HomeMy WebLinkAbout2022 03 14 Consent 301 - Water Treatment Plant #1 Well Upgrades • CONSENT AGENDA ITEM 301
n, CITY COMMISSION AGENDA I MARCH 14, 2022 REGULAR MEETING
1959
TITLE
Water Treatment Plant #1 Well Upgrades
SUMMARY
Water Treatment Plant #1 operates utilizing a single well field consisting of
four (4) wells to supply ground water for treatment and conveyance. Recent
modeling has shown that groundwater drawn from Well #1 requires the least
amount of treatment followed by well #2, well #3, and well #4. Currently all
four (4) wells are operating, however the current configuration along with
pump/motor constraints does not allow for prioritized withdrawal from the
highest quality sources at a volume sufficient to meet demands. Additionally,
well #4 is operating below its designed performance curve and requires
replacement.
In order to maximize withdrawal of the highest quality groundwater, optimize
treatment efficiency, and increase reliability, well #1 pump will be replaced
with a higher capacity pump and motor. Well #4 pump will be replaced with
the refurbished pump removed from well #1 and a new higher capacity
motor will be installed.
• Well #1 pump and motor will be removed, and the pump will be
refurbished for use in well #4. A new 2-stage pump and high thrust
motor installed in its place, along with a new motor starter, switchgear
and circuit breaker to accommodate the new well pump and motor.
• Well #4 pump and motor will be removed and the refurbished pump
removed from well #1 will be installed in its place along with a new high
thrust motor.
• Well #1 and well #4 pump discharge head and stuffing box assemblies
will be refurbished. Both pumps will be flow-tested and disinfected prior
to returning to service.
Upgrading well #1 and well #4 will improve resilience and reliability and will
1
increase treatment effectiveness by enabling withdrawal from the highest
quality groundwater sources and ensuring the performance necessary to
meet peak demands.
RECOMMENDATION
Staff recommends the City Commission authorize the City Manager to
execute a Purchase Order in the amount of$98,572.40 plus a 10%
contingency for a total of$108,429.64 for the purpose of upgrading Water
Treatment Plant #1 well pumps #1 and #4.
2
PIGGYBACK RIDER—Connect Consulting, Inc.
THIS "PIGGYBACK" RIDER AGREEMENT ("Agreement") is made and entered into this hf
day of January,2022,between the CITY OF WINTER SPRINGS,a Florida municipal corporation("City")and
Connect Consulting,Inc.,a Florida corporation authorized to transact business in the State of Florida,with
principal offices located at 1210 Emmel Road, Lake Helen, Florida 32744, ("Contractor"). The City and the
Contractor agree as follows:
1. The Purchasing Policies of the City of Winter Springs allow for "piggybacking" contracts.
Pursuant to this procedure,the City is allowed to piggyback an existing government contract,and there is
no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Contractor
has entered into a contract with Seminole County, Florida, and said contract being identified as:
HYDROGEOLOGICAL AND WELL SERVICES AGREEMENT (RFP-3864-21/TAD) dated November 19, 2021
(said original contract being referred to as the "Original Government Contract").
2. The Original Government Contract, including all associated Contract Documents and
Exhibits and Attachments as defined in the Original Government Contract, is incorporated herein by
reference and is attached as Exhibit"1"to this Agreement. All of the terms and conditions set forth in the
Original Government Contract (Exhibit "1") are fully binding on the parties and said terms and conditions
are incorporated herein except to the extent expressly modified herein.
3. Notwithstanding the requirements that the Original Government Contract is fully binding
on the parties,the parties have agreed to modify certain provisions of the Original Government Contract
as applied to this Agreement between the Contractor and the City of Winter Springs, as follows:
a) Notwithstanding anything in Exhibit "1" to the contrary, the following terms shall be
substituted throughout the Original Government Contract: Seminole County=City of Winter Springs. All
references to the"County Manager"shall =City of Winter Springs's City Manager.
b) Notwithstanding anything in Exhibit "1" to the contrary, specifically Section 2 of the
Original Government Contract,the term of this Agreement with the City of Winter Springs shall take effect
on the date of its execution by the City and Contractor and continue for the duration of the Original
Government Contract, including any of the additional executed one (1) year terms by Seminole County
and Contractor,or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement
have been completed or terminated. .
