HomeMy WebLinkAboutDocumentation_Regular_Tab 17_7/14/2022Agenda Item #17.
Regular Council
a
STAFF MEMO
Meeting: Regular Council -Jul 14 2022
Staff Contact: Nate Litteral Department: Utilities
1W I
Approve Work Authorization HCE UTL22.02 — Surficial Well Replacement Program —Well No. S18 -
Professional Engineering Services —Holtz Consulting Engineers
The Village receives water for its Water Treatment Plant (WTP) from 14 groundwater wells (10 surficial
aquifer wells and 4 Floridan aquifer wells). In July 2020 the Village, with assistance from Mock Roos &
Associates and Connect Consulting, completed a Wellfield Condition Assessment to evaluate the
performance and water quality of the Village's surficial aquifer and Floridan Aquifer public water supply
production wells and provide recommendations for well rehabilitation or replacement if, and where,
needed. As a result of the study and Village WTP operator feedback, several surficial aquifer wells
were included in the approved 5-year capital improvement program for replacement including Well No.
S18. Well No. S18 is a surficial aquifer well located at Tequesta Park that was constructed in 1975. The
wellhead and equipment are heavily corroded and do not meet current regulatory requirements. The
project will drill a new well at the same location, set a new well casing and install a new wellhead, pump,
piping and controls.
Staff recommends the professional engineering services for this project be completed by Holtz
Consulting Engineers, in conjunction with Connect Consulting, one of the Village's on -board
engineering consultants. The proposed Work Authorization HCE UTL22.02, in the amount of $108,925,
includes the design, permitting, bidding and construction -phase services required for the project. If
approved, the project is anticipated to be completed in the Spring of 2023.
Budget Summary - 401-411-663.632 - Architecture & Engineering Services:
Project
Budget
Encumbered
Proposed
Projected
Remaining
Projected
Total
WTP Upgrades &
Energy Improvements
$350,000.00
$241
*$141600.00
$0.00
$2551600.00
(Engineering)
,000.00
Water Main
Replacement
Program - WM-3 -
$281,000.00
$1671320.00
*$0.00
$0.00
$167)320.00
Jupiter in the Pines
South (Engineering)
Water Main
Replacement
Program - WM-5 -
$160,000.00
$1571525.00
*$0.00
$0.00
$157525.00
Country Club Drive
North (Engineering)
Page 481 of 524
Agenda Item #17.
Surficial Well
Replacement - Well $132,000.00 $0.00 $1081925-00 $0.00 $1081925-00
No. S18 (Engineering)
Concentrate Disposal
Relocation $1111000.00 $611275.00 *$0.00 $0.00 $61 Y275.00
(Engineering)
Account Total $1)0347000.00 $6273120.00 $1233525.00 $0.00 $750)645.00
*Construction services for these projects have been moved to FY23.
This document and any attachments may be reproduced upon request in an alternative format by completing
our Accessibility Feedback Form, sending an e-mail to the Village Clerk or calling 561-768-0443.
PROJECT NAME: Surficial
Well Replacement -Well No.
S18 (Engineering)
Proposed:
$1087925
BUDGET: $1,034,000.00 ENCUMBERED: $627,120.00
PROJECTED TOTAL: $750,645.00
Projected Remaining:
$2837355
Approve Work Authorization HCE UTL22.02 with Holtz Consulting Engineers in the amount of
$1087925.
Proposed Work Authorization HCE UTL22.02 - Well No. 18 - Holtz Consultingada
Page 482 of 524
Agenda Item #17.
The following documenti*s presented in a non=
ADA compliant format. Please contact the
Village Clerk's office if you would like to
receive an ADA compliant version of this
document.
Page 483 of 524
Agenda Item #17.
DATE: 6/l/2022
VILLAGE OF TEQUESTA
CONSULTING SERVICES WORK AUTHORIZATION
VILLAGE RFQ. NO.: UTIL 06-20
WORK AUTHORIZATION HCE U22.01 FOR CONSULTING SERVICES
PROJECT No.
G/L CODE:
401-411-663.632
HOLTZ CONSULTING PROJECT NO.:
PROJECT TITLE: Well No. 18 Replacement Project
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 Engineers, Inc. ("CONSULTANT") hereafter
referred to as the Agreement.
