HomeMy WebLinkAboutRFQ 22-23-A21 Geotechnical Engineering and Testing Contract- ECS Florida Fully ExecutedGEOTECHNICAL ENGINEERING AND TESTING PROFESSIONAL SERVICES
CONTINUING CONTRACT BETWEEN CLAY COUNTY UTILLITY AUTHORITY
(CCUA) AND ECS FLORIDA LLC.
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 ECS Florida LLC., 11554 Davis Creek Court, Jacksonville, Florida, 32256
(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 52
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 52
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 52
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 52
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 52
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 52
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.
Page 7 of 52
SECTION 9. STATUS
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.
Page 8 of 52
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:
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
Page 9 of 52
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.
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
Page 10 of 52
is required, does not constitute a waiver of the CONTRACTOR’s obligation to fulfill
the insurance requirements specified herein.
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
Page 11 of 52
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
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
Page 12 of 52
CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT’S DUTY
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
Page 13 of 52
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
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.
Page 14 of 52
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
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.
Page 15 of 52
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.
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: Chris Egan, P.E.
ECS Florida LLC.
11554 Davis Creek Court
Jacksonville, Florida 32256
Page 16 of 52
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
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:
Chris Egan, P.E.
ECS Florida LLC.
11554 Davis Creek Court
Jacksonville, Florida 32256
Phone: 904-880-0960
Email: cegan@ecslimited.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
Page 17 of 52
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 52
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 52
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 52
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 52
• 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 52
Angelia Wilson
Procurement Manager
Clay County Utility Authority
3176 Old Jennings Road
Middleburg, FL 32068
™
Clay County Utility Authority
Geotechnical Engineering and Testing Professional Services
RFQ# 22/23-A21
June 29, 2023, 2:00 pm
GEOTECHNICAL ENVIRONMENTAL
CONSTRUCTION MATERIALS FACILITIES
EXHIBIT 'B'
Page 24 of 52
Clay County Utility Authority
Geotechnical Engineering
and
Testing Professional Services
RFQ 22/23-A21
Offeror:
ECS Florida, LLC
11554 Davis Creek Court
Jacksonville, FL 32256
Chris Egan, PE
Geotechnical Department Manager /
Point of Contact
904.880.0960
CEgan@ecslimited.com
A. TITLE PAGE
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 2
Page 25 of 52
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 3
™
Title PageA
B. TABLE OF CONTENTS
- Chris Urquhart
VP, Design & Construction, KDC
“We challenge ECS and love the way
they react to that. Giving us different
options is really important to us and
our business.”
- Chris Urquhart
VP, Design & Construction, KDC
“We challenge ECS and love the way
they react to that. Giving us different
options is really important to us and
our business.”
- Chris Urquhart
VP, Design & Construction, KDC
“We challenge ECS and love the way
they react to that. Giving us different
options is really important to us and
our business.”
page 2
Table of ContentsB page 3
Mandatory RequirementsC page 6
Project ApproachD page 19
Other: Subcontractor, Litigation, Financial InformationE page 23
Page 26 of 52
C. Mandatory Requirements
Page 27 of 52
a. EXECUTIVE SUMMARY
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 5
ECS Florida, LLC
11554 Davis Creek Court
Jacksonville, FL 32256
T 904.880.0960
www.ecslimited.com
June 29, 2023
Joey Broussard, PE Chris Egan, PE
Subsidiary Regional Manager Geotechnical Department Manager
jbroussard@ecslimited.com cegan@ecslimited.com
Angelia Wilson
Procurement Manager
Clay County Utility Authority
3176 Old Jennings Road
Middleburg, FL 32068
RE: ECS Florida, LLC – Request for Qualification for Geotechnical Engineering and Testing Professional
Services
Dear Ms. Wilson,
We, ECS Florida, LLC, (ECS) are writing to express our strong interest in providing geotechnical engineering and testing
services to the Clay County Utilities Authority (CCUA). Our expertise and commitment align closely with CCUA’s
Mission and Vision statements.
ECS is dedicated to developing environmentally and economically sustainable utilities that prioritize public health, safety, and welfare. Our geotechnical services contribute to the conservation of natural resources while delivering clean, safe, and economical water, wastewater, and reclaimed water services. Enclosed with this letter is our
Statement of Qualifications (SOQ), which highlights our relevant experience, key personnel, and past performance.
Thank you for considering our Letter of Interest and SOQ. We are available to provide any additional information
or discuss our proposal further. We are excited about the opportunity to partner with CCUA and contribute to the
success of your projects.
Respectfully submitted,
ECS Florida, LLC
Page 28 of 52
b. KEY PERSONNEL
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 6
PRINCIPAL IN CHARGE / CLIENT SERVICE MANAGER
REGISTRATIONS/AFFILIATIONS
Professional Engineer: FL, VA
Florida Engineering Society (FES)
EDUCATION
Masters of Engineering, 2011,
Civil Engineering, University
of Florida, Gainesville, FL
Bachelor of Science, 2010,
Civil Engineering, University
of Florida, Gainesville, FL
EXPERIENCE
Industry: 11 Years
ECS: 11 Years
GEOTECHNICAL ENGINEER / POINT OF CONTACT
CHRIS M. EGAN, PE
Mr. Chris Egan, PE is the Geotechnical Department Manager for ECS. His
responsibilities include scoping, preparation and execution of final reports
of subsurface exploration and geotechnical engineering analyses. He has
performed numerous subsurface explorations for industrial, , and commercial
clients. Egan is also responsible for managing Construction Materials Testing
and Threshold Inspection projects for , commercial and industrial clients.
