Loading...
HomeMy WebLinkAboutRFQ 22-23-A21 Geotechnical Engineering and Testing Contract- CSI GEO Fully ExecutedGEOTECHNICAL ENGINEERING AND TESTING PROFESSIONAL SERVICES CONTINUING CONTRACT BETWEEN CLAY COUNTY UTILLITY AUTHORITY (CCUA) AND CSI GEO, INC. THIS AGREEMENT for GEOTECHNICAL ENGINEERING AND TESTING PROFESSIONAL SERVICES (or this “Agreement”) is made and entered between Clay County Utility Authority (“CCUA”), an independent special district established and created pursuant to Chapter 94-491, Laws of Florida, by Special Act of 1994, 3176 Old Jennings Road, Middleburg, Florida 32068, and CSI GEO, INC., 2394 St. Johns Bluff Road South, Suite 200, Jacksonville, Florida, 32246 (hereinafter referred to as the “CONTRACTOR”). W I T N E S S E T H: WHEREAS, in response to a publicly advertised Request for Qualifications # 2022/2023-A21 Geotechnical Engineering and Testing Professional Services, the Consultant submitted qualifications to CCUA and was selected by CCUA as a qualified applicant in the best interest of CCUA; and WHEREAS, CCUA and the Consultant have negotiated mutually satisfactory terms for the execution of the Agreement and is incorporated by reference and made part hereof; and WHEREAS, the Consultant hereby certifies it has been granted and possesses valid, current licenses to do business in the State of Florida, issued by the respective State Board(s) responsible for regulating and licensing the professional services to be provided and performed by the Consultant pursuant to this Agreement; and WHEREAS, the selection and engagement of the Consultant has been made by CCUA in accordance with the provisions of the Consultants’ Competitive Negotiation Act (“CCNA”), Section 287.055, Florida Statues, and NOW, THEREFORE, in consideration of the mutual covenants, terms, and provisions contained herein, and for other good and valuable consideration, the receipt and legal sufficiency of which is hereby expressly acknowledged, the parties hereto agree that, with mutual acceptance of this Agreement as indicated hereinafter by the execution of this Agreement by both parties, a legally enforceable contract shall exist between both parties consisting of: SECTION 1. TERM OF CONTRACT. The Term of this Agreement shall become effective October 1, 2023 and continue for a period of one (1) year with the option to renew for four (4) additional one year renewal options upon mutual agreement by both parties. SECTION 2. SERVICES BY THE CONSULTANT. A. ASSIGNMENT OF WORK: Work to be performed by the Consultant shall be on an as needed basis as determined by CCUA. All work shall be mutually negotiated with the Page 1 of 59 Consultant and CCUA by Supplemental Agreements at the request of CCUA, When requested, by CCUA, the Consultant shall prepare a detailed scope of services (hereinafter referred to as “Scope”), list deliverables, schedules, work hour budget and a not to exceed fee budget for the associated work needed to complete the “Supplemental Agreement” (herein so called) for CCUA’s review and approval prior to the Consultant beginning any work. Fees shall be based on the established contract hourly rates, feed and charges and as set forth in each Supplemental Agreement. B. COMMENCEMENT OF WORK: The Consultant shall not commence work on the Project or Supplemental Agreement without prior written Notice to Proceed (hereinafter referred to as “NTP”) by CCUA. Following the issuance of such NTP the Consultant shall be authorized to commence work promptly and shall carry on all such services and work as may be required in a timely and diligent manner to completion. The Consultant hereby releases CCUA from any claim for damages or compensation, whether in contract, tort or otherwise, in the event that no NTP is issued pursuant to this Agreement. C. SCHEDULE OF WORK: All services and duties shall be conducted and performed by the Consultant diligently, completely and in accordance with professional standards of conducted and performance. The Consultant acknowledges the importance of CCUA’s schedules and agrees to put forth its reasonable professional efforts in performing the services under this Agreement with due diligence to achieve the mutually agreed upon schedules. The Consultant agrees to employ, engage, retain and/or assign an adequate number of personnel throughout the period of this Agreement so that all Supplemental Agreement(s) and Scope(s) will be provided, performed and completed in a timely and diligent manner throughout. Should the Consultant be obstructed or delayed in the prosecution or completion of its obligations under this Agreement and its Supplemental Agreement(s) as a result of causes beyond the control of the Consultant, or its subconsultant(s) and/or subcontractor(s), and not due to its fault or neglect, the Consultant shall notify CCUA in writing, within five (5) calendar days after the commencement of such delay, stating the cause(s) therof and requesting an extension of the Consultant’s time performance. Upon receipt of the Consultant’s request for an extension of time, CCUA will begin determination with the Consultant of the length of extension and legitimacy of cause. D. ADDITIONAL SERVICES: “Additional services” (herein so called) beyond the work identified in the Supplemental Agreement Scope shall only be authorized to be performed or provided by the Consultant when agreed to in writing in advance by both parties. In any case in which the Consultant deems that additional compensation is due for its services or materials which is not expressly covered in the Supplemental Agreement, or not specifically authorized in writing by CCUA, the Consultant shall notify CCUA in writing and must receive prior written approval therefrom CCUA. If the Consultant fails to provide its written notice or does not receive CCUA’s written approval prior to performing or providing any Additional Services, the Consultant shall not receive and additional compensation for the same. E. QUALITY CONTROL: The Consultant shall perform Quality Control (hereinafter referred to as "QC”) review for all deliverables and supporting work prepared by the Page 2 of 59 Consultant upon which those documents are based. The Consultant shall provide CCUA with a summary of each QC reviewed document which identifies the document reviewed and the QC review steps that were performed. The Consultant shall keep the original or copy of each QC reviewed document bearing distinguishable markings that identify the QC review steps that were performed by whom and when for the Duration of this Agreement and in accordance with the Retention of Documents section of this Agreement. The Consultant shall provide copies of the QC documents to CCUA upon request. F. STANDARD OF CARE: The Consultant shall put forth its reasonable professional efforts to comply with applicable laws, codes, rules, and regulations in effect as of the date of the execution of this Agreement and the date of deliverables or submissions. In providing services the Consultant shall perform in a manner which, at a minimum, is 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. The Consultant is responsible for the quality, accuracy, completeness, and coordination of all deliverables and other services the Consultant or it subconsultants, subcontractors, or vendors provide. G. ESTIMATES OF PROBABLE CONSTRUCTION COST: In providing estimates of probable construction cost, CCUA understands that the Consultant has no control over the cost or availability of labor, equipment, or materials, or over market conditions or a contractor's pricing, and that the Consultant's estimates of probable construction costs are made on the basis of the Consultant's professional judgment and experience. The Consultant makes no warranty, express or implied, that the bids or the negotiated cost of the work will not vary from the Consultant's estimate of probable construction cost. H. CERTIFY, CERTIFICATION: A statement of the Consultant's opinion, based on its own observation of conditions, to the best of the Consultant's professional knowledge, information, and belief. Such statement of opinion does not constitute a warranty or guarantee, either express or implied. I. PERMITS AND APPROVALS: The Consultant shall assist CCUA in preparing, coordinating, applying, and submitting for those permits, approvals and extensions required by law and rule for projects similar to the one for which the Consultant's services are being engaged. This assistance shall consist of completing and submitting forms and other supportive information necessary to the appropriate regulatory agencies having jurisdiction over the Consultant’s documents and other services normally provided by the Consultant and shall be included in the Scope of the Supplemental Agreement. J. LICENSES: The Consultant agrees to obtain and maintain throughout the period this Agreement is in effect, all such licenses as are required to do business in the State of Florida, including but not limited to licenses required by the respective State Board(s) and other governmental agencies responsible for regulating and licensing the professional services provided and performed by the Consultant pursuant to this Agreement and the Scope and services provided therein. Page 3 of 59 K. RESPONSIBILITY TO CORRECT: In accordance with the generally accepted standards of the Consultant’s profession, the Consultant agrees to be responsible for the professional quality, technical adequacy and accuracy, timely completion, and the coordination of all data, studies, surveys, designs, specifications, calculations, estimates, plans, drawings, construction documents, photographs, reports, memoranda, other documents and instruments, and other services, work and materials performed, provided and/or furnished by Consultant or by any subconsultant(s) and/or subcontractor(s) retained or engaged by the Consultant pursuant to this Agreement (hereinafter referred to as “Work Products”). The Consultant shall, without additional compensation, correct, revise, or have corrected or revised any errors, omissions and other deficiencies in such Work Products resulting from consultant or any subconsultant(s), vendor(s) or subcontractor(s) engaged by the Consultant. SECTION 3. COMPENSATION. A. OVERHEAD AND PROFIT RATES: Proposed overhead rates shall conform to Federal Acquisition Regulations as established by a governmental audit or certified to by a Certified Public Accountant. Fees to the Consultant shall be established based on raw hourly salary rates plus a not to exceed overhead and profit rate factor of 1.9 for a combined total hourly multiplier of 2.9 for services. Profit rates shall only be applied to direct labor plus overhead. No markup or profit shall be paid on non-labor related job costs, reimbursables, or on services provided by subconsultants, vendors or others. Any work or professional services subcontracted for by the Consultant for which CCUA has agreed to reimburse the Consultant shall not be marked-up but shall be payable by CCUA only in the exact amount reasonably incurred by the Consultant. No other such subcontracted services shall be reimbursed. B. COMPLETION: Payment of the entire fee or lump sum amount is contingent upon Consultant’s final completion of the entire Scope as specified in this Agreement. Such final completion of the Scope must be acceptable to and accepted by CCUA. Such acceptance by CCUA may not be unreasonably denied. In the event the Consultant does not complete the entire Scope, then the lump sum amount will be pro-rated using the ratio that the amount actually completed, and which is acceptable to and accepted by CCUA bears to the entire Scope. Unless otherwise set forth in this Agreement the Consultant shall be responsible for providing and performing whatever services, work, equipment, material, personnel, supplies, facilities, transportation, and administrative support that are necessary and required to complete all of the Scope and conformance with the provisions of this Agreement. C. INVOICE PROCEDURE: Invoices shall be submitted by the Consultant monthly on an “as incurred” basis and shall be made by CCUA in accordance with the Local Government Prompt Payment Act (the “Act”). Upon receipt of a proper statement, invoice or draw request CCUA shall have the number of days provided in the Act in which to make payment. Invoices shall be in a form and containing such documentation as reasonably required by CCUA. Each such invoice shall include project name, project Page 4 of 59 number, breakdown of charges, description of service(s), work provided and/or performed, supportive documentation, the amount of payment requested, the amount previously paid, the total contract value, the percent completed since the last invoice, the total percent completed to date, and any other such information as may be reasonable and necessary to secure the written approval of the invoice by CCUA. Each invoice shall contain a statement that it is made subject to the provisions and penalty of Section 837.06, Florida Statutes. If CCUA objects to any portion of an invoice, CCUA shall so notify the Consultant. CCUA shall identify specific cause of the disagreement and the amount in dispute and request revision. Any dispute over invoiced amounts due which cannot be resolved within thirty (30) calendar days after presentation of invoice by direct negotiation between the parties shall be resolved in accordance with the Dispute Resolution provision of this Agreement. D. PROMPT PAYMENT TO SUBCONSULTANTS AND VENDORS: The Consultant as a condition precedent to progress and final payments to the Consultant, the Consultant shall provide to CCUA, with its requisition for payment, documentation that sufficiently demonstrates that the Consultant has made proper payments to its subconsultants and vendors from all prior payments that Consultant has received from CCUA. The Consultant shall not unreasonably withhold payments to subconsultants and vendors if such payments have been made to the Consultant. If the Consultant withholds payment to its subconsultants and vendors, which payment has been made by CCUA to the Consultant, the Consultant shall return said payment to CCUA. The Consultant’s failure to pay undisputed amounts to the subconsultants and vendors within thirty (30) business days, after the Consultant receives payment from CCUA, shall be a breach of this Agreement and may result in termination of this Agreement in the discretion of CCUA. E. PAYMENT WHEN SERVICES ARE TERMINATED AT THE CONVENIENCE OF CCUA: In the event of termination of this Agreement at the convenience of CCUA, and not due to the fault of the Consultant, CCUA shall compensate the Consultant only for: (1) all services performed prior to the effective date of termination, including the overhead and profit allocable to the services performed; (2) reimbursable expenses then due; and (3) reasonable expenses incurred by the Consultant in affecting the termination of services and work, and incurred by the Consultant’s submittal to CCUA of drawings, plans, data, and other documents therefor. F. PAYMENT WHEN SERVICES ARE SUSPENDED: In the event CCUA suspends the Consultant’s services of work on all or part of the services required to be provided and performed by the Consultant pursuant to this Agreement, CCUA shall compensate the Consultant only for services performed prior to the effective date of suspension, including the overhead and profit allocable to the services performed, and reimbursable expenses then due and any reasonable expenses incurred or associated with, or as a result of such suspension. G. NON-ENTITLEMENT TO ANTICIPATED FEES: In the event the services required pursuant to this Agreement are terminated, eliminated, cancelled, or decreased due to: Page 5 of 59 termination; suspension in whole or in part; and and/or are modified by the subsequent issuance of Supplemental Agreement(s) other than receiving the compensation set forth in Sections 2.E and 2.F above, the Consultant shall not be entitled to receive compensation for anticipated professional fees, profit, general and administrative overhead expenses or for any other anticipated income or expense which may be associated with the services which are terminated, suspended, eliminated, cancelled or decreased. H. TRAVEL: CCUA shall not be billed or invoiced for time spent traveling to and from the Consultant's offices or other points of dispatch of its subcontractors, employees, officers, or agents in connection with the services being rendered, other than as provided for in this Agreement. If and only if travel and per diem expenses are addressed in the contract or agreement in a manner which expressly provides for CCUA to reimburse the Consultant for the same, then CCUA shall reimburse the Consultant only for those travel and per diem expenses reasonably incurred and only in accordance with the provisions of Section 112.061, Florida Statutes. In the event the Consultant has need to utilize hotel accommodations or common carrier services, CCUA shall reimburse the Consultant for its reasonable expense incurred thereby provided prior approval of the Executive Director of CCUA, or its designee, is obtained. I. REIMBURSIBLE: CCUA shall not be liable to reimburse the Consultant for any courier service, telephone, facsimile, copying expenses or postage charges incurred by the Consultant. SECTION 4. PERSONNEL A. QUALIFIED PERSONNEL: The Consultant agrees when the services to be provided and performed relate to a professional service(s) which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, to employ and/or retain only qualified personnel to be in responsible charge of all Scope to be provided pursuant to this Agreement. B. CONSULTANT’S PROJECT MANAGER: The Consultant agrees to employ and designate, in writing, a qualified and, if required by law, a licensed professional to serve as the “Consultant’s Project Manager” (herein so called). The Consultant’s Project Manager shall be authorized and responsible to act on behalf of the Consultant with respect to directing, coordinating and administering all aspects of the Scope to be provided and performed under this Agreement and Supplemental Agreement(s) thereto. The Consultant’s Project Manager shall have full authority to bind and obligate the Consultant on any matter arising under this Agreement and Supplemental Agreement(s) unless substitute arrangements have been furnished in advance to CCUA by the Consultant in writing. The Consultant agrees that the Consultant’s Project Manager shall devote whatever time is required to satisfactorily direct, supervise and manage the Scope and services provided and performed by the Consultant throughout the entire period this Agreement is in effect. Page 6 of 59 SECTION 5. RETENTION OF DOCUMENTS. 