda Item 100, the Board of County Commissioners (Board) adopted the 2008 Wastewater Master Plan Update. The scope of work in this award is consistent with the 2008 Wastewater Master Plan Update, as Project 73950.1, "NCWRF Compliance Assurance" project, Section 8, Table 8-2, page I of 5, line 24. This project was originally much larger and included a capacity increase that would have resulted in a total plant capacity of 30.6 million gallons per day (MOD). It was a requirement of a 2001 Florida Department of Environmental Protection (FDEP) Consent Order. The Consent Order was lifted in 2006, but a resulting condition of the dissolution agreement between the FDEP and Collier County was to divide the original project into three phases, a compliance related phase titled Compliance Assurance (Phase I to be implemented now); a treatment phase to be implemented due to increased wastewater strengths, titled Bridge the Oap (Phase 2 to be implemented commencing in FY20l2); and a final capacity increase related phase titled Expansion to 30.6 MOD (Phase 3 to be implemented beyond Year 2(27), as depicted in the Board approved 2008 Annual Update and Inventory Report (AUlR). Since population figures have declined and wastewater demand has stayed level, Collier County and the FDEP have agreed on the above implementation schedule. This project is the first phase of the three phases to be implemented at the NCWRF. This phase is compliance related and, once completed, will ensure that the NCWRF is fully compliant with all regulatory requirements, as well as with Collier County's "good neighbor" and "zero offsite odors" policies. The project consists of lining two existing unlined ponds at the NCWRF with a high density polyethylene liner. This will provide additional irrigation quality (lQ) water storage and avoid IQ water loss that would normally percolate into the soil, thus ensuring that we can supply our irrigation customers with IQ water in a more controlled, cfficient, and effective manner. The pond perimeter berms will be improved to provide a more stable containment access area. The adjacent pond roads will be improved to provide safer access for maintenance procedures. Piping and valves will be installed between the ponds to improve circulation of IQ water between ponds. This will help prevent algae and weeds from growing in the ponds and will result in reduced maintenance to keep the ponds clean from debris. In addition, the Big Cypress Basin Board (BCBB) has awarded Collier County a grant in the amount of $288,000 for lining Pond No, 2 by August 27,2010. Executive Summary NCWRF Compliance Assurance Project 73950.1 Page 2 Agenda Item No. 10A March 23, 2010 Page 2 of41 The existing aeration basins will be fully covered and equipped with two new odor control units to ensure compliance with our "zero offsite odors" policy. The existing headworks will also be equipped with new odor control units to accomplish the same goal. An existing 150 HP blower will be replaced with a new 300 HP blower and air flow modulating valves and an air flow meter will be installed in each of the existing aeration basins to create better process control and allow the staff to optimize the required oxygen for more efficient and effective biological wastewater treatment. The existing anoxic zones will be converted to fine bubble aeration diffusers to improve treatment efficiency and optimize the treatment process. These changes will allow more efficient and effective operational control of the treatment process, thus improving the compliance, reliability, and sustainability of the facility to produce IQ water. A new bleach system will be installed for the filters in the Oxidation Ditch treatment train (the old side of the plant). The bleach system will ensure the filters will reliably produce IQ water that fully complies with all FDEP criteria. This system will also provide safer bleach feed to the plant and will ensure there are no spills. This project will provide numerous cost savings in various areas, including reduced chemical costs, reduced electrical costs due to grcater efficiency, reduced bleach usage, and more compliant. reliable, sustainable, and eflicient IQ water production and delivery. Please refer to the attached Business Case for more specific details and figures. Further, an additional savings of $209,636.64 will be realized by purchasing the Siemens odor control system as a direct purchase by the County. This affords both sales tax and contractor mark-up savings. Siemens offers a standardized odor control system that is used throughout the County in the wastewater facilities. The County standardized this system due to having a just-in-time spare parts inventory, specialized operating personnel training for this system, and an excellent performance record. Staff has negotiated a best value, fair market price for this system. Thc initial price offered by Siemens was $1,455,810.00. Staff successfully negotiated the price down 10% (-$145,581.00), to a final price of$1,3 1 0,229.00. Value engineering (VE) was conducted at the 60% and 90% design completion milestones and resulted in a cost savings of $468,500. These reviews identified key cost-drivers, generated alternatives through the use of creative thinking, and resulted in filling the need reliably at the lowest life-cycle cost without sacrificing project requirements for safety, quality, operations, maintenance, and environment. Please see the attached VE document for specific results. Specialized construction engineering and inspection (CEI) services will be required for this project. Strict controls will have to be exercised whcn construction activities interface with highly complicated plant operations to avert any adverse impacts to the ability to continue to provide wastewater treatment services to our customers. HigWy complicated and intrinsic coordination will have to be implemented while performing the air modulating valves, blower interfaces, and air diffuser work in the aeration basins. Engineering firm, Hazen & Sawycr, P.c. (H&S), is highly qualified to provide these services because they have bcen involved in the past three plant expansions as the design, hydraulics, and operations design and troublcshooting engineers. They have successfully assisted whenever the plant experienced upsets and required remedial action. They have also successfully provided operational support as needed in the past and present. In 2007 they assisted in completing the Capacity Analysis, Maximization, Modernization, Enhancement, and Optimization (CAMMEO) study that identified areas in thc NCWRF that required upgrading. Through this study they became even more intimately acquainted with the NCWRF. Thereforc, Executive Summary NCWRF Compliance Assurance Project 73950.1 Page 3 Agenda Item NO.1 OA March 23, 2010 Page 3 of 41 staff recommends that an amendment in the amount of $300,000.00 to H&S' Work Order HS- FT3785-07-03 be approved to provide the initial CEI services during the NCWRF Compliance Assurance project construction. This will ensure that the lining of Pond No.2 will be completed in time to earn the BCBB grant in the amount of $288,000.00. In order to comply with new Florida Statutes, staff will concurrently perform a Request for Proposal process to acquire the best qualified firm to complete the remaining necessary CEI services through the end of the project. For the construction project, Bid #10-5446 was publically advertised on E-Procure on January 29, 2010; 1,276 notices were mailed and 187 prospective bidders downloaded plans and specifications. On March 5, 2010, sealed bids for the construction of this project were opened. Four bids were received and are summarized in the following table: BIDDER D.N. Higgins, Inc. Cardinal Contractors, Inc. Mitchell & Stark Poole & Kent BID $ 8,683,000.00 $ 9,401,266.00 $10,174.000.00 $10,285,000.00 The engineer of record, H&S, and staff, reviewed the bids, references, and qualifications for the bidders. D.N. Higgins, Inc. has performed similar work successfully in the past. H&S and staff find the prices to be fair and reasonable and congruent with the current market conditions. Therefore, staff recommends awarding tbe contract to tbe lowest responsive, responsible, and qualified bidder, D.N. Higgins, Inc., in tbe amount of $8,683,000.00. This amount is 28.2% less than tbe $12, I 00,000 estimated cost provided by the engineer of record, H&S. H&S's recommendation letter dated March 8, 2010, is attached. FISCAL IMPACT: Funding in the amount of $7,700,000 is available in, and is consistent with, the FY2010 Capital Budget approved by the Board on September 24,2009. A budget amendment in the amount of $3,244,229.00 is necessary to fully fund this portion and the remaining CEI portion of the project. The source of funding is Wastewater User Fees, Fund (414). LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office and is legally sufficient for Board action-SRT. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure tbe viability of public facilities. RECOMMENDATION: That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District: 1. Award a construction contract (Bid 10-5446) in the amount of $8,683,000.00 to D.N. Higgins, Inc., for the NCWRF Compliance Assurance Project. 2. Authorize the Project Managcr to utilize tbe allowances for unforeseen conditions if nccessary. 3. Award thc pre-negotiated direct purchase odor control system in thc amount of $ 1 ,310,229.00 to Siemens. 