Loading...
Item F7a BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: Bulk Item: Yes February 17,2000 No X Division: Growth Management Department: Marine Resources AGENDA ITEM WORDING: Approval of the ftrm with the top-ranked proposal to enter into contract negotiations with the Florida Keys Aqueduct Authority to designlbuild/operate a Wastewater Treatment System for Key Largo. ITEM BACKGROUND: In September 1999, the Board of County Commissioners approved the advertising of a Request for Proposals (RFP) to Design/Build or Design/Build/Operate a wastewater treatment system to serve Key Largo. Under the leadership of the U.S. Environmental Protection Agency, with assistance from the Florida Department of Environmental Protection, a fmal RFP package was prepared and advertised. The attached staff memorandum provides a description of: the Technical Evaluation Panel (TEP) established to review proposals received in response to the RFP and to recommend to the BOCC the top-ranked ftrm; and the recommendation of the TEP and Growth Management Division staff. The TEP recommends that: (1) if it is in the best interests of the County to pursue the design, construction and operation of a large wastewater treatment serving most of Key Largo with over 12,200 Equivalent Dwelling Units (EDD) that the County enter into contract negotiations with Ogden Water Systems, Inc.; and, (2) ifit is in the best interests of the County to pursue the design and construction of a small neighborhood system serving 600 to 1,500 EDUs, that the County enter into contract negotiations with Daniels ContractinglCPH Engineers. At this time, the Growth Management Division staff believes that the Ogden proposal for a larger system for Key Largo is the better proposal for the BOCC to pursue further for several reasons. First, it is highest ranked proposal in terms of both technical and adjusted score (adjusted by cost). Second, it would result in signiftcant cost savings to the County and property owners in Key Largo compared to a smaller system. Third, the draft Master Wastewater Plan calls for an eventual regional system for Key Largo by the combining of smaller neighborhood systems, which could be accomplished in a less costly manner, if the system were constructed as one large project. After the Growth Management Division staff briefs the BOCC on the TEP's recommendations, representatives from the ftrm of Ogden Water Systems, Inc., have been asked to make a presentation to the BOCC on the ftrm's proposal. The Board of County Commissioners will then be asked to take public input and approve recommending the ftrm of Ogden'Water Systems, Inc., for entering into contract negotiations with the Florida Keys Aqueduct Authority. PREVIOUS RELEVANT BOARD ACTION: Approval to advertise a Response for Proposals. STAFF RECOMMENDATION: Approval of the ftrm of Ogden Water Systems, Inc. TOTAL COST: $59.8 million (approximate) BUDGETED: Yes No X COST TO COUNTY: undetermined APPROVED BY: County Attorney N fA OMB/Purchasing NfA Risk Management NfA DEPARTMENT DIRECTOR APPROVAL: anagement DIVISION DIRECTOR APPROVAL: Timothy J. McGarry, A DOCUMENTATION: Included X To follow Not required DISPOSITION: Agenda Item #: :J - F7cL MEMORANDUM TO: Board of County Commissioners FROM: Timothy J. McGarry, Director of Growth Manageme251L{ DATE: February 10, 2000 SUBJECT: Recommendation of Firm to Design/Build/Operate a Key Largo Wastewater Treatment System Overview At its February 17, 2000, meeting, the Board of County Commissioners will be asked to approve the firm of Ogden Water Systems, Inc., to enter into contract negotiations with the Florida Keys Aqueduct Authority to design/build/operate a Key Largo Wastewater Treatment System. In the next item on the agenda, the Board of County Commissioners will be asked to approve a resolution that requests the Florida Keys Aqueduct Authority to enter into contract negotiations with this recommended firm. The Ogden Water Systems' proposal received the highest score from the Technical Evaluation Panel in terms of both technical score and overall adjusted score (cost per equivalent dwelling unit divided by final technical score) among the four firms responding to the Request for Proposals (RFP). Prior to the BOCC deliberating on this action, representatives from the firm of Ogden Water Systems, Inc. will make a presentation to the Commission and answer questions. Mr. Dick Smith, a member of the Technical Evaluation Panel, and