Loading...
HomeMy WebLinkAboutCA Proposed SA No 4 with Petticoat-Schmitt for Ridaught WRF EXECUTIVE SUMMARY AGENDA ITEM: Proposed Supplemental Agreement No. 4 to Master Contract 2021/2022-A03 for Petticoat- Schmitt Civil Contractors, LLC,(Petticoat-Schmitt) to provide Construction Services for the Ridaught Landing Water Reclamation Facility(WRF)Improvements Project. Date: October 18,2022 BACKGROUND: CCUA staff is requesting approval of Supplemental Agreement No. 4 with Petticoat-Schmitt to perform upgrades and improvements for the Ridaught Landing WRF. The improvements include replacing the mechanical equipment for Clarifier#2, rehabilitating the chlorine contact chamber and clarifier splitter box, upgrading the control panels for the in-plant and effluent lift stations, and updating biological treatment units 1 and 2 from outdated controls to Ovivo's Oculus system. CCUA staff included the rehabilitation of Clarifier#1 as an additive alternate bid item to ensure the base bid was below the continuing contract limit of$4 million with CCUA's four(4) general contractors. On September 7,2021, CCUA's Board of Supervisors authorized Jones Edmunds&Associates, Inc., (Jones Edmunds) to provide the design, permitting, biding, and construction phase services for the project. CCUA staff utilized Jones Edmund's final design plans and specifications to solicit bids from our four (4) continuing general contractors to complete the upgrades and improvements at the Ridaught Landing WRF. cc CCUA's Board pieviously approved the continuing service contract with four(4)General Contractors to provide water and wastewater infrastructure general construction services on an as-needed basis. CCUA established this agreement with the Master Contract 2021/2022-A03, approved by the Board on February 1, 2022. Staff requested bids for the Ridaught Landing WRF Improvements project from the four (4) general contractors under the continuing service contract.All four(4)contractors submitting a responsive bid. Results for the bids received are tabulated below. Bidders Base Bid Valu: Bid Alternate Total Bid Value Received Petticoat Schmidt Civil $2,766,069 $722,100 $3,488,169 Contractors,LLC PBM Contractors $2,885,000 $1,200,000 $4,085,000 R2T,Inc. $3,360,071 $1,065,243 $4,425,314 Wharton Smith, Inc. $3,167,800 $815,750 $3,983,550 BUDGET: Staff reviewed Petticoat-Schmitt's bid and determined the price of $3,488,169 to be the lowest responsive bid. Staff budgeted $2,812,000.00 in FY 23 for this project. With the addition of the additive alternate, an additional $268,885.00 in FY 23 will be needed from contingency. There are sufficient funds in FY 24 to complete this project. RECOMMENDATION: Staff respectfully recommends approval of Supplemental Agreement No. 4 with Petticoat-Schmitt Civil Contractors, LLC, for construction of the Ridaught Landing WRF Improvements project, including the additive bid alternate for Clarifier#1 for a total cost of$3,488,169.00. ATTACHMENTS: Supplemental Agreement No.4 EXHIBIT A: SUPPLEMENTAL AGREEMENT # _4_ FOR CONSTRUCTION SERVICES UNDER THE AGREEMENT FOR CCUA MASTER CONTRACT# 2021/22-A03 Site Address:_ 2878-1 Tuscarora Trail,Middleburg,FL 32068 Project Ridaught Landing Water Reclamation Facility Project: 2204-0184 Name: Upgrades No.: Contractor: Petticoat-Schmitt Civil Contractors, Inc. Address: 6380 Phillips Highway,Jacksonville, Florida,32216 CCUA requests and authorizes CONTRACTOR to perform the following services: Scope: The scope of services that CONTRACTOR shall provide is described in Attachment 1 to this Supplemental Agreement. Compensation Compensation for the scope of services shall be described in the Agreement and is presented in Attachment 2 to this Supplemental Agreement. Other Time Period (Calendars Days to Complete from Date of Supplemental Agreement) and Other Terms: Terms in Attachment 3 if required. Time Period: 425 days Project Start Date: Upon Notice to Proceed Calendar Days to Substantial Completion: 365 days Include Signed Copy of Appendix A to the Agreement for all projects exceeding$100,000.00 Services covered by this Supplemental Agreement shall be performed in accordance with the Provisions of the AGREEMENT. IN WITNESS WHEREOF, the parties hereto have made and executed this Supplemental Agreement as of the day and year shown below. CCUA: CONTRACTOR Signature Signature Name (printed) Jeremy D. Johnston, PE, MBA Name(printed) Title Executive Director, CCUA Title Date Date Ridaught Landing WRF Upgrades CCUA PROJECT NO. 2204-184 CCUA BID NO. 21/22-A27 Attachment 1 —Scope of Work Project Scope: The Work of this Project generally consists of the following: A. The upgrades to each of the two Carrousel Biological Treatment Units (BTUs)No. 1 and No. 2 include furnishing and installing a new Ovivo Oculus control system(software and hardware) that is integrated