4. Approve an amendment to Work Ordcr HS-FT-3785-07-03 in the time and materials not to exceed amount of $300,000.00 for the initial construction engineering and inspection services to Executive Summary NCWRF Compliance Assurance Project 73950.1 Page 4 Agenda Item NO.1 OA March 23, 2010 Page 4 of 41 H&S, to ensure receipt of the BCBB grant in the amount of $288,000.00, and authorize the Chairman to sign. 5. Authorize the necessary budget amendment. PREPARED BY: Peter Schalt, PMP, Senior Project Manager. Public Utilities Division. Item Number: Item Summary: Meeting Date: Agenda Item NO.1 OA March 23, 2010 Page 5 of 41 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 10A Recommendation to award a construction contract (Bid #10-5446) to ON Higgins, Inc., in the amount of $8,683,000.00; award a pre-negotiated direct purchase odor control package in the amount of $1 ,310,229.00 to Siemens; amend engineering services Work Order HS-FT- 3785-07 -03 for initial construction engineering and inspection services in the time and materials not to exceed amount of $300,000.00: and authorize the necessary budget amendment for the North County Water Reclamation Facility Compliance Assurance project, Project Number 73950.1. (Jim Delany, Public Utilities Administrator) 3/23/20109:00:00 AM Senior Project Manager Date Prepared By Peter Schall, PMP Public Utilities Planning & Project Mgmt Public Utilities Planning & Project Mgmt 7/23/20099:46:04 AM Plant Manager Date Approved By Jon Pratt Public Utilities Division Wastewater 3/8/20101 :19 PM Purchasing Agent Date Approved By Scott Johnson Administrative Services Division Purchasing & General Services 3/9/2010 9:49 AM Phil E. Gramatges, P .E. Date Approved By Public Utilities Division Project Manager, Principal Public Utilities Engineering 3/9/201010:04 AM Approved By Tom Chmelik Public Utilities Division Project Manager, Senior Date Public Utilities Engineering 3/9/201010:06 AM Date Approved By G. George Yilmaz Public Utilities Division Director - Wastewater Wastewater 3/9/201010:48 AM Date Approved By Thomas Wides Public Utilities Division Director - Operations Support - PUD Utilities Finance Operations 3/10/20102:22 PM Date Approved By Dianna Perryman Administrative Services Contracts Specialist Purchasing & General Services 3/11/201011:11 AM Division Agenda Item No. 10A March 23, 2010 Page 6 of 41 Date Approved By Steve Carnell Administrative Services Division Director - Purchasing/General Services Purchasing & General Services 3/11/201011:35 AM Approved By Date James W. DeLany County Attorney County Attorney 3/11/2010 1 :40 PM Deputy County Attorney Date Approved By Scott R. Teach County Attorney County Attorney 3/11/20102:01 PM Date Approved By OMB Coordinator County Manager's Office Office of Management & Budget 3/11/20104:14 PM ManagemenUBudget Analyst, Senior Date Approved By Susan Usher Office of Management & Budget Office of Management & Budget 3/12/20108:00 AM County Attorney Date Approved By Jeff Klatzkow 3/12/20102:07 PM Approved By County Manager Date Leo E. Ochs, Jr. County Managers Office County Managers Office 3/12/20102:40 PM ~;::i~~ ....-OQoL"-<l.l _ci~~~ .~ " fi21:~ 2 t:: ~:2 - C'C 000 ~2z~ c 0 ~ ~ <( ~ iil u ~ .~ ",c. " ~ " u '" . -o.!: ~l :2~ OJ", ;;: () z ~ ~~ ~~o ;.:~C; ~-N --~i~ u~~ "~~ ~ 0.00 o _0 .~ ~ "E C'?~ "OJ ClCO N .,. ~g 00' o <>/So _0 CEo ",,0 "'" ~.,. cO ,,0 >'::0 <>/SO o ~o 00 0'" 0..'" ",0 I:~ g I o~ o ZU"> ON .,. E " "00 c: Co :::JE " ...J o o ..; o O"l oJ OJ 06 .,. o o o o o .; N O"l 06 .,. o o o o o .,; '" o ai .,. o o o o o '" OJ .,. ....- .,. E " 00 Co E " ...J o o o o o o U"> N .,. o o o o o o o .... .,. '0 "C a> ~ ffi #. ~ .S2lD g':::: (") > .....0 ~~ _~ 8 -g ~ ~~~ ~a5 o ~ ~ co _ ~~ ~c: .9 '0 fij ~ gw a ..!Q -:..:- u- > :a5.9 ~ ~~8g~8gs ~K ~~ ~ ~Eo<<l.Q~5~ -B.s 0- -c ~~~ ~~~~~ s-g o. 0 06~o ~~t:.c2 00 ~ s~ 5=000==_00 .~=Q) .g>~ "':E: ~~~~g-iva5~:5~~~iv ~~ ~==~ooE~uooQ)o==~-g S~ 8~~~<o~-g~.~~.9~ ~c-7"- ....Q 0:2 0 (/J~ f!:!5LL 00 c: 5lDQ)ro~1i55ro';i;ctlc')~o..C,) 5~ ~~.g~o~~~ g-EgO)~g~~ BB~~~~~'~ ~~~~~~~B ~~~8~~8~~ ~~.~ ~~ ~~ c: o Q t; '" " o Q; .0 E~ " z N '" .,. o o o o o o U"> N .,. o o o o o o o .... .,. o o o o o o U"> N .,. o o o o o o o .... .,. o o o o o o U"> N .,. o o o o o o o .... .,. E " 00 Co E " ...J E " 00 Co E " ...J o o .,; co "l o '" 0;- .,. Ul (II VI (II (II VI Vl Q,l aJ Q,l Ql aJ aJ Q,l >- >- >- >- >- >- >- o o ci o o .; ... ~ 06 '" Ul Ul Vl Ul Ul Vl Vl Q,l Q,l Q,l Q,l Q) Q) Q) >- >- >- >- >- >- >- o o ci o o .,; co N 06 '" VI CIl (/J CIl CIl CfJ CfJ Q) Q) Q) Q) lD Q) Q) >->->->->->->- o o o ..; co co 00 '" VI VI Vl Ul Vl tr.I tr.I Q) Q) (I) aJ aJ Q,l Q) >- >- >- >- >- >- >- '" => ll<: J: .... o ;; 0 ~ ~ ;; ~ zzzzzzz V5U5<nU5<nU5U5 ~~~~~!~ ~~~~~~~ ~ u ._ Z Q) 00 -u ~~~~~~i [ij .@ 8 ~ g ~ ~~"~~...J ~ ":ii '5 Q) ~ E ~:3~ -g ~ ~ . << ~ Iii rn :E w !:: ll<: o LL W u ii2 0.. -' ;!: o .... ct~ "0 W . W C . ~~ 0;;: HAzEN AND SAWYER Environmental Engineers & Scientists Hazen and sawyer, P.C. 21 01 ~ Corporate Boulevard, Suite 301 Boca Raton, FL 33431 581 997-ll070 Fax: 581 997-ll159 March 8, 2010 Peter Schalt, PMP, Senior Project Manager Collier County Public Utilities Division, PPMD 3301 Tamiami Trail East Building H, Collier County Government Center Naples, Florida 34112 Bid Evaluation - Compliance Assurance Project North Countv Water Reclamation Facilitv Dear Pete, We have reviewed the four bids received by the County on March 5, 2010 for the Compliance Assurance Project, County Bid No. 10-5446. The four bidders and their bid prices are identified below. All bids were free of mathematical error and all bidders submitted the required documentation. The apparent low bid is from Douglas N. Higgins, Inc., Naples, Florida, in the amount of $8,683,000.00. Douglas N. Higgins Cardinal Contractors, Inc. Mitchell & Stark Construction Company, Inc. Poole & Kent Company of Florida Naples, FL Marco Island, FL ! $8,683,000 i $9,401,266 i $10,174,000 Naples, FL Miami, FL 1 $10,285,000 The bid of Douglas N. Higgins did not identify the electrical subcontractor on Page 4 of the proposal. However, these bid documents included a description of project experience with the proposed major subcontractors and the electrical subcontractor, Gulf States, Inc., Naples, Florida was identified in this section of the Higgins' bid. Douglas N. Higgins, Inc. recently, successfully, completed two projects involving modification to existing wastewater treatment facilities, and one of those projects was a comparable size project for the City of Marco Island. The low bidder has confirmed that the site project manager will be Michael Lo Bello, who had the same responsibility for the Marco Island project. They have also successfully completed many other construction projects for Collier County. We further understand their recent project performance has been satisfactory. Therefore we recommend award of this construction contract to Douglas N. Higgins, Inc. in the amount of $8,863,000.00 subject to a final review by the Purchasing Department of the bid documents and bid bond. 41010-027L001_Contract Award Recommendation Page 1 0(2 NllWYOrk, NY' Armonk, HYo Ramsey. N.J. DetroII. MI. PhiIad8IphIa, PA" RaIllIgh, He oChar\ottB, He. fairfax. VA.' Atlanta, GA" HoDywood,Fl. Boca Raton, R. 0 Fort PieIr.e,R.oJackllonl,1IIe. FloMlaml, FLoSarasola. FL. Tampa, Fl HAzEN AND SAWYER Pete Schaff March 8, 2010 Please contact us if there are any questions about this bid evaluation. Very truly yours, HAZEN & SAWYER, P.C. ~pZ Kurt Pfeffer, R.E. Project Manager FLP'E ~\"t 1 '- '3-~.'IO c: Clifford Pepper / HMI Albert MunIz / H&S File: 410101-027.3.1.2 41010-o27LOOCContract Award Recommendation Page2of2 Agenda ,temi. 10A March @ro. Page of 4'f CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: NCWRF CAP Project PROJECT #: 73950.1 PROJECT MANAGER: Peter Schal!, PMP BID/RFP #: 05-3785 MOD #: 1 PO#: 4 5 - 1 0020 JtORK ORDER #: HS-FT -37BS.07-03 DEPARTMENT: Dllhl~ro n+-;l-it--ioc CONTRACTOR/FIRM NAME: H"'7on c::.;::au.wpr P ('" Original Contract Amount: $ _2,846,000.00 (Starting Point) Current BCC Approved Amount: $_2,846,000.00 (Last Total Amount Approved by the BCC) Current Contract Amount: $ 2,846,000.00 -O;;c1uding All Changes Prior To This Modification) Revised ContractIWork Order Amount: $_300,000,00 $_3,146,000.00 (Including This Change Order) Change Amount: Cumulative Dollar Value of Changes to this ContractfWork Order: $_300,000.00 Date of Last BCC Approval 212712007 Agenda Item # 1 DB Percentage of the change over/under current contract amount_10.54_IVo Fonnula: (Revised Amount 1 Last BCC approved amount)-1 CURRENT COMPLETION DATE (S): ORIGINAL: 1131/2011 CURRENT: 10/30/2011 This change order will: [8J Add a new Task for $300,000.00 0 Increase Task Number _ by $ Other Describe the change(s): This adds construction engineering and inspection services for the NCWRF Compliance Assurance Project to ensure that the County receives the Big Cypress Basin Board grant of $288,000.00 for the completion of the lining of Pond No.2. Specify the reasons for the change(s) C 1. Planned or Elective C 2, Unforeseen Conditions Co 3. Quantity Adjustments n 4. Correction of Errors (Plans, Specifications or Scope of Work) G 5. Value Added C 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project if this change order were not processed: There would be no inspection of the work to ensure conformance with the contract and the Big Cypress Basin Board grant of $288,000.00 would be lost. This change was requested by: rlContractor/Consultant P( Owner n Using Department C CDES CDesign Professional U1Regulatory Agency (Specify) rOther (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r. Yes rv No This form is to be signed and dated. APPROVED BY D <; , Pr' REVIEWED BY: Date: 3/ ({ / I 0 I J ~\\/IO 3/,1/ Ie APPROVED BY: Date: Date: Revised 6 1809 Agenda Item No. 10A March 23, 2010 Page 11 of41 Work Order Date: March 15.2007 Change Order No.1 Change Order Description: This adds construction engineering and inspection services for the NCWRF Compliance Assurance Project to ensure that the County receives the Big Cypress Basin Board grant of $288.000.00 for the completion of the lining of Pond No.2. CHANGE ORDER TO WORKORDER FROM: Public Utilities Division PPM 3301 Tamiami Trail East Building H. 3" Floor Naples. Florida 34112 Project No. 73950.1 PO # 4500077805 WO # HS-Fr-3785-07-03 Date: March 10. 2010 TO: Hazen & Sawyer. P.c. Boca Raton, FL NCWRF Compliance Assurance Original agreement amount ............ .......... ................. ...... ..................$2.846.000.00 Sum of Previous Changes............................... ............... .....$ 0 This Change Order No.1 Amount (add or subtract) .........................$ 300.000.00 Revised Agreement Amount ............................................................. $3,146,000.00 Original contract time in calendar days.... ........................... ....... ...... .1432 days Adjusted number of calendar days due to previous change orders .......... ..........0 days This change order adjusted time is.... .......... ........ ............ ........... ....... .272 days Revised Contract Time in working days.... ........................... ............ .1704 days Original Notice to Proceed date .................................................. 03/1912009 Completion date based on original contract time ........................ 01/31/2011 Revised completion date due to change order(s)......................... 