Loading...
Agenda 09/11/2018 Item #16C 309/11/2018 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid #18-7396 “Public Utilities Tower Packing Media Replacement” to Harrington Industrial Plastics LLC, in the unit amount of $8.10 per cubic foot for the purchase of replacement degasification and odor control tower packing media at the North and South County Regional Water Treatment Plants. OBJECTIVE: To maintain degasification and odor control towers at the North and South County Regional Water Treatment Plants by issuing an award to purchase certified tower packing media, as needed. CONSIDERATIONS: On June 26, 2018 (as agenda item 11I), the Board of County Commissioners (Board) approved the Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water User Rate Study, which includes provision for the repair and maintenance of the Collier County Water-Sewer District utility system. Tower packing is a critical component of dissolved gas removal and odor control during the treatment and production of drinking water at the North and South County Regional Water Treatment Plants. The existing packing gets aged and fouled and needs to be replaced on a recurring basis. The packing is essential to maintaining an optimized treatment process and to preventing degraded water quality. The packing material is a hollow, geometrical shape constructed of a network of ribs, struts, and drip rods with the purpose of providing increased surface area to enhance mass transfer through air -stripping (degasification) and scrubbing (odor control). Public Utilities operates sixteen towers at the South Collier Regional Water Treatment Plant (SCRWTP) utilizing 1,600 ft 3 per tower, or 25,600 ft3 total, and twelve towers at the North Collier Regional Water Treatment Plant (NCRWTP) utilizing eight at 600 ft3 and four at 1,800 ft3 for a total of 12,000 ft3. The scope of this project includes the purchase of replacement tower packing. The new packing shall conform to NSF/ANSI Standard 61: Drinking Water System Components as adopted in Rule 62-555; F.A.C. On June 26, 2018, the County publicly posted solicitation #18-7396 Public Utilities Tower Packing Media Replacement on its BidSync procurement program. The County sent 5047 notifications, thirty-six (36) vendors downloaded the full package and staff received two (2) responsive and responsible bids by the July 10, 2018 due date, as summarized below and in the bid tabulation information in Attachment 2. Bidder Total Bid Amount Harrington Industrial Plastics LLC $ 8.10 per cubic foot Indusco Environmental Services, Inc. $ 10.34 per cubic foot Staff determined the low bid to be fair and reasonable and recommends awarding the bid to Harrington Industrial Plastics LLC, the lowest responsive and qualified bidder. This purchase will be made by issuing the County’s Standard Purchase Order, as needed. FISCAL IMPACT: Funding is available in, and is consistent with, the FY2018 Budget approved by the Board on September 28, 2017. The source of funding is the Water User Fee Fund (408). 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 16.C.3 Packet Pg. 883 09/11/2018 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, awards Invitation to Bid #18-7396 to Harrington Industrial Plastics LLC, in the unit amount of $8.10 per cubic foot and authorizes staff to purchase the materials utilizing a Purchase Order, as needed, at that unit price. Prepared By: Steve Messner, Director, Water Division, Public Utilities ATTACHMENT(S) 1. 18-7396 Solicitation - Attachment 1 (PDF) 2. 18-7396 Bid Tabulation - Attachment 2 (PDF) 3. 18-7396 NORA - Attachment 3 (PDF) 4. 18-7396 Bid Package - Attachment 4 (PDF) 5. 18-7396 Ins Certificate - Attachment 5 (PDF) 16.C.3 Packet Pg. 884 09/11/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.3 Doc ID: 6340 Item Summary: Recommendation to award Invitation to Bid #18-7396 “Public Utilities Tower Packing Media Replacement” to Harrington Industrial Plastics LLC, in the unit amount of $8.10 per cubic foot for the purchase of replacement degasification and odor control tower packing media at the North and South County Regional Water Treatment Plants. Meeting Date: 09/11/2018 Prepared by: Title: Plant Manager – Water Name: Howard Brogdon 08/10/2018 12:02 PM Submitted by: Title: Division Director - Water – Water Name: Steve Messner 08/10/2018 12:02 PM Approved By: Review: Water Steve Messner Additional Reviewer Completed 08/13/2018 12:22 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 08/14/2018 8:34 AM Procurement Services Stephanie Cales Level 1 Purchasing Gatekeeper Completed 08/14/2018 