Loading...
HomeMy WebLinkAboutCA SA No. 10 LS2 & FM with 4Waters EXECUTIVE SUMMARY AGENDA ITEM: Proposed Supplemental Agreement No. 10 with Four Waters Engineering, Inc (4Waters) for Lift Station No. 2 (LS 2) and Force Main Replacement Design and Construction Administration Services Date: June 16, 2022 BACKGROUND: On September 7,2021,the Board of Supervisors approved a supplemental agreement with 4Waters to develop a conceptual design for LS 2. The initial phase of the project was a basis of design report,which included survey, geotechnical work, environmental study, and structural evaluation. In addition,4Waters performed a hydraulic analysis on a portion of the CCUA sewer transmission system. That analysis identified an undersized force main along Doctors Lake Drive. This finding aligned with operational concerns with multiple lift stations on the system. To improve conditions, 4Waters recommends CCUA replace 3,900 linear feet of 8-inch force main with a 12-inch force main. Staff would now like to engage the same 4Waters team for the full design phase. 4Waters will -0 prepare a bid package that includes both LS 2 and the force main replacement. m a. as BUDGET: 0 3 Staff budgeted $2,948,000.00 between the current (Fiscal Year 21/22) and next (Fiscal Year 22/23). We will update the budgets through a formal change management process as the design ce for this project develops. Staff considers the attached scope and fee of$334,832.53 reasonable and competitive for the scope of services involved. CCNA: CCNA, F.S. s. 287.055, does apply to the use of a consultant under continuing contract. The anticipated construction cost for the project does not exceed $4 million. Staff negotiated the Supplemental Agreement in compliance with F.S. s. 287.055. Staff and the consultant negotiated the scope and fee for the professional services at a compensation that CCUA determines is fair, competitive, and reasonable. RECOMMENDATION: Staff respectfully recommends Board of Supervisor approval of the attached Supplemental Agreement No. 10 with Four Waters Engineering, Inc., for Lift Station No. 2 and Force Main Replacement Design and Construction Administration Services ATTACHMENTS: Supplemental Agreement No. 10 Scope and Fee Proposal Dated June 15, 2022 Map //TLS (Author) //AB (Review) //TLS (Final) Supplemental Agreement No. 10 to Professional Engineering Services Agreement No. 18/19 No. 3 to provide Professional Engineering Services for Lift Station No. 2 and Force Main Replacement Design and Construction Administration Services Engineer: Angela Bryan, P.E. Owner: Clay County Four Waters Engineering, Inc. Utility Authority 324 6th Avenue North Jacksonville Beach, Florida 32250 Date: June 21, 2022 Item Description of Services Provide Professional Engineering services as requested and identified in the attached scope of services and fee proposal dated June 15, 2022. Task No. 1-5 Total Design Services $256,607.53 Task No. 6 Total Construction Administration Services $78,225.00 Total not to exceed fee $334,832.53 This document, along with the scope and fee proposal dated June 15, 2022, shall become an amendment to the Professional Engineering Services Agreement No. 18/19 No. 3 and all provisions of the Agreement will apply hereto. Accepted by: Date: Engineer: Angela Bryan, P.E. President Four Waters Engineering, Inc. Accepted by: Date: Owner: Jeremy Johnston, P.E., MBA Executive Director Clay County Utility Authority FOUR WATERS ENGINEERING, INC. 324 6th Avenue North 0 Jacksonville Beach, FL 32250 (904) 414-2400 Office June 15, 2022 Sent Electronically Teri L. Shoemaker, P.E. Chief Operations Officer Clay County Utility Authority 3176 Old Jennings Road Middleburg, FL 32068 Email: TShoemaker@clavutilitv.org Re: Proposal for Professional Engineering Services LS2 Rehabilitation and LS2 8-inch Forcemain Replacement Dear Ms. Shoemaker: Four Waters Engineering, Inc. (4Waters) is pleased to provide this proposal to Clay County Utility Authority (CCUA) for design services related to the final design, permitting and construction administration of LS2 and of the replacement of the 8-inch segment of the LS2 forcemain with 12- inch pipe. 4Waters has previously completed a conceptual design of LS2 and a hydraulic analysis of to the LS2 manifolded forcemain system. A summary of our understanding of the design scope of work and existing conditions of LS2 and the 8-inch forcemain segment is provided below.This scope of work and proposal is based on an understanding that the LS2 site improvements and LS2 8-inch forcemain replacement projects will be bid and constructed together, under one contract. Project Understanding: Project site is 2724 Shenandoah Dr. S., Orange Park, FL and is the location of CCUA's existing Lift Station 2 (LS2). No other lift stations discharge directly to LS2, all influent flow is by gravity sewer.The lift station facilities are in need of upgrade to address short cycling of the pumps and flooding issues at the site, and to bring the facilities up to current CCUA standards. Due to the flooding issues at the site, the preferred method of rehabilitation is to relocate the lift station north up the site to a higher elevation. Proposed LS2 components will be designed in accordance with the updated CCUA lift station standard prepared by 4Waters with CCUA review comments and feedback incorporated and are generally anticipated to include the following as depicted in the 30%design drawings submitted April 22, 2022: - Triplex lift station with 35 Hp pumps (Flygt) • Valves will be installed aboveground, not in a valve vault; • Raised and reduced site footprint of 38'x55' due to site restrictions and grades; • Area within fencing will be concrete in lieu of filter cloth and no. 57 stone; - New 125 KW generator with 500-gallon belly fuel tank - Rerouting/extension of influent gravity sewer with 10-inch and 15-inch piping; 324 6th Avenue North I Jacksonville Beach, Florida I www.4WEng.com I 904-414-2400 June 15, 2022 Page 2 - Rerouting of discharge forcemain with 10-inch forcemain tying into the existing forcemain near the northeast side of the site; - Retaining wall for stabilization of proposed lift station area; - Changing overhead electric to underground; - Abandonment/demolition of existing lift station facility and other wet well structure on northwest corner of site. During the conceptual design of LS2 and LS3 and the associated analysis of the manifolded forcemain system which these lift stations share with five other lift stations (LS1, LS12, LS16, LS23, and LS24), operational issues were confirmed with several of the lift stations which were caused in part to an undersized 8-inch forcemain segment in the manifolded forcemain. The operational issues were specifically with LS2, LS3 and LS23 which were noted to short cycle and have difficulty operating together at the same time. It was identified during the existing conditions analysis that this is in part due to an undersized 8-inch forcemain that LS2, LS23, LS12 and LS1 all operate on at the most upstream part of the system. LS1 and LS2 represent two of the larger stations in the manifolded system and are extremely limited by the 8-inch forcemain. To alleviate some of these operational issues and allow for increase in the capacity of LS2, replacement of approximately 3,900 linear feet (LF) of existing 8-inch forcemain with 12-inch forcemain is recommended.Approximately 3,650 LF of 12-inch forcemain will be installed by open cut along Doctors Lake Drive and 250 LF of forcemain will be installed by horizontal directional drill underneath Lucy Branch.There will be two tie-in locations to the existing forcemain along Doctors Lake Drive with one location at Shenandoah Drive East and the other location at Greenridge Road. The existing 8-inch forcemain will be placed out of service after the installation of the 12-inch forcemain is to completed and operational. Scope of Services 4Waters in conjunction with our teaming partners, Charles Bassett & Associates, Inc. (CBA) (survey), DRMP (SUE), CSI Geo, Inc. (Geotechnical), LG2 Environmental Solutions, Inc. (LG2ES) (wetland/species), W.D. Lassetter, PE (Electrical Engineering), and Keister Webb (Structural Engineering) will provide the following scope of services for the final design and construction administration of LS2 and the 8-inch LS2 forcemain replacement. Task 1. Project Initiation, Data Gathering and Management Task 1.1 Project Initiation and Project Management As this is a continuation of the design for LS2, it is assumed a kickoff meeting is not necessary and 4Waters will initiate design work immediately based on the 30% conceptual analysis feedback received from CCUA May 10, 2022. 