1013012011 Your acceptance of this change order shall constitute a modification to our Agreement and will be performed subject to all the same terms and conditions as contained in said Agreement indicated above. as fully as if the same were repeated in this acceptance. The adjustment, to this Agreement shall constitute a full and final settlement of any and all claims arising out of, or related to. the change set forth herein. including claims for impact and delay costs. Prepared by: 11ft"! \AL~\.r...t/,j-- Peter Schalt. PMP. Senior Project Manager Public Utilities Planning & Project Mgmt. Dept. Accepted by: A~ 'Pl ~ Albert Muniz. P.E.. Vic~resldent Hazen & Sawy,.-yC. - / I "-/~ ;:;/1. i. Date: 7((0/10 Date: '-10"'0 Approv Date: ~!/ /;~ . Agenda Item No. 10A March 23, 2010 Page 12 of 41 Change Order No. 1 Page 2 Date: 3./10110 Date: ;110 (( 0 Date: 3//1//0 Date: AITEST: BOARD OF COUNTY COMMISSIONERS OF COlLIER COUNTY FLORIDA Dwight E. Brock, Clerk BY: BY: Fred W. Coy Ie, Chairman Approved As To Form and Legal Sufficiency: Print Name: AssisIant County Attorney Agenda Item NO.1 OA March 23, 2010 Page 13 of41 HAzEN AND SAWYER Environmental Engineers & Scientists _1I1d Saw1Ir, P.C. 21011Ni CorpomlI Bo~ 8ulIe 301 Boca _, R.33431 561 997.aml Fax: 561 997-3159 March 10, 2010 Mr. Peter Schalt, PMP, Senior Project Manager COLUER COUNTY Public UtIlities Planning and Project Management 3301 East Tamlami Trail, Building H, 31d Floor Naples, Florida 34112 Collier County NCWRF Compliance Assurance Project Construction Enalneerlna and lnaoectlon Services Dear Mr. Schalt: We are pleased to submit this limited proposal for the first portion of construction on the referenced project. This proposal will provide construction engineering and inspection services for the lining of Pond "2-and for the first four (4) months of other project construction activltJes with a maximum cost as noted in the fee proposal below. We understand the remaining construction services for the project will be solicited by the County under a future Request for Proposals. Prolect Backaround The Compliance Assurance Project (CAP) includes new odor control systems as well as upgrades to the existing system at the Preliminary Treatment structure. The CAP also includes modifications to the existing MLE aeration basins, aeration blower upgrade, lining of two reuse/reject water ponds, revisions to existing pond benns and piping and lining, and modifications to the north bleach system. Proiect Seeoe and Understandina The following activities outline engineering and inspection services to be provided during construction of the Compliance Assurance Project. 1. Schedule and attend a preconstruction conference with the County and the contractor. Prepare and distribute minutes. 2. Coordinate all construction field activities with the operational staff at the NCWRF. 3. Review and evaluate the proposed construction schedule and the schedule of values used for progress payment purposes. 4. Provide timely review of shop drawings, submittal infonnation and O&M Manuals, 5. Respond to Requests for InfonnatJon from the contractor within three working days, 6. Provide construction contract administration consisting of (a) review of payment applications, (b) review of construction schedule updates and field progress, (c) review of change order requests and preparation of change orders, and (d) assistance in administration of additional work under the Contract Allowance Bid Item. 4101{).()23L005_Constl1JCtion Servlces-cAP NCWRF PlIge 1 012 _MIt(..~ NY.......IIJ.OIIraI.M1.~M.Allllab.C.CllMDIII.NC.fIItIIx, VA-""" &.\.IilltJWOOd,A.....RllDn.ft.foltPlllal,ft...............R.....R..SIfIIllII.A.........R. Agenda Item NO.1 OA March 23,2010 Page 14 of 41 HAzEN AND SAWYER Pete Schelt Merch 10, 2010 7. Provide operational support services to assist the County to maintain continuous compliance with DEP requirements and to maintain production of irrigation quality (10) water. 8. Conduct site observation of construction and provide dally reports with. photographs to the County. 9. Provide site visits by an engineer to Inspect the. field progress and respond to questions. The estimated time for site visits is described on the enclosed fee spreadsheet. 10. Attend project meetings In oieter,to monitor. progress"respond tofieldissues)aild communicate with the contractor. " ., Please note we have excluded preparation of conformed construction documents due to the minimal substantive addendum changes. We have also excluded costs from the proposed budget for the following activities: (a) any permitting preparation or application costs, (b) Investigation or management of hazardous materials and historical artifacts, and (c) laboratory testing. Antlllioated ProiectSchedule The construction contract allows a construction period of 16 months. This limited proposal provide construction engineering and inspecliori services for the first four (4) mollths construction for the maximum fee shown below. Fee for Professional Services This limited proposal addresses construction engineering and inspection services associated with the first four (4) months of construction of the Compliance Assurance Project, and these services shall be performed on a time and material basis. The basic construction services (Tasks 1 and 2) are estimated to be $287,320. The total fee with Additional Services and Reimbursable Expenses is $300,000. Please refer to the enclosed spreadsheet that identifies our estimates for the various tasks. . We appreciate the opportunity to continue to serve the County during the cO~!ltructIOr1 phase of this project. If you have any questions or comments, please do not hesitate to contact me. Very truly yours, HAZEN AND SAWYER, P.C. ~t.f Project Manager c: Albert Muniz / H&S CIlffotd PePf>>r / HMI Ale 4101D-027-1.2 410tD-023L005_ConslnJCffon Services-CAP NCWRF PROPOSAL FOR PROfESSIONAL CEI SERVICES COMPUANCE ASSURANCE PROJECT, NCWRF COLLIER COUNTY PUBLIC UTILITIES DMSION PrIncIpIII Tuk $175 1. Conlract ........1n1ldnillDn -1aHd on 4 manthll17 .... 1 __ Conroronco 2 ea_-.go.sl0p_&apecillImtgo 3 PlojIIct Monegomenl, Pey Roqu_ 40 . Su_1o & RFIo Agenda Item No. 10A March 23, 2010 Page 15 of 41 Chlol E"lII_ $180 0p0r0II0na Sr. Pro) 1_101f Sr FIoId Admin ____ If D...... Inopoclar_ 140 $85 $85 $80 . 25 10 33 280 82 530 80 2. DeYIIed 0burvftI0n & F..1d In&DKtIDft - eued on 4 montha/17 .... 1 Sr ~ (llMed on 44 hrlwk) 2 Erlgl_' SlIo VIolI. 145 240 3. RHnbbraatH~ 1 CopIn, UPS, Poatoge, MIao 2 Doc:umont Reproduction: Building Permll, other 2 20 20 78 80 380 80 732 SUBTOTAL 748 70 B18 12 397 SUBTOTAL _10,2010 TolIII Houra TOTAL BASIC SERVICES: TASKS 1 a z $ZI7,320 NOTES: 1 GooIKhnlcol ond ___ tooting wiD be porlolmod byolheJa. 2 Projoc:l aIIIIIIng end ~-hou..... _ on tho conatruam poriod being no Iongor then _lIbov.. 3 AI work 'NtH be done on . ti.... and InIIIIIri&I bUa. SUBTOTAL: TASK 3 $5 880 $7 000 12880 TOTAL ALL TASKS $300,000 Agenda Item No. 10A March 23. 2010 Page 16 of 41 COLLIER COUNTY GOVERNMENT PUBLIC UTILITIES PLANNING AND PROJECT MANAGEMENT DEPARTMENT BUSINESS CASE FOR: NCWRF Compliance Assurance Project - 73950.1 Hazen & Sawyer initial CEI Services via amendment to work order NEXUS TO MASTER PLAN: Wastewater MP . Section 8, Table 8-2, page 1 of 5, line 24. FY'10 Budgeted Amount: $8.5M 1. Initiative action and recommendation - underlined and italics below Recommendation to award a construction contract (Bid #10-5446) to D.N. Higgins, Inc., in the amount of 58,683,000.00; award a pre-negotiated direct purchase odor control package In the amount of 51,310,229.00 to Siemens; amend entrineerine services Work Order HS-FT- 3785-07-0] in the amount of $300.000.00 for initUIJ construction eneineerinfl and insDedion services in the time and materials not to exceed amount of $300.000.00; and approve the necessary budget amendment(s) for the North County Water Reclamation Facility Compliance Assurance project, Project Number 73950.1. 2. Benefits of the initiative action To provide inspection services to ensure that the NCWRF is upgraded into full compliance with all local. state, and federal rules, ordinances and laws, and eam the Big Cypress Basin grant of $288.000.00 3. Risk of not takino the action Risk potential non-compliance issues or inefficiencies. Risk that the construction does not adhere to the contract. Will lose the grant. 4. Why is this action the best value solution It is always the best value solution have full time inspection services on a large critical project like this to bring the plant into full compliance. 5. Other ootion to the action None 6. What criteria does this initiative address (e.o.. Public Health, SafelY. AU1R. Comoliance, meets demand. etc...) Compliance, safety, meet demand, cost to correct avoidance, free funding. Name: Peter Schalt, PMP Title: Senior Project Manager Date: March 11,2010 ~~; ~O_ NO ?,~.-~ " ~~~ {5Z c: '" 0> ~ ~ ~ Q N '" '" CI> M E: .... ci z U Gl 'e "- E: () Gl '0' Q: Gl () e e " III III c( Gl () e .!!! is. E o U 1L Q: 3: u z '" N 1! 5 '" a N 5 5 1! 5 '" 5 '::! 5 5 1! 5 '" 5 '::! 5 5 1! 5 '" 5 N 5 5 1! 5 ;,; E '" z () Gl '0' Q: ~ ]I N 1;; ~ ~ 0 'Q. u ~ ~ ::i ;;; ~~H~1h ~55.c.t~~~~ nH~~~ [ g~$~~~~g mm!! .s~~~~~~-g H~HHi ~~~gE.e~~ ~~~~Ji~:~ ~ ~ ~ .~ E .... e ~ III ii ~ z 0 Gl ~ w t () > e .~ l- I w E 0 t u Gl .. III Gl c III 0 ... 'f 0 e 0 " w " u 0 u ... " "..