a wastewater engineer will also be available to assist the Commission on any technical issues. Technical Evaluation Panel A Technical Evaluation Panel (TEP) was established under the leadership of the U.S. Environmental Protection Agency (EPA) to provide technical assistance in evaluating the proposals. The panel consists of wastewater engineers and other representatives from EPA, Florida Department of Environmental Protection, Florida Department of Health, South Florida Water Management District, Florida Keys Aqueduct Authority, and Monroe County. The combined wastewater experience on the panel was over 150 years. [A list of panel members is provided as an enclosure with TEP Coordinator's recommendations letter to the County Administrator (Attachment One)] C:\DOCUM ENT\Wastewater\apprrfp.doc The TEP was charged to review, evaluate, and score the proposals submitted by responding firms and to recommend to the County the firm with the lowest adjusted score to receive the contract award. Proposal Evaluation Process The Technical Evaluation Panel developed specific point criteria for the technical evaluation of each proposal. The broad scoring ranges for each technical category were established in the RFP Package. Four firms, submitting a total of seven proposals, responded to the RFP in October 1999. Each firm provided a technical and a cost proposal. The cost proposals were not opened until December 16, 1999. In their cost proposals, the firms were required to keep monthly operating and maintenance costs at no more than $35 per equivalent dwelling unit (EDU)1 and had to guarantee their price proposal for design/build for a period of 180 days from the date of the opening of the cost proposals (June 13, 2000). All the firms' technical and cost proposals were deemed responsive to the RFP by the TEP after close consultation with the County Attorney and County Director of OMB. These seven proposals were first initially evaluated by the TEP and a series of follow-up questions were prepared by TEP members. Each firm was requested to provide their responses to these specific questions in writing prior to their interviews. Each firm was then interviewed and their final technical scores prepared by the TEP in mid-December 1999. During the interview session, Daniels Contracting Company requested that one of their two proposals be withd rawn. After the technical scores were recorded, the cost per EDU was divided by the firm's technical score to provide an adjusted score. The firms were then ranked by this adjusted score, the lower the number the better the score. [The adjusted scores for each proposal are in an enclosure with the letter (see Attachment One) to the County Administrator from the TEP Coordinator.] The TEP decided that although the six proposals for all four firms were still responsive, it would only further interview the firms with the two top adjusted scores for their proposals: Ogden Water Systems, Inc., and Daniels Contracting Company/CPH Engineers. [A brief description of each of the firm's proposals is provided in Attachments Two and Three.] The two firms were given a list of 1 Equivalent dwelling unit is the typical flow measure in gallons per day per residential unit. It is used to standardize the measure of non-residential flows with residential flows. C:\DOCUMENT\Wastewater\apprrfp.doc 2 questions prepared by the TEP and requested to provide written responses to the TEP prior to final interviews to be conducted in January 2000. Final interviews were conducted in January after which the TEP prepared its final recommendations to the Board of County Commissioners. These recommendations are contained in the TEP Coordinator's letter to the County Administrator (Attachment A). TEP Recommendations Although the Ogden Water Systems, Inc.'s proposal had the highest adjusted score of all six proposals, the TEP believed that it should give the County an option as to which of the two top-rated firms to enter into negotiations. A majority of the panel members believed that this approach was appropriate considering that the proposals were dissimilar in terms of service area size and total costs, which were policy decisions for the County Commission. Furthermore, Daniels/CPH was not interested in expanding the size of its project, nor was Ogden interested in reducing the size of its project. Therefore, the TEP has recommended both firms as the top-candidates for consideration. If the County wants a