1. The Consultant agrees to maintain all documents, including electronic documents, related to the Project for a period of not less than five (5) years, in a reasonably accessible manner consistent with the Consultant's internal document retention policy. A. REASONABLY ACCESSIBLE: In order to be considered reasonably accessible, such documents must not be deleted or totally destroyed such that they cannot be reproduced or only be restored at a significant cost. B. DOCUMENT RETENTION POLICY: A written policy by which each employee, subcontractor, and subconsultant and its subcontractors or subconsultants of any tier, follows the same protocol to retain all required documents related to a project in a consistent, organized manner sufficient to allow efficient retrieval of same. SECTION 6. PUBLIC FUNDS CCUA’s performance of this Agreement shall be contingent upon and subject to the existence of lawfully appropriated public funds for each fiscal year (i.e., October 1 through and including the next following September 30) of CCUA. SECTION 7. EXTENT OF AGREEMENT This Agreement, together with the Request for Qualifications (“RFQ”), Addendums, Consultant’s response submittal to the RFQ, all attachments and forms, represents the final and completely integrated Agreement between the parties regarding its subject matter and supersedes all prior negotiations, representations, or agreements, either written or oral. Any pre-printed provisions of the Consultant’s written materials, contract forms, or documents to the contrary notwithstanding, no transportation surcharges shall apply, and no policies of the Consultant available on the Consultant’s website or retained in the Consultant’s office are incorporated by reference nor shall be deemed to be part of this Agreement, unless the same is attached this Agreement, and separately signed by the duly authorized signor for CCUA. SECTION 8. PROHIBITION AGAINST CONTINGENT FEES The Consultant shall not have employed or retained any company or person, other than an employee working solely for the Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than an employee working for the Consultant, any fee, commission percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this agreement. For the breach or violation of these provisions, CCUA shall have the right to terminate this Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such a fee, commission, percentage, gift, or consideration. SECTION 9. STATUS Page 7 of 59 Any pre-printed provisions of the Consultant’s written materials, contract forms, or documents to the contrary notwithstanding, the CCUA’s entry into the contract or agreement with consultant does not give Consultant any preferential status, “most favored nations” status, nor right of first refusal to any renewal or for any other contract or agreement to provide other goods and/or services to the CCUA. SECTION 10. OWNERSHIP OF INSTRUMENTS OF SERVICE CCUA shall retain ownership of all Work Products including electronic files, field data, pictures, notes and other documents and instruments prepared by the Consultant as instruments of service. The Consultant shall not be liable for any re-use of such documents for other than the specific purpose intended without the Consultant's written verification or adaptation thereof. SECTION 11. INSURANCE GENERAL LIABILITY INSURANCE The limits of this insurance shall not be less than the following limits: Each Occurrence Limit $1,000,000 Personal & Advertising Injury Limit $1,000,000 Medical Expense Limit (any one person) $ 10,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate Limit $1,000,000 General liability coverage shall apply to “bodily injury” and to “property damage” occurring on, about, or in transit to CCUA’s premises for the covered operations or professional services to be performed for CCUA by or on behalf of the additional insureds. WORKERS’ COMPENSATION AND EMPLOYER’S LIABILITY INSURANCE The Contractor shall purchase and maintain at the Contractor’s sole expense Workers’ Compensation and Employer’s Liability insurance coverage for the life of this Agreement. The Limits of this insurance shall not be less than the following limits: Part One – Workers’ Compensation Insurance – Unlimited Statutory Benefits as provided in the Florida Statutes Part Two – Employer’s Liability Insurance Bodily Injury By Accident $1,00,000 Each Bodily Injury By Disease $1,00,000 Policy Bodily Injury By Disease $1,00,000 Each *If leased employees are used, policy must include an Alternate Employer’s Endorsement. EXCESS LIABILITY INSURANCE The Contractor shall purchase and maintain at the Contractor’s sole expense Excess Liability (Umbrella Form) insurance coverage for the life of this Contract. The Limits of this insurance shall not be less than the following limits: Page 8 of 59 Each Occurrence Limit $1,000,000 Aggregate Limit $1,000,000 PROFESSIONAL LIABILITY (ERRORS & OMISSIONS) This additional coverage will be required for all projects involving consultants and similar exposures. The Contractor shall purchase and maintain at the Contractor’s sole expense Professional Liability insurance coverage for the life of this Agreement. The minimum amount of such insurance shall be as follows: Per Claim/Annual Aggregate $1,000,000 Professional Liability coverage will be provided on an Occurrence Form or a Claims Made Form with a retroactive date to at least the first date of this Agreement. If provided on a Claims Made Form, the coverages must respond to all claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. CYBER AND DATA SECURITY LIABILITY This additional coverage will be required of Proposer for information technology services, software providers, programmers, and similar exposures. The Contractor shall purchase and maintain at the Contractor’s sole expense Cyber and Data Security Liability insurance coverage for the life of this Contract. The minimum amount of such insurance shall be as follows: Technology Errors and Omissions Liability coverage $1,000,000/per claim Media $1,000,000/per claim Network and Data (Information) Security $1,000,000/per claim Policy coverage must include Third Party Liability coverage. CRIME/FIDELITY COVERAGE This additional coverage will be required for all service providers involving information technology services, Pension consulting and administration, and similar exposures. The Contractor shall purchase and maintain at the Contractor’s sole expense Crime/Fidelity and/or Fiduciary Liability insurance coverage for the life of this Contract. The minimum amount of such insurance shall be as follows: Third Party Employee Dishonesty $1,000,000 Contractor shall require each of its subcontractors/vendors to likewise purchase and maintain at their expense Commercial General Liability insurance, Workers’ Compensation and Employer’s Liability coverage, Automobile Liability insurance and Excess Liability insurance coverage meeting the same limit and requirements as the Contractor/Vendors insurance. Certificates of Insurance acceptable to CCUA for the Contractor / subcontractor / vendor’s insurance must be received within five (5) days of Notification of Selection and at time of signing Agreement. Page 9 of 59 Certificates of Insurance and the insurance policies required for this Agreement shall contain an endorsement that coverage afforded under the policies will not be cancelled or allowed to expire until at least thirty (30) days prior written notice has been given to CCUA. Certificates of Insurance and the insurance policies required for this Agreement will include a provision that policies, except Workers’ Compensation, are primary and noncontributory to any insurance maintained by the Contractor/subcontractor/vendor. CCUA must be named as an Additional Insured and endorsed onto the Commercial General Liability (CGL), Auto Liability and Excess Liability policy(ies). A copy of the endorsement(s) must be supplied to CCUA within ten (10) days following the execution of the Agreement or prior to the first date of professional services being provided, whichever comes first. The Contractor waives, and the Contractor shall ensure that the Contractor’s insurance carrier waives, all subrogation rights against CCUA and CCUA’s officers, employees, and volunteers for all losses or damages. CCUA requires the policy to be endorsed with WC 00 03 13 Waiver of our Right to Recover from Others or equivalent. CCUA shall retain the right to review, at any time, coverage from, and amount of insurance. The procuring of required policies of insurance shall not be construed to limit the Contractor’s liability or to fulfill the indemnification provisions and requirements of this Agreement. The Contractor shall be solely responsible for payment of all premiums for insurance contributing to the satisfaction of this Agreement and shall be solely responsible for the payment of all deductibles and retentions to which such policies are subject, whether or not CCUA is an insured under such policy(ies). A. The CONTRACTOR shall name CCUA as a certificate holder and as additional insured, to the extent of the services to be provided hereunder, on all required insurance policies, and provide CCUA with proof of same. B. The CONTRACTOR, and any authorized subcontractor(s), shall provide CCUA’s Procurement Department with Certificate(s) of Insurance evidencing such coverage for the duration of this Agreement. Said Certificate(s) of Insurance shall be dated and show: 1. The name of the insured CONTRACTOR; 2. The Agreement by name and CCUA Contract or RFQ number; 3. The name of the insurer; 4. The number of the policy; 5. The effective date; 6. The termination date; and 7. A statement that the insurer will mail notice to CCUA at least thirty (30) days prior to any material changes in the provisions or cancellation of the policy. C. Receipt of certificates or other documentation of insurance or policies or copies of policies by CCUA, or by any of its representatives, which indicates less coverage than is required, does not constitute a waiver of the CONTRACTOR’s obligation to fulfill the insurance requirements specified herein. Page 10 of 59 D. The CONTRACTOR shall ensure that any subcontractor(s), hired to perform any of the duties contained in the Scope of Services of this Agreement, maintain the same insurance requirements set forth herein. In addition, the CONTRACTOR shall maintain proof of same on file and made readily available upon request by CCUA. SECTION 12. NON-RENEW Any pre-printed provisions of the Consultant’s written materials, contract forms or documents to the contrary notwithstanding, the same shall not automatically renew but shall be renewed only upon subsequent written agreement of the parties. SECTION 13. TERMINATION AND SUSPENSION CCUA or the Consultant may terminate this Agreement at any time, with or without cause, by giving ten (10) days’ notice to the other in writing. In the event of termination, all finished or unfinished Work Products prepared by the Consultant pursuant to this Agreement, shall be provided to CCUA. In the event CCUA terminates this Agreement prior to completion without cause, Consultant may complete such analyses and records as may be necessary to place its files in order. This Agreement shall be terminated, with twenty-four (24) hour notice to the Consultant in the event that funds become unavailable to CCUA for any reason whatsoever. This Agreement, or any portion hereof, may be suspended from time to time for various periods of time or during any of the Consultant’s performance of the Supplemental Agreements proposed hereunder, permanently, or temporarily, by action of CCUA. SECTION 14. INDEPENDENT CONTRACTOR Consultant is and shall be at all times during the term of this Agreement an independent contractor and not an employee of CCUA. Consultant agrees that it is solely responsible for the payment of taxes applicable to the services performed under this Agreement and agrees to comply with all local, state, and federal laws regarding the reporting of taxes, maintenance of insurance and records, and all other requirements and obligations imposed on the Consultant as a result of its status as an independent contractor. Consultant is responsible for providing the office space and administrative support necessary for the performance of services under this Agreement. CCUA shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance of unemployment compensation programs or otherwise assuming the duties of an employer with respect to the Consultant or any employee of consultant. SECTION 15. CONFLICT OF INTEREST The Consultant represents that to the best of its knowledge and belief it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. The Consultant further agrees that no person having any such interest shall be employed or engaged by the Consultant for said performance. If Consultant, for itself and on behalf of its subconsultants, is about to engage in representing another Page 11 of 59 client, which it in good faith believes could result in a conflict of interest with the work being performed by the Consultant or such subconsultant under this Agreement, then it will promptly bring such conflict of interest to CCUA’s attention, in writing. CCUA will advise the Consultant, in writing, within ten (10) business days if such a conflict of interest exists. If CCUA determines that there is a conflict of interest, Consultant or such subconsultant shall decline the representation upon written notice by CCUA. If CCUA determines that there is no such conflict of interest, then CCUA shall give its written consent to such representation. If Consultant or subconsultant accepts such a representation, without obtaining the CCUA’s prior written consent, and if CCUA subsequently determines that there is a conflict of interest between such representation and the work being performed by consultant or such subconsultant under this Agreement, then the Consultant or such subconsultant agrees to promptly terminate such representation. Consultant shall require each of such subconsultants to comply with the provisions of this Section. Should the Consultant fail to advise or notify CCUA as provided herein above of representation which could, or does, result in a conflict of interest, or should the Consultant fail to discontinue such representation, CCUA may consider such failure as justifiable cause to terminate this Agreement. SECTION 16. CCUA’S APPROVAL Neither review, approval, or acceptance by CCUA of services or Work Products furnished by the Consultant, or any subconsultant(s), vendor(s) or subcontractor(s) engaged by the Consultant, shall not in any way relieve Consultant of responsibility for the adequacy, completeness and accuracy of its services or Work Products or any and all of its subconsultant(s), vendor(s) and/or subcontractor(s) engaged by the Consultant to provide and perform services in connection with this Agreement. Neither the CCUA’s review, approval or acceptance of, nor payment for, any of the Consultant’s services or Work Products shall be construed to operate as a waiver of any of CCUA’s rights under this Agreement, or any cause of action it may have arising out of the performance of this Agreement. SECTION 17. CONFIDENTIALITY AND PUBLIC RECORDS COMPLIANCE The Consultant agrees, during the term of this Agreement, to comply with Chapter 119.071(3), Florida Statutes, and not to divulge, furnish or make available to any third person, firm or organization, without CCUA’S prior written consent, or unless incident to the proper performance of the Consultant’s obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by the Consultant or any subconsultant(s) or subcontractor(s), pursuant to this Agreement. Subject to the foregoing provisions and law applicable to confidential information, the Consultant will keep and maintain public records required by CCUA, which is a public agency, in order for the Consultant to perform the services and the work required by the Scope, and upon request from CCUA’s custodian of public records, Contractor shall provide CCUA with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119.07, Florida Statutes, or as otherwise provided by law. The Consultant shall require all of its employees, subconsultant(s) and subcontractor(s) to comply with provisions of this paragraph. