HomeMy WebLinkAboutAgreement_General_01/14/2021_MockRoosAssocVILLAGE OF TEQUESTA
CONSULTING SERVICES WORK AUTHORIZATION
DATE: Hq-a l VILLAGE RFQ. NO.: UTIL 06-20
WORK AUTHORIZATION NO. MR UTL21.01 FOR CONSULTING SERVICES
PROJECT No. G/L CODE: 401-411-663.632
CONSULTANT PROJECT NO.: C0056.00
PROJECT TITLE: Surficial Aquifer Well No. 19 Replacement
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 Mock, Roos & Associates, Inc. ("CONSULTANT") hereafter
referred to as the Agreement.
I. PROTECT DESCRIPTION
The VILLAGE has a water use permit (No. 50-00046-W) from the South Florida Water
Management District (SFWMD) that allows the withdrawal of 401 million gallons (MG)
per year from the surficial aquifer and 1,251 MG from the brackish Upper Floridan
Aquifer (UFA).
CONSULTANT and Connect Consulting, Inc. (CCI) recently completed the VILLAGE
Wellfield Condition Assessment Report earlier this year. It is the VILLAGE's intent to
have the existing surficial Well No. 19 abandoned in place and a new well drilled
approximately 25-feet away from the existing well location. The proposed well head and
piping will be above grade and meet current regulatory requirements. The configuration of
the above grade piping will be similar to other recently constructed surficial wells that the
VILLAGE owns and operates.
II. SCOPE OF SERVICES
The following is a description of the anticipated services to be provided under this Work
Authorization.
TASK 1— PRELIMINARY ENGINEERING AND SURVEY
1.1 Attend kick-off meeting with VILLAGE staff. Obtain available project specific
record drawings and data from the VILLAGE and call in a Sunshine One Call design
ticket. Coordinate with Utilities listed on the design ticket to obtain available data on
WORK AUTHORIZATION NO. MR UTL21.01 1 of 7
existing utilities in the project limits.
1.2 Perform limited topographic survey in the vicinity of the proposed well head
including horizontal and vertical location of visible fixed improvements within the
well site such a structures, vaults, piping, control panels, fences, etc. Survey will be
performed in accordance with Chapter 61 G 17-6, Florida Administrative Code,
Pursuant to Section 472.027 of the Florida Statutes. Survey is not to be considered
an American Land Title Association ("ALTA") survey and may not meet the
requirements as set forth in the Minimum Standard Detail Requirements for
ALTA/ACSM Land Title Survey as adopted by ALTA American Congress on
Surveying and Mapping ("ACSM"), and National Society of Professional Surveyors,
1999.
1.3 Prepare topographic base map with the utility data and survey that will be used as the
basis of the design for Well No. 19. Coordinate with the VILLAGE and provide the
basemap for review.
TASK 2 — DESIGN AND PERMITTING PHASE
2.1 Perform design for the abandonment/replacement of the existing vaulted surficial
aquifer Well No. 19. It is anticipated that the replacement Well No. 19 will be
located in close proximity to the existing Well No. 19, (approximately 25-ft away
from the existing well). The proposed replacement Well No. 19 will be designed as
an above grade well with similar components to other VILLAGE wells. The well site
will be fenced in. A new well head and discharge piping will be installed above
grade. The proposed well is anticipated to be 12-inches in diameter and the depth and
column pipe size are anticipated to be similar to the existing well. The well head will
be designed with access ports and the discharge piping will include an air release
valve, sample point, flow meter, pressure gauges, back flow prevention device, blow
off, and isolation valve. The raw water main will extend and connect to the exiting
raw watermain that is onsite. New electrical, telemetry, and controls will be installed
and it is anticipated that Florida Power and Light (FPL) will be able to provide a new
electrical service for this well (the existing well is currently operated and powered
from Well No. 20).
2.2 Prepare Construction Drawings consisting of a cover sheet, location map sheet (with
sanitary hazards overlayed to show setbacks from proposed well site for permitting),
general note sheet, site plan sheet, construction details, and electrical sheets.
2.3 Attend two (2) Construction Drawing review meetings with the VILLAGE; one (1)
at 65% and one (1) at 95%-complete intervals. Incorporate VILLAGE's review
comments.
2.4 Prepare and submit a permit application to Palm Beach County Health Department
including addressing one (1) round of review comments.
2.5 Prepare an application for a water use permit letter modification to the South Florida
Water Management District (SFWMD) for the replacement of Well 19. The new well
is anticipated to be located approximately 25 feet of the existing well. It is
anticipated that a letter modification will be sufficient to permit the new, replacement
well with SFWMD. VILLAGE to provide permit application fee(s).
WORK AUTHORIZATION NO. MR UTL21.01 2 of 7
2.6 Estimate quantities and prepare an "Engineer's Opinion of Probable Construction
Cost".