large system, the TEP recommends entering into contract negotiations with Ogden Water Systems, which proposes to design/build/operate a wastewater system for a lump sum of $59.8 million serving over 12,000 EDUs in Key Largo between Tavernier Creek and MM 106. The cost per EDU for this system is $4,905. Under the Ogden proposal, the firm would not only design and build the system, but operate the system under contract with the County (Florida Keys Aqueduct Authority). If the County wants to proceed with a smaller system, the TEP recommends Daniels Contracting Company/CPH, which proposes to design/build a smaller wastewater system serving Hot Spots in Key Largo between MM 104 and MM 106. The project is for a system serving from 666 to 1505 EDUs. The proposed cost of the full system serving 1505 EDUs is $12.5 million with a per EDU cost of $8,330. Under the Daniels proposal, the FKAA either would have to operate the system or enter into an additional contract with an operating firm. In addition to its basic recommendations, the TEP has provided the BOCC with general critical issues concerning both proposals and specific critical issues related to each firm's proposal in an enclosure to the TEP Coordinator's letter to the County Administrator (Attachment A). The TEP strongly recommends that these issues be pursued during any subsequent contractual negotiations. Furthermore, the TEP recommends that the County (FKAA) enlist expert technical assistance to help the County with contract negotiations and construction management. C:\DOCUMENT\Wastewater\apprrfp.doc 3 Staff Analysis In evaluating the two proposals and the County's needs, the Growth Management staff believes that the SOCC should pursue the Ogden Water System, Inc. (Ogden) proposal at this time for several reasons. First, the Ogden proposal is the most highly rated of all the proposals evaluated by the TEP in terms of technical merit and adjusted score. The adjusted score is based on dividing the technical score by cost per EDU. Second, although the total project cost of the Ogden proposal is the significant of $59.8 million, the cost per EDU is $4,905. This proposed EDU cost is significantly lower than all the other proposals, having both smaller or similar sized systems. At this level of costs per EDU, depending up the monthly charges for operations and maintenance (O&M), the need for public subsidy becomes less necessary possibly allowing the County to reallocate some or all of its limited available Federal/State grant funds and infrastructure tax revenues earmarked for the Federal Emergency Management Administration Unmet Needs Program to wastewater projects requiring more assistance, because of much higher EDU costs. As an example, for the Little Venice project (574 EDU) in Marathon, the current estimated per EDU cost is approximately $12,400 of which $4,700 must paid for by each EDU connected to the system; however, the monthly O&M charges, as can be expected with a much smaller system, are significantly higher than the O&M monthly charge of less than $16 per month in OWS's cost proposal for the much larger Key Largo project. [The County has earmarked approximately $9.0 million in Federal/State grant funds and 304 Fund revenues for the two Key Largo Hot Spots contained within the proposed service area of the Ogden project.] Third, the draft County Master Wastewater Plan calls for the eventual implementation of a regional wastewater treatment system between Tavernier Creek and MM 106 in Key Largo. As called for in the County's Plan, a phased system of smaller community and neighborhood systems would be constructed and eventually linked together to form a regional system with a single wastewater treatment facility. The construction of a regional system at this time would result in costs savings compared to incrementally building and combining smaller community systems into one larger system over time. As for the other TEP recommendations, concerning critical issues that should be considered and pursued during contract negotiations and the need for outside expert technical assistance to help negotiate the contract and for construction management, the staff believes these should be included in the resolution C:\DOCUMENT\Wastewater\apprrfp.doc 4 requesting the Florida Keys Aqueduct Authority to enter into contract negotiations [next agenda item]. Staff Recommendations The staff recommends that the Board of County Commissioners approve the recommendation of the firm of Ogden Water Systems, Inc., to enter into contract negotiations with the Florida Keys Aqueduct Authority to build/design/operate a wastewater treatment system for Key Largo. Attachment One - Letter to County Administrator with TEP Recommendations Attachment Two - Ogden Water System, Inc. Project Description Attachment Three- Daniels Contracting Company/CPH Project Description C:\DOCUMENT\Wastewater\apprrfp.doc 5 ATTACHMENT ONE RECOMMENDATIONS OF TECHNICAL EVALUATION PANEL ~\'\~V ;'f-4;o,. .:$ ....4". j ft ~ .., '-' :z: i. Wet .