Loading...
HomeMy WebLinkAboutGoligoski Blower System Upgrades Authorization to Bid - June 18, 2025 BOARD AGENDA ITEM TO: Board of Directors FROM: Brent Goligoski, Senior Engineer MEETING DATE: June 18, 2025 ITEM – PROJECT NAME: Aeration Blower System Improvements Project REQUESTED BOARD ACTION: For the Aeration Blower System Improvements Project, 1) Approve staff’s recommended list of pre-qualified system integrators for bidding; 2) Approve the list of named products to be listed without alternative in the contract documents; and 3) Authorize staff to advertise for construction bids. DISCUSSION: Carollo Engineers and District staff have prepared Bid Documents for the Aeration Blower System Improvements Project (Project). This project includes the following improvements at the District’s Wastewater Treatment Plant (WWTP): • Replace the existing engine-driven blower with a new hybrid positive displacement blower • Replace Blower Building electrical switchgear, including power submetering in the blower building and elsewhere throughout the treatment plant • Blower building ventilation improvements • Replace and upgrade valving, instrumentation and control for aeration system • Replacement of a large electrical transformer and multiple sets of electrical switchgear • Replacement or installation of fire alarms in the Blower Building, Filter Building, Hypo Building, and Small Generator Building • Biosolids Building HVAC and Odor Control System Improvements including addition of a strobic fan for odor control. • Allowance for replacement of heating and air conditioning equipment for the Administration and Operations Lab buildings • Allowance for as-needed sewer services In response to the District’s advertisement for pre-qualification of system integrators for the Project, the District received four applications for pre-qualification. Staff has reviewed the applications using a strict scoring process and conducted phone General Manager Paul Hughes Directors Nick Haven Shane Romsos Joel Henderson Kelly Sheehan Nick Exline interviews. One applicant did not meet the minimum required score and was notified by staff and no appeal was submitted. Staff is requesting the Board approve the recommended list of pre-qualified system integrators for bidding on the Aeration Blower System Improvements Project. This list includes George T. Hall Co., Inc., Technical Systems, Inc., and Telstar Instruments. Upon approval, this list will be included in the Invitation to Bid. To comply with requirements of the Public Contracting Code, the District must list, in one place in the bid documents, all items that are to be provided by the contractor without alternative (i.e., sole brand), and identify the basis for including each item on the list (also known as a “finding”). This list must be approved in advance of bidding by the Board of Directors. Below is the list of sole brand items for the Project, along with the findings for each. Staff requests that the Board approve this list for the purpose of bidding and constructing this project. Upon approval, the following parts A and B will be included in the contract documents. A. In following with the District’s established Purchasing Policy, and as is allowed by California Statutes and supported by case law, the District has made findings that certain products shall be used for this project without alternative. The District’s Purchasing Policy recognizes the following as findings for exceptions to bidding: 1. When the item (merchandise or service) can be obtained from only one source. 2. When the item is required or is economically preferable to match or be compatible with other furnishings, materials or equipment presently on hand and the purchase is made from the manufacturer or supplier who supplied other such furnishings, materials or equipment. 3. When the item has been standardized by the District and can be purchased from only one source or is purchased from the original manufacturer or supplier. 4. When the Board of Directors determines that due to special circumstances, it is in the District's best interest to purchase an item or enter into a contract without compliance with the bidding procedures i.e., competitive proposals would not be useful, would not produce an advantage or would be undesirable, impractical, or impossible. 5. When all bids are considered unsatisfactory or excessive and are rejected by the Board of Directors by a two-thirds vote (PCC 20206.1), the District may do any necessary work and make necessary expenditures in lieu of contracting for the proposed work. 6. When the Board of Directors declares an emergency by a four-fifths vote (PCC 22050), after finding that conditions will not permit a delay resulting from a competitive solicitation for bids. All actions, thereafter taken, will be reported to the Board until the emergency action is terminated (at the earliest possible date that conditions warrant). B. Following is a list of products proposed for sole brand determination for the Project, and the basis for the sole brand determination identified by reference to the findings listed in Part A (above). 1. Allen Bradley ControlLogix Programmable Logic Controllers (PLCs [Findings 2 and 3]. 2. Allen Bradley, Studio 5000 Logix Design PLC Programming Software [Findings 2 and 3]. 3. Microsoft Windows Computer Operating System [Findings 2 and 3]. 4. SKM Power Tools Software for Arc Flash Analysis [Findings 2 and 3]. 5. AVEVA (formerly Wonderware) SCADA software [Findings 2 and 3]. 6. Allen Bradley 18 pulse Variable Frequency Drives (VFDs) [Findings 2 and 3]. 7. Notifier by Honeywell Fire Alarm System [Findings 2 and 3]. 8. Emerson, Rosemount pressure transmitter [Findings 2 and 3]. 9. Hach LDO probe and Hach sc200 controller [Finding 2]. 10. Sensidyne, SensAlarm Flex Single Channel Gas Monitor [Finding 2]. 11. Fluid Components International (FCI), Model No. ST100 thermal mass flowmeters [Finding 2]. 12. Aerzen Delta Hybrid Model D152S, DN300 hybrid positive displacement screw blower [Finding 4]. Following Board authorization, staff plans to advertise for bids beginning in June, open bids in late July, and return to the Board for award in August. Actual construction will take place during 2026 and 2027 due to the anticipated long lead times for procurement of major electrical and controls equipment. The Engineer’s Estimate for the project is $9,500,000 including allowances. Staff recommends the Board authorize advertising construction bids for the Aeration Blower System Improvements Project, per California Public Contract Code Section 20201 and Government Code Section 830.6. SCHEDULE: June 2025 through September 2027 COSTS: $9,500,000 ACCOUNT NO: 10.30.8156; 10.30.8267; 20.30.8266 BUDGETED AMOUNT AVAILABLE: $2,876,105.35 (FY25), $2,251,000 (FY26), $3,496,000 (FY27); $103,000 (FY25), $181,000 (FY26); $31,000 (FY25), $181,000 (FY26); Total = $9,119,105.35 IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): ☒ Yes ☐ No ☐ N/A ATTACHMENTS: Capital Improvement Program Project Summary Sheets ___________________________________________________________________________________ CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Sewer/Water GENERAL MANAGER: YES NO CHIEF FINANCIAL OFFICER: YES NO