HomeMy WebLinkAboutDocumentation_Regular_Tab 22_8/12/2021Agenda Item #22.
Regular Council
STAFF MEMO
Meeting: Regular Council - Aug 12 2021
Staff Contact: Matthew Hammond, Utilities Department: Utilities
Director
Approve Work Authorization No. 2 - Underground Utility Connections for Upper Floridan Aquifer Well
Rehabilitation - Johnson -Davis, Inc.
The Village receives water for its Water Treatment Plant (WTP) from 14 groundwater wells (10 surficial
aquifer wells and 4 Floridan aquifer wells). In July 2020 the Village, with assistance from Mock Roos &
Associates and Connect Consulting, completed a Wellfield Condition Assessment to evaluate the
performance and water quality of the Village's surficial aquifer and Floridan Aquifer public water supply
production wells and provide recommendations for well rehabilitation or replacement if, and where,
needed. Based on the results of the study and input from Village WTP operators three of the four Upper
Florida Aquifer wells were found to be operating at a reduced capacity or inoperable. Because the
Village's water use permit (No. 50-00046-W) through the South Florida Water Management District
(SFWMD) allocates 76% of the allowed groundwater withdrawals to the Upper Floridan Aquifer,
investment into the rehabilitation of these wells is critical to the successful operation of the Water
Treatment Plant. Design for the rehabilitation of Well Nos. R2, R3 and R4 is being completed by Mock
Ross & Associates and Connect Consulting through Work Authorization MR U21.02.
Well rehabilitation generates a large amount of water that needs to be safely disposed of. As a result,
minor underground work is required prior to the start of the rehabilitation work to provide a safe means
of disposing the water generated.
To ensure the best value, staff is recommending that the Village use the piggyback agreement with
Johnson -Davis, Inc., approved at the June 2020 Regular Council Meeting, based on the Palm Beach
County 2019 Pipeline Continuing Construction Contract. This selection by Palm Beach County was
completed through a competitive selection process — 2019 Pipeline Continuing Construction Contract
(Bid #WUD 19-040 — May 23, 2019). The term of this agreement is set to expire on December 12, 2022.
Piggyback contracts are a form of intergovernmental cooperative purchasing in which an entity is
extended the pricing and terms of a competitively awarded contract by another federal, state or
municipal government. When used correctly, piggyback contracts can save Village time and resources
while leveraging spending through economies of scale. Utilities Staff reviewed several piggyback
options with multiple contractors and found the pricing and scope of the $13 million Palm Beach County
contract to be very competitive with a qualified local contractor.
The construction price for the proposed Underground Utility Connections project for the Upper Floridan
Aquifer Well Rehabilitation, based on the pricing in the Palm Beach County 2019 Pipeline Continuing
Construction Contract, is $64,676.10. The scope and quantities in the proposed Work Authorization
have been reviewed by Mock Roos, the consulting engineer for the project..
Page 427 of 475
Agenda Item #22.
This document and any attachments may be reproduced upon request in an alternative format by completing
our Accessibility Feedback Form, sending an e-mail to the Village Clerk or calling 561-768-0443.
BUDGETED AMOUNT: AVAILABLE AMOUNT: EXPENDITURE AMOUNT:
$65,000 $65,000 $64,676.10
Additional Budgetary Information: Funding Source(s):
Water Enterprise Fund
Authorize Work Authorization No. 2 and associated purchase requisition with Johnson -Davis, Inc. for
Underground Utility Connections for the Upper Floridan Aquifer Well Rehabilitation in the amount of
$64,676.10.
Proposed Work Authorization No. 2 - Underground Utility Connections for Upper Floridan Aquifer Well
Rehabilitation - Johnson-Davis.ada
Page 428 of 475
Agenda Item #22.
The following document is presented in a non-
ADA compliant format. Please contact the
Village Clerk's office if you would like to
receive an ADA compliant version of this
document.
Page 429 of 475
Agenda Item #22.
PROJECT WORK AUTHORIZATION NO. 2 WITH JOHNSON-DAVIS FOR PIPELINE
CONSTRUCTION PROJECTS
THIS PROJECT WORK AUTHORIZATION NO. 1 is entered into and effective this
day of , by and between the VILLAGE OF TEQUESTA, a Florida municipal
corporation with offices located at 345 Tequesta Drive, Tequesta, Florida 33469-0273, organized
and existing in accordance with the laws of the State of Florida, hereinafter the "Village"; and
JOHNSON-DAVIS, INC., a Florida corporation with offices located at 604 Hillbrath Drive,
Lantana, Florida 33462, hereinafter the "Contractor" and collectively with the Village, the
"Parties".
1.0 Authorization
This Project Work Authorization is issued pursuant to the Agreement for Pipeline Continuing
Construction services between the Village and the Contractor, dated June 11, 2020, hereinafter the
"Agreement". If there are any conflicts between the terms and conditions of this Project Work
Authorization and the Agreement, the teens and conditions of the Agreement shall prevail.