~ \: ~ "'.I:t, PRCf\f:,(f UNITED STATES ENVIRONMENTAL PROTECTION AGENCY REGION 4 ATLANTA FEDERAl CENTER 51 F'ORSYTH STREET ATLANTA, GEORGIA 30303-8960 February 10.2000 Mr. James L. Roberts County Administrator l\fonroe Count\'. Florida 5100 College Road Srock Island Key \Vest, Florida 33040 Dear Mr. Robens: As you know, Monroe County requested that the U.S. Environmental Protection Agency (BPA) Region 4, in partnership with the Florida Department of Environmental Protection. establish a Technical Evaluation Panel (TEP) to reviEW.' and evaluate proposals submitted in response to Momoe County's Request for PropoSals (RFP) dated September 9, 1999. A TEP contact list is enclosed for your infonnation. The title of the RFP is "Design;Build or Design/Build/Operate a Wastewater Treatment System(s) to Serve Key Largo." Language in the RFP was clear that any proposal must include the hookwups present within the designated hot Spot (approximately 600 equivalent development units). but may include additional surrounding area hook-ups in the Key Largo area as required to make the project cost-effective and feasible. The RFP states that the County anticipates entering into contractual negotiations ....-vith the respondent whose proposal is judged by the TEP and the County to be the most advantageous to the County. in accordance with the evaluation criteria described in the RFP. Seven technical proposals were submitted to the County on October 29. 1999 and six cost proposals were submitted on November 12,1999. The TEP completed a detailed review of the technical proposals and determined that all technical proposals were responsive. Therefore, all seven technical proposals were subjected to a further comprehensive evaluation process by the TEP. The next step in the evaluation process was the oral presentations by the respondents to the RFP. To facilitate these presentations, the TEP developed a list of technical questions/interview topics for all respondents based on the TEP's review of the technical proposals. The TEP met On December 7-9, 1999 at the Monroe County offices on Stock Island to review the written responses to the list of technical questions . and to hear the oral presentations from the respondents. Based on the written responses and the oral presentations, the lEP determined that all respondents should remain on the list of most- qualified proposers and that all cost proposals should be opened by the County. In addition, a final technical score was calculated for each technical proposal by combining the original proposal score and the score based on the results of the written responses and the oral presentations/interviews. lntemet Addre$$ (URL) . http://www.epa.gov ~edlRecyclabi. . Print~ WIll VogeIabIe Oil8ased Inks on R8Cyd9cl Piper {MInImUm 30"10 PostCOOiWllen 2 The cost proposals were opened on December 16, 1999 at the County offices on Stock Island and were distributed to the members of the TEP. The TEP determined that all COst proposals were responsive. Using the cost per equivalent development unit (EDU) provided by the respondents in their COst proposals, an "adjusted score" was calculated for each respondent by dividing the cost per EDU by the final technical score. This information, including a ranking of the proposals based on the adjusted scores was submitted to the County on December 28, 1999 and a copy is enclosed for your records. Based on the adjusted scores and ranking, the TEP determined that only the two top-ranked respondents (Ogden Water Systems. Inc. and Daniels Contracting Company/CPR Engineers) should participate in the final phase of the process of review. Therefore, the TEP only re\;ewed the cost proposals submitted by Ogden and Daniels/CPH. The TEP completed its detailed and comprehensive review of the cost proposals submitted by Ogden and Daniels/CPH and, based on that review. developed a list of questions/interview topics