Loading...
HomeMy WebLinkAboutCA SA No 11 with Jacobs for Swimming Pen Creek EXECUTIVE SUMMARY AGENDA ITEM: Supplemental Agreement No. 11 with Jacobs Engineering Group, Inc. for Civil and Environmental Engineering Professional Services Agreement 2018-2019 RFQ No. 3 to provide Professional Services for the Design and Construction of the Swimming Pen Creek Water Main Interconnect. Date: June 3,2022 BACKGROUND: Clay County Utility Authority (CCUA) staff requests approval from the Board of Supervisors to execute Supplemental Agreement No. 11 under the above-referenced contract for engineering design and construction services. CCUA serves the Fleming Island area from two(2)water treatment facilities,Pace Island and Fleming Oaks. A 2020 Risk and Resiliency Assessment of CCUA's potable water system by Reiss Engineering identified vulnerabilities of the Fleming Island water service area including flooding and other extreme weather events. -`a The report identified the interconnection of the Fleming Island system with CCUA's mainland plants by c interconnecting the systems across Swimming Pen Creek as a valuable countermeasure to mitigate the a possibility of disruptions to the homes and businesses within the service area. ca E Supplemental Agreement No. 7 previously authorized Jacobs Engineering to investigate and report on the 3 feasibility of various options to construct the approximately 3,200 feet of new 10"water main along CR 220 ce at Swimming Pen Creek including approximately 1,000 feet of pipe across Swimming Pen Creek. Jacobs finalized the report and a design alternative has been selected as the most effective, efficient, and viable option for the placement and method of installation. Staff requested the attached scope and fee proposal from Jacobs Engineering to prepare detailed design plans and bid specifications for the water main extension project.The proposal also includes geotechnical,surveying,environmental,permitting,project management, and inspection services for the water main project. Jacobs Engineering will provide the services described herein and detailed in the Proposal for a fee of$685,754.00. BUDGET: Projected expenditures for the design and construction of the Swimming Pen Water Main Interconnect project are within the CIP budget. The current Capital Improvement Plan(CIP) includes sufficient funding to cover this agreement. CCNA: CCNA, F.S. s. 287.055, does apply to the use of a consultant under continuing contract. The estimated construction cost for the project does not exceed$4 million. Staff negotiated this Supplemental Agreement in compliance with F.S. s. 287.055. Staff and the consultant negotiated the scope and fee, based on established contract rates, for the professional services at compensation that CCUA determines is fair, competitive, and reasonable. RECOMMENDATION: Staff negotiated the attached Scope and Fee Proposal for $685,754.00 and respectfully recommends the Board of Supervisors approve the attached Supplemental Agreement No. 11 with Jacobs Engineering Group, Inc. for engineering services for the Design and Construction of the Swimming Pen Creek Water Main Interconnect. ATTACHMENTS: Supplemental Agreement No. 11 Scope&Fee Proposal Supplemental Agreement No. 11 to the Civil and Environmental Engineering Professional Services RFQ 18/19 No. 3 with Jacobs Engineering Group, Inc. for the Swimming Pen Creek Water Main Interconnect Feasibility Study CCUA Project No. 2021-097 Engineer: Michael Dykes, P.E. Owner: Clay County Jacobs Engineering Group, Inc. Utility Authority 245 Riverside Ave., Suite 300 Jacksonville, Florida 32202 Date: June 7, 2022 Item: Description of Services: Provide professional engineering services as requested and identified in the attached scope of services and fee proposal. Lump Sum Tasks Task 1 Project Management and Meetings $43,021.00 - Task 2 Conceptual Design(30% and 60%) $139,526.00 Task 3 Permitting Assistance $10,373.00 _Task 4 Project Design Development Stage (90%Design) $63,478.00 Task 5 Final Design $36,038.00 0 Time and Materials Tasks Task 2.2 Geotechnical Services $17,970.00 Task 2.3 Surveying Services $48,168.00 Task 2.4 Environmental Services $9,000.00 Task 6 Bidding Services $13,676.00 Task 7 Services During Construction $304,504.00 Total Price Not to Exceed Without Prior Authorization $685,754.00 The Contract time shall commence on June 13, 2022. This document, along with the Scope and Fee Proposal, shall become an amendment to the Civil and Environmental Engineering Professional Services RFQ 18/19 No. 3 Agreement and all provisions of the Agreement will apply hereto. Accepted by: Date: Consultant: Michael Dykes P.E. Jacobs Engineering Group, Inc. Accepted by: Date: Owner: Jeremy D. Johnston, P.E., MBA, Executive Director Clay County Utility Authority 01,1 COUVT/ 7 GT���T►AU1N�a`\C' Jacobs. Supplemental Agreement No. 11 — Swimming Pen Creek Water Main Interconnect — Design, Bidding, and Construction The Supplemental Agreement No. 11 scope of work presented herein will be performed in accordance with the terms and conditions set forth in the Civil and Environmental Engineering Services RFQ 18/19 No. 3 Agreement executed on May 28, 2019. This scope gives no rights or benefits to anyone other than Clay County Utility Authority(CCUA) and Jacobs Engineering Group Inc. (Jacobs) and has no third-party beneficiaries. Purpose and Scope of Work The project includes approximately 3,200 linear feet (LF) of new 10-inch water main. The purpose of this project is to interconnect CCUA's Fleming Island water system to the Orange Park grid based on CCUA's recent Risk and Resiliency analysis.This project design shall comply with all applicable CCUA- Approved Materials Manual and Specifications. A preliminary route map depicting the proposed water main alignment is presented in Attachment A. The 10-inch water main alignment starts at the intersection of Habersham Harbour Road and County Road 220 (CR220),tying to an existing 8-inch water main on the north side of the road.The proposed alignment continues west along CR220, crossing Swimming Pen Creek, and connects to an existing 10- inch water main just east of Silver Point Road also on the north side of the road.The water main will be to attached to the Swimming Pen Creek bridge as recommended in the Feasibility Study. Design shall include separation (from other utilities, structures, and hardwood trees) in accordance with FAC Chapters 62-555, 62-604, and 62-610. Design shall include Temporary Traffic Control plans for submittal to Clay County, as needed. Design shall include restoration in accordance with CCUA and Clay County specifications and standards. Task 1 — Project Management and Project Meetings Task 1.1 Project Management Overall,this task will include all general Project Management activities, as well as invoicing, preparation of progress reports, and project closeout.The objective of the site visit is to review available "as-built" drawings to identify and review the potential conflicts, document CCUA's goals for this design, evaluate the underside condition of the north side bridge deck overhang, and expedite the design and permitting processes.The following items are associated with this task: project procedures manual (Work Plan), budget, a detailed project delivery schedule, quality assurance, and quality control.Jacobs will submit the project delivery schedule electronically. Jacobs shall prepare a Work Plan which covers the project description, project team,guidelines for communication, quality assurance and quality control, and identify the set of standards which shall be used during the project development. Task 1.2 Project Kick-Off Meeting Jacobs shall prepare and conduct a kickoff meeting with CCUA staff to identify the critical aspects of the project.Jacobs and CCUA will work together to outline the project milestones and develop a schedule for the work activities. 