Skip to main content
File #: 25-0431    Version: 1
Type: Consent Staff Report Status: Passed
File created: 3/26/2025 In control: Board of County Commissioners
On agenda: 4/22/2025 Final action:
Title: Award of Bid No. 2025024 for the West Regional Wastewater Treatment Facility (WWFT) Effluent Reject Improvements, [PID 23.23.539]
Indexes: Agreement, Bid Award / Bid Termination, Effluent Reject System, Florida Design Drilling, Kimley-Horn and Associates, West Regional WWTF
Attachments: 1. Sample Agreement

TO:                                                    Indian River County Board of County Commissioners

 

THROUGH:                                          John A. Titkanich, Jr, County Administrator

                                                               Kristin Daniels, Director, Office of Management and Budget

                                                               Jennifer Hyde, Purchasing Manager

 

FROM:                                          Sean C. Lieske, Director of Utility Services

                                                               Howard G. Richards, PE, Manager - Capital Projects

 

BY:                                                               Harrison Youngblood, PE, Utilities Engineer II

 

DATE:                                          March 20, 2025

 

SUBJECT:                                          Award of Bid No. 2025024 for the West Regional Wastewater Treatment Facility (WWFT) Effluent Reject Improvements, [PID 23.23.539]

_________________________________________________________________________________________

 

BACKGROUND

On behalf of the Indian River County Department of Utility Services (IRCDUS), an invitation to bid was issued for the construction of improvements to the effluent reject system at the West Regional Wastewater Treatment Facility (West WWTF).

 

ANALYSIS

The Procurement Division publicly advertised bid documents for the West WWTF Effluent Reject Improvements project (Bid No. 2025024) on February 2, 2025. A non-mandatory pre-bid meeting was hosted at the project site for prospective bidders on February 10, 2025. No prospective bidders attended this meeting. Bidder questions were due on February 26, 2025. On that same day, addendum 1 was issued by the Indian River County (IRC) Purchasing Department. On March 7, 2025, bids were publicly opened and read. A bid tabulation was prepared by the department’s consultant, Kimley-Horn and Associates (KHA), that includes a summary of the total bid amounts for the five bids that were received.

 

Bidder

Location

Total Bid

Florida Design Drilling , LLC

West Palm Beach

$1,094,000.00

Globaltech, Inc.

Boca Raton

$1,094,199.00

Hinterland Group, Inc.

Riviera Beach

$1,285,800.00

Lawrence Lee Construction

Stuart

$1,257,000.00

Razorback, LLC

Tarpon Springs

$1,448,000.00

 

KHA reviewed the bids for completeness with respect to the lowest bid amount, most responsive, and most responsible bidder. All bid packages were provided by IRC and reviewed by KHA. The summary of KHA's review are as follows:

 

                     No math errors were found in the bids reviewed.

                     The base bid values were competitive among the five bidders.

                     The average of the five bids received was $1,236,000.00, which was 8% lower than the Engineer’s Opinion of Probable Construction Costs (OPCC).

                     Florida Design Drilling (FDD) is the lowest apparent bidder. Their bid package was complete and responsive.

                     FDD’s base bid value was 19% less than the Engineer’s OPCC.

 

Indian River County Department of Utility Services (IRCDUS) and the consultant, KHA, has experience working with FDD on a variety of construction projects. IRCDUS and KHA recently worked together with FDD on the IRC Well S-1R Drilling project, which finished ahead of schedule and under budget. KHA and FDD also currently have ongoing Surficial Aquifer well projects for the Palm Beach County Water Utilities Department and Ammonia System Improvements for the Village of Palm Springs. FDD has the qualifications and experience with projects of similar scope to complete the scope of work outlined in this contract. In summary, we see no reason IRC should not award Bid No. 2025024 to FDD. Based on the results of our review, FDD submitted the lowest responsive, responsible bid for the project.

 

IRCDUS agrees that FDD is the lowest, responsive, responsible bidder and with KHA's recommendation of award to FDD.

 

Staff propose an additional 15%, or $164,100.00, project reserves to cover potential scope variability (contingency for unforeseen circumstances) or owner-directed change (e.g., value engineering or design improvements) be approved by the Board of County Commissioners (BCC) for unforeseen work/expenses, which may become necessary to complete the project or adhere to Project objectives. The project reserves will be retained by IRCDUS staff for the sole purpose of covering such costs over and above the vendor’s proposed cost. With the reserves, the total budget for the Project is $1,258,100.00.

 

BUDGETARY IMPACT

Expenses, in the amount of $1,258,100.00, for this project will be recorded in the Utilities/WIP/WWWTF Effluent Rejects System account, number 471-169000-23539.  Since this is an operating capital project, the funds will come from fund balance.  Operating funds are derived from water and sewer sales.

 

Account Description

Account Number

Amount

Utilities/WIP/WWWTF Effluent Rejects System

471-169000-23539

$1,258,100.00

 

 

PREVIOUS BOARD ACTIONS

None noted

 

POTENTIAL FUTURE BOARD ACTIONS

None noted

 

STRATEGIC PLAN ALIGNMENT

Infrastructure: Planning, constructing, managing, and maintaining critical public infrastructure in response to our current needs, future demands, and the expectations of our community; embracing innovation, technology, and resiliency.

 

OTHER PLAN ALIGNMENT

None noted

 

STAFF RECOMMENDATION

Recommended Action

Staff recommends the Board of County Commissioners award Bid No. 2025024 to Florida Design Drilling LLC, approve the sample agreement, and authorize the Chairman to execute it after review and approval of the agreement and required Public Construction Bond as to form and legal sufficiency by the County Attorney, and after review and approval of the required insurance by the Risk Manager. Staff also request authorization to hold $164,100.00 in project reserves for unforeseen work/expenses for a total budget of $1,258,100.00. So long as there are no changes in the dollar amount under the agreement and/or budgetary impact, upon adequate completion of the work set forth in the agreement, staff is directed to make final payment and release any retainage to the contractor after review and approval by the Procurement Manager and the County Attorney’s Office.