C) Section 1—Services— Section 1 of the Original Government Contract shall be amended
to provide that the City's representative during the performance of this Agreement shall be the City
Manager or his or her designee.
d) Section 7 — Payments— Section 7(h) of the Original Government Contract shall be
amended to provide that Invoices shall be submitted, referencing this contract and any Task Order to:
City of Winter Springs
Finance Department
1126 East State Road 434
Piggyback Rider
City of Winter Springs and Connect Consulting, Inc.
Page 1 of 5
3
Winter Springs, FL 32708
In addition, a new Section 70) is inserted into the Original Government Contract as follows:
(j)The total amount billed to the City by the CONSULTANT for any single Task Order shall
not exceed one-hundred and fifty-thousand dollars ($150,000.00) during the initial three-year term.
Further, CONSULTANT acknowledges and agrees that the City is not required to and does not anticipate
an estimated annual usage (or total task order billings per year)to equal $2,000,000.00 as advertised in
the Original Government Contract. Rather, nothing in this Agreement requires the City to authorize any
specific amount of tasks or any tasks at all.
e) Section 19 — Insurance — Section 19 of the Original Government Contract shall be
amended to require that Certificate Holder address shall read:
City of Winter Springs
Attn: Finance Department
1126 East State Road 434
Winter Springs, FL 32708
f) Section 18-Indemnification—shall be amended to additionally require that,for purposes
of Contractor's indemnification obligation only,Contractor shall indemnify the City for claims made by the
employees of Contractor against the City, and Contractor hereby waives its entitlement, if any, to
immunity under Section 440.11, Florida Statutes. This waiver has been specifically and mutually
negotiated by the parties.
g) Section 20—Dispute Resolution—shall be amended to provide that the County dispute
resolution procedures for proper invoice and payment disputes set forth in Section 22.15, "Prompt
Payment Procedures,"Seminole County Administrative Code, shall be utilized by the City, except that, if
an improper payment request or invoice is submitted by CONSULTANT,the City shall have 10 days after
the improper payment request or invoice is received to notify the CONSULTANT, in writing that the
payment request or invoice was improper and indicate the corrective action on the part of the
CONSULTANTthat is needed to make the payment request or invoice proper,in accordance with the Local
Government Prompt Payment Act, s.218.76, Florida Statutes. Contract claims shall not be subject to the
procedures of Section 3.5541, Seminole County Administrative Code.
h) Section 22—All Prior Agreements Superseded—is amended to include the following: The
order of precedence will be this Piggyback Rider, the Original Government Contract, Original RFP, and
Contractor's Proposal.
i) Section 27—Public Records-is amended to additionally require that if Contractor fails to
comply with this Section,and the City must enforce this Article,or the City suffers a third party award of
attorney's fees and/or damages for violating Chapter 119, Florida Statutes,due to Contractor's failure to
comply with this Section,the City shall collect from Contractor prevailing party attorney's fees and costs,
and any damages incurred by the City, for enforcing this Section against Contractor. And, if applicable,
Piggyback Rider
City of Winter Springs and Connect Consulting, Inc.
Page 2 of 5
4
the City shall also be entitled to reimbursement of all attorneys' fees and damages which the City had to
pay a third party because of the Contractor's failure to comply with this Article.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA
STATUTES,TO ITS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT,CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT:City Clerk,City of Winter Springs,1126 East State Road 434,Winter
Springs, FL 32708 or City-Clerk-Department@winterspringsfl.or or(407) 327-6560.
j) Section 28—Governing Law/Jurisdiction/Venue - Section 28 of the Original Government
Contract shall be amended to provide that venue for any action arising out of or relating to this contract
shall lie in Seminole County for state court actions and Orlando, Florida for federal court actions.
k) Section 31—Notices -Section 31 of the Original Government Contract shall be amended
to provide that Notices to the City/Contractor shall be delivered to:
City Manager
City of Winter Springs, Florida
1126 East State Road 434
Winter Springs, FL 32708
Connect Consulting, Inc.