1 Supplemental Agreement No.11 Swimming Pen Creek Water Main Interconnect Jacobs shall provide an agenda prior to the kick-off meeting and meeting minutes summarizing the findings of the meeting to CCUA.All deliverables in this Task will be submitted electronically. Task 1.3 Project Progress Meetings Jacobs shall participate in regular progress meetings at key milestones within the design.These meetings will be used for CCUA to review the progress of Jacobs work products and exchange vital ideas and information.These meetings will be held at the thirty percent (30%) submittal review stage, sixty percent(60%) submittal review stage, and the ninety percent (90%) submittal review stage. Jacobs will provide an agenda prior to the review meetings and meeting minutes summarizing the findings of the meetings to CCUA.All deliverables in this Task will be submitted electronically. Task 2 — Conceptual Design (30% and 60% Design) The conceptual design phase will set the design basis prior to the development of construction documents. Task 2.1 30%Design Jacobs shall review all available aerial,topographic, property, bridge information, and utility maps within the water main corridor as well as conduct surface reconnaissance field trips as needed to determine a preliminary alignment that conforms to the scope.Jacobs proposes to conduct a site visit ahead of the design phase. Consideration shall be given to existing road conditions, existing bridge conditions, available right-of-way and easements for pipeline route, quantity and size of trees/power poles that may impact alignment, and other factors identified in the field that could be a hindrance or impact to to pipeline routing. Using this information as a base, a proposed water main route shall be developed by Jacobs in AutoCAD format.The proposed route will be based on the survey prepared by Jacobs' subconsultant, and shall show the following information: 1. The location of existing major underground infrastructure such as utility piping and stormwater drainage piping as shown in as-built drawings provided by CCUA and available from Clay County. Any conflicts with existing pipe(s), power, cable, or other utilities; and any other construction related issues will be highlighted for discussion. 2. The location of existing aboveground infrastructure such as buildings, pavement, concrete pads, driveways, sidewalks, signs, bus stops,traffic signals, etc. as provided by subconsultant's survey. 3. Identify areas of concern that will be evaluated using subsurface exploration during the site survey work. 4. Preliminary Temporary Traffic Control considerations. 5. Preliminary bridge attachment design Jacobs shall provide CCUA with a Conceptual Design (30%) drawings submittal, including at a minimum the following drawings: 1. Cover Sheet 2. General Notes, Abbreviations, legend 3. Key Map 4. Water Main plan sheets (no profile will be included at 30%design phase). The plan view horizontal scale shall be 1"=20'. Plan view scale for overall plan of bridge crossing may be at a different plan scale. 2 Supplemental Agreement No.11 Swimming Pen Creek Water Main Interconnect 5. Preliminary bridge attachment detail(s) Jacobs shall prepare a Class 4 project estimate based on the 30%design. Plans will be prepared on 22- inch by 34-inch sheet format using AutoCAD software Jacobs shall provide CCUA with an electronic (pdf) file of the 30%design drawings for their review and consideration. Task 2.2 Geotechnical Services(Time& Materials) Based on the proposed water main route,Jacobs' subconsultant shall provide the following preliminary geotechnical (soil) investigation: 1. Perform subsurface explorations along the water main route necessary for the characterization of the existing subsurface conditions and development of preliminary design criteria for the proposed water main. For budgeting purposes, it is assumed that geotechnical borings for the open cut portion will be required every 400 ft and to a depth of at least five (5)feet below the pipe invert. All borings shall be grouted upon completion in accordance with Clay County requirements. 2. Perform SPT borings as necessary. 3. Perform classification tests on selected samplings obtained from the borings. 4. Visually classify soil samples in general accordance with AASHTO and the Unified Soil Classification Systems and prepare Test Boring Records. 5. Summarize the results of the geotechnical investigations and provide recommendations for surface preparation and design of any proposed structures. 6. Review site specifications and revise as appropriate for site-specific requirements. to Task 2.3 Site Survey/SUE(Time& Materials) Jacobs' subconsultant shall provide the following survey services: 1. A topographic survey shall be performed and include the road right-of-way along the project route, existing and proposed easement areas, and shall include all utility locates within the project area (ASCE 38-02 Quality Level B). 2. The Surveyor shall locate existing trees and determine the size and species of existing trees. 3. The Surveyor shall locate wetland delineation provided by the environmental subconsultant. 4. The Surveyor shall locate protected or listed species identified by the environmental subconsultant. 5. The Surveyor shall prepare a final AutoCAD survey meeting the standards set by CCUA and Jacobs. Signed and sealed copies will be provided for documentation. Jacobs' survey subconsultant will provide up to 2 legal descriptions for permanent and temporary construction easements along the project route. Once the proposed routing is set,Jacobs shall provide the following survey information using the subcontractor field services: 1. A subsurface survey in accordance with ASCE 38-02 Quality Level A will be performed. Up to 25 test holes will be included (20 in pavement and 5 in grass). 2. Utilities within the bridge raised sidewalks will be identified. 3. Detailed location of the Uniti conduit and anchors under the north deck overhang. 