Miami-Dade
Legislative Item File Number: 111785 |
Printable PDF Format Clerk's Official Copy |
File Number: 111785 | File Type: Resolution | Status: Adopted | ||||||
Version: 0 | Reference: R-746-11 | Control: County Commission | ||||||
|
||||||||
Requester: Water & Sewer Department | Cost: | Final Action: 9/20/2011 | ||||||
|
||||||||
|
||||||||
|
||||||||
Sunset Provision: No | Effective Date: | Expiration Date: |
Registered Lobbyist: | None Listed |
Legislative History |
|||||||
Acting Body | Date | Agenda Item | Action | Sent To | Due Date | Returned | Pass/Fail |
|
|||||||
Board of County Commissioners | 9/20/2011 | 14A3 | Adopted | P | |||
|
|||||||
County Mayor | 9/16/2011 | Additions | 9/20/2011 | ||||
|
|||||||
Infrastructure and Land Use Committee | 9/14/2011 | 3R | Forwarded to the BCC by the BCC Chairperson with a favorable recommendation | P | |||
REPORT: | Assistant County Attorney Geri Bonzon-Keenan read the foregoing proposed resolution into the record. There being no questions or comments regarding the foregoing proposed resolution, the Committee proceeded to vote. NOTE: Chairwoman Edmonson submitted a memorandum to BCC Chairman Martinez dated September 14, 2011, requesting that the Board's Rules and Procedures be waived to allow the foregoing proposed resolution to be heard at the September 20, 2011 Board of County Commissioners Meeting, which was approved by BCC Chairman Martinez. | ||||||
|
|||||||
County Attorney | 8/30/2011 | Assigned | Henry N. Gillman | 8/29/2011 | |||
|
|||||||
County Mayor | 8/26/2011 | Assigned | Alina Tejeda-Hudak | ||||
|
|||||||
County Mayor | 8/26/2011 | Assigned | County Attorney | 10/4/2011 | |||
REPORT: | WASD-Pending Committee-Henry already signed item.. | ||||||
|
Legislative Text |
TITLE RESOLUTION APPROVING DESIGN-BUILD SERVICES CONTRACT NO. DB09-WASD-05 ARRA IN THE AMOUNT OF $20,474,369.57 TO POOLE & KENT COMPANY OF FLORIDA FOR IMPROVEMENTS TO THE EXISTING CO-GENERATION FACILITY AT THE SOUTH DISTRICT WASTEWATER TREATMENT PLANT; AND AUTHORIZING THE MAYOR OR MAYOR�S DESIGNEE TO EXECUTE SAME AND EXERCISE THE PROVISIONS CONTAINED THEREIN BODY WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board hereby approves design-build services Contract No. DB09-WASD-05 ARRA in the amount of $20,474,369.57 to Poole & Kent Company of Florida for improvements to the existing co-generation facility at the South District Wastewater Treatment Plant; and authorizes the Mayor or Mayor�s designee to execute same and to exercise the provisions contained therein. HEADER Date: To: Honorable Chairman Joe A. Martinez and Members, Board of County Commissioners From: Carlos A. Gimenez Mayor Subject:Contract award recommendation for design-build services for the improvements to the existing cogeneration facility at the South District Wastewater Treatment Plant - Project No: DB09-WASD-05 ARRA; Contract No: DB09-WASD-05 in the amount $20,474,369.57, to Poole & Kent Company of Florida ..Recommendation This recommendation for award for Contract No. DB09-WASD-05 between Miami-Dade County and Poole & Kent Company of Florida has been prepared by the Miami-Dade Water and Sewer Department (WASD) and is recommended for approval pursuant to Section 2-8.2.7 of the Code of Miami-Dade County. Poole & Kent Company of Florida will provide design-build services for the improvements to the existing cogeneration facility at the South District Wastewater Treatment Plant. Delegation of Authority - The authority of the County Mayor or County Mayor's designee to execute and implement this contract is consistent with those authorities granted under the Code of Miami-Dade County. Scope PROJECT NAME: Design-build services for improvements to the existing cogeneration facility at the South District Wastewater Treatment Plant PROJECT NO: DB09-WASD-05 ARRA CONTRACT NO: DB09-WASD-05 PROJECT DESCRIPTION: Poole & Kent Company of Florida will include services and any supportive tasks ancillary to the primary scope of services which includes but is not limited to: professional design, permitting, supply, fabrication/installation of four new Cummins cogeneration units, associated electrical equipment, electrical accessories/conduits and