PROFESSIONAL PROFILE
• CCUA North Campus Driveways, Middleburg, FL
• Tynes Blvd Grocery Hydrology, Middleburg, FL
• Baxley Townhomes Groundwater, Middleburg, FL
• Clay County Regional Park Borrow Pit Drawdown
Analysis, Green Cove Springs, FL
• Verna Lee Parcel, Green Cove Springs, FL
• Cathedral Oaks Drawdown Analysis, Green Cove Springs, FL
• Asbury Hammock Additional Exploration, Green Cove Springs, FL
• Murray Property, Middleburg, FL
• Branan Field Townhome Test Pits, Middleburg, FL
• Clay Street Drainage Improvements, Green Cove Springs, FL
• Sandridge Hills Additional Exploration, Green Cove Springs, FL
• Branan Field Multi-Family Additional, Middleburg, FL
• CR 315 Assemblage, Green Cove Springs, FL
• Sandridge Hills Fire Access, Green Cove Springs, FL
• The Rookery Phase 1, Green Cove Springs, FL
• Taratus Residence, Green Cove Springs, FL
• Cheswick South SWMF 2 Drawdown, Middleburg, FL
• Blanding & Oak Lane Multifamily, Orange Park, FL
• CR 315 Industrial Park, Green Cove Springs, FL
• Branan Field Residential Drawdown, Middleburg, FL
• Clay County TPS, Middleburg, FL
• The Rookery CR 15A Improvements, Green Cove Springs, FL
• Creekview Trail Areas 6 and 7 Borrow Suitability, Green Cove Springs, FL
• Clay County Town Center Piezometers, Middleburg, FL
• Old Jennings Road Underdrains, Middleburg, FL
PROJECT EXPERIENCE
Page 29 of 52
b. KEY PERSONNEL
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 7
REGISTRATIONS/AFFILIATIONS
Professional Engineer: FL, GA
Florida Engineering Society (FES)
CERTIFICATIONS
OSHA 10 Hour Outreach Training
Program - Construction
EDUCATION
Bachelor of Science, 1997,
Civil Engineering, Florida State
University, Tallahassee, FL
EXPERIENCE
Industry: 23 Years
ECS: 14 Years
PRINCIPAL IN CHARGE / CLIENT SERVICE MANAGER
DAVID SPANGLER, PE
Mr. David Spangler has managed hundreds of geotechnical investigations
throughout Florida and the Southeast with 23 years of technical and
management experience. His areas of expertise include geotechnical
design and construction of shallow and deep foundations for low- and high-
rise buildings, housing developments, bridges and roadways, stormwater
management facilities, marine facilities, dikes, cofferdams, piers, docks,
pipelines, wharves, and other soil retaining structures. Additionally, Spangler
has performed and managed many construction materials testing projects.
PROFESSIONAL PROFILE
• CCUA Administrative Complex Expansion, Middleburg, FL
• Clay County Fire Station 11 - Keystone Heights, Clay County, FL
• Columbia County Detention Center, Lake City, FL
• Concrete Pads for LCS and CRS-10 Magazines, Jacksonville, FL
• Crawlerway Emergency Support, Kennedy Space Center, FL
• Dredged Material Management Area (DMMA) BV-11, Merritt Island, FL
• FHP Middleburg Building, Middleburg, FL
• Florida Air National Guard-New Modular Fire Range Bldg, Jacksonville, FL
• Jacksonville Shipyards Excavations, Jacksonville, FL
• Masters Tract Stockpile, Hastings, FL
• Mayport Armory Slabs, Jacksonville, FL
• NAS Jax - Sheet Pile Borings, Jacksonville, FL
• Northwest Fire Station, St. Johns, FL
• Point Meadows Fire Station, Jacksonville, FL
• Cross Creek Phase 2, Green Cove Springs, FL
• Townhomes at Plantation Oaks Boulevard, Orange Park, FL
• Willow Springs Pavement Cores, Green Cove Springs, FL
• Avonlea Hills Middle (South), Green Cove Springs, FL
• SJC Fire Rescue Northwest Fire Station #19, Fruit Cove, FL
• St. Johns Power Park - FIND Site Offloading, Jacksonville, FL
• Ayshire (fka Gustafson Development) Additional, Green Cove Springs, FL
• GCS Bypass, Green Cove Springs, FL
• Mercy Village, Middleburg, FL
• NAS JAX Fire Suppression Upgrades, Jacksonville, FL
PROJECT EXPERIENCE
GEOTECHNICAL ENGINEER / POINT OF CONTACT
Page 30 of 52
b. KEY PERSONNEL
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 8
REGISTRATIONS/AFFILIATIONS
Professional Geologist: FL
Certified Microbial Consultant
ASTM Phase I ESA
Environmental Professional
SKILLS
Contamination Assessments
Remedial Actions for Hazardous
Materials and Petroleum Sites
Remedial Action for Brownfield Areas
Phase I ESA
Phase II ESA
EDUCATION
Master of Science, 1997, Geology,
Florida State University,
Tallahassee, FL
Bachelor of Science, 1994, Geology,
Florida State University,
Tallahassee, FL
EXPERIENCE
Industry: 27 Years
ECS: 20 Years
PROFESSIONAL GEOLOGIST
CLIFF HENDRICKSON, PG
Mr. Cliff Hendrickson, PG is Subsidiary Regional Manager and Senior Vice
President for the Florida Subsidiary and Principal Geologist. He is responsible
for ECS Florida Environmental and Facilities operations and is involved in
principal review of various environmental projects. He is also responsible for
the financial management and technical quality of a full service office providing
environmental assessments and consulting, contamination studies, hazardous
material surveys, natural resource consulting and remediation projects.
PROFESSIONAL PROFILE
• Governor’s Park Phase I ESA, Green Cove Springs, FL
• Undisclosed Retail Project Orange Park Phase I ESA, Orange Park, FL
• Old Jennings Road Phase I ESA, Middleburg, FL
• Oak Lane property Phase I ESA, Orange Park, FL
• Peppergrass & Mayflower Properties Phase I ESA, Middleburg, FL
• Brannon Field Ecological Compliance Review and Wetland Assessment,
Middleburg, FL
• Clay County Option Parcel Phase I ESA, Green Cove Springs, FL
• Fleming Island Ecological (Wetlands & Threatened and Endangered Species)
Assessment, Phase I ESA, Fleming Island, FL
• First Coast Expressway Preliminary Wetlands Assessment, Middleburg, FL
• DEA Laboratory-Phase I ESA Update, Tampa, FL
• Department of Military Affairs, Red Brick Building Annex at Tampa National
Guard Armory, FL
• Florida East Coast Railway Maintenance, Petroleum Consulting, New
Smyrna Beach, FL
• Formerly Used Defense Site Phase I, II Geophysical – USACE Jeep Range,
Orlando, FL
• Heathrow Office Buildings, Phase I ESAs and Property Condition
Assessments, Lake Mary, FL
• Kissimmee Utility Authority, Hansel Generation Station, Supplemental Site
Assessment Kissimmee, FL
• Lakeside Distribution Center, Phase I and II ESA, Brownfield Consulting,
Radon Survey, Plant City, FL
• Orange County Booking Center Pre Demolition ACM, Lead Based Paint and
Mold Testing, Orlando, FL
PROJECT EXPERIENCE
Page 31 of 52
b. KEY PERSONNEL
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 9
PROFESSIONAL GEOLOGIST
CERTIFICATIONS
ACI Concrete Field Testing
Technician Level I
ACI Concrete Transportation
Construction Inspector
FDEP/Stormwater Management
and Erosion Control
FDOT Auger Cast Pile Inspector
FDOT Concrete Field Technician Level I
FDOT Critical Structures
Construction Issues
FDOT Drilled Shaft Inspection
FDOT Earthwork Construction
Inspection Levels and II
FDOT MSE Wall Inspector
FDOT Pile Driving Inspection
FDOT Proctor for the CTQP
Qualification Program
FDOT Quality Control Manager
Hazmat
MAC Training Certified
Nuclear Safety Certified
Radiation Safety Officer
F-Number Certified (Dipstick)
Level 1 and 2 Unbonded PT Inspector
U.S. Army Corps of Engineers Quality
Control Management Certified
EXPERIENCE
Industry: 15 Years
ECS: 15 Years
PROJECT MANAGER
CHANCE LEONARD
At ECS Florida, LLC, Mr. Chance Leonard is the CMT Department Manager, but
also serves as a Project Manager on high priority projects. Leonard has over
15 years of experience in the transportation and construction industry, both
in the laboratory and in the field. With an extensive list of certifications, he
also serves as QC Manager on multiple FDOT projects involving FDOT CQC
specifications and test procedures. In addition, he specializes in performing
inspections on multiple drilled shaft installations, pile driving installations,
concrete pavements, mass concrete placement, and bridge construction.
