Consent 1.A.2.
Regular City Council Meeting
- Meeting Date:
- 02/08/2010
- TITLE
- W.O. 08-22—Wastewater Treatment Plant Disinfection Improvements, Construction Contract Award
- PRESENTED BY:
- David Mumford
- Department:
- Public Works
Presentation:
PROBLEM/ISSUE STATEMENT
The Wastewater Treatment Plant (WWTP) must comply with the Montana Pollutant Discharge Elimination System (MPDES). New standards of the MPDES permit require more stringent disinfection of the plant’s discharged effluent. The new disinfection improvements must be operational by May 1, 2011.
HDR Engineering is the consultant that was chosen for and is under contract for professional services on this project. After evaluating many disinfection alternatives, a new ultra-violet (UV) system was recommended and accepted by the City. The UV system will be constructed in an existing modified chlorine contact basin at the WWTP. The project scope also includes constructing a full enclosure over the new system and integrating the system into the WWTP’s existing control system.
Bids were opened for the new UV system and all appurtenances on January 26, 2010, and by law, Council must act on the bid opening at this meeting.
The bid package included a Lump Sum Base Bid and four alternates:
Alternate A--precast concrete building panels in lieu of the specified "sandwich" panels with insulation and brick veneer.
Alternate B--a metal building system in lieu of the specified precast building.
Alternate C--fiberglass covers attached to the secondary clarifier walls and extending over the launder trough and weirs. Alternate D--providing equipment that does not meet American Recovery and Reinvestment Act (ARRA) requirements.
ARRA funds may be available for this project.
Staff recommends not awarding Alternates A or B since they will provide a lesser quality building system. These alternates were included in the event the preferred base bid exceeded the available budget.
Staff recommends awarding Alternate C because the fiberglass covers will cut down on algae growth in the secondary clarifiers, resulting in more energy efficiency and effectiveness of the UV system, and because funds are available to cover the costs.
It is estimated that confirmation of whether or not ARRA funds will be available will not be received until March or April, which is after the bids will have expired, so Staff recommends not awarding Alternate D that would eliminate the possibility of using ARRA funds. Also, all bidders' Alternate D involves using a UV supplier different from the one utilized in the base bid. The different UV system would require the design to be modified from that in the base bid.
HDR Engineering is the consultant that was chosen for and is under contract for professional services on this project. After evaluating many disinfection alternatives, a new ultra-violet (UV) system was recommended and accepted by the City. The UV system will be constructed in an existing modified chlorine contact basin at the WWTP. The project scope also includes constructing a full enclosure over the new system and integrating the system into the WWTP’s existing control system.
Bids were opened for the new UV system and all appurtenances on January 26, 2010, and by law, Council must act on the bid opening at this meeting.
The bid package included a Lump Sum Base Bid and four alternates:
Alternate A--precast concrete building panels in lieu of the specified "sandwich" panels with insulation and brick veneer.
Alternate B--a metal building system in lieu of the specified precast building.
Alternate C--fiberglass covers attached to the secondary clarifier walls and extending over the launder trough and weirs. Alternate D--providing equipment that does not meet American Recovery and Reinvestment Act (ARRA) requirements.
ARRA funds may be available for this project.
Staff recommends not awarding Alternates A or B since they will provide a lesser quality building system. These alternates were included in the event the preferred base bid exceeded the available budget.
Staff recommends awarding Alternate C because the fiberglass covers will cut down on algae growth in the secondary clarifiers, resulting in more energy efficiency and effectiveness of the UV system, and because funds are available to cover the costs.
It is estimated that confirmation of whether or not ARRA funds will be available will not be received until March or April, which is after the bids will have expired, so Staff recommends not awarding Alternate D that would eliminate the possibility of using ARRA funds. Also, all bidders' Alternate D involves using a UV supplier different from the one utilized in the base bid. The different UV system would require the design to be modified from that in the base bid.
ALTERNATIVES ANALYZED
Council may:
- Award the base bid plus alternate C as recommended by Staff; or
- Not award the bid.
FINANCIAL IMPACT
The project is being funded by a State Revolving Fund (SRF) loan and wastewater funds. The associated FY 2009 CIP ($590,000 for design services) and FY 2010 CIP ($4,761,000 for construction and construction engineering services) have been approved by the Mayor and City Council. There are sufficient funds available to cover the costs of the construction contract.
Approved Funding Amount in 2009 and 2010 CIP: $ 5,351,000.00
Amount approved for Professional Services: $ (844,600.00)
Remaining Funding: $ 4,506,400.00
Amount being requested for construction: $ 2,663,350.00
Bids were opened January 26, 2010, with the following results:
Approved Funding Amount in 2009 and 2010 CIP: $ 5,351,000.00
Amount approved for Professional Services: $ (844,600.00)
Remaining Funding: $ 4,506,400.00
Amount being requested for construction: $ 2,663,350.00
Bids were opened January 26, 2010, with the following results:
| CONTRACTORS |
COP Const. | Rice Lake Const. |
Sletten Const. | Western Municipal | Williams Brother Const. | Engineer’s Estimate |
| Lump Sum Base Bid | $2,981,352 | $2,848,000 | $2,533,000 | $3,774,000 | $2,426,000 | |
| Alternate A |
$ (60,000) | $ (40,000) | $ (40,000) | $ (41,000) | $ (64,800) | |
| Alternate B |
$ (130,000) | $ (100,000) | $ (205,000) | $ (160,000) | $ (163,000) | |
| Alternate C |
$ 243,900 | $ 260,000 | $ 235,400 | $ 280,000 | $ 237,350 | |
| Alternate D | $ (247,000) | $ (3,000) | $ (124,000) | $ (108,000) | $ (161,450) | |
| RECOMMENDED TOTAL |
$3,225,252 | $3,108,000 | $2,768,400 | $4,054,000 | $2,663,350 | $4,300,000 |
RECOMMENDATION
Staff recommends that Council award a construction contract for the base bid plus alternate C for W.O. 08-22—Wastewater Treatment Plant Disinfection Improvements to Williams Brother Construction LLC for $2,663,350.00.
APPROVED BY CITY ADMINISTRATOR
Attachments
No file(s) attached.