I. PROJECT DESCRIPTION
The project will include engineering and hydrogeological services for the design, permitting, bidding,
construction, and testing of one new surficial aquifer production Well No. 18 and the plugging and
abandonment of the existing Well No. 18.
II. SCOPE OF SERVICES
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 task the CONSULTANT will provide utility locating services for key existing buried
utilities at the existing Well No. 18 and new Well No. 18 site 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 1.2 and depicted on the
survey and design drawings.
WORK AUTHORIZATION NO. HCE-U22.02 1 of 8
Page 484 of 524
Agenda Item #17.
Subtask 1.2 Topographic Survey
Under this task, CONSULTANT will obtain a topographic survey of the existing Well No. 18 and
new Well No. 18 site depicting the horizontal location and vertical location of facilities and surface
features and:
• Obtain horizontal and vertical control utilizing Florida State Plane 83/90 adjustment for
Horizontal Datum and NAVD 88 Vertical Datum.
• Location of visible fixed improvements within the well sites, depicting the horizontal location
and vertical location of facilities such structures, vaults, piping, control panels, fences, power
poles, buildings, etc.
• Location of above ground existing utilities: FP&L, BellSouth, Cable TV, Natural Gas, Potable
Water (valves, fire hydrants, and meters), Force Mains (valves), Sanitary Sewer, Reclaimed
Water Mains (valves), Storm Sewers. Including invert elevations, pipe size, type and direction
for storm and sanitary infrastructure.
• Provide and reference site benchmarks. Elevations to be referenced to an existing established
Village or County Benchmark.
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. CONSULTANT will coordinate a project kick-off meeting
to discuss the project and critical design aspects. CONSULTANT will summarize the decisions made
in meeting minutes.
CONSULTANT shall prepare drawings and specifications for the design of new production Well No.
18 and the plug abandonment of the existing Well No. 18. This task will include preparation of
specifications for the construction, testing, and development of the new well, and the detailed
drawings will depict the new wellhead piping, valves and appurtenances, submersible well pump,
electrical power and controls including provisions to connect to the Village's SCADA system, raw
water piping and connection to the existing raw water main, site work, and the demolition/abandonment
of the existing Well No. 18 after the new well is constructed and in service. The design of the new well
will be based on the Well No. 19 replacement well design. CONSULTANT shall provide drawings
and technical specifications at the 60%, 90% and 100% design milestones for VILLAGE review and
comment. The technical specifications will follow the 16-Division CSI Master Format. The front-end
contract documents provided by the VILLAGE will be incorporated into the Contract Documents by
the CONSULTANT. This task also includes attendance at progress and review meetings and
preparation of construction cost estimates.
CONSULTANT shall also prepare engineer's opinion of probable cost of construction at the 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 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.
WORK AUTHORIZATION NO. HCE-U22.02 2 of 8
Page 485 of 524
Agenda Item #17.
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:
• South Florida Water Management District Water Use Permit (SFWMD)
• 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 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 two (2) RAPs will be issued by each of the permitting agencies.
TASK 4 — BIDDING SERVICES
CONSULTANT will perform 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.
• 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.
WORK AUTHORIZATION NO. HCE-U22.02 3 of 8
Page 486 of 524
Agenda Item #17.
TASK 5 — SERVICES DURING CONSTRUCTION
Subtask 5.1 General Construction Services
CONSULTANT will perform the following activities:
• Direct the preconstruction meeting with the VILLAGE, Contractor, and other interested
parties and prepare meeting agenda and minutes.
• Administer the VILLAGE'S Construction Contract with the Contractor in accordance with
the General Conditions of the Construction Contract.
• Review and comment on shop drawings submitted by the Contractor.
• 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 monthly progress meetings with the VILLAGE and Contractor. Prepare and
distribute meeting minutes to all attendees.
• Review Record Drawings submitted with each Pay Request and at completion of the project.
• Prepare final documentation for Contract close-out.
Subtask 5.2 Hydrogeological Services During Construction
CONSULTANT will provide a hydrogeologist to be present on site during critical phases of
production well construction including drilling, casing installation and cement grouting, completion
interval drilling, well development, pump testing and water quality testing. CONSULTANT will
provide recommendations for the selection of screen and gravel and constructed depths of the
borehole and casing. CONSULTANT will spot check during well development and monitor progress
based on daily well contractor testing. CONSULTANT will oversee step drawdown and constant rate
testing. This task will include 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.