PROFESSIONAL PROFILE
• Clay County Utility Authority, Middleburg, FL
• 1634 Park Avenue, Orange Park, FL
• CR 218 Extension, Middleburg, FL
• Discovery Self-Storage, Middleburg, FL
• Governor’s Park Pond - CMT, Green Cove Springs, FL
• Creekview Miscellaneous Testing, Middleburg, FL
• 4450 Industrial Park Road, Green Cove Springs, FL
• Season at Pine Ridge Amenity Center, Middleburg, FL
• Bradley Creek - Underdrain Evaluation, Green Cove Springs, FL
• Blanding Blvd and Kingsley Avenue, Orange Park, FL
• Saratoga Springs WTP, Green Cove Springs, FL
• Black Creek, Middleburg, FL
• 552 Majestic Wood Drive, Fleming Island, FL
• Robinson Ranch Phase 1, Green Cove Springs, FL
• Discovery Trails at Oakleaf, Middleburg, FL
• Lazy Acres Road Pit, Middleburg, FL
• 1410 Wilkies Point Road, Green Cove Spring, FL
• Wilford Preserve Ph 1 - Curb Repair, Orange Park, FL
• 900 Kingsley Avenue, Orange Park, FL
• North Dolphin Avenue and John Cemetery Road, Middleburg, FL
• Silver Treasures at Fleming Island, Middleburg, FL
• Armstrong Commercial Development Phase 4, Orange Park, FL
• US 17 & Stowe Avenue, Orange Park, FL
• Bradley Creek, Green Cove Springs, FL
• Sunrise Farms Road, Middleburg, FL
PROJECT EXPERIENCE
Page 32 of 52
b. KEY PERSONNEL
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 10
CERTIFICATIONS
New Jersey Journeyman Driller License
North Carolina Level A–WCC-1A
First Aid, CPR and BBP
HAZWOPER Refresh
EDUCATION
High School Diploma, 1979, Cedar
Ridge High School, Old Bridge, NJ
EXPERIENCE
Industry: 37 Years
ECS: 8 Years
LEAD GEOTECHNICAL TECHNICIAN
STEFAN BURNS
Mr. Stefan Burns joined the team of ECS in 2015 and has conducted
geotechnical investigations on many types of projects ranging from
individual home sites, to major roadways and bridges, to public and private
sector projects, to utility and drainage projects, and more. As Driller, he
is responsible for leading a crew in performing soil test borings including
measuring boring locations, classifying soils in the field, preparing accurate
logs and samples for laboratory analysis and engineering evaluations.
He conducted drilling operations on cleared and heavily vegetated
properties using a wide range of drilling equipment and tooling.
PROFESSIONAL PROFILE
• 2576 Huntington Way, Orange Park, FL
• 520 Ash Street, Orange Park, FL
• 7-Eleven at Oakleaf Plantation Parkway, Orange Park, FL
• Eagle Landing Phase 6 Borings, Orange Park, FL
• Greyhawk Lots, Orange Park, FL
• Loch Rane Subdivision Pavement Evaluation, Orange Park, FL
• Orange Park Medical Center Additions, Orange Park, FL
• Park Central Plaza Popeyes, Orange Park, FL
• Tynes Blvd at Oakleaf Plantation- Phase 1A, 1B and 2, Orange Park, FL
• Wells Road Building, Orange Park, FL
• Westbank Section One, Orange Park, FL
• Wilford Preserve Phase IV, Orange Park, FL
• Putnam County Medical Center MRI Addition, Palatka, FL
• GeoProbe Field Services-Richmond Hill, Richmond Hill, GA
• 1415 Old Dean Forest Road, Savannah, GA
• Cottage 198 Addition, Sea Island, GA
• Aventon - Genovar Property Apartments, St Augustine, FL
• Beacon Lake Phase 4 Drawdown Analyses, St Augustine, FL
• Cordova Palms Phase 4 VNB Areas, St Augustine, FL
• Fountains East, St Augustine, FL
• IGP Traffic Signals at High School HHH, St Augustine, FL
• International Golf Parkway and World Commerce Parkway, St Augustine, FL
• MSUC Callahan, Callahan, FL
PROJECT EXPERIENCE
PROJECT MANAGER LEAD GEOTECHNICAL TECHNICIAN
Page 33 of 52
b. KEY PERSONNEL
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 11
LEAD GEOTECHNICAL TECHNICIAN
CERTIFICATIONS
Asphalt Paving Level I
Asphalt Paving Level II
FDOT Earthwork Construction Inspection Level I
ACI Concrete Field Testing Technician
Radiation Safety for NUKE
EDUCATION
High School Diploma, 1996, Hillcrest
High School, Evergreen, AL
EXPERIENCE
Industry: 13 Years
ECS: 6 Years
LEAD GEOTECHNICAL TECHNICIAN
JEREMY RISHER
Mr. Jeremy Risher is a construction materials testing Senior Field Technician I,
with varied experience in concrete sampling and testing; compaction density
testing of various soil types and aggregates, soil and aggregate sampling,
certified removal of unsuitable materials pre-construction and asphalt paving.
