Loading...
Agenda 09/29/2009 Item #16C 2 Agenda Item No. 16C2 September 29,2009 Page 1 of 9 EXECUTIVE SUMMARY Recommendation to award Bid No. 09-5258, the South County Water Reclamation Facility Odor Control Facilities Upgrades, to Douglas N. Higgins, Inc., in the base bid amount of $474,332.00 for Project No. 73969. OBJECTIVE: The public purpose of this project is to maintain compliance with Florida Department of Environmental Protection permit conditions at the South County Water Reclamation Facility (SCWRF). CONSIDERATIONS: The SCWRF is a 16 million gallon per day water reclamation facility that treats wastewater from the south county service area. The SCWRF utilizes fourteen coveredl aeration basins in the treatment process. The basins were constructed in two phases with individual odor control ductwork and chemical scrubbers on the south basins (numbers 1-6) and the north basins (numbers 7-14). The south chemical odor control scrubber has reached the end of its useful mechanical life and requires replacement. In addition, the recommended project involves interconnecting the ductworks of the north and south systems, greatly increasing overall system reliability. This interconnect will allow the plant to temporarily operate the odor control system with just one odor control scrubber in the event the second unit fails. Please see attached Business Case. Invitation to Bid No. 09-5258, the SCWRF Odor Control Facilities Upgrades, was posted on June 8, 2009., and distributed to vendors via the countylS bid process. Six bids were received by the July 17,2009, deadline. The bids received are summarized in the table below. Bidder Bid Local Preference TLC Diversified, Inc. $474,332.00 No Governor Construction, Inc. $478,800.00 No Douglas N. Higgins, Inc. * $488,900.00 Yes Mitchell & Stark Co., Inc. $499,400.00 Yes CenState Contractors, Inc. $542,500.00 No Intrastate Construction Corp. $749,000.00 No I * Douglas N. Higgins, Inc. was the third lowest bidder and claimed the Local Vendor Preference, matching the lowest bidder in accordance with Collier County Purchasing , Department policy. Agenda Item No. 16C2 September 29,2009 Executive Summary Page 2 of 9 Construction of Odor Control Facilities Upgrades at the SCWRF Page two County staff and Carollo Engineers, the design engineer, detennined thli: low bid to be fair and reasonable and recommend awarding the contract to Douglas N. Higgins, Inc., the lowest responsive and qualified local bidder; the low bid was under the design engineerCS estimate of$754,500.00. Douglas N. Higgins, Inc., has a satisfactory perfonnance and warranty record on previous county water utility-related projects. The engineerCS letter of recommendation is attached to this Executive Summary. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office and is a legally sufficient, regular agenda item only requiring a majority vote for approval 0 SRT FISCAL 1MI' ACT: This projecCis consistent with the 2008 Wastewater Master Plan Update as adopted by the Board on June 24, 2008, as Agenda Item lOG. Project No. 73969 is on Table 8-2, page 3 of 5, line 101. Funding for this obligation is available in the FYI 0 Capital Budget adopted by the Board at a special meeting on September 24, 2009. Funds in the amount of $474,332.00 are available in Project 73969, SCWRF Technical Support. The source of these funds is the Wastewater User Fee Fund 414. GROWTH MANAGEMENT IMP ACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATIONS: That the Board of County Commissioners, as the Ex-officio goveming Board of the Collier County Water-Sewer District, award Bid No. 09-5258 to Douglas N. Higgins, Inc., in the base bid amount of $474,332.00 for Project No. 73969, the SCWRF Odor Control Facilities Upgrades. Prepared Bv: Oscar P. Martinez, P.E., Sr. Project Manager, Public Utilities Planning and Project Management DepaI1ment. Page 1 of2 Agenda Item No. 16C2 September 29, 2009 Page 3 of 9 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: 16C2 Item Summary: Recommendation to Award Bid No. 09-5258, the South County Water Reclamation Facility Odor Control Facilities Upgrades, to Douglas N. Higgins, Inc., in the base bid amount of $474,332.00 for Project No. 73969. Meeting Date: 9/29/2009 9:00:00 AM Prepared By Oscar Martinez, P.E. Project Manager Date Public Utilities Planning and Project 8/6/20097:36:17 AM Public Utilities