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT’S DUTY Page 12 of 59 TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT: Public Records 3176 Old Jennings Road Middleburg, Florida 32068 (904) 272-5999 Recordsrequest@clayutility.org SECTION 18. PROPERTY DAMAGE The Consultant agrees to promptly repair and/or replace, or cause to have repaired and/or replaced, at its sole cost and expense and in a manner acceptable to and approved by CCUA, any property damage arising out of, or caused by, the willful or intentional misconduct or negligent acts of the Consultant, or its subconsultants and/or subcontractors. The Consultant’s obligation under this subsection does not apply to property damage caused in whole or in part by any other consultant or contractor engaged directly by CCUA. CCUA reserves the right, should the Consultant fail to make such repairs and/or replacement within a reasonable period of time, to cause such repairs and/or replacement to be made by others and for all costs and expenses associated with having such repairs and/or replacement done to be paid for by the Consultant’s compensation fund or by the Consultant reimbursing CCUA directly for all such costs and expenses. SECTION 19. NONDISCRIMINATION AND EQUAL OPORTUNITY The Consultant shall comply with all state and federal laws, as currently written or hereafter amended, or other applicable laws prohibiting discrimination, unless based upon a bona fide occupational qualification as provided in or as otherwise permitted by other applicable laws. Consultant’s or its subconsultants, subcontractors and/or vendors shall be certified as minority business enterprise as defined in Section 288.703, Florida Statutes, to count towards participation goals or requirements. The failure of the Consultant to adhere to relevant stated requirements shall subject the Consultant to any sanctions which may be imposed upon CCUA. SECTION 20. INDEMNIFICATION The Consultant shall indemnify and hold harmless CCUA, and the CCUA's officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. All indemnification provisions contained this Agreement are separate and apart from, and are in no way limited by, any insurance provided pursuant to this Agreement or otherwise. All indemnification provisions of this Agreement, relating to Indemnification shall survive the term of this Agreement, and any holdover and/or Agreement extensions thereto, whether such term expires naturally by the passage of time or is earlier terminated earlier pursuant to the provisions of this Agreement. With respect to any indemnification by CCUA provided under the contract or agreement, any such indemnification Page 13 of 59 shall be subject to and within the limitations set forth in Section 768.28, Florida Statutes, and to any other limitations, restrictions and prohibitions that may be provided by law, and shall not be deemed to operate as a waiver of CCUA’s sovereign immunity. SECTION 21. GOVERNING LAW CCUA and the Consultant agree that this Agreement and any legal actions concerning its validity, interpretation and performance shall be governed by the laws of Clay County, Florida without regard to any conflict of law’s provisions, which may apply the laws of other jurisdictions. It is further agreed that any legal action between CCUA and the Consultant arising out of this Agreement, or the performance of the services shall be brought in a court of competent jurisdiction in Clay County, Florida. SECTION 22. DISPUTE RESOLUTION In an effort to resolve any conflicts that arise during or relate to the Consultant’s performance of the Agreement, CCUA and the Consultant agree that all disputes between them arising out of or relating to this Agreement shall be submitted to nonbinding mediation. The Consultant further agrees to include a similar mediation provision in all agreements with independent subcontractors and subconsultants retained by the Consultant for this Agreement or any Supplemental Agreement(s), and to require all independent subcontractors and subconsultants also to include a similar mediation provision in all agreements with its subcontractors, subconsultants, suppliers, vendors and fabricators, thereby providing for mediation as the primary method for dispute resolution among the parties to all those agreements. CCUA shall not be bound by any provision requiring binding arbitration or binding mediation of disputes. If a dispute arises either party shall follow the following provisions: provide written explanation of the dispute a minimum 30 days’ notice to the other party prior to mediation, the mediator shall be a member of the National Academy of Distinguished Neutrals (“NADN”), if an impasse is reached there shall be a sixty (60) day cooling off period required, a minimum 30 days written notice shall be provided to the other party prior to filing suit in any court after the cooling off period. SECTION 23. THIRD PARTY BENEFICIARIES Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either CCUA or the Consultant. The Consultant's services under this Agreement are being performed solely for CCUA’s benefit, and no other party or entity shall have any claim against the Consultant because of this Agreement or the performance or nonperformance of services hereunder. CCUA and Consultant agree to require a similar provision in all contracts with contractors, subcontractors, subconsultants, vendors and other entities involved in this Agreement or Supplemental Agreement(s) to carry out the intent of this provision. SECTION 24. TRUTH IN NEGOTIATION CERTIFICATION The Consultant understands and agrees that execution of this Agreement by the Consultant shall be deemed to be simultaneous execution of a truth-in-negotiation certificate under this provision to the same extent as if such certificate had been executed apart from this Agreement, such Page 14 of 59 certificate being required by Section 287.055, Florida Statutes. Pursuant to such certificate, the Consultant hereby states that the wage rates and other factual unit costs supporting the compensation hereunder are accurate, complete, and current at the time of contracting. Further the Consultant agrees that the compensation hereunder shall be adjusted to exclude any significant sums where CCUA determines the Compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs, provided that any and all such adjustments shall be made within one (1) year following the completion date of this Agreement or Supplemental Agreement(s). SECTION 25. AMENDMENTS This Agreement may be amended only by written instrument specifically referring to this Agreement and executed with the same formalities as this Agreement. SECTION 26. ASSIGNMENT Neither party to this Agreement shall transfer, sublet or assign any rights or duties under or interest in this Agreement, including but not limited to monies that are due or monies that may be due, without the prior written consent of the other party. Subcontracting to subconsultants, normally contemplated by the Consultant as a generally accepted business practice, shall not be considered an assignment for purposes of this Agreement. SECTION 27. ATTORNEY’S FEES In any action involving the enforcement or interpretation of this Agreement, each party, whether CCUA or the Consultant, shall be responsible for its own respective attorneys' fees and costs. SECTION 28. WAIVER The failure of either party to exercise any of its rights is not a waiver of those rights. A party waives only those rights specified in writing and signed by the party waiving its rights. Oral modification or rescission of this Agreement by an employee or agent of either party, shall not release either party of its obligations under this Agreement, shall not be deemed a waiver of any rights of either party to insist upon strict performance hereof, or of either party’s rights or remedies under this Agreement or by law, and shall not operate as a waiver of any of the provisions hereof. SECTION 29. SURVIVAL OF REMEDIES The parties’ remedies shall survive the termination of this Agreement. SECTION 30. PROVISIONS SEVERABLE In the event any of the provisions of this agreement should be found to be unenforceable, it shall be stricken and the remaining provisions shall be enforceable. Page 15 of 59 SECTION 31. FINANCIAL CONSEQUENCES Should the Consultant fail to comply with any term of this Agreement, CCUA shall take one or more of the following actions, as appropriate in the circumstances: • Temporarily withhold payments pending correction of the deficiency, • Disallow all or part of the cost of the activity or action not in compliance, • Wholly or partially suspend or terminate this Agreement, • Withhold further awards to the Consultant, and/or • Take further remedies that may be legally or equitably available. SECTION 32. DOCUMENTS CONSTITUTING ENTIRE AGREEMENT The following documents are hereby incorporated and made part of this Agreement: 1. Exhibit A – Scope of Services 2. Exhibit B – Original Statement of Qualification (SOQ) submitted by Contractor In the event of a conflict between the covenants, terms, and/or provisions of this Agreement and Exhibit “A,” the provisions of the Agreement shall take precedence. SECTION 33. NOTICE The parties hereto agree and understand that written notice, mailed or delivered to the last known mailing address, shall constitute sufficient notice to CCUA and the CONTRACTOR. All notices required and/or made pursuant to this Agreement to be given to CCUA and the CONTRACTOR shall be in writing and given by way of the United States Postal Service, first class mail, postage prepaid, addressed to the following addresses of record: CCUA: Clay County Utility CCUA Attention : Angelia Wilson Procurement Manager 3176 Old Jennings Road Middleburg, Florida 32068 CONTRACTOR: William Price CSI GEO, Inc. 2394 St. Johns Bluff Road South, Suite 200 Jacksonville, Florida 32246 SECTION 34. CLIENT SERVICE MANAGERS CCUA and the CONTRACTOR have identified individuals as “Client Service Managers” (herein so called), listed below, who shall have the responsibility for managing the Scope of Services to be performed under this Agreement. The person or individual identified by the CONTRACTOR to serve as the Client Service Manager for this Agreement, or any replacement thereof, is subject Page 16 of 59 to prior written approval and acceptance by CCUA. If CCUA or CONTRACTOR replace their own current Client Service Manager with another individual, an amendment to this Agreement shall not be required. CCUA will notify the CONTRACTOR, in writing, if the current CCUA Client Service Manager is replaced by another individual. A. CCUA Client Service Manager’s contact information is as follows: Paul Steinbrecher, PE Chief Engineer Clay County Utility CCUA 3176 Old Jennings Road Middleburg, Florida 32068 Phone: 904-213-2408 Email: psteinbrecher@clayutility.org B. The CONTRACTOR Client Service Manager’s contact information is as follows: William Price CSI GEO, Inc. 2394 St. Johns Bluff Road South, Suite 200 Jacksonville, Florida 32246 Phone: 904-309-8590 Email: jrenzi@csi-geo.com SECTION 35. COUNTERPARTS, ELECTRONIC TRANSACTION, AND ELECTRONIC SIGNATURES This Agreement may be electronically executed by the parties in counterparts up to but not exceeding the number of parties, each of which shall be deemed an original and all of which, taken together, shall constitute one agreement. Each party may deliver its executed signature page by email transmission to the other parties at the email addresses set forth herein. Delivery shall be effective and complete upon completion of such email transmission. The parties agree that electronic signatures may be use in the execution of this Agreement in accordance with Parts I and II of Chapter 668, Florida Statutes. SECTION 36. SIGNATORY. Each signatory below represents and warrants that he or she has the full power and is duly authorized, by their respective party, to enter into and perform under this Agreement. Such signatory further represents that he or she has fully reviewed and understands the terms and conditions set forth in this Agreement, including exhibits, and fully intends to abide by and comply with all of the terms and conditions set forth herein. Page 17 of 59 Exhibit ‘A’ Scope of Services Project Description Work to be performed by the Consultant shall be on an as needed basis as determined by CCUA. When requested, by CCUA, the Consultant shall prepare a detailed scope of services based on the CCUA’s specific request. All work shall be mutually negotiated with the Consultant and CCUA by Supplemental Agreements and shall conform to the established rate schedule in the Agreement. Work shall not commence on any Project or Supplemental Agreement without prior written Notice to Proceed by CCUA. Project Scope of Services CCUA requests qualified individuals and firms with experience in all phases of geotechnical engineering design services. The Successful Responder(s) (hereinafter referred to as “Consultant” or “Firm”) shall provide drilling, testing, drawings, details, reports, studies, investigations, engineering documents, specifications, and related services. The services will be utilized by the Authority for various projects or improvement projects within the Authority’s service district on an as needed basis Services shall be for a variety of planning, design, and construction projects. A. The Consultant’s services shall include all personnel, labor, materials, overhead, equipment, postage, printing, copying, plotting, mileage, deliveries, all costs (direct and indirect), administrative costs, reimbursables, and all things necessary to provide all research, recommendations, studies, conferences, presentations, written documents, designs, specifications, details, drawings, issuance of certificates for payment, review of documents, inspections, supervision and approval of work, preparation of addendums and field orders, change orders, respond to requests for information, work acceptance as necessary to accomplish assigned projects. B. The Authority will outline individual project requirements. Consultants shall provide detailed specific project scopes, schedules, completion dates, work hours, fees, and total not to exceed price with each individual Supplemental Agreement authorized and executed prior to commencement of any work. Consultant shall follow the authorized Supplemental Agreement(s). Consultant shall complete work according to proposed project timeline and shall provide all deliverables in a timely manner and within the total not to exceed price stated in the Supplemental Agreement. C. The Authority may request the following, but not limited to, summary of potential professional services during the term of the Agreement: a. Soil Borings, b. Geoprobs, c. Hand Augers, d. Test Pits, e. Testing (verification testing and quality assurance), f. Laboratory Testing, g. Seasonal high groundwater table determinations (iron oxide lens staining), h. Encountered groundwater table, i. Evaluation of the subsurface conditions, j. Evaluation of on-site soil for use as structural fill/backfill material, Page 19 of 59 k. Unsuitable soil expectations (silts, clays, or other deleterious materials), l. Interpret and review the subsurface soil conditions, m. Foundation preparation recommendations, n. Provide foundation support (i.e. piles or engineered soils stabilization) installation instructions, o. Provide foundation support (i.e. piles or engineered soils stabilization) testing program and specifications during construction, p. Perform vertical and lateral pile analysis per the loading criteria provided by the structural engineer, q. Provide recommended installation quality control plan (i.e. piles or engineered soil stabilization), r. Site earthwork recommendations and site preparation, s. Flag boring and test pit locations for inclusion into the site survey, t. Boring and test pit logs, u. Boring and test pit map, v. Geotechnical engineering report, w. Phase I Environmental Site Assessment report (ASTM E1527-13, Standard Practice for Environmental Site Assessments). D. Consultants shall use its past experiences to give professional guidance and judgement that produces a reasonable outcome that will benefit the Authority. The Consultant shall develop deliverables that reduce risk over the Project including: an in-depth review and examination of the existing site, identify issues that would pose a risk of change order early that can be addressed during the design phase, evaluation of design related decisions and alternatives, and QA/QC of deliverables. Services to be provided may include but are not limited to the following: a. Conceptual Design Services – These are services necessary to clearly define a program or provide further investigation of need. This may include an existing conditions survey, reports and master planning. When conceptual services, including studies and reports, are requested the Consultant shall evaluate the program, the existing conditions and the design parameters. The Consultant shall prepare as many studies as may reasonably be required in order to develop a detailed Scope for the project. Studies shall be accompanied by associated cost estimates and any additional items of work as defined within the specific requirements for the Scope. Deliverables shall be specified within the Scope as applicable. b. Preliminary Design Services – most often comprised of two sub-phases, schematic design and design development. During the schematic design alternative spatial solutions to the defined Scope are explored, priced and presented with the aid of site plans or maps. At the end of the schematic design one set of alternatives is selected for the design development phase. During the design development the selected scheme is developed in detail to establish the validity and constructability of the schematic design. Drawings or deliverables will be reviewed at a predetermined percentage of completion and may include developed site plans, maps, outline specifications, reports, and a cost estimate. At the end of the design development phase, all design decisions are finalized. A presentation meeting attended by the Consultant’s design team, the Authority’s representative and other Page 20 of 59 subconsultants as necessary. The Consultant shall resolve any discrepancies arising from the design review process. Deliverables (see Section J herein) shall be specified within the Scope as applicable. c. Final Design Services – Final construction documents, including drawings, reports, specifications, and project manual are prepared during this phase. For regulatory approval and public bidding, construction documents have to be completely coordinated, checked and cross-checked. Keeping construction change orders to a minimum is a primary responsibility of the Consultant. A detailed final cost estimate is required. Comprehensiveness and constructability are key to the Consultant’s completion of the final design and subsequent acceptance by the Authority for construction. Deliverables (see Section J herein) shall be specified within the Scope and periodic reviews conducted with the Authority’s project team. d. Bid and Advertising Support Services – the Consultant shall provide progressive collaboration with other consultants during this phase. Activities during the solicitation period issued to the public by the Authority. The Consultant may be contacted to interpret plans and specifications, prepare and issue amendments related to drawings and reports, attend Pre-Bid Meetings; and develop necessary addenda drawings, specifications, and reports as required by Consultant related questions and requests for information. e. Construction Administrative Services – when requested by the Authority, the Consultant may perform construction phase services during the project. The Consultant may be contracted to perform periodic site visits, attend monthly site meetings, prepare and distribute minutes from those meetings, review shop drawings, samples, submittals and submittal logs, mock ups, review and perform detailed cost estimates, review contractor and subcontrator qualifications and