--"- SIEMENS Agenda Item No. 10A March 23, 2010 Page 180f41 BID PROPOSAL SECTION 13200A: ODOR CONTROL SYSTEMS - CHEMICAL SECTION 13201A: ODOR CONTROL SYSTEMS-BIOSCRUBBER FURNISH WITH FIELD TESTING, START-UP, TRAINING AND CONSTRUCTION SERVICES INSTALLATION BY CONTRACTOR FOR THE COLLIER COUNTY, FL NORTH CO. REGIONAL WRF HEADWORKS Bid Date: March 5, 2010 Revised on March 1, 2010 SWT File No. M09-257 (A-D) SALES REPRESENTATIVE Mr. Larry Hickey Equipment Plus, Inc. 6600 South Magnolia Ave Oscala, FI 34476-6868 Tel: (352) 237-1869 Mobile: (352) 895-2656 Email: lany.hickey@equipmentplusinc.com Siemens Water Technologies Corp. SIEMENS SALES CONTACT Vaughan Harshman, P.E. Siemens Water Technologies 2650 Tallevast Road Sarasota, FL 34243 Tel: (941) 355-2971 Mobile: (941) 928-0453 Email: james.v.harshman@siemens.com 12316 World Trade Drive Suite 100 San Diego, CA 92128 Tel: (858) 487-2200 Fax: (858) 487-5600 www.water.siemens.com SIEMENS Agenda Item NO.1 OA March 23, 2010 Page 19 of 41 March 1,2010 Scott O. Johnson Purchasing Agent 3301 Tamiami Trail East SLOG "G" Naples, FL 34112 RE: SECTION 13200A: ODOR CONTROL SYSTEMS - CHEMICAL SECTION 13201A: ODOR CONTROL SYSTEMS - BIOLOGICAL COLLIER COUNTY, FL - NORTH CO. REGIONAL WRF HEADWORKS SWT Proposal No. M09-257 (references A-D and M08-002) Dear Mr. Johnson: Please find the enclosed revised Siemens Water Technoiogies' Sid Proposal for providing the Odor Control Systems for the NCWRF Compliance Assurance Project. Our proposal is in accordance with the technical specifications and drawings. This revision includes the items we discussed during our meeting last week including finalized pricing and payment tenns. Our detailed scope of supply and services are attached herein. We have included our standard tenns and conditions in this proposal and would be happy to discuss any specific items before finalizing a contract. The price for the equipment described in this proposal is $1,310,229. We appreciate your interest in working with us on this important project and look forward to a successful partnership. Please do not hesitate to contact me or Mr. Vaughan Harshman if you have any questions regarding our scope or need any additional information. Thank you for this opportunity to be of service again to Collier County. Sincerely, Richard Parker General Manager, Odor Control TMlkjg1M09-257 A..combined.cost.030110 Rev 2.doc cc: Mr. Vaughan Harshman, P.E., Siemens Water Technologies Corp. Mr. Larry Hickey, Equipment Plus Inc Siemens Water Technologies Corp. 12316 Worid Trade Drive Suite 100 San Diego, CA 92128 Tel: (858) 487-2200 Fax: (858) 487-5600 www.water.siemens.com SIEMENS OCU-1: SECTION 13201A: ODOR CONTROL SYSTEMS - BIOSCRUBBER Agenda Item NO.1 OA March 23, 2010 Page 20 of41 SCOPE OF WORK BY SIEMENS WATER TECHNOLOGIES The following equipment and services are included in our scope of work. All equipment and components necessary to provide a complete system in accordance with Specification Section 13201A will be provided except those items specifically excluded below. The system is suitable for outdoors installation in an NFPA 820 Class 1 Division 2 hazardous-duty location. The electrical control panel and nutrient tank will be remote-mounted in a non-hazardous location at least three-feet from the odor control system and ductwork. The Contractor will be responsible for mounting the nutrient tank/control panel and some field- wiring. No. 1. Description FRP Air Exhaust Fan with High Efficiency TEFC Motor' 6,100 acfm @ 7.0 in w.c. with 15 HP motor (Class 1, Div 2) Q!y 1 2. Fan Outlet Flexible Connector' (EPDM flanged with SS backing bars) 3. Fan OutietlBioScrubber Inlet Transition' 4. FRP Bioscrubber Tower (10 It diameter)', including: Media Support Bioscrubber PUF Foam Media' Liquid Distributor' Mist Eliminator' Integral Sump Drain, Sight Glass, Manways Inlet and Outlet Sample Port Flanged Inlet and Outlet All Bioscrubber Tower Connecting Hardware (nuts, bolts, gaskets) FRP caged ladder and maintenance platform Exhaust transition with 24" side outlets, mist eliminator access and 24" FRP bypass damper (with chain wheel actuator) 5. Water and Nutrient Tank Feed System' Nutrient Tank in rectangular box Water Control Box with 316 SS NEMA 12 Enclosure Electrical Control Panel with 316 SS NEMA 4X Enclosure, Motor Starters and control transformer Polypropylene Recirculation Pump Nutrient Feed Pump mounted in Water Control Box Low Level Switches (Sump and Nutrient) Recirculation Pressure Gauge in Water Control Box 6. Miscellaneous Instruments and Accessories Included Make-up Water Rotameter Differential Pressure Transmitter across Bioscrubber' Sump Low and High Level Control Fan suction Vacuum switch' Fan Vibration switch Siemens Water Technologies Corp. 12316 World Trade Drive Suite 100 San Diego. CA 92128 Tel: (858) 487-2200 Fax: (858) 487-5600 www.water.siemens.com SIEMENS Agenda Item NO.1 OA March 23, 2010 Page 21 of41 7. Spare Parts Nutrient Pump Repair Kit, Qty. 1 Fan Belts, Qty. 1 Set Fan Bearings, Qty. 1 Set 8. Neoprene Pad' for Underneath Vessels Included 9. Anchor Bolts' Included 10. Design Submittals and O&M Manuals in accordance with sections 01330 and 01830 Included 11. Manufacturer's Services for Start-up, Testing and Operator Training in accordance with section 01750 (See Field Service Summary-combined for all equipment in this contract) Included 12. F.O.B Jobsite . Shipped Loose for installation by the contractor Included CLARIFICATIONS/EXCEPTIONS TO SPECIFICATION SECTION 13201A 1. Page 13201A-5, Item 1.05.B: Add to the end of the sentence ", provided that the influent conditions are within the design parameters stated herein." 2. Page 13201A-5, Item 1.07: We respectfully request the Tenms of Payment be revised to reflect those listed below under "Payment Terms". Siemens Water T echnoiogies Corp. 12316 World Trade Drive Suite 100 San Diego, CA 92128 Tel: (858) 487-2200 Fax: (858) 487-5600 www.water.siemens.com Agenda Item NO.1 OA March 23, 2010 Page 22 of 41 SIEMENS OCU NO 2: SECTION 13200A: ODOR CONTROL SYSTEMS - CHEMICAL EXISTING LO/PRO. MODIFICATIONS SCOPE OF WORK BY SIEMENS WATER TECHNOLOGIES The following equipment and services are included in our bid. All equipment and components necessary to provide a complete system in accordance with Specification Section 13200A will be provided except those items specifically excluded below. The modifications will result in a system suitable for NFPA 820 Class 1 Division 2 hazardous-duty location. The electrical control panel will be remote-mounted in a non-hazardous location at least three-feet from the odor control system and ductwork. The Contractor will be responsible for mounting the control panel and some field-wiring. No. 1. Descriotion FRP Air Exhaust Fan Motor' (60 HP motor) Inverter duty motor, Ciass 1, Division 2, vibration switch 2. Modifications to existing Siemens Packaged LO/PROO Odor Control System including provision of the following: Recircuiation pump motors' (15 HP, 25 HP - Class 1, Division 2) Chemical pump motors' (three 1/2 HP expl DC motors) New PVC 3" head for existing NaOCI pump' Mist Eliminator (mesh type)* New Exhaust Stack' (with WYE connector for H2S sensor -5.0-1t high) 3. Electrical Control Panel with 316 SS NEMA 4X Enclosure', including Transformer, Solt Motor Starters, Dry Contacts, and Instrumentation (remote- mounted in a non-hazardous location) pH Elements & Controller (2 ea.) ORP Element & Controller (1 ea.) Note: VFD for fan motor supplied and installed by others 4. Accessories and Instrumentation' Differential Pressure Transmitters (2) Recirculation Pump Pressure switches (2) Fan inlet vacuum switch Fan vibration switch NEMA 7 junction box for existing level switches (2) Tubing and connectors to route makeup water supply to recirc pump seal 5. Manufacturer's Services for Start-up, Testing and Operator Training at the Job Site in accordance with section 01750 (See Field Service Summary-combined for all equipment in this contract) 6. Bottled Hydrogen Sulfide Gas for Performance Testing 7. F.O.B. Job Site , Shipped Loose for installation by the contractor Total Quantity 1 Included Included Included Included Siemens Water Technologies Corp. 12316 World Trade Drive Suite 100 San Diego, CA 92128 Tel: (858) 487-2200 Fax: (858) 487-5600 www.water.siemens.com SIEMENS OCU NO 3: SECTION 13200A: ODOR CONTROL SYSTEMS - CHEMICAL NEW LO/PRO SCOPE OF WORK BY SIEMENS WATER TECHNOLOGIES The following equipment and services are included in our bid. All equipment and components necessary to provide a complete system in accordance with Specification Section 13200A will be provided except those items specifically excluded below. Siemens Water Technologies' LO/PR()@ scrubber system is packaged, pre-piped, wired to the greatest extent possible, tested and shipped as a single piece. Field assembly is limited to the fan, inlet and outlet transitions, ductwork, electrical control panel, utilities connections and some minor sub-assemblies. Agenda Item No. 10A March 23, 2010 Page 23 of 41 The systems are suitable for outdoors installation in an NFPA 820 Class 1 Division 2 hazardous-duty location. The eiectrical control panel will be remote-mounted in a non-hazardous location at least three- feet from the odor control system and ductwork. The Contractor will be responsible for mounting the control panel and some field-wiring. No. 1. Description FRP Air Exhaust Fan* (22,850 acfm @ 10 in W.C., 60 HP motor) Inverter duty motor, Class 1, Division 2, vibration switch Total Quantitv 1 2. FRP Fan Inlet Flexible Connector* (EPDM boot type with S/S clamps) 3. FRP Fan Outlet Flexible Connector* (EPDM flanged with SS backing bars) 4. FRP Fan Outlet/Scrubber Inlet Transition* 5. Siemens Water Technologies' Three-Stage Packaged LO/PR()@ Odor Control System of Unitary (Single Piece) FRP Construction (Hetron 922 Resin) with the following major system components: Two-Stage Gas Absorption System Two Integral Chemical Sumps Packing Media, Nozzles and Mist Eliminator (mesh type) Intemal Piping and Access Doors 6. FRP Scrubber Outlet Transition/Exhaust Stack* (with WYE connector for H2S senser -5.0-1t high) 7. PP Chemical Recirculation Pumps, Vertical Seal-less (no seai water is required), pre-mounted on scrubber sumps 2 8. Chemical Metering Pumps, pre-mounted on scrubber sumps, expl DC motor Sodium Hydroxide Sodium Hypochlorite 2 1 Siemens Water Technologies Corp. 12316 World Trade Drive Suite 100 San Diego, CA 92128 Tel: (858) 487-2200 Fax: (858) 487-5600 www.water.siemens.com SIEMENS Agenda Item No. 10A March 23, 2010 Page 24 of41 No. 9. Descriotion (Continued) Electrical Control Panel with 316 SS NEMA 4X Enclosure', including Transformer, Soft Motor Starters, Dry Contacts, and Instrumentation (remote-mounted in a non- hazardous location) pH Elements & Controller (2 ea.) ORP Element & Controller (1 ea.) Sump Low Level Control (2 ea.) Note: VFD for fan motor supplied and installed by others 10. Accessories and Instrumentation Differential Pressure Transmitters (2) Make-up Water Flowmeters (2) Scrubber Blowdown Controls Recirculation Pump Pressure switch and gauges (2) Fan inlet vacuum switch' Scrubber NEMA 4X Electrical Junction Box 11. Spare Parts Metering Pump Repair Kits, Qty. 3 Kits Fan Belts, Qty. 1 Set Fan Bearings, Qty. 1 Set Extra 3" PVC head for NaOCI pump, Qty 1 pH and ORP probe rebuild kit (salt bridges) 12. Anchor Bolts' 13. Neoprene Pad for underneath Scrubber* 14. Design Submittals and O&M Manuals in accordance with sections 01330 and 01830 15. Manufacturer's Services for Start-up, Testing and Operator Training at the Job Site in accordance with section 01750 (See Field Service Summary-combined for all equipment in this contract) 16. Bottled Hydrogen Sulfide Gas for Performance Testing 17. F.O.B. Job Site , Shipped Loose for installation by the contractor Siemens Water Technologies Corp. 12316 World Trade Drive Suite 100 San Diego, CA 92128 Tel: (858) 487-2200 Fax: (858) 487-5600 WINW. water. siemens.com Total Quantity 1 Included Included Included Included Included Included Included Included SIEMENS Agenda Item No. 10A March 23, 2010 Page 25 of41 OCU NOS. 4 AND 5: SECTION 13200A: ODOR CONTROL SYSTEMS - CHEMICAL NEW LO/PRO'S SCOPE OF WORK BY