3 Supplemental Agreement No.11 Swimming Pen Creek Water Main Interconnect 4. Subsurface exploration will be performed at the locations identified during the development of the water main route. 5. Locate geotechnical soil borings provided by the geotechnical subconsultant and include in survey. Task 2.4 Environmental Services(Time& Materials). Jacobs' subconsultant shall provide the following environmental services: 1. Determine the presence of jurisdictional wetlands and provide a wetland delineation for all wetlands and water bodies within and along the project route and propose alignment changes where possible and/or mitigation measures and costs. 2. Determine the presence of endangered, protected, or listed species along the project route (including but not limited to gopher tortoise). Flag and identify any endangered, protected, or listed species encountered along the route and identify prevention or mitigation measures and costs. Task 2.5 60%Design Jacobs shall provide engineering services to develop 60%design drawings for the water main that includes the following: 1. Prepare a final water main route based on comments and information received under Tasks 2.1 through 2.4 showing water main location, potential utility conflicts, roadways, and connections. The plan and profile sheets will be developed at a plan view scale of 1" = 20' and a profile scale to of 1" = 2', except where a different scale may be needed for the bridge crossing. 2. Confirmation of the location of air release valves and isolation valves. 3. Prepare bridge attachment details 4. Prepare preliminary traffic control plans to include general and phasing notes, typical sections, and plan sheets. Jacobs and subconsultants shall coordinate with other utility entities and government agencies (i.e., Clay Electric Coop, AT&T,Verizon,TECO, Clay County, Uniti Fiber),where necessary. Jacobs shall develop supplemental technical specifications for specialized work and requirements. Jacobs shall provide CCUA with one (1) electronic(pdf) file of the sixty percent (60%) design drawings and supplemental technical specifications for their review and consideration. Task 3 — Permitting Assistance Permits included in this scope of work: • FDEP Construction of an Extension to a Public Drinking Water Distribution System Permit (permitted through CCUA's Service Availability Department) • Clay County Right-of-Way Permit • U.S.Army Corps of Engineers Nationwide Permit The scope includes coordination of permit closeout documentation for applicable permits. 4 Supplemental Agreement No.11 Swimming Pen Creek Water Main Interconnect Task 3.1 Clay County Right-of-Way Permit Jacobs shall prepare and submit a right-of-way permit application to Clay County for their review for the installation of the water main in the Clay County right-of-way along the proposed route.Jacobs shall monitor the permit throughout the approval process.Jacobs shall provide responses to one (1) Request for Additional Information (RAI) and submit to CCUA for review. Jacobs shall meet with representatives of Clay County to discuss the objectives of the overall project and to clarify the permitting requirements for the project. One meeting has been estimated for budgeting purposes. Additional meetings and/or RAls will be considered outside of this scope of work and will be completed under a separate Task Authorization.This proposal does not include permit application fees. Task 3.2 FDEP Water Main Extension Permit Application (as required) CCUA's Service Availability Department is the controlling agency for permitting water main extensions 12-inch nominal diameter and smaller in accordance with FDEP's rules and regulations.Jacobs shall assist CCUA in the preparation and electronic submission of a water main extension permit, including digitally signed and sealed design documents, review of permit application, and assistance with up to one (1) response to a Request for Additional Information (RAI). Task 3.3 U.S.Army Corps of Engineers Nationwide Permit Application Jacobs and environmental subconsultant (CES) shall prepare and submit a permit application to U.S. Army Corps of Engineers (USACE) for their review for the installation of a CCUA water main across Swimming Pen Creek and associated wetlands along the proposed water main route. For budgeting purposes,the crossing of Swimming Pen Creek and associated wetlands is anticipated to be by attachment to the bridge,with no wetland impacts. to CES shall complete the following tasks (as required): • Meet with representatives of USACE to discuss the objectives of the overall project and to clarify the level of permitting needed for the permit. • Monitor the permit throughout the approval process. • Submit the permit application to USACE for review and meet with USACE as required (estimated to be one meeting)to discuss USACE's review comments. • Provide responses to one (1) Request for Additional Information (RAI) and submit to CCUA for review. Task 4— 90% Design The work during this stage will focus on the development of construction documents.This task provides for the preparation of drawings and specifications and conducting formal reviews of the contract documents at certain completion levels. The contract documents shall include detailed drawings, supplemental technical specifications, and other documentation as may be necessary for the bidding and construction of the water main. Jacobs shall provide engineering services to develop 90%design drawings for the water main that includes the following: 1. 90% plan and profile of the water main and details based on comments received under Task 2.5. 2. Bridge attachment design including signed and sealed calculations required for Clay County right-of-way permit. 5 Supplemental Agreement No.11 Swimming Pen Creek Water Main Interconnect 3. Coordination of Roadway repair and restoration. No drainage design is included in this scope of work. However, if the pipeline design requires removal/replacement of roadway/drainage items they shall be repaired in accordance with Clay County standards. 4. Erosion and Sedimentation Control Plan meeting local, state, and federal requirements. 5. Restoration plans for the project route to original or better conditions. Restoration includes but is not limited to; sodding/seeding, fences, mailboxes, driveways, sidewalks, curb and gutters, pavement, and landscaping. 6. Temporary traffic control plans (TTCP)for the project route, in accordance with FDOT and Clay County standards. 