subsequently provide recommendations, resolve design errors, review contractor’s coordination documents and adherence to the construction schedule, review and verify contractor’s change orders and prepare Consultant’s change orders, and participate in the preparation of a punch list. Deliverables (see Section J herein) shall be specified within the Scope as applicable. f. Investigation Services - when requested by the Authority, the Consultant may perform investigative services of existing facilities inclusive of a given facility’s conditions. Inspections shall identify the root causes, issues and the specific items needed for the repair and replacement of the deficient items, and the Consultant shall prepare a report outlining its findings and recommend solutions and may be further incorporated into the design process. E. The Consultant shall provide documentation of performance measurements for each project. Documentation will be delivered to the Authority in accordance with the schedule agreed to by both parties and may include a checklist for project coordination and project meeting review, and conformance to assigned schedules. F. The Consultant and Authority shall mutually agree to a schedule for Progress reporting for each project. Progress reporting shall include, but is not limited to, critical path schedule with defined milestones, meeting minutes, with assigned action items, telephone log of significant calls, transmittal and submittal logs, site inspection reports, field directives, and punch list. G. Consultant will work under the direction of the Authority’s designated representative. Page 21 of 59 Each authorized project will be assigned a point of contact under the direction of the Authority for the duration of each project. H. All submissions to the Authority, dependent upon the requirements of each specific project deliverable, including all sketches, presentation products, and drawings and written product and performance specifications will include both hard copy and electronic format (PDF and DWG AutoCAD format files). The Authority shall determine the number of hard copies to be provided by the Consultant on a project by project basis. Bound reports and other similar work products may be required. I. The Consultant’s work shall comply with the standards set forth by the applicable building codes and laws, professional licensing organizations, and authorities having jurisdiction. The Consultant shall be responsible for accuracy and completeness of its work products and design as based upon the requested deliverable. J. Deliverables - upon completion of tasks, the recipient will submit final copies of the documents listed below along with any necessary supporting documentation signed and sealed in accordance with 61G15-23.001 F.A.C: Engineering services will generally include the following items: Conceptual, Planning, and Design Phase: • Borings for the tanks, (Appendix A from ACI 372 as the guidelines) • Borings for buildings and pavement, • Borings for horizontal direction drill projects, • Borings, • Geo-probs, • Hand Augers, • Test pits, • Laboratory testing, • Site earthwork recommendations and site preparation, • Seasonal high groundwater table, • Encountered groundwater table, • Evaluation of the subsurface conditions, • Foundation evaluation and recommendations, • Settlement potential analysis, • Bearing capacity and allowable bearing pressure of the native soils, • Evaluation of on-site soil for use as structural sill/backfill material, • Unsuitable soil expectations (silts, clays, or other deleterious materials), • Flag boring and test pit locations for inclusion into the site survey, • Boring and test pit logs, • Boring and test pit map, • Geotechnical engineering report and recommendations, • Review the proposed site locations, structures, and all provided materials or information, • Provide reports identifying any defects at the proposed site location, structures, and provided materials or information, • Recommend proposed solutions or mitigation plans for identified material findings, • Meeting Notes, • Progress summary memos, Page 22 of 59 • Respond to all permit requests for additional information, • Summary of each Quality Control reviewed document for each deliverable. Construction Administration Phase: • Kick-off Meeting\Pre-construction meeting, • Site visits, • Periodic progress meetings, • Requests for Information (RFI) responses, • Shop Drawing reviews, • Field Orders, • Field Order Log, • Change Orders, • Change Order Log, • Final inspections, • Punch lists. Page 23 of 59 EXHIBIT 'B' Page 24 of 59 TABLE OF CONTENTS C. MANDATORY REQUIREMENTS…………………………………………………………………………………………1 D. PROJECT APPROACH…………………………………………………………………………………………………….…9 E. OTHER…………………………………………………………………………………………………………………………….13 APPRENDIX A Organizational Chart Resumes License Page 25 of 59 C. MANDATORY REQUIREMENTS a.EXECUTIVE SUMMARY CSI Geo has been providing geotechnical, construction materials testing and construction engineering inspection services since 2007. The firm was founded by Mr. William R. Price, a seasoned veteran of Earth Sciences, Construction Materials Testing (CMT) and Construction Engineering Inspection services and former president of Civil Services, Inc. Led by and composed of the same well-respected, highly-qualified professionals that previously provided top-level services at Civil Services, CSI Geo has an extremely sound background and extensive history in all its related fields. GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING SERVICES CSI Geo’s geotechnical experience extends from bridges over the St. Johns River (Florida’s largest) to cargo port docks, levees, dams, major roadways, site/civil projects, water/wastewater systems, and everything in between. Our familiarity with geotechnical software programs allows us to analyze geotechnical problems from different perspectives. Amongst the programs we regularly use are LPile, FBPier, FB-Deep, PCStabl, RESTAB6, Plaxis, SeepW, SlopeW, PONDS, CWALSHT, SPW911, SHAFT98, Driven and SPT97. CSI Geo has pushed the envelope to perfect the science of subsurface soil exploration and evaluation of subsurface conditions that involve performing subsurface borings and the classification of soils, measuring of groundwater levels, muck probing, and the review of soil survey maps. CSI Geo also performs laboratory testing of materials, engineering analysis of soil conditions, slope stability and seepage analyses and design. Our expertise allows us to provide clients with recommendations for design, site preparation and earthwork, as well as the preparation of construction plans and specifications. Design experience includes design and inspection of drilled shafts, driven piles, auger cast piles, cantilevered and anchored sheet pile walls, sound barrier walls, retaining wall systems, pavement design, ground improvement techniques, shallow foundations, seepage and slope stability, groundwater modeling and Evaluation Reports. Our highly-qualified engineers, laboratory technicians, drillers, and management provide the necessary expertise for all geotechnical related tasks. Our soils and materials testing laboratory is certified by the USACE, CMEC, AASHTO, and FDOT. Our staff has extensive design and testing experience on FDOT and JTA projects and understands the concerns and requirements associated with such work. We are very familiar with JTA, JEA, and FDOT policies and procedures including Contractors Quality Control and MAC, and we promote a team concept on all of our assignments. COMPRESSED TIMEFRAME For all projects it is important to have a compact team that can deliver services quickly and efficiently with quality. Therefore, effective coordination of any activity begins with effective communication, which is much more than simply maintaining the flow of documents to the various participants. It will be the responsibility of our Project Manager and main POC for this contract, Jason Valeria, PE, to ensure that the proper information is provided to the team, including any sub-consultants, at the proper time. Page 26 of 59 CSI GEO STAFF CSI Geo is proud to be comprised of over 45 experienced, talented individuals that will be using their skills for this contract for the CCUA. The staff at CSI Geo have extensive experience, local knowledge, and familiarity with Clay County. Our staff is available to start work on this contract upon Notice to Proceed (NTP). b. KEY PERSONNEL John Iya, PE: Principal-in-Charge / Client Services Manager Senior Geotechnical Engineer Mr. Iya has worked as senior geotechnical project engineer and assistant project manager for a wide variety of projects at the local, state, and federal government levels, as well as commercial for a total of 29 years. Projects have included roadways and bridges, water treatment plants, sewer and water supply lines, commercial and residential structures, port/coastal facilities, recreational facilities/parks, wetland restoration projects, and canal dredging. Much of his engineering time has been dedicated to embankment analysis and design for FDOT/Local Transportation Projects, Florida Water Management Districts, USACE Jacksonville and New Orleans Districts, FDOT, and municipal entities. Jason Valeria, PE: Project Manager, Lead / Engineer Senior Geotechnical Engineer Mr. Valeria has over 16 years of experience in civil, environmental, and geotechnical engineering projects. He has served as a geotechnical engineer for a variety of projects at the local, state, and federal government levels, as well as commercial. These projects have included roadways, embankments, bridges, levees and dams, floodwalls and floodgates, water treatment plants, sewer/water supply lines, commercial/residential structures, port/coastal facilities, and aviation facilities. Jason has successfully managed projects that include extensive pavement and depression surveys, advanced laboratory testing, shallow foundations, ground improvement, driven piles, drilled shafts, auger cast piles, dynamic load testing, static load testing, earth retention structures, and earthen embankments. He has provided services including review of plans and specifications, review of pile installation plans, review of PDA testing and data, driving logs and WEAP analysis, static load test monitoring, preparing driving criteria letters and foundation certifications, and post-design monitoring of ground improvement techniques. Mr. Valeria’s strong technical background is complemented by his wide familiarity with market software for engineering analysis and design. Among these are Seep/W, Slope/W, Sigma/W, FB-Deep, FB-MultiPier, Driven 1.2, EMBANK, CWALSHT, SPW911, LPILE, GRLWEAP, and MathCAD. Rashmi Kola, PhD, PE: Project Engineer Dr. Kola has 6 years of experience in pavement and construction materials. She has performed advanced pavement analysis and simulations for the projects at Federal Aviation Administration (FAA)’s National Airport Pavement Test Facility (NAPTF) and National Airport Pavement and Materials Research Center (NAPMRC). Her work also included conducting laboratory and field data analysis and preparing high quality technical reports for the Federal Aviation Administration (FAA) Airport Technology Research & Development Branch (ATRD). Dr. Kola is responsible for maintaining and updating Quality Management System (QMS) in accordance with the requirements of AASHTO R-18. Dr. Kola is also responsible for compiling and reviewing laboratory reports, maintaining the laboratory in compliance with the standards established by ASTM and/or AASHTO accreditation, and overseeing the maintenance and calibration of the laboratory equipment. Page 27 of 59 Zachary Holem: Lead Geotechnical Technician Mr. Holem is a graduate of the University of South Florida, obtaining a B.S. in Geology. He started his career by taking a position as a construction material testing technician for the U.S. Army Corps of Engineers at the C44 project for approximately one year. Mr. Holem continued his field experience by working various positions with the U.S. Army Corps of Engineers Jacksonville District as a driller and providing visual soil classification documentation. He has performed QA/QC laboratory testing on various USACE and FDOT projects. Mr. Holem’s field experience and geotechnical drilling experience strengthens his current role as Geotechnical Drilling Manager. Mr. Holem has gained experience in all aspects of geotechnical drilling management including site reconnaissance, determining site access, utility clearance, and the practical field marking of borings at the onset of a project. He also manages all aspects of the daily geotechnical drilling operations including scheduling and dispatching of drilling crews, modifying drilling techniques to meet the soil conditions encountered in the field, and maintaining the drilling equipment. Liam Capstick, PE: CMT Department Manager Mr. Capstick has 10 years of experience in CMT and Geotechnical Engineering. He has experience providing CADD and engineering analysis for commercial CMT and Geotechnical projects. This has included inspection of concrete foundations and walls, and aggregate piers. With CSI Geo he has served as a Geotechnical Engineer for a variety of projects for municipal, state, and federal governments and agencies, in addition to commercial clients. These projects have included roadways, embankments, bridges, levees, stormwater retention facilities and culverts, signal and sign structures, sewer/water supply lines, commercial structures, port/coastal facilities, and aviation facilities. The features of these projects have included shallow foundations, deep foundations, geosynthetic reinforced slopes, and mechanically stabilized earth structures. As the Construction Materials Testing Department Manager, he is currently responsible for managing and overseeing all aspects of CMT testing and inspections, including field and laboratory testing of soil, aggregates, asphalt, and concrete, pile driving and drilled shaft field inspections, and asphalt quality control testing. He oversees our materials testing laboratory to characterize soils and pavement materials during and after construction, including construction acceptance tests on existing and proposed subgrade soils, aggregate subbase, base course materials, asphalt pavements, and concrete pavements. Joshua Mele, PE: Geotechnical Engineer Mr. Mele holds both BS and MS degrees in Civil Engineering from the University of North Florida and is a licensed Professional Engineer in Florida with over 7 years of experience, 1 year with CSI Geo in geotechnical engineering consulting and subsurface investigation services. His experience includes, geotechnical investigations, shallow and deep foundation evaluations and recommendations, laboratory and field testing of soils and construction materials, slope stability analysis, reinforced slopes, retaining and MSE walls, pavement evaluation, sinkhole exploration and remediation, and materials laboratory and field testing of soils and construction. Rick Levin, PG: Environmental Field Inspector Mr. Levin has more than 40 years of professional experience in managing hydrogeological investigations and evaluations in the following areas: Resource Conservation and Recovery Act (RCRA)/Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) contamination assessments including Preliminary Assessment/Site Investigations (PA/SI), Remedial Investigation/Feasibility Studies (RI/FSs), Interim Remedial Action [IRA], Remedial Action Construction (RAC), Remedial Action Operation (RAO), and Long-Term Monitoring (LTM); State Corrective Action Plans (CAPs), Remedial Action Plans (RAP), and Site Assessment Reports (SAR); Quality Assurance/Quality Control (QA/QC) oversight; development of Page 28 of 59 Community Involvement Plans (CIP); Development of Land Use Control Implementation Plans (LUCIP); Creation of Installation Administrative Records (AR) with indexes; geotechnical investigations; development of remediation systems; groundwater flow and solute transport modeling; groundwater and soil remediation using in-situ chemical oxidation (ISCO) (modified Fenton, Perozone®) and enhanced bioremediation (ORC-A, PlumeStopTM, PetroFixTM); groundwater investigations involving drilling, geophysical logging, and aquifer testing; asbestos-containing material (ACM), lead-based paint (LBP), and mold assessments. Mr. Levin has worked extensively with the following clients: the USACE, Air Force Civil Engineer Center (AFCEC) (formally AFCEE), Defense Logistics Agency (DLA), Department of the Navy (Engineering Field Activity Southeast), United States Army Environmental Command (AEC), United States Army Reserve, and private industries. ORG CHART, RESUMES, AND LICENSE ARE INCLUDED IN APPENDIX A. COMMITMENT OF THE FIRM CSI Geo will maintain continuity of the key personnel for the duration of the contract period. c. COMPANY EXPERIENCE AND PAST PERFORMANCE As a multi-disciplinary corporation, CSI Geo can offer clients a single point of access for design and construction testing and inspection services. The CSI Geo team offers Clay County Utility Authority the following types of services: Geotechnical and Laboratory Testing Services CSI Geo has a wealth of experience in all types of geotechnical and laboratory testing. We have provided these services as a prime and as a sub-consultant on contracts for FDOT, SCOP, FDOT-LAP, county, city, and federal projects including reconstruction & widening projects, collector roads & rural highways, intersection improvements, resurfacing, restoration, and rehabilitation (RRR) projects, safety improvement projects, as well as parks/trail projects. Geotechnical Engineering and Design CSI Geo is qualified to perform and regularly provides a wide range of geotechnical engineering analysis and design services for a variety of project types. We routinely provide geotechnical engineering for roadway and bridge projects as well as recommendations for bridge embankments and trail slope embankments. We evaluate deep and shallow foundations, headwalls/wing walls, and many others. Our standard practice for preparation of plans and specifications is to begin preparation of project specifications concurrently with the development of the contract drawings. CSI Geo uses several standardized specifications systems, depending on the client’s requirements. Project specifications will