Subtask 5.3 General Inspections During Construction
CONSULTANT shall make general site inspections of the work such as concrete work, buried piping
and valving, installation of the pump, sitework, electrical work, instrumentation work, etc. This task
includes periodic visits to the site to evaluate the Contractor's compliance with Contract Documents
(Approximately 8 weeks of actual construction of the well head, pump, piping and sitework for an
WORK AUTHORIZATION NO. HCE-U22.02 4 of 8
Page 487 of 524
Agenda Item #17.
average of 6 hours per week) to monitor progress. It is assumed that the construction contract will
have a duration of twelve months.
CONSULTANT will 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.
CONSULTANT will 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.
Subtask 5.4 Well Completion Report
CONSULTANT will prepare a well completion report 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.
Subtask 5.5 PBCHD Inspection Prior to Being Placed into Service
CONSULTANT will accompany the PBCHD agency inspector during the performance of their
walkthrough inspection prior to clearing the new Well No. 18 to be placed into service.
III. DELIVERABLES
Task 1 - Deliverables:
1. Information obtained from underground utility locating will be depicted on the survey
deliverable provided under Subtask 1.2.
2. One (1) signed and sealed PDF copy of Topographic Survey will be provided.
Task 2 - Deliverables
1. One (1) PDF copy of the 60%plans and specifications and 60% cost estimate.
2. One (1) PDF copy of the 90%plans and specifications and 90% cost estimate.
3. 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.
4. Electronic copies of all meeting agendas and minutes.
Task 3 - Deliverables
1. PDF copy of each fully executed permit application package.
2. PDF copy of each RAI response.
3. PDF copy of each permit received.
WORK AUTHORIZATION NO. HCE-U22.02 5 of 8
Page 488 of 524
Agenda Item #17.
Task 4 Deliverables:
1. One PDF copy of Addenda as necessary.
2. One PDF copy of Bid Tabulation form.
3. One hard copy and one PDF copy of written recommendation for award of the contract.
4. One PDF copy of Copy of Notice of Award and Notice to Proceed.
5. Two hard copies of the executed Contract Documents
Task 5 Deliverables:
1. One PDF copy of all Contractor Submittals.
2. One PDF copy and two hard copies of Contractor Pay Requests with recommendation
for payment.
3. One PDF copy of all meeting minutes.
4. One PDF copy and one hard copy of Well Completion Report.
5. One PDF copy of the Substantial Completion Punchlist.
6. One 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. Site Investigation and Surveying
Services
2. Design Services
60% Design Submittal
90% Design Submittal
100% Design Submittal
3. Permitting
4. Well No. 10 Bidding
5. Services During Construction
Table I
Schedule
Time to Complete
(Calendar Days)
35 days from NTP
40 days from receipt of survey
30 days from receipt of comments on
60% submittal
30 days from receipt of comments on
90% submittal
Applications submitted with 90%
plans
45 days
Throughout Construction Contract
Duration (approx. 12 months)
Cumulative Time
to Complete
(Calendar Days)
3 5 days
75
112
149
172
194
559
WORK AUTHORIZATION NO. HCE-U22.02 6 of 8
Page 489 of 524
Agenda Item #17.
* 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.
V. COMPENSATION AND PAYMENT
The CONSULTANT will perform the tasks as outlined in the scope of services for Lump Sum Fee
of $108,925 in accordance with our approved billing rates with an estimate of costs by task provided
in Table 2. 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
$4,915.00
2.
Design Services
$3904.00
3.
Permitting
K354.00
4.
Bidding / Procurement Services
$4,875.00
5.
Services During Construction
$541897.00
TOTAL
$1089925.00
VI. ASSUMPTIONS
1. All permit fees will be paid by the VILLAGE.
2. The design plans for the VILLAGE'S Well No. 19 Replacement project will be provided
to CONSULTANT in AutoCAD format and the project technical specifications will be
provided in PDF or Word format.
WORK AUTHORIZATION NO. HCE-U22.02 7 of 8
Page 490 of 524
Agenda Item #17.
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 Holtz Consulting ("CONSULTANT").
Compensation shall not exceed the hourly rates currently in effect under this Agreement.
HOLTZ CONSULTING, INC.
By:
Print Name: Stephen Fowler, P.E.