Management Department Approved By - Scott R. Teach Assistant County Attorney Date County Attorney County Attorney Office 8/6/2009 8:02 AM Approved By Karen B. Guliani, P.E. Senior Project Manager Date Public Utilities Planning and Project Public Utilities Management Department 8/6/2009 1 :44 PM Approved By Phil E. Gramatges, P.E. Sr. Project Manager Date Public Utilities Planning and Project Public Utilities Management Department 8/8/2009 12:09 PM Approved By G. George Yilmaz WasteWater Director Date Public Utilities WasteWater 8/17/200912:15 PM Approved By Jeff Klatzkow County Attorney Date County Attorney County Attorney Office 8/17/2009 1 :43 PM Approved By Dale R. Waller Treatment Plant Superintendent Date Public Utilities WasteWater 8/17/20093:18 PM Approved By Scott Johnson Purchasing Agent Date Administrative Services Purchasing 8/21/200910:05 AM Approved By Steve Carnell Purchasing/General Svcs Director Date file://C:\Agendatest\exDorl\ 135-Seotember 29.2009\ 16. CONSENT AGENDA \ 1oe. PT TRT L 91?il?OO9 Page 2 ot2 Agenda Item No. 16C2 September 29,2009 Page 4 of 9 Administrative Services Purchasing 8/21/20094:25 PM Approved By Thomas Wides Operations Director Date Public Utilities Public Utilities Operations 9/8/200911:07 AM Approved By James W. Delony Public Utilities Administrator Date Public Utilities Public Utilities Administration 9/15/20099:09 AM Approved By OMB Coordinator OMB Coordinator Date County Manager's Office Office of Management & Budget 9/16/20099:29 AM Approved By -- Susan Usher Senior ManagemenUBudget Analyst Date County Manager's Office Office of Management & Budget 9/19/2009 9:02 AM Approved By Leo E. Ochs, Jr. Deputy County Manager Date Board of County Commissioners County Manager's Office 9/19/200910:05 AM I file://C:\Agendatest\export\ 135-September 29, 2009\ 16. CONSENT AGENDA \ 16C. PUBLI... 9/23/2009 Agenda Item No. 16C2 September 29, 2009 Page 5 of 9 COLLIER COUNTY GOVERNMENT PUBLIC UTILITIES PLANNING AND PROJECT MANAGEMENT DEPARTMENT BUSINESS CASE FOR: 73969 South County Water Reclamation Facility (SCWRF) Odor Control Upgrades NEXUS TO MASTER PLAN: 2008 Wastewater Master Plan Update Project NOI. 73969, Section 8, Table 8-2, page 3 of 5, line 101, Fund 414 FY'10 Budgeted Amount: $ 474.332 .1. Initiative action and recommendation Replace old odor control unit at the SCWRF south aeration basin and interconnect together the odor control ductworks of the north and south aeration basins. -- 2. Tanqible benefits of the initiative action Avoid the possibility of regulatory action that can escalate from multiple fines of $5,000 to $10,000 to a Consent Order. A Consent Order can direct the County to take this samE~ action under duress. The present condition is that the fiberglass tanks, that store the bleach, caustic soda and othE!r highly corrosive chemicals, have deteriorated to an unsafe condition. These chemicals are needed for the odor control system process. Also, the odor control system pumps, motors and associated electrical wiring are corroded and inoperable due to the chemically corrosive environment. The odor control system process involves the removal of hydrogen sulfide gas, which is the source of the rotten egg smell, and this gas is also highly corrosive to the equipment. 3. Intanqible benefits of the initiative action Avoid loss of ~Jood will with the regulatory agencies and the neighbors. If this work is not done, the Public Utilities Division would be in violation of the most important of the Division[S four guiding principles: Stay in Compliance. Additionally, the DivisionIS !:good neighboropolicy would be violated as there would be the potential for generating off-plant site odors. 4. Risk of not takinq the action If these improvements are not made, the ability to stay in regulatory compliance and meet the demand with sustainability are greatly jeopardized. The risk of off- plant site odors is very high if this project is not done. Agenda Item No. 16C2 September 29, 2009 Page 6 of 9 2.:. Why is this action the best value solution One of the two odor control units is past its usable lifespan. The south aeration basin odor control unit needs to be replaced with a new one which utilizes more modern and efficient technology. By interconnecting the odor control systems of the south and the north aeration basins, overall system compliance and reliability are greatly increased. This interconnect will allow operation of the entire odor control system with just one odor control unit, in the event the second unit breaks down. This would provide time to complete repairs of the downed unit as needed without violating the SCWRF operating permit conditions. 