Skip to main content
Village of Wellington Logo
File #: 24-6772    Name: AUTHORIZATION TO 1) AWARD A CONTRACT FOR THE SOUTH SHORE BOULEVARD FORCEMAIN REPLACEMENT PHASE 2 PROJECT 2) EXECUTE A TASK ORDER FOR CONSTRUCTION PHASE SERVICES FOR THE SOUTH SHORE BOULEVARD FORCEMAIN REPLACEMENT PHASE 2 PROJECT
Type: Purchasing/Contract
Body: Village Council
Agenda Date: 3/11/2025 Final action:
Title: ITEM: AUTHORIZATION TO 1) AWARD A CONTRACT FOR THE SOUTH SHORE BOULEVARD FORCEMAIN REPLACEMENT PHASE 2 PROJECT 2) EXECUTE A TASK ORDER FOR CONSTRUCTION PHASE SERVICES FOR THE SOUTH SHORE BOULEVARD FORCEMAIN REPLACEMENT PHASE 2 PROJECT REQUEST: Authorization to 1) Award a Contract to Johnson-Davis, Inc., for the South Shore Boulevard Forcemain Replacement Phase 2 Project and 2) Execute a Task Order with Mock, Roos & Associates, Inc. for construction phase services for the South Shore Boulevard Forcemain Replacement Phase 2 Project.
Attachments: 1. 1. Bid Tabulation - ITB 202505, 2. 2. Notice of Intent, 3. 3. Mock Roos Task Order
Date Action ByActionResultVoteMeeting DetailsVideo
No records to display.

…title

ITEM:                     AUTHORIZATION TO 1) AWARD A CONTRACT FOR THE SOUTH SHORE BOULEVARD FORCEMAIN REPLACEMENT PHASE 2 PROJECT  2) EXECUTE A TASK ORDER FOR CONSTRUCTION PHASE SERVICES FOR THE SOUTH SHORE BOULEVARD FORCEMAIN REPLACEMENT PHASE 2 PROJECT 

 

REQUEST:                     Authorization to 1) Award a Contract to Johnson-Davis, Inc., for the South Shore Boulevard Forcemain Replacement Phase 2 Project and 2) Execute a Task Order with Mock, Roos & Associates, Inc. for construction phase services for the South Shore Boulevard Forcemain Replacement Phase 2 Project. 

…body

EXPLANATION:                     The Utility Staff is seeking Authorization to:

 

1)                     Award a Contract to Johnson-Davis, Inc., for Phase 2 of the South Shore Boulevard Forcemain Replacement Project, in the amount of $3,383,930.00, plus $200,000 of owner controlled contingency.

 

On December 12, 2024, the Village released ITB 202505 - South Shore Boulevard Forcemain Replacement Phase 2, seeking qualified firms to provide such services. 

 

On February 4, 2025, the Village received seven (7) proposals:

 

Vendor

Bid Amount

Johnson-Davis, Inc.

$3,383,930.00

Accurate Drilling Systems, Inc.

$3,641,520.00

DBE Management, Inc.

$3,692,344.80

Foster Marine Contractors, Inc.

$3,818,615.00

CK Contractors and Development, LLC

$3,851,965.00

Pabon Engineering, Inc.

$3,890,000.00

Metro Equipment Service, Inc.

$7,274,365.00

 

Johnson-Davis, Inc. is the lowest, responsive, responsible bidder.

 

This Project includes three (3) Phases and will replace the primary force main that runs through Palm Beach Polo and connects the North and West sides of the sewer system to the Water Reclamation Facility.  This force main is approximately forty (40) years old and at the end of its useful life.  The new force main will become the primary force main to the Water Reclamation Facility once all three (3)  Phases are complete. 

 

Phase one (1), which was completed in March 2022, runs along the East side of South Shore Blvd. right of way from Sheffield Street to Big Blue Trace.  Phase two (2) runs along the East side of South Shore Blvd. right of way between Big Blue Trace and Forest Hill Blvd.

 

2)                     Execute a Task Order to Mock, Roos & Associates, Inc. for construction phase services for Phase 2 of the South Shore Boulevard Forcemain Replacement Project, in the amount of approximately $152,010.00.

 

On September 28, 2021, Council awarded an engineering services contract # RFQ 202121 to multiple vendors.  Mock, Roos & Associates, Inc. was selected as one of the Village’s water and wastewater treatment engineering consulting service providers. Staff is seeking authorization to utilize such contract with Mock, Roos & Associates, Inc. to provide water and wastewater treatment engineering consulting services to the Village.

 

Village staff has requested that Mock, Roos & Associates, Inc. provide a Task Order to render construction phase services which include construction administration, submittal review and construction oversight. 

 

Staff recommends 1) Awarding a Contract to Johnson-Davis, Inc., for Phase 2 of the South Shore Boulevard Forcemain Replacement Project, in the amount of $3,383,930.00 plus $200,000 in owner controlled contingency and 2) Executing a Task Order to Mock, Roos & Associates, Inc. for construction phase services for Phase 2 of the South Shore Boulevard Forcemain Replacement Project, in the amount of approximately $152,010.00. 

 

BUDGET AMENDMENT REQUIRED:                     NO 

 

PUBLIC HEARING:                     NO                       QUASI-JUDICIAL:   

 

FIRST READING:                                            SECOND READING:   

 

LEGAL SUFFICIENCY:                     YES 

 

FISCAL IMPACT:                     Funds are allocated in the Utility Department FY 2025 CIP Budget.

 

WELLINGTON FUNDAMENTAL:                     Protecting our Investment 

 

RECOMMENDATION:                     Authorization to 1) Award a Contract to Johnson-Davis, Inc., for the South Shore Boulevard Forcemain Replacement Phase 2 Project and 2) Execute a Task Order with Mock, Roos & Associates, Inc. for construction phase services for the South Shore Boulevard Forcemain Replacement Phase 2 Project.