PROFESSIONAL PROFILE
• CCUA Ridgecrest WTP Electrical Upgrade, Orange Park, FL
• 1871 Osprey Bluff Boulevard, Orange Park, FL
• 2106/2104 Breezy Oaks Court, Orange Park, FL
• 2434 Stonebridge Drive, Orange Park, FL
• 2631 Rosewood Court, Orange Park, FL
• 3249 Doctors Lake Drive, Orange Park, FL
• Arbor Mill at Oakleaf- 44880010, Orange Park, FL
• Armstrong Commercial Development Phase 4, Orange Park, FL
• Borland Groover, Orange Park, FL
• Bradley Park, Orange Park, FL
• Car Wash 192, Orange Park, FL
• Carmel Court Townhomes at Bay Hill Village, Orange Park, FL
• Custer, Fernview, Rainey, Orange Park, FL
• Eagle Landing Phase 5B, Orange Park, FL
• Eagle Landing Subdivision- 08320023, Orange Park, FL
• Greyhawk Phase 1, Orange Park, FL
• Integra Park at Oakleaf Phase 1, Orange Park, FL
• Lot 6- 3763 Plantation Oaks Boulevard, Orange Park, FL
• OPMC EP Lab Expansion Renovation, Orange Park, FL
• SJRSC Building D Addition & Building V Renovation, Orange Park, FL
• Towering Oaks, Orange Park, FL
• Tynes Blvd at Oakleaf Plantation- Phase 1A, 1B and 2, Orange Park, FL
• U-Haul Orange Park-Vertical, Orange Park, FL
• Waterford Ranch, Orange Park, FL
• Wilford Preserve Phase 1, Orange Park, FL
• WoodSpring Suites Orange Park-CMT, Orange Park, FL
• Yamaha Marine Center, Orange Park, FL
PROJECT EXPERIENCE
™Page 34 of 52
b. KEY PERSONNEL
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 12
CERTIFICATIONS
OSHA 40-Hour HAZWOPER
EDUCATION
Bachelor of Science, 2019,
Environmental Science and
Policy, University of South
Florida, Tampa, FL
EXPERIENCE
Industry: 1 Year
ECS: <1 Year
ENVIRONMENTAL FIELD INSPECTOR
CHANDLER RUSSELL-BERSE
Mr. Chandler Russell-Berse is an Environmental Scientist with ECS. Mr.
Russell-Berse’s experience includes preparation of Phase I Environmental
Site Assessments, Phase II Environmental Site Assessments, well
installation and monitoring, soil and groundwater sampling, quality
assurance compliance, and geographic data collection and interpretation.
PROFESSIONAL PROFILE
• Oak Lane Property Expansion Phase I ESA, Orange Park, FL
• Proposed Self Storage Property Phase I ESA, Orange Park, FL
• Sunshine #183 - S - SA - Task 2, Homestead, FL
• 1750 Emerson Property Phase I ESA, Jacksonville, FL
• 2022-0020 NOVO Westlake Project SWPPP, Jacksonville, FL
• 21.2-Acre Normandy Property Phase I ESA, Jacksonville, FL
• 22-Acre Max Leggett Drive Property Phase I ESA, Jacksonville, FL
• 4054 Plummer Darby Property Phase I ESA Update, Jacksonville, FL
• 7.83-Acre Beach & Kernan Parcel Phase I ESA, Jacksonville, FL
• 7410 Blanding Boulevard Property Phase I ESA, Jacksonville, FL
• 8325 Southside Boulevard Property Phase I ESA, Jacksonville, FL
• 8730 Somers Road S Property Phase II ESA, Jacksonville, FL
• AC Hotels by Marriott Phase I ESA, Jacksonville, FL
• Andring Property Phase I ESA, Jacksonville, FL
• Auto Nation Jacksonville SWPPP, Jacksonville, FL
• Aventon - Philips Highway Property Phase I ESA, Jacksonville, FL
• Bainbridge Nocatee Project Phase I ESA, Jacksonville, FL
• Barco Duval Engineering Inc - N - WASC, Jacksonville, FL
• Turtle Reef Condo - S - LSA Task 1, Jensen Beach, FL
• Express Oil - Kingsland, Georgia Phase I ESA, Kingsland, GA
• 3475 State Road 47 SW Property Phase I ESA, Lake City, FL
• 4520 W US Hwy 90 Property Phase I ESA, Lake City, FL
• Old Jennings Road Property Phase I ESA, Middleburg, FL
• N Signal Groves Pre-Construction Lead Sampling, Jacksonville, FL
• Nocatee Age-Targeted Property Phase I ESA, Jacksonville, FL
PROJECT EXPERIENCE
Page 35 of 52
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 13
ORGANIZATION CHART
DAVID SPANGLER, PE
PRINCIPAL IN CHARGE
JACKSONVILLE, FL
CHRIS EGAN, PEGEOTECHNICAL ENGINEER POINT OF CONTACTJACKSONVILLE, FL
STEFAN BURNSLEAD GEOTECHNICAL TECHNICIANJACKSONVILLE, FL
CHANCE LEONARD
PROJECT MANAGER
JACKSONVILLE, FL
JEREMY RISHERLEAD GEOTECHNICAL TECHNICIANJACKSONVILLE, FL
CLIFF HENDRICKSON, PG
PROFESSIONAL GEOLOGIST
ORLANDO, FL
CHANDLER RUSSELL-BERSE
ENVIRONMENTAL FIELD
INSPECTOR
JACKSONVILLE, FL
ECS PROJECT TEAM
geotechnical construction materials environmental facilties subconsultants
KEY
ECS IS FULLY COMMITTED TO MAINTAIN CONTINUITY OF THESE KEY PERSONNEL FOR THE DURATION OF THE
CONTRACT PROJECT.
CLAY COUNTY UTILITY AUTHORITY
ENVIRONMENTAL FIELD INSPECTOR
Page 36 of 52
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 14
Melanie S. Griffin, SecretaryRon DeSantis, Governor
STATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
BOARD OF PROFESSIONAL GEOLOGISTS
THE PROFESSIONAL GEOLOGIST HEREIN IS LICENSED UNDER THE
PROVISIONS OF CHAPTER 492, FLORIDA STATUTES
HENDRICKSON, JAMES CLIFFORD
Do not alter this document in any form.
ECS FLORIDA LLC
LICENSE NUMBER: PG2226
EXPIRATION DATE: JULY 31, 2024
This is your license. It is unlawful for anyone other than the licensee to use this document.