for these two respondents. The TEP met on January 25.27.2000 at the Monroe County offices on Stock Island to review the written responses to the list of questions and to hear the oral presentations from the respondents. The TEP met after the oral presentationsimterviews were completed to discuss specific issues raised during the presentations and make the final determination regarding the YEP's recommendation to lVlonroe County. Based On the TEP's comprehensive review of the technical and cost proposals and the additional information presented by the respondents to the TEP, the lEP makes the following recommendation to Monroe County with the understanding that the enclosed list of critical issues must be satisfactorily addressed: l.lfMonroe County detennines that it is in the County's best interest to pursue the design, construction and operation of a large wastewater treatment system to serve the entire Key Largo area from mile marker 91 to 106 (over 12,000 EDUs). the TEP recommends that the County enter into contractual negotiations mth Ogden. 2. If Monroe County determines that it is in the County's best interest to pursue the design and construction of a small neighborhood wastev.rater treatment system to serve 600 to 1,500 EDDs in the designated "hot spot" area of Key Largo, the TEP recommends that the County enter into contractual negotiations ""ith Daniels/CPR. As noted above, the TEP did raise specific issues concerning both proposals. These critical issues are enclosed for the County's review and consideration and the TEP strongly recommends that the County pursue and resolve these critical issues during any subsequent contractual negotiations. In addition, the TEP recommends that the County enlist expert technical assistance to help the County with contract negotiations and to provide construction management services to give the County an independent evaluation of the project Construction. Further, the YEP recognizes the uniqueness of the wastewater management systems proposed by the respondents. The County should be aware of the limited experience in design. construction and operation of such unique wastewater management systems. The County should take this into account during ,."",.,." - ,............~;..~; ....,I!I 'Ill""". ""'I'~""'I"'"11 ... ;> Finally, Jim. your staff members at the Stock Island offices were very helpful to myself and the TEP during the process of review and I would like to extend my personal thanks to each of them for their support. Special thanks are due to John Carter and Lisa Cherry who went above and beyond the nonna! call of duty to assist me "With the logistics associated \\ith scheduling and conducting the oral presentations/interviews at your offices on Stock Island. If you have any questions concerning any of the above or the enclosures, please do not hesitate to contact me at (404) 562.9385. Sincerely, ~~J-- Fred McManus TEP Coordinator Enclosures (4) cc: Technical Evaluation Panel Nora Williams, County Commissioner John Caner, Director OMB -------------- MONROE COUNTY~ FLORIDA W ASTE\\' A TER TRE.<\ Tl\fENT SYSTEM(S) REQUEST FOR PROPOSALS (RFP) TECHNICAL EVALUA TION PANEL (TEf) CO~T ACT LIST Rick Alleman South Florida 'Vater l\Ianagement District MS 4420 3301 Gun Club Road \Vest Palm Beach~ Florida 33406 E-mail: riek.aflemaniiUs"..md. ~()V Telephone: (561) 682-6716 Fax (561) 682-6442 Richard 'V. Smith Bureau of 'Vater Facilities Funding .Florida Department of Environmental Protection I Twin Towers Office Building, l\tIS 3505 2600 Blair Stone Road T alfahassee, Florida 32399-2400 E-mail: richard.smitbttnden.state.fl.lIs Telephone: (850) 488-8163 FAX (8S0) 921-2769 Paul Booher Water and Oosite Sewage Program Florida Department of Health 1311 'Vinewood Boulevard Building #5, Room 217 Tallahassee, Florida 32399-0700 E-mail: paulboobernudoh.state.fl.us Telephone: (850) 488-3920 Fax (850) 922-8473 James C. Reynolds Deputy Executive Director Florida Keys Aqueduct Authority 1100 Kenoed)' Drive Key West, Florida 33041-1239 , E-mail: irevnoJdStltfkaa.eOftl Telephone: (305) 296-2454 Fax (305) 294-5683 I Kerry G. Shelby Assistant Director of Administration Florida Keys Aqueduct Authorit)' 1100 Kenned)' Drive Key 'Vest, Florida 33041-1239 E-mail: kshelb..