SIEMENS WATER TECHNOLOGIES The following equipment and services are included in our bid. All equipment and components necessary to provide a complete system in accordance with Specification Section 13200A will be provided except those items specifically excluded below. Siemens Water Technologies' LO/PR()@ scrubber system is packaged, pre-piped, wired to the greatest extent possible, tested and shipped as a singie piece. Field assembly is limited to the fan, inlet and outlet transitions, ductwork, electrical control panel, utilities connections and some minor sub-assembiies. The systems are suitable for outdoors installation in an NFPA 820 Ciass 1 Division 2 hazardous-duty location. The electrical control panel will be remote-mounted in a non-hazardous location at least three- feet from the odor control system and ductwork. The Contractor will be responsible for mounting the control panel and some field-wiring. No. Description 1. FRP Air Exhaust Fan- (28,000 acfm @ 12.5 in W.C., 100 HP motor) Class 1, Division 2, vibration switch, FRP inlet box 2. FRP Fan Inlet Flexible Connector- (EPDM boot type with S/S clamps) 3. FRP Fan Outlet Flexible Connector- (EPDM flanged with SS backing bars) 4. FRP Fan Outlet/Scrubber Inlet Transition- 5. Siemens Water Technologies' Three-Stage Packaged LO/PR()@ Odor Control System of Unitary (Single Piece) FRP Construction (Hetron 922 Resin) with the following major system components: Three-Stage Gas Absorption System Three Integral Chemical Sumps Packing Media, Nozzles and Mist Eliminator Intemal Piping and Access Doors 6. FRP Scrubber Outlet Transition/Exhaust Stack- (with WYE connector for H2S sensor -5.0-1t high) 7. PP Chemical Recirculation Pumps, Vertical Seal-less (no seal water is required), pre-mounted on scrubber sumps 8. Chemical Metering Pumps, pre-mounted on scrubber sumps, expl DC motor Sodium Hydroxide Sodium Hypochlorite Siemens Water Technologies Corp. 12316 World Trade Drive Suite 100 San Diego, CA 92128 Tel: (858) 487-2200 Fax: (858) 487-5600 www.water.siemens.com Total Quantitv 2 2 2 2 2 2 6 6 2 SIEMENS Agenda Item NO.1 OA March 23, 2010 Page 26 of41 No. Description (Continued) 9. Electrical Control Panel with 316 SS NEMA 4X Enclosure*, including Transformer, Soft Motor Starters, Dry Contacts, and Instrumentation (remote-mounted in a non- hazardous location) pH Elements & Controller (3 ea. system) ORP Elements & Controller (1 ea. system) Sump Low Level Control (3 ea. system) 10. Accessories and Instrumentation (quantities are per system) Differential Pressure Transmitters (2) Make-up Water Flowmeters (3) Scrubber Blowdown Controls Recirculation Pump Pressure switch and gauges (3) Fan inlet vacuum switch* (1) Scrubber NEMA 4X Electrical Junction Box 11. Spare Parts (quantities are per system) Metering Pump Repair Kits, Qty. 4 Kits Fan Belts, QIy. 1 Set Fan Bearings, QIy. 1 Set Extra 3" PVC head for NaOCI pump, QIy 1 pH and ORP probe rebuild kit (salt bridges) 12. Anchor Bolts* 13. Neoprene Pad* for underneath Scrubbers 14. Design Submittals and O&M Manuals in accordance with sections 01330 and 01830 15. Manufacturer's Services for Start-up, Testing and Operator Training at the Job Site . in accordance with section 01750 (See Field Service Summary-combined for all equipment in this contract) 16. Bottled Hydrogen Sulfide Gas for Performance Testing 17. F.O.B. Job Site * Shipped Loose for installation by the contractor CLARIFICATIONS/EXCEPTIONS TO SPECIFICATION SECTION 13200A Total Quantitv 2 Included Included Included Included Included Included Included Included 1. Page 13200A-5, Item 1.07.B: Add to the end of the sentence ", provided that the influent conditions are within the design parameters stated herein." 2. Page 13200A-5, Item 1.08: We respectfully request the Terms of Payment be revised to reflect those listed below under "Payment Terms". Siemens Water T echnoiogies Corp. Tel: (858) 487-2200 Fax: (858) 487-5600 INWW. water .siemens.com 12316 World Trade Drive Suite 100 San Diego, CA 92128 SIEMENS FIELD SERVICE SUMMARY: Agenda Item NO.1 OA March 23, 2010 Page 27 of 41 Siemens will provide a representative on-site to witness the delivery and inspection of each equipment delivery and provide a report with photographs. Siemens will provide a field engineer to inspect the installation, supervise the contractor responsible for the modifications to OCS-2, perform the Field Acceptance Performance Tests, and provide training to the owner's personnel. Bioscrubber portion: Two (2) Trips for up to Three Days per Trip at the Job Site for Start-up, Testing and Operator Training Siemens will assist the contractor with balancing the air flow from the foul air sources under the various operating conditions. Damper settings, VFD settings and air flow rates will be determined and summarized in the O&M manual. The air balancing will be conducted using a pitot traverse to measure velocity in the ductwork by the Siemens technician. It is expected that the air balancing will be performed at various times during construction. Installation and startup assistance: Four (4) trips, twelve (12) days total Performance Testing: Estimated to require Three (3) trips, six (6) days total EXCLUSIONS TO BE PROVIDED BY THE CONTRACTOR 1. Equipment package unloading, storage, and installation. 2. Removal and disposal of existing Bioway system. 3. Site preparation work, civil works, foundation design and concrete pad for equipment, including any structural caicuiations. 4. Loading of all bioscrubber internals, including media 5. Design, supply, and installation of all odor extract ducts including ductwork, dampers, flexible connectors, and transitions up to fan inlets. 6. Any outlet ductwork/exhaust stack beyond Siemens' provided stack and from the bioscrubber outlet transition to any equipment installed downstream of the bioscrubber. 7. All 316 SST fasteners and EPDM gaskets for ductwork flanged connections and dampers. 8. Design, supply, and installation of all duct supports and flashing. Siemens will provide the design for the exhaust ductwork connection to the BTF tower only. 9. Utilities: 480V/3Ph/60 Hz power, water and drain. 10. Mounting of electrical control panel in a non-hazardous location and all electrical materials and their instaliation from control panel to remote located instruments or equipment such as scrubber fan, pumps, scrubber junction box, chemical storage tank instrumentation (provided by others), etc. 11. All electrical materials, their installation and any programming to interface Siemens' electrical control panel with the plant PLC/SCADA. Please note: Siemens' electrical control panel does not require and does not include a PLC. The panel will include dry-contacts for hard-wired relays by the Contractor. 12. Chemical storage tanks and all chemicals, including nutrient solution. 13. All chemical tank piping and assemblies. Siemens Water Technologies Corp. 12316 World Trade Drive Suite 100 San Diego, CA 92128 Tel: (858) 487-2200 Fax: (858) 487-5600 www.water.siemens.com SIEMENS Agenda Item No. 10A March 23, 2010 Page 28 of 41 14. All components of chemical supply line, including piping, pipe supports, valves and strainers, from storage tanks to scrubber-mounted metering pumps. 15. Make-up water supply and drain piping. 16. All piping, valves, and accessories from bioscrubber sump to recirculation pump and from recirculation pump to bioscrubber nozzle header connection. 17. Make-up water supply to water control box and drain piping from the bioscrubber system. 18. Minor field assembly of some sub-assemblies may be required. (For shipping purposes, some sub-assemblies are disassembled and will need to be re-assembled in the field) 19. Heat tracing and insulation of all exposed piping for make-up water, drain, recirculation and chemical feed, including piping located on the scrubber itself. This includes any required heat tracing for exhaust fan drain. 20. Any sales, federal, state, local, user, excise, or other similar taxes unless expressly stated in this quotation. 21. Installation/demolition labor for OCS-2 modifications, removal of unused components, including control panel, fan motor, pump motors, wiring/conduits, retrofit existing vessel to accommodate new mist eliminator, new stack, etc. 22. Fan VFD's for OCS2 and 3 23. H2S monitoring system, permanent or portable 24. Spare parts for OCU2 25. Any items not explicitly listed under Siemens' scope of supply. SHIPPING INFORMATION Equipment Overall Footprint: Shipping Weight OCS 1 10 ft Dia x -36.7 If OAH (Tower) -80001bs 6.0 ft l x 5.5 ft W (NUCIRC skid) -20001bs OCS3 17'-6" l x 9'-6" W (loPro vessel only) 12,000 Ibs. OCS 4 OR 5 28'-0" l x 9'-6" w x -14 ft H (loPro 16,000Ibs. vessel only) FIELD SERVICES Should additional. services be required for work beyond what is included in our proposal, it will be necessary for you to purchase them from us for our standard rate of $1,000 per eight (8) hour day, plus expenses. SCHEDULE On any ensuing contract, we shall mutually agree upon a production schedule. Our normal lead time for this type of equipment is as stated below. However, due to fluctuations in backlog, an actual schedule cannot be established until after receipt and acceptance of a complete written purchase agreement. Siemens Water Technologies Corp. 12316 World Trade Drive Suite 100 San Diego, CA 92128 Tel: (858) 487-2200 Fax: (858) 487-5600 www.water.siemens.com SIEMENS Agenda Item No. 10A March 23, 2010 Page 29 of 41 Design Submittals: Equipment Shipment: 6 Weeks after Receipt of Fully Executed Purchase Order 14-16 Weeks after Seller's Written Receipt of Submittal Approval and Release for Fabrication 1-2 Weeks after Shipment Estimated Delivery: Special Note: Our price does not include any costs for storage of equipment between the time it is ready to ship and when the equipment is actually installed. The costs to protect, insure, and store the equipment at the job site, or at any off site location, is the responsibility of the Buyer. PROPOSAL VALIDITY Siemens Water Technologies' Cost Proposal for the March 5, 2010 bid date is valid until June 5, 2010. Our equipment is priced with equipment shipment no later than August 31, 2011. In the event Buyer may require extensions to the delivery or warranty periods, Seller can offer extended terms for an additional cost to be provided at time of request. PAYMENT TERMS Siemens' proposal is based upon the following payment terms for each respective location [Headworks and Aeration], for which a Schedule of Values shall be provided (at a later date): 90% upon equipment shipment (or offer to ship), Net 30 days 10% upon substantial