509 FLORIDA STREETORLANDO FL 32806
Always verify licenses online at MyFloridaLicense.com
Melanie S. Griffin,SecretaryRon DeSantis, Governor
STATE OF FLORIDA
BOARD OF PROFESSIONAL ENGINEERS
THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE
PROVISIONS OF CHAPTER 471, FLORIDA STATUTES
SPANGLER, DAVID WESLEY
Do not alter this document in any form.
11554 DAVIS CREEK COURT
LICENSE NUMBER: PE58770
EXPIRATION DATE: FEBRUARY 28, 2025
This is your license. It is unlawful for anyone other than the licensee to use this document.
JACKSONVILLE FL 32256
Always verify licenses online at MyFloridaLicense.com
Melanie S. Griffin,SecretaryRon DeSantis, Governor
STATE OF FLORIDA
BOARD OF PROFESSIONAL ENGINEERS
THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE
PROVISIONS OF CHAPTER 471, FLORIDA STATUTES
EGAN, CHRISTOPHER MICHAEL
Do not alter this document in any form.
2773 POST STREET
LICENSE NUMBER: PE79645
EXPIRATION DATE: FEBRUARY 28, 2025
This is your license. It is unlawful for anyone other than the licensee to use this document.
JACKSONVILLE FL 32205
Always verify licenses online at MyFloridaLicense.com
KEY PERSONNEL STATE OF FLORIDA LICENSES
Page 37 of 52
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 15
c. COMPANY EXPERIENCE AND PAST PERFORMANCE
SERVICES PROVIDED
Geotechnical
CLIENT
Jones Edmunds
Bruce Myhre
Senior Project Manager
352.377.5821
bmyhre@jonesedmunds.com
DATES
06/20022 - 09/2022
ECS PROJECT FEE
$3,500
The purpose of this study was to provide Geotechnical information for the
design of pavements at the existing Clay County Utility Authority facility.
The project included constructing a new access driveway for the facility.
ECS scope of work included drilling four auger borings. At the time of
our exploration, the western portion of the proposed project area was
developed with existing stormwater ponds, holding tanks, structures,
pavement, and industrial laydown areas. The eastern portion of the
site was relatively undeveloped, with exception to an existing trail road.
ECS worked with the project Civil Engineer to evaluate the proposed
infrastructure improvements and understand the project scope. This
project provided alternate entrance driveways to the CCUA North Campus
facility. ECS balanced project costs by minimizing the number of borings
and laboratory testing to provide quality information with the need for
borings to evaluate variability that may occur throughout the roadway
alignments.
KEY PERSONNEL
David Spangler, PE
Chris Egan, PE
MIDDLEBURG, FLORIDA
CLAY COUNTY UTILITY AUTHORITY NORTH CAMPUS DRIVEWAYS
Page 38 of 52
c. COMPANY EXPERIENCE AND PAST PERFORMANCE
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 16
SERVICES PROVIDED
Environmental
CLIENT
Iguana Investments William Tutwiler Director of Development Projects 904.633.6547 tutwilerw@nfl.jaguars.com
DATES
03/2021 -03/2022
ECS PROJECT FEE
$85,000
ECS scope of services included performing a Phase I Environmental Site
Assessment which identified several recognized environmental conditions, a
historical recognized environmental condition, and business environmental
risks associated with the property’s regulatory listings and previous use as a
shipyard along the Jacksonville riverfront. The subject property consisted of
approximately +/- 15 acres within three larger parent tracts.
• Site-wide soil and groundwater testing with a focus on collecting
information for integration into a site soil and groundwater management
plan prior to redevelopment of the property into a mixed use
development (apartments, hotel, office, and marina). Utilizing previous
assessment information, geotechnical reports, and site plans, we
determined the best sampling locations and minimized necessary
laboratory tests to reduce cost
• Soil Management Plans for handling of impacted media discovered during
soil and groundwater assessment activities as well as provided guidance
to the client throughout the acquisition and assessment process regarding
findings, risks, and next steps
• A NESHAP Pre-Demolition Asbestos Survey for necessary demolition
permits
KEY PERSONNEL
Cliff Hendrickson, PG
JACKSONVILLE, FLORIDA
JACKSONVILLE SHIPYARDS
Page 39 of 52
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 17
c. COMPANY EXPERIENCE AND PAST PERFORMANCE
SERVICES PROVIDED
Construction Materials Testing
CLIENTS
Petitcoal-Schmitt
Contractors
Aaron Gildea, PE
Senior Project Engineer
904.751.7500
drewh@sawcross.com
DATES
07/2022 - 01/2023
ECS PROJECT FEE
$27,000
ECS provided Construction Materials Testing for subject property. This
project consisted of new construction of a water treatment plant. The
project included one primary building with the structure including a High
Service Pump Building, Generator Building, Chlorine Building, Aerator,
Hydropneumatic Tanks, Driveway/parking area and three ground storage
tanks with concrete and steel construction. ECS scope of work included
performing:
• Construction Materials Testing services for fill, underground utilities,
subgrade, base, asphalt, concrete/masonry and steel
• Observation of structural steel elements, concrete/shotcrete sampling
and testing, and masonry testing of grout; performed transport,
laboratory curing, and compressive strength testing for cylinder test
specimens
• Compaction testing of fill soils, building pad and building footing
subgrade, utility backfill soils, parking area subgrade and base
materials; performed observation and testing of asphalt placements for
roadways and parking areas
• Laboratory testing of concrete, masonry, soils, and asphalt; laboratory
testing included compressive strength of concrete and masonry
materials, soil classification, subgrade and base limerock bearing ratio,
asphalt content and asphalt aggregate gradations
KEY PERSONNEL
Chance Leonard
GREEN COVE SPRINGS, FLORIDA
SARATOGA SPRING WTP
Page 40 of 52
D. Project Approach
Page 41 of 52
D. PROJECT APPROACH
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 19
Sample Project: Provide subsurface geotechnical investigations and the foundation design, and services during
construction for implementation of a fleet maintenance facility located on a 10-acre parcel in Clay County. The facility
will have three (3) bays for staff vehicles (1/2 to 1 ton pickup trucks) and two (2) bays for vacuum excavation and dump
trucks maintenance and repair. The facility will have a fueling station (gasoline and diesel). The facility will have an intake
counter and three (3) offices. The facility will have space for delivery and storage parts and supplies. The facility needs to
be operational and in service within two (2) years.