6. Other option to the action The SCWRF south chemical odor control scrubber could be replaced without the north to south system interconnect. Providing this interconnect allows for odor control system operational flexibility and reliability. The cost to replace the south chemical odor control scrubber is $445,332. The additional cost for the north to south aeration basins interconnect is $29,000, which is only 6.1 % of the total project cost of $474,332. 7. What criteria does this initiative address (e.q., Public Health. Safety. AUIR. - , Compliance. meets demand. etcD ) Public Health, Regulatory Compliance, Meet Demand, and Increase Reliability. Name: Oscar P. Martinez, P.E. Title: Senior Project Manager Date: September 11, 2009 -","" - . . Agenda Item No. 16C2 September 29, 2009 Page 7 of 9 I " US. e ... CD .... en 0 e ... :T 0 a. 0 ... (') 0 ::3 ... 2- en 'U1 - CD 3 A' 0 C" C'1> ... C'1> '0 ii n C'1> E: :n f.Q c CB Nl Z 0 ~ :T 0 a. 0 ... (') 0 ::3 ... .... Q.. en 'U1 ro 3 . Agenda Item No. 16C2 September 29, 2009 Page 8 of 9 G C.::.f',....~ Engineers...Working Wonders With Water'" August 7. 2009 7468B.10 Collier County Public Utilities 4370 Mercantile Avenue Naples. FL 34104 Attention: Oscar Martinez, PE Senior Project Manager Subject: SCWRF Odor Control Facilities Upgrades Recommendation to Award Bid Number: 09-5258 Dear Mr. Martinez: I Collier County invited sealed bids for the construction of the SCWRF Odor Canfrol Facilities Upgrades. The Bids were received at 2:30 PM on July 10.2009. Bids were received from six General Contractors. The lowest bidder was TlC Diversified with a bid of $474,332.00. County staff has informed us that D. N. Higgins, Inc. will utilize the Collier County's local Vendor Preference policy, and will match the lowest bid. We reviewed the bid tabulation summary and confirmed all of the bid totals are correct. However, we have not been provided any other documentation and assume Collier County has reviewed and accepted all of the bidding paperwork submitted by D. N. Higgins, Inc. Based on our evaluation of the bid tabulation summary and assumption that County staff has addressed other details, we recommend Collier County move forward with the process to award the project to D. N. Higgins, Inc. If there are any questions regarding this recommendation, please contact me. Sincerely, CAROLLO ENGINEERS, P.C. 'U~ 7t!J:L Dean Milton, P.E. GDM:dhc cc: Robert S. Cushing, PhD, P.E., Carollo Engineers Mario Gamboa, Carollo Engineers Alllilii N~ 16C2 1-" !t'i~, 2009 . Page 9 of 9 ;:; 00-" .. ~~.2. :I '" .. a ... .. ... '" .... l?if ~f [ ... '" C3: ;} ~ ~ ~ is ;:: ~[~ ~ iii ~ l!: L !l [ 0 ;::,.. il i g ~ rt ~ ". ~! b' b' fi ""~a: !'!\ ~ ~ ;::!I. ~ ;: ~......:l ~!= " [ g lr ~. ~ ~ . [ . Ii: W <iI ~ ~ .i!.. . r I\. ::> f fl 0 f 0 ~ Il ?i ~ ~ ~ 3: ~,I~ 3 a '" ~ ,il ~:I ~ ~ ~ " ;:: .. ~i I! ~~ It ~ " .. 6' ~ Q. " 9 ;;: ~ '" g ." ~ .. 3 lZ ~ ;l- I ~ 8 ~ - . g ~ .. (i; (i; Iii (i; (i;c: " lII' ...... ... ... ...9 ~ ..,. ~ ~ ~ I::: c 5' 0 " -- :'" co ... ... i ... I ~ ~ ~ ~ ~ 8 ill 8 8 8 2 ,w" ..,. i ..,. . g' ~ ~ * ~ ... i. '" '" :'" ~ en <i 2-< -<-<-< ~ ~ ~ ~ ~ &: 0 ill 8 8 8 8 8 " lD i c: ~i ..,. ..,. c: ~ '" ~;:I ..... t" CJ\~ l!l '" '" :pn ... ~;:! co '" ()l 0 l" .., lif 88 8 8 b .. 0 ul . j ~ ..,. ~ ~ ~'t .. '" ..,. '" ...po ." Y'J>> P ~ '" 2-< -<..:-< ... "'''' ~ ... kl a ;; i ... ~;:j .. l::j !'" ... _I' 8 88 8 8 8 b' ..,. ""..,. [ ~'" ..,'" V>c~ .....~ "'... .... a. fi1 g~ ~~ :";<a a. 15lfa ::t 88 88 8 ~ ~ I c: ~~ ..,. ." ~~ ~V> '5 J.... ....... ... " ~ ..:-< -<<< ~~ ~~ g:" Sl~ 08 !!os" 88 88 88 I' V> III ~8t ... ..,. ""C:I "'... ... " 0'" ..Q.!N P;:; ~~ ~8 ~:P!l 88 88 8lfg ~V> ..,. ..,...,. i ..,. ... "g,: en '" "'''' ~g. i' "'0 "'0 Z..: -<<..: ~.~ ~~ . ~ e..? 88 88 88 ;; I I' ..,. ..,. V> c:J;I ~ ..,.... , .~ .~ "'.. " " ~ ",0 Y' ;:;... 8 88 88 ~E 8 88 88 II .. ~ ... ..,. ...1 ~~ ~* ..,...,. "'... t~ 0... 2< << ..: 88 "'.. ~~ 1:. 88 88 88 88 " r> ..,. i!i im ... ~~ Ul~ ~ ~~ ~~ "'j !r. ~ 88 88 ~ Ii i .. i! n ~S'~ it ..,.~ ~ ::liJj ~~ "'1 ~ ~ 2 << << < ~~ ~~ ~~ h~ Rg~ ~ 1 c.!! 88 88 88 !.,. .. .... ., 'D \D I en",,,, . .