Attn: David S. Robertson
1210 Emmel Road
Lake Helen, FL 32744
Any Notice given as provided herein shall be deemed received as follows: if delivered by personal
service, on the date so delivered; if delivered to an overnight courier service, on the business day
immediately following delivery to such service; and if mailed, on the third business day after mailing.
1) Section 34—E-Verify System Registration and Use—is amended as follows:
A. Pursuant to section 448.095, Florida Statutes, beginning January 1, 2021,CONSULTANTshall register
with and use the U.S. Department of Homeland Security's E-Verify system, htt s: e-
verif .uscis.gov/emp,to verify the work authorization status of all employees hired on and after January
1, 2021.
B. Subcontractors
(i) CONSULTANT shall also require all subcontractors performing work under this
Agreement to use the E-Verify system for any employees they may hire during the term of this
Agreement.
(ii) CONSULTANT shall obtain from all such subcontractors an affidavit stating the
subcontractor does not employ, contract with, or subcontract with an unauthorized alien, as
defined in section 448.095, Florida Statutes.
(iii) CONSULTANT shall provide a copy of all subcontractor affidavits to the City upon receipt
and shall maintain a copy for the duration of the Agreement.
Piggyback Rider
City of Winter Springs and Connect Consulting, Inc.
Page 3 of 5
5
C. CONSULTANT must provide evidence of compliance with section 448.095,Florida Statutes. Evidence
shall consist of an affidavit from the CONSULTANT stating all employees hired on and afterJanuary 1,2021
have had their work authorization status verified through the E-Verify system and a copy of their proof of
registration in the E-Verify system.
D. Failure to comply with this provision is a material breach of the Agreement, and shall result in the
immediate termination of the Agreement without penalty to the City.CONSULTANT shall be liable for all
costs incurred by the City securing a replacement Agreement,including but not limited to,any increased
costs for the same services,any costs due to delay,and rebidding costs, if applicable.
M) Sovereign Immunity — A new Section is hereby added to the Original Government
Contract as follows:
The City intends to avail itself of the benefits of Section 768.28, Florida Statutes and any other
statutes and common law governing sovereign immunity to the fullest extent possible. Neither this
provision nor any other provision of this Agreement shall be construed as a waiver of the City's
right to sovereign immunity under Section 768.28, Florida Statutes, or other limitations imposed on
the City's potential liability under state or federal law. Contractor agrees that City shall not be liable
under this Agreement for punitive damages or interest for the period before judgment. Further, City
shall not be liable for any claim or judgment, or portion thereof, to any one person for over two
hundred thousand dollars ($200,000.00), or any claim or judgment, or portion thereof, which, when
totaled with all other claims or judgments paid by the State or its agencies and subdivisions arising
out of the same incident or occurrence, exceeds three hundred thousand dollars ($300,000.00).
Nothing in this Agreement is intended to inure to the benefit of any third party for the purpose of
allowing any claim which would otherwise be barred under the doctrine of sovereign immunity or by
operation of law. This paragraph shall survive termination of this Agreement.
n) Scope of Services — is amended to provide that the sites to be serviced under this
contract include but are not limited to: potable water wells, potable water treatment plants, lift/pump
stations, wastewater plants, reclaimed water treatment plants, water/reclaimed water pumping
stations, and effluent disposal sites. ("Winter Springs City Facilities"). Contractor and City agree
that the details included in the original Request for Proposal issued by Seminole County regarding the
types of Facilities, technology components, equipment and software currently in place at the
Seminole County utilities plants are of a similar type and nature to those Facilities, technology
components, equipment and software used at the Winter Springs City Facilities.