4Waters will initiate the data collection activities for the LS2 8- inch forcemain segment replacement as noted in the following sections. Data collection for the LS2 site was completed as part of the conceptual design phase. Monthly project management of the project is also included as part of this task. Task 1.2 Survey and Subsurface Utility Exploration CBA shall provide the following noted survey services and DRMP shall provide the following subsurface utility exploration (SUE)services for the LS2 8-inch forcemain segment replacement: 324 6th Avenue North I Jacksonville Beach, Florida I www.4WEng.com I 904-414-2400 June 15, 2022 Page 3 - A topographic survey(data points across easement at 50 ft intervals) in accordance with current CCUA standards shall be performed along the route-approximately 3860 feet starting 50 feet southwest of the intersection of Doctors Lake Dr. and Shenandoah Dr. E., along Doctors Lake Dr.to 100 feet northeast of the intersection of Greenridge Rd. and Doctors Lake Dr. o Survey 50 feet back at cross streets along the route: • Hickory Cove Ln • Lullwater Ln • Osprey Nest Pt • Inlet Ln • Kings Cv • Jar Cv • Lakeside Villa Rd - Survey shall include the following: o Full width ROW survey for Shenandoah Dr. E. and Doctors Lake Dr. o ROW, easement, and parcel boundary lines. o Locate existing trees and determine the size and species of existing trees. o Include existing street addresses on parcels identified during the surveying process. o Establish Vertical Datum in NAVD 88 and set and post a benchmark every 1000'. o Reference survey to NAD83, Florida State Plane Coordinate System and expressed in United States Survey Feet horizontally. A horizontal control pair set every 1000'. o Locate any visible above ground improvements, sanitary and drainage structures with to inverts and sizes if obtainable, overhead utility lines and poles, utility structures, trees, vegetation, sidewalk, roadway center line, curb and gutter, driveways, mailboxes, valves,fire hydrants, guardrails,fencing, signs, etc. o The survey will also include gathering the location and identification of underground utilities along the route (Level B designations to be provided by DRMP). o Level A test holes (up to 20) (to be conducted by DRMP) data collection after review of survey is conducted. o Locate geotechnical borings for the project(to be conducted by CSI Geo) (up to 8 - approximately every 500 feet). o Locate Wetland lines/delineation and protected vegetation (to be flagged by LG2 Environmental). o Prepare a final AutoCAD survey meeting the standards set by CCUA and 4Waters. 4Waters will review the survey and verify onsite. CBA will address any review comments. Task 1.3 Geotechnical Analysis CSI Geo, Inc. shall provide the following preliminary geotechnical (soil) investigation along the LS2 8- inch forcemain segment replacement route: 1. Perform subsurface explorations along the forcemain route necessary for the characterization of the existing subsurface conditions and development of preliminary design criteria for the proposed forcemain. For budgeting purposes, it has been assumed that geotechnical borings will be required every 500 ft. and to a depth of at least five (5) feet below the pipe invert and the anticipated trenchless installation. a. Seven (7) 10 ft. deep borings for open cut have been included. 324 6th Avenue North I Jacksonville Beach, Florida I www.4WEng.com I 904-414-2400 June 15, 2022 Page 4 b. Two (2) 40 ft. deep SPT borings have been included for the anticipated trench less installation under Lucy Branch. One boring will be completed on each side of the crossing. c. Four pavement cores have been included, one each for Shenandoah Dr. E. and Greenridge Rd, and two for Doctors Lake Dr. 2. Perform classification tests on selected samplings obtained from the borings. 3. Visually classify soil samples in general accordance with the ASHTO Classification System and prepare Test Boring Records. 4.Summarize the results of the geotechnical investigations and provide recommendations for surface preparation and design of the proposed forcemain. 5. Ductile Iron Pipe &Steel Casing Soil Corrosivity Testing shall be provided. 6. Review site specifications and revise as appropriate for site-specific requirements. Provide a signed and sealed copy of the final version of the geotechnical report. Geotechnical services in support of groundwater analysis and dewatering efforts have not been included. For the LS2 8-inch forcemain segment replacement, dewatering during construction is not anticipated given the planned open cut installation method and conceptually presumed horizontal directional drilling for trenchless installation under Lucy Branch. Florida Department of Environmental Protection (FDEP's) Contamination Locator Map does not indicate any known contamination areas within 500 feet of the project forcemain route or within 500 feet of the LS2 site. Accordingly, even though dewatering will be necessary for the LS2 rehabilitation, groundwater analysis, dewatering plan to development, and permitting have not been included in the project design scope of work. Requirements will be included in the design construction documents for the contractor to be responsible for dewatering plan development and FDEP, water management district, and any other required permitting, for dewatering activities anticipated by the contractor to be necessary. Task 1.4 Wetland and Wildlife Evaluation LG2 Environmental Solutions, Inc. (LG2ES)shall provide jurisdictional wetland delineation assessment along the proposed forcemain route and shall conduct a wildlife assessment of the project route. LG2ES will delineate the site jurisdictional wetlands pursuant to the current regulations and guidelines of the FDEP and the St.Johns River Water Management District(SJRWMD).Wetland limits will be field staked/flagged, labeled alpha-numerically, and located with a GPS. Upon completion, a flagging key map will be provided to the project surveyor. A Uniform Mitigation Assessment Methodology (UMAM) and Mitigation Plan has also been included in case wetland impacts are necessary. This will include evaluation of potential direct and indirect wetland impacts, development of a mitigation plan, and conservation easement coordination. The wetland/wildlife assessment will focus on known habitats of State and Federal listed flora and fauna species and will be summarized in a report. Task 2 - LS2 Final (90%and Bid) Design Task 2.1 - 2.2 - LS2 90%and Bid Construction Contract Documents The 4Waters team will continue with the design of the LS2 replacement project utilizing the conceptual site layout prepared and submitted to CCUA April 22, 2022 and any CCUA requested or recommended 324 6th Avenue North I Jacksonville Beach, Florida I www.4WEng.com I 904-414-2400 June 15, 2022 Page 5 modifications as received May 10, 2022. The design process will move directly to the 90% milestone with preparation of detailed design for 90%followed by Bid Construction Contract Documents. The project drawings will build from the 30% documents and will include cover page; general notes; plan view drawings of the existing conditions; demolition plan with profile as appropriate; proposed site plan including wet well layout, influent gravity sewer rerouting, discharge forcemain piping, electrical components, fencing, gate and access, paving and grading, stormwater management, bypass pumping layout and potential construction sequence; plan and profile layout of wet well; structural drawings and details (as necessary); electrical site plan, schedules, diagrams, and details; detailed maintenance of traffic (MOT) plans (as necessary); erosion and sediment control plans; and construction details. A brief technical memorandum will also be provided for the 90% milestone deliverable to summarize and explain any modifications from the previous design submittal; an Engineer's Opinion of Construction Cost Estimate (AACE Class 1); engineering specifications to supplement CCUA standard specifications; updated calculations, as appropriate; and any questions or issues requiring CCUA determination or additional information. An itemized Bid Form will also be provided with the 90%and Bid Construction submittals. 4Waters will assist with the front-end documents for the project using CCUA standard documents. It is our understanding that CCUA has four contractors under continuing contract and that construction of the LS2 replacement would be completed through that contract. to 4Waters will meet with City staff to review the 90%submittal and will revise design documents based on CCUA feedback. 4Waters will provide an electronic version (pdf) and two (2) hard copies each of the documents and the full size (24x36) and half size (11x17) plans. 4Waters shall provide MS Word, MS Excel, and PDF files for bid form, specifications, and cost estimate to CCUA. Although the LS2 rehabilitation and the LS2 8-inch forcemain segment replacement will be compiled as one set of construction documents, because the design milestones are different, the documents may not be completed on the same schedule. Accordingly, the LS2 rehabilitation and the LS2 8-inch forcemain replacement documents will be compiled into one set for bidding and construction at the final design stage for the Bid Construction documents. Task 3 - LS2 8-inch Forcemain Segment Task 3.1 Conceptual(30%) Design -Pipeline Corridor Route Review/Evaluation The conceptual design phase will lock the design basis prior to the development of detailed construction documents.4Waters will finalize the detailed forcemain installation technique during this stage, and a preliminary engineering report/basis of design report will be developed. 4Waters shall review all available aerial, topographic, property and utility maps within the forcemain corridor as well as conduct surface reconnaissance field trips as needed to determine a preliminary alignment that conforms with the scope. Consideration shall be given to existing road conditions, available right of way and easements for pipeline routes, quantity and size of trees/power poles and other structures that may affect the alignment, and other factors identified in the field that could be a hindrance or impact to pipeline routing. 324 6th Avenue North I Jacksonville Beach, Florida I www.4WEng.com I 904-414-2400 June 15, 2022 Page 6 4Waters will prepare a detailed plan view of the proposed forcemain route based on the survey, SUE, environmental,and as-built documentation and data gathered, in AutoCAD format. Plan view drawings shall be in accordance with latest CCUA standards and shall be horizontal scale of 1" - 20'. The proposed route drawings will show the following information: 1. The location of existing major underground infrastructure such as utility piping and stormwater drainage piping as shown in survey data and as-built drawings provided by CCUA or 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, signs, bus stops, traffic signals, fencing, and other structures as provided by survey and field inspections. 3. Identified areas of concern with existing utilities that will be evaluated using additional subsurface exploration. 