Title: Vice President
VILLAGE OF TEQUESTA
0
Date:
WORK AUTHORIZATION NO. HCE-U22.02
8 of 8
Page 491 of 524
Agenda Item #17.
����IIII��I�IIIII��IIIIIIIIII��IIIII
I
�I��I��II���I�III��IIIIII�IIIIIII�III�
I
IIIIII■�I�IIIIIII■■IIIII�IIIIIII�IIIII
ee����■■e■��v000e■�ae�mm■��000me■m���e
Page 492 of 524
Agenda Item #17.
DENNIS J. LEAVY & ASSOCIATES, INC
Land Surveyors a Mappers
May 24, 2022
via Email: stephen.fowler(z_,holtzconsultiniz.com
Holtz Consulting Engineers, Inc.
Mr. Stephen Fowler, P.E., CG C
270 South Central Blvd., Suite 207
Jupiter, FL 33458
RE. PROFESSIONAL LAND S UR VEYING SERVICES -- P LLA GE OF TEQ UESTA WELL No.
18 REPLACEMENT PROJECT, PILLAGE OF TEQUESTA, MARTIN COUNTY, FLORIDA,
(DJLA #2 -05 7-001)
Mr. Fowler:
In response to your request for professional land surveying services, we are pleased to offer the following
tasks and their respective fees. This proposal is based upon our review of the received in this office on May
23, 2022 and our interpretation of the necessary land surveying services required for this project.
I. TOPOGRAPHIC SURVEY:
A. obtain horizontal and vertical control utilizing Florida state plane 83190 adjustment
Horizontal Datum and NAVD 88 Vertical Datum.
B. Prepare a Topographic Survey as defined in Rule 5J-17.050 (10)(k) of the Minimum
Technical Standards adopted by the Board of Professional Surveyors and Mappers. In
particular, the survey will depict the following information:
1. Topography at major ground elevation changes to depict existing ground profile at
proposed project area. All Topographical Surveys shall have stationing established
from south to north and west to east. This shall be accomplished by creating a
baseline in the field to collect pertinent data which shall include the following:
a. Location of visible fixed improvements within the proposed project limits
(approximately 100' x 100' site centered on the existing well site,
excluding the vegetated areas), including physical obj ects, roadway
pavement, driveways, sidewalks, walls, curb, drainage swales, trees, signs,
fences, power poles, buildings, trees and limits of vegetation.
b. Locations of above ground existing utilities: FP&L, BellSouth, Cable TV,
Natural Gas, Potable water (valves, fire hydrants, and meters), Force
Mains (valves), Sanitary Sewer, Reclaimed Water Mains (valves), Storm
Sewers, including invert elevations, pipe size, type and direction for storm
and sanitary infrastructure.
450 Business Park ay., Suite B, Royal Pala Beach, Florida 33411; Rhone 551 753-0650
SURVFY@DJLAS URVE Y. net
Page 493 of 524
Agenda Item #17.
May 24, 2022
Village of Tequesta Well No. 18 Replacement Project Topographic Survey (DJLA #22-057-001)
Page 2
C. Elevations shall be indicated at 20 foot stations, at a minimum, to indicate
existing grades. Intermediate grades shall be indicated at all significant
grade breaks.
d. Provide and reference benchmarks. Elevations to be referenced to an
existing established City or County Benchmark.
2. Provide three (3) blacldine sets of the drawings signed and sealed by a registered
land surveyor at 15? = 20' scale and a computer disk with surrey and drawing
information compatible with AutoCAD Civil 3DVersion 2020.
FEE FOR THE ABOVE SERVICES: 3J00.00
NOTE: PROVIDING SUB -SURFACE UTILITY MARKINGS ARE NOT A PART OF THIS
SCOPE OF SERVICES.
It is the contractors/owners responsibility to review the scope of
services proposed within this Proposal to insure that the services
required to successfully complete this ro'ect will be provided.
[By executing this Proposal, I represent that I am a duly authorized representative of the Company
named above and have full power and authority to approve this Proposal] .
The following statement is required by the State of Florida Statutes. -
PURSUANT TO SECTION 558.0035 OF THE FLORIDA STATUTES,
AS AMENDED, AN INDIVIDUAL EMPLOYEE OR AGENT OF
DENNIS J. LEAVY & ASSOCIATES, INC. MAY NOT BE HELD
INDIVIDUALLY LIABLE FOR NEGLIGENCE.