GEOTECHNICAL
ECS has a large database of soil information due to our long presence within the Clay County and Northeast Florida area
that is georeferenced and can easily be located during our project involvement. Once the project site is selected, we
will review previous project experience in the vicinity of the proposed project site, as well as public information (aerial
photographs, soil survey information, and topographic information) to understand the possible soil and groundwater
concerns that could be encountered during the Geotechnical and Environmental explorations and further into
construction. Based on our identified potential hazards, if encountered, ECS will propose the number, location, and
depth of soil borings to provide recommendations for the building foundation and slab recommendations, as well as
recommendations for pavement sections and stormwater pond(s), as necessary. Our scope will be developed to balance
project fees with obtaining sufficient quantity of information to reduce the potential for unforeseen conditions during
construction. At the completion of drilling operations, laboratory testing will be performed to further evaluate the soils
encountered during the field exploration. Laboratory testing will be selected to help further provide the project design
and construction teams with information to properly design and scope their project involvement, which could include
soil fines content to evaluate borrow suitability, Atterberg limits to evaluate the plasticity of soils and potential for
expansive properties, and organic content testing to determine if material may need to be removed from the project site
to reduce the potential for long-term settlements. Once laboratory testing is completed, a geotechnical report will be
provided with recommendations with the goal of providing economical and timely recommendations for the design and
construction of the facility. Geotechnical scope of services will take approximately 5 to 6 weeks to complete.
ENVIRONMENTAL
Due Diligence Services
Although the scope provided in RFP does not specify if the proposed site of the fleet maintenance facility is on land
already owned by CCUA, we have assumed for this response that it is not. In the case of a land purchase by CCUA to
build a fleet maintenance facility, ECS would recommend conducting Phase I Environmental Site Assessment (ESA). The
Phase I would be conducted prior to purchase, and in general accordance with ASTM Standard E1527-21, Standard
Practice for Phase I Environmental Site Assessments. The purpose of a Phase I ESA is to:
• Evaluate the probability of impact to the surface water, groundwater and/or soils within the property boundaries through a review of regulatory information and a reconnaissance of the subject property and vicinity.
• Evaluate historical land usage to identify previous conditions that could potentially impact the environmental
condition of the subject property.
• Conduct all appropriate inquiry as defined by ASTM E1527-21 and 40 CFR Part 312.
• Evaluate the potential for on-site and off-site contamination; and,
• Provide a professional opinion regarding the potential for environmental impact at the site and a list of Recognized Environmental Conditions (RECs)
Provided certain stipulations are met, the ESA should also allow the Users the opportunity to qualify for landowner
liability protection under the Comprehensive Environmental Response. Overall Phase 1 ESA's will take approximately 3 to
4 weeks depending on findings.
Page 42 of 52
D. PROJECT APPROACH
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 20
Other non-Phase I scope items that are commonly associated with due diligence includes the evaluation of asbestos, led
based paint, radon, wetlands and threatened and endangered species. While not part of the Phase I scope these are
services that ECS can provide and would discuss with CCUA while scoping the overall project.
Should the Phase I ESA identify any RECs, ECS would likely recommend a Phase II ESA, to evaluate the presence or
absence subsurface contamination on the proposed fleet maintenance facility site. A hypothetical Phase II ESA scope
could include:
• Prior to the start of drilling, a ground penetrating radar (GPR) survey would be conducted to ensure the proposed
boring and groundwater well locations are clear of buried utilities. Sunshine 811 would also be called to locate any
utilities in nearby right-of-ways.
• Advancement of soil borings to address the RECs identified in the Phase I using a Geoprobe Direct Push Rig (DPT).
Soil borings are typically advanced to a specified depth below land surface or at least two feet into the water table,
whichever is encountered first (depending upon site conditions).
• If petroleum substances or solvents are suspected to be present, ECS would collect soil samples for field screening
during soil boring activities. Soil samples will be field-screened for volatile organic compounds (VOCs) using a
calibrated Organic Vapor Analyzer (OVA). The soil samples will be collected from separate borings from the intervals
with the highest OVA responses or two feet above the water table and submitted to a National Environmental
Laboratory Accreditation Program (NELAP) approved laboratory for analysis.
• The collection of groundwater samples through the installation of temporary monitoring wells or grab samples
collected using DPT. Groundwater samples would be collected in the locations of the RECs identified in the Phase I
• An actual laboratory scope for the fleet maintenance facility is undefined, but a typical laboratory scope may include:
8 RCRA metals by EPA Method 6010, volatile organic compounds (VOCs) by EPA Method 8260, semi-volatile organic
compounds (SVOCs) by EPA Method 8270C, pesticides by EPA Method 8081A, and total recoverable petroleum
hydrocarbons (TRPH) by FL-PRO.
• Upon receipt of laboratory data, ECS would prepare a Phase II ESA Report for the subject property. Figures and lab
data reports will be included in the report. The report will also include specific recommendations regarding the
findings and recommendations.
CONSTRUCTION MATERIALS TESTING
ECS would recommend the following based on typical construction and sample project information:
Earthwork/Foundations:
• Perform appropriate laboratory testing on materials proposed for use as fill, backfill, and paving subgrade in
accordance with project specifications. Testing may include:
• Grain Size Distribution, ASTM D-422
• #200 Material Washed Sieve Analysis, ASTM C-117
• Proctor Moisture Density Relationships ASTM D-698, D-1557 or AASHTO T-180, T-99
Observe conditions of bottom of excavations prior to foundation preparation, including proofrolling and other testing of
subgrades and suggest and observe corrective measures.
Evaluate foundation bearing conditions with a Dynamic Cone Penetrometer (ASTM STP-399) for suitable bearing
conditions.
Observe the placement of fill and backfill (including backfill in utility trenches and against foundation walls) to test
compliance with project requirements.
Perform in-place density tests as required by project specifications, and test for compaction per the Nuclear Gauge Test
Page 43 of 52
D. PROJECT APPROACH
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 21
Method (ASTM D-6938), or Drive Tube Method (ASTM D-2937).
Where deficiencies are noted during fill or backfill placement, suggest and observe remedial actions, including reworking and re-compacting of materials.
Provide documentation of events in the field and notify the appropriate persons upon recognition of deficiencies.
Cast-in-Place Concrete:
Observe placement of reinforcing steel, and document proper size, grade, spacing cover, cleanliness, length, location and
type of splices, and report compliance with project plans and specifications.
Observe placement of concrete and document procedures with regard to forming, vibration, and curing.
