Laserfiche WebLink
M <br />The Department ofUtility Services Staff and engineer have discussed and negotiated with Wharton - <br />Smith, the lowest bidder, several ideas to reduce the cost without down -grading the quality of the <br />delivered product. It was concluded that the contractor upon award of this project will let the County <br />pay directly for the cost of the materials. This potentially could save the County over $170,000.00 <br />in sales tax. However, the contractor has also asked the County's cooperation in processing the <br />purchase order and payment in the most expedient way in order not to delay the project progress . <br />ALTERNATIVE BID is is an addition of a chlorine containment with a scrubber system for <br />evacuation of a hazardous gas. This is to eliminate the problem in the event of a chlorine gas leak. <br />Presently the state does not regulate this issue, however we think it would be prudent to enclose the <br />building. The Department of Utility Services Staff has considered the safety issues, and has asked the <br />engineer (CDM) to specify a design to be included in the bid for the Board of County Commissioners <br />to approve. The cost for chlorine containment (modify the existing open building) with a Scrubber <br />System is $160,000.00. <br />ALTERNATIVE BID IT: relates to the upgrade in the existing laboratory and office plant building. <br />The existing window air conditioning unit is insufficient for the computer and electronic monitoring <br />instrumentation that are going to be located in the building. The level of moisture in the building <br />exceeds the allowable level for electronic instrumentation. Therefore, this upgrade, including central <br />air condition installation, air duct distribution system is to protect the County's investment. The cost <br />for alternative No. 2 is $20,000.00. <br />RECOMMENDATIONS <br />Staff recommends approval and award of the contract to Wharton -Smith in the amount of <br />$8,527,000.00 which includes the base bid, alternative bid no. I and alternative bid no. 2. Also, the <br />staff recommends that the Board of County Commissioners approve the attached agreement in form <br />and authorize the chairman to execute the agreement after all requirements are submitted and <br />approved by the County Attorney's office. In addition the staff asks the Board of County <br />Commissioners to approve the direct purchase through the contractor by providing issuance of a <br />purchase order and payment . <br />Commissioner Adams questioned the 2 items back-to-back dealing with the South County <br />Wastewater Treatment Plant, and SWDD Director Terry Pinto advised that the first item is for the <br />award of the bid for the South County project,- constructiomafthe-plant, and the second item is for <br />additional work performed by the consultant. <br />Commissioner Adams wanted to know whether any equipment in this bid was single -sourced, <br />and Director Pinto advised that the same process was used as with other treatment plants, the process <br />is single -sourced but bidders bid based on construction costs. The process chosen lowered the cost <br />because the costs are less than building a normal aeration process, the design took into consideration <br />total construction and operating costs. There are substantial performance guarantees, as in the West <br />County operation. <br />Chairman Eggert commented that the process was previously agreed upon and wondered what <br />the source of discomfort was. <br />Commissioner Adams was uncomfortable due to the $8,000,000 involved and did not believe <br />enough time had been spent reviewing the voluminous backup. She believed that perhaps her level of <br />confidence had been eroded. <br />County Administrator Chandler emphasized that the proposal is in accordance with the master <br />plan. <br />MAY 20, 1997 <br />E �u <br />97 <br />