The above fees are subject to the following conditions:
1. This Proposal is valid for ninety (90) calendar days from the date which first appears on this
Proposal. After ninety (90) business days, Dennis J. Leavy &Associates, Inc. reserves the right to
review and modify the fee(s) and/or time schedule(s) stated in this Proposal
2. Any services not included in this Proposal will be considered Additional Services. Additional
Services will be provided at the hourly rates in effect at the time the services are requested, plus
reimbursable expenses or for an agreed upon lump sum fee.
Page 494 of 524
Agenda Item #17.
May 24, 2022
Village of Tequesta Well No. 18 Replacement Project Topographic Survey (DJLA #22-057-001)
Page 3
These fees do not include the cost of any governmental agency submittal fee or hard costs for printing,
reproductions, or fees for full-time construction supervision. Representation before public bodies, review
agencies, etc. will be done at applicable hourly rates. This includes, but is not limited to, any administrative
processing that may be required for submittal to the various municipal and county agencies. Payment is due
upon receipt of the invoice and will be considered delinquent if payment is not received within thirty (30)
business days of the date of said invoice. A late payment finance charge will be assessed at the rate of 1.5%
per month if payment is not received within thirty (30) business days of the invoice date.
The obligation to provide services under this Proposal may be terminated by either party upon receipt of
written notice within seven (7) business days in the event of a substantial failure by the other party to
perform in accordance with the terms thereof through no fault of the terminating party. In the event of
termination, Dennis J. Leavy & Associates, Incorporated shall be paid for all services rendered to the date
of termination including all reimbursable expenses and termination expenses. Liability of this contact is
limited to not exceed the fees stated herein. revisions and/or additional services required outside of this
Proposal will be invoiced as an addendum to this Proposal. Fees for revisions and/or additional services
will be invoiced based on our current hourly/unit rates.
This Proposal, consisting of four (4) pages, represents the entire understanding between Dennis J. Leavy
& Associates, Incorporated and -Holtz Consulting Engineers, Inc., with respect to the project and may
only be modified in writing, signed by all parties.
Thank you in giving us the opportunity to bid this project. We hope to hear from you shortly. If the terms
and conditions contained herein are acceptable, please sign and return a copy of this Proposal to our office.
Should you have any questions regarding the above, please do not hesitate to contact me.
Sincerely,
DENNIS J. LEAVY & ASSOCIATES, INC.
T4,t"?,41 40.
David A. Bower, P.S.M.
Vice President
Page 495 of 524
Agenda Item #17.
May 24, 2022
Village of Tequesta Well No. 18 Replacement Project Topographic Survey (DJLA #22-057-001)
Page 4
ACCEPTANCE OF PROPOSAL: The fees, terms and conditions, and specifications contained herein are
satisfactory and are hereby accepted. Dennis J. Leavy & Associates, Incorporated is authorized to perform
the work as specified.
RE: PROFESSIONAL LAND SUR VE YINC SERVICES — VILLAGE OF TEQUESTA WELL No.
18 REPLACEMENT PROJECT, VILLAGE OF TE Q UESTA, MARTIN CO UNTI; I'L ORIDA,
(DJLA #22--057 00l)
PROPOSAL ACCEPTED BY:
Name and Title
Firm Name
Date of Acceptance
[By executing this Proposal, I represent that I am a duly authorized representative of the Company
named above and have full power and authority to approve this Proposal] .
The following statement is required by the State of Florida Statutes.
PURSUANT TO SECTION 558-0035 OF THE FLORIDA STATUTES,
AS AMENDED, AN INDIVIDUAL EMPLOYEE OR AGENT OF
DENNIS J. LEAVY & ASSOCIATES, INC. MAY NOT BE HELD
INDNIDUALLY LIABLE FOR NEGLIGENCE.
Page 496 of 524
Agenda Item #17.
CC1
Connect
Consulking, Inc.
Water Resource Consultants
May 26, 2022
Stephen Fowler, P.E.
Holtz Consulting Engineers, Inc.