completion of odor control system, Net 30 days, but no later than 180 days from equipment shipment In the event any amount becomes past due, a service for of 1-1/2% of the unpaid balance will be due each month untii paid. Siemens reserves the right to ship, invoice, and collect for partial shipments. TAXES Our bid does not include any sales, federal, state, local, user, excise, or other similar taxes unless expressly stated in this quotation. All applicable taxes shall be paid by the Buyer. Should Siemens Water Technologies Corp. receive an order for this project, the Buyer shall forward to Siemens a resale certificate or tax exemption certificate, whichever is applicabie. WARRANTY At each respective location [Headworks and Aeration], Siemens' warranty for equipment is 24 months from substantial completion of odor control system(s) or 30 months from shipment, whichever occurs first, in accordance with Article 6 of Siemens' Standard Terms of Sale (attached). BACKCHARGE POLICY Without exception, Siemens Water Technologies Corp. ('Siemens') will not be responsible for any backcharges unless a written request is submitted to, and approved in writing by Siemens prior to work being performed or any cost being incurred. Any such request must be submitted at ieast three (3) Siemens Water Technologies Corp. 12316 World Trade Drive Suite 100 San Diego, CA 92128 Tel: (858) 487-2200 Fax: (858) 487-5600 www.water.siemens.com SIEMENS Agenda Item NO.1 OA March 23, 2010 Page 30 of41 working days before such approval is required to permit Siemens to conduct a site visit or such other investigation as it may deem appropriate. TERMS & CONDITIONS NOTE 1: All the information in this quotation is confidential and has been prepared for your use solely in considering the purchase of the equipment described. Transmission of all or any part of this information to others or use by you for other purposes is unauthorized without our written consent. NOTE 2: Attached to this Proposal are Siemens' Standard Terms of Sale. These conditions apply to this proposal and are factored into the price of this project. No tenms and conditions other than Siemens' Standard Tenms of Sale attached to this Proposal will apply to any resulting order unless mutualiy agreed to in a separate document executed by Siemens and Buyer. This Bid by Siemens is further contingent upon: (i) resolution of mutually acceptable payment terms; (ii) Siemens' satisfactory completion of an anti- corruption due diligence review; and (iii) written agreement specifically acknowledging acceptance of terms and conditions mutually agreed upon by the parties. Siemens Water Technologies Corp. 12316 World Trade Drive Suite 100 San Diego, CA 92128 Tel: (858) 487-2200 Fax: (858) 487-5600 WNW. water.siemens.com SIEMENS STANDARD TERMS OF SALE Agenda Item NO.1 OA March 23, 2010 Page 31 of 41 Aoolicable Terms. These terms govern the purchase and sale of the equipment and related services, if any (collectively, "Equipmenr), referred to in Seller's purchase order, quotation, proposal or acknowledgmenL as the case may be ("Seller's Documentation"). Whether these terms are included in an offer or an acceptance by Seller, such offer or acceptance is conditioned on Buyer's assent to these terms. Seller rejects all additional or different terms in any of Buyer's forms or documents. 2. Payment. Buyer shall pay Seller the full purchase price as set forth in Seller's Documentation. Unless Seller's Documentation provides otherwise, ~ storage, insurance and all taxes, duties or other governmental charges relating to the Equipment shall be paid by Buyer. If SeUer is required to pay any such charges, Buyer shall immediately reimburse Seller. All payments are due within 30 days after receipt of invoice. Buyer shall be charged the lower of 1 Yz% interest per month or the maximum legal rate on all amounts not received by the due date and shall pay all of SeHer's reasonable costs (including attorneys' fees) of collecting amounts due but unpaid. All orders are subject to credit approval. Title shall remain with Seller until Buyer has paid the agreed price for the scope in full and shall transfer to Buyer when Buyer has paid Seller in full. 3. Deliverv. Delivery of the Equipment shall be in material compliance with the schedule in Seller's Documentation. Unless Seller's Documentation provides otherwise, Delivery terms are F.O.B. Jobsite. Risk of Loss shall transfer from Seller to Buyer at the moment when the goods are delivered as specified above. 4, OwnershiD of Materials. All devices, designs (including drawings, plans and specifications), estimates, prices, notes, electronic data and other documents or information prepared or disclosed by Seller, and all related intellectual property rights, shall remain Seller's property. Setler grants Buyer a non-exclusive, non~ transferable license to use any such material solely for Buyer's use of the Equipment. Buyer shall not disclose any such material to third parties without Seller's prior written consent. 5. Chanaes. Seller shall not implement any changes in the scope of woO< described in SeHer's Documentation uniess Buyer and Seller agree in writing to the details of the change and any resulting price, schedule or other contractual modifications. This includes any changes necessitated by a change in applicable law occurring after the effective date of any contract including these terms. 6. Warranty. Subject to the following sentence, Seller warrants to Buyer that the Equipment shall materially conform to the description in Seller's Documentation and shall be free from defects in material and workmanship. The foregoing warranty shall not apply to any Equipment that is specified or otherwise demanded by Buyer and is not manufactured or selected by Seller, as to which (i) Seller hereby assigns to Buyer, to the extent assignable, any warranties made to Seller and (ii) Sener shall have no other liability to Buyer under warranty, tort or any other legal theory. If Buyer gives Seller prompt written notice of breach of this warranty within 30 months from shipment or 2 years from substantial completion of odor control system{s) at each respective location [locations are Headworks and Aeration], whichever occurs first (the "Warranty Period"), Seller shall, at its sole option and as Buyer's sole remedy, provide replacement parts to the Buyer or repair (Buyer to provide Seller with unencumbered access to the equipment) or refund the purchase price therefore. If Seller determines that any claimed breach is not, tn fact, covered by this warranty, Buyer shall pay Seller its then customary charges for any repair or replacement made by Seller. Seller's warranty is conditioned on Buyer's (a) operating and maintaining the Equipment in accordance with Seller's instructions, (b) not making any unauthorized repairs or alterations, and (c) not being in default of any payment obligation to SeUer. Seller's warranty does not cover damage caused by chemical action or abrasive material (other than that which is present as a result of the normal and proper operation and use of the Equipment), misuse or improper installation (unless installed by Seller). THE WARRANTIES SET FORTH IN THIS SECTION ARE SELLER'S SOLE AND EXCLUSIVE WARRANTIES AND ARE SUBJECT TO SECTION 10 BELOW. SELLER MAKES NO OTHER WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR PURPOSE. 7. lndemnltv. SeUer shall indemnify, defend and hold Buyer harmless from any claim, cause of action or liability incurred by Buyer as a result of third party claims for personal injury, death or damage to tangible property, to the extent caused by Seller's negligence. Seller shall have the sole authority to direct the defense of and settle any indemnified claim. Seller's indemnification is conditioned on Buyer (a) promptly, within the Warranty Period, notifying SeHer of any claim, and (b) providing reasonable cooperation in the defense of any claim. 8. Force Maleure. Neither SeHer nor Buyer shall have any liability for any breach (except for breach of payment obligations) caused by extreme weather or other act of God, strike or other labor shortage or disturbance, fire, accident, war or civil disturbance, delay of carriers, failure of nonnal sources of supply, act of government or any other cause beyond such party's reasonable control. Seller will be allowed the right to terminate the contract in the event a Force Majeure event lasts longer than 6 months without reimbursement of costs, or lasts longer than 12 months with reimbursement of costs. The time for delivery specified herein shall be extended during the continuance of such conditions. 9. Cancellation. If Buyer cancels or suspends its order for any reason other than Seller's breach, Buyer shall promptly pay Seller for work performed prior to cancellation or suspension and any other direct costs incurred by Seller as a resuH of such cancellation or suspension. 10. LIMITATION OF LIABILITY. NOTWITHSTANDING ANYTHING ELSE TO THE CONTRARY, SELLER AND Irs SUBCONTRACTORS SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, PUNITIVE OR OTHER INDIRECT DAMAGES, AND SELLER AND ITS SUBCONTRACTOR'S TOTAL LIABILITY ARISING AT ANY TIME FROM THE SALE OR USE OF THE EQUIPMENT SHALL NOT EXCEED THE PURCHASE PRICE PAID FOR THE EQUIPMENT. THESE LIMITATIONS APPLY WHETHER THE LIABILITY IS BASED ON CONrRACT, TORr, STRICT LIABILITY OR ANY OTHER THEORY 11. Assianment. Buyer and Seller to have mutual review and agreement of any transfer by Buyer or Seller before assignment occurs, except that Seller may assign It's receivables to affiliates without approval of Buyer. Further. the Seller shall be granted permission to transfer the contract or parts thereof with all its rights and obligations In case of restructuring Isale of operations or subsequent contract split, as long as no opposing customer interests exist. 