2:12 PM Procurement Services Sandra Herrera Additional Reviewer Completed 08/17/2018 9:24 AM Procurement Services Sandra Herrera Additional Reviewer Completed 08/23/2018 8:14 AM Procurement Services Swainson Hall Additional Reviewer Completed 08/23/2018 10:04 AM Procurement Services Evelyn Colon Additional Reviewer Completed 08/23/2018 11:37 AM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 08/24/2018 2:02 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 08/27/2018 12:13 PM County Attorney's Office Scott Teach Additional Reviewer Completed 08/28/2018 3:30 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 08/28/2018 4:13 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 08/29/2018 3:07 PM Budget and Management Office Ed Finn Additional Reviewer Completed 08/30/2018 9:19 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 09/02/2018 7:31 AM Board of County Commissioners MaryJo Brock Meeting Pending 09/11/2018 9:00 AM 16.C.3 Packet Pg. 885 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR Public Utilities Tower Packing Media Replacement SOLICITATION NO.: 18-7396 EVELYN COLON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-2667 evelyn.colon@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.3.a Packet Pg. 886 Attachment: 18-7396 Solicitation - Attachment 1 (6340 : Public Utilities Tower Packing Media Replacement) SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 18-7396 PROJECT TITLE: Public Utilities Tower Packing Media Replacement LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Public Utilities Water Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specificat ions or Scope of Work stated. The results of this solicitation may be used by other County departments once a warded according to the Board of County Commissioners Procurement Ordinance. Media has become fouled and aged and needs to be replaced to maintain an optimized treatment process. Historically, County departments have spent approximately $300,000 annually related to this process; however, this may not be indicative of future buying patterns. BACKGROUND Raw water from the well field contains entrapped hydrogen sulfide gas (H2S) and during treatment carbon dioxide gas (CO2) is released from the chemical breakdown of dissolved calcium bicarbonate. For improved water quality, these gases need to be removed during the water production process. Tower packing is a critical component of dissolved gas removal and odor control during the treatment and production of drinking water. The existing packing has become fouled and aged and needs to be replaced to maintain an optimized treatment process and to pr event degraded water quality. Packing material is a hollow, geometrical shape constructed of a network of ribs, st ruts and drip rods for the purpose of providing increased surface area to enhance mass transfer through air -stripping (degasification) and scrubbing (odor control). Collier County Public Utilities operates sixteen towers at the South Collier Regional Water Treatment Plant (SCRWTP) utilizing 1,600 ft3 per tower, or 25,600 ft3 total, and twelve towers at the North Collier Regional Water Treatment Plant (NCRWTP) utilizing eight at 600 ft3 and four at 1,800 ft3 for a total of 12,000 ft3. Each location utilizes NSF 61 certified tower packing in the towers. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing s tructure. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows: 16.C.3.a Packet Pg. 887 Attachment: 18-7396 Solicitation - Attachment 1 (6340 : Public Utilities Tower Packing Media Replacement) ➢ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price, lowest discount or criteria established in the solicitation as outlined below: • Lowest Total Bid on Excel Sheet 18-7396 Bid Schedule – Cost Per Unit. ➢ Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Single awardee. ➢ The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK The scope of this project includes the purchase of NSF certified, geometrical shaped tower packing. Newly installed public water system (PWS) components, like tower packing, that come int o contact with drinking water or drinking water treatment chemicals shall conform to NSF/ANSI Standard 61: Drinking Water System Components as adopted in Rule 62 -555 F.A.C. Submittals need to be received for the procurement of NSF 61 certified tower packi ng in either 3 ½” spheres or 2” barrels size/shape. The packing needs to be shipped in 60 ft3 Super sacks. 