4. Identified environmental areas of concern (wetland). 5. Proposed method of construction. 6. Proposed tie-in points to existing forcemains. 7. Anticipated easement requirements including temporary construction and permanent easements. to 8. Site access for ingress and egress during construction and for operation/maintenance. 4Waters will provide a brief basis of design technical memorandum with the plan view drawings for the thirty percent (30%) submittal, a list of any proposed specifications needed in addition to CCUA standard specifications, and a Class 3 (AACE) Engineer's Opinion of Probable Cost, and updated project schedule. 4Waters shall provide CCUA with one (1) electronic (pdf)file, two (2)full size (24x36) copies and two (2) half size (11x17) copies of the thirty percent (30%) Conceptual Design Drawings for review and consideration. A review meeting will be held with CCUA to review the documents and receive CCUA's comments. 4Waters will prepare an agenda and meeting minutes for the review meeting. Any necessary changes will be incorporated into the 90% design documents. Task 3.2 - 3.3 - LS2 8-inch Forcemain Replacement- 90%and Bid Construction Contract Documents The 4Waters team will continue with the design of the LS2 8-inch forcemain replacement project utilizing the conceptual layout prepared under Task 3.1 and any CCUA requested or recommended modifications. Based on the level of evaluation to be completed during the conceptual design,4Waters recommends moving directly to the 90% milestone with preparation of detailed design for 90% followed by Bid Construction Contract Documents. Task 3.2 90% Design Development Documents The work during this stage will focus on the development of construction documents for the proposed LS2 8-inch forcemain replacement. This task provides for the preparation of drawings and specifications and conducting formal reviews of the contract documents at certain completion levels. 324 6th Avenue North I Jacksonville Beach, Florida I www.4WEng.com I 904-414-2400 June 15, 2022 Page 7 4Waters will also coordinate with Clay County and other stakeholders along the project route as necessary. 4Waters shall provide engineering services to develop 90% design documents including drawings, necessary specifications identified during Task 3.1, bid form, and Class 1 (AACE) updated opinion of cost for the proposed forcemain that includes the following: 1. Preparation of final plan and profile drawings for the forcemain route based on comments received under Task 3.1 showing forcemain location, potential utility or structure conflicts, demolition and restoration requirements, and staging and work areas for trenchless installation(s). 2. Maintenance of traffic plans and details. 3. Erosion and sediment control plans and details. 4. Identification of any recommended temporary construction easements or permanent easements that need to be acquired by CCUA. 5. Compliance with the latest version of the CCUA Approved Materials Manual and Specifications. 6. The plan and profile sheets will be developed at a plan view scale of 1" = 20'. 7. This project will utilize CCUA's standard technical specifications and details. The contract documents shall include detailed drawings, tables, charts, schedules, and other documentation as may be necessary for the bidding and construction of the proposed forcemain. 4Waters will assist with the front-end documents for the project using CCUA standard documents. It is our understanding that CCUA has four contractors under continuing contract and that construction of the LS2 8-inch forcemain replacement along with the LS2 rehabilitation will be completed through that to contract. A brief technical memorandum will also be provided for the 90% milestone deliverable to summarize and explain any modifications from the previous design submittal. 4Waters shall provide one (1) electronic (pdf)file,two (2)full size (24x36) copies and two (2) half size (11x17)copies of 90% Design Development Drawings and documents for review and consideration.A review meeting will be held with CCUA to review the documents and receive CCUA's comments. 4Waters will prepare an agenda and meeting minutes for the review meeting.Any necessary changes will be incorporated into the final Bid Construction contract documents. Task 3.3 Bid Construction Documents 4Waters shall prepare final construction plans showing all design notations for the installation of the proposed forcemain based on comments at the 90% design review. 4Waters shall incorporate CCUA and permitting comments as well as incorporate comments from the 4Waters QA/QC effort. 4Waters shall provide updated drawings, specifications, Class 1 (AACE) updated opinion of cost, bid form, and all supporting technical reports and documents including Geotechnical Report, SUE Level A test reports, and final survey, and permits with the Bid Construction Documents deliverable. At this stage, the LS2 rehabilitation and the LS2 8-inch forcemain replacement documents will be compiled into one set for bidding and construction. 4Waters shall provide one (1) electronic version each (pdf and AutoCAD) of the final Bid Construction drawing documents and two (2) full size (24x36) prints and two (2) 11x17 prints of the drawings to CCUA. 4Waters shall provide MS Word, MS Excel, and PDF files for bid form, specifications, and cost estimate to CCUA. 324 6th Avenue North I Jacksonville Beach, Florida I www.4WEng.com I 904-414-2400 June 15, 2022 Page 8 Task 4 - Permitting Assistance The following sections provide information regarding the permits anticipated to be required based on our understanding of the project scope and conceptual alignment for either the LS2 improvements or the proposed 8-inch LS2 forcemain replacement. For all agency permitting efforts, CCUA shall provide all applicable permit fees. At approximately the 90% design phase, 4Waters will prepare all permit application materials and shall submit them to CCUA for review. 4Waters shall monitor each permit application throughout the approval process and has included time to provide responses to Requests for Additional Information (RAI)for each permit. Permitting has not been included for ground water dewatering as noted under Task 1.3. It is noted that LS2 is located within a floodplain, however, based on the conceptual design which does not result in an increase or impact to the floodplain, no modeling or permitting has been included to confirm "no rise" with FEMA. If during final design it is determined that such efforts are necessary, 4Waters will provide an updated scope of work proposal and fee schedule for the effort. Task 4.1 Clay County- Development Review Construction activities within the LS2 site will require permitting and approval with Clay County Development Review.4Waters will coordinate with the Development Review group, but it is anticipated this may be considered a Major Development.The development review will address landscaping,tree protection/removal, erosion control, and stormwater management. The Major Development review process requires a concurrency reservation certificate application, conceptual plan submittal, preliminary plan submittal, and final plan submittal. to Task 4.2 Clay County- Right of Way Permitting Construction activities within the right-of-way areas will require permitting and approval with Clay County Engineering Department. The ROW permit application will be submitted by the contractor for the project, however, 4Waters will coordinate with the County Engineering Department during the design phase to ensure the proposed construction and maintenance of traffic are acceptable to the County. 4Waters will provide signed and sealed construction drawings as necessary for permitting. Task 4.3 FDEP Notification/Application for Constructing a Domestic Wastewater Collection/Transmission System Permit(self-permitted through CCUA) The permit requirements for installation of a wastewater lift station and forcemain replacement are dictated by 62-604.600, FAC.As both the capacity of LS2 and the forcemain are being increased, it is anticipated both the lift station and forcemain replacement construction will require permitting. It is our understanding that CCUA maintains delegated review authority for wastewater permitting from the FDEP.Accordingly,4Waters will submit through the CCUA Wastewater Collection/Transmission System Permitting process for both the LS2 and forcemain replacement. Task 4.4 FDEP Environmental Resource Permit(ERP) - Stormwater Management 4Waters will coordinate with FDEP to determine the requirements for stormwater management and ERP permitting for the LS2 project site proposed improvements. 4Waters will prepare all necessary forms, calculations, figures and drawings necessary for the permit application. 324 6th Avenue North I Jacksonville Beach, Florida I www.4WEng.com I 904-414-2400 June 15, 2022 Page 9 Task 4.5 FDEP/SJRWMD Environmental Resource Permit(ERP)/Section 404 Permit Application LG2ES with assistance from 4Waters will prepare and submit the permit applications for the FDEP/SJRWMD ERP permit and the FDEP Section 404 permit related to any wetland impacts within LS2 site or along the forcemain replacement project route. 