feeders in duct-banks, new electrical room for arc-flash switchgear, pressurized ventilation system for existing facility, programming of the equipment controls, system check out, start up, reliability demonstration, performance testing and warranty of all new cogeneration units and ancillary systems, including gas conditioning and heat recovery sub-systems that comprise the cogeneration system, as well as on-site training of WASD Operating and Maintenance Staff in the operations and maintenance of the new cogeneration system. The proposed cogeneration system will consist of four new Cummins cogeneration units suitable for unattended operation. Each cogeneration package includes but is not limited to the following characteristics. *Operate primarily on digester gas and also be capable of operating with a seamless transition between fuels from 100% natural gas to sphere blended landfill digester gas. *Supply, without interruption, maximum rated load on digester gas for unlimited duration under ambient conditions specified. *Include a primary heat exchanger to transfer all thermal energy absorbed from the engine jacket coolant via the existing plant effluent system to the existing digester heating hot water distribution system. *Include a primary heat exchanger to transfer all thermal energy absorbed from the engine exhaust to the future sludge treatment heating system using a thermal oil heat exchanger designed to be mounted in the exhaust manifold. *Include auxiliary heat exchangers to transfer all thermal energy absorbed from auxiliary engine systems to existing Plant effluent water system. *Be capable of automatically synchronizing and operating in parallel with the utility supply system, other cogeneration packages including both new and existing units and the existing plant diesel fuel emergency generators. PROJECT LOCATION: 8950 SW 232 Street, Miami, Florida PROJECT SITES: Based on Multi-Year Capital Plan SITE # LOCATION 1 DIST TOTAL CONTRACT AMOUNT T-S-R #68527 8950 SW 232 Street 8 $20,474,369.57 56-21-40 PRIMARY COMMISSION DISTRICT: District 8 Lynda Bell APPROVAL PATH: Board of County Commissioners This project qualifies under the Economic Stimulus Plan Ordinance, Section 2-8.2.7 of the Code of Miami-Dade County. OCI A&E PROJECT NUMBER: DB09-WASD-05 USING DEPARTMENT: Miami-Dade Water and Sewer Department MANAGING DEPARTMENT: Miami-Dade Water and Sewer Department Fiscal Impact / Funding Source FUNDING SOURCES: SOURCE PROJECT NUM SITE # Wastewater Construction -2011 Bonds 9653401 #68527 WASD Revenue Bonds Sold 9653401 #68527 Energy Efficiency and Conservation Block Grant � ARRA (Resolution No. R-1260-09) OPERATIONS COST IMPACT / FUNDING: $375,000 per year. The funding source is the Operations and Maintenance fund from WASD. MAINTENANCE COST IMPACT / FUNDING: $600,000 per year. The funding source is the Operations and Maintenance fund from WASD. LIFE EXPECTANCY OF ASSET: 25 - 30 years. PTP FUNDING: No GOB FUNDING: No ARRA FUNDING: Yes CAPITAL BUDGET PROJECTS: CAPITAL BUDGET PROJECT # - DESCRIPTION AWARD ESTIMATE Capital Project Federal Grant EECBG Methane Sequestration from Landfill and Digesters to Power Operations of Facilities (Resolution No. R-1260-09) $1,800,000.00 9653401- SOUTH DISTRICT UPGRADES - WASTEWATER TREATMENT PLANT Book Page:244 Funding Year: Adopted Capital Budget Book for FY 2010-2011, Prior Years' Funds through FY 2010-2011 $18,674,369.57 CAPITAL BUDGET PROJECTS TOTAL: $20,474,369.57 PROJECT TECHNICAL CERTIFICATION REQUIREMENTS: TYPE CODE DESCRIPTION Prime 6.03 WATER AND SANITARY SEWER SYSTEMS - WATER AND SANITARY SEWAGE TREATMENT PLANTS Prime 11.00 GENERAL STRUCTURAL ENGINEERING Prime 12.00 GENERAL MECHANICAL ENGINEERING Prime 13.00 GENERAL ELECTRICAL ENGINEERING Other 9.02 SOILS, FOUNDATIONS AND MATERIALS TESTING - GEOTECHNICAL AND MATERIALS ENGINEERING SERVICES Other 9.03 SOILS, FOUNDATIONS AND MATERIALS TESTING - CONCRETE AND ASPHALT TESTING SERVICES Other 14.00 ARCHITECTURE Other 15.01 SURVEYING AND MAPPING - LAND SURVEYING Other 15.03 UNDERGROUND UTILITY LOCATION Other 16.00 GENERAL CIVIL ENGINEERING SUSTAINABLE BUILDINGS ORDINANCE: (I.O NO. 8-8) Did the Notice to Professional Consultants contain Specific