7. Drawings shall comply with the CCUA Standards and Details as applicable. Jacobs shall prepare an updated project estimate (Class 2) based on the 90%design.Jacobs shall provide CCUA one electronic(pdf) file of the 90%design drawings and supplemental technical specifications for their review and consideration. At this time Jacobs shall meet with CCUA to review the 90% Design and discuss comments.The documents submitted at the 90% level will be essentially complete pending final QA/QC review.Jacobs shall appropriately address CCUA review comments for final approval by CCUA. Upon approval, the revised documents will establish the design basis for the next milestone. Task 5— Final Design Jacobs shall prepare final construction plans showing all design notations for the installation of the proposed water main based on comments at the ninety percent (90%) design review.Jacobs shall incorporate CCUA and Permitting Agency comments as well as work with their subconsultants for a final to QA/QC of the Contract Drawings.Jacobs shall provide electronic versions of the contract documents to CCUA for bidding purposes. For the 100%design deliverable the quantity takeoff will be included in the 100%final design/construction bid submittal package. Task 6— Bidding Services (Time & Materials) Task 6.1 Response to Questions from Bidders Jacobs may be required to assist with the preparation of addenda that will be issued as needed to provide clarification of the construction documents and respond to questions from bidders. CCUA will be responsible for coordination and issuance of all addenda.Jacobs may be required to revise the 100% design documents to incorporate changes made in the addenda issued to bidders. Following the bid period,Jacobs will also provide a Recommendation to Award letter based on CCUA review of the bids received. All deliverables in this Task will be submitted electronically to CCUA. Task 6.2 Conformed Documents Following the bid period,Jacobs shall conform drawings and specifications to incorporate addenda items.Jacobs shall provide an electronic pdf of the conformed drawings and specifications digitally signed and sealed to CCUA. CCUA will distribute conformed documents to the Contractor as needed. Task 7 — Services During Construction (Time & Materials) Task 7.1 Meetings and Site Visits Up to two personnel from Jacobs will attend the preconstruction meeting which will be scheduled by CCUA.Jacobs will be responsible for preparing the meeting agenda and issuing the meeting minutes. Jacobs PM, EOR, and/or Inspector(and other technical staff, if required)will attend construction progress meetings as directed by CCUA. Progress meetings are assumed to be monthly during the 6 Supplemental Agreement No.11 Swimming Pen Creek Water Main Interconnect construction period, and up to 12 meetings are included in this task.Jacobs will be responsible for preparing the meeting agenda and issuing the meeting minutes. Progress meetings are assumed to be held at or near the project site. Jacobs PM and/or FOR (and other technical staff, if required) will also perform 8 additional site visits during the construction phase as requested by CCUA to support the project. Up to 23 meetings and site visits are included in this task as detailed below: • 1 Pre-Construction Meeting • 12 Monthly Construction Progress Meetings • 1 Substantial Completion Walk Through (including development of punchlist) • 1 Final Completion Walk Through Additional meetings will be considered outside of this scope of work and will be completed under a separate Task Authorization. Task 7.2 Submittal and Shop Drawing Review Jacobs will review Contractor submittals required in Supplemental Technical Specification Sections and the project documents.Jacobs will provide review comments and review disposition on the submittals to CCUA electronically. This proposal includes one initial review and the first review of a resubmittal for each item; additional reviews will require authorization for additional fee from CCUA. Up to fifteen (15) submittals are assumed for budgeting purposes. However,the number of submittals is subject to change based on the design and the Contractor's means and methods with respect to submittals.Jacobs will review and provide comments on submittals to the CCUA Project Manager within 14 calendar days of to receipt of complete submittal from the Contractor.Jacobs review of all shop drawings and submittals will be for general conformance with the design. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the construction contract. Task 7.3 Respond to RFIs Jacobs will review and respond to Contractor Requests for Information (RFI) related to the work. It is assumed that responses will normally be a written narrative. In some cases, a simple redline of the design drawing might be attached to facilitate communication or a revision to the drawings may be needed. RFI responses will be provided to CCUA electronically. Because it cannot be determined the number of RFIs that will be issued by the Contractor or the complexity of the issues that must be resolved, it is not possible to provide a definitive budget for these services. Instead, we have included an allowance of 60 hours for this scope item. Additional hours will be considered outside of this scope of work and will be completed under a separate Task Authorization. 7.4 Review of As-Built Documents Jacobs will review the Contractor's As-Built Documents.Jacobs will markup the documents with review comments and additional changes that we noted during the project that are not already accounted for and return these markups electronically to CCUA. The Contractor is responsible to submit the As-Built documents to CCUA in accordance with the CCUA Standards. 7.5 Construction Inspection Services Jacobs will provide inspection for the open-cut and bridge installation of the water main and roadway restoration. The Inspector will visit the site on a daily basis during the course of the work. For budgeting purposes,the following schedule has been assumed: 7 Supplemental Agreement No.11 Swimming Pen Creek Water Main Interconnect • Procurement (4 months; 16 weeks): 4 hours per week • Construction (8 months; 35 weeks): 24 hours per week • Testing and Restoration (2 months; 8 weeks): 12 hours per week The following activities are anticipated to be completed by the Inspector: 1. Review pertinent specifications, submittals, and testing requirements with the Contractor's superintendent and foremen. 2. Observe and document the Contractor's work for progress and quality. Observe and document the Contractor's work such that the work being performed is in compliance with the conformed documents, construction drawings, specifications, and special provisions. Inspector will prepare a daily report which incorporates photographs as needed to document the work. With the concurrence of the CCUA Project Manager,Jacobs will utilize the firm's standard construction inspection forms and procedures for the construction oversight of the project progress. 3. Perform inspections prior to the beginning of each work element, including the following work activities: • Site prep • Excavation • Pipe installation • Testing • Swabbing • Backfill to • Site Restoration 4. Witness all testing activities and verify testing is properly documented for contract compliance verification. 