be included in review packages as appropriate. Investigation and Evaluation of Soil Support Conditions A vital element for CSI Geo’s investigation and evaluation of soil support conditions is to focus on understanding of the project needs and requirements along with reliable and accurate project reporting. Initially a desk study is performed for project engineers to consider published soil survey maps, topographic maps, and pre-existing nearby geotechnical information when available. After review of available information, a project specific field investigation is developed and then performed to evaluate the soil support conditions for the proposed project features. A summary of the existing Page 29 of 59 data and field investigation are compiled into a formal report. CSI Geo specifically addresses the existing soils and proposed fill materials and evaluates the findings as they relate to the proposed project features, and then provides recommendations supported by engineering guidelines and experience. Subsurface Hydrological Investigation and Evaluation CSI Geo is qualified to perform and regularly provides a wide range of subsurface hydrological investigation and evaluation services for a variety of project types. Field investigations typically consist of installation of monitoring wells and piezometers, performing Double-Ring infiltrometer (DRI) tests to estimate infiltration rates, Electrical Resistivity (ER) and geophysical survey tests, deep and confirmatory Standard Penetration Test (SPT) borings, and laboratory testing to determine the properties of collected samples. Asphalt Concrete and Portland Cement Concrete Inspection and Testing CSI Geo’s in-house Construction and Materials Testing (CMT) department expertise includes roads, bridges, trails, parks, and other various transportation and facilities projects. We maintain a fully equipped soils, concrete, and asphalt-testing laboratory, which will be our primary laboratory for this contract. As previously mentioned, CSI Geo’s lab is accredited by FDOT, AASHTO/CCRL, and the USACE, and has maintained accreditation for nearly 25 years. Our lab participates in the FDOT, AASHTO, and CCRL proficiency sample programs. CSI Geo has an in-house electronic sample tracking system ‘ElmTree’ with a traditional paper backup system. Asphalt Concrete and Portland Cement Structural Pavement Design CSI Geo is experienced with pavement design and has provided pavement designs for the FDOT and many municipalities, counties, and private entities throughout the state. Our engineers use a full complement of pavement design software programs and customized Excel spreadsheets to develop a sound pavement structure that is best suited for the desired application, is cost effective in terms of materials and constructability, and is biddable as designed to protect the client from exposure to unnecessary change orders during construction. Material Testing and Inspection CSI Geo fully understands the importance of developing a comprehensive materials testing and inspection program for every project, well before and prior to a construction project start date. CSI Geo will provide the county with personnel that are qualified, trained, and thoroughly familiar with the County’s rules, policies, and procedures in inspection, sampling, testing, and reporting/documentation in the requested areas. Our technicians are qualified through national programs such as American Concrete Institute (ACI) and state programs such as FDOT CTQP. Drilled Shaft Inspection CSI Geo staff has extensive experience providing drilled shaft inspections on such installations as for mast arm signalization structures, ITS signs, high mast lighting, bridge foundations over water, and various buildings and vertical structures. CSI Geo staff has worked for both public and private clients. We currently maintain four CTQP Drilled Shaft Certified inspectors who provide inspections for FDOT, COJ, JTA, and various other government entities. Page 30 of 59 C. PAST PERFORMANCE CSI Geo’s similar work for various CCUA projects is provided in Section E as well as many other local agencies. Our 3 representative projects are provided below. RIVERTOWN WATER TREATMENT PLANT St. Johns County, Florida Client: CDM Smith Patrick Victor, PE Project Manager 904-527-6736 victorpr@cdmsmith.com Relevant Services:  Geotechnical Engineering  Geotechnical Instrumentation & Monitoring  Construction Materials Testing Project Size: 2 MG Storage Tank Project Cost: $20M Project Timeframe: 2023 Construction Complete Project Stage: Construction Team Members:  John Iya, PE  Jason Valeria, PE  Nader Amer, PhD  Liam Capstick, PE The purpose of CSI Geo’s geotechnical exploration program was to develop information concerning the subsurface conditions in order to evaluate the site with respect to the proposed JEA Rivertown Water Treatment Plant (WTP) located along CR 244, just south of Greenbriar Road and west of Bartram Trail High School in St. Johns County, Florida. The project included a 2 MG water storage tank, pump station, piping, production wells, stormwater and drainage features, and other minor structures. Our geotechnical study required the collection of site and subsurface data, and performance of geotechnical engineering analysis and evaluation. Site investigation was performed using Standard Penetration Testing (SPT) borings as well as field and laboratory testing services. Findings were used to make design recommendations for structure foundations and alternatives for ground improvement. Prior to tank construction, CSI Geo recommended and monitored a surcharge program to improve tank foundation soils. Surcharge monitoring included settlement plates and piezometers. During the construction phase of the project, CSI Geo performed contractor quality control and construction materials testing (CMT) including soil density and compaction testing, concrete sampling and testing, and the monitoring of proof rolling, unsuitable soil removal, and structural fill placement. Field soil infiltration testing and laboratory testing was also performed as part of the construction services. Page 31 of 59 JEA Greenland WRF Jacksonville, Florida Client: Jacobs Engineering Group, Inc. David Stanley, PE Senior Project Manager 904 636-5432 David.Stanley2@jacobs.com Relevant Services:  Geotechnical Exploration  Laboratory Services  Engineering Analysis  Construction Inspection Project Size: 4 MGD Project Cost: $150M Project Timeframe: 2022 Construction Completed Project Stage: Construction Completed Team Members:  John Iya, PE  Nader Amer, Ph D.  Liam Capstick, PE  Karle Maye, PE CSI Geo performed the authorized Phase I and Phase II geotechnical exploration and laboratory testing program for the new JEA Greenland Water Reclamation Facility (WRF) located east of 9B and to the south of E- Town in Jacksonville, Florida. The project consisted of a geotechnical investigation and laboratory testing performed in two phases, a Preliminary Phase I investigation and a Design Phase II investigation. The preliminary phase of the project involved performing Standard Penetration Test (SPT) drilling, Cone Penetration Test (CPT) soundings, laboratory testing, and a Data Report. The Design Phase included additional field work and laboratory testing, engineering evaluation and analysis of the collected data and a submittal of a geotechnical report with design specific recommendations. The overall project consisted of constructing a new wastewater treatment facility with several CROM storage tanks, sludge storage tanks, holding tanks, clarifiers, pump stations, odor control pads, generator pads, operations and maintenance buildings, processing facilities, and other miscellaneous structures. It also consisted of constructing a two-lane access road, a box culvert structure at a crossing of a tributary of Big Davis Creek, watermains, force mains, reclaimed watermains, and dry retention systems for stormwater control. CSI Geo also provided engineering inspection services during the construction of the new WRF. Page 32 of 59 JEA Northwest WRF Jacksonville, Florida Client: Wright-Pierce, Inc. Walter A. Nickel, PE Senior Project Manager 407-794-1734 walter.nickel@wright- pierce.com Relevant Services: Geotechnical Exploration Laboratory Services Engineering Analysis Project Size: 1 to 3 MGD Project Cost: $150M Project Timeframe: 2023 Design Project Stage: Design Team Members: John Iya, PE Jason Valeria, PE Rashmi Kola, PhD, PE CSI Geo, Inc. performed preliminary geotechnical exploration and laboratory testing for the proposed JEA Northwest Water Reclamation Facility (WRF) located about one mile north of the Jacksonville International Airport in Jacksonville, Florida. The preliminary investigation program consisted of performing Standard Penetration Test (SPT) borings, field permeability testing and laboratory testing for the purpose of understanding the overall site conditions and providing preliminary foundation design recommendations for shallow and deep foundation alternatives as well as initial drainage recommendations. A design phase of the geotechnical exploration is proposed to be performed once the site layout is developed, and the locations of all project features are identified. This phase of investigation will consist of additional SPT borings, Cone Penetration Test (CPT) soundings, laboratory testing and detailed evaluation and analysis of the collected data. The submittals for the design phase of investigation will provide project design specific recommendations. Page 33 of 59 D. PROJECT APPROACH PROJECT BACKGROUND INFORMATION AND PROJECT DESCRIPTION We understand the project will consist of developing a 10-acre parcel located in Clay County, Florida, for implementation of a new Clay County Utility Authority (CCUA) Fleet Maintenance Facility. We also understand that the facility will have three bays for staff vehicles (½ to 1-ton pickup trucks) and two bays for vacuum excavation and dump trucks maintenance and repair. In addition, the structure will house an intake counter and three offices and have space for delivery and storage of parts and supplies. The facility will have a fueling station (gasoline and diesel) to service the CCUA fleet. Other anticipated project features will include paved access roads, parking and drives, sidewalks, curbs, and stormwater management facilities. Sheet piles may be needed to facilitate deep excavations for underground fuel tanks installations and construction dewatering. FIELD EXPLORATION The geotechnical exploration will consist of field exploratory borings, test pits, field infiltration/permeability testing (if applicable), laboratory testing, and a geotechnical analysis of the collected data. We understand that we need to coordinate with the CCUA and all other applicable local utility providers prior to any field explorations. Vehicle and Truck Maintenance Structure – A total of five Standard Penetration Test (SPT) borings will be placed within the footprint of the Facility structure. Four test borings will be conducted at the corners of the structure and drilled to a depth of 30 feet each. One test boring will be conducted at the center of the structure and drilled to a depth of 50 feet below the existing grade. A total of two undisturbed Shelby tube samples will be taken from the compressible soils for determination of the strength parameters. Fuel Station & Underground Tanks – One SPT boring will be conducted in the area of the fuel station and drilled to a depth of 45 feet below the existing grade. Soil samples from the fuel station proposed underground tank area will be collected and tested for environmental corrosion classification. Stormwater Management Facility – A total of two SPT borings with continuous sampling will be conducted in the area of the new stormwater maintenance facility and drilled to a depth of 20 feet below the existing grade. Based on the type of facility, either a Double Ring Infiltration (DRI) test (dry detention pond/swale) or a Field Permeability test (wet retention pond) will be performed in its footprint area to determine the infiltration characteristics of the local subsurface soils. Access Roads, Parking and Drives – A total of eight Auger borings will be conducted in the areas of access roads, parking, and drives and drilled to a depth of 6 feet below the existing grade. Equipment Pads – A total of two SPT borings will be conducted in the areas of equipment pads and drilled to a depth of 15 feet below the existing grade. Sufficient laboratory testing will be performed on soils recovered from the borings for classification purposes. In addition, four bulk soil samples will be collected from the areas of access roads, parking, and drives for determination of Limerock Bearing Ratio (LBR) values of the existing subgrade soils. The groundwater level encountered in each boring will be measured at the time of drilling. All SPT borings will be sampled continuously to a depth of 10 feet, and at 5 feet intervals thereafter until the boring termination depths. Test pits, if needed, will be excavated to a depth of 10 feet and will be 3 feet wide by 8 feet long. Soil samples obtained from the soil borings and test pits will be classified, containerized, and returned to the laboratory for visual inspection and classification by the geotechnical engineer using the Unified Soil Classification System (USCS) for structures and the AASHTO classification system for roadway and ponds. Page 34 of 59 • 6 Atterberg Limits • 4 LBR • 2 Consolidation • 1 Corrosion Testing LABORATORY TESTING Routine laboratory testing will be conducted on representative soil samples to determine classification. Laboratory classification and index soil tests will be performed as necessary on selected soil samples obtained from the exploration. Specific tests to be performed will include: • 12 Moisture Content • 12 Percent Fines • 12 Organic Content • 6 Grain Size Analysis ENGINEERING/SUPPORT SERVICES 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. The results of the exploration and engineering study will be presented in a report containing the following: • A brief discussion of the planned construction, • A site location map and dimensioned field exploration plan showing boring/sampling locations, • A graphical representation of the subsurface conditions encountered at each boring, as well as encountered and seasonal high water tables, etc., as they relate to the planned construction, • Tabulated summaries of laboratory index tests and LBR test results of in-situ soils, • Written discussion of the subsurface conditions encountered at each of the test locations, • Determination of soil parameters for various structures as needed for design, • An estimate of the infiltration/permeability rate of the in-situ soils within the stormwater management facility area, • Our general evaluation of the suitability of encountered soils for the proposed construction, • Estimates of bearing capacity, elastic settlement, and consolidation settlement, and • General site preparation recommendations for site construction and construction of compacted fills or backfills. CONSTRUCTION SERVICES During the construction phase of the project, CSI Geo will perform construction quality assurance (QA) testing and inspection services on behalf of CCUA. These services will ensure that earthwork, roadway base, and concrete construction are being performed in accordance with the contract documents, and the CCUA Standards and Details. QA testing performed by CSI Geo will act as a supplement to the Contractor Quality Control Program that will be specified in the contract documents. These services will be performed concurrently to the construction process, without any impact to the critical path of the project. The frequency of testing will be per CCUA and industry standards and specifications such as FDOT Standard Specifications for Road and Bridge Construction. The following QA materials testing, and inspection services will be provided. • Observation of contractor-initiated proof rolling of in-situ subgrade soils, • Inspection of foundation bearing level soils and structural fills, • Sampling and QA testing of structural fill and backfill materials brought on-site. Testing is to include soil classification testing, proctor testing, and Limerock Bearing Ratio (LBR) testing on Stabilized Subgrade and Limerock Base, • Compaction testing by nuclear method of embankment, subgrade, and base materials, • Inspection of rock based and crush-crete pipe bedding materials, • Asphalt Plant Inspection, and inspection and observation of Asphalt Paving operations, • Testing of concrete field plastic properties, and concrete compressive strength testing, and • Review of contractor submittals as related to the approval of construction materials. Page 35 of 59 QUALITY ASSURANCE & QUALITY CONTROL The Quality Assurance & Quality Control (QA/QC) Manager for the contract will be Adam Norwood, PE. In this capacity, he will be responsible for organizing quality control activities including coordinating with the CSI Geo Project Manager, Task Order Project Engineers, and Technical Engineering Team, scheduling quality control activities, and coordinating with CCUA on their quality control requirements to ensure quality control functions are smoothly incorporated into the overall work. ANTICIPATED COMPLETION SCHEDULE We expect to perform our work in alignment with the schedule provided below and submit our Geotechnical Exploration and Evaluation Report approximately 40 working days after NTP. ESTIMATED MANHOURS AND PROJECT SCHEDULE Item Description Number of Units Total Man-hours Field Investigation 1 Mobilization - ATV Mounted Drill Rig 1 ea. 12 hr. Facility Structure 4 Standard Penetration Test (SPT) Borings @ 30' ea. 120 ft. 24 hr. 1 Standard Penetration Test (SPT) Borings @ 50' ea. 50 ft. 6 hr. Fuel Station & Underground Tanks 1 Standard Penetration Test (SPT) Borings @ 45' ea. 45 ft. 6 hr. Stormwater Management Facility 2 Standard Penetration Test (SPT) Borings @ 20' ea. 40 ft. 6 hr. 1 Double Ring Infiltration or Permeability Test 1 ea. 12 hr. Access Roads, Parking and Drives 8 Auger Borings @ 6' ea. 48 ft. 6 hr. Equipment Pads 2 Standard Penetration Test (SPT) Borings @ 15' ea. 30 ft. 6 hr. Boring Layout 12 hr. Clearing / Difficult Access 12 hr. Engineering/Support Services Principal in Charge/Client Service Manager 4 hr. Project Manager 4 hr. Professional