Language requiring compliance with the Sustainable Buildings Program? YES NTPC'S DOWNLOADED: 300 PROPOSALS RECEIVED: 3 CONTRACT PERIOD: 900 Days. Excludes Warranty Administration Period: 150 days for design and permitting, 750 days for construction. CONTINGENCY PERIOD: 90 Days. IG FEE INCLUDED IN BASE CONTRACT: No ART IN PUBLIC PLACES: No BASE ESTIMATE: $13,506,000.00 $500,000.00 (for design services required for the upgrades to the Co-Generation Facility) $9,006,000.00 (for construction of the required infrastructure and installation of two new co-generation units). $4,000,000.00 (to replace two existing co-generation units (no infrastructure is required) Total: $13,506,000.00 Due to budgetary constraints, the original advertisement issued on March 9, 2010 requested proposers respond to the solicitation with price proposals for a base bid, Alternate No. 1 and Alternate No. 2. The estimate for the first base bid which consisted of two new co-generation units was in the amount of $9,506,000. Alternate No. 2 which consisted of two new co-generation units and the replacement of two existing co-generation units was in the amount of $13,506,000. The Department re-prioritized its funding priorities for capital projects to proceed with the estimate for Alternate No. 2. Pursuant to the advertisement, the price utilized to obtain the adjusted bid and ranking was Alternate No. 2. BASE CONTRACT AMOUNT: $17,188,282.00 $1,500,000.00 for design services required for the upgrades to the Co-Generation Facility, and $15,688,282.00 for construction of the required infrastructure and installation of two new co-generation units, and to replace two existing co-generation units. Note: $3,682,282.00 is the difference between the base estimate of $13,506,000.00 and the base bid contract amount of $17,188,282.00. The cost estimates allocated for the engineering design and the purchase and installation of the co-generation units were lower than the low bid submitted. CONTINGENCY ALLOWANCE (SECTION 2-8.1 MIAMI DADE COUNTY CODE): TYPE PERCENT AMOUNT COMMENT Design Build 10% 5% $934,414.10 Contingency Allowance per Ordinance 00-65 has been combined considering 10% of the design fees ($1,500,000 = $150,000) plus 5% of construction fees ($15,688,282.00 = $784,414.10). PERMIT FEES : $470,648.46 3.00% Amount was based on total construction fee. ELECTRICAL FEEDERS AND DUCTBANK : $826,772.46 5.27% Amount was based on total construction fee. ADDITIONAL GAS CLEANING TO REMOVE SILOXANES : $610,274.17 3.89% Amount was based on total construction fee. PERFORMANCE IN EXCESS OF GUARANTEED EFFCIENCIES : $348,279.86 2.22% Amount was based on total construction fee. ADDITIONAL PRESSURE VENTILATION FOR BASEMENT : $53,340.16 0.34% Amount was based on total construction fee. LEED CERTIFICATION FEES : $42,358.36 0.27% Amount was based on total construction fee. TOTAL DEDICATED ALLOWANCE: $2,351,673.47 TOTAL AMOUNT: $20,474,369.57 Track Record / Monitor SBD HISTORY OF VIOLATIONS: None EXPLANATION: STEP 1 On October 15, 2010, three (3) proposals were received. At the Step 1 Evaluation of Qualifications meeting held on November 4, 2010, the Standing Selection Committee (SSC) reviewed and ranked the two (2) responsive and responsible proposals received on October 15, 2010. One proposal was found not in compliance with technical certification requirements and eliminated from further evaluation. Both firms, AECOM Technical Services, Inc. and Poole & Kent Company of Florida along with its team members met the minimum qualifications and demonstrated their relevant experience with other projects as required in the Request for Design-Build Services. The references in the proposals were verified by OCI. The SSC voted to invite the two (2) qualified firms to submit Technical (Oral Presentations) and Price Proposals for Step 2. STEP 2 The Step 2 Technical and Price Proposal (Oral Presentations) meeting was held on December 8, 2010. The SSC evaluated and scored the firms and the price envelopes were opened and tabulated, the lowest adjusted bid was Poole & Kent Company of Florida. The SSC motioned that Poole & Kent Company of Florida as the top ranked firm with the lowest adjusted bid to be recommended