270 South Central Blvd, Suite 207
Jupiter, FL 33458
Re: Proposal for Hydrogeological Consulting Services
Replacement of Well 18
Village of Tequesta, Florida
Dear Stephen:
South Florida Office
1907 Commerce Lane
Suite 104
Jupiter, FL 33458
Tel: 561-758-2475
E-Mail: jandersen@cciwater.com
Connect Consulting, Inc. (CCI) is pleased to have the opportunity to provide our services for the
design and construction of one, new, replacement, surficial aquifer production well for the
Village of Tequesta (Village). It is our understanding that the Village would like to replace Well
18 with a new production well, which will be referred to as Well 18R. CCI services will be
performed under subcontract to Holtz Consulting Engineers, Inc. (Holtz).
Based on a review of the existing well data, CCI anticipates constructing Well 18R as a screened
well. Our proposed scope of work and associated costs are included below for your
consideration.
Task 1— Well Design Specifications and Bid Support
CCI will develop a conceptual design and set of technical specifications for the new production
well (18R) based on the construction details of existing Well 18 and specifications CCI developed
for replacement, surficial aquifer production Well 19. These specifications will be used to
procure quotations from State of Florida certified water well contractors. We anticipate the well
will be 10 or 12 inches in diameter and located within approximately 25 feet of existing Well 18.
Included is attendance at up to three project meetings.
Task 2 — Water Use Permitting
CCI will prepare an application for a water use permit letter modification to the South Florida
Water Management District (SFWMD) for the replacement of Well 18. It is our understanding
that the new well will be located within approximately 25 feet of the existing well. We anticipate
that a letter modification will be sufficient to permit the new, replacement well with the
SFWMD. A SFWMD response to the application requiring modeling will necessitate an increase
in the fee for this task.
Central Florida Office - 1210 Emmel Rd - Lake Helen, Florida 32744 - 386-473-7766
North Florida Office - 19505 N. W. 184t" Terrace - High Springs, Florida 32643 - 561-479-8031
South Florida Office - 1907 Commerce Ln, Ste 104 - Jupiter, Florida 33458 - 561-758-2475
Page 497 of 524
Agenda Item #17.
Task 3 - Hydrogeologic Services during Well Construction and Abandonment
A CCI hydrogeologist will be present on site during critical phases of production well
construction including drilling, screen and casing installation, well development, pump testing,
and water quality testing. CCI will provide recommendations for the selection of screen and
gravel and constructed depths of the borehole and casing. CCI will spot check during well
development and monitor progress based on daily well contractor testing. CCI will oversee step
drawdown and constant rate testing. This task will include 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. In addition, CCI will
oversee the abandonment of existing Well 18.
Task 4 - Well Completion Report
CCI will prepare a well completion report for electronic mail 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.
Cost of Services
CCI will provide these services on a lump sum basis, invoicing monthly on a percent (%)
complete basis for a fee of $37,625.00.
Table 1— Cost of Services
Task No. Description Fee
1 Well Design Specifications and Bid Support $9,090.00 -----
---------------------------------------------------------
2 Water- - --- Use- --- Permitting------$1---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------,------680
- -.-00------------
3 Hydrogeologic Services during Well Construction and $21,240.00
Abandonment
------------------------------------------------------------ ------ ------------- ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------.
4 Well Completion Report $5,615.00
Total $37,625.00
If this proposal is acceptable, please sign and return the included authorization page. If you have
any questions, please do not hesitate to contact me at (561) 746-0228.
Sincerely,
CONN CONSULTING, INC.
James L. Andersen, P.G.
Principal Hydrogeologist
2
Central Florida Office - 1210 Emmel Rd - Lake Helen, Florida 32744 - 386-473-7766
North Florida Office - 19505 N. W. 184t" Terrace - High Springs, Florida 32643 - 561-479-8031
South Florida Office - 1907 Commerce Ln, Ste 104 - Jupiter, Florida 33458 - 561-758-2475
Page 498 of 524
Agenda Item #17.
AUTHORIZATION:
Holtz Consulting Engineers, Inc.
Authorized Agent (Print Name)
Signature
WITNESS:
Printed Name
Signature
Date
Date
Central Florida Office - 1210 Emmel Rd - Lake Helen, Florida 32744 - 386-473-7766
North Florida Office - 19505 N. W. 184t" Terrace - High Springs, Florida 32643 - 561-479-8031
South Florida Office - 1907 Commerce Ln, Ste 104 - Jupiter, Florida 33458 - 561-758-2475
Page 499 of 524
Agenda Item #17.
