HomeMy WebLinkAbout03-07-2017 Item 04 Water Resource Recovery Facility Membrane Equipment Pre-selection Meeting Date: 3/7/2017
FROM: Carrie Mattingly, Utilities Director
Prepared By: Dave Hix, Utilities Deputy Director - Wastewater
SUBJECT: WATER RESOURCE RECOVERY FACILITY MEMBRANE EQUIPMENT
SYSTEM PRE-SELECTION.
RECOMMENDATION
1. Authorize staff to advertise a Request for Proposals (RFP) for a Membrane Bioreactor
Equipment System for the Water Resource Recovery Facility (WRRF) Project,
Specification No. 91539; and
2. Authorize the City Manager to award a contract to the supplier who presents the lowest
responsible bid (based on net present value) Membrane Bioreactor Equipment System if
such bid is within the engineer’s estimate of $10,000,000;1 and
3. Authorize the City Manager to approve funding for the design drawings for the
Membrane Bioreactor Equipment System from the selected supplier in an amount not to
exceed $250,000.
DISCUSSION
Background
The reason that this RFP is before council is because purchases of this nature in excess of
$100,000 require City Council authorization, per the City’s purchasing policies. This request
also seeks approval to delegate authority to award the contract, if they are within budget to the
City Manager. A contract that exceeds the budget would return to Council for award or other
action.
On January 3, 2017, Council received an update on the WRRF project which included predesign
(30% design) information and changes from the original WRRF Facilities Plan that are now
reflected in the predesign report and cost estimates. The most significant change from the
Facilities Plan is the selection of a Membrane Bioreactor (MBR) for the secondary treatment
process. MBR will allow the WRRF’s disinfection process to be downsized, provides the ability
to consistently meet or exceed regulatory requirements, and presents the City with the most
flexibility for future potable reuse options.
While the WRRF project has numerous processes, the most crucial and complicated component
is the MBR system. It combines a biological nutrient removal system with a membrane system
that produces exceptionally clean water. This water exceeds the quality anticipated by the
Facilities Plan and, as mentioned above, will allow for more consistent compliance, positions the
1 As discussed in the staff report, the purchase contract for the MBR s ystem will be assigned to the contractor who is
awarded the WRFF upgrade project. Payment of the system will be folded into that contract.
Packet Pg. 19
4
City for future potable reuse options which would further diversify the City’s water supply
portfolio and is consistent with the WRRF’s triple bottom line policies.
The MBR system requires specialized process equipment to ensure the biological system and
membranes operate efficiently and effectively together. Each membrane supplier has distinct and
special equipment requirements for its system. Because each membrane system is unique, it is
necessary the City’s project designer understands the selected system’s required specifications
and configuration in order to properly incorporate it into the overall WRRF design.
Request for Proposal
Pre-selection of the equipment is a common practice for membrane equipment systems for two
reasons:
1. Pre-selection stipulates that after the City awards a contract to a membrane equipment
system supplier, the purchase contract will be assigned to the project construction
contractor, when selected, for the purchase of the equipment at the contractual price. This
will allow the City to understand the cost of the membrane equipment system prior to
construction which is scheduled to begin in 2018.
2. It allows the designer to efficiently incorporate the MBR supplier’s technical information
and specifications and design drawings early on to optimize the overall WRRF design.
Selection of a supplier will be based on lowest net present value (NPV) which is consistent with
the City’s obligation to purchase equipment based on the lowest responsible bid as defined in
Section 3.24.210 of the City’s Municipal Code. NPV takes a holistic look at not just the cost of
the equipment when it’s purchased, but its cost to operate and maintain during its lifespan. NPV
takes into consideration long-term factors, such as energy, labor, chemicals, parts and equipment
replacement. Since carbon footprint is largely related to energy, chemical use and equipment
replacement requirements, NPV inherently favors systems with a lower carbon footprint.
The RFP was developed by the City’s designer, CH2M Engineers, and reflects the exacting
scope required to ensure the City will procure the best and most appropriate membrane for the
WRRF. CH2M has extensive experience in the pre-selection and procurement process of
membrane systems. After contract award, the supplier will submit design drawings to the City
that will be used in construction documents for the WRRF project. Cost of these drawings is
estimated at $250,000.
CONCURRENCES
The City’s contract legal counsel (Best, Best & Krieger) and the City Attorney have reviewed the
documents for compliance with the City’s fiscal and purchasing policies and other State and
Federal funding requirements.
FISCAL IMPACT
The cost for the selected supplier’s membrane equipment system is estimated to be $10,000,000.
This cost will be assigned to the contractor who is awarded the WRRF project, which is
anticipated for the first half of 2018. The membrane equipment system is part of the overall
Packet Pg. 20
4
WRRF project cost estimate and is budgeted in the sewer fund. The costs of the design drawings
are not to exceed $250,000. $125,000 of the funding is available in the Sewer Fund’s completed
projects account and $125,000 is available in the 2015-16 unappropriated carry-over. This will
leave $154,000 in completed projects and $175,000 in carry-over funding.
This RFP conforms to all State of California requirements for funding through the State
Revolving Fund.
ALTERNATIVE
The City Council may choose not to pre-select the membrane equipment system for the WRRF
project. Should this be Council’s choice, the design engineer will have to make general
assumptions for the design of the membrane equipment system and provide detailed standards
and specifications in the construction bid documents. After the contractor receives information
on the approved membrane equipment, additional design will be required for its installation. This
alternative will take additional time and require additional funding for design and construction
support services after the beginning of construction. Minimizing schedule delays is critical in
reducing the potential for regulatory violations and fines. The project time schedule is already
impacted by selection of the MBR as a secondary treatment process.
Attachments:
a - Council Reading File: RFP FOR MEMBRANE EQUIPMENT REPLACEMENT
Packet Pg. 21
4
Page intentionally left
blank.
Packet Pg. 22
4