Geotechnical Engineer 10 hr. Lead Geotechnical Technician 16 hr. Environmental Field Technician 5 hr. Clerical 2 hr. Construction Services CMT and Field Inspections Project Manager 12 hr. Lead Geotechnical Technician 96 hr. The following page details our project schedule indicating: (1) all the activities envisioned to fulfill the requirements of the Work; (2) the estimated duration for each activity. Page 36 of 59 CCUA Sample Project Schedule Based on Assumed Date of NTP Week Mo n d a y ,  Ju l y  3,  20 2 3 Tu e s d a y ,  Ju l y  4, 20 2 3 We d n e s d a y ,  Ju l y  5,  20 2 3 Th u r s d a y ,  Ju l y  6,  20 2 3 Fr i d a y ,  Ju l y  7, 20 2 3 Sa t u r d a y ,  Ju l y  8, 20 2 3 Su n d a y ,  Ju l y  9, 20 2 3 Mo n d a y ,  Ju l y  10 ,  20 2 3 Tu e s d a y ,  Ju l y  11 ,  20 2 3 We d n e s d a y ,  Ju l y  12 ,  20 2 3 Th u r s d a y ,  Ju l y  13 ,  20 2 3 Fr i d a y ,  Ju l y  14 ,  20 2 3 Sa t u r d a y ,  Ju l y  15 ,  20 2 3 Su n d a y ,  Ju l y  16 ,  20 2 3 Mo n d a y ,  Ju l y  17 ,  20 2 3 Tu e sd a y ,  Ju l y  18 ,  20 2 3 We d n e s d a y ,  Ju l y  19 ,  20 2 3 Th u r s d a y ,  Ju l y  20 ,  20 2 3 Fr i d a y ,  Ju l y  21 ,  20 2 3 Sa t u r d a y ,  Ju l y  22 ,  20 2 3 Su n d a y ,  Ju l y  23 ,  20 2 3 Mo n d a y ,  Ju l y  24 ,  20 2 3 Tu e s d a y ,  Ju l y  25 ,  20 2 3 We d n e s d a y ,  Ju l y  26 ,  20 2 3 Th u r s d a y ,  Ju l y  27 ,  20 2 3 Fr i d a y ,  Ju l y  28 ,  20 2 3 Sa t u r d a y ,  Ju l y  29 ,  20 2 3 Su n d a y ,  Ju l y  30 ,  20 2 3 Mo n d a y ,  Ju l y  31 ,  20 2 3 Tu e sd a y ,  Aug u s t  1, 20 2 3 We d n e s d a y ,  Au g u s t  2, 20 2 3 Th u r s d a y ,  Au g u s t  3, 20 2 3 Fr i d a y ,  Au g u s t  4,  20 2 3 Sa t u r d a y ,  Au g u s t  5,  20 2 3 Su n d a y ,  Au g u s t  6,  20 2 3 Mo n d a y ,  Au g u s t  7, 20 2 3 Tu e s d a y ,  Au g u s t  8, 20 2 3 We d n e s d a y ,  Au g u s t  9, 20 2 3 Th u r s d a y ,  Au g u s t  10 ,  20 2 3 Fr i d a y ,  Au g u s t  11 ,  20 2 3 Sa t u r d a y ,  Au g u s t  12 ,  20 2 3 Su n d a y ,  Au g u s t  13 ,  20 2 3 Mo n d a y ,  Au g u s t  14 ,  20 2 3 Tu e s d a y ,  Au g u s t  15 ,  20 2 3 Wed n e s d a y ,  Au g u s t  16 ,  20 2 3 Th u r s d a y ,  Au g u s t  17 ,  20 2 3 Fr i d a y ,  Au g u s t  18 ,  20 2 3 Sa t u r d a y ,  Au g u s t  19 ,  20 2 3 Su n d a y ,  Au g u s t  20 ,  20 2 3 Mo n d a y ,  Au g u s t  21 ,  20 2 3 Tu e s d a y ,  Au g u s t  22 ,  20 2 3 We d n e s d a y ,  Au g u s t  23 ,  20 2 3 Th u r s d a y ,  Au g u s t  24 ,  20 2 3 Fr i d a y ,  Au g u s t  25 ,  20 2 3 Sa t u r d a y ,  Au g u s t  26 ,  20 2 3 Su n d a y ,  Au g u s t  27 ,  20 2 3 Mo n d a y ,  Au g u s t  28 ,  20 2 3 Tu e s d a y ,  Au g u s t  29 ,  20 2 3 Wed n e sd a y ,  Au g u s t  30 ,  20 2 3 Th u r s d a y ,  Au g u s t  31 ,  20 2 3 Fr i d a y ,  Se p t e m b e r  1,  20 2 3 Sa t u r d a y ,  Se p t e m b e r  2, 20 2 3 Su n d a y ,  Se p t e m b e r  3, 20 2 3 Mo n d a y ,  Se p t e m b e r  4,  20 2 3 Tu e s d a y ,  Se p t e m b e r  5,  20 2 3 We d n e s d a y ,  Se p t e m b e r  6,  20 2 3 Th u r s d a y ,  Se p t e m b e r  7,  20 2 3 Fr i d a y ,  Se p t e m b e r  8, 20 2 3 Sa t u r d a y ,  Se p t e m b e r  9, 20 2 3 Su n d a y ,  Se p t e m b e r  10 ,  20 2 3 Mo n d a y ,  Se p t e m b e r  11 ,  20 2 3 Tu e s d a y ,  Se p t e m b e r  12 ,  20 2 3 ## # # # # # # # # # # # # # # # # # # # # # # # # # Th u r s d a y ,  Se pt e m be r  14 ,  20 2 3 Fr i d a y ,  Se p t e m b e r  15 ,  20 2 3 Sa t u r d a y ,  Se p t e m b e r  16 ,  20 2 3 Su n d a y ,  Se p t e m b e r  17 ,  20 2 3 123456789101112131415161718192021222324252627282930313233343536373839404142434445464748495051525354555657585960616263646566676869 70 71 72 73 74 75 76 77 NTP 00100% Coordination & Review of Proposed Design 12100% Stake Borings & Perform Utility Clearance 17100% Mobilize Drilling & Perform Field Exploration 47100% Begin Laboratory Testing 87100% Report Preparation 814100% Data Analysis and Interpretation 814100% PRELIMINARY Data Submittal 22 2 100% Revision and Comments Period 24 3 100% Receive Comments, Update Report with Comments 27 5 100% Final Report Submittal 32 1 100% ACTIVITY PLAN  START PLAN  DURATION PERCENT  COMPLETE 6 7 8 9 10 11123457/3/2023 Page 37 of 59 E. OTHER SUBCONTRACTOR Aerostar SES LLC (ASL) is a full-service environmental consulting, engineering, and construction firm established in 1992. Our employees provide a broad range of services to commercial, industrial, and governmental agencies located throughout the United States. ASL is committed to providing innovative solutions for our clients’ environmental, engineering, and construction needs. Our range of services encompasses environmental remediation services, including geotechnical support, remedial actions, removal actions, remedial design, expedited and emergency response actions, pilot and treatability studies, remedial action systems operation and maintenance, and long-term groundwater monitoring services. We have in-depth knowledge of Florida Department of Environmental Protection (FDEP) and other Florida agency regulations in addition to those of Federal agencies such as the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA); Superfund Amendments and Reauthorization Act (SARA); Resource Conservation and Recovery Act (RCRA); Clean Air Act (CAA); Clean Water Act (CWA); Safe Drinking Water Act (SDWA); and Toxic Substances Control Act (TSCA). ASL has performed more than 1,000 projects in the past five years. The skills of our experienced, in-house technical staff have helped ASL establish an impressive record of superior project performance with agencies throughout Florida. We have worked with the following northeast Florida clients: City of Jacksonville (COJ), JEA, Jacksonville Transportation Authority (JTA), Duval County Public Schools (DCPS), St. Johns River Water Management District (SJRWMD), Florida Department of Transportation (FDOT), and Jacksonville Aviation Authority (JAA). ASL References Jacksonville Electric Authority (JEA) Jaclyn Vu, PE, Environmental Engineer 225 N Pearl Street Jacksonville, FL 32202 904-419-9411 tarijm@jea.com City of Jacksonville Eric Fuller, Environmental Programs Manager 214 North Hogan Street, 10th Floor Jacksonville, FL 32202 904-255-7513 efuller@coj.net St. Johns River Water Management District Mr. Carey Maxwell, Engineer II PO Box 1429 Palatka, FL 32178-1429 386-937-0605 cmaxwell@sjrwmd.com Page 38 of 59 LITIGATION CSI Geo has no past and/or pending litigation or disputes relating to the work described herein within the last 5 years within the States of Florida and Georgia. FINANCIAL INFORMATION CSI Geo will submit a financial statement prior to final award. SIMILAR PROJECTS •CCUA N. Middleburg 12 Inch WM Extension •CCUA 12-Inch Water Main Green Rd. to CR 218 •CCUA LS2 Pump Station •CCUA LS3 at 2474 Moody Avenue •CCUA Swimming Pen Creek WM •CCUA LS2 Forcemain Replacement (Doctors Lake) •JEA Greenland Water Reclamation Facility •T-Line to Busch Drive Force Main & HDD •JEA Rivertown Water Treatment Plant •JEA Herschel Pump Station 16” Force Main •JEA Main St. WTP Water Transmission & Raw Water Mains •T-Line JTB to Town Center Parkway Force Main •Gate Pkwy - Glen Kernan to T-Line New Reclaimed Water Main •JEA Ponte Vedra Water Main Replacement •Beverly Hills Sewer West Improvement Project •Arlington East WRF UV Upgrade Expansion •River Oaks Reservoir Inspection •University Blvd. Water Main Replacement •San Jose Water Main & Force Main Rehabilitation •JEA Large Dia. Pipe Eval and Replacement, Country Creek Crossing •JEA Large Dia. Pipe Eval. and Replacement, Silversmith Creek Crossing •Royal Lakes Force Main •JEA's Day Avenue Force Main •JEA Hidden Hills Reclaim Water Main •JEA Northwest Regional Water Treatment Plant •JEA Buckman WRF Grit Removal Facility •JEA Northwest Regional Water Treatment Plant & Wells •JEA Normandy Blvd. Water Main Replacement •Pulaski to Main Street Force Main •JEA Arlington WRF •Busch Dr. (SR 104) Force Main from Main St. to I-95 •Main Street from Sara Drive to Noah Road Force Main •Riverview Water Main Extension Phase 1 •Twin Creeks Master Sanitary Pump Station •Ponte Vedra Inn Lift Station •Rogers Ave. Water Main Extension •Riverview Water Main Extension (Harriet Ave) •Buffalo Avenue Pump Station •King St. & Shircliff Way Water Main Replacement •Lofton Oaks WTP Improvements •JEA Loretto Road Water Table Evaluation •JEA Hampton Falls Drive North Water Main Replacement •Copper Circle Lift Station •JEA Monterey UV System Improvements •Dunn Ave. - Key Haven Blvd. to Lem Turner Rd. Force Main •Alta Drive Widening for JTA - JEA Portion •Airport Terrace - Ricky Dr Water Main Ext. Page 39 of 59 •William Burgess-Harts Rd to SR 200 Force Main & Reclaim •Memorial Park Road Pipe Replacement •William Burgess Water Main-Harts Rd to Nevada Ave •Nassau Reclaimed Water Line- Radio Ave to Harts Road •Bernita Street Force Main Replacement •Palm Avenue Watermain Replacement •Harbour Island Drive Force Main and Water Main Replacements •Fort Caroline Force Main & Water Main •Beacon Hills Force Main •JEA West Nassau Regional WTP •Beacon Hills Force Main - Horizontal Directional Drilling •JEA West Nassau Regional WTP Re- Evaluation •Yulee Outfall and Force Main •Trout River Transmission Line, Option 1 •N. Jax T-Line, I-295 to Dinsmore MPS WRF •Cisco Drive & Jones Road •Royal Lakes Master Pump Station •Phelps Street 24" Force Main •Highland Water Transmission Improvements, Ph 2 •Royal Lakes Force Main •Highland Water Transmission Improvements, Ph 1 •San Jose-Sanchez-La Vista to San Clerc Force Main •North Jax Force Main-Bush Dr. East - Main St. to District II •JEA Key Haven Pipeline Modifications •Lincoln Villas Water and Sewer Extensions •Grove Park Force Main •Corona Road WTP •JEA Yulee Wetlands Diffuser •JEA Rivertown Water Storage Tank Surcharge •Jacksonville Heights PS & Force Main •Arlington East WRF Biosolids Force Main Part 2 •Northwest WRF •JEA Monterey WWTF Improvements Project •D II WRF – Sodium Hypochlorite Storage Tank •Arlington East WRF Upgrades Phases 2A & 2B •St. Johns Forest WTP Backup Well No. 5 •JEA Bulkhead Stabilization Project at 8323 Grampell Drive •3rd Street Gravity Sewer Project •McDuff Avenue Water Main Project •Clark Road to Main Street Gravity Sewer Replacement •118th St and Wilson Blvd Class III/IV Wastewater Pump Station •Durbin Pkwy N Manhole Replacement Project •Boulevard St. Discharge Sampling •Hogan’s Creek Chilled Water Expansion •JEA MLK Fairfax to Brentwood WM •Forbes Street JEA Water Main Pipeline Page 40 of 59 APPENDIX A Organiza�onal Chart Resumes License Page 41 of 59 ORGANIZATIONAL CHART CSI Geo and Aerostar SES are both located on St. Johns Bluff Road, Jacksonville, FL 32246 John Iya, PEP Principal-in-Charge/Client Service Manager Principal-in-Charge Project Manager Clay County Utility Authority Principal-in-Charge Jason Valeria, PE Project Manager, Lead / Engineer Principal-in-Charge Adam Norwood, PE QA/QC Principal-in-Charge Liam Capstick, PE CMT Department Manager 3 Crews Lead Geotechnical Technician / Drilling Manager Principal-in-Charge Olia Lloyd III Field Operations Manager Chris Anderson Chris Anderson Dennis Smith James Riggins James Brewster James Cuneo Angela Finn Field Technicians & Inspectors Princip al-in-Charge Rashmi Kila, PhD, PE Project Engineer Joshua, Mele, PE Nader Amer, PhD, EI Bryan Mendoza, EI Alexander Akpan, EI Geotechnical Engineering Services Geotechnical and CMT Laboratory Services Josiah Hughes Drillers Zachary Holem ENVIRONMENTAL SUBCONSULTANT Aerostar SES Rick Levin, PG Page 42 of 59 EDUCATION ME, Geotechnical Engineering North Carolina A&T State University, 1996 BS, Building ABU Zaria, 1983 TRAINING & CERTIFICATIONS GRLWEAP Workshop Pile Driving Analyzer and CAPWAP Workshop GMEC Conference and Drilled Shaft Short Course Geotechnical/Structural Design & Construction Monitoring of Deep Foundations Workshop Geotextiles in Transportation by AMOCO Professional Development Services Workshop GRL Ground Modification (Various Seminars); Hayward Baker NICET Level II Certification ACI Grade I Concrete Field Testing Technician Certification FDOT Drilled Shaft Inspection Certification FDOT Pile Driving Inspection Certification PROFESSIONAL REGISTRATIONS FL #77294 GA # 38675 NC # 40301 Mr. Iya has over 29 years of experience, 21 years with CSI Geo in civil, environmental, and geotechnical engineering projects. During these years, he has served as a geotechnical engineer for a variety of projects at the local, state and federal government levels, as well as commercial. Mr. Iya has been responsible for conducting geotechnical investigations and design services for roadways, major highways and bridge projects, commercial and residential buildings, as well as large high-rise office buildings, airports, seaports, and large industrial and commercial projects. He has conducted field investigations and laboratory testing for many projects throughout Florida, Georgia and North Carolina. EXPERIENCE JEA Rivertown Potable Storage Tank and Repump Station, Jacksonville, Florida Senior Geotechnical Engineer: provided geotechnical engineering services for the proposed construction of a Potable Water Storage Tank and a nearby Re-Pump Station. The project consisted of a 100 ft diameter Water Storage Tank, a pump station, and some other minor structures. The study required the collection of site and subsurface data, Standard Penetration Testing (SPT) and laboratory testing services and performance of geotechnical engineering analysis and evaluation. Provided general site preparation recommendations and design parameters for the proposed construction. JEA Greenland Water Treatment Plant Senior Geotechnical Engineer responsible for managing the geotechnical exploration and evaluation activities. The overall project consisted of constructing a new wastewater treatment facility with several CROM storage tanks, holding tanks, clarifiers, pump stations, odor control pads, generator pads, operations and maintenance buildings, processing facilities, and other miscellaneous structures. The geotechnical investigation was performed in two phases, Preliminary Phase I and a Design Phase II investigation. In both phases, Standard Penetration Testing (SPT), Cone Penetration Test (CPT) soundings, laboratory testing were conducted and design recommendations were provided. JEA Arlington East Water Reclamation Facility, Jacksonville, Florida Senior Geotechnical Engineer for providing geotechnical engineering services for the construction of a Reuse Disk Filter Facility, a UV Disinfection Facility, a UV Electrical Building, and to provide general site preparation recommendations and foundation design parameters for the proposed construction. The study required the collection of site and subsurface data, and performance of geotechnical engineering analysis and evaluation. Field exploration of the subsurface conditions was performed by means of Standard Penetration Testing (SPT) and auger borings, as well as Double Ring Infiltration (DRI) testing. Clay County Utility Authority, Water Main Extension Ravines to Henley Road, Clay County, Florida Senior Geotechnical Engineer for providing geotechnical engineering services for the proposed water main extension, including general site preparation recommendations and design parameters for the proposed construction. The project consisted of extension of 12-inch water main to be installed by means of open-cut method and horizontal directional drilling (HDD). Field exploration of the subsurface conditions was performed by means of Standard Penetration Testing (SPT) along the proposed alignment. Analysis and recommended soil parameters were provided for the HDD locations. Page 43 of 59 EDUCATION ME, Geotechnical Engineering/University of Florida, 2007 BS, Civil Engineering/University of Florida, 2006 TRAINING & CERTIFICATIONS LRFD for Highway Bridge Structures by FHWA LRFD for Drilled Shafts by ASCE Auger Cast Pile Inspection Training by FDOT Installation, Verification and Application of Driven Piles by ASCE Geosynthetic Applications in Roadways by ASCE LRFD for Cut Walls by ASCE LRFD for Ground Anchors and Anchored Wall Systems by ASCE GRS-IBS Showcase by FDOT/FHWA GeoStudio Modeling by University of Florida FB-Deep and FB-MultiPier by Bridge Software Institute (BSI)/University of Florida GRLWEAP pile driveability software by University of Florida Driven 1.2 pile capacity analysis software by University of Florida PROFESSIONAL REGISTRATIONS FL PE #73795 GA PE #038891 NC PE #049203 Mr. Valeria has over 16 years experience, 11 years with CSI Geo in civil, environmental, and geotechnical engineering projects. He has served as a geotechnical engineer for a variety of projects at the local, state and federal government levels, as well as commercial. These projects have included roadways, embankments, bridges, levees and dams, floodwalls and floodgates, water treatment plants, sewer/water supply lines, commercial/residential structures, port/coastal facilities, and aviation facilities. EXPERIENCE Jacksonville Electric Authority, Northwest Regional Water Treatment Plant, Jacksonville, Florida Staff Geotechnical Engineer for providing geotechnical engineering services for the proposed construction of the water reclamation facility (WRF), and to provide general site preparation recommendations and design parameters for the proposed construction. The proposed construction is a 1 to 3 MGD facility with associated structures, piping, drives, and drainage. Field exploration of the subsurface conditions was performed by means of Standard Penetration Testing (SPT) and auger borings, as well as Double Ring Infiltration (DRI) testing. Recommendations were provided to reduce the effects of settlement on the proposed tank structure. JEA Rivertown Potable Storage Tank and Repump Station, Jacksonville, Florida Geotechnical Engineer: provided geotechnical engineering services for the proposed construction of a Potable Water Storage Tank and a nearby Re-Pump Station. The project consisted of a 100 ft diameter Water Storage Tank, a pump station, and some other minor structures. The study required the collection of site and subsurface data, Standard Penetration Testing (SPT) and laboratory testing services and performance of geotechnical engineering analysis and evaluation. Provided general site preparation recommendations and design parameters for the proposed construction. Clay County Utility