IN WITNESS WHEREOF,authorized representatives of the CITY and the CONTRACTOR have
executed this Piggyback Rider to the Original Government Contract on the day and year below noted:
CITY: :r� Connect Consulting, Inc.
Shawn Boyle,,Ci'ty onager David S. Robertson,President
Date: Date:
Piggyback Rider
City of Winter Springs and Connect Consulting,Inc.
Page 4 of S
i 6
Date: / l / C;�—a
ATTEST:
Christian Gowan,City Clerk
Piggyback Rider
City of Winter Springs and Connect Consulting, Inc.
Page 5 of 5
7
cci Proposal
IS
Connect
Consulting,Inc. Proposal Date
Water Resource Consultants 2/16/2022
PROPOSALTO:
Jason Norberg
Director of Public Works and Utilities CCI Client No.
City of Winter Springs 296.03
400 Old Sanford Oviedo Road
Winter Springs,Florida 32708
Client PO
TBD
Item Description Quantity Unit Cost Total
Well 1E and Well 4E Pump Replacement
The City of Winter Springs requested a proposal to remove and replace the
existing vertical turbine pump installed in Well 1E at Water Treatment Plant
(WTP)No.1 to increase production from Well 1E and install the same pump in
Well 4E to replace the existing vertical turbine pump which is no longer
producing a sufficient volume of water to meet demand.
Hydrogeologic Project management,design services,technical specifications,project
Services coordination,services during construction,and reporting. 1 $31,910.00 $31,910.00
Well 1E Pump Replacement-Mobilization/demobilization,remove existing
Goulds 12RJHO-2 stage vertical turbine pump and 25 HP motor,deliver pump
to pump shop for internal inspection;deliver motor to WTP1 for storage.
Wellfield Furnish and install new Flowserve 12EBM-2 Stage pump with 8.88-inch trim,
Services set on existing 60 LF of 8-inch x 1-3/16"column,new 60 HP US Motor,model 1 $33,800.00 $33,800.00
HO60P2SLG,High Thrust Motor(60 HP,3 Phase,1800 RPM,460V,16.5"base;
standard 1-1/4"clutch); refurbish discharge head and stuffing box,flow test
pump to bypass,disinfect well with chlorine.
Well 1E Electrical Upgrade-Mobilize personnel and equipment,replace
Wellfield existing motor starter to Square D Soft Start(Square D SS ATS22D88S6U);
replace circuit breaker for OC Protection(HDL 36150);Replace feeder circuit 1 $6,088.00 $6,088.00
Services breaker in MCC panel(HFD3125),replace whip to new motor with larger wire
and flex conduit.Well 4E disconnect and reconnect motor leads.
Well 4E Pump Replacement-Mobilization/demobilization,remove existing
VTP pump and 40 HP motor set on 60-100 LF of 8-inch column;deliver bowl,
shafts,discharge head&stuffing box to pump shop for internal inspection;
Wellfield deliver motor to motor shop for inspection and potential repair.Furnish and
Services install refurbished Goulds 12RJHO-2 pump from Well 1E into Well 4E set on 80 1 $12,575.00 $12,575.00
LF x 8"x 1-3/8"column,new 40 HP US Motor,model HO40P2SLG,High Thrust
Motor(40 HP,3 Phase,1800 RPM,460V,16.5"base);refurbish discharge head
and stuffing box,flow test pump to bypass,disinfect well with chlorine.
Pump Service Goulds 12RJHO-2 Pump Repair 1 $7,875.00 $7,875.00
Pump Service Well 4E Pump Repair,if salvageable 1 $3,150.00 $3,150.00
Contingency 5%Contingency on Wellfield Services 1 $3,174.40 $3,174.40
Notes: Services will be invoiced on a lump sum/percent(%)complete basis.
Services to be completed within 120 days of written authorization.
Additional services to be approved by change order if required.
Thank you for your business Total $98,572.40
1210 Emmel Road,Lake Helen,Florida 32744
Office:386-473-7766 Cell:561-866-0540
e-mail:drobertson@cciwater.com
8