HomeMy WebLinkAboutAgreement_General_11/12/2020_Holtz ConsultingVILLAGE OF TEQUESTA
CONSULTING SERVICES WORK AUTHORIZATION
DATE : November 12,2020 VILLAGE RFQ. NO.: UTIL 06-20
WORK AUTHORIZATION NO. l FOR CONSULTING SERVICES
PROJECT No. 2 1 -UTL-67 1 -01 & 2 1 -UTL-671-04 G/L CODE: 401-411-66 ) .671
HOLTZ CONSULTING PROJECT NO.:
PROJECT TITLE: Water Main Replacement Project - WM-0I & WM-04
This Work Authorization, when executed, shall be incorporated in and shall become an integral
part of the Agreement for Professional Services dated September 10, 2020 between the Village of
Tequesta ("VILLAGE"), and Holtz Consulting ("CONSULTANT') hereafter referred to as the
Agreement.
The project will include engineering services for the design, permitting, bidding, and construction of
approximately 11,000 feet of potable water main to replace the existing AC pipe along the streets
listed below:
• Eastwinds Circle
• Country Club Circle
• Tradewinds Circle
• Leeward Circle
• Country Club Drive from Eastwinds Circle to Tequesta Drive
• Tequesta Drive from Country Club Drive to Pinetree Drive
• Tequesta Drive from the Tequesta Bridge to Fiesta Drive
The existing AC pipe was installed in the 1950's and 1960's and has reached the end of its useful life.
Replacing the AC pipe will reduce the risk of failure and increase the resiliency of the Village's potable
water distribution system. Included in the design will be the replacement of water services from the
new water mains to the existing water meters, new fire hydrants, and the grouting/abandonment of the
existing AC pipe after the new water mains are placed into service.
WORK AUTHORIZATION NO. HCE-U21.01 1 of 8
The following is a description of the services to be provided under this Work Authorization.
TASK 1 — SITE INVESTIGATION AND SURVEYING SERVICES
Subtask 1.1 Utility Locates
Under this subtask the CONSULTANT will provide utility locating services for key existing buried
utilities along the watermain route. Locates will be performed utilizing ground penetrating radar to
obtain depth, diameter, and material information for the existing buried utilities to identify potential
design conflicts and aid in the protection of these existing facilities during construction. These
underground utility markings will be captured by the surveyor under Subtask 1.3 and depicted on the
survey and design drawings.
Subtask 1.2 Geotechnical Services
Under this subtask the CONSULTANT will provide geotechnical investigation services to evaluate
the soil conditions within the project area. Investigation services will consist of drilling six (6)
Standard Penetration Test (SPT) borings to a depth 15 feet below existing grade. Some adjustments
in the boring depths may be necessary depending upon the subsurface conditions encountered. Within
the borings, penetration resistance testing will be performed in general accordance with the
requirements of ASTM designation D 1586. The number and location of borings will be determined
during the preliminary design phase of the project.
Upon completion of the field exploration, a geotechnical engineer will evaluate the results of all
drilling. Results of the geotechnical work will be issued in an engineering report of findings which
will include some construction considerations and recommendations. The report will be included for
informational purposes to potential bidders. The engineering report will include graphic logs of the
test borings and a test boring location plan.
Subtask 1.3 Topographic Survey
Under this task, CONSULTANT will obtain a topographic survey from right-of-way to right-of-way
along the water main routes listed in the project description. The survey will depict the horizontal
location and vertical location of facilities and surface features and an AutoCAD version of the survey
will be provided along with one (1) signed and sealed hard copy. The survey will also depict the
markings provided by the underground locator in Subtask 1.1.
TASK 2 — DESIGN SERVICES
CONSULTANT will visit the project site and review existing record drawing information for utilities
in the project limits and GIS information to determine the optimal route for the new water mains in
consideration of the locations of existing utilities, landscaping, and water meters. CONSULTANT
will coordinate a project kick-off meeting to discuss the proposed pipe alignment and other critical
design aspects. CONSULTANT will summarize the decisions made in meeting minutes.
WORK AUTHORIZATION NO. HCE-U21.01 2 of 8
CONSULTANT shall prepare construction drawings for the replacement of approximately eleven
thousand (11,000') linear feet of existing AC water main in the road rights -of -way, including
connection to the existing water meters and installation of new fire hydrants. The existing AC pipes
range in size from four (4") inch to ten (10") inch in diameter. Proposed water mains shall be
minimum of six (6") inch in diameter and new main sizes will be determined by the VILLAGE based
on hydraulic modeling performed by the VILLAGE or the VILLAGE's other subconsultants. All
existing pipes to be replaced will be abandoned and grouted in place, if feasible.
The water main improvements installed via open -cut methods will be shown in plan view only. Water
mains to be installed via horizontal directional drill will be depicted in plan and profile views.