to the County Mayor or his designee for negotiations of the design-build contract. The Negotiation Committee was approved by the County Manager on December 16, 2010. On January 5, 2011, the Negotiation Committee met with Poole & Kent Company of Florida and concluded its fifth negotiation meeting on March 4, 2011. Based on the above facts, WASD is making a recommendation to award the design-build contract to Poole & Kent Company of Florida. This Contract Award Recommendation is being presented to the Board of County Commissioners (BCC) in accordance with Ordinance 08-92 which states that if the base value of a recommended award exceeds the base estimate by more than ten (10 percent) it requires BCC approval. The Office of Capital Improvements CIIS database contains eleven (11) evaluations for Poole & Kent Company of Florida with an average overall 3.5 rating out of a possible total 4 points. SUBMITTAL DATE: 10/15/2010 ESTIMATED NOTICE TO PROCEED: 11/30/2011 PRIME CONSULTANT: Poole & Kent Company of Florida COMPANY PRINCIPAL: Patrick H. Carr COMPANY QUALIFIERS: Patrick H. Carr COMPANY EMAIL ADDRESS: [email protected] COMPANY STREET ADDRESS: 1781 NW North River Drive COMPANY CITY-STATE-ZIP: Miami, Florida 33125 YEARS IN BUSINESS: 7 PREVIOUS CONTRACTS WITH COUNTY IN THE LAST FIVE YEARS: Pursuant to the Firm History Report provided by the Department of Small Business Development, Poole & Kent Company of Florida has been awarded six (6) contracts in the amount of $209,840,968.31 in the last five (5) years. SUBCONSULTANTS: Brown and Caldwell (Corporation); Architects International, Inc., Avino & Associates, Inc., A & P Consulting Transportation Engineers Corp.; Kaderabek Company; Leiter, Perez & Associates, Inc.; American Electric of Miami, Inc.; Emerson Process Management, Vanderbilt Developments, Inc.; and Dodec, Inc. MINIMUM QUALIFICATIONS EXCEED LEGAL REQUIREMENTS: Yes The engineer of record is required to have completed the design and permitting of a cogeneration facility that includes gas conditioning to remove hydrogen sulfide and siloxanes, exhaust heat recovery component using thermal oil and cogeneration units each capable of at least 1900 KW output using biogas fuel mixture of natural gas, digester gas and landfill gas. The contractor is required to have completed the construction of at least one cogeneration facility that includes gas conditioning to remove hydrogen sulfide and siloxanes, exhaust heat recovery component using thermal oil and cogeneration units each capable of at least 1900 KW output using biogas fuel mixture of natural gas, digester gas and landfill gas. REVIEW COMMITTEE: MEETING DATE: 2/11/2010 SIGNOFF DATE: 2/19/2010 APPLICABLE WAGES: (RESOLUTION No. R-54-10) Yes REVIEW COMMITTEE ASSIGNED CONTRACT MEASURES: TYPE GOAL ESTIMATED VALUE COMMENT CSBE 14.28% $2,352,301.00 Administrative Order 3-22 CBE 24.00% $396,000.00 Administrative Order 3-32 DBE 0.00% $0.00 Not Applicable CWP 0.00% 0 Not Applicable MANDATORY CLEARING HOUSE: Yes CONTRACT MANAGER NAME / PHONE / EMAIL: Patty David 786-552-8040 [email protected] PROJECT MANAGER NAME / PHONE / EMAIL: Humberto Codispoti (786) 552-8110 [email protected] BODY The project is needed to transport landfill gas from the neighboring landfill site to the SDWWTP site to be used as fuel to generate electricity. WASD will pay the Department of Solid Waste Management 30% of the avoided electricity cost generated from the landfill gas which will increase capacity of the existing cogeneration facility. The existing cogeneration units are reaching their life expectancy and maintenance costs are increasing. As such, the proposed new cogeneration units will produce sufficient additional electricity as compared to the existing units to recover the capital investment of this project between 5 and 7 years. This project was approved under the list of projects to receive monies under the Energy Efficiency Conservation Block Grant Program from the Department of Energy. |
Home |
Agendas |
Minutes |
Legislative Search |
Lobbyist Registration |
Legislative Reports
Home | Using Our Site | About | Phone Directory | Privacy | Disclaimer
E-mail your comments,
questions and suggestions to
Webmaster
|