5. Verify and inspect all materials upon receipt at the job site for conformance to the CCUA standards, project specifications and drawings, and approved submittals. 6. Maintain a daily production Rollup Spreadsheet (as provided by CCUA)to support the inspector's approval of"quantities installed this period" as shown by the Contractor on the monthly Application for Payment. The Rollup Spreadsheet will be submitted to the CCUA Project Manager on a weekly and monthly basis (by the 5th of the month). 7. Review the Contractor's monthly application for payment for the "installed this period" quantities and coordinate any discrepancies with the Contractor. Submit to the CCUA Project Manager copies of the Contractor's monthly Application for Payment with the "installed this period" quantities approved by the inspector. 8. Notify CCUA Project Manager of any issues that arise from daily inspections. 9. Observe and document any readily definable production rates such that factually documented production rates may serve as a basis for the defense of lost productivity claims and change orders. 10. Notify the CCUA Project Manager and document any observed deficiencies, omissions, defects, or substitutions in the work from the CCUA-Approved Materials Manual and Specifications, project specifications and drawings, approved permits, and regulatory requirements, and the corrective action that has been directed to be performed by the Contractor. 11. Maintain Inspector's red line drawings of the completed work on a daily basis, reconciling daily production documentation with the Contractor via daily reports, and confirming the Contractor's real time maintenance of red line drawings showing installation production. 8 Supplemental Agreement No.11 Swimming Pen Creek Water Main Interconnect CCUA Responsibilities The following shall be provided by CCUA in a timely manner to support the overall project schedule: 1. Any updated as-built data and GIS files for existing CCUA utilities, and documentations of all easements and property rights along the proposed water main route/project area (since the delivery of information for the feasibility study) within 5 days of kick-off meeting. 2. Provide confirmation of the connection points for the water main. 3. Timely review and comment on all submittals to support the project schedule; a two-week review period for each deliverable has been assumed for schedule purposes. 4. CCUA will perform any necessary hydraulic evaluations for the water main including surge, fire flow, and pressure-sustaining/pressure-reducing valve. Project Design Schedule Jacobs anticipates the following project milestone time frames for the design services outlined above: Task Approximate Duration 30%Design Submittal 14 weeks after NTP 30% Review Meeting 2 weeks after 30%Design Submittal 60%Design Submittal 11 weeks after 30%Review Meeting and receipt of CCUA comments 60% Review Meeting 2 weeks after 60%Design Submittal to 90%Design Submittal 8 weeks after 60%Review Meeting and receipt of CCUA comments 90% Review Meeting 2 weeks after 90%Design Submittal 100%/Final Design Submittal 2 weeks after receipt of all permitting agency comments and permit approvals Bidding Services 6 months from 100%/Final Design Submittal Services During Construction 14 months from Construction NTP This proposal is based on a duration of 10 months for the design portion of the project.The bidding schedule is anticipated to be 6 months and the construction schedule is anticipated to be 14 months. Work extending beyond the overall project duration of 30 months from the NTP may require additional fee.The project scope and schedule are based on a typical work schedule and assume that no extraordinary efforts will be made to complete the work in an accelerated manner.Jacobs has no control of the lead time of construction materials. Construction delays beyond Jacobs' control may require additional schedule and/or fee. Meetings This proposal is based on the following number of meetings: Kickoff Meeting 1 30%Submittal Review Meeting 1 60%Submittal Review Meeting 1 90%Submittal Review Meeting 1 Clay County Permit Meeting 1 USACE Permit Meeting 1 9 Supplemental Agreement No.11 Swimming Pen Creek Water Main Interconnect Pre-Construction Meeting 1 Monthly Construction Progress Meetings 12 Additional Site Visits During Construction 8 Substantial Completion Walk Through 1 Final Completion Walk Through 1 Assumptions This scope of services includes the following Assumptions.The Assumptions are not intended to alter, change, conflict with, or modify in any way whatsoever,the terms of the Agreement dated May 28, 2019. In the event of a conflict between the Assumptions and the Agreement,the Agreement shall take precedence over these Assumptions: • The current scope of work is based on a 10-inch diameter water main. • Jacobs will reasonably rely upon the accuracy, and completeness of the information/data provided by the CCUA or other third parties.Jacobs will bring to CCUA's attention any apparent or suspected errors or inaccuracies in the information/data provided to Jacobs. • The project design will comply with applicable CCUA Approved Materials Manual and Specifications. • Bridge attachment design will comply with FDOT manuals and procedures. • Depending on the final selected pipeline alignment, additional geotechnical investigation, borings,testing, etc., may be required. In soils,foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and to investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total project cost and/or execution.These conditions and cost/execution effects are not the responsibility of Jacobs if they could not reasonably be foreseen. • This scope of work assumes that the ground and groundwater are not contaminated, and that no special measures for working with contaminated soil or water are required. Such conditions would be considered out of scope and could require a change order.Jacobs shall at no time take title, risk of loss or ownership of the hazardous materials or wastes. CCUA recognizes that Jacobs assumes no risk and/or liability for hazardous materials encountered while performing any services associated with such hazardous waste. • In providing opinions of cost, financial analyses and economic feasibility projections for the project,Jacobs' statements are made on the basis of Jacobs' professional judgment and experience. Jacobs has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions;time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule.Therefore,Jacobs makes no warranty that CCUA's actual project costs,financial aspects, economic feasibility, will not vary from Jacobs' opinions, analyses, projections, or estimates, except where such information is deemed to be within the professional experience, knowledge, and expertise of Jacobs. • There are no other known CCUA projects within the proposed pipe alignment at this