Authority, Water Main Extension Ravines to Henley Road, Clay County, Florida Senior Geotechnical Engineer for providing geotechnical engineering services for the proposed water main extension, including general site preparation recommendations and design parameters for the proposed construction. The project consisted of extension of 12-inch water main to be installed by means of open-cut method and horizontal directional drilling (HDD). Field exploration of the subsurface conditions was performed by means of Standard Penetration Testing (SPT) along the proposed alignment. Analysis and recommended soil parameters were provided for the HDD locations. Jacksonville Electric Authority, West Nassau Regional Water Treatment Plant, Jacksonville, Florida Geotechnical Engineer for providing geotechnical engineering services for the construction of the Water Storage Tank, Process Building, Chemical Storage Area, and Storm Water Retention Area, and to provide general site preparation recommendations and design parameters for the proposed construction. The project included an 80 ft diameter water storage tank with a capacity of 1 MG of water, a process building, a chemical storage area, and a storm water retention area. Services included field and laboratory testing, Standard Penetration Testing (SPT), Auger borings, Double Ring Infiltration (DRI) tests, shallow foundation analysis, and deep foundation analysis. Page 44 of 59 Dr. Kola has 7 years of experience, 3 years with CSI Geo in geotechnical, pavement, and construction materials testing projects. She has served as a staff engineer for various projects including utilities, water treatment facilities, roadways and bridges, drainage projects, buildings, signal and sign structures, and pavements. PROJECT EXPERIENCE Jacksonville Electric Authority, Northwest Regional Water Treatment Plant, Jacksonville, Florida Staff Geotechnical Engineer for providing geotechnical engineering services for the proposed construction of the water reclamation facility (WRF), and to provide general site preparation recommendations and design parameters for the proposed construction. The proposed construction is a 1 to 3 MGD facility with associated structures, piping, drives, and drainage. Field exploration of the subsurface conditions was performed by means of Standard Penetration Testing (SPT) and auger borings, as well as Double Ring Infiltration (DRI) testing. Recommendations were provided to reduce the effects of settlement on the proposed tank structure. Clay County Utility Authority, Water Main Extension Ravines to Henley Road, Clay County, Florida Staff Geotechnical Engineer for providing geotechnical engineering services for the proposed water main extension and to provide general site preparation recommendations and design parameters for the proposed construction. The project consisted of extension of 12-inch water main to be installed by means of open-cut method and horizontal directional drilling (HDD). Field exploration of the subsurface conditions was performed by means of Standard Penetration Testing (SPT) along the proposed alignment. Analysis and recommended soil parameters were provided for the HDD locations. Arlington East Water Reclamation Facility (WRF) upgrades, Jacksonville, Florida Staff Geotechnical Engineer for providing geotechnical engineering services for the proposed construction of the multi-level screening structure, odor control pad, primary clarifier, and aeration basin, and to provide general site preparation recommendations and design parameters for the proposed construction. Field exploration of the subsurface conditions was performed by means of Standard Penetration Testing (SPT) and auger borings, as well as Double Ring Infiltration (DRI) testing. Jacksonville Electric Authority, Forbes Street Galvanized Pipe Replacement, Jacksonville, Florida Staff Geotechnical Engineer for providing geotechnical engineering services for the proposed construction/replacement of the existing Jacksonville Electric Authority (JEA) galvanized water main pipelines and to provide general site preparation recommendations and design parameters for the proposed construction. The project consisted of a total of pipeline length of approximately 9600 LF. Field exploration of the subsurface conditions was performed by means of Standard Penetration Testing (SPT) along the proposed alignment. EDUCATION Ph.D., Civil Engineering, University of Kansas, 2019 M.Sc., Structural Engineering, JNTUH College of Engineering, 2014 B.Sc., Civil Engineering, JNTUH College of Engineering, 2014 TRAINING & CERTIFICATIONS FB-Deep by Bridge Software Institute (BSI)/University of Florida ACI Concrete Strength Testing Technician FDOT Concrete Laboratory Technician Level 1 (CTQP) ACI Aggregate Testing Technician – Level 1 ACI Aggregate Base Testing Technician FDOT Aggregate Base Testing Technician (CTQP) Earthwork Construction Inspection - Level 1 & 2 Portable Nuclear Gauge Safety & US DOT HAZMAT Asphalt Plant- Level 1 & 2 LBR Technician PROFESSIONAL REGISTRATIONS FL PE #92513 Page 45 of 59 Mr. Holem has 5 years of geology and geotechnical experience, 4 years with CSI Geo. He has extensive experience in the lab for both construction materials testing and geotechnical soils testing. He currently supervises and coordinates drilling and other field services for the Geotechnical Department at CSI-Geo. EXPERIENCE Jacksonville Electric Authority, Arlington East Water Reclamation Facility, Jacksonville, Florida Staff Geologist responsible for providing coordination for field work, utility locates and permitting to facilitate geotechnical engineering services for the construction of a Reuse Disk Filter Facility, a UV Disinfection Facility, a UV Electrical Building. The study required the collection of site and subsurface data, and performance of geotechnical engineering analysis and evaluation. Field exploration of the subsurface conditions was performed by means of Standard Penetration Testing (SPT) and auger borings, as well as Double Ring Infiltration (DRI) testing. Jacksonville Electric Authority, Northwest Regional Water Treatment Plant, Jacksonville, Florida Staff Geologist responsible for providing coordination for field work, utility locates and permitting to facilitate geotechnical engineering services for the proposed construction of the Water Storage Tank, Process Building, and Storm Water Retention Area. The construction included a 110 ft diameter water storage tank with a capacity of 2 MG of water, a process building, a storm water retention area, and associated structures. Field exploration of the subsurface conditions was performed by means of Standard Penetration Testing (SPT) and auger borings, as well as Double Ring Infiltration (DRI) testing. Jacksonville Electric Authority, MLK Fairfax to Brentwood Water Mains Replacement, Jacksonville, Florida Staff Geologist responsible for providing coordination for field work, utility locates and permitting to facilitate geotechnical engineering services for the proposed water main replacement. The project consisted of replacement of the 16-inch and 20-inch water mains to be installed by means of open-cut method and horizontal directional drilling (HDD). Field exploration of the subsurface conditions was performed by means of Standard Penetration Testing (SPT) along the proposed alignment. Analysis and recommended soil parameters were provided for the HDD locations. Clay County Utility Authority, Water Main Extension Green Rd to CR 218, Clay County, Florida Staff Geologist responsible for providing coordination for field work, utility locates and permitting to facilitate geotechnical engineering services for the proposed water main extension. The project consisted of extension of 12-inch water main to be installed by means of open-cut method and horizontal directional drilling (HDD). Field exploration of the subsurface conditions was performed by means of Standard Penetration Testing (SPT) along the proposed alignment. Analysis and recommended soil parameters were provided for the HDD locations. Jacksonville Electric Authority, Forbes Street Galvanized Pipe Replacement, Jacksonville, Florida Staff Geologist responsible for providing coordination for field work, utility locates and permitting to facilitate geotechnical engineering services for the proposed construction/replacement of the existing Jacksonville Electric Authority (JEA) galvanized water main pipelines. The project consisted of a total of pipeline length of approximately 9600 LF. Field exploration of the subsurface conditions was performed by means of Standard Penetration Testing (SPT) along the proposed alignment. EDUCATION BS Geology, 2019 University of South Florida, Tampa FL TRAINING & CERTIFICATIONS Nuclear Density Gauge Safety ACI Concrete Strength Testing Technician FDOT Concrete Laboratory Technician Level 1 (CTQP) ACI Aggregate Base Testing Technician FDOT Aggregate Base Testing Technician (CTQP) Passed the Drilled Shaft Inspection (Proficiency Exam & Written Exam) LBR Technician SKILLS Proficient at MS Word, Power Point, Excel, Outlook and Dr. Checks Familiar with AutoCAD, GIS, MS Paint and C++ Familiar with USCS soil classification and core logging Page 46 of 59 Mr. Capstick has 10 years of experience, all 10 years with CSI Geo in Geotechnical Engineering and Construction Materials Testing. Mr. Capstick has a foundation of geotechnical engineering experience built on a strong education, technical knowledge, and project experience. This foundation is supplemented with experience with on-site inspections, and logistical project management in the field. Liam has experience in management of a materials testing laboratory and with the evaluation, inspection, and testing of construction materials. This includes acceptance testing on subgrade soils, aggregate subbase, base course materials, asphalt pavements, and concrete pavements consistent with accepted standards. Liam is experienced in maintaining a Quality Management System (QMS) in accordance with the requirements of AASHTO R-18, reviewing laboratory test reports, and maintaining a materials laboratory in compliance with the standards established by ASTM and AASHTO. His experience includes the oversight, maintenance, and ensuring the calibration of laboratory equipment. PROJECT EXPERIENCE JEA Rivertown Water Treatment Plant, St. Johns, Florida Geotechnical and Materials Engineer for the design phase services for the JEA Rivertown Water Treatment Facility. Oversaw the field operations including the collection of site and subsurface data, Standard Penetration Testing (SPT) and laboratory testing services and performance of geotechnical engineering analysis and evaluation. During the construction phase of this project, Liam oversaw the construction materials testing (CMT) including soil density and compaction testing, concrete sampling and testing, and the monitoring of proof rolling, unsuitable soil removal, and structural fill placement. JEA Greenland Water Treatment Plant, Jacksonville, Florida Geotechnical and Materials Engineer responsible for managing the field subsurface drilling operations. Oversaw field layout of test borings, sample collection, and laboratory testing and subsurface characterization. The overall project consisted of constructing a new wastewater treatment facility with several CROM storage tanks, holding tanks, clarifiers, pump stations, odor control pads, generator pads, operations and maintenance buildings, processing facilities, and other miscellaneous structures. The geotechnical investigation was performed in two phases, Preliminary Phase I and a Design Phase II investigation. In both phases, Standard Penetration Testing (SPT), Cone Penetration Test (CPT) soundings, laboratory testing were conducted and design recommendations were provided. Black Creek Water Resource Development Project, Clay County, Florida Geotechnical and Materials Engineer responsible for field coordination and exploration, laboratory testing, soil evaluation and drafting for the Black Creek Water Resource development project in Clay County, Florida. The project consisted of 1) constructing an intake structure, 2) convey the captured water through a transmission system, and 3) discharge the water into a recharge area. Responsible for oversight of geotechnical services that included performing Standard Penetration Tests (SPT) using track and All-Terrain Vehicle (ATV) drilling rigs, preparing CAD drawings and gINT logs, installation of water piezometers, and overseeing drilling at the intake, recharge, Horizontal Directional Drilling (HDD) and Jack & Bore areas. During the construction phase, prepared a construction dewatering plan for the contractor. EDUCATION Master of Engineering, Civil Engineering, University of Florida, 2022 Bachelor of Science, Civil Engineering, University of Florida, 2012 PROFESSIONAL REGISTRATIONS FL PE #88619 Initial PE Registration: 12/31/2019 CERTIFICATIONS ACI Concrete Strength Testing Technician ACI Aggregate Testing Technician – Level 1 ACI Concrete Laboratory Testing Technician – Level 1 FDOT CTQP Concrete Lab Technician – Level 1 FDOT CTQP Aggregate Testing Technician FDOT CTQP Asphalt Plant – Level 1 FDOT Temporary Traffic Control Advanced PDCA / PDI Dynamic Measurement and Analysis Proficiency Test – Provisional SPECIALIZED TRAINING Soils and Foundations Workshop by FHWA Auger Cast Pile Inspection Training by FDOT Installation, Verification, and Application of Driven Piles Webinar by ASCE Geosynthetic Basal Reinforcement Over Deep Foundations Including Geosynthetic Encased Stone/Sand Columns Webinar by ASCE Design of Ground Anchors and Anchored Wall Systems Webinar by ASCE Load and Resistance Factor Design (LRFD) for Geotechnical Engineering Features: Drilled Shaft Foundations Webinar by ASCE Page 47 of 59 EDUCATION MS, Civil Engineering, University of North Florida, 2019 BS, Civil Engineering, University of North Florida, 2016 SPECIALIZED TRAINING & CERTIFICATIONS Installation, Verification, and Application of Driven Piles by ASCE FB-Deep and FB-MultiPier; Bridge Software Institute (BSI)/University of Florida CRESTCOM® BPM Leadership Development Program Construction Site Safety Orientation by Northeast Florida Safety Council, Inc. PROFESSIONAL REGISTRATIONS FL PE #91015 Mr. Mele holds both BS and MS degrees in Civil Engineering from the University of North Florida and is a licensed Professional Engineer in Florida with over 7 years of experience, 1 year with CSI Geo in geotechnical engineering consulting and subsurface investigation services. His experience includes, Geotechnical Investigations, Shallow and Deep Foundation Evaluations and Recommendations, Laboratory and Field Testing of Soils and Construction Materials, Slope Stability Analysis, Reinforced Slopes, Retaining and MSE walls, Pavement Evaluation, Sinkhole Exploration and Remediation, and Materials Laboratory and Field Testing of Soils and Construction. PROJECT EXPERIENCE CCUA Saratoga Springs WTF, Clay County, FL Geotechnical Engineer for the design and construction of the new Water Treatment Facility. Our scope included the following structures and site features: a High Service Pump Building, Generator Building, Chlorine Building, Aerator, Hydropneumatic Tanks, three wells, Stormwater Pond, and driveway/parking area. In addition, the project included a Water main and Reclaimed Water Main to connect the WTF to the existing mains on Sandridge Road. These mains will run adjacent and to the east of Feed Mill Road, within a future CCUA easement. Geotechnical responsibilities included performing Standard Penetration Test borings, Cone Penetrometer Tests (CPT), and test pit excavations within the area of proposed structures and site features, and field permeability testing within the area of the proposed stormwater maintenance pond. A Geotechnical Report was prepared that included foundation design and site preparation recommendations. JEA Buckman Biosolids Capital Conversion Projects, Duval, FL Geotechnical Engineer for the design and conversion of the existing Water/Wastewater Facility. Our scope included exploration and engineering analyses for expanding the existing Vacuum Truck Unlading Facility (VTUF), new Digestivore™ Post Aerobic Digestors (PAD) tanks, new Biosolid Processing Facility including a Thickening/Dewatering and Cake Receiving Buildings, Demolition and reconstruction of the existing Raw Sewage Holding Tank (RSHT), and many other ancillary structures. Analyses and recommendations included soil parameters for mat/reinforced slab foundations and estimated settlement and performance of the shallow foundations, and a forensic pile analyses the existing RSHT including historic As-Builts review, overseeing Parallel Seismic Testing (PST) to determine pile section thicknesses and tip elevations, and calculating lateral and axial pile capacities for future support. SJCUD WTP Upgrades, St. Johns County, FL Geotechnical Engineer for the design and expansion of the Water Treatment Plant (WTP) located at 326 Van Gogh Circle in St. Johns County, Florida. The WTP encompasses an approximate 2-acre parcel bounded to the north by two commercial single-story structures and Ray Road, to the east by Nease High School’s baseball field, to the south by Van Gogh Circle, and to the west by US Highway 1. The project included the construction of a 1 million-gallon, prestressed concrete Ground Storage Tank (GST) with a diameter of 85 feet to match the dimensions of the existing GST tank at the site. Geotechnical responsibilities included performing Standard Penetration Test borings within the area of proposed structure. A Geotechnical Report was prepared that included foundation design and site preparation recommendations. Page 48 of 59 YEARS WITH COMPANY 15 Years TOTAL YEARS OF EXPERIENCE 42 Years OFFICE Jacksonville, FL ACADEMIC BACKGROUND  BA, Geology, University of South Florida, 1980 REGISTRATIONS/CERTIFICATIONS  Registered Professional Geologist: Florida #1431 Georgia #1811 Arizona #45957 Missouri #29089 Pennsylvania #2393G PROFESSIONAL TRAINING  Operational Safety and Health Administration (OSHA) 40-hr. Hazardous Waste Operations and Emergency Response (HAZWOPER) and 8-hr. Refresher  OSHA 30-hr. Construction Safety and Health  United States Army Corps of Engineers (USACE)/Naval Facilities Engineering Command (NAVFAC) Construction Quality Management  Naval Civil Engineer Corps Officers School (CECOS) Uniform