Pinellas County Florida Banner
File #: 20-1110A    Version: 1
Type: Contract/Agreement Status: Consent Agenda
File created: 6/15/2020 Department: Utilities
On agenda: 6/8/2021 Final action:
Title: Award of bid to Polydyne, Inc. for wastewater polymers.
Attachments: 1. FE_AGREEMENT-POLYDYNE, INC., 2. 21-0091-B Standard Services Agreement Vendor signed 4.29.21, 3. Bid Tabulation - 21-0091-B-BW, 4. Polydyne Inc - Bid No 21-0091-B-BW Bid Submittal, 5. Polydyne Inc - 21-0091-B Section F Fee Schedule, 6. 21-0091-B - Polydyne Inc - Review - Compliant, 7. 21-0091-B-BW Addendum No. 7, 8. Addendum No. 7-21-0091-B Wastewater Polymers - Section F Fee Schedule, 9. 190-0545-B(BW) Addendum #6_PD Signed, 10. Staff Report Polymer ROA_Approved

Subject:

Title

Award of bid to Polydyne, Inc. for wastewater polymers.

label

 

Recommended Action:

Recommended Action

Approval of the rejection of bids from Nalco Company, LLC and Fort Bend Services, Inc. as non-responsive for not meeting the testing requirements as specified per bid requirements during testing phases.

 

Approval of the award of bid and execution of the agreement with Polydyne Inc. for wastewater polymers.

 

                     This five-year agreement is to supply polymers for the Utilities wastewater facilities to thicken and dewater biosolids generated during the wastewater treatment process allowing biosolids to be 100% beneficially re-used as Class AA fertilizer.

                     The agreement amount is $2,642,243.24 over a sixty-month term.

                     Three vendors submitted bid information at the beginning of the three-step bid process. Two of the vendors did not advance through the three-step bid process and associated bench-scale testing with one rejected after Step 1 for not submitting required documentation by the established deadline and the other rejected before Step 2 for not passing bench-scale testing. The bench-scale and full-scale testing process and results were verified by a third-party engineering firm.

                     A 15% contingency is included as part of this award recommendation to account for increased usage due to seasonal and operational variations.

                     This agreement will replace a current three-year contract that will expire on May 19, 2021.

 

Bid No. 21-0091-B(BW) with an average annual expenditure of $528,448.65 for a sixty-month term total of $2,642,243.24, based on lowest responsive, responsible bidder meeting specifications. Authorize the Chairman to sign and the Clerk of the Circuit Court to attest.

Body

 

Strategic Plan:

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

 

Summary:

Summary

This agreement is to purchase polymers that are utilized at the South Cross Bayou and William E. Dunn Water Reclamation Facilities. Polymers are used to thicken and dewater biosolids generated during the wastewater treatment process, allowing biosolids to be 100% beneficially re-used as Class AA fertilizer.

Body

 

Background Information:

On August 25, 2020, the Purchasing Division, on behalf of the Utilities Department, released the invitation to bid with the intent to establish an agreement for Wastewater Polymers.  During the three-step bid process, bench-scale and full-scale tests were conducted to ensure efficacy.  Three vendors initially submitted bid information for Step 1. Two of the vendors did not advance through the three-step bid process and associated bench-scale testing.  One vendor was rejected after Step 1 for not submitting required documentation by the established deadline and the other firm was rejected before Step 2 for not passing the bench-scale testing  The bench-scale and full-scale testing process and results were verified by a third-party engineering firm.

The Agreement includes a 15% contingency due to account for increased usage during seasonal and operational variations.

 

Fiscal Impact:

Estimated sixty (60) month expenditure not to exceed:                      $2,297,602.82

Contingency Amount (15%):                                                                                                          $   344,640.42

Total estimated sixty (60) month expenditure not to exceed:                      $2,642,243.24

 

Average annual expenditure:                                                                                                         $528,448.65

 

Funding is derived from the Sewer Revenue and Operating Fund.

 

Staff Member Responsible:

Megan Ross, Director, Utilities
Merry Celeste, Division Director, Purchasing and Risk Management, Administrative Services
Joe Lauro, Director, Administrative Services

 

Partners:

N/A

 

Attachments:

Agreement
Tabulation