Loading...
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