J
O
o
0
O
O
O
O
LO
CD
0
O
c�
toN
(0CNG
�i
N
6
Y
U
N
60)-
4-
co
D
U)
�
O
U
U)
o
0
to
ari-
Co
O
O
o
O
o
00)) E
Co 00
O
O
O
O
o
L
O
J
�
O
O
O
O
O
O
H
O
O
O
O
O
o
0
o
,
>,
O
2
_
Q
CD,
O
C
co
C
.0
U
U
N
~
3
N
(7
O
O
O
O
O
O
rl-
Ef}
CD
CD
C)0
O
O
o
,
cn
Co
U
0
O
70
70
2—
CD
O
o
=
O
L
O
O
O
r
O
O
O
N
O
V
O
70
2 _
L
O
U)
=
_p
>
O
U)
p
�
=
•L
LL
O
QO
N
CDN
O
00
N
titi
00
N
O
00
C:)
CD
T
N
00
T
C)
pr
O
O
O
O
O
LO
co
,
-
N
N
N
LO
O
O
COCN
cMO
CO
CO
r
N
O
O
O
00
r
O
O
O
00
Cfl
`-C
N
�C
=
N
4C
en
O
Co C
O N U
Q
� (n
w
w
�
p
O
U
t
O
�_
O
o
_
O70
LN
vi E
O
o
co
E
�O
Eo�
Q
-0
E U_0
C Vi
C
co O
C
O
cn
_0.L
C
O
L C cn
O a)>+
O a
m
C
U
C
O
O Q
-0 co
i
O_) O
(n co
c0
Q-
0
0)L
cn
(o
O
L C p
C a)
V
L
Q
•p
Q
_Q.
4
W M
�
O
N
pCl)
LC
'jCL
d
+
O
co
pQ
Q o ±'
•�
2L
O
_�r
Vpd
p=Q.
>>0
UCL
U)
i
U Co O
cu
co
HO
0'7-
70 O
•
70
O
U
O T
U—U)�y
Q
+ate++
_L
OU
O U p
C
O
p
n
2
U)N
N E
Co N O O
-0
0
> o>
U" N
C) CD- 70
a
U
LL
U)
-00)
>% r
2
C
> p
O U
m
0 C Wcli
L p p co
U L -0
�
co
J
c6
J
c6
J
V
C)
V
C)
O
d
U U
d
Y Q
T
r
r
N
N
M
H Z
Page 500 of 524
Agenda Item #17.
Dig Safe First LLC,
Dig Safe First. is a private and public utility consulting company that specializes in locating
underground utilities and sub surface structures. Due to the nature of underground utility
locating, Dig Safe First and other utility locating firms have always disclaimed liability for any
damages arising out of or relating to their services.
• Customer is always responsible to call 811 for locates of public utilities.
• Customer is advised and aware that limitations exist in locating non-metallic materials and
utilities without traceable wire attached (materials such as but not limited to: Plastic/poly,
Fiberglass, Fiberoptic).
• Estimate DOES NOT include the use of any push/pull, or Robotic camera systems
• Estimate is based upon all discoveries to be marked using water -based paint, if this is an
issue, it must be brought to the attention of Dig Safe First during scheduling to make other
suitable marking arrangements.
• Estimate based on having access to any, but not limited to: electrical, communication,
mechanical, pump rooms. Also to include but not limited to: any utility plants, chiller towers, lift
stations, oxygen/gas farms, or locked fences.
• Any site-specific/onsite training, security/safety procedures, or additional time required
onsite beyond estimate, shall be a billable charge up to and exceeding this estimate.
• Any and All Blueprints, As Builds, or any other recorded drawings must be provided to Dig
Safe First before work is to begin.
• Any and All Survey work is to be done by others.
• Dig Safe First is NOT responsible for maintaining marks after completion.
• In the event of rain or poor weather or site conditions, if the client request the crew to show
up, the client will be responsible for the minimum charge, whether or not work is performed.
• Due to variances in equipment, soil, and site conditions, any depths if provided are to be
considered estimated depths. NO guarantee shall made on any depths provided, whether
electronically or GPR ( Ground Penetrating Radar) obtained.
• A 50% down payment will be obtained upon agreement of terms, with remainder paid within
30 days of completion of Dig Safe First services.
Signature:
Company:
Date: Job Location:
Print Name:
Position:
Page 501 of 524
Agenda Item #17.