*@fkaa.com Telephone (305) 296-2454 Fax (305) 292-3211 Lavon 'Wisher Public Financial l\'Ianagement 10100 Deer Run Farms Road Suite 201 Ft. :Myers, Florida 33912 E-mail: .wisheJir~pllblicf.m.com Telephone (941) 939-3009 Fax (941) 939-1220 Timothy J. McGarry, MCP Monroe County Growth Management Division Suite 410 2i98 Overseas Highway Marathon, Florida 33050 E-mail: tmcgarrv@mail.state.f1.us Telephone (305) 289-2517 Fax (305) 289-2854 Bob Freeman U.S. Environmental Protection Agency Region 4, 'Vater Management Division 61 Forsyth Street Atlanta, Georgia 30303 E-mail: freeman.hoblO)epa.~ov~ Telephone (404) 562-9244 Fax (404) 562-9224 John Harkins U.S. Environmental Protection Agency Region 4, Water Management Division 61 Forsyth Street Atlanta, Georgia 30303 E-mail: harkins.jobn~epa.gov Telephone (4040 562-9245 Fax (404) 562-9224 2 J o)"ce E. Hudson U.S. Environmental Protection Agency Headquarters (l\fC 4204) 401 1\1: street, S\V \Vasbington, D.C. 20460 E-mail: buds()n.iovce(;Uena.e-ov Tclephone(202) 260-1290 Fax (202) 260-182i James F. KreissJ U.S. Environmental Protection Agency MS GiS 26 West Martin Luther King, Jr. Drive Cincinnati, Ohio 45268 E-mail: kreissl. iamesav.epa.~ov Telephone (513) 569-7611 Fax (513) 569-7585 COORDINATOR CONTACT LIST Fred McManus - TEP Coordinator I l...~.J:r1Ji"(l,'\m.'t"J:~!lLB.gt9r.tihr A "MCU 61 Forsyth Street Atlanta, Georgia 30303 E-mail: mcmanu!;.fred@epa.g-ov Telephone (404) 562-9385 Fax (404) 562-9343 " .:> MONROE COUNTY, FLORIDA REQUEST FOR PROPOSALS (RFP) DESIGNlBUILD OR DESIGN/BOILD/OPERATE A WASTEWATER TREATMENT SYSTEM(S) TO SERVE KEY LARGO Compan)' Number of ED Us Cost per EDU Total Cost Azurix - Primary 600 $16,042.00 $9,611,447.15 Azurix - Alternate # 1 9,254 $12,937.46 $118,247,740.00 Azurix - Alternate #2 I I, 182 $14,145.77 $158,178,008.00 Daniels Contracting 666 $10,511.00 $7,000,326.00 Co. - SBR Ogden Water 12,200 $4,905.00 $59,841,000.00 Systems, Inc. R.J. Sullivan Corp. 639 $14,600 $9,329,400.00 SIJM?vfARy OF COST PROPOSALS ~10NROE COtJ"NTY, FLORIDA REQUEST FOR PROPOSALS (RFP) DESIGN/BUlLD OR DESIGN/BCTI..D/OPERATE A WASTE\VATER TREAT1:1EN"T SYSTEM(S) TO SERVE KEY LARGO Company Cost per EDD Final Technical Score Adjusted Score" Azurix - Primary $16,042.00 72.16 222.31 Azurix - Alternate #1 $12,937.46 68.33 189.33 .A..zurix - Alternate #2 $14,145.77 69.74 202.83 Daniels Contracting $10,511.00 78.69 133.57 Co. ~ SBR Ogden Water $4,905.00 83.17 58.97 Systems, Inc. R.J. Sullivan Corp. $14,600 72.80 200.54 ADJUSTED SCORES FOR RESPONDEN1S TO RFP "'Formula for Adjusted Score: Cost per EDU .;.. Final Technical Score = Adjusted Score Note: Daniels Contracting Co. chose not to submit a cost proposal for the ZeeWeed alternative. RESPONDENTS RANKED BY ADJUSTED SCORE I. Ogden Water Systems, Inc. - 58.97 2. Daniels Contracting Co. - SBR - 133.57 3. Azurix - Alternate #1 - 189.33 4. RJ. Sullivan Corp. - 200.54 5. Azurix - Alternate #2 - 202.83 6. Azurix - Primary - 222.31 Monroe County, Florida Wastewater Treatment System(s) Request for Proposals (RFP) General Critical Issues for Both ResDondents 1. Financial and performance guarantees and penalties. 2. Schedule for substantial construction completion for core service area and remainder of project. 3. Schedule for site selection, evaluation of suitability of site, provision for environmental mitigation, and cost responsibility for project delays and other site complications. 4. Restoration of private property. 5. Street resurfacing beyond patching. 6. County responsibilities for work on private property. 7. Prohibition on installing any 'or' for a future connection to the wastewater collection system. 8. Extent of the excess (over existing need) design capacity. 9. Odor control at major lift stations and vacuum stations as well as the treatment plant. 10. Service area boundaries regardless ofEDU count. 1 I . Traffic-bearing vacuum pit lids. 12. Equipment and materials selection and approval process. 13. Contingency for alternative sludge disposal. 14. The proposals will remain valid for a period of 180 days from the date of the cost opening. Cost proposals will expire on June 13, 2000. 15. County responsibilities for structuring the fmancing of the project. Critical Issues for Daniels Contractin~ CompanviCPH Enszineers 1. Two-phase (I,505 EDUs) project to maximize the service area and minimize cost per EDU. 1 Critical Issues for O~den \Vater Systems. Inc. 1, County's role in procuring equipment and material. if sales tax exemption is to be achieved. 2. County's responsibilities in procuring project sites. 3. Permitting of alternative disposal options (deep well versus "other"). 