4Waters will prepare all figures for the permit applications.As part of the permitting effort, LG2ES will provide review of the design plans and provide any recommendations or feedback regarding minimizing impacts to wetlands. It has been assumed, based on available information, that the project site is not located within USACE retained waters and accordingly does not include permitting with USACE. Task 5- Bidding Services and Support Task 5.1 - Bidding Services and Support It has been assumed that the LS2 improvements and LS2 8-inch forcemain replacement projects will be bid together and construction completed under one contract. The 4Waters team will provide any necessary support during the bid period to include attendance at pre-bid conference, preparation of responses to contractor Requests for Information and addenda, bid certification, recommendation of award letter, and addending construction documents, as necessary. Task 6 -Construction Administration Services It has been assumed that the LS2 improvements and LS2 8-inch forcemain replacement projects will be constructed under one contract. The 4Waters team will provide the following services during construction for the LS2 rehabilitation and the LS2 8-inch forcemain segment replacement. The to construction period is assumed to be 9 months(-270 days)from contractor Notice to Proceed per the CCUA schedule. Task 6.1 Pre-Construction Meeting: Attend and participate in pre-construction meeting. Assist with meeting agenda and meeting minutes. Task 6.2 Shop Drawing Review - Review and approve shop drawings submitted by the contractor.Any materials or items included in CCUA's Approved Materials Manual should be acknowledged with the appropriate CCUA forms. Task 6.3 Status Meetings/Site Visits -Attend biweekly status meetings/site visits. Assume six hours per meeting/site visit for EOR, which includes four hours for the meeting and site visit and two hours for assistance with agenda and meeting minutes for each meeting, and attendance by Principal Engineer at 8 meetings. Assume 16 status meetings/site visits over the 9 month construction period. Site visits will be a critical part of the understanding of the contractor's construction schedule, progress, and potential RFIs. Task 6.4 RFI's and Clarifications - Respond to the Contractor's RFIs and Requests for Clarifications and modify the construction documents as necessary.Assume two per month and four hours to review and respond to each. Task 6.5 Change Order Requests - Review Change Order Requests submitted by the Contractor and prepare engineer's recommendation for CCUA. Coordinate with Contractor for revisions and prepare documentation for approved Change Orders. Assume four Change Order Requests. 324 6th Avenue North I Jacksonville Beach, Florida I www.4WEng.com I 904-414-2400 June 15, 2022 Page 10 Task 6.6 Pay Application Review - Review pay applications for conformance with project construction. Coordinate with contractor for required revisions. It is assumed 9 pay applications during construction and a final pay application at project final completion. Task 6.7 Substantial and Final Completion - Engineer of Record (EOR) will attend and document the on-site review meetings for substantial and final completion of the construction efforts. At substantial completion the contractor will have completed the project to the point of beneficial operation by CCUA and will have presented their letter requesting reduction of retainage along with the list of items to be completed prior to final completion. The EOR will conduct the substantial completion inspection and prepare a punch list of items to be completed before the final completion meeting. The final completion inspection will verify completion of the punch list items and clear the way for the acceptance of the Contractor's final pay request. This task also includes final project closeout including request for clearance of lift station and forcemain and termination of other project permits as necessary. Task 6.8 As-Built Drawings and Documentation - The Contractor is responsible for gathering the necessary survey information and "as-constructed" data and preparing the As-Built drawings and documentation in accordance with CCUA As-built Specifications Standards Manual. 4Waters will review the As-Built documentation prepared by the Contractor and provide review comments for incorporation. Upon completion of the As-Built Drawings, 4Waters will coordinate with CCUA regarding review and approval. to Schedule 4Waters shall provide the services as outlined in Tasks 1 through 4 above within eight (8) months of Notice to Proceed. It is noted that certain permitting efforts for the ERP and Section 404 may take longer than the noted schedule. Professional Service Fees 4Waters is available to being work under the terms of our current(May 28, 2019) contract with CCUA upon receipt of a Supplemental Agreement and notice to proceed. We appreciate this opportunity to work with CCUA and have attached detailed fee summary sheet for the project. The proposed fee to complete the tasks outlined above is $334,832.53 which includes $136,105.03 in subconsultant fees for survey, SUE, geotechnical, environmental services, and electrical and structural engineering. The subconsultant proposals are attached for reference. If you have any questions, please contact me at abryan@4weng.com or(904) 414-2400 Ext. 51. With best regards-, Four aters;Engineering, Inc. Angela Bryan,P.E., LEED AP President Attachments 324 6th Avenue North I Jacksonville Beach, Florida I www.4WEng.com I 904-414-2400 June 15, 2022 Page 11 Proposal for Professional Engineering Services CCUA LS2 Rehabilitation and LS2 8-inch Forcemain Replacement Principal Design Associate Engineer CAD Job Title Senior Engineer Intern CAD Draft Administrative Engineer Engineer Engineer Technician TOTALS Hourly Rate $165.00 $150.00 $125.00 $110.00 $85.00 $100.00 $85.00 $65.00 Subconsultants Direct Costs Hours Hours Hours Hours Hours Hours Hours Hours Hours $ $ $ $ $ $ $ $ $ DESIGN SERVICES _ Task 1.1 30 8 0 4 0 0 0 28 Project Inflation and Project Management $4,950.00 $1,200.00 $0.00 $440.00 $0.00 $0.00 $0.00 $1,820.00 $0.00 $75.00 $8,485.00 Task 1.2 0 4 0 8 8 2 0 0 Survey and Subsurface Utility Exploration $0.00 $600.00 $0.00 $880.00 $680.00 $200.00 $0.00 $0.00 $75,685.00 $75.00 $78,120.00 Task 1.3 2 4 0 4 0 1 0 0 Geotechnical Analysis $330.00 $600.00 $0.00 $440.00 $0.00 $100.00 $0.00 $0.00 $19,730.03 $75.00 $21,275.03 Task 1.4 0 0 0 4 0 1 0 0 Wetland/Habitat Evaluation $0.00 $0.00 $0.00 $440.00 $0.00 $100.00 $0.00 $0.00 $3,500.00 $75.00 $4,115.00 SUBTOTAL TASK 1 5,280.00 2,400.00 0.00 2,200.00 680.00 400.00 0.00 1,820.00 98,915.03 300.00 $111,995.03 Task 2.1 6 41 0 56 6 65 2 3 LS2 90%Design Documents $990.00 $6,150.00 $0.00 $6,160.00 $510.00 $6,500.00 $170.00 $195.00 $10,750.00 $200.00 $31,625.00 Task 2.2 2 12 0 30 3 26 0 1 LS2 Bid Construction Contract Documents(100%) $330.00 $1,800.00 $0.00 $3,300.00 $255.00 $2,600.00 $0.00 $65.00 $1,310.00 $150.00 $9,810.00 SUBTOTAL TASK 2 1,320.00 7,950.00 0.00 9,460.00 765.00 9,100.00 170.00 260.00 12,060.00 350.00 $41,435.00 Task 3.1 15 34 0 58 8 33 0 2 LS2 FM Conceptual(30%)Design Documents $2,475.00 $5,100.00 $0.00 $6,380.00 $680.00 $3,300.00 $0.00 $130.00 $0.00 $150.00 $18,215.00 Task 3.2 20 65 0 95 38 73 13 8 LS2 FM 90%Design Documents $3,341.25 $9,750.00 $0.00 $10,422.50 $3,230.00 $7,300.00 $1,083.75 $520.00 $0.00 $200.00 $35,847.50 Task 3.3 8 12 0 24 0 12 8 4 LS2 FM Bid Construction Contract Documents(100%) $1,320.00 $1,800.00 $0.00 $2,640.00 $0.00 $1,200.00 $680.00 $260.00 $0.00 $200.00 $8,100.00 SUBTOTAL TASK 3 7,136.25 16,650.00 0.00 19,442.50 3,910.00 11,800.00 1,763.75 910.00 0.00 550.00 $62,162.50 Task 4.1 2 24 0 24 0 8 0 2 Clay County-Development Review $330.00 $3,600.00 $0.00 $2,640.00 $0.00 $800.00 $0.00 $130.00 $0.00 $75.00 $7,575.00 tO Task 4.2 1 8 0 16 0 6 0 2 Clay County-Right of Way Permitting and Coordination $165.00 $1,200.00 $0.00 $1,760.00 $0.00 $600.00 $0.00 $130.00 $0.00 $200.00 $4,055.00 Task 4.3 2 8 0 12 0 2 0 2 FDEP/CCUA WW Collection/Transmission System Permitting $330.00 $1,200.00 $0.00 $1,320.00 $0.00 $200.00 $0.00 $130.00 $0.00 $250.00 $3,430.00 Task 4.4 2 24 0 24 0 8 0 2 FDEP ERP-StormwaterManagement $330.00 $3,600.00 $0.00 $2,640.00 $0.00 $800.00 $0.00 $130.00 $0.00 $100.00 $7,600.00 Task 4.5 1 4 0 8 0 4 0 1 FDEP/SJRWMD ERP/Section 404 Permit-Wetlands $165.00 $600.00 $0.00 $880.00 $0.00 $400.00 $0.00 $65.00 $6,500.00 $25.00 $8,635.00 SUBTOTAL TASK 4 1,320.00 10,200.00 0.00 9,240.00 0.00 2,800.00 0.00 585.00 6,500.00 650.00 $31,295.00 Task 5.1 8 26 0 6 0 12 0 8 LS2 and Forcemain Bid Services and Support $1,320.00 $3,900.00 $0.00 $660.00 $0.00 $1,200.00 $0.00 $520.00 $2,020.00 $100.00 $9,720.00 SUBTOTAL TASK 5 ' 1,320.00 3,900.00 0.00 660.00 0.00 1,200.00 0.00 520.00 2,020.00 100.00 $9,720.00 (TOTAL DESIGN SERVICES(TASKS 1-5) $16,376.25 $41,100.00 $0.00 $41,002.50 $5,355.00 $25,300.00 $1,933.75 $4,095.00 $119,495.03 $1,950.00 $256,607.53 324 6th Avenue North 1 Jacksonville Beach, Florida I www.4WEng.com I 904-414-2400 June 15, 2022 Page 12 Proposal for Professional Engineering Services-Construction Administration CCUA LS2 Rehabilitation and LS2 8-inch Forcemain Replacement Job Title Principal Senior Engineer Design Associate Engineer CAD Draft CAD Administrative Engineer Engineer Engineer Intern Technician TOTALS Hourly Rate $165.00 $150.00 $125.00 $110.00 $85.00 $100.00 $85.00 $65.00 Subconsultants Direct Costs Hours Hours Hours Hours Hours Hours Hours Hours Hours $ $ $ $ $ $ $ $ $ CONSTRUCTION ADMINISTRATION _ Task 6.1 4 4 0 8 0 0 0 0 Pm-Construction Meeting $660.00 $600.00 $0.00 $880.00 $0.00 $0.00 $0.00 $0.00 $0.00 $75.00 $2,215.00 Task 6.2 4 8 0 36 24 0 0 0 Shop Drawing Review $660.00 $1,200.00 $0.00 $3,960.00 $2,040.00 $0.00 $0.00 $0.00 $3,957.50 $50.00 $11,867.50 Task 6.3 32 96 0 0 0 0 0 0 Status Meetings/Site Visits $5,280.00 $14,400.