time. Clay County and FDOT have current projects immediately east of our project limits to US17. • CCUA will provide the front-end documents including the Division 00 (contract agreement, instructions to bidders, bid forms, etc.) and Division 01 specifications for Jacob's review. The 10 Supplemental Agreement No.11 Swimming Pen Creek Water Main Interconnect front-end documents will be provided by CCUA 4 weeks prior to the submittal of the 90%design documents. • Travel Expenses.Travel expenses will be billed without markup and will include hotel, rental car, mileage, meals, reproduction, postage, and miscellaneous expenses. • The presence or duties of Jacobs' personnel at a construction site, whether as onsite representatives or otherwise, do not make Jacobs or Jacobs' personnel in any way responsible for those duties that belong to CCUA and/or the construction contractor or other entities, and do not relieve the construction contractor or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. • Jacobs and Jacobs' personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor(s) or other entity or any other persons at the site except Jacobs' own personnel. • The presence of Jacobs' personnel at a construction site is for the purpose of providing to CCUA a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s).Jacobs neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with to the construction documents; however, during Jacobs' site visits,Jacobs will report any visible deviations from the design drawings, specifications, and contract documents. • When Jacobs is called upon to review submittals from CCUA's Contractor,Jacobs shall review and approve or take other appropriate action upon Contractor's submittals such as shop drawings, product data and samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. Unless specific time requirements for review of submittals are set forth in the construction contract,Jacobs' action shall be taken with such reasonable promptness as to cause no delay in the work while allowing sufficient time in Jacobs' professional judgment to permit adequate review. Review of such submittals will not be conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities. • Jacobs will review the Contractor's as-built drawings to ensure the drawings comply with CCUA requirements and captures any information Jacobs has obtained through RFIs and/or site visits. The as-built drawings may not represent the exact location,type of various components, or exact manner in which the project was finally constructed.Jacobs is not responsible for errors, omission, accuracy, or completeness of the information incorporated into the Contractor's as- built drawings. 11 Supplemental Agreement No.11 Swimming Pen Creek Water Main Interconnect Payment for Services Tasks 1-5 (excluding T&M tasks below) Work to be performed under this scope of work shall be paid for under a lump sum basis with progress payments payable in proportion to the percentage of work completed. Estimated budget for the Engineering Services for Design of the Swimming Pen Creek Water Main Interconnection is$292,436, as detailed in this scoping document.Jacobs may adjust budgets between tasks, but within the total budget,to meet the project needs. Further breakdowns of these costs are provided in Table A and Attachment B. Tasks 2.2 — Geotechnical Services, 2.3 — Site Survey/SUE, 2.4— Environmental Services, Task 3.3 — USACE Permitting, 6— Bidding Services, and 7 — Services During Construction Work to be performed under this scope of work shall be paid for under time and materials based on billing rates established in Attachment C and subconsultant budgetary hour/unit breakdowns (per geotechnical, survey/SUE, and environmental scopes),with monthly payments payable directly proportional to the hours worked, units completed and/or expenses incurred.The estimated budget of services for Task 2.2 (CSI Geo),Task 2.3 (DeGrove Surveyors),Task 2.4 and Task 3.3 (Carter Environmental Services),Task 6 (in its entirety), and Task 7 (in its entirety) is$393,318, as detailed in this scoping document and Table A and Attachment B.The total amount expended on this scope of work will not exceed this fee without prior approval by CCUA. to 12 Supplemental Agreement No.11 Swimming Pen Creek Water Main Interconnect Table A Engineering Services for the Swimming Pen Creek Water Main Interconnect Cost of Services Engineering Services—Lump Sum Tasks Cost Proposal Task 1 — Project Management and Project Meetings $43,021 Task 2—Conceptual Design (30% and 60% Design) $139,526 Task 3— Permitting Assistance $10,373 Task 4— Project Design Development Stage (90% Design) $63,478 Task 5— Final Design (100% Design) $36,038 Subtotal (Lump Sum Tasks 1-through 5) $292,436 Engineering Services—Time & Materials Tasks Task 2.2—Geotechnical Services—Subconsultant(CSI Geo) $17,970 Task 2.3—Site Survey Services—Subconsultant(DeGrove Surveyors Inc.) $48,168 Task 2.4—Environmental Services—Subconsultant(Carter Environmental $9 000 Services) to Task 6—Bidding Services $13,676 Task 7—Services During Construction $304,504 Subtotal (Time & Materials Tasks) $393,318 Overall Total (Including All Items) $685,754 13 Supplemental Agreement No.11 Swimming Pen Creek Water Main Interconnect ATTACHMENT A to PROJECT AREA MAP & ROUTE 14 ilTV' •' ili. 4.11 • . s• .."------:---7:,. 41116' 11411:4: ,,,, . .4 41 '"•1* 40/k• • .10 ril • , .... :4 \% . r.--g- . „1„; .. „, , ii ,,, 1 ' ,44„ ..st*,• di's 41Nii, alr'r \ Of 4 i ,•,EN •/ lit. co '• III %kr 411110111a •1111.1 - . • o J P County Road 220 W 1. W - • to r i _ _ _ litt Al , ' b y e X 40)( rib- �X�X X�X�X"'X"'X•Xa'X'X' XXXX�X(X`X 'X•`x�XI"X X County 'X Road 2 X 12..WM _ _ .' ��jiftt _ _X_X_X_.(� < j;��^$^ ^< � j^ ^< X il ' 1. X � ` �x X•x _X � � � � �x� ��(��( X X�x� � � v v v v � .11.S. ' �X X . rr < ^ _ 00X� X 4'^X�X'X` XXX4XIXXX `X�X" X 'X�X' X 'X�X�X�X"X��� x X X�' �� >< >< >< ><7,. < ,.<.>.. X�X�X X—X�X X 411. a^ ^ A ^ ^ X X_X_X_X_X_X_X_�. "<>v< < >�< ��<�>���v< <.�i� X X ^ .. +X� ^ _^ ^ ^ r ' 16�� FM 20:RWM ilk\0. . Y ••. 1 1 j n Ilk -,, . ,,. A. ai, 4•41,14, , / f : .. 4 . 144 • - • - _ . . iCefefirAilk 416 • . , - A . . .... . _ . . . - ... ,..... _ . __ „, . .. . - _• . . . . . . . . ,, .,,, 0\ ,., ik. t . __ ,_ . .3 ANA .."P'de, .. ,L . .'.'. . . . ...,111MMA k . . 2' 0 [ �,�, -- O. m �k` ti County Road 220 - - mmmmmm _ W \ ..„, 4,, to '+r f v- - 4. X X X X ' ‘ 1 . 4, ). ,I; , 4.1. 12 k x x x x ,�X x�x�x x� �x� 2..WM u, .. .. .�; .X�X�X�X�X�X X_X X� ,• >^< �i•< >C.�^< ^ _, ' _ _ N • . X X X i �X.,---, Cj.ntA.RndAOX X X X X X� X • •% 4 ' . I tit • . (:)• 11,710,40 • 20" RWM IN., _ g Legend Georgia . Proposed 10"WM Location Water Lateral Line O Reclaimed Water System Valve e Sewer System Valve Sewer Gravity Main l Appendix A - Figure 1 -1 Parcel Boundary Water Main O Reclaimed Water Fitting IN Sewer Control Valve Active l n Overhead Electric Structure Other Reclaimed Water Main -lam Abandon 50 25 0 50 Feet Proposed Overall Water — e Sewer Fitting 00w Abandon and Grout Filled n Overhead Electric Transmission Structure Active Other et Main Route ,!. Sewer Manhole Florida J Overhead Electrical -�� Abandon � Active Sewer Force Main ' .