4. COSts and responsibilities associated with effluent reuse, if that is to be added to the base project. 5. Costs and responsibilities associated with affordable housing, if that is to be added to the base prOJect. 6. Existing collection sewers that are to be rehabilitated. ATTACHMENT TWO PROJECT DESCRIPTION OGDEN WATER SYSTEMS, INC. Firm's Office Location: Ogden Water Systems, Inc. (OWS) is based in Fairfield, New Jersey. Ogden proposes to subcontract with several firms to design and construct the wastewater treatment plant and collection system. The firm proposes to operate the facility with its own staff. Approach: OWS's proposal is for the design, build and operation of a Key Largo Wastewater Treatment System. Ownership of the wastewater treatment facilities and lands is to be conveyed to the County in order to use tax-exempt financing for the project. OWS proposes to enter into a 20-year renewable agreement with the County to operate the system. The treatment plant is to be operational within 30 months of contract execution with a majority of residences within the service to be on line at that time. Another six months will be required to complete the connection of remaining residences and businesses. Service Area: The proposed area in Key Largo to be served by the project includes all the area from Mile Marker 106 (intersection of US 1/State Route 905) toTavernier Creek (MM 90). The system's proposed service area contains an estimated 12,200 equivalent dwelling units (EDU), which include both residential and non-residential uses.1 Wastewater Treatment and Disposal Facilities: OWS proposes to construct a 3.0 Million Gallons Per Day (MGD) wastewater treatment facility at MM 93.9, Oceanside on a 16.1 acre tract. The facility will utilize Sequence Batch Reactor technology, consisting of three separate units, which will produce an effluent treatment level of 5 mg/l (Biological Oxygen Demand), 5 mg/l (Total Suspend Solids), 3 mg/l (Nitrogen), and 1 mg/l (Phosphorus) as required by Florida law. The treated wastewater effluent is to be injected into a Class V deep injection well. A back-up injection well will also be provided on site. Residual waste (sludge) will be de- watered and transported to Miami-Dade County for landfilling. As described by OWS, the wastewater treatment plant is anticipated to treat an average daily flow of 2.04 million gallons. The maximum average daily three-month flow is anticipated to be about 110 percent of average daily flows. Although not included in its base price proposal, OWS has provided an option for water reuse, which would increase the overall costs of the project. Collection System: OWS proposes to use vacuum sewer technology for its collection system, similar to what has been proposed for the Little Venice Community in Marathon. This technology relies on use of shallow trenching and small diameter piping and permits I Note: EDU is the average typical flow measured in gallons per day from a single residential dwelling unit. To calculate the EDU values for non-residential uses, this average gallons per day figure is divided by the total flows expected from the business or industry. waste flow to be pumped uphill. It relies upon vacuum stations to transport waste flow to the wastewater treatment facility. Dwelling units will be connected to the collection system through a vacuum sewer valve pit. Waste stored in these pits is emptied into the collection system when the waste volume reaches a specific level. Included in the OWS proposal is the decommissioning of all existing on-site residential wastewater treatment systems and the connection of individual residences to the sewer system. Approximately 3 homes will be connected to each vacuum pit. Capital Costs: OWS proposes to construct the entire system for $59.8 million, which includes the wastewater treatment plant, collection system, disposal of effluent and residual wastes, decommissioning of on-site systems and hook-ups to residences, engineering and design, and land. This proposed capital cost for the project results in a cost of $4,905 per EDU. [The $4,905 is the total cost of the system divided by the number of ED Us or households. It is not the proposed hook-up fee for the system, nor does it include any interest costs resulting from the financing of the system improvements.] Hook-Up and Monthly Fees: The actual hook-up fees and monthly costs to residents will depend upon how the debt is to be serviced, interest rate of the bonds, financing length