16.C.3.a Packet Pg. 888 Attachment: 18-7396 Solicitation - Attachment 1 (6340 : Public Utilities Tower Packing Media Replacement) Project Manager: Procurement: Bid Tabulation # and Name Notifications Sent: Downloaded: Submissions: No Bids: Indusco Environmental Services, Inc. Description Unit Cost per Unit Unit Cost per Unit NSF 61 certified tower packing for sixteen towers at the South Collier Regional Water Treatment Plant (SCRWTP) utilizing 1,6000 ft3 per tower, or 25,600 ft3 total, and twelve towers at the North Collier Regional Water Treatment Plan (NCRWTP)utilizing eight at 600 ft3 and four at 1,800 ft3 for a total of 12,000 ft3 in either 3 1/2" spheres or 2' barrels size/shape. The packing needs to be shipped in 60 ft3 Supersnacks.Cubic feet (ft3)8.10$ Cubic feet (ft3)$10.34 Solicitation Total County Project Allowance: PROJECT TOTAL 0 0 Vendor's Non Response Statement Vendor Check List Conflict of Interest Affidavit Vendor Declaration Statement Immigration Affidavit Certification Vendor Substitute W-9 Vendor Submittal- Local Vendor Preference Affidavit Insurance Requirements Addendums Opened: Evelyn Colon Witness: Swain Hall No Yes Yes Yes Yes Yes Yes YesYes Yes Yes Yes #18-7396 Public Utilities Tower Packing Media Replacement Harrington Industrial Plastic,LLC Yes Yes Yes Yes Yes Yes 1 of 1 16.C.3.b Packet Pg. 889 Attachment: 18-7396 Bid Tabulation - Attachment 2 (6340 : Public Utilities Tower Packing Media 16.C.3.c Packet Pg. 890 Attachment: 18-7396 NORA - Attachment 3 (6340 : Public Utilities Tower Packing Media Replacement) 16.C.3.d Packet Pg. 891 Attachment: 18-7396 Bid Package - Attachment 4 (6340 : Public Utilities Tower Packing Media Replacement) 16.C.3.d Packet Pg. 892 Attachment: 18-7396 Bid Package - Attachment 4 (6340 : Public Utilities Tower Packing Media Replacement) 16.C.3.d Packet Pg. 893 Attachment: 18-7396 Bid Package - Attachment 4 (6340 : Public Utilities Tower Packing Media Replacement) 16.C.3.d Packet Pg. 894 Attachment: 18-7396 Bid Package - Attachment 4 (6340 : Public Utilities Tower Packing Media Replacement) 16.C.3.d Packet Pg. 895 Attachment: 18-7396 Bid Package - Attachment 4 (6340 : Public Utilities Tower Packing Media Replacement) 16.C.3.d Packet Pg. 896 Attachment: 18-7396 Bid Package - Attachment 4 (6340 : Public Utilities Tower Packing Media Replacement) 16.C.3.d Packet Pg. 897 Attachment: 18-7396 Bid Package - Attachment 4 (6340 : Public Utilities Tower Packing Media Replacement) 16.C.3.d Packet Pg. 898 Attachment: 18-7396 Bid Package - Attachment 4 (6340 : Public Utilities Tower Packing Media Replacement) 16.C.3.d Packet Pg. 899 Attachment: 18-7396 Bid Package - Attachment 4 (6340 : Public Utilities Tower Packing Media Replacement) 16.C.3.d Packet Pg. 900 Attachment: 18-7396 Bid Package - Attachment 4 (6340 : Public Utilities Tower Packing Media Replacement) 16.C.3.dPacket Pg. 901Attachment: 18-7396 Bid Package - Attachment 4 (6340 : Public Utilities Tower Packing Media Replacement) 16.C.3.d Packet Pg. 902 Attachment: 18-7396 Bid Package - Attachment 4 (6340 : Public Utilities Tower Packing Media Replacement) 16.C.3.d Packet Pg. 903 Attachment: 18-7396 Bid Package - Attachment 4 (6340 : Public Utilities Tower Packing Media Replacement) The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 7/24/2018 MMZ Associates, a division of HUB 500 Mamaroneck Avenue Suite 407 Harrison NY 10528 Richard Sedlak (914)332-9000 (914)332-9109 richard.sedlak@hubinternational.com Liberty Mutual Fire Insurance Company 23035 HARRIND-03 HDI Global Insurance Company 41343Harrington Industrial Plastics, LLC 14480 Yorba Avenue Chino CA 91710 Liberty Insurance Corporation 42404 1205284522 C X 1,000,000 X 1,000,000 10,000 1,000,000 2,000,000 Y TB7Z11261497058 1/1/2018 1/1/2019 2,000,000 A 1,000,000 X XX AS2Z11261497038 1/1/2018 1/1/2019 Hired Physical Damage 1,000,000 B X X 10,000,000 10,000 CUD1321003 X 10,000,000 1/1/2018 1/1/2019 A WC6Z11261497048 1/1/2018 1/1/2019 1,000,000 1,000,000 1,000,000 A Comprehensive (ACV) Collision (ACV) AS2Z11261497038 1/1/2018 1/1/2019 Deductible Deductible $1,000 $1,000 X Y Y YY Y N X X Per project agg Collier County Board of County Commissioners/Board of County Commissioners in Collier County/Collier County Government, Collier County RE: F18-7396 Public Utilities Tower Packing Media Replacement This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured. Waiver of subrgation applies in favor of additional insureds. Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County as additional insured per written contract or aggreement.Thirty (30) Days Cancellation Notice Applies 16.C.3.e Packet Pg. 904 Attachment: 18-7396 Ins Certificate - Attachment 5 (6340 : Public Utilities Tower Packing Media Replacement)