Sample concrete at the frequency stated in the project specifications and perform the following tests and functions:
• Confirm mix design
• Slump
• Air Content
• Temperature
• Batch-to-placement time
• Unit Weight
• Cast test cylinders
• Sampling, testing, and curing of specimens in the field shall be performed in accordance with applicable ASTM
guidelines and project requirements. Additional tests shall be performed as needed in the event deficiencies are
encountered. Compliance with extreme weather procedures will also be documented.
Cure and test concrete cylinders in the laboratory as directed by the project specifications and in accordance with ASTM C-31 and C-39. Each set proposed consists of five 4” x 8” cylinders.
Provide documentation of events in the field and notify the appropriate persons upon recognition of deficiencies.
Structural Steel:
Provide documentation of events in the field and notify the appropriate persons upon recognition of deficiencies.
Perform observations as related to on-site structural steel erection and welded connections:
Provide documentation of events in the field and notify the appropriate persons upon recognition of non-compliant items.
Asphalt:
Perform asphalt paving observation and sampling for extraction/gradation.
Perform asphalt coring for thickness verification.
ECS will provide all reports utilizing our proprietary fully digitized CMT reporting and distribution system Field Report and
Electronic Distribution (FRED). This completely digital method of construction material testing information allows for a
quick, efficient and accurate reporting process. Construction Materials Testing services are provided on an on-call basis
and can be adjusted on contractors demand.
Page 44 of 52
E. Other: Subcontractor, Litigation, and Financial Information
Page 45 of 52
E. OTHER: SUBCONTRACTOR, LITIGATION AND FINANCIAL
INFORMATION
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 23
SUBCONTRACTORS
As ECS identifies business opportunities and prepare submission materials for projects throughout the geographic locations we serve, we seek opportunities to partner with SBE/DBE/MBE/WBE entities and to engage them in favorable
partnering situations. At this time, ECS will not have any subcontractors for this submittal.
REFERENCES
St. Johns County Board of Commissioners
Ms. Phyllis Thorpe
500 San Sebastian View
St. Augustine, FL 32084
e. pthorpe@sjcfl.us
p. 904.819.3600
Vallencourt Construction Company, Inc.
Mr. Mike Vallencourt
PO Box 1889
Green Cove Springs, FL 32043
e. mike2@vallencourt.com
p.904.291.9330
First Star Development
Mr. Steve Cissel PO Box 1875
Ponte Vedra Beach, FL 32004
e. steve@fivestardev.com
p. 904.759.4312
“The people of ECS are experts with a wide-range of knowledge. I never hesitate using ECS on projects.”
- Crystal Morphis,
Creative Economic
Development Consulting, LLC
“The people of ECS are experts with a wide-range of knowledge. I never hesitate using ECS on projects.”
- Crystal Morphis,
Creative Economic
Development Consulting, LLC
“The people of ECS are experts with a wide-range of knowledge. I never hesitate using ECS on projects.”
- Crystal Morphis,
Creative Economic
Development Consulting, LLC
“We challenge you
and love the way you
react to that. Giving us
different options is really
important to us and our
business.”
- Chris Urquhart, KDC
Page 46 of 52
E. OTHER: SUBCONTRACTOR, LITIGATION AND FINANCIAL
INFORMATION
™
Clay County Utility Authority
RFQ 2022/2023-A21
page | 24
STYLE OF SUIT JURISDICTION/
DOCKET NO. STATUS BRIEF EXPLANATION OF FACTS ECS
OFFICE FILED
Quarter at Ybor Condominiums v. Jerry McCants, et al.
Thirteenth Judicial Circuit Summary Judgment Motion Pending
Non-specific allegations about failing to assess the condition of a parking structure.Tampa Apr-18
Patel, et. al v.
Vertical Mac
Construction, LLC.,
et al.
Sixth Judicial
Circuit
Settled for Nominal
Amount
Non-specific allegations about failing
to provide subcontractor services Tampa Jun-18
The Lofts at Sebastian Cove Condominium Association, Inc. v. D.R. Horton, Inc.
Seventh Judicial Circuit Settled for Nominal Amount Non-specific allegations about failing to provide subcontractor services Jacksonville Jun-18
TBR/Riverside
Jacksonville, LLC v.
Ellis & Associates,
et al
Fourth Judicial
Circuit
Mediation
Scheduled
Allegations that a Phase I
Environmental Study didn’t discover a
hidden UST
Jacksonville Nov-19
Kenny Nguyen, et al. v. Valmax Investments and Developments, LLC
Thirteenth Judicial Circuit
Recent Filed; Motion to Dismiss Pending
Allegations about failure to negligent completion of site permitting Tampa March-22
We have not included collection and lien actions filed by ECS which do not involve counterclaims, claims that are less
than $50,000, or any bankruptcy or personnel matters.
FINANCIAL – LITIGATION/CLAIMS
ECS is well capitalized with no long-term debt financing. This has allowed us to create a common culture and a consistent standard of quality, while avoiding debt levels that plague other firms. As a result, we have successfully financed
company growth through profits while keeping our debt levels very low. This strategy has served us well through the
economic ups and downs of the last two decades.
ECS certifies that they are financially stable and have the necessary resources, human and financial, to provide the
services at the level required by Clay County Utility Authority.