--------------------------------- Estimate---------------------------------
3819 Victoria Dr
West Palm Beach, FL 33406 US
Estimate #: 378
Date: 05/25/2022
Exp. Date:
$800.00
----------------------------------------------------------------------------
Address:
Stephen Fowler
Holtz Consulting
270 South Central Blvd Suite 207
Jupiter, Florida 33458
United States
Date Activity Description Qty Rate Amount
05/25/2022 Utility LoTequesta Park 4 200.00 800.00
2280 County
Line Rd
Jupiter, FL
33469
--------------------------------------
Total: $800.00
Scope of work: Scan for all utilities in area highlighted in red on print
provided by client.
Please review and sign attached proposal before the beginning of project.
Page 502 of 524
Agenda Item #17.
C & W engineering Inc.
Consulting Engineers — Electrical • HVAC • Plumbing
6903 Vista Parkway North, #10
West Palm Beach, FL 33411
(561) 642-5333
May 12, 2022
Stephen Flower, PE
Holtz Consulting Engineers, Inc.
270 South Central Blvd, Suite 207
Jupiter, FL 33407
Subject: City of Tequesta Well 18 Replacement
Electrical Design Proposal
C&W Ref. 225809 P
Dear John:
I am pleased to submit this revised proposal for the City of Tequesta well 18
relocation project outlined above.
Project Understanding:
1. Include design, permitting, bidding documents, and limited construction services
and support for the replacement of existing well 18 to a new well site; proposed
site is approximately less than one hundred feet away from existing location. We
anticipate to use nearby FPL 3 phase power. We will include FPL coordination
for the proposed new service to the well site.
2. We will provide design of the new well control panel, and controls based on
either soft starter or VFD equipment. We will provide electrical and control
signals from field instruments related to the well for flow, pressure and level.
3. Include new RTU telemetry radio based on the City's telemetry requirements.
4. Rehabilitation electrical scope includes demo of existing site after new site is
successfully built and tested.
5. The existing well sites and the proposed site are located within the grounds of
the Tequesta County park.
6. Provide assistance during permitting and bidding phase.
7. Design phase is based on 90% and 100% bid documents to include
specifications and opinion of construction costs.
Page 503 of 524
Agenda Item #17.
C&W Ref:225809P
8. Coordination/review meetings with Owner at percent completion levels are not
included.
9. Construction phase services are not included at this time.
DESIGN SERVICES
Coordination
Holtz Engineers, Inc.
Owner
Vendors
Field Investigation
Engineering
Anticipated Drawings
1. Overall Electrical Site Plan, showing existing and proposed new well site, nearby
utilities.
2. Enlarged Electrical well 18 equipment plan.
3. Well 18 grounding plan.
4. Power Oneline diagram or power riser showing proposed well 18 electrical
equipment and miscellaneous electrical equipment/details.
5. Design electrical circuits to meet voltage drop requirements.
6. Control panel Schematics with soft starter or VFD component
7. RTU Schematics showing control panel and field instrument signal I/O
components (per city of Tequesta standards)
8. Riser diagrams
9. RTU Telemetry Network Diagram
10. Typical Electrical Details & I&C Details
Typical Electrical and I&C Specifications
Provide documents for Review and Approval at the 90%, and 100% completion
level.
We will not attend review meetings and implement Owner comments into next
submittal.
Prepare Opinion of Costs at the 90%, and 100% completion level.
Permitting Assistance, Response to Contractor Questions during bidding.
Page 504 of 524
Agenda Item #17.
C&W Ref:225809P
Engineering services during construction will cover the following tasks
a. Review of shop drawings
b. Respond up to two (2) contractor RFIs
C. Attend one meeting; provide some assistance with FPL coordination.
d. Provide two field observations visits, one during substantial completion
one during final startup and testing walkthrough and punch list.
WELL 18 ELECTRICAL DESIGN FEE:
BIDDING & PERMITTING:
CONSTRUCTION SERVICES:
TOTAL FEE:
$ 105000.00 lump sum
$ 1,000.00 lump sum
$ 4,000.00 lump sum
$ 15,000.00 lump sum
trust the above scope is in agreement with your needs and expectations.
If you have questions or comments regarding the above, please feel free to call.
Very truly yours,
C & W Engineering Inc.
Michael Guida, P.E.
CC: J LR/nl
Page 505 of 524