DATE: June 12, 2015
TO: Board of Mayor and Aldermen
FROM: Eric Stuckey, City Administrator
David Parker, City Engineer/CIP Executive
Mark Hilty, Director of Water Management
SUBJECT:
title
*Consideration of Resolution No. 2015-35, A Resolution to Approve the Letter of Intent with Infilco Degremont, Inc. (IDI) for the Solar Dryer Equipment for the Franklin Water Reclamation Facility (WRF) and Authorize the City Engineer to Execute Said Letter and Revise Final Equipment Purchase without First Seeking Approval from the Board of Mayor and Aldermen
body
Purpose
The purpose of this memorandum is to provide information to the Franklin Board of Mayor and Aldermen (BOMA) concerning Resolution No. 2015-35 which authorizes approval of the Letter of Intent with Infilco Degremont, Inc. (COF Contract No. 2015-0155) for the potential purchase of solar dryer equipment for the WRF biosolids management program that is currently being designed. The resolution also provides authorization to the City Engineer to execute the Letter of Intent.
Background
During the design process for the Franklin Water Reclamation Facility (WRF) Modifications and Expansion Project (COF Contract No 2013-0001), City staff and the design consultant (CDM Smith) determined it would be in the best interest of the project to pre-select the solar dryer equipment to be utilized in the project. As with other pre-selection processes considered by the BOMA, there are different design considerations for each of the manufacturers of the solar dryer equipment making it necessary to establish the manufacturer in order to complete the design efficiently.
On April 6, 2015, the Request for Proposals (RFP) was issued to four solar sludge drying system manufacturers (Infilco Degremont, Inc. (IDI), Huber Technology, Inc. (Huber); Parkson Corporation (Parkson), and I. Kruger Inc. (Kruger)). The City received five proposals from the four companies on April 28, 2015. The City and consultant evaluated the proposals using cost and non-cost factors, detailed in the attached technical memorandum, to develop this recommendation to the BOMA.
The equipment costs received in the proposals are as follows:
§ IDI: $1,848,450
§ Huber: $1,525,000
§ Parkson Sludge Manager: $1,556,040
§ Parkson Thermo System: $1,860,350
§ Kruger Solia-Flow: $5,097,000
The Kruger Solia-Flow was eliminated from the non-cost evaluation due to the relatively high proposed equipment cost.
The ranking of the non-cost evaluations are as follows:
Parameter |
IDI |
Huber |
Parkson Sludge Manager |
Parkson Thermo System |
Raw Non-Cost Evaluation Score (out of 160 points) |
48 |
94 |
101 |
65 |
Rank |
1 |
3 |
4 |
2 |
As discussed during the June 9, 2015 BOMA Work Session presentation, there are several non-cost factors that are necessary to highlight (more detailed information is in the attached technical memorandum) including:
§ The Parkson Sludge Manager was presented as a single bay that does allow for redundancy.
§ Huber did not provide the 2-year warranty bond.
§ The Parkson Thermo System is not a plug flow system which is not preferred by staff and operators.
§ IDI took the fewest exceptions to the RFP.
Financial Impact
Solar drying for the WRF Modifications and Expansion Project is being presented as an alternative for the final construction bid. Should the BOMA decide to pursue the solar drying alternative, the equipment costs, as presented in Table 2 of the attached technical memorandum, is $1,848,450 for the IDI system with an estimated total solar drying system capital cost of $5,268,000.
Recommendation
rec
Staff recommends approval of Resolution No. 2015-35; A Resolution to Approve the Letter of Intent with Infilco Degremont, Inc. (IDI) for the Solar Dryer Equipment (COF Contract No. 2015-0155) for the Franklin Water Reclamation Facility (WRF) and Authorize the City Engineer to Execute Said Letter and Revise Final Equipment Purchase without First Seeking Approval from the Board of Mayor and Aldermen.