Great Lakes Water Authority Logo
File #: 2018-536    Version: 1 Name:
Type: Resolution Status: Passed
File created: 1/8/2018 In control: Board of Directors
On agenda: 1/24/2018 Final action: 1/24/2018
Title: GLWA-CON-212 Lake Huron Water Treatment Plant Mechanical Improvements
Sponsors: Cheryl Porter
Indexes: Water Operations
Attachments: 1. GLWA-CON-212 Bid Tab, 2. GLWA-CON-212 Approval Checklist Form

Title

GLWA-CON-212

Lake Huron Water Treatment Plant Mechanical Improvements

 

Body

Agenda of:                     January 24, 2018

Item No.:                     2018-536

Amount:                     $7,660,000.00

 

 

TO:                     The Honorable

                     Board of Directors

                     Great Lakes Water Authority

 

FROM:                     Sue F. McCormick

                     Chief Executive Officer

                     Great Lakes Water Authority

 

DATE:                     January 5, 2018

 

 

RE:                     Contract No. GLWA-CON-212

                     Lake Huron Water Treatment Plant Mechanical Improvements

                     Vendor:  Detroit Contracting, Inc.

 

 

MOTION

Upon recommendation of Cheryl Porter, Chief Operating Officer - Water and Field Services, the Board of Directors (Board) of the Great Lakes Water Authority (GLWA), authorizes the Chief Executive Officer (CEO) to enter into Contract No. GLWA-CON-212, “Lake Huron Water Treatment Plant Mechanical Improvements” with Detroit Contracting, Inc., at a cost not to exceed $7,660,000.00 for a duration of two (2) years and three (3) months; and authorizes the CEO to take such other action as may be necessary to accomplish the intent of this vote. 

BACKGROUND

The Lake Huron Water Treatment Plant (LH WTP) was completed and put into service in 1976. The heating, ventilation, air conditioning (HVAC) and de-humidification systems are all original to the completion of the LH WTP. The failure of the dehumidification system allows condensation to occur on pipes and equipment in the filter gallery, and in combination with the chlorine in the atmosphere from disinfection, creates a corrosive environment that significantly reduces the life span of equipment, particularly electronic instrumentation and controls. In addition, modifications will be made to the electrical room ventilation to reduce moisture, dissipate heat, and maintain a positive pressure. This change will reduce the low levels of atmospheric chlorine and comply with the Michigan Department of Environmental Quality (MDEQ) standards for air exchange rates Finally, the replacement of the dehumidification unit with a desiccant wheel type unit will further reduce moisture in the filter piping gallery and extend the equipment and instrumentation life.

This work was identified under CIP No. 1280 (new CIP No. 111002) and originally approved by the Board on March 11, 2015, as part of the FY16 CIP. A design contract was procured (CS-1732) and awarded to Tetra Tech in the spring of 2016. The design contract included study of the existing systems, alternatives development, basis of design, and final design which were completed in the summer of 2017.

JUSTIFICATION

The mechanical systems at the LH WTP are original to the WTP (ca. 1976) and are beyond the end of their design life. The replacement of these systems will protect vital process and operational areas from freezing and overheating. In addition, dehumidification and ventilation improvements will extend the life of filter piping, valves, instrumentation and appurtenances that are adjacent to the filters. Finally, the addition of computer room air conditioners will extend the life of the electrical components in the main electrical and high lift variable frequency drive rooms. The replaced components will allow the LH WTP HVAC systems to be operated in a more efficient manner with equipment and control systems meeting the current energy efficiency codes and standards.

Procurement Method:  Competitively bid - Request for Bid (RFB).

Advertised:                     September 26, 2017

                     On Michigan Inter-governmental Trade Network (MITN) website

Distributed to:                     515 vendors

Downloaded by:                     23 vendors

Addendums released:                     3

Response due date:                     November 20, 2017

Responses received:                     5 vendors submitted bids

 

Evaluation Method:                     Request for Bid (RFB) - Lowest cost, responsive and responsible Bidder.

 

 

 

Vendor (Lowest Cost to Highest)                     Cost

Detroit Contracting, Inc.                     $7,660,000.00

Tooles Contracting Group                     $7,800,000.00

Weiss Construction Company                     $9,032,457.00

DeCal, Inc.                     $9,348,950.00

J.F. Cavanaugh Company                     $9,775,356.00

It is recommended that Detroit Contracting, Inc. be awarded this contract.

Minority Business Enterprise (MBE):  No

Detroit Based Business (DBB):  No

Small Business Enterprise (SBE):  Yes

Sub-Contractor(s) List for Detroit Contracting, Inc.:

Blue Star                     Demolition

Dynamic Glazing                     Glazing

Ferndale Electric                     Electrical

Harpco MCHI                     Piping

J.J. Barney                     Concrete

Lutz Roofing                     Roofing

Michigan Overhead Doors                     Doors

National Abatement                     Asbestos

Niles Painting                     Painting

Techborne                     HVAC

WWTS, LLC                     Control

Zak Welding                     Field Structure

Litigation

This vendor is not currently nor has been previously involved in any litigation with the GLWA.

Financials

A financial risk assessment was performed by the GLWA via Dun & Bradstreet and was determined that the selected vendor has the financial capacity to perform the tasks under this contract. This information is available for the Board of Directors to review upon request.

Project Estimate

The construction estimate for this project is $7,902,000.00.

BUDGET IMPACT

The proposed Lake Huron Treatment Plant Mechanical Improvements is included in the Board approved FY2018-2022 Capital Improvement Plan with a construction phase project total of $7,200,000.00. The proposed construction phase contract award of $7,660,000.00 creates a budgetary shortfall in the project of $460,000.00, which will be resolved by funding contributed from CIP 170100 Water Treatment / Pump Station Allowance. A budget amendment will be prepared to allocate funds as detailed below.

CIP

FY 2018

FY 2019

FY 2020

FY 2021

Total

CIP 111002: Board Approved Planned Spend Construction Phase

$800,000.00

$3,000,000.00

$3,000,000.00

$ 400,000.00

$7,200,000.00

CIP 170100:  Fund Transfer

$381,000.00

$579,000.00

($100,000.00)

($400,000.00)

$460,000.00

CIP 111002: Adjusted Planned Spend Construction Phase

$1,181,000.00

$3,579,000.00

$2,900,000.00

-

$7,660,000.00

 

SAVINGS, COST OPTIMIZATION, AND REVENUE ENHANCEMENT IMPACT

Sufficient data is not presently available to quantify additional savings from improved operational efficiency.

COMMITTEE REVIEW

This matter was reviewed by the Operations and Resources Committee at its meeting on January 10, 2018.

SHARED SERVICES IMPACT

This item does not impact the shared services agreement between GLWA and DWSD.