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $9,215.00 $720.00 $29,615.00 Task 6.4 0 36 0 36 0 0 0 0 RFIs and Clarifications $0.00 $5,400.00 $0.00 $3,960.00 $0.00 $0.00 $0.00 $0.00 $3,437.50 $100.00 $12,897.50 Task 6.5 8 16 0 16 0 8 0 0 Change Order Requests $1,320.00 $2,400.00 $0.00 $1,760.00 $0.00 $800.00 $0.00 $0.00 $0.00 $100.00 $6,380.00 Task 6.6 4 12 0 17 0 0 0 4 Pay Application Review $660.00 $1,800.00 $0.00 $1,870.00 $0.00 $0.00 $0.00 $260.00 $0.00 $50.00 $4,640.00 Task 6.7 0 32 0 16 0 0 0 4 Substantial and Final Completion $0.00 $4,800.00 $0.00 $1,760.00 $0.00 $0.00 $0.00 $260.00 $0.00 $150.00 $6,970.00 Task 6.8 0 4 0 24 0 4 0 0 As-Built Drawings and Documentation $0.00 $600.00 $0.00 $2,640.00 $0.00 $400.00 $0.00 $0.00 $0.00 $0.00 $3,640.00 SUBTOTAL TASK 6 8,580.00 31,200.00 0.00 16,830.00 2,040.00 1,200.00 0.00 520.00 16,610.00 1,245.00 $78,225.00 TOTAL CONSTRUCTION ADMIN(TASK 6) $8,580.00 $31,200.00 $0.00 $16,830.00 $2,040.00 $1,200.00 $0.00 $520.00 $16,610.00 $1,245.00 $78,225.00 t0 324 6th Avenue North I Jacksonville Beach, Florida I www.4WEng.com I 904-414-2400 A,, ��?"' SASS Frr ., ,,,, _ ..4s __ G. scc,A„.e• Professional Land Surveyors And Mappers Serving Northeast Florida Since 1960 P.O. Box 10046 Fleming Island, FL 32006 904-215-0707 office 904-215-0711 fax June 1, 2021 Four Waters Engineering/ Clay County Utility Authority Attn: Angela Bryan Re: Doctors Lake Drive Forcemain Angela, We appreciate the opportunity to submit the following formal proposal for providing professional land surveying services for the above referenced project. This proposal does not include anything that is not specifically mentioned in this proposal. We are proposing to provide Specific Location Survey Services along Doctors Lake Drive that include: Tree, Topographic, and Wetland, for the requested route along Doctors Lake Drive. The Project route is approximately 3,860 LF and starts at Shenandoah Drive E. following along the route of Doctors Lake Drive to Greenridge Road, passing through the intersection of Lakeside Villa Road. Horizontal/Vertical Control to A full width Right of Way survey, including easements and parcel boundary lines; with existing street addresses on those identified during the surveying process along Shenandoah Dr. E. and Doctors Lake Drive. Horizontal Control and Vertical Control will be on NAVD 88 Datum and NAD 83, Florida State Plane Coordinate System and Project Benchmarks and horizontal control pair is to be set and included every 1000' along Project Route. Topographic Topographic information will be collected for Full Right of Way at the intersection of Shenandoah Dr. E. and the Northside of the Railroad property. The route survey portion along Doctors Lake Drive will be at Full Right of Way starting 50 ft. Southwest of Shenandoah Dr. E. to 100 ft. northwest of Greenridge Road, with a total route being approximately 3,860 Linear Feet. Also, all side streets including; Hickory Cove Ln., Lullwater Ln, Osprey Nest Pt, Inlet Ln, Kings Cove, Jar Cove, and Lakeside Villa Road, will be collected 50 feet back. All visible above ground improvements will be located, including, utility structures, sanitary and drainage structures with inverts and sizes (if obtainable), overhead utility lines and poles, utility structures, trees, vegetation, sidewalks, roadway center line, curb and gutter, driveways, mailboxes, valves, fire hydrants, guardrails, fencing, and signs. SUE Delineation The survey will also include gathering the location and identification of underground utilities along the route (Level B designations to be provided by DRMP). Level A test holes (up to 20) (DRMP) after survey review is completed. CSI Geo will locate geotechnical borings for the project (up to 8 = every 500 feet). Wetland/Tree Locate Wetland lines/delineation and protected vegetation (to be flagged by LG2 Environmental)A Final AutoCAD Drawing will be provided upon completion that meets CCUA& Four Waters Standards. This will also provide and include the location of trees found that meet Clay County Protected Tree requirements. 1 ("' _ sSt$5 0 Co A7',- G. �SSOCIP.T*GS.\C, Professional Land Surveyors And Mappers Serving Northeast Florida Since 1960 P.O. Box 10046 Fleming Island, FL 32006 904-215-0707 office 904-215-0711 fax RATES FOR WORK: • $140/hr. (Field Crew) @ 125 Hours- $17,500.00 • $75/hr. (CAD Tech) @ 125 Hours- $9,375.00 • $125/hr. (PLS for Field) @ 16 Hours- $2000.00 • $125/hr. (PLS for CAD/Mapping) @ 15 Hours- $1,875.00 TOTAL LUMP SUM $30,750.00 Progress invoices are due upon receipt and they are considered payable within 30 days of receipt. Again, we appreciate the opportunity to submit this proposal, should you have any questions, to please do not hesitate to contact me at cell # (904) 616-1001. If you accept the terms of this proposal kindly provide signature below and send us a copy of the executed document. Thank you kindly, Accepted By: Date: Charles Bassett & Associates, Inc. 2 DRMP, INC. DR M■ 8001 Belfort Parkway,Suite 200,Jacksonville, Florida 32256 R�* Phone:904.641.0123 I Fax:904.641.8858 PRINCIPALS Lawrence L.Smith,Jr. Wayne D.Chalifoux Donaldson K.Barton,Jr. May27, 2022 Glenn J.Lusink Jon S.Meadows Mark D.Prochak Mark E.Puckett Angela Bryan, PE, LEED AP President Four Waters Engineering, Inc. 324 6th Avenue North Jacksonville Beach, FL 32250 Ph: (904)414-2400 ext. 51 Sent via. abryan@4weng.com Subject: Subsurface Utility Engineering Services, Doctors Lake Drive Force Main, Clay County, Florida Dear Ms. Bryan: DRMP, Inc. (DRMP) is pleased to submit the following proposal for Subsurface Utility Engineering Services on the above subject project. The following is our proposal: SCOPE OF SERVICES to PART I SUBSURFACE UTILITY DESIGNATIONS & GPR SCAN DRMP will provide Subsurface Utility Designation, Level "B" for the above referenced project. Limits of the project are based on the attached exhibit received from Four Waters. Designation shall include all utilities along the project route, which is approximately 3,860 LF, and begins with full ROW survey along Shenandoah Dr. E. to intersection with Doctors Lake Dr. (approximately 100 feet) and then full ROW survey along Doctors Lake Dr. from 50 feet southwest of Shenandoah Dr. E. to 100 feet northeast of Greenridge Rd and includes the first 50 feet of the following side streets: ❑ Hickory Cove Lane ❑ Lullwater Lane ❑ Osprey Nest Point ❑ Inlet Lane ❑ Kings Cove I ❑ Jar Cove ❑ Lakeside Villa Road OFFICES Boca Raton,Florida DRMP estimates a total of 38,600 linear feet of utilities will need to be designated, including CCUA Cary,North Carolina force mains, water mains, AT&T/D communications, Verizon/MCI communications, Clay Electric, and Charlotte,North Carolina Chipley,Florida Comcast communications lines. Designation flags will contain information on utilities such as type of Fort Myers,Florida facility,size, material and identification mark that will need to be attributed to the survey data collected. Gainesville,Florida Jacksonville,Florida Efforts will be performed in accordance with Section 472.027, Florida Statutes Underground Facility Lakeland,Florida Damage Prevention and Safety Act, Chapter 556, Florida Statutes. All work shall conform to ASCE 38 Melbourne,Florida Mooresville,North Carolina -02 utilizing quality level B. Orlando,Florida Panama City,Florida Please note, Ground Penetrating Radar is effective in identifying subsurface disturbances, however Pensacola,Florida Stockbridge,Georgia there are limitations. The depth, range and thus clarity of the returned image are limited by the Tallaha see,Florida ee,Florida electrical conductivity of the ground. Optimal penetration is achieved in drier, sandier soils. Adversely, with wetter, clay laden soils with higher electrical conductivity, penetration is reduced, sometimes to 1.833.811.3767 only a few centimeters. Depending on the nature of the soil for the areas shown on the Exhibits, there www.DRMP.com could be varying results. DRMP PART II SUBSURFACE UTILITY TEST HOLES (VVHs) DRMP will provide utility location test holes (VVH's) to verify vertical location after potential conflicts are identified by the EOR. This estimate is to provide up to twenty (20) non-paved surface test holes to excavate and verify vertical and horizontal position of each targeted line. The location of these VVH's will be provided to DRMP, prior to beginning work, via a scalable drawing that shows the proposed position or a list of the holes with coordinate values and project control or both. All efforts will be performed in accordance with the Underground Facility Damage Prevention and Safety Act, Chapter 556, Florida Statutes. All work shall conform to Cl/ASCE 38 -02 utilizing quality level A and B. Utilities requested for test holes in or close to the roadway will require maintenance of traffic or temporary traffic control services to be performed. DRMP will prescribe and implement the proper traffic control operations for each area where these services are determined to be necessary according to local standards and guidelines. These services will be billed at a daily rate and only services rendered will be invoiced to the client. DRMP will NOT provide survey information for this project. Test Holes (VVH) Cost Per Hole Quantity Total Price Paved Surface $600.00 0 $ 0.00 Non-paved Surface $550.00 20 $11,000.00 MOT (at daily rate) $1,850/day 4 $ 7,400.00 PART III COMPENSATION SUMMARY AND TERMS to The following summarizes the fees and billing terms as proposed by DRMP for the Scope of Services as presented herein. Please note billing terms for direct expenses. All additional meetings as requested by the Client will be invoiced hourly. The personnel rates are as follows: Item Description Rate Quantity Fee SUE PM $175.00 per hour 16.5 $ 2,895.00 SUE Technician $120.00 per hour 22 $ 2,640.00 SUE Designation Crew $185.00 per hour 110 $ 20,350.00 Clerical $65.00 per hour 10 $ 650.00 Lump Sum Fee $ 26,535.00 _ Limiting Amount Fee $ 18,400.00 *Subsurface Utility VVH's quantities of are an estimate based on information provided by client. Only actual services used will be considered as billable. A minimum of five (5) Pot/Test-Holes are required to cover mobilization costs. A mobilization cost of $400.00 will be charged if the minimum of five (5) VVHs are not authorized. If Four Waters Engineering, Inc. desires to change or expand upon these proposed services, an additional fee shall be negotiated. This renegotiation shall be accomplished prior to commencing the additional work,and maybe necessary for any of the following services which are not a part of this contract: Certifications other than shown above, additional section work, excessive title review and plotting of easements, response to any comments by a third party (i.e., buyer's attorney, lender's attorney, title personnel), digging or locating buried utilities, or any request for additions to be made to the survey such as wetland locations, offsite sketches, tree location, etc., will be performed as an extra cost on a time and material basis, per our current hourly rates on exhibit "A". The cost of any required permits will be the responsibility of the client prior to obtaining permit. DRMP It may be necessary for the Project Manager to call the client to receive verification and authorization for Extra Costs stated above in the preceding paragraph, and may further require the client to sign an Additional Work Authorization Form for any out-of-scope requests. We sincerely appreciate this opportunity to provide professional services for this project. Space has been provided for your acceptance of this proposal. Your signature will constitute a contract between us for the work, methods of compensation, etc. as specified Sincerely, DRMP, Inc. fin_ 01(.1447 C.William Faust, Ill, PSM Ryan M. Grab, CST Jacksonville Survey Manager Jacksonville SUE Project Manager Accepted by: Date Witness signature Date Print Name: Print Name: Title: Title: to A N 0 250 500 1,000 e .. .W E Feet .