12. Miscellaneous. If these terms are issued in connection with a government contract, they shall be deemed to include those federal acquisition regulations that are required by law to be included. These terms, together with any quotation. purchase order or acknowledgement issued or signed by the Seller, comprise Ihe complete and exclusive statement of the agreement between the parties (the "Agreemenf') and supersede any terms contained in Buyer's documents, unless separately signed by Seller. No part of the Agreement may be changed or cancelled except by a written document signed by Seller and Buyer, No course of dealing or performance, usage of trade or failure to enforce any term shall be used 10 modify the Agreement. If any of these terms is unenforceable, such term shall be limited only to the extent necessary to make it enforceable, and all other terms shall remain in full force and effect. The Agreement shall be governed by the laws of the Commonwealth of Pennsylvania without regard to its conflict of laws provisions Siemens Water Technologies Corp. 12316 World Trade Drive Suite 100 San Diego, CA 92128 Tel: (858) 487-2200 Fax: (858) 487-5600 www.water.siemens.com HM HOLE MONTES ENGINEERS PLANNERS - SURVEYORS lANDSCAPE ARCHITECTS Agenda Item NO.1 OA March 23, 2010 Page 32 of 41 950 Encore Way' Naples, Florida 34110' Phone: 239.254.2000' Fax: 239.254.2099 March 11,2010 Mr. Pete Schalt, PMP, Senior Project Manager Collier County Public Utilities 3301 Tamiami Trail East, Building H Naples FL 34112 RE: COUNTY DIRECT PURCHASE OF ODOR CONTROL EQUIPMENT COMPLIANCE ASSURANCE PROJECT NORTH COUNTY WATER RECLAMA TION FACILITY Dear Pete: A significant portion of the Compliance Assurance Project involves the addition of four new odor scrubbers at the North County Water Reclamation Facility, The County can realize a significant savings by making a direct purchase of these new odor control systems. This savings occurs as a result of avoiding both sales tax and contractor mark-up on a large cost item. Siemens Water Technologies Corporation offers a standardized odor control system that is used throughout the County wastewater facilities. In fact, eight existing odor scrubbers at the NCWRF and SCWRF have been provided to the County by Siemens over the last ten years. Those scrubbers are critical to the successful operation and Florida DEP compliance of the facility, and they have operated continuously and successfully. Further, the County has standardized because their staff is familiar with the operation and maintenance of the Siemens units, which include complex controls and instrumentation and they have been trained on this system. Spare parts and scheduled maintenance are pre-established for the Siemens odor scrubbers, We recommend purchase of the Siemens odor control units because (a) the proposed new chemical odor control units will be identical in function to existing Siemens odor scrubbers, (b) the County has standardized on this system due to having a just-in-time spare parts inventory, ( c) the County personnel have the specialized training for this system, and (d) the excellent performance record of Siemens. Please contact Ron Benson or me with any questions or concerns. Thank you for this opportunity to be of service to Collier County Sincerely, Naples' Fort Myers Agenda Item No.1 OA March 23, 2010 Page 33 of 41 COLLIER COUNTY GOVERNMENT PUBLIC UTILITIES PLANNING AND PROJECT MANAGEMENT DEPARTMENT March 8, 2010 BUSINESS CASE FOR: Executive Summary 73950.1 NCWRF Compliance Assurance Project (CAP) NEXUS TO MASTER PLAN: 2008 WaterlWastewater Master Plan Update Table 8-2, page 1 of 5, Line 24, Fund 414 User Fees FY2010 Budgeted Amount: $8.5 Million 1. Description of the proiect action and recommendation This program will assure that the NCWRF (North County Water Reclamation Facility) is capable of remaining in full and continuous compliance with all laws, codes, and ordinances. Further it will accomplish commitments made to the Florida Department of Environmental Protection (FDEP) at the Consent Order release meeting in Year 2006, and all subsequent joint progress meetings between Collier County Public Utilities and the FDEP. This program is a collection of process optimization and, safety improvement projects that will help assure full compliance while reducing operational costs. In decending order of priority, these sub-projects are: 1 A - Reuse/Reject Ponds: Increase 10 (irrigation quality) water storage capacity by 136%% or a total of 21.15 MG by creating two new lined storage ponds, thereby increasing the potential sales of 10 water. 1 B - South-to-North Interconnect and Pond Circulation Piping: Interconnect the 10 water system allowing the shipment of 10 water from the SCWRF to the NCWRF. Also add 10 water recirculation to the NCWRF 10 ponds to improve water quality. . 2 - North (Orbal) Bleach System Improvements: Replace bleach piping with a double-wall contained system. Also add instrumentation and metering for bleach usage. 3 - MLE Aeration Basin Air Piping and Zone Modifications: Upgrade the capacity of one blower, and add controls that allow air to be more efficiently directed to each aeration basin. Add the flexibility to Ghange the function of intermediate zones to meet varying bioiogicalloads in order to stay in compliance. 4 - MLE Basin Covers and Odor Control System: Cover the aeration basin zones to prevent release of odor peaks. Add two odor control systems to the MLE to attain 150% reliability. Together with #5 below, offsite odors will be significantly reduced if not eliminated. This will meet the goals of our good neighbor policy. 5 - Pretreatment Odor Control System: Add one biological odor control system to the pretreatment process to remove peak odors more cost-effectively that the current chemical system. An interconnect is also being added to improve reliability. Page 1 oft Agenda Item NO.1 OA March 23, 2010 Page 34 of 41 2. Benefits of the proiect action The initiative for this project is staying in compliance, safety, and meeting the demand with reliability and sustainability. Tangible benefits: Safety Improvements: o The current aeration basins only have fall protection for the first third of their length. Employees must work in these deep basins and therefore face the risk of falling in where there is no protection. They must reach towards the basins to turn valves. This project will install a full fall protection system along the entire length of the basins and the employees will be able to tie off and therefore be safe from falling. o The current bleach piping system for the North Treatment Train is of single-wall construction. The double wall piping in this project will greatly reduce the chance of chemical injury. Provide public health improvement by being able to stay in compliance and deliver high quality IQ water in a sustainable, reliable manner. Increased Irrigation Quality Water Sales - By lining ponds 2 and 4, we will be able to store over 10 million gallons of water that is usually sent to deep injection during each rain event In turn, this water can then be sold to our customers. It will also allow us to better manage water delivery and short term inflow shortfalls to our customers. Maintain Irrigation Quality Water Storage - Repair to existing pond liners will reduce water loss. Repairs to the pond berms will stabilize the ponds and ensure their continuous usage. Maintain fuli treatment compliance - Replacement of 150hp aeration blower with 300 hp blower will increase aeration capacity to provide full biological treatment as influent wastewater strengths continue to increase due to infiltration reduction programs in the collection system and in-home water savings measures. Reduced Electrical Costs -replacement of jet aeration/mixing system with diffused aeration system and installing modulating valves and flow meters to aeration headers will increase efficiency of aeration system and reduce power consumption. Improved Treatment Process - Added provision for bleach addition for algae control upstream of the filters of the North Treatment Train will improve filter performance and avoid potential reduction in filter performance especially since these filters are used to achieve full capacity during seasonal high flow periods. When these similar improvements were made to the South Treatment Train, a 20-40% reduction in bleach usage was realized. Enhanced Usage of Irrigation Quality Water - Piping improvements will allow permitted transfer of IQ Water between the SCWRF (South County Water Reclamation Facility) and the NCWRF thereby enhancing the availability of IQ Water to the County's customers. Reduced chemical usage - COllectively, the new odor control systems will change the way chemicals are used. At the MLE, the use of sodium chlorite can be stopped, generating an annual savings of $229,000. . In addition to the cost saving for bleach, there are additional cost savings for IQ water sold instead of sending the water to the deep injection wells for disposal. Bleach SavinQ Approach Page 2 of2 Agenda Item NO.1 OA March 23, 2010 Page 35 of41 Assuming operating the Oxidation Ditch process at 3 day-MMADF of 8.0 mgd and at maximum dosage rate of 10.0 mg/I of chlorine. The estimate of bleach usage is 667 gal/day (83.4 gal/mgd x 8 mgd). At 20% reduction of bleach: 30.4 day/ month x 667 gal/day X 0.20 = 4,055 gal/month Cost saving per day: Saving = 4,055 gal/month x $0.64/ gal= $2,595.2/month IQ Water Production Approach If the buildup of algae on the filter results in the effluent from the filter not meeting IQ standards then as a result the 8 MGD would have to be discharged down the deep injection well and will be lost forever. Cost saving per day would be: 8 mgd x 1,000,000 gal/ mgal x $0.57 /1,000 gal = $4,560/ day $4,560/ day 30.4 day/month =$138,624/month Intangible benefits: Odor Reduction/Elimination - The sources of odor will be addressed with this project by completely covering all aeration basins and installing three new odor control units; two at the aeration basins and one at the headworks. Once operational in Year 2012 or sooner, this upgrade will significantly reinforce and strengthen the "good neighbor policy" of "zero odors" emanating from the NCWRF site. Better use of operations staff time - modulating valves and automatic flow control of aeration air headers will eliminate need of operators to make manual adjustments of airflow to each aeration basin and free up their time to attend to other operational demands. By upgrading the MLE aeration basins and converting the anoxic zones to swing zones, this project will reduce potential odors and upgrade treatment capability created by the deferral of the Northeast Water Reclamation and Irrigation Quality Facilities as well as the takeover of the Orange Tree Utility System. Protects property values by creating a sustainable odor-free environment. Extends equipment life by using fewer aggressive chemicals that degrade materials. Protects the environment by using fewer chemicals. Saves fossil fuels and reduces carbon emissions through reduced chemical transportation. Cost-avoidance: There will be a savings because we are bundling several projects together, i.e., the Compliance Assurance project, Odor Control, North Bleach System and the IQ South to North Interconnect projects. The savings will be realized due to one combined