- 0 Sewer Casing 41 Water Fire Hydrant .X Abandon and Grout Filled Abandon Other ,---- Storm Sewer Active 1 SwimmingPen Creek Water Main e Water System Valve Abandon and Grout Filled - ..�acobs O Water Fitting — Communications Fiber/Conduit -�� Abandon Interconnect Feasibility Study 'X Abandon and Grout Filled Index Map • Il •.• tim‘k •0 • III• .. i ,.'l 4 • •'►• • 4, . ► III Swimming Penn Creek .� *II a c . ,-• �� • for • • • • ill;'el:Agto* . ._ * • .- • :1111111111PiaillIlliIlliIll.IIIMIIII .*AillilliWligl"M"Ilr"jlliillPMIIII.11* - 0 County Road 220 County220 _ r W I W s W • xM $ �F� County County Road 220 Hwy 220 � , v < - .� v i• ^-X-X-X-X-XzX-X-X � X > > �X X�X�X�X�X� 20" RWM >,��,�, • 16" FM 00 — .��7 ' ' +• i _ 1 . . " N 'J.. • 1- ...,.:.. •Ni .0 ,,.. .714,-.tr 4 illipplePt il & 1 `t• , rit ir -rir - 01 . . :-. .4111( • - h.-- r: - --Jor. igi _ _ .. . , k ft — apt . .. 1 4 tt • • Ali • 4. ir . —ifl . , .. A i . A rip . •iiillAiret! . • '1/41- - . 0 ili sIli _ . ,, _-1/.1..... 1.111. W • W s County Hwy 220 Q - > II Oft a coco up W ce cn Ili o U d C r.J-- U g �M _ > >v- —X—X—X—X—X—X—x—X —X—X—X—X—X—X—X—X-tX—X—X—X—X—X—X—X—XtX—X—X— < >v<k< >>�,c >v< •►�u ty�w y%� X�X�X�X�X�X�X�X�X�X�X�X�X�X�X 20':RWM 41,1j, ' r '-• \ _ ©- - • • •)u "D Ag ��3 • cm it. Ilk Legend Georgia - Proposed 10"WM Location Water Lateral Line e Reclaimed Water System Valve e Sewer System Valve Sewer Gravity Main — \ Appendix A - Figure 2 Parcel Boundary Other • Reclaimed Water Fitting I►r Sewer Control Valve } Active • Overhead Electric Structure Active Other 9l� Abandon • Sewer Fitting 50 25 0 50 Feet Proposed Overall Water • Overhead Electric Transmission Structure -_ Abandon Active .V. wX� Abandon and Grout Filled Sewer Manhole `Florida Main Route - Overhead Electrical eX� Abandon and Grout Filled Sewer Force Main / Abandon =Sewer Casing Other Water Fire Hydrant X Abandon and Grout Filled Storm Sewer e Water System Valve Communications Fiber/Conduit Active C. Swimming Pen Creek Water Main f Abandon Jacobs Interconnect Feasibility 0 Water Fitting Study 'X Abandon and Grout Filled Index Map : on -. ., . �_ 6"WM i • =le•:i tr.... •: Va cr m .* 4 .• + 3, 0• — • _ v MANY tyr W -� ... 3 • • J • yr INNIMMIOWN.-s IZt �- - - - - - . a County Hwy 220 --, � • ` n 10"WM • y 4. D � v p - IIII 00 -A - - I ' . 'Ilk. . -IR 4 iir 'i , ..... 1 Co ... , Or: . 7_. ." . litS plftfi..W • . • County Hwy 220 ,-rr" _ , 1 RL t c • 4"WM © i� ,. • - ' JP1111PW- VI a1.. . ''1 -! .: y _- — ��_ 0 ` Legend Geo 9� - Proposed 10"WM Location — Water Lateral Line O Reclaimed Water System Valve e Sewer System Valve Sewer Gravity Main -t/ , Appendix A - Figure 3 Parcel BoundaryOther Active —�, • Reclaimed Water Fitting ►r Sewer Control Valve • Overhead Electric Structure Active Other • Sewer Fitting -J• Abandon • Overhead Electric Transmission Structure •iii Abandon Active .�. �X� Abandon and Grout Filled \ 50 25 0 50 Feet Proposed Overall Water Sewer Manhole Main Route - Overhead Electrical �)(� Abandon and Grout Filled / Abandon �• Sewer Force Main Florida, p Sewer Casing � Water Fire Hydrant X Abandon and Grout Filled Other Storm Sewer Active 0 Water System Valve Communications Fiber/Conduit Jacobs Swimming Pen Creek Water Main �� Abandon Interconnect Feasibilit Stud O Water Fitting y y •)( Abandon and Grout Filled Index Map Supplemental Agreement No.11 Swimming Pen Creek Water Main Interconnect ATTACHMENT B to PROJECT DETAILED DESIGN FEE 15 Attachment B-Project Detailed Design Fee Supplemental Agreement No.11-Swimming Pen Creek Water Main Interconnect-Design,Bidding,and Construction Billing Rates' Task 1-Project Management Task 2-30%through 60%Design Task 3-Permitting Task 4-90%Design Name Role $(USD) Hours Hours Hours Hours 2022 2023 2024 2022 2023 2024 Fee 2022 2023 2024 Fee 2022 2023 I 2024 Fee 2022 2023 2024 Fee Samantha Hanzel _ Project Manager $ 155.09 $ 154.06 $ 158.68 34 34 16 $ 13,050 22 $ 3,412 10 $ 1,541 12 $ 1,849 Larry Gunn Senior Client Manager $ 185.17 $ 184.14 $ 189.66 6 4 $ 1,848 8 $ 1,481 4 $ 737 6 $ 1,105 Christine Ellenberger Engineer of Record $ 243.05 $ 242.02 $ 249.28 12 8 $ 4,853 70 $ 17,014 16 $ 3,872 40 $ 9,681 Daniel Hill Project Engineer/Assistant PM $ 99.82 $ 98.79 $ 101.75 38 32 16 $ 8,582 110 $ 10,980 20 $ 1,976 60 $ 5,927 Scott Applegate Pipeline Designer $ 131.86 $ 130.83 $ 134.75 160 $ 21,098 12 $ 1,570 88 $ 11,513 Scott Carter MOT Engineer(EOR) $ 238.29 $ 237.26 $ 244.38 8 8 $ 3,804 38 $ 9,055 $ - 14 $ 3,322 Justin White MOT Designer $ 108.08 $ 107.05 $ 110.26 90 $ 9,727 28 $ 2,997 Randy Mock Structural Engineer(EOR) $ 266.25 $ 265.22 $ 273.18 24 16 $ 10,634 54 $ 14,378 $ - 18 $ 4,774 Pete Winkler Structural Engineer $ 188.82 $ 187.79 $ 193.42 44 $ 8,308 16 $ 3,005 Even Gundersen Structural Designer $ 131.63 $ 130.60 $ 134.52 140 $ 18,428 40 $ 5,224 Christi Gallo Cost Estimator $ 175.77 $ 174.74 $ 179.98 $ - 48 $ 8,437 $ - 140 $ 6,990 Mike Stickley Pipeline QC $ 231.42 $ 230.39 $ 237.30 $ - 32 $ 7,405 $ - 8 $ 1,843 Karen Faulkenberry MOT QC $ 184.56 $ 183.53 $ 189.04 $ - 12 $ 2,215 $ - 8 $ 1,468 Bhushan Godbole Structural QC $ 228.03 $ 227.00 $ 233.81 20 $ 4,561 6 $ 1,362 Curt Bassnet Geotechnical QC $ 289.04 $ 288.01 $ 296.65 $ - 4 $ 1,156 $ - 4 $ 1,152 Sherry Malloy Administrative Assistant $ 85.72 $ 84.69 $ 87.23 $ - 16 $ 1,372 8 $ 678 12 $ 1,016 Tony Philips CEI $ 170.29 $ 169.26 $ 174.34 $ - $ - $ - $ - CSI Geo Geotechnical Subconsultant $ 17,970 Degrove Surveyors Survey/SUE Subconsultant $ 48,168 Carter Environmental Services Environmental Subconsultant $ 3,000 $ 6,000 Labor Subtotals _ 122 102 32 $ 42,771 868 0 0 $ 139,026 0 70 0 $ 10,373 0 400 0 $ 63,228 Jacobs Expense Subtotals $ 250 $ 500 $ - $ 250 Subconsultant Expense Subtotals_ $ - $ 69,138 $ 6,000 $ - Task Subtotals $ 43,021 $ 208,664 $ 16,373 $ 63,478 Billing Rates' Task 5-100%/Final Design Task 6-Bid Services(T&M) Task 7-SDC(T&M) Project Totals $(USD) Hours Hours Hours Hours 2022 ' 2023 ' 2024 2022 2023 2024 Fee 2022 2023 2024 Fee 2022 2023 2024 Fee 2022 2023 2024 Fee Samantha Hanzel Project Manager $ 155.09 $ 154.06 $ 158.68 10 I$ 1,541 6 $ 924 20 62 $ 12,919 56 92 78 $ 35,236 Larry Gunn Senior Client Manager $ 185.17 $ 184.14 $ 189.66 6 I$ 1,305 4 $ 737 6 8 $ 2,622 14 30 8 $ 9,634 Christine Ellenberger Engineer of Record $ 243.05 $ 242.02 $ 249.28 28 $ 6,777 8 $ 1,936 26 104 $ 32,218 82 126 104 $ 76,350 Daniel Hill Project Engineer/Assistant PM $ 99.82 $ 98.79 $ 101.75 40 $ 3,952 12 $ 1,185 50 160 $ 21,220 148 214 176 $ 53,823 Scott Applegate Pipeline Designer $ 131.86 $ 130.83 $ 134.75 48 $ 6,280 12 $ 1,570 $ - 160 160 0 $ 42,030 Scott Carter MOT Engineer(EOR) $ 238.29 $ 237.26 $ 244.38 12 $ 2,847 10 $ 2,373 4 24 $ 6,814 46 48 24 $ 28,215 