• _ aw�F �� s ; ♦ 44♦♦ 43 1 o..g -, ii 11 $41111111 O'''' i **I vs ,o „,,,V fake __ 0G96 4...,. .2 #_,:) io-, . .-- • 1 • ... * s , Legend N Proposed Existing Coi Forcemain Forcemain v Existing Sewer ■■■■ 2 inch - 2.5 inch 1111111 Services ��oi� oc,'` ` _ Existing OWatermain 4 inch I. la, ` Existing Water ■■■■ 6 inch to bi t ` Services 8 inch '■ . 1 Parcels '■ 10 inch I -5�07 ` 12 inch O,o, ik 444 0 16 inch . , Source?ERK G9 GeoEye, G Geogr.phb -3o C Ji CRo U-DA, ,Ae cARID, • I'G N,Egli MG i200 kb:wallow* LS2 Existing 8-inch Forcemain Replacement with 12-inch Forcemain DISCLAIMER This map is for reference Clay County Utility Authority and discussion purposes only.Data provided are denved from multiple sources with varying levels of accuracy. The information shown hereon is not intended for site specific use or design. Revision Date:4/25/2022 Path:C:\Users\Christian Gamit\Documents\GIS\CCUA 8-inch WM Replacement_v2.mxd C.SIGeo Geotechnical • CMT • CEI CSI Geo Approach CCUA LS2 Forcemain Replacement Clay County,Florida The geotechnical exploration will consist of field exploratory borings, laboratory testing, and a geotechnical analysis of the collected data. Field Exploration - The proposed exploration along the forcemain replacement alignment to be installed by means of open-cut method will consist of 10 feet deep Standard Penetration Test (SPT) Borings spaced at 500 feet intervals for a total of 7 SPT borings. The forcemain is expected to cross at Lacy Branch by means of trenchless method of installation. Two SPT borings will be performed at each end to a depth of 40 feet each. No other crossings are expected. All borings will be grouted upon completion. For budgeting purposes, four pavement cores have been accounted for. Soil samples will be classified, containerized,marked in the field and returned to the laboratory for visual inspection and classification by the geotechnical engineer using the AASHTO Soil Classification System. Laboratory Testing - Laboratory classification and index soil tests will be performed as necessary on selected soil samples obtained from the exploration. Specific tests to be performed are Moisture Content, Organic Content, Percent Fines, Atterberg Limits, Ductile Iron Pipe & Steel Casing Soil Corrosivity Testing, and Pre-Discharge Water Analysis. Submittals: A geotechnical engineer, registered in the State of Florida, will direct the geotechnical exploration and provide engineering analysis and evaluation of the site and subsurface conditions with respect to the planned construction. The submittals will be presented as follows: Geotechnical Exploration and Evaluation Report • A brief discussion of the planned construction. • A graphical representation of the subsurface conditions encountered as well as encountered and seasonal high water tables, etc., as they relate to the planned construction. • An appendix that contains soil boring profiles in AutoCAD format, laboratory test data sheets, and other pertinent data. • Recommended soil parameters for the Jack&Bore or HDD crossings. • Written discussion of the subsurface conditions encountered. • Evaluation of the subsurface soils and recommendations concerning the suitability of the subsurface soils for excavation backfill. • Recommendations for over-excavation of unsuitable soils along with backfill recommendations. Anticipated Completion Schedule: Geotechnical Exploration and Evaluation Report Approximately 40 working days after NTP I O GEOTECHNICAL FEE ESTIMATE 2394 St.Johns Bluff Road,Suite 200 Geotechnical Exploration Jacksonville Florida 32246 tel NO4)641-1993 CCUA LS2 Forcemain Replacement fax(904)645-0057 Geotechnical • CMT • CEI Clay County,Florida Number Estimated Item Description Unit of Units Cost/Unit Cost Field Investigation Mobilization-Truck ea. 1 ea. $550.00 /ea. $550.00 Forcemain(SPTs at 500'spacing) 7 Standard Penetration Test(SPT)Borings @ 10' ft. 70 ft. $14.00 /ft. $980.00 Lucy Branch Crossing 2 Standard Penetration Test(SPT)Borings @ 40' ft. 80 ft. $14.00 /ft. $1,120.00 Casing to Stabilize Borehole ft. 80 ft. $9.00 /ft. $720.00 Grouting ft. 150 ft. $6.50 /ft. $975.00 Pavement Cores ea. 4 ea. $87.00 /ea. $348.00 Patching ea. 4 ea. $45.00 /ea. $180.00 MOT day 2 ft. $2,000.00 /ft. $4,000.00 Access Coordination/General Use Permit hr. 4 hr. $110.57 /hr. $442.28 Boring Layout/Utility Clearance/Coordination hr. 4 hr. $110.57 /hr. $442.28 Subtotal: $9,757.56 Laboratory Testing Moisture Content ea. 15 ea. $21.00 /ea. $315.00 Percent Fines ea. 15 ea. $39.00 /ea. $585.00 Organic Content ea. 8 ea. $37.00 /ea. $296.00 Atterberg Limits ea. 8 ea. $99.00 /ea. $792.00 Soil Corrosivity(Ductile Iron Pipe)per AWWA C105 ea. 2 ea. $525.00 /ea. $1,050.00 Soil Corrosivity(Steel Casing)per FDOT SDG Table 1.3.2-1 ea. 3 ea. $225.00 /ea. $675.00 Subtotal: $3,713.00 Engineering/Support Services Project Manager hr. 4 hr. $211.77 /hr. $847.08 Project Engineer hr. 10 hr. $144.60 /hr. $1,446.00 Staff Engineer hr. 22 hr. $110.57 /hr. $2,432.54 CADD hr. 13 hr. $103.45 /hr. $1,344.85 Clerical hr. 4 hr. $47.25 /hr. $189.00 Subtotal: $6,259.47 TOTAL(Estimated): $19,730.03 .1. ONEIDA =. LG2 Environmental •�T• Solutions June 3,2022 Angela Bryan Four Waters Engineering,Inc. Via Email: abryan@4weng.com Re: Proposal—LS2 Replacement Route Design Build Clay County,Florida Dear Angela: Thank you for including LG2 Environmental Solutions, Inc. (LG2) on this project. We are pleased to present this proposal to perform environmental services for the property referenced above. The following proposal lists each task to be performed by LG2 and estimated fees. If the attached list of services or tasks, estimated fees,and terms of the contract are agreeable to you, please approve the proposal and contract by signing in the spaces provided and return it to Project Manager,Pete Johnson. If any part is not agreeable to you,please call at 904-363-1686 Ext 112 to discuss further. Sincerely, LG2 Environmental Solutions(LG2) Lee Gerald Business Unit Leader page 1 t& ONEIDA t 1 LG2 Environmental 4vrio Solutions Contract for Services LG2 Proposal No.: [2022-210] The following contract for Services is an agreement between LG2 Environmental Solutions"LG2"and Four Waters Engineering,Inc. "Client"with the terms specified herein. Client agrees that the Company/Individual signing this agreement has the ability to compensate LG2 for the work described herein. LG2 agrees to perform the following tasks for the associated fees: Project Name: LS2 Replacement Route Design Build Project Location: Clay County,FL Scope of Services Fixed Fee Task 1.Jurisdictional Wetland Delineation $1,500.00 LG2 will delineate the site jurisdictional wetlands pursuant to the current regulations and guidelines of the Florida Department of Environmental Protection(FDEP) and St. Johns River Water Management District(SJRWMD).Wetland limits will be field staked/flagged, labeled alpha-numerically, and located with a GPS.Upon completion, a flagging key map will be provided to the project surveyor. Task 2. Listed Species/Habitat Assessment $1,000.00 LG2 will review reference data and conduct a wetland/wildlife assessment of the subject property. The assessment will focus on known habitats of State and Federal-listed flora and fauna species. A report will be provided to the Client. The report will include approximate wetland location,descriptions of Significant Natural Communities Habitat and habitats associated with listed species, descriptions of evidence of listed species,and GIS and/or CAD generated site map(s)that will show the extent and location of the on-site communities. The findings of this assessment will determine if further surveys,permitting, and population density calculations of specific species will be required. If Wetland Impacts Are Proposed Task 3. SJRWMD ERP Permit Application $2,500.00 LG2 will provide responses and information in a stand-alone submittal to the project engineers addressing the environmental issues in the ERP permit application process. Digital site plans will be forwarded to LG2ES from the project engineer/planner. The cost for this task includes a response to one Request for Additional Information (RAI). The cost for this task does not include the permit application fee payable directly to SJRWMD. page 2 .1. ONEIDA LG2 Environmental •'• Solutions Task 4. FDEP 404 AJD or General Permitting $2,000.00 LG2 will prepare and submit a General Permit Application to FDEP complete with one set of biological data forms and appropriate figures as required for submittal to FDEP. This cost includes response to one (1)Request for Additional Information(RAI). Included as cost for Task 4 in proposal. i i • e o • • o • . i ii jfo . ' • ii oii 1 ' i • o III Task 5. Uniform Mitigation Assessment Methodology(UMAM) and Mitigation Plan $1,000.00 LG2 will evaluate potential direct and indirect wetland impacts using the Uniform Mitigation Assessment Methodology and prepare the appropriate onsite wetland mitigation plan to SJRWMD and USACE. The plan will address mitigation to offset any proposed wetland impacts through wetland preservation,creation, restoration, or enhancement. This task will include: evaluation of potential direct and indirect wetland impacts using the Uniform Mitigation Assessment Methodology, development of mitigation plan, and conservation easement coordination. Price Schedule Scope of Services Fixed Fee Task 1 DEL $1,500.00 Task 2 Wildlife $1,000.00 Task 3 SJRWMD Permitting $2,500.00 Task 4 FDEP 404 AJD or General Permitting $2,000.00 Task 5 UMAM $1,000.00 page 3 tteONEIDA LG2 Environmental •T• Solutions LG2 Terms & Conditions: • LG2 Environmental Solutions"LG2"will complete the work described above in a timely manner unless delayed by CLIENT'S request,lack of information,or intervening factors beyond our control. • CLIENT assures LG2 that it has permission to work on the subject property and will advise LG2 of proper procedures for accessing subject property. CLIENT is fully responsible for correct identification of property location and boundaries. LG2 is not responsible for damage,physical or financial,resulting from erroneous or misleading,or the lack of,site location or boundary information. • Outside services and expenses such as subconsultant and special purchases will be invoiced with a handling fee of 15 percent. • CLIENT will provide LG2 with any special billing formats or considerations with the signed contract. • Unless otherwise specifically described in the proceeding proposal,billing is done either monthly or immediately after completion of specific tasks depending on whether work is on-going from month to month. Payment is due immediately upon receipt of the invoice;after 30 days the CLIENT agrees to pay 1.5 percent late fee per month or portion thereof on unpaid balances. Unpaid balances after 60 days from the date of the invoice may result in work termination until overdue accounts are resolved. • Failure to pay within 60 days from the date of invoice will be a breach of contract and LG2 may cease work and withhold all work products immediately without penalty from CLIENT. Failure to make payments within 30 days of invoice shall constitute release of LG2 from any or all claims which CLIENT may have,whether in tort,contract or otherwise,and whether known or unknown at the time.Any disputes regarding payment for services shall be resolved in a court in Duval County. CLIENT agrees to pay all legal fees and other collections costs incurred by LG2 to collect unpaid invoices. • The CLIENT agrees to protect,defend,indemnify and hold harmless LG2,its corporate affiliates and their respective officers, directors,employees and agents,from and against any and all claims,demands,causes of action,suits or other litigation (including all costs thereof and attorney's fees)of every kind and character arising in favor of CLIENT or any third party (including,but not limited to,personnel furnished by CLIENT or its suppliers and subcontractors or any tier)on account of bodily injury,death or damage to or loss of property in any way occurring,incident to,arising out of,or in connection with the work performed or to be performed by LG2 hereunder or occurring,incident to,arising out of,or in connection with the presence of CLIENT,its personnel,agents,suppliers and subcontractors(and their respective personnel)on the premises,all (1)regardless of whether or not LG2,its corporate affiliates or their respective officers,directors,employees or agents are negligent in whole or in part and even when caused by the joint,concurrent or sole fault or neglect of LG2,it corporate affiliates or their respective officers,directors,employees or agents,and(2)regardless of whether or not CLIENT,its corporate affiliates or their respective officers,directors,employees or agents are negligent in whole or in part and when caused by the joint,concurrent or sole fault or neglect of CLIENT,its corporate affiliates or their respective officers, directors,employees or agents. • CLIENT acknowledges by signature below that LG2 is not a Registered Land Surveyor,Professional Engineer,Professional Geologist,Attorney,or a Planner of any type licensed in any state. Any product produced,including but not limited to, plans,maps,reports,permit applications,GPS data,measurements of any type,sketches,interpretation of law,or any other similar service is merely opinion and approximate in nature and used for informational purposes only. CLIENT is aware that a licensed professional in the appropriate field should perform any design,survey,engineering,interpretation of law,or any other such product. CLIENT agrees to hold LG2,its corporate affiliates and their respective officers,directors,employees, and agents,totally and completely harmless for any damages,physical or financial,that may occur from LG2's services. CLIENT agrees that any use of information or product provided by LG2 is at the CLIENT'S own risk. • LG2 is a consulting company providing consultation based on readily ascertainable information provided or obtained at the time. All services and products regarding regulatory interpretation are based on rule interpretation at the time of the service or product delivery and CLIENT understands that rules and interpretations can change at any time without notice. • CLIENT agrees that LG2 will only be liable for up to the dollar amount of this contract. • LG2 shall not be bound by: o Any provision or agreement requiring or providing for arbitration of disputes or controversies arising out of this agreement. o Any provisions conditioning LG2'S right to receive payment for its work upon payment to CLIENT by any third party;or o Any provision wherein LG2 waives any rights to a mechanic's lien. • Contract Estimates,Estimated Fees,Not-to-Exceed Fees,or Time and Material Fees under$500.00 are due upon services rendered,unless previously arranged by principles of LG2. page 4 t& ONEIDA t 1 LG2 Environmental 4vrio Solutions LG2 Proposal No.: [2022-210] I,the undersigned,have full authority to authorize LG2 Environmental Solutions,Inc. (LG2)to perform the services on the subject property described herein and agree that I have the capacity and authority to pay all relevant invoices and will pay invoices within 30 days of receipt. By signing below,I hereby agree to and authorize this contract. Client Signature Client Name(Printed) Date Client Mailing Address Client Telephone or Cell Phone Number Client Email Address Client Billing Information (if different from above): 0 Name Billing Address Billing Telephone Billing Email Address Accepted by LG2 Environmental Solutions, Inc.: Crystal L. Donaghue, J.D. Signature Date Contracts Manager page 5 ENGINEERING SERVICES FEE PROPOSAL DATE: June 1, 2022 TO: Angela Bryan Four Waters Engineering, Inc. 324 6th Avenue N. Jacksonville Beach, FL 32250 FROM: David Lassetter W.D. Lassetter, P.E. 3837 Buckskin Trail East Jacksonville, Florida 32277 RE: Lift Station 2 Replacement Final Design & Services During Construction CCUA This Fee Proposal is based upon CAD drafting services and word processing services by Four Waters. My understanding of the project scope is based on email to correspondence from Angela Bryan/4W. Electrical and Instrumentation Engineering Manhours Lift Station Electrical Design 10 Concepual Design Complete 90% - Final Design 8 Bid Documents 2 Bidding Assistance 4 Pre-Bid Meeting 3 Addenda 1 Services During Construction 22 Shop Drawing Reviews & RFIs 4 Project Progress Inspections 6 @ 3Hrs 18 Subtotal Engineering Manhours 36 Subtotal Engineering Budget @ $130.00 /Hour $4,680 Reimbursible Expense Budget $260 Proposed Lump Sum Fee Authorization $4,940 IK w Structural Engineers June 2,2022 KIW Project: 21236.01 Angela Bryan, PE, LEED AP Four Waters Engineering, Inc. 324 6th Avenue North Jacksonville Beach, FL 32250 Re: Clay County Utility Authority Lift Station#2 Orange Park, Florida Dear Angela: As per your request, I am pleased to submit this proposal for consulting structural engineering services on the above-referenced project. This proposal is based upon the 30% Conceptual Design drawings and narrative produced by Four Waters Engineering, Inc. (Four Waters) and Keister Webb Structural Engineers LLC(KIW)dated April 2022. As I understand it,the project will consist of a new pre-engineered concrete lift station to replace the failed lift station LS2 located at 2724 Shenandoah Drive South,Orange Park, Florida 32073. It is my understanding that the proposed lift station wet well is anticipated to have a 10-feet inside diameter and be 23.5 feet deep. The LS2 property is located within a floodplain and requires a flat elevated 6 inch thick concrete slab at elevation 22.33 feet roughly 38 feet wide by 55 feet long across an area of existing sloping grade.A cast-in- to place concrete retaining wall,retaining roughly 8 feet of fill,on shallow foundations with aluminum fencing and aluminum guardrails are required for stability and safety of personnel and vehicles across the north, west, and south sides. The existing building on site will be demolished as well as the existing lift station. There may be a small housekeeping slab around the new lift station along with piping and valve supports. There will be submittals at 90%and 100%along with RFI processing,shop drawing review and construction site visits. The services to be provided by Keister Webb Structural Engineers LLC(K I W)shall be: 1) Review existing documents that may be available including, but not limited to, construction drawings,specifications,agreements, and change orders. 2) One(1)site visit, if required,to observe and record the existing structural conditions. 