2.7 Prepare Project Manual and Technical Specifications, including Bid Advertisement,
Instruction to Bidders, Schedule of Values, and General Conditions. This also
includes modifying standard Project technical specifications and developing new
technical specifications, as necessary.
2.8 Provide Project Coordination of above scope items which will include
CONSULTANT's Design Staff, Project Design Team meetings, and general
coordination with Project Design Team, including subconsultants and VILLAGE
staff.
2.9 Provide the professional services of a survey subconsultant, a hydrogeological
subconsultant, and an electrical subconsultant to assist with the tasks above.
Coordinate services of all subconsultants.
TASK 3 - BID PHASE
3.1 Prepare the VILLAGE's bid advertisement.
3.2 Issue appropriate addendums responding to questions from the prospective bidders, if
any, during the bid period.
3.3 Assist the VILLAGE to publicly open the bids, prepare a bid tabulation, review the
qualifications of the apparent low bidder, and provide the VILLAGE with a
"Recommendation of Award" based on bids received.
3.4 Review the "Recommendation of Award" with VILLAGE staff.
3.5 Coordinate with apparent low bidder to assist VILLAGE in awarding the contract,
including preparing a "Letter of Intent to Award" and obtaining appropriate bonds
and executed contracts from low bidder for VILLAGE use at Council meeting.
TASK 4 — CONTRACT ADMINISTRATION
4.1 Prepare and provide the CONTRACTOR (State of Florida certified water well
CONTRACTOR to be Determined "CONTRACTOR") with As -Bid Documents for
construction incorporating addendums and/or design changes resulting from the
bidding period. Provide the CONTRACTOR with up to three full size signed and
sealed drawing sets and a PDF of the issued for construction contract documents.
Provide the CONTRACTOR with the AutoCAD 2021 files for the
CONTRACTOR's use preparing record drawings for the project.
4.2 Prepare an agenda and conduct a pre -construction meeting with the CONTRACTOR,
the VILLAGE and other stakeholders identified by the VILLAGE.
4.3 Attend up to five (5) construction meetings between the CONTRACTOR,
CONSULTANT, and the VILLAGE during the construction period (based on a 5-
month active construction duration). Prepare and distribute meeting minutes taken at
construction meetings. Review CONTRACTOR's project construction schedule, and
request and/or review schedule updates as necessary at meetings.
4.4 Review CONTRACTOR's fabrication shop drawings and engineering submittals for
conformance with the Contract Documents. One review per shop drawing submittal
WORK AUTHORIZATION NO. MR UTL21.01 3 of 7
is included to address comments as appropriate. Provide electronic copies of the
reviewed submittal with a submittal log to the CONTRACTOR and VILLAGE.
4.5 Provide site visits by Project Engineer to review the construction progress. A total of
4 site visits are included. Review field observation reports provided by the
VILLAGE.
4.6 Provide a CONSULTANT field representative (8 hours per week) to preform site
observations during the construction of the well head and above grade improvements.
Prepare and review CONSULTANT field observation reports.
4.7 Review and respond to CONTRACTOR's Requests for Information (RFI).
4.8 Review CONTRACTOR -submitted pay applications for completeness based on
progress to date. Provide review and payment recommendations for the
CONTRACTOR's pay applications (up to 4 pay applications are anticipated).
4.9 Perform one substantial completion walk-through with the CONTRACTOR,
CONSULTANT, and the VILLAGE. Prepare and distribute the EJCDC "substantial
completion statements" and associated punch lists.
4.10 Perform one final completion walk-through with the CONTRACTOR,
CONSULTANT, and the VILLAGE.
4.11 Assist the CONTRACTOR and VILLAGE with compiling, reviewing and providing
the VILLAGE with a project closeout package.
4.12 Provide the services of an Electrical subconsultant during the construction of the well
to assist with electrical shop drawing review, FPL coordination, field observations,
attend up to one meeting, respond to up to two (2) RFI's submitted by the
CONTRACTOR, and attend a substantial and a final completion walkthrough.
4.13 Provide the services of a Hydrogeologic subconsultant during the construction of the
well. Hydrogeologic subconsultant services are anticipated to include attending
critical phases of production well construction including drilling, screen and casing
installation, well development, pump testing, and water quality testing. Providing
recommendations for the selection of screen and gravel and constructed depths of the
borehole and casing. Spot check during well development and monitor progress
based on daily well CONTRACTOR testing. Attend CONTRACTOR's step
drawdown and constant rate testing. Including the geologic evaluation of drill
cuttings, collection of water samples and field water quality measurements.
Geophysical logs provided by the geophysical logger will be reviewed and evaluated
for well construction. Digital photos will be taken of significant activities during well
construction. Observe the CONTRACTOR's abandonment of existing Well 19.