Conflicts with existing utilities will be addressed on the plan views with conflict box callouts showing
the proposed pipes and existing utilities identifying separation distances and elevations.
CONSULTANT shall provide drawings at the 30%, 60%, 90% and 100% design milestones for
VILLAGE review and comment and technical specifications for VILLAGE review and comment at
the 60%, 90% and 100% design milestones. Technical specifications will be based on the CSI 16
division format. The front-end contract documents provided by the VILLAGE will be incorporated into
the Contract Documents by the CONSULTANT.
CONSULTANT shall also prepare engineer's opinion of probable cost of construction at the 30%,
60%, 90% and 100% design milestones. A blank and completed bid form will be prepared and
submitted to the VILLAGE for their insertion into the VILLAGE's front-end bidding and contract
documents.
Following the 30%, 60% and 90% submittal review by the VILLAGE, CONSULTANT shall meet
with VILLAGE to discuss comments, and then prepare the documents incorporating VILLAGE'S
comments for the next submittal.
TASK 3 — PERMITTING SERVICES
Subtask 3.1 Health Department Permit Application
CONSULTANT shall prepare permit applications for construction of the project and submit to the
following agencies:
Palm Beach County Health Department (PBCHD)
Permit fees will be paid by the VILLAGE.
Subtask 3.2 Agency Coordination and RAI Response
CONSULTANT will coordinate with the permitting agency (PBCHD) during the review process on
a regular basis in an effort to keep the project on schedule and respond to their review comments.
HCE will respond to Requests for Additional Information (RAI) during the permitting process. It is
anticipated that no more than one (1) RAI will be issued.
WORK AUTHORIZATION NO. HCE-U21.01 3 of 8
TASK 4 — BIDDING/PROCUREMENT SERVICES
CONSULTANT will assist the VILLAGE with advertising and bidding the project or procuring a
contractor by "piggy -backing" an existing public construction contract.
Under this task CONSULTANT may perform a combination of the following activities:
• Prepare bid advertisement and provide bid documents to bidders.
• Conduct a pre -bid meeting and issue meeting minutes to all plan holders.
• Conduct a site visit/walkthrough with potential contractor(s).
• Respond to questions bidders may have concerning the bid documents.
• Issue addenda as necessary to clarify the bid documents.
• Attend bid opening and prepare bid tabulation form.
• Evaluate bids and prepare recommendation of award to the lowest responsive, responsible
bidder.
• Prepare Final Contract Documents
• Prepare Contractor's Notice of Award.
• Prepare and review executed contract documents.
• Prepare Contractor's Notice to Proceed.
TASK 5— ENGINEERING SERVICES DURING CONSTRUCTION
CONSULTANT will provide engineering and inspection services during construction of the project.
It is assumed that the construction contract will be six (6) months from NTP to Final Completion with
approximately 20 weeks of actual construction.
Under this task CONSULTANT will perform the following activities:
• Administer the VILLAGE'S Construction Contract with the Contractor in accordance with
the General Conditions of the Construction Contract.
• Direct the preconstruction meeting with the VILLAGE, Contractor, and other interested
parties and prepare meeting agenda and minutes.
• Review and comment on shop drawings submitted by the Contractor.
WORK AUTHORIZATION NO. HCE-U21.01 4 of 8
• Provide the Contractor with clarifications concerning questions about the Contract Documents
and respond to RFI's.
• Review and make the recommendations necessary for the approval or rejection of the
Contractor's monthly payment applications.
• Conduct bi-weekly progress meetings with the VILLAGE and Contractor. Prepare and
distribute meeting minutes to all attendees.
• Coordinate with customers regarding impacts due to the construction activities including
interruptions of service.
• Make general site inspections of the work such including periodic visits to the site to evaluate
the Contractor's compliance with Contract Documents (Approximately 20 weeks of actual
construction and an average of 16 hours per week for the Construction Inspector and 2 hours
per week by the Engineer of Record) to monitor progress. It is assumed that the construction
contract will have a duration of six months.
• Verify that the work has progressed to the substantial completion point in accordance with the
Contract Documents. The CONSULTANT will prepare a punch list of items remaining to be
completed which will be attached to the Certificate of Substantial Completion.
• Verify that the work items identified on the substantial completion punch list are addressed
and all other Work identified as being incomplete have been completed in accordance with
the Contract Documents. CONSULTANT will ensure the final punch list is satisfactorily
completed prior to approval of the Contractor's Final Payment Request.
• Review Record Drawings submitted by the Contractor with each Pay Request and at
completion of the project.
• Prepare final documentation for Contract close-out
III. DELIVERABLES
Task 1 - Deliverables:
1. Information obtained from underground utility locating will be depicted on the survey
deliverable provided under Subtask 1.3.