Federal Policy for Quality Assurance Project Plans (UFP QAPP)  Federal Emergency Management Administration (FEMA) – Incident Command System: I-100 National Incident Management System  OSHA Permit-Required Confined Spaces  Cardiopulmonary Resuscitation (CPR)/First Aid/Automated External Defibrillators (AED)  Bloodborne Pathogens Experience Highlights Phase I Geotechnical Exploration, Guajataca Dam, Hurricane Maria Emergency Response, USACE Jacksonville, Quebradillas, PR – Project Manager. Responsible for conducting a geotechnical investigation for the design and construction of a temporary emergency spillway, and repairs of the damaged access road (PR-476) of Guajataca Dam. Managed the drilling of borings continuously sampled using a Standard Penetration Test (SPT) sampling technique; and additional companion borings for undisturbed sampling using Shelby Tubes. Managed subcontractors, coordinated with the client, ensured project was on schedule and within budget, and prepared Monthly Progress Reports (MPR), invoices, and Letter Report of Findings. Phase I Geotechnical Investigation, Caño Martín Peña (CMP) Ecosystem Restoration Project (ERP), USACE Jacksonville, San Juan, PR – Project Manager. Responsible for conducting a geotechnical investigation that consisted of drilling land and water borings and collecting soil samples and undisturbed Shelby Tube samples for geotechnical analysis as part of the CMP ERP. Managed subcontractors; coordinated with the client; monitored schedule and budget; and prepared MPRs, invoices, and Letter Report of Findings. Geotechnical Investigation, Flood Control Project Feasibility Study (FS), Rio Orocovis, USACE Jacksonville, Orocovis, PR – Project Manager. Responsible for conducting a geotechnical investigation that consisted of advancing borings, rock corings, and collecting sediment samples from Rio Orocovis. Managed subcontractors; coordinated with the client; ensured project was on schedule and within budget; and prepared MPRs, invoices, and Letter Report of Findings. Geotechnical Investigation, U.S. Customs Boat Ramp, Deck, and Wave Attenuator, USACE Jacksonville, Ponce, PR – Project Manager. Responsible for conducting a geotechnical investigation at the United States Customs Boat Ramp, Deck, and Wave Attenuator. Managed the advancement of four borings using a skid-mounted CME-45 drill rig affixed to a motorized work barge. The borings were advance to a total depth of approximately 40 feet below land surface (BLS). Managed subcontractors; coordinated with the client; ensured project was on schedule and within budget; and prepared MPRs, invoices, and Letter Report of Findings. Richard S. Levin, PG Senior Project Manager Page 49 of 59 KEY STAFF LICENSE Page 50 of 59 Page 51 of 59 Page 52 of 59 SCHEDULE OF PROPOSED GEOTECHNICAL & CMT PRICES/RATES NAME OF CONTRACTOR: CSI Geo, Inc. Proposal Number: RFQ# 2022/2023-A21 Geotechnical Engineering and Testing Professional Services 1. Average hourly direct labor rates (without Fringe Benefits) Project Manager $ 78.44 hr. Senior Geotechnical Engineer $ 76.70 hr. Geotechnical Engineer $ 57.69 hr. Engineer Intern $ 53.56 hr. Senior Inspector $ 40.00 hr. Senior Engineering Technician $ 36.50 hr. Drafter or CADD Operator $ 41.50 hr. Clerical (Typist, Word Processor, Document Assembly, etc.) $ 25.25 hr. 2. Total Overhead Rate (to be applied to Direct Labor:) 194.84 % 3. Profit Rate (to be applied to Direct Labor plus Overhead) 10 % 4. Cost of 4-man survey crew per 8 hour day (If applicable) $ hr. 5. Other Direct Project Costs per Unit (please specify) Please see attachments. 6. Estimated percentage of total fee to be performed by subconsultants % 7. Please provide any other relevant rates that may apply to this project including average direct hourly labor rates for other categories of proposed personnel Please see attachments. -45 Page 53 of 59 Unit Cost/Unit Truck Mount Mobilization 0-30 Miles Each 580.00 Truck Mount Mobilization Over 30 Miles Mile 8.00 Mudbug/All Terrain Vehicle Mobilization 0-30 Miles Each 875.00 Mudbug/All Terrain Vehicle Mobilization Over 30 Miles Mile 8.50 Truck/Mud Bug and Crew (2-person)Hour 300.00 Truck/Mud Bug and Crew (3-person)Hour 360.00 Truck/Mud Bug and Crew Daily Rate Day 3,500.00 Truck/Mud Bug SPT 0-50 Ft LF 15.50 Truck/Mud Bug SPT 50-100 Ft LF 17.50 Truck/Mud Bug SPT 100-150 Ft LF 23.50 Truck/Mud Bug SPT 150-200 Ft LF 30.00 Truck/Mud Bug SPT 200-250 Ft LF 40.00 Truck/Mud Bug Extra SPT Samples 0-50 Ft Each 42.00 Truck/Mud Bug Extra SPT Samples 50-100 Ft Each 47.00 Truck/Mud Bug Extra SPT Samples 100-150 Ft Each 50.00 Truck/Mud Bug Extra SPT Samples 150-200 Ft Each 70.00 Truck/Mud Bug Extra SPT Samples 200-250 Ft Each 80.00 Truck/Mud Bug Auger/Wash Boring 0-50 Ft LF 12.00 Truck/Mud Bug Temp Casing 3" 0-50 Ft LF 10.00 Truck/Mud Bug Temp Casing 3" 50-100 Ft LF 12.00 Truck/Mud Bug Temp Casing 3" 100-150 Ft LF 14.00 Truck/Mud Bug Temp Casing 3" 150-200 Ft LF 16.00 Truck/Mud Bug Temp Casing 3" 200-250 Ft LF 18.00 Truck/Mud Bug Temp Casing 4" 0-50 Ft LF 11.00 Truck/Mud Bug Temp Casing 4" 50-100 Ft LF 12.00 Truck/Mud Bug Temp Casing 4" 100-150 Ft LF 15.00 Truck/Mud Bug Temp Casing 4" 150-200 Ft LF 16.00 Truck/Mud Bug Temp Casing 4" 200-250 Ft LF 18.00 Truck/Mud Bug Temp Casing 6" 0-50 Ft LF 16.00 Truck/Mud Bug Temp Casing 6" 50-100 Ft LF 17.50 Truck/Mud Bug Temp Casing 6" 100-150 Ft LF 19.50 Truck/Mud Bug Grout Boreholes 0-50 Ft LF 7.00 Truck/Mud Bug Grout Boreholes 50-100 Ft LF 8.00 Truck/Mud Bug Grout Boreholes 100-150 Ft LF 9.00 Truck/Mud Bug Grout Boreholes 150-200 Ft LF 11.00 Truck/Mud Bug Grout Boreholes 200-250 Ft LF 12.50 Truck/Mud Bug Undisturbed Samples 0-50 Ft Each 160.00 Truck/Mud Bug Undisturbed Samples 50-100 Ft Each 200.00 Truck/Mud Bug Undisturbed Samples 100-150 Ft Each 251.00 Truck/Mud Bug Undisturbed Samples 150-200 Ft Each 245.00 Truck/Mud Bug Rock Coring Less Than 4" ID 0-50 Ft LF 48.00 Truck/Mud Bug Rock Coring Less Than 4" 50-100 Ft LF 53.00 Truck/Mud Bug Rock Coring Less Than 4" 100-150 Ft LF 58.00 Truck/Mud Bug Rock Coring Less Than 4" 150-200 Ft LF 67.00 Truck/Mud Bug Rock Coring Less Than 4" 200-250 Ft LF 75.00 Truck/Mud Bug Coring 4" ID & Over 0-50 Ft LF 89.00 Truck/Mud Bug Coring 4" ID & Over 50-100 Ft LF 99.00 Truck/Mud Bug Coring 4" ID & Over 100-150 Ft LF 109.00 Truck/Mud Bug Coring 4" ID & Over 150-200 Ft LF 119.00 Truck/Mud Bug Coring 4" ID & Over 200-250 Ft LF 139.00 2023-2024 PUBLISHED GEOTECHNICAL FEE SCHEDULE FOR DRILLING AND LABORATORY TESTING SERVICES Truck Rig / ATV 2394 St. Johns Bluff Road, S., Suite 200Jacksonville, Florida 32246 tell (904) 641-1993 Page 54 of 59 Unit Cost/Unit 2023-2024 PUBLISHED GEOTECHNICAL FEE SCHEDULE FOR DRILLING AND LABORATORY TESTING SERVICES 2394 St. Johns Bluff Road, S., Suite 200Jacksonville, Florida 32246 tell (904) 641-1993 Amphibious Rig Mobilization Each 13,500.00 Barge Mount Rig Mobilization Each 10,000.00 Track Rig Mobilization 0-30 Miles Each 3,000.00 Track Rig Mobilization Over 30 Miles Mile 8.50 Barge Rig (Small) Mobilization (Permit not Required)Each 10,000.00 Barge Rig (Small) with Crane (Permit not Required)Each 15,000.00 Barge Rig (Large) Mobilization (Permit Required)Each 20,000.00 Barge Rig (Large) with Crane (Permit Required)Each 35,000.00 Barge Rig - Floating Platform Day 3,900.00 Amphibious/Barge/Track Out of State Travel Permits Each 580.00 Amphibious/Barge/Track Moving Hole to Hole Each 1,300.00 Amphibious/Barge/Track and Crew (2-person)Hour 315.00 Amphibious/Barge/Track and Crew (3-person)Hour 375.00 Amphibious/Barge/Track and Crew Daily Rate Day 6,000.00 Amphibious/Barge/Track SPT 0-50 Ft LF 28.00 Amphibious/Barge/Track SPT 50-100 Ft LF 34.00 Amphibious/Barge/Track SPT 100-150 Ft LF 48.00 Amphibious/Barge/Track SPT 150-200 Ft LF 65.00 Amphibious/Barge/Track SPT 200-250 Ft LF 75.00 Amphibious/Barge/Track Extra SPT Samples 0-50 Ft Each 65.00 Amphibious/Barge/Track Extra SPT Samples 50-100 Ft Each 74.00 Amphibious/Barge/Track Extra SPT Samples 100-150 Ft Each 95.00 Amphibious/Barge/Track Extra SPT Samples 150-200 Ft Each 115.00 Amphibious/Barge/Track Extra SPT Samples 200-250 Ft Each 130.00 Amphibious/Barge/Track Auger Boring/Wash Boring 0-50 Ft LF 18.00 Amphibious/Barge/Track Temp Casing 3" 0-50 Ft LF 17.00 Amphibious/Barge/Track Temp Casing 3" 50-100 Ft LF 20.00 Amphibious/Barge/Track Temp Casing 3" 100-150 Ft LF 22.00 Amphibious/Barge/Track Temp Casing 3" 150-200 Ft LF 27.00 Amphibious/Barge/Track Temp Casing 3" 200-250 Ft LF 42.00 Amphibious/Barge/Track Temp Casing 4" 0-50 Ft LF 20.00 Amphibious/Barge/Track Temp Casing 4" 50-100 Ft LF 22.00 Amphibious/Barge/Track Temp Casing 4" 100-150 Ft LF 24.50 Amphibious/Barge/Track Temp Casing 4" 150-200 Ft LF 25.00 Amphibious/Barge/Track Temp Casing 4" 200-250 Ft LF 29.50 Amphibious/Barge/Track Temp Casing 6" 0-50 Ft LF 23.00 Amphibious/Barge/Track Temp Casing 6" 50-100 Ft LF 27.00 Amphibious/Barge/Track Temp Casing 6" 100-150 Ft LF 34.00 Amphibious/Barge/Track Grout Boreholes 0-50 Ft LF 10.00 Amphibious/Barge/Track Grout Boreholes 50-100 Ft LF 11.75 Amphibious/Barge/Track Grout Boreholes 100-150 Ft LF 13.00 Amphibious/Barge/Track Grout Boreholes 150-200 Ft LF 15.50 Amphibious/Barge/Track Grout Boreholes 200-250 Ft LF 17.50 Amphibious/Barge/Track Undisturbed Samples 0-50 Ft Each 215.00 Amphibious/Barge/Track Undisturbed Samples 50-100 Ft Each 245.00 Amphibious/Barge/Track Undisturbed Samples 100-150 Ft Each 230.00 Amphibious/Barge/Track Rock Coring Less Than 4" ID 0-50 Ft LF 70.00 Amphibious/Barge/Track Rock Coring Less Than 4" 50-100 Ft LF 75.00 Amphibious/Barge/Track Rock Coring Less Than 4" 100-150 Ft LF 85.00 Amphibious/Barge/Track Rock Coring Less Than 4" 150-200 Ft LF 95.00 Amphibious/Barge/Track Rock Coring Less Than 4" 200-250 Ft LF 105.00 Amphibious/Barge/Track Coring 4" ID & Over 0-50 Ft LF 99.00 Amphibious/Barge/Track Coring 4" ID & Over 50-100 Ft LF 115.00 Amphibious/Barge/Track Coring 4" ID & Over 100-150 Ft LF 150.00 Amphibious/Barge/Track Coring 4" ID & Over 150-200 Ft LF 200.00 Amphibious/Barge/Track Coring 4" ID & Over 200-250 Ft LF 265.00 Amphibious / Barge / Track Page 55 of 59 Unit Cost/Unit 2023-2024 PUBLISHED GEOTECHNICAL FEE SCHEDULE FOR DRILLING AND LABORATORY TESTING SERVICES 2394 St. Johns Bluff Road, S., Suite 200Jacksonville, Florida 32246 tell (904) 641-1993 Tripod Mount Mobilization 0 to 30 Miles Trip 1,600.00 Tripod Mount Mobilization 30 Miles and Over Mile 8.00 Tripod Mobilization from Hole to Hole Each 350.00 Tripod and Crew (3-person)Hour 370.00 Tripod and Crew Daily Rate Day 3,000.00 Tripod Standard Penetration Test (SPT Borings)LF 32.00 Tripod Extra Split Spoon Sample Each 48.00 Tripod Casing to Stabilize Borehole LF 18.50 Tripod Grouting the Borehole LF 9.00 Tripod Undisturbed Sample-Thin Wall Shelby Tube Each 300.00 Drill Crew Support Vehicle Day 265.00 Support Boat & Operator Mobilization Each 530.00 Air Boat Mobilization Each 900.00 Tugboat Mobilization Each TBD Hand Auger Mobilization Each 250.00 Soil Probing 2-Person Crew Day 1,500.00 Core Box (Cardboard)Each 9.50 Core Box (Wooden)Each 150.00 Sample Pick-up Each 90.00 Ground Penetrating Radar (GPR) Mobilization Each 450.00 Ground Penetrating Radar (GPR)Hour 360.00 Mobilization of Soil Electrical Resistivity Testing Equipment Each 280.00 Electrical Resistivity Testing Daily Rate Day 1,300.00 Mobilization of Clearing Equipment Each 700.00 Difficult Access/Standby Time (2-person)Hour 315.00 Difficult Access/Standby Time (3-person)Hour 375.00 Clearing Equipment Day 2,100.00 Backhoe (Owned)Day 1,200.00 Chainsaw (Owned)Day 110.00 Dozer (Owned)Day 1,100.00 Clearing Equip- Tractor, Bush Hog Attachment Day 1,000.00 Clearing Equip-Skid Steer/ASV, Forest Mulching Attachment Day 1,000.00 Clearing Equip-Skid Steer/ASV, Brush Cutter Attachment Day 1,000.00 Weather Delay (Amphibious/Barge/Track)Day 3,500.00 MOT Day 2,150.00 Asphalt Pavement Coring Mobilization Each 425.00 Asphalt Pavement Coring – 4” Diameter with Base Depth Check Each 170.00 Asphalt Pvmt. Coring – 4” Diameter without Base Depth Check Each 130.00 Asphalt Pavement Coring – 6” Diameter with Base Depth Check Each 190.00 Asphalt Pvmnt Coring – 6” Diameter without Base Depth Check Each 150.00 Concrete Coring Mobilization Each 425.00 Concrete Pavement Coring - 4" Diameter Each 200.00 Concrete Pavement Coring - 6" Diameter Each 225.00 Patching Each 55.00 Pavement Coring Mobilization 30 Miles and Over Mile 8.00 Clearing / Site Access / Standby Maintenance of Traffic Pavement Coring Tripod Other Services Geophysical Page 56 of 59 Unit Cost/Unit 2023-2024 PUBLISHED GEOTECHNICAL FEE SCHEDULE FOR DRILLING AND LABORATORY TESTING SERVICES 2394 St. Johns Bluff Road, S., Suite 200Jacksonville, Florida 32246 tell (904) 641-1993 Hand Auger with DCP 0-50 ft (ASTM D1452)LF 21.00 Hand Auger with SCP 0-50 ft (ASTM D1453)LF 19.50 CPT Rig Mobilization Each 2,000.00 CPT Truck/Mud Bug 0-50 Ft LF 16.00 CPT Truck/Mud Bug 50-100 Ft LF 17.00 CPT Truck/Mud Bug 100-150 Ft LF 18.00 CPT Truck/Mud Bug 150-200 Ft LF 22.00 CPT Dissipation Test Hour 200.00 Soils Field Vane Shear Mobilization Each 550.00 Soils Field Vane Shear Test ASTM D2573 Each 300.00 Dilatometer Sounding Hour 250.00 Field Dynamic Cone Penetrometer Test (DCP) Hourly Rate Hour 120.00 Vibration Monitoring Day 985.00 Double Ring Infiltration ASTM D3385 Each 570.00 Field Permeability 0-10 Ft Open-End Borehole Method Each 400.00 Field Permeability 10-25 Ft Open-End Borehole Method Each 455.00 Temporary Monitoring Well at 15 Ft Each 1,000.00 Grouted Monitor Well 2in 0-50 Ft LF 36.00 Piezometer 2" 0-50 Ft LF 35.00 Concrete Pad & Cover for Monitoring Wells Each 305.00 Discharge Water Sampling Each 320.00 Discharge Water Sample Analysis Each 1,150.00 Notice of Intent (NOI) and NPDES Permit Application Each 2,100.00 Dewatering Plan Each 3,000.00 Lab Aggregate Total Moisture Content by Drying AASHTO T255 Each 50.00 Lab Moisture Content of Soils (ASTM D2216. AASHTO T127)Each 22.00 Lab Moisture Content Microwave (AASHTO D4643)Each 22.00 Lab Particle Size Hydrometer Method - ASTM D422, AASHTO T88 (Lab Grain Size Analysis)Each 195.00 Lab Particle Size Mechanical Method - ASTM D422, AASHTO T88 (Lab Grain Size Analysis)Each 75.00 Lab Material Finer Than No.200 Sieve Each 48.00 Lab Liquid Limit of Soil (AASHTO T89)Each 60.00 Lab Plastic Limit of Soil (AASHTO T90)Each 60.00 Lab Atterberg Limits Test - ASTM D423, D424, AASHTO T90, ASTM D4318 Each 115.00 Lab Organic Content in Soils (Ignition or Combustion Method)Each 52.00 Lab Sieve Analysis of Fine & Coarse Aggregate (AASHTO T27)Each 80.00 Lab Hydrometer Only (AASHTO T88)Each 140.00 Lab Sedimentation/ Settling Test Each 150.00 Lab Porosity for Soil Each 160.00 Lab Porosity for Rock Each 160.00 Lab Dry & Moist Unit Weight Each 60.00 Lab Specific Gravity Each 85.00 Lab Miniature Vane Shear Test (ASTM D4648)Each 16.00 Lab Aggregate Soundness (AASHTO T104)Each 450.00 Lab Specific Gravity/Absorption Coarse Aggregate (AASHTO T85)Each 85.00 Lab Carbonate Content Each 150.00 Lab Soil Resistivity Each 60.00 Lab Soil pH Each 47.00 Lab Sulfate Content (ASTM 2487)Each 75.00 Lab Chloride Content Each 75.00 Lab Corrosion Series Test - (Environmental Corrosion)Each 235.00 Lab Limerock Bearing Ratio Test (LBR)Each 370.00 Lab CBR California Bearing Ratio Test (CBR)Each 355.00 In Situ Tests Wells and Permeability Tests Pre-Discharge Groundwater Sampling & Analysis Results Laboratory Tests Page 57 of 59 Unit Cost/Unit 2023-2024 PUBLISHED GEOTECHNICAL FEE SCHEDULE FOR DRILLING AND LABORATORY TESTING SERVICES 2394 St. Johns Bluff Road, S., Suite 200Jacksonville, Florida 32246 tell (904) 641-1993 Lab Permeability (Falling Head) (ASTM D5084-16a)Each 370.00 Lab Permeability (Constant Head) (ASTM D2434-19)Each 370.00 Lab Flexible Wall Permeability (ASTM D5084)Each 450.00 Lab Pocket Penetrometer Test Each 13.00 Lab Undisturbed Sample Extrusion Each 100.00 Lab Unconfined Compressive Strength of Concrete Cores ASTM C-138 Each 70.00 Lab Unconfined Compressive Strength of Cohesive Soil ASTM D-2166 Each 150.00 Lab Unconfined Compressive Strength of Intact Rock Cores (ASTM D 7012)Each 160.00 Lab Splitting Tensile Strength of Intact Rock Cores (ASTM D 3967)Each 150.00 Lab Consolidation (ASTM D2435-2011)Each 530.00 Lab Consolidation Additional Increments (AASHTO T216)Each 180.00 Lab Direct Shear Consolid Drained/Point (FM 3-D3080)Each 320.00 Lab Unconsolidated Undrained Triaxial (per Confining Stress) (UU)Each 300.00 Lab Consolidated Undrained Triaxial (per Confining Stress) - ASTM D4767, AASHTO T 297 (CU)Each 525.00 Lab Consolidated Drained Triaxial (per Confining Stress) - ASTM D7181 (CD)Each 525.00 Lab Standard Proctor Moist.-dens. 5.5 lb-12" drop Each 140.00 Lab Modified Proctor Moist-dens. 10 lb-18" drop Each 140.00 Lab Bulk Specific Gravity of Asphalt (FM 1-T166)Each 60.00 Lab Asphalt Content (FM 5-563)Each 145.00 Lab Asphalt Gradation (FM 1-T030)Each 100.00 Lab Asphalt Los Angeles (LA) Abrasion Coarse Aggregate (FM 3-C535)Each 450.00 Lab Asphalt Los Angeles (LA) Abrasion Small Aggregate (FM 1-T096)Each 425.00 Lab Concrete Beam Flexural Testing (ASTM C78)Each 55.00 Lab Concrete Compressive Strength of Grout\Mortar (ASTM C109)Each 29.00 Lab Concrete Cylinder Curing, Capping & Breaking (ASTM C39)Each 37.00 Lab Concrete Drilled Cores & Sawed Beams (ASTM C42)Each 45.00 Per Diem 1 Man Crew Day 200.00 Per Diem 2 Man Crew Day 400.00 Per Diem 3 Man Crew Day 600.00 Per Diem Page 58 of 59 Engineer: Owner: Clay County Utility Authority Date: [Insert Date] Item Description of Services Provide Geotechnical Engineering and Testing Professional Services as requested and identified in the attached scope of services and fee proposal dated xxxxx Task 1 [Insert Description] $ XX.00 Total Cost Plus Expenses Not To Exceed Without Prior Authorization $ XX.00 All tasks are to be completed no later than ___ weeks after the Notice to Proceed has been issued. This document, along with the attached scope and fee request and the ________ _, 2023 Fee Proposal, shall become an amendment to the RFQ Agreement 2022/2023-A21 and all provisions of the Agreement will apply hereto. Accepted by: Date: Engineer: [Insert Name of Firm] Accepted by: Date: Owner: Jeremy Johnson, Executive Director Clay County Utility Authority SUPPLEMENTAL AGREEMENT TEMPLATE Supplemental Agreement No. X to Geotechnical Engineering and Testing Professional Service RFQ Agreement 2022/2023-A21 to provide Professional Geotechnical Engineering and Testin services for the [Insert the Name of the Project]. Page 59 of 59