mobilization/demobilization costs in lieu of four separate ones. As stated above, there were commitments made to the Florida Dept. of Environmental Protection (FDEP) at the Consent Order release meeting in Year 2002 and there have been subsequent (at least annually) joint progress meetings between Collier County Public Utilities and the FDEP. The FDEP continues to support this important project as well as the next two phases as a means to avoid potential regulatory fines should we go out of compliance. Page 3 of3 Agenda Item NO.1 OA March 23, 2010 Page 36 of 41 This program ensures that the mission of maintaining regulatory compliance and meeting customer demand will be accomplished. This benefit, together with the additional tangible and intangible benefits, outweighs the program cost. 3. Risk of not takinq the action By not doing this project, several risks remain as liabiiities to the County: There is a risk of going out of FDEP compliance, and in the extreme case, being faced with a potential consent order and possible regulatory fines. Eight years ago, this facility had been under consent order, but since then, NCWRF has reversed its relationship with FDEP to the point of becoming a model facility. Not doing this project and going out of compliance would negate this progress and deteriorate the relationship that the County has with the FDEP. Specific areas of risk are: o Leaks that could develop in single-wall bleach piping. o Leaks that could develop in temporary sodium chlorite odor control chemical piping. o Not being able to consistently meet 10 water demand for several reasons- Pond damage and loss of 10 water storage due to further berm deterioration. Poor water quality due to lack of recirculation. Lack of ability to shift water from south to north. There is a risk of not meeting the good neighbor policy due to odors emanating from the plant site and could potentially increase odor complaints. 4. Whv is this action the best value solution Bundiing these projects and executing them as one program is the best value solution because it will save money. Economies of scale can be realized by proceeding on this basis. Competitive bidding opened up to all qualified firms will be employed. The engineer of record and staff will fully evaluate all bids to ensure best market price. 5. Other options to the action The proper decisions have been made by the project delivery team to ensure efficient and effective use of ratepayer's funds. This. project began as a large plant expansion that would have added capacity. Due to the downturn in the economy, the decision was made to utilize a phased approach and to make the first phase compliance related. The second phase will be a sustainability and reliability phase and the third and final phase will be the capacity related phase when is needed and justified. Prior to the phased approach the overall expansion project required an engineering contract for design. When it was still one project, there was a growth related, additional capacity portion (87% Impact Fees) in the engineering scope and a reliability and sustainability (13% User Fees) portion in the contract. During the phased approach decision tree, it was decided that it would be prudent to finish the design and permitting for the entire comprehensive project to ensure that the Public Utilities Division would be prepared to construct the new phase at the right time, the right way, utilizing the right tools. Therefore, the impact fee funding that is in the FY 2010 Capital Budget is for the carry forward growth related and capacity related engineering design. The construction of the first compliance related phase is 100% user fees. Page 401'4 Agenda Item NO.1 OA March 23, 2010 Page 37 of41 6. Staff assessment and recommendation of fair and reasonable Staff finds that this is the best value, fair market solution to stay in compliance, meet the demand with reliability, sustainability, to reinforce our good neighbor policy, zero off-site odors policy, posture for the future, and build the team going forward. Peter Schalt, PMP Senior Project Manager PUPPMD Page SofS HOLE MONTES, INC. Agenda Item NO.1 OA March 23, 2010 Page 38 of41 February 23, 2010 SUMMARY OF VALUE ENGINEERING DECISIONS REVIEWS AT 60% AND 90% COMPLETION STAGES OF CONSTRUCTION DOCUMENTS COMPLIANCE ASSURANCE PROJECT NORTH COUNTY WATER RECLAMATION FACILITY COLLIER COUNTY PUBLIC UTILITIES DIVISION Present Worth Capital Maintenance Life Cycle No. Description Cost Savings Cost Savings Savings County to direct purchase the five odor $182,000 $0 $182,000 control units ($1.3 M) 2 Eliminate two chemical storage tanks at $60,000 $2,500 $62,500 MLE Odor Control System 3 Simplify process air control at MLE basins $15,000 $30,000 $45,000 Reduce size of odor duct at MLE basin 4 scrubbers from 72" to 60"; larger size not $15,000 $0 $15,000 required for approx 15 years 5 Eliminate roof over fiberglass storage $50,000 $20,000 $70,000 tanks at MLE basin scrubbers 6 Allow second manufacturer for new fine $40,000 $0 $40,000 bubble diffusion system Standardize components for Odor Control 7 Unit chemical pumps, PLCs, new 300-hp $0 $20,000 $20,000 blower, blower control panels Add sample ports to MLE Basin covers to 8 improve operational data collection (Cost ($30,000) $64,000 $34,000 based on 0.25 work-hr/day saved) Total Estimated Savings $468,500 Note: Costs based on 20 year life with equal inflation and interest charges. Agenda Item No. 10A March 23, 2010 Page 39 of 41 NCWRF Compliance Assurance Proiect Go-No Go Historv and FAQ's Brief Historv The NCWRF was under an FDEP (Florida Department of Environmental Protection) Consent Order commencing 4/10/2001, as Item 8Cl. The Consent Order was amended on 7/30/2002, as Item 16C16. The County has since reversed its relationship with FDEP to the point of becoming a model facility. The FOEP closed the Consent Order on 9/26/2006. One of the conditions of the closure was that the County would have the NCWRF Expansion to 30.6 MGD (million gallons per day) MMADF (maximum month average daily flow) in operation by 12/31/10, per the 2006 approved Wastewater Master Plan. That established date was during the high population growth era and was based on the best population growth information at the time. Since then growth has waned significantly. The County met with the FDEP numerous times since then and has established a mutual agreement which allows the NCWRF project to be subdivided into three phases, the first is the Compliance Assurance (CAP) project, the second is the Bridge the Gap, and the third and final is the Expansion to 30.6 MGD MMADF. The FDEP has agreed to the timing of the project phases and is in agreement with the necessity of the CAP phase in FY2010. Why do we have to do this phase of the proiect now? As stated above, the County has a mutual agreement with the FOEP that the CAP will be implemented in FY2010, the BTG will immediately follow the CAP (FY2012), and that the growth related Expansion to 30.6 MGD MMADF will only be implemented when required by population growth and demand as will be dictated by future AUIR's Wastewater Master Plans, which now is projected to be beyond Year 2027. By not adhering to our agreement, relations with the FDEP could be strained. This is solely a compliance related project and the Public Utilities Division's number one business goal is to stay in compliance with no compromises. What are the benefits of doiOl~ the CAP now rather than waiting one or more years? . The current construction market is very depressed with little activity occurring at the present time. This is an advantageous time to perform construction for this very reason. By implementing the CAP at this time, the County could potentially save what is estimated to be between $1,310,000 and $3,144,000 due to the depressed construction NCWRF CAP Project March 23, 2010 Page 1 of 3 Agenda Item No. 10A March 23, 2010 Page 40 of 41 market, having one mobilization/demobilization in lieu of multiple, and one field overhead charge in lieu of multiple. . The County has been awarded a Big Cypress Basin Board (BCB) grant in the amount of $288,000 with the stipulation that the pond linings in the CAP would be completed no later than August 31, 2010. If we do not do the CAP now, we would forfeit the grant and possibly strain our relationship with the BCB by not fulfilling our agreement. A breakeven cost/benefit analysis was performed and the result of implementing the CAP now is a 3.79:1 payback. An internal value engineering analysis has been performed and the CAP project has been packaged and streamlined for the best value and best economical return possible. This project and the other phases have been deferred three times in the last three years, and we are now at the point of no return. We must proceed with the CAP project now. Implementing the CAP now will result in a bleach savings of $31,142.40 annually. Implementing the CAP now will result in potential irrigation quality water revenue of $1,663,488 annually at current rates. Implementing the CAP now will bring the County in compliance with the "zero odor" and "good neighbor" policies. Implementing the CAP now will optimize staff's time due to less required intervention in the operation of the aeration basins air controls. The NCWRF is the flagship water reclamation facility and by adding the CAP project at this time, it will allow it to enhance treatment capabilities created by the Northeast Water Reclamation and Irrigation Quality Facilities deferral. The CAP will make the aeration basins sa-fer to work on due to full covering of the deep open basins and full length fall protection. What are the risks of not doine: the CAP Droiect now? There is a risk of going out of FOEP compliance, and in the extreme case, being faced with a potential consent order and possible regulatory fines. Not doing this project and going out of compliance would once again negate this positive progress we have NCWRF CAP Project March 23, 2010 Page 2 of3 Agenda Item No. 10A March 23, 2010 Page 41 of 41 achieved since the Consent Order was lifted and could deteriorate the relationship that the County has with the FDEP. . Leaks could develop in single-wall bleach piping causing potential spills and non- compliance. . Leaks could develop in temporary sodium chlorite odor control chemical piping causing spills and non-compliance. . Pond damage could develop and loss of IQ water storage could result due to further berm deterioration. . Poor water irrigation quality water could result from lack of recirculation between ponds. NCWRF CAP Project March 23,2010 Page 3 of3