Pinellas County Florida Banner
File #: 18-931A    Version: 1
Type: Contract/Agreement Status: Passed
File created: 6/12/2018 Department: Utilities
On agenda: 8/6/2019 Final action: 8/6/2019
Title: Ranking of firms and agreement with PCL Construction, Inc. for professional design build services pertaining to the Dunn Water Reclamation Facility Filtration and Disinfection Improvements project.
Attachments: 1. FE Design Build Services Agreement with PCL Construction Inc, 2. Agreement, 3. Ranking Spreadsheet
Related files: 23-1704A, 21-1435A

Subject:

Title

Ranking of firms and agreement with PCL Construction, Inc. for professional design build services pertaining to the Dunn Water Reclamation Facility Filtration and Disinfection Improvements project.

label

 

Recommended Action:

Recommended Action

Approval of the ranking of firms and Agreement with PCL Construction, Inc. (PCL) for professional design build services pertaining to the Dunn Water Reclamation Facility Filtration and Disinfection Improvements project.

 

                     This contract is a turnkey design build approach to improve filtration and disinfection systems at the W.E. Dunn Water Reclamation Facility by incorporating a new cloth media filter and sodium hypochlorite disinfection system.

                     Award recommendation is to PCL Construction, Inc. per the Consultant Competitive Negotiation Act (CCNA) in the amount of $1,270,796.00.

                     Phase 1 - design services are expected to be completed no later than three hundred and fifty consecutive calendar days from Notice to Proceed.

 

Contract No. 178-0407-NC (SS), Phase 1 in the amount of $1,270,796.00 from the notice to proceed date for three hundred and fifty consecutive calendar days. Authorize the Chairman to sign and the Clerk of the 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:

Summary

This Agreement commences the design development and pre-construction elements, considered Phase 1 of this design-build project.  PCL will be responsible for a turnkey project to improve filtration and disinfection systems at the W.E. Dunn Water Reclamation Facility by incorporating a new cloth media filter and sodium hypochlorite disinfection system.  Upon completion and successful startup of the new cloth media filters and sodium hypochlorite systems the existing systems will be demolished.

Body

 

Background Information:

This project consists of two (2) phases: Phase I includes the preliminary conceptual design development, diagrams, and specifications and is to begin August 2019 and be completed within three hundred and fifty (350) consecutive calendar days. The design and construction documents will be completed to a point where a “not to exceed” lump sum price for Phase 2 (construction phase) will be developed and brought before the Board of County Commissioners for consideration. Phase II is expected to begin September 2020 and is estimated to be completed within three hundred eighty (380) days.

In November of 2017, the engineering firm Black & Veatch completed an evaluation of the WEDWRF’s filtration and disinfection systems.  The evaluation identified potential improvements and/or replacement of the existing filters and disinfection systems that could improve system performance and extend the useful life of the facility.  As a result of the evaluation, it was recommended that the County replace the existing shallow bed sand filters with Aqua-Diamond cloth media filters.  The evaluation also recommended to replace the gas chlorine system with a liquid bulk sodium hypochlorite system.  The estimated price for the entire project is $7,900,000; the final construction price will be determined upon completion of Phase 2 negotiations.

Additionally, the filters and chlorine gas equipment have reached the end of their useful life and require replacement.

A Request for Qualifications to comply with CCNA per Florida Statute 287.055 was released on July 20, 2018; the negotiation and scoping process was concluded May 2019. The firms in order of ranking are attached on the ranking spreadsheet.

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:                                           $1,135,796.00

Owner Contingency:                                                               $   135,000.00

Total:                                                                                                                               $1,270,796.00

 

Funding for this project is derived from the Capital Improvement Program: Sewer Renewal and Replacement allocation funded from the Sewer Fund.

 

Staff Member Responsible:

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

 

Partners:

N/A

 

Attachments:

Agreement
Ranking Spreadsheet