Justin White MOT Designer $ 108.08 $ 107.05 $ 110.26 12 $ 1,285 $ - 24 $ 2,646 90 40 24 $ 16,655 Randy Mock Structural Engineer(EOR) $ 266.25 $ 265.22 $ 273.18 14 $ 3,713 14 $ 3,713 20 62 $ 22,241 78 82 62 $ 59,452 Pete Winkler Structural Engineer $ 188.82 $ 187.79 $ 193.42 12 $ 2,253 $ - $ 44 28 0 $ 13,566 Even Gundersen Structural Designer $ 131.63 $ 130.60 $ 134.52 24 $ 3,134 6 $ 784 $ =II 140 70 0 $ 27,570 Christi Gallo Cost Estimator $ 175.77 $ 174.74 $ 179.98 $ - $ - $ - 48 40 0 $ 15,427 Mike Stickley Pipeline QC $ 231.42 $ 230.39 $ 237.30 4 $ 922 $ - $ - 32 12 0 $ 10,170 Karen Faulkenberry MOT QC $ 184.56 $ 183.53 $ 189.04 4 $ 734 $ - $ - 12 12 0 $ 4,417 Bhushan Godbole Structural QC $ 228.03 $ 227.00 $ 233.81 4 $ 908 2 $ 454 $ - 20 12 0 7,285 Curt Bassnet Geotechnical QC $ 289.04 $ 288.01 $ 296.65 $ - $ - $ - 4 4 0 $ 2,308 Sherry Malloy Administrative Assistant $ 85.72 $ 84.69 $ 87.23 4 $ 339 $ - $ - 16 24 0 $ 3,404 Tony Philips CEI $ 170.29 $ 169.26 $ 174.34 $ - $ - 100 986 $ 188,823 0 100 986 $ 188,823 CSI Geo Geotechnical Subconsultant Degrove Surveyors Survey/SUE Subconsultant _ Carter Environmental Services Environmental Subconsultant Labor Subtotals 0 222 0 $ 35,789 0 74 0 $ 13,676 0 226 1430 $ 289,504 990 1094 1462 $ 594,366 Jacobs Expense Subtotals $ 250 $ - $ 15,000 $ 16,250 Subconsultant Expense Subtotals $ - $ - $ - $ 75,138 Task Subtotals $ 36,039 $ 13,676 $ 304,504 $ 685,754 Notes: 1.Billing rates are based on a 2.9 raw rate multiplier with a 3%annual escalation starting January 1,2023. Supplemental Agreement No.11 Swimming Pen Creek Water Main Interconnect Attachment C to UPDATED ENGINEERING PROFESSIONAL SERVICES RATE SCHEDULE 16 Rates of Clay County Utility Authority 2018/2019 RFQ No. 3 -Civil and Environmental Engineering Professional Services Date: 5/26/2022 1 I Billing Rate Fringe and Requested Established Employee (optional) Classification Base Rate* Overhead** Profit*** Billing Rate Multiplier Date 1.000 1.369 0.531 2.900 2.90 Mike Dykes,PE Principal-In-Charge $ 95.41 $ 130.62 $ 50.66 $ 276.69 2.90 May 2019 _Larry Gunn,PE Lead PM/Mechanical Engineer $ 63.85 $ 87.41 $ 33.90 $ 185.17 2.90 May 2019 _Dustin Dykes,PE Project Manager/Hydrogeology $ 48.51 $ 66.41 $ 25.76 $ 140.68 2.90 May 2019 _Brandon Lawhern,PE,CGC Project Manager/Structural Engineer $ 73.11 $ 100.09 $ 38.82 $ 212.02 2.90 May 2019 Greg Brubaker,PE QC Manager $ 76.37 $ 104.55 $ 40.55 $ 221.47 2.90 May 2019 Wayne Alleyne Resident Construction Inspector $ 49.52 $ 67.79 $ 26.30 $ 143.61 2.90 May 2019 Clement Anson,PE Structural Engineer/Threshold Inspector $ 76.34 $ 104.51 $ 40.54 $ 221.39 2.90 May 2019 Tim Dodge,RA Architect $ 59.19 $ 81.03 $ 31.43 $ 171.65 2.90 May 2019 Ben Dykes Civil/Environmental Engineer $ 30.87 $ 42.26 $ 16.39 $ 89.52 2.90 May 2019 Dean Garcia,PE Project Engineer/Design Manager $ 78.46 $ 107.41 $ 41.66 $ 227.53 _ 2.90 May 2019 Tony Inniss,PE QC Manager $ 82.97 $ 113.59 $ 44.06 $ 240.61 _ 2.90 May 2019 Chris Jubran,PE Traffic Engineer $ 60.61 $ 82.98 $ 32.18 $ 175.77 2.90 May 2019 Greg Kolb,PE Pipelines $ 75.39 $ 103.21 $ 40.03 $ 218.63 2.90 May 2019 Rich Morrison,PE Civil/Environmental Engineer $ 53.91 $ 73.80 $ 28.63 $ 156.34 2.90 May 2019 David Nicholson,PE Electrical Engineer $ 61.33 $ 83.96 $ 32.57 $ 177.86 2.90 May 2019 •Leisha Pica,PE Planning $ 100.71 $ 137.87 $ 53.48 $ 292.06 2.90 May 2019 Rosanne Prager,PWS Environmental Scientist $ 59.24 $ 81.10 $ 31.46 $ 171.80 2.90 May 2019 .Trivia Shuler Grants/Public Involvement $ 50.66 $ 69.35 $ 26.90 $ 146.91 2.90 May 2019 Brian Skeens,PE Utility Modeling $ 80.85 $ 110.68 $ 42.93 $ 234.47 2.90 May 2019 _Erik Svenson,PG Professional Geologist/Hydrogeology $ 64.90 $ 88.85 $ 34.46 $ 188.21 2.90 May 2019 Matt Tennant,PhD,PE Plant Process Engineer $ 69.97 $ 95.79 $ 37.15 $ 202.91 2.90 May 2019 Abel Valiente,PE Mechanical Engineer $ 61.24 $ 83.84 $ 32.52 $ 177.60 2.90 May 2019 Gaibey Zreibi Project Engineer/Design Manager $ 69.33 $ 94.91 $ 36.81 $ 201.06 2.90 May 2019 Randall Sprague,PE,CVS Value Engineering $ 96.15 $ 131.63 $ 51.06 $ 278.84 2.90 May 2019 Samantha O'Farrell,PE Project Manager/Project Engineer $ 40.50 $ 55.44 $ 21.51 $ 117.45 2.90 Sept 2021 •Christine Ellenberger,PE Pipeline Engineer $ 83.81 $ 114.74 $ 44.50 $ 243.05 2.90 Sept 2021 Daniel Hill,PE Project Engineer $ 34.42 $ 47.12 $ 18.28 $ 99.82 2.90 Sept 2021 Scott Carter,PE Traffic/MOT Engineer $ 82.17 $ 112.49 $ 43.63 $ 238.29 2.90 Sept 2021 David Landing,PE Trenchless Engineer $ 57.71 $ 79.00 $ 30.64 $ 167.36 2.90 Sept 2021 Samantha Hanzel,PE Project Manager/Project Engineer $ 53.48 $ 73.21 $ 28.40 $ 155.09 2.90 Sept 2021 Mike Stickley,PE Pipeline Engineer $ 79.80 $ 109.25 $ 42.37 $ 231.42 _ 2.90 Sept 2021 Karen Faulkenberry,PE Traffic/MOT Engineer $ 63.64 $ 87.12 $ 33.79 $ 184.56 2.90 Sept 2021 Andrew Bursey,PE Trenchless Engineer $ 96.06 $ 131.51 $ 51.01 $ 278.57 2.90 Sept 2021 Randy Mock,PE Bridge Engineer $ 91.81 $ 125.69 $ 48.75 $ 266.25 . 2.90 Sept 2021 •Bhushan Godbole,PE Bridge Engineer $ 78.63 $ 107.64 $ 41.75 $ 228.03 2.90 Sept 2021 David Everson,PE Structural Engineer $ 63.60 $ 87.07 $ 33.77 $ 184.44 2.90 Sept 2021 _Christi Gallo Cost Estimator $ 60.61 $ 82.98 $ 32.18 $ 175.77 2.90 Sept 2021 _Rebecca Birtley GIS Specialist/Graphics $ 46.33 $ 63.43 $ 24.60 $ 134.36 2.90 Sept 2021 _Parker Dykes Field Testing Support $ 33.99 $ 46.53 $ 18.05 $ 98.57 2.90 Nov 2021 _Blake Roberts Hydrogeologist $ 37.63 $ 51.52 $ 19.98 $ 109.13 2.90 Nov 2021 _Mark Gallegos Editor $ 42.04 $ 57.55 $ 22.32 $ 121.92 2.90 Nov 2021 Sherry Malloy Project Assistant $ 29.56 $ 40.47 $ 15.70 $ 85.72 2.90 Nov 2021 Althea Gryb Contracts $ 52.63 $ 72.05 $ 27.95 $ 152.63 2.90 Feb 2022 Jaynelle Pemberton Project Manager $ 72.57 $ 99.35 $ 38.53 $ 210.45 2.90 Mar 2022 •Catie Donisi CADD/GIS Technician-Senior $ 34.19 $ 46.81 $ 18.15 $ 99.15 2.90 Mar 2022 Marcel Dulay QC/STC Hydraulic Engineer $ 87.59 $ 119.91 $ 46.51 $ 254.01 2.90 Mar 2022 •Francisco Velez Lead Hydarulic Engineer $ 57.46 $ 78.66 $ 30.51 $ 166.63 2.90 Mar 2022 Nader Abdollahi Jr.Engineer $ 30.86 $ 42.25 $ 16.39 $ 89.49 2.90 Mar 2022 Bernie Jacobsen QC/STC SCADA Engineer $ 102.79 $ 140.72 $ 54.58 $ 298.09 _ 2.90 Mar 2022 David Watson Lead SCADA Engineer $ 80.67 $ 110.44 $ 42.84 $ 233.94 _ 2.90 Mar 2022 Stuart Boles Scheduler/Project Controls-Senior $ 49.48 $ 67.74 $ 26.27 $ 143.49 2.90 Mar 2022 Scott Applegate Designer $ 47.17 $ 64.58 $ 25.05 $ 136.79 2.90 May 2022 Curt Basnett Sr.Geotech $ 99.67 $ 136.45 $ 52.92 $ 289.04 2.90 May 2022 Evan Gundersen Structural Designer $ 45.39 $ 62.14 $ 24.10 $ 131.63 2.90 May 2022 _Pete Winkler Structural Engineer $ 65.11 $ 89.14 $ 34.57 $ 188.82 2.90 May 2022 Justin White MOT Engineer $ 37.27 $ 51.02 $ 19.79 $ 108.08 2.90 May 2022 Tony Phillips CEI $ 58.72 $ 80.39 $ 31.18 $ 170.29 2.90 May 2022 *Base rate is the actual hourly wage rate,exclusive of fringe,overhead and profit. **Fringe and overhead percentage=136.9% ***Profit percentage=22.41%