Pinellas County Florida Banner
File #: 17-1696A    Version: 1
Type: Contract/Agreement Status: Passed
File created: 9/26/2017 Department: Utilities
On agenda: 11/20/2018 Final action: 11/20/2018
Title: Ranking of firms and Agreement with Garney Companies, Inc. dba Garney Construction for professional design-build services pertaining to the new Headworks and Grit Removal facility.
Attachments: 1. FE Design-Build Agreement with Garney Companies Inc, 2. Agreement, 3. Ranking Spreadsheet
Related files: 20-079A, 21-1630A, 23-0729D
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Subject:

Title

Ranking of firms and Agreement with Garney Companies, Inc. dba Garney Construction for professional design-build services pertaining to the new Headworks and Grit Removal facility.

label

 

Recommended Action:

Recommended Action

Approval of ranking of firms and execution of agreement with Garney Companies, Inc. dba Garney Construction, for professional design build services pertaining to the New Headworks and Grit Removal Facility, located at South Cross Bayou Water Reclamation facility.

Contract No. 178-0001-NC (SS), Phase I in the amount of $2,449,325.00 from the notice to proceed date for five hundred forty (540) consecutive calendar days.  Authorize the Chairman to sign and the 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

 

Summary:

This Agreement commences the design development and pre-construction elements, considered Phase I of this design-build project. Garney Companies, Inc. dba Garney Construction (Garney) will be responsible for a complete turnkey project to improve pretreatment systems at the South Cross Bayou Water Reclamation Facility by incorporating a new headworks structure, a new grit removal system, a new odor control system, and other ancillary components and systems. Upon completion and successful startup of the new headworks, grit system, and odor control system, the existing structures will be demolished. 

The new processes are necessary as the existing headworks and grit system are not capable of removing the necessary amount of grit from the wastewater, causing catastrophic failure of equipment downstream and forcing multiple plant shut downs and bypasses in an effort to de-grit downstream tanks and processes. Additionally, the existing headworks has reached the end of its service life, and an upgrade is necessary to prevent future sanitary sewer overflows.

 

Background Information:

A Request for Qualifications to comply with the Consultants Competitive Negotiation Act per Florida Statute 287.055 was released on November 30, 2017; the negotiation and scoping process was concluded October 2018. The firms in order of ranking are attached on the ranking spreadsheet.

The South Cross Bayou Water Reclamation Facility utilizes a headworks structure and grit removal system that were installed as part of the 1993 and 1996 facility expansion respectively.  The headworks screening and grit removal are important protective and preventative measures that reduce operation costs at the facility.  Over the past two decades of operation, the grit removal system has degraded due to normal use and a highly corrosive and abrasive environment.

During October 2015, McKim & Creed, Inc was hired to conduct an evaluation of the existing grit removal system. The purpose for this evaluation was to document the efficiency of the grit removal system, compare the observed performance to the original design performance criteria, identify potential modifications and/or additional repairs to the grit removal system and system controls that could improve overall performance and extend the useful life of the facility, and finally to compare those findings against installing new improved technology. The referenced evaluation led to the recommendation that the County replace the existing grit removal system in its entirety and construct a new facility in its location to accommodate new Headcell® and Grit Snail® units and required ancillary equipment. The estimated price for the entire project is $16,000,000.00; the final construction price will be determined upon completion of Phase Two negotiations.

Additionally, the headworks structure has reached the end of its useful life and requires replacement. Existing mechanical bar screen equipment was replaced in 2013 and is intended to be re-used in a new headworks facility. Garney will determine the most cost effective arrangement of the new headworks and grit removal system within the current area of the existing facilities.

This project consists of two (2) phases: Phase I will include the preliminary conceptual design development, diagrams, and specifications. Phase I is expected to begin in December 2018 and completed within five hundred forty (540) consecutive calendar days. The design and construction documents will be completed to a point where a “not to exceed” lump sum price for Phase II (construction phase) will be developed and brought before the Board of County Commissioners for consideration.  Phase II is expected to begin October 2020 and is estimated to be completed within seven hundred twenty (720) days.

The contract includes fully burdened negotiated hourly rates including all labor, direct/indirect overhead margins/profits, and travel within the Tampa Bay Metropolitan Statistical Area (TBMSA). Travel outside of the TBMSA will be reimbursed in accordance with Section 112.061. Florida Statutes

 

Fiscal Impact:

Phase I (Design) not to exceed:                                                               $2,199,325.00

Owner Contingency                                                                                                         $   250,000.00

Total:                                                                                                                                                   $2,449,325.00

 

Funding for this project is derived from the Sewer Enterprise Fund.

 

Staff Member Responsible:

Megan Ross, Director, Utilities
Joe Lauro, Director, Purchasing

 

Partners:

N/A

 

Attachments:

Agreement
Ranking Spreadsheet