3) In the Construction Documents Phase(CD Phase), based on 1)and 2)above approved by the owner,perform structural analysis and design and to aid Four Waters in the planning and preparation of construction documents. If structural details are required, KIW will prepare them to be incorporated into the Four Waters documents. 4) In the CD Phase, prepare the structural sections of the contract specifications. You will provide the preferred format for inclusion by K I W.You will prepare the final printing of the contract specifications. 5) In the Bidding Phase,attend one(1) pre-bid meeting if required. Keister Webb Structural Engineers LLC 6501 Arlington Expressway,Building B,Suite 156 I Jacksonville,Florida 32211 1904-619-2333 K I W Project:21236.01 June 2,2022 Page 2 of 4 6) In the Construction Phase, review and take other appropriate action on the structural shop drawings only for conformance with the design concept of the project and compliance with the information given in the Contract Documents. 7) Perform a maximum of eleven(11)site visit at intervals appropriate to the various stages of the construction to observe the progress and the quality of the work of the contractor(s)and prepare a written report of each site visit. The total fee for the above services 1)through 7)shall be Twenty-Five Thousand Seven Hundred Fifty Dollars ($25,750.00) plus expenses.The fee breakdown by phase is as follows: Construction Documents Phase $ 10,500.00 Bidding Phase $ 1,500.00 Construction Phase $ 13,750.00 TOTAL $ 25,750.00 Any services authorized by you, in addition to those set forth above,shall be billed in addition to the above total fee at the following rates: Principal $205.00/hour Senior Project Engineer/Senior Project Manager $175.00/hour Project Engineer/Project Manager $152.00/hour Engineer/Structural Designer $140.00/hour CADD/BIM Technician $108.00/hour Administrative $ 75.00/hour to Additional Construction Site Visits $675.00/visit including expensed Expenses 1.15 times cost Any services authorized by you, in addition to those set forth above,shall be billed in addition to the above fee at the above rates. The professional services fee quoted above has been established based on K I W providing a level of structural information consistent with Best Practices Guidelines as established by the AIA during each design phase of the project. K I W recognizes that it is becoming more common for the project owner or construction manager to request detailed structural information during the early design phases of a project, usually so that an early construction cost can be developed.When this request is made, it requires K I W to spend additional time to develop a greater level of structural information beyond what is conventional in the early design phases. If such a request is made after submission of this proposal, KI W reserves the right to change the portion of our total fee allocated to each individual phase of the project and you agree to abide by K I W's proposed changes so long as the total project fee remains unchanged.You also agree that any substantial changes to the structural design arising from decisions made in the early design phases after the development of a greater level of structural information may therefore entitle KI W to additional total project fee to reorganize, remodel, and/or redesign the project to incorporate such proposed design changes. Additional services include, but are not limited to,the following: • Providing SD documentation. • Attending more than one(1) pre-bid meeting with potential contractors. • Responding to contractor inquiries prior to the awarding of the contract to a contractor. KIW Structural Engineers K I W Project:21236.01 June 2,2022 Page 3 of 4 • Making more than the above number of site visits. • Redesign of project foundations as the result of a lack of foundation design information or changed requirements for foundation design • Making revisions to the drawings, specifications, or other documents after approval of information from the Architect. • Providing Opinions of Probable Cost. • Additional site visits to observe and document existing structural conditions because of a lack of available documentation. • Providing redesign services for Contractor's proposed design modifications or for Contractor's proposed substitutions for materials or structural systems. • Preparing a set of record drawings. • "Fast-tracking" of structural design documents which requires the issuance of structural construction documents prior to the issuance of architectural construction documents. • Design of deep foundations. Expenses include travel, meals, parking, photographic processing, copying and printing costs, postage and special shipping costs,costs of tools or special equipment. During the course of the investigative work, we will require access to the building and existing lift station. We may also require that minor demolition of finish materials be accomplished so that we can observe concealed conditions. We will coordinate these with you and the owner to minimize disruption to the facility. As part of our work, we may use one or more of the following: cameras with telephoto lenses,telescope, and ladders. to K I W shall submit monthly statements for services rendered. Payment is due within 30 days of the date of the invoice.A service charge of 1 1/2 percent per month of the outstanding balance may be charged on all balances outstanding more than 60 days.K I W reserves the right to stop work on its work when the balance for invoiced services is outstanding more than 60 days. In providing services under this Agreement, K I W shall perform in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances at the same time and in the same or similar locality. We understand that you may design and manage this project without the assistance of an architect and that KIW may be the only design professional consulting on this project. K I W will assume responsibility for the structural aspects of the project; however,K I W does not assume any responsibility for,and you should not rely on our documents or commentary, for other aspects of the design including, but not limited to, architectural detailing, site/civil, life-safety, mechanical, electrical, plumbing, or any other project aspects not directly related to the building structure. To the fullest extent permitted by law,and notwithstanding any other provision of this agreement,the total liability, in the aggregate, of K I W and K I W's officers, directors, partners, employees, and subconsultants, and any of them, to you and anyone claiming by or through you, for any and all claims, losses, costs, or damages, including attorneys'fees and costs and expert-witness fees and costs of any nature whatsoever or claims expenses resulting from or in any way related to the project or the agreement from any cause or causes shall not exceed One Million Dollars ($1,000,000.00). It is intended that this limitation apply to any and all liability or cause of action however alleged or arising, unless otherwise prohibited by law. KIW Structural Engineers KIW Project:21236.01 June 2,2022 Page 4 of 4 PURSUANT TO SECTION 558.0035 OF THE FLORIDA STATUTES, AN INDIVIDUAL EMPLOYEE OR AGENT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE. KIW shall not be responsible for the means, methods, techniques, sequences, or procedures of construction selected by contractor(s) or the safety precautions and programs incident to the work of contractor(s). KIW's efforts in the Construction Phase will be directed toward providing a greater degree of confidence for you that the completed work of contractor(s) will conform to the Contract Documents, but KIW shall not be responsible for the failure of contractor(s) to perform work in accordance with the Contract Documents. In the event that you make a claim or bring an action against KIW, its officers and/or its employees arising from the performance of our professional services and such action is dismissed or you fail to prove such a claim, then you agree to pay all legal and other costs (including attorneys' fees) incurred by KIW in its defense of such claim. The contract drawings and reports are instruments of service in respect of the project and KIW shall retain ownership and property interest therein whether or not the project is completed. Any reuse without written verification from KIW shall be at your own risk and you hereby indemnify and hold harmless KIW, its officers and employees from all claims, damages, losses, and expenses arising out of or resulting therefrom. Any such reuse or adaptation will entitle KIW to further compensation to be agreed upon by you and KIW. Please indicate your acceptance of this proposal by signing and returning one copy. to Very truly yours, Keister Webb Structural Engineers LLC ACCEPTED BY Kyle W Binninger, PE Client Signature Project Engineer Printed Name and Title Mark J Keister, PE Principal Date Client Project/PO Number KIW Structural Engineers A N 0 250 500 1,000 e .. .W E Feet .• _ aw�F �� s ; ♦ 44♦♦ 43 1 o..g -, ii 11 $41111111 O'''' i **I vs ,o „,,,V fake __ 0G96 4...,. .2 #_,:) io-, . .-- • 1 • ... * s , Legend N Proposed Existing Coi Forcemain Forcemain v Existing Sewer ■■■■ 2 inch - 2.5 inch 1111111 Services ��oi� oc,'` ` _ Existing OWatermain 4 inch I. la, ` Existing Water ■■■■ 6 inch to bi t ` Services 8 inch '■ . 1 Parcels '■ 10 inch I -5�07 ` 12 inch O,o, ik 444 0 16 inch . , Source?ERK G9 GeoEye, G Geogr.phb -3o C Ji CRo U-DA, ,Ae cARID, • I'G N,Egli MG i200 kb:wallow* LS2 Existing 8-inch Forcemain Replacement with 12-inch Forcemain DISCLAIMER This map is for reference Clay County Utility Authority and discussion purposes only.Data provided are denved from multiple sources with varying levels of accuracy. The information shown hereon is not intended for site specific use or design. Revision Date:4/25/2022 Path:C:\Users\Christian Gamit\Documents\GIS\CCUA 8-inch WM Replacement_v2.mxd