HomeMy WebLinkAboutAgreement_Water Service_10/14/2021_Kimley Horn KHU22.02DATE: J I'l
VILLAGE OF TEQUESTA
VILLAGE RFQ. NO.: UTIL 06-20
WORK AUTHORIZATION NO.KH UTL22.02 FOR CONSULTING SERVICES
PROJECT No.
KIMLEY-HORN PROJECT NO.:
G/L CODE: 401-411-663.632
PROJECT TITLE: Concentrate Disposal Main Relocation — Phase 2 (Permanent Location)
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 Kimley-Horn ("CONSULTANT") hereafter referred to as the
Agreement.
I. PROJECT DESCRIPTION
The reverse osmosis (RO) process at the Village Water Treatment Plant (WTP) discharges
concentrate (reject fluid, a highly concentrated brine solution that the RO process generates) through
a dedicated 12-inch concentrate disposal main that originally discharged into the Jupiter Inlet on the
east side of the US-1 bridge. The Village maintains an Industrial Waste Permit with the Florida
Department of Environmental Protection (FDEP) that allows them to discharge into the Inlet at the
permitted location. The Florida Department of Transportation (FDOT) has previously determined
the US-1 bridge is beyond its designed life expectancy and requires replacement of the entire bridge.
Kimley-Horn worked with the FDOT and their design consultants to avoid potential conflicts with
the bridge replacement and develop a design for a temporary outfall relocation to the west side of
the bridge during the construction.
Phase 1 of this effort was previously approved and allowed for the design and permitting of the
outfall's temporary relocation on the west side of the US-1 bridge. Phase 2 will consist of design and
permitting for the permanent discharge location that will be completed at some point during the
bridge construction activities. The design will consist of approximately 1,300 LF of 12-inch HDPE
pipe which will be placed along the east side of US-1 and will discharge east of the new US-1 bridge
near the Jupiter Lighthouse Park. Kimley-Horn will provide Phase 2 services as outlined below.
WORK AUTHORIZATION NO. KH UTL22.02 I of 5
The following is a description of the services to be provided under this Task Order.
TASK 1— DESIGN
Prepare a bathymetric survey of the proposed Phase 2 discharge location. Coordinate
bathymetric survey received with corridor record information from previous completed
efforts.
2. Meet with Village staff (and/or the bridge consultants) on -site to "walk the project" to gain
concurrence on the proposed 12-inch main location.
3. Prepare 90% design plans for the reject main relocation and associated discharge location at a
scale of 1" = 30' for the project to include the following;
• Title Sheet (1 sheet)
• General Notes (1 sheet)
• Reject Main Plan and Profile (4 sheets)
• Reject Main Connection/Diffuser Details 0 sheet)
• Standard and Construction Details (2 sheets)
4. Provide Village staff with 90% plans for review. Meet with staff to review comments.
5. Provide FDOT and bridge consultants with 90% plans for review. Meet with FDOT and
appropriate consultants.
6. Prepare Final design plans incorporating Village, FDOT and bridge consultant comments.
7. Prepare technical specifications for the project to be incorporated into the bidding documents,
along with Village supplied front end documents.
8. Prepare an opinion of probable construction cost at the 90% and Final design stages.
TASK 2 — PERNIITTING
1. Prepare permit support documents and submit accordingly to the following regulatory
agencies;
• FDEP Minor Revision to a Wastewater Facility or Activity Permit
• Army Corps of Engineers (ACOE) Individual Permit
• Florida Department of Transportation (FDOT) Utility Permit
2. Attend a pre -application meeting with the FDEP, ACOE and FDOT.
3. Address up to two (2) RAI's from each of the agencies listed (FDEP, ACOE, and FDOT).
This will total six (6) RAI's for the project.
WORK AUTHORIZATION NO. KH UTL22.02 2 of 5
TASK 3 — BIDDING
1. Provide bid assistance to the Village consisting of the following;
• Respond to Contractor questions and prepare addendums as necessary.
• Attend the bid opening at Village Hall.
• Evaluate the bids, investigate Contractor qualifications and provide a summary memo that
identifies the lowest responsive, responsible bidder.
IIL DELIVERABLES
The Consultant shall provide the deliverables to the Village.
1. Project site survey.
2. 90% and Final design plans, paper copies and digital copies in PDF.
3. Engineers' opinion of probable construction cost with the 90% and Final design plans.
4. Copies of Permit Applications and any associated RAI.
5. Project Specifications.
6. Copies of Addendums.
7. Copies of correspondence related to the Project.
8. Summary memorandum identifying the lowest responsive, responsible bidder.
IV. SCHEDULE
Upon receipt of Notice -To -Proceed the CONSULTANT will complete the services identified in
Task 1, 2 and 3 of this Work Authorization within the schedule outlined in Table 1 on the next page
WORK AUTHORIZATION NO. KB UTL22.02 3 of 5
Table 1
Schedule
Activity
Survey
90% Design/Specifications*
Permitting
Final Design/Bid Documents
Bidding Assistance
Cumulative
Time to
Time to
Complete
Complete
30
45
90
135
120
255
30
285
Commensurate with
Village schedule.
* 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.
V. COMPENSATION AND PAYMENT
The CONSULTANT will perform Tasks 1, 2 and 3 as outlined in the scope of services on an hourly
basis with a not to exceed amount of $61,275.00 in accordance with the hourly rates established in
the Professional Engineering Services Agreement between the Village and Kimley-Horn. The
budget summary has been outlined in Table 2.
Table 2
Budget Summary
Description
Total
ASK 1 — DESIGN
$38,585
ASK 2 - PERMITTING
$17,750
ASK 3 — BIDDING
$5,000
TOT
$61,275.00
MMINKIMIJO 1' I Mal
Kimley-Horn assumes that all information provided by the Village can be relied upon in the
performance of professional services. The following information shall be required or is thought to
be available for Kimley-Horn's use for completion of the services represented in this Work
Authorization.
• Permanent reject main relocation information.
• Associated permit fees.
• Bidding of a project in a location newspaper/bid on-line service.
• The Village will be able to utilize the FDOT's Cultural Resource Assessment Survey
WORK AUTHORIZATION NO. KH UTL22.02 4 of 5
(CRAS) for any permitting required with the Army Corp of Engineers (ACOE).
• Kimley-Horn will use FDOT bridge plans, either design plans or record drawings, as
opposed to performing soft digs and extended topographic survey.
• The permanent reject main relocation project will qualify for environmental resource self -
certification in the same manner as the temporary relocation project.
Any services not specifically provided for in the above scope will be considered additional services
and can be performed at our current hourly rates as requested by the Village in writing.
VII. AGREEMENT REFERENCE
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 Kimley-Horn ("CONSULTANT").
Compensation shall not exceed the hourly rates currently in effect under this Agreement.
KIMLEY-HORN & ASSOCIATES, INC.
By:
Michael F. Schwartz, Senior Vice President
09/23/2021
Date:
p
By: -
Samantha C. Graybill, Project Engineer
Date: 9/23/2021
VILLAGE OF TEQUESTA
Bi�
Mayor Frank D'Ambria, III
Date: `c - 14 - OA t
WORK AUTHORIZATION NO. KH UTL22.02 5 of 5