2.0 Proiect Description:
The Utilities Department has identified a need to construct underground piping associated with the
rehabilitation of the Upper Florida Aquifers.
3.0 Scope of Services
Under this Project Work Authorization, the Contractor will provide the construction services to
the Village as detailed in the Drawings and Technical Specifications prepared by Mock Roos &
Associates incorporated herein as Exhibit "A".
4.0 Schedule
The services to be provided under this Project Work Authorization shall be Substantially Complete
within one hundred and fifty (60) calendar days and Finally Complete within one hundred and
eighty (75) calendar days from the Village's issuance of a Notice to Proceed.
5.0 Liquidated Damages
Contractor shall pay the Village $50 for each day that expires after the time (as duly adjusted
pursuant to the Agreement) specified in the Schedule above for Substantial Completion or Final
Completion until the Work is substantially complete or finally complete respectively.
1 of 2
Page 430 of 475
Agenda Item #22.
6.0 Compensation
In consideration for the above Scope of Services and within the Agreement, pricing shall be
pursuant to the Agreement. In consideration for the above Scope of Services and pursuant to
Exhibit `B", the Village shall pay the Contractor a total amount not to exceed sixty-four thousand,
six hundred seventy-six dollars and ten cents ($64,676.10).
I N W I T N E S S W H E R E O F, the parties hereto have executed this Agreement on the date and
year first above written.
WITNESSES: JOHNSON-DAVIS, INC.
ATTEST:
Lori McWilliams, MMC
Village Clerk
By: William Cryer, Estimating Manager
(Corporate Seal)
VILLAGE OF TEQUESTA
By: Frank D'Ambra, Mayor
(Seal)
2 of 2
Page 431 of 475
Agenda Item #22.
EXHIBIT A
Page 432 of 475
v
J
LL
v
LL
Ad
0
w w w a
L « � R 2 � I ®
e e F- e
w m_: \>- 0 } RF- \7 \
ow12 »uju zzo\� 2 O ®
�\<cf)LU §�� zdoLL b ƒ/��\}
�%\§\�/ §\\ 2\\���0 �§<§Z
e//ƒu/Of (L22 w==\y�R E/om�o
�i$ƒ �ij\E/§£�
< 0o< 0wI§§ j�\\k§ -woW-3k =
\z<
\i< o<LLL< oc7 LLkco\LL WLI7 LL, Eoo
oQ < 0 w 0 zz❑u
00M0 \ /�§ R�§//E%\ //zFCl
—
>-LU CL� ƒ/k \\A\§±ma <LU
�ƒE�hƒu i3� c0�-®wƒj z -j<o
§«�ku+h wI� Jh/0LU F- E\§k§�
o§/\F-jo F-$o gZ U)zw _=®of
0 - (.)- / > w ® E � Z z LLI F--
/}//0§§ LL iwj///%/ C\fk\/
E§00<w of w XwoZ)o§k W <Z0\
§�\/�m� �j± °>ECL CL�//k we(r¥R/
CO z>zw $Iƒ w(1)0Z 0 LL0-
=moEu#= o u ±mE<0 CI mme>=�
uuzz P Iwo <zu�o\moo u2z w
e= -jE<L eg«(nQ=euw0Of jai wU)
n $o/« /o qƒm=wmu=oeoo u=e Wo
w Qƒm\§SF- zozo w}/2<-w ova§/i
0 zmW±z®<U) (n— §mmzew22 eƒ�EZ0
2 4�(D Wa.0»22(D 2ew0<o«o
i\-i o0\ iJOw��<imkw�Ei�W0
=\s§Ekz»ƒƒw0)C) <0zx x3:0R\>0
LU mwZ: k0wCL-i �dw0E-w ƒIf§/i
E F-/F3/c«>D-<<0<«<=2«zWze=00<
ol & w 4 a a k
U W vO n *>^d
U.1
CD M o D r v. D Y/ ii 0 e r"�n. d. D.• V z I
3Lo
la u Q
Sl
C FNC = FNC ~_
NC FNC
e
ATT AT ATT T -- z ATT ATT
�w o
Lu
Z k-o
3
of ❑w❑
3 Q m M w o LL z
Q w zLu
�0 �Q o 00
2 H z W 10 gL.0
ot
01 / O O
Z J
H z
N
wa0 X
W _ / W
>aQ
z�'� 3
_vim
N J
oam /
Z U �°
W
m 3
a �
O
0
on
a- Q- a. Q-
`^ 0000
O O O 0)
cl-obvtd-m
ZZZZ
co
coco
Ps 3N LWVll
i,d,O'8,d '988 ,Jd 'SOSOS 8.d.0)
O33O I-CNddddM WiO3dS
P!S 3N eaHll
Z
U
Q
O
Z
Z
z
Qx
CO 171
U) c)
<
�
I
Z
�
\\\W
+
W
U
Q �
Q
LU
m LU
LLJ
OZ
LLI
U 0
LU
gw
ULU
<
=
aW�
LLJCLL
D
I
I
LLJ o
of CO z Z
z LU \�
< CO
ww
LULU
00
N
LU
U
LU
Q—
Q
f-
�
CO
a�n:jinb�i�j
�13noO „9£ NIW
Agenda Item #22.