of the bonds, and the application of any grants to write down capital costs. These issues will be addressed during contract negotiations, if OWS is awarded a contract by the Board of County Commissioners. ATTACHMENT THREE PROJECT DESCRIPTION DANIELS CONTRACTING COMPANY Firm's Office Location: Daniels Contracting Compnay is based in Lake Mary, Florida. In conjunction with CPH Engineers, Inc. and CPH Constructors, LLC., Daniels proposes to design and build a wastewater treatment plant and collection system. Approach: Daniels' proposal is for the design and build of a Key Largo Wastewater Treatment System. The ownership of the wastewater treatment facilities and land will be conveyed to the County. The County (FKAA) will be responsible for operating the system. The wastewater treatment system is to be operational within 30 months of contract execution. Both phases of the project will be completed and system operational at that time. Service Area: The proposed area in Key Largo to be served by the project includes the following subdivisions and adjoining commercial areas: (Phase One) Lake Surprise; Sexton Cove; and Largo Highlands; and (Phase Two) Jelsena Trust; Ocean Isle Estates; Paradise Cove; Riviera Village; and Key Largo Mobile Homes. The system's proposed service area contains an estimated 1505 equivalent dwelling units (EDU), which include both residential and non-residential uses.1 Wastewater Treatment and Disposal Facilities: Daniels proposes to construct a 250,000 gallons per day (GPD) wastewater treatment plant on a 1.63 acre parcel, at MM 105.4, Oceanside. The treatment facility will utilize Sequence Batch Technology which will produce an effluent treatment level of 5 mgll (Biological Oxygen Demand), 5 mgll (Total Suspended Solids), 3 mgll (Nitrogen), and 1 mgll (Phosphorus) as required by Florida law. The treated effluent is to be disposed of through a 90 foot injection well. A back-up injection well will also be provided on site. Residual waste (sludge) will be transported to Martin County for land application. As described by Daniels, the wastewater treatment plant is anticipated to treat an average daily flow of approximately 218,000 gallons. The maximum average daily three- month flow is anticipated to be about 120 percent of the average daily flow. Daniels did not provide a reuse option in its proposal. Collection System: Daniels proposes to use vacuum sewer technology for its collection system, similar to what has been proposed for the Little Venice Community in Marathon. This technology relies on use of shallow trenching and small diameter piping I Note: EDU is the average typical flow measured in gallons per day from a single residential dwelling unit. To calculate the EDU values for non-residential uses, this average gallons per day figure is divided by the total flows expected from the business or industry. and permits waste flow to be pumped uphill. It relies upon vacuum stations to transport waste to the wastewater treatment facility. Dwelling units will be connected to the collection system through a vacuum sewer valve pit. Waste stored in these pits is emptied into the collection system when the waste volume reaches a specific level. Included in the Daniels proposal is the decommissioning of all existing on-site residential wastewater treatment systems and the connection of individual residences to the sewer system. Up to 4 homes will be connected to each vacuum pit. Capital Costs: Daniels proposes to construct the entire system for $12,536,650 which includes the wastewater treatment plant, collection system, disposal of effluent and residual wastes, decommissioning of on-site systems and hook-ups to residences, engineering and design, and land. This proposed capital cost for the project results in a cost of $8,330 per EDU. [The $8,330 is the total cost of the system divided by the number of ED Us or households. It is not the proposed hook-up fee for the system, nor does it include any interest costs resulting from the financing of the system improvements.] Hook-Up and Monthly Fees: The actual hook-up fees and monthly costs to residents will depend upon the financial mechanism to fund the debt, interest rates, financing length, application of any grants to write down capital costs, and the entity with responsibility for operating the facility. These issues will addressed during contract negotiations, if Daniels is awarded a contract by the Board of County Commissioners.