4.14 Provide the services of a Hydrogeologic subconsultant to prepare a well completion
report submittal summarizing the well construction and abandonment methodology
and results including the dates of work, quantities of materials used, lithologic logs,
geophysical log analysis, water quality field data, performance testing results, sand
and SDI measurements, photographs of the work stages, and recommendations for
ongoing maintenance and monitoring of the well.
WORK AUTHORIZATION NO. MR UTL21.01 4 of 7
III. DELIVERABLES
Task 1 — Preliminary Engineering
• Signed & Sealed Topographic Survey (PDF)
• Survey and Utility Basemap (PDF)
Task 2 — Design and Permitting Phase
• Permit Applications for Palm Beach County Health Department (PDF and Prints)
• Letter Modification to South Florida Water Management District
• 65-Percent Progress Submittal (Drawings, List of Specifications, Engineers Opinion of
Probable Construction Cost) (PDF)
• 95-Percent Progress Submittal (Project Manual, Technical Specifications, Drawings, Bid
Advertisement, Instruction to Bidders, Schedule of Values, and General Conditions,
Engineers Opinion of Probable Construction Cost) (PDF)
Task 3 — Bid Phase
• Bid Submittal (Project Manual, Technical Specifications, Drawings, Bid Advertisement,
Instruction to Bidders, Schedule of Values, and General Conditions, Engineers Opinion of
Probable Construction Cost) (PDF)
• Recommendation for Award Letter (PDF)
• Letter of Intent to Award (PDF)
Task 4 — Contract Administration
• Issued for Construction Drawings (PDF and Prints)
• Project Manual (Prints)
• Pre -Construction Meeting Minutes and Meeting Notes (PDF)
• Reviewed Shop Drawings (PDF)
• Field Observation Reports (PDF)
• Recommendation for Payment (PDF)
• Substantial Completion Form and Punchlist (PDF)
• Closeout Documents and Well Completion Report (PDF)
WORK AUTHORIZATION NO. MR UTL21.01 5 of 7
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.
Table 1
Schedule
Cumulative
Time to
Time to
Complete
Complete
(Calendar
(Calendar
Activity
Days)
Days)
Task 1 — Preliminary Engineering
45
45
Task 2 — Design and Permitting Phase*
170
215
Task 3 — Bid Phase
105
320
Task 4 — Contract Administration
210
530
* The schedule is based upon conducting a review meeting within 10 calendar days after the VILLAGE
receives the design submittal. All review comments shall be provided to Consultant within 10 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. Permitting
is anticipated to be completed within 60 days. 45 days are provided for review by permitting agencies, if
permitting exceeds the 60 days then an adjustment to the overall schedule will be required. If significant delays
of the above are encountered, the overall schedule for this Work Authorization is subject to change. The
CONSULTANT will keep the VILLAGE apprised of issues potentially affecting this schedule.
wa I W plozym_V 11mmul1 a
The CONSULTANT will perform the tasks as outlined in the scope of services for an hourly
Not -To -Exceed Fee of $122,450.00 as outlined in Table 2.
Table 2
Budget Summary
Description
Total
Task 1 —Preliminary Engineering
$7,225.00
Task 2 — Design and Permitting Phase
$55,945.00
Task 3 — Bid Phase
$6,955.00
ask 4 — Contract Administration
$52,325.00
TOTAL
$122,450.00
WORK AUTHORIZATION NO. MR UTL21.01 6 of 7
VI. ASSUMPTIONS
1. Any services not included in the Scope of Services will be considered Additional Services.
2. Additional Services can be provided upon CONSULTANT receiving signed authorization
from the VILLAGE.
3. Project deliverables will generally be emailed PDF files of the drawings, specifications,
and bid documents.
4. One (1) Bid is anticipated and included in this proposal.
5. A letter modification will be sufficient to permit the project with South Florida Water
Management District a formal permit application and modeling will not be required and if
required would be additional services.
6. The Contract Administration services are based on an assumed 6-month construction
duration with up to 3 months being active onsite well drilling and development and then 2
active onsite months to construct the surface features and preform a startup on the well.
7. VILLAGE to advertise for bid, print and provide hard copies or electronic copies of the
bid documents to interested bidders, and time stamp/receive bids. Received bids will be
scanned and provided to CONSULTANT to review electronically.
8. The VILLAGE own's the property or has an easement for the proposed well. A title search
and sketch and legal description are not anticipated.
9. VILLAGE to direct pay all permit fees for the project.
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 Mock, Roos &
Associates ("CONSULTANT"). Compensation shall not exceed the hourly rates currently
in effect under this Agreement.
MOCK, ROOS & SSOCIATES, INC.
By:2z1
Print Name: Garry G. Gruber, P.E.
Title: Senior Vice President
VILLAGE OF TEQUESTA
Date: Q 1"10
WORK AUTHORIZATION NO. MR UTL21.01 7 of 7