EXHIBIT B
Page 439 of 475
Agenda Item #22.
SCHEDULE OF BID PRICES
Project No.: WUD 19-040
Project Name: 2019 PipelineContinuing Construction Contract
DRAFT
Floridian Well Rehabilitation Formation Fluids Disposal 7/30/2021
Johnson -Davis, Inc.
604 Hillbrath Dr.,
Lantana, FL 33462
BID ITEM NO.
BID ITEM (Furnish and Install with Appurtenances)
UNIT
QUANTITY
UNIT PRICE
TOTAL
13
12" PVC Push -On Joint Water Main/Wastewater Force Main/Reclaimed Water Main
LF
110
$ 43.00
$ 4,730.00
23
Ductile Iron Fittings for Water Main/Reclaimed Water Main
Tons
0.433
$ 5,000.00
$ 2,165.00
44
12" Mechanical Joint Restraint for PVC
Each
14
$ 450.00
$ 6,300.00
159
4" to 12" Diameter Connection to Existing Water Main/Reclaimed Water Main or Force Main (Joint Restraint for
Each
4
$ 3,000.00
$ 12,000.00
170
Asphalt Driveway Removal and Restoration (1.5" thick)
SY
25
$ 60.00
$ 1,500.00
177
Concrete Sidewalk Removal & Restoration
SY
12
$ 65.00
$ 780.00
180
Floratam Sod
SY
105
$ 6.00
$ 630.00
183
Remove Trees up to 12" diameter
Each
1
$ 175.00
$ 175.00
184
Record Drawing
LF
500
$ 2.50
$ 1,250.00
185
Construction Survey
LF
500
$ 2.50
$ 1,250.00
186
Preconstruction Video Taping
LF
500
$ 1.00
$ 500.00
189
Maintenance of Traffic Arterial Roadway
LF
850
$ 3.00
$ 2,550.00
190
Maintenance of FDOT Roadway
LF
1,000
$ 4.00
$ 4,000.00
191
Density Tests
Each
22
$ 40.00
$ 880.00
192
Proctor Tests
Each
3
$ 100.00
$ 300.00
193
Concrete 12"x6" Cylinder Tests
Each
1
$ 100.00
$ 100.00
198
Protect and Support and Utility Poles
Each
2
$ 2,000.00
$ 4,000.00
231
Silt Fence
LF
150
$ 1.00
$ 150.00
(A) SUBTOTAL BASE BID (Bid Items 1-240)
$ 43,260.00
241
Additional Work not inculuded in Bid Items
LSU
1
$ 19,902.00
242
Mobilization (2.5/ of Subtotal Bid Price (A)
LSU
1
$ 1,081.50
243
Demobilization (1°/ of Subtotal Bid Price (A)
LSU
1
$ 432.60
(B) SUBTOTAL ADDITIONAL WORK BID PRICE (Bid Items 241-243)
$ 21,416.10
TOTAL BID PRICE (A+B)
$ 64,676.10
241A
Sewer Main/Lateral Adjustment
Each
2
$ 1,250.00
$ 2,500.00
241B
Core Existing Structure
Each
4
$ 1,000.00
$ 4,000.00
241C
12" PVC Pressure Pipe Restraint Harness
Each
5
$ 325.00
$ 1,625.00
241D
Dewatering
Day
3
$ 1,500.00
$ 4,500.00
241E
Replace Existing Landscape and Irrigation
LSU
1
$ 1,500.00
$ 1,500.00
241F
Sanitary Waste Pumper Truck
HR
5
$ 225.00
$ 1,125.00
241 H
Material Market Price Increase ( PVC and Associated Appurtenances)
LSU
1 1
$ 4,652.00
$ 4,652.00
(B) TOTAL BID PRICE ADDITIONAL WORK NOT INCLUDED IN BID ITEMS (Bid Item 241)
$ 19,902.00
NOTP.S: Item 159 includes (2) drainage smictute connections and (2) sanitary sewer connections. The two poles to be supported (198) are located on Seabrook Road. Record Drawings, Construction
Survey (Control), and Preconstruction Video are minunutns. MOT is for both locations. Dewatering is at the Seabrook location and assumes a SF1AT D General Permit by Rule/uo notice
permit utilizing the Village of ectuesta (VOT) Stormwater Collection System. Construction is anticipated to take (2) weeks, one at each location, which includes all restoration of disturbed
areas to like or better condition.
t OF t PBC,kUD 19-04e Page 440 of 475