with the WRF Supervisory Control and Data Acquisition(SCADA) system. This system upgrade for each BTU includes,but is not limited to: a. Install a new manufacturer's master control panel with upgraded software. b. Connect and integrate the Oculus system to/with the WRF SCADA system using Ethernet/Industrial Protocol(IP). c. Install a new Hach oxygen-reduction potential(ORP)probe in the anoxic zone and a new Hach controller. d. Reuse and relocate an existing Hach dissolved oxygen(DO)probe in the aeration zone. e. Start-up,testing,and training of the new improvements B. The replacements and improvements to the Clarifier Splitter Box include, but are not limited to: a. Demolish and replace three stop plates with new,fabricated,manually operated ANSI Type 316 stainless-steel slide gates and frames. b. Demolish and replace the hose bibb and rack assembly with a new assembly. c. Demolish and replace the ladder with an aluminum staircase with handrails and walkway along the west side of the splitter box. d. Demolish and replace the grating and handrails on top of the splitter box with new aluminum grating and handrails to accommodate the new slide gates and frames and provide accessibility. e. Install temporary coffer dams sequentially in each splitter box channel to isolate each of the three channels to allow a dry environment to complete the improvements. f. Test the new improvements. C. The replacement of Clarifier No. 1 (Bid Additive Alternate No. 1)and No. 2 internal tank mechanisms and equipment including,but not limited to: a. Demolish and replace the clarifier mechanisms and equipment for Clarifier No. 1 (Bid Additive Alternate No. 1) and No. 2 with new Ovivo"C3S-FTS" solid-suction-type secondary clarifier mechanism and equipment. b. Demolish and replace the hose bibb and rack assembly with a new assembly and other small piping inside the tank walls for Clarifier No. 1 (Bid Additive Alternate No. 1) and No. 2. c. Demolish and regrout the sloped concrete floors for Clarifier No. 1 (Bid Additive Alternate No. 1) and No. 2. d. Pressure washing Clarifier No. 1 (Bid Additive Alternate No. 1) and No.2 before installing new equipment. Inspect and repair the internal concrete wall coating system in kind. e. Protect and preserve during demolition the existing cast-in-place concrete tanks and coatings including the sloped concrete floors, effluent launders,troughs, and effluent drop boxes for Clarifier No. 1 (Bid Additive Alternate No. 1)and No.2. f. Connect the piping and electrical for the different components for Clarifier No. 1 (Bid Additive Alternate No. 1) and No.2. g. Start-up,testing,and training of the new improvements Note: Work for Clarifier No. 1 shall be a Bid Additive Alternate. D. The improvements to the Chlorine Contact Chambers(CCCs) include,but are not limited to: a. Demolish and replace five stop plates with new, fabricated,manually operated ANSI Type 316 stainless-steel slide gates and frames. b. Demolish and replace the aluminum baffle plates in the CCC effluent box in the CCC prior to the effluent pump station wet well. c. Patch and resurface the masonry block CCC baffle walls and coat the CCCs including floors,baffle walls, and interior chamber walls. d. Install temporary bypass pumping,piping, and pipe plugs to isolate different portions of the CCCs to facilitate completing the improvements in a dry environment. e. Test the new improvements. E. The replacement of the Effluent Pump Station Control Panel including,but not limited to: a. Demolish and replace the control panel with a new control panel SCADA ready for the Effluent Pump Station including start-up and testing of each pump. b. Install temporary bypass pumping and piping to complete the improvements. F. The replacement of the In-Plant Lift Station No. 1 Control Panel including,but not limited to: a. Demolish and replace the existing control panel with a new control panel for In-Plant Lift Station No. 1 including start-up and testing of each pump. b. Install temporary bypass pumping and piping to complete the improvements. G. As-built Drawings. Ridaught Landing WRF Upgrades CCUA PROJECT NO. 2204-184 CCUA BID NO. 21/22-A27 Attachment 2—Compensation Petticoat-Schmitt Civil Contractors,LLC: Item Est. Qty. Unit Total Price Ridaught Landing WRF 1 LS $2,731,069 Improvements CCUA Material and Misc. 1 LS $35,000 Allowance* Bid Additive Alternate 1 LS $722,100 (Clarifier#1) Total Plus Additive 1 LS $3,488,169 Alternate** *Allowance is for the replacement of clarifier anchor bolts, additional protective coating,concrete repair, and/or other additional materials and repairs that may be unknown at this point. Allowance shall be a part of the base bid and will be managed by Engineer of Record and the Owner. Allowance balance at the end of the contract will be a deduct to the contract at the project closeout.