2. A geotechnical report will be provided summarizing the findings and recommendations of
the geotechnical engineer. One (1) signed and sealed PDF copy and one (1) signed and
sealed hard copy of the report will be provided.
3. One (1) signed and sealed PDF copy of Topographic Survey will be provided.
Task 2 - Deliverables
One (1) PDF copy of the 30% plans and specifications (TOC only) and 30% cost estimate.
WORK AUTHORIZATION NO. HCE-U21.01 5 of 8
2. One (1) PDF copy of the 60% plans and specifications and 60% cost estimate.
3. One (1) PDF copy of the 90% plans and specifications and 90% cost estimate.
4. One (1) signed and sealed PDF copy and one (1) signed and sealed hard copy of the final
(100%) plans and specifications and final cost estimate.
5. Electronic copies of all meeting agendas and minutes.
Task 3 - Deliverables
1. PDF copy of the fully executed permit application package.
2. PDF copy of each permit received.
Task 4 Deliverables:
1. PDF copy of Addenda as necessary.
2. PDF copy of Bid Tabulation form.
3. One (1) hard copy and one (1) PDF copy of written recommendation for award of the
contract.
4. PDF copy of Copy of Notice of Award and Notice to Proceed.
5. Two (2) hard copies of the executed Contract Documents
6. Electronic copies of all meeting agendas and minutes.
Task 5 Deliverables:
1. PDF copy of all Contractor Submittals.
2. PDF copy and two hard copies of Contractor Pay Requests with recommendation for
payment.
3. PDF copy of all meeting agendas and minutes.
4. PDF copy of the Substantial Completion Punchlist.
5. PDF copy of the Certificate of Substantial Completion.
IV. SCHEDULE
Upon receipt of Notice -To -Proceed the CONSULTANT will complete the services identified in this
Work Authorization within the schedule outlined in Table 1.
Activity
1. Subsurface Utility Locating
2. Surveying Services
3. Geotechnical Services
Table 1
Schedule
Time to Complete
(Calendar Days)
30 days from NTP
45 days
30 days after receipt of
comments on the 30% submittal
Cumulative
Time to
Complete
(Calendar Days)
30 days
45 days
105 days
WORK AUTHORIZATION NO. HCE-U21.01 6 of 8
4. Design Services
30% Design Submittal
60% Design Submittal
90% Design Submittal
100% Design Submittal
5. Permitting
6. Bidding/Procurement Services
7. Services During Construction
30 days from receipt of survey 75
45 days from receipt of 127
comments on the 30% submittal
60 days from receipt of 194
comments on 60% submittal
15 days from receipt of 216
comments on 90% submittal
Applications submitted with 90% 254
plans
45 days 261
Throughout Construction 441
Contract Duration (approx. 6
months)
* The schedule is based upon conducting a review meeting within 7 calendar days after the Village
receives the design submittal. All review comments shall be provided to Consultant within 7
calendar days after the Village receives the submittal. An adjustment to the overall schedule will
be required in the event the review meeting takes longer to be conducted and/or obtaining
comments takes longer to receive. Schedule assumes permits will be issued within 60 days.
��011101WDWWRNUITXMM 6w.Vdk3tPK
The CONSULTANT will perform the tasks as outlined in the scope of services for Lump Sum Fee
of $202,001 in accordance with our approved billing rates with an estimate of costs by task provided
in Table 2 and further detailed in Attachment A. Monthly progress payments will be authorized
based on percent complete as determined by CONSULTANT and approved by VILLAGE.
Table 2
Budget Summary
Description
Total
1. Site Investigation and Surveying
$60,466
2. Design Services
$73,630
3. Permitting
$1,330
4. Bidding/Procurement Services
$3,400
5. Services During Construction
$63,175
TOTAL
$202,001
WORK AUTHORIZATION NO. HCE-U21.01 7 of 8
VI. ASSUMPTIONS
1. All permit fees will be paid by the VILLAGE.
2. The new water main sizes will be determined by the VILLAGE. No hydraulic modeling
or fire -flow modeling is included in this proposal.
The work authorized under this Work Authorization shall be performed under the terms and
conditions described within the Professional Services Agreement dated September 10, 2020, by and
between the Village of Tequesta ("VILLAGE") and Holtz Consulting ("CONSULTANT").
Compensation shall not exceed the hourly rates currently in effect under this Agreement.
HOLTZ CONSULTING
I i I I ��!, 9 r/A Wq I
UITA Wq W, J � � - - ME 11
Print Name: D avId 14n 447-
Title: UI (e P/e S ),P .eA:74
VILLAGE OF TEQUESTA
Date: 11" /.3- 1d
WORK AUTHORIZATION NO. HCE-U21.01 8 of 8