Pinellas County Florida Banner
File #: 16-564A    Version: 1
Type: Contract/Agreement Status: Passed
File created: 4/5/2016 Department: Utilities
On agenda: 5/10/2016 Final action: 5/10/2016
Title: Award of bid to TLC Diversified, Inc. for the emergency scrubber replacement project at the South Cross Bayou Water Reclamation Facility.
Attachments: 1. FE Agreement with T.L.C. Diversified Inc, 2. Location Map.pdf, 3. Agreement.pdf, 4. Bid Tabulation Summary.pdf
Related files: 17-368D
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Subject:

Title

Award of bid to TLC Diversified, Inc. for the emergency scrubber replacement project at the South Cross Bayou Water Reclamation Facility.

label

Recommended Action:

Recommended Action

Approve the award of bid to TLC Diversified, Inc. for the emergency scrubber replacement project at the South Cross Bayou Water Reclamation Facility.

Bid no. 156-0187-CP(DF); in the amount of $569,600.00 on the basis of being the lowest responsive, responsible bid meeting specifications; all work is expected to be completed within one hundred sixty (160) consecutive calendar days.  Chairman to sign and Clerk of Court to attest.

Body

Strategic Plan:

Foster Continual Economic Growth and Vitality
4.4 Invest in infrastructure to meet current and future needs

Deliver First Class Services to the Public and Our Customers
5.2 Be responsible stewards of the public’s resources

Create a Quality Workforce in a Positive, Supportive Organization
1.3  Make workforce safety and wellness a priority

 

Summary:

The purpose of this project is to install two (2) emergency scrubbers to service the chlorination and de-chlorination facility at South Cross Bayou Water Reclamation Facility.  The equipment will scrub the atmospheric air within the facilities in the event of a chemical leak.  The existing scrubbers are being replaced as corrosion was identified during a recent maintenance inspection.

 

Background Information:

Initial work includes removal of the existing chlorination and de-chlorination facility emergency wet scrubbers and ancillary components.  Once completed, the contractor will furnish and install new emergency dry chemical scrubbers along with new ancillary components.

As part of the plant optimization study, alternative technologies to the current gaseous chlorine system are being evaluated.  Due to the size of the facility, bulk delivery of liquid hypochlorite is not a feasible option so onsite hypochlorite generation and other advanced disinfections systems will be evaluated. 

 

Fiscal Impact:

Expenditure not to exceed: $569,600.00

 

Funding is derived from the Utilities Department Sewer Enterprise fund.

 

Staff Member Responsible:

Randi Kim, Director, Utilities
Joe Lauro, Director, Purchasing

 

Partners:

N/A

 

Attachments:

Agreement
Bid Tabulation Summary
Location Map