FIVE YEAR LOOK-BACK ON PROFESSIONAL LITIGATION – ECS FLORIDA, LLC AS OF AUGUST 30, 2022:
Page 47 of 52
2023 FEE SCHEDULE
Construction Materials Testing – Florida
I.SOILS TESTING Unit Rate
A.In-Place Density Testing (Minimum 5 tests/trip) ........................................... $ 20.00/EA
B.Sand Cone Density Testing ............................................................................. $ 25.00/EA
C.Moisture/Density Relationship of Soils (Proctor) ........................................... $115.00/EA
D.Limerock Bearing Ratio (LBR) ......................................................................... $300.00/EA
E.Percent Fines Content (-200 wash) ................................................................ $ 35.00/EA
F.Full Gradation, Fine Aggregate ....................................................................... $ 60.00/EA
G.Full Gradation, Coarse Aggregate ................................................................... $ 70.00/EA
H.Sample Pickup (when no other work performed) .......................................... $ Hourly
II.ASPHALT TESTING
A.Asphalt Paving Monitoring/Coring ................................................................. $ Hourly
B.Asphalt Cores (Minimum 3) ............................................................................ $ 25.00/EA
C.Asphalt Extraction & Gradation ...................................................................... $275.00/EA
D.Bulk Density Cores…………………………………………………………… ........................... $ 25.00/EA
III.CONCRETE/MASONRY TESTING
A.Concrete Sampling (Cylinders/Cubes/Prisms) ................................................ $ 18.00/EA
B.Compressive Strength Testing (Cylinders/Cubes/Prisms) .............................. $ 15.00/EA
C.Concrete Coring…………………………………………………………….. ............................ $ Hourly
Core Sampling and Testing (Minimum 3) .............................................. $ 70.00/EA
D.Compressive Strength Testing of Samples Made by Others .......................... $ 25.00/EA
E.Sample Pickup (when no other work performed) .......................................... $ Hourly
IV.MISCELLANEOUS INSPECTION TESTING
A.Engineering Technician ................................................................................... $ 65.00/HR
B.Sr. Engineering Technician ............................................................................. $ 75.00/HR
C.Concrete Floor Profiling (FF/FL) Technician ………………………………………………..$ 95.00/HR
D.CWI, Visual Weld Inspection and Bolt Torqueing (4 Hr. Minimum). .............. $120.00/HR
E.Ultrasonic Testing ........................................................................................... $125.00/HR
F.Ultrasonic Equipment Rental ………………………………………………………………………$150.00/DAY
G.Administrative …………………………………………………………………………………………….$ 55.00/HR
H.Project Manager ............................................................................................. $115.00/HR
I.State Certified Building Inspector/Threshold Delegate ……………………………….$115.00/HR
J.Senior Project Manager/P.E.……………………………………………………... ................ $125.00/HR
K.Senior Engineer/Threshold Inspector, P.E./S.I. ............................................. $175.00/HR
NOTES: All hourly rates are portal-to-portal. Overtime multiplier of 1.25 applies to all services (units and hourly rates) performed before 7 A.M.
and after 5 P.M. Monday through Friday, weekends and recognized holidays. A minimum of two hours will be assessed for all hourly services
in which no other testing is performed. On all testing, technician time will be assessed for standby or waiting for testing to occur per the rates
included in Section IV above. Engineering review and project management time will be invoiced in accordance with the above rates.
Page 48 of 52
ECS FLORIDA, LLC
2023 General Environmental Services Fee Schedule
Professional Services
Certified Industrial Hygienist, per hour ------------------------------------------------------------------------------------------- $ 250.00 Licensed Asbestos Consultant, per hour ------------------------------------------------------------------------------------------ $ 250.00 Senior Principal Engineer, Geologist per hour ----------------------------------------------------------------------------------- $ 275.00 Principal Engineer, per hour -------------------------------------------------------------------------------------------------------- $ 250.00 Principal Geologist, per hour ------------------------------------------------------------------------------------------------------- $ 250.00 Principal Biologist, Ecologist, per hour ------------------------------------------------------------------------------------------- $ 200.00 Senior Project Manager, per hour ------------------------------------------------------------------------------------------------- $ 125.00 Project Manager, per hour ---------------------------------------------------------------------------------------------------------- $ 95.00 Field Biologist, Ecologist, per hour ----------------------------------------------------------------------------------------------- $ 85.00 Staff Scientist, per hour-------------------------------------------------------------------------------------------------------------- $ 80.00 Licensed Asbestos Inspector -------------------------------------------------------------------------------------------------------- $ 80.00 CAD/GIS Designer, per hour ------------------------------------------------------------------------------------------------------- $ 80.00 Senior Environmental Technician, per hour -------------------------------------------------------------------------------------- $ 75.00
Environmental Technician, per hour ---------------------------------------------------------------------------------------------- $ 65.00 Administrative, per hour ------------------------------------------------------------------------------------------------------------ $ 65.00 Travel and Other Miscellaneous Expenses ----------------------------------------------------------------------------------- cost + 15% Specialty Subcontractors and Services ---------------------------------------------------------------------------------------- cost + 15%
Laboratory Testing Services
Lead Paint, per sample--------------------------------------------------------------------------------------------------------------- $ 35.00 Air-O-cell (non-viable), standard turnaround time, per sample --------------------------------------------------------------- $ 35.00 Air-O-cell (non-Viable), < 6 hour turnaround time, per sample -------------------------------------------------------------- $ 55.00 Asbestos - PLM Bulk, per sample ---------------------------------------------------------------------------------------------- $ 12.00 Asbestos – EPA 600 Point Count, per bulk sample ----------------------------------------------------------------------------- $ 20.00 Lab turnaround times are from sample receipt at lab (does not include shipping time or customs holds/delays) Air, soil and groundwater analyses ------------------------------------------------------------------------------------------- cost + 20% Shipping --------------------------------------------------------------------------------------------------------------------------- cost + 20%
Field Exploration & Equipment
Infrared camera usage, per day --------------------------------------------------------------------------------------------------- $ 100.00
Temperature/relative humidity/ CO2, CO meter, per day -------------------------------------------------------------------- $ 175.00 Moisture meter, per day ----------------------------------------------------------------------------------------------------------- $ 35.00 Air sampling pump, per day ------------------------------------------------------------------------------------------------------ $ 45.00 XRF, per day ------------------------------------------------------------------------------------------------------------------------ $ 400.00 Photo ionization detector, per day ----------------------------------------------------------------------------------------------- $ 125.00 Water level instrument, per day -------------------------------------------------------------------------------------------------- $ 30.00 Groundwater multimeter, per day ------------------------------------------------------------------------------------------------ $ 185.00 Mileage, per mile ------------------------------------------------------------------------------------------------------------------- $ 0.72 Disposable field supplies, typical per day -------------------------------------------------------------------------------------- $ 50.00 Misc. field equipment ------------------------------------------------------------------------------------------------------------- cost +15% ECS vehicle, per day ------------------------------------------------------------------------------------------------------------------ $125.00 Drilling services ---------------------------------------------------------------------------------------------------- Quote upon request
Page 49 of 52
2023 FEE SCHEDULE
Geotechnical Exploration and Engineering Services
I.FIELD EXPLORATION Unit Rate
A.Mobilization and Demobilization of ATV Drill Equipment, Local .................. $675.00/LS
B.Mobilization and Demobilization of Truck Drill Equipment, Local................ $575.00/LS
C.Mobilization and Demobilization of Portable Equipment, Local .................. $850.00/LS
D.Standard Penetration Test Borings (ASTM D 1586) (0-50’) .......................... $ 16.50/LF
E.Standard Penetration Test Borings (ASTM D 1586) (51-75’) ........................ $ 18.50/LF
F.Standard Penetration Test Borings (ASTM D 1586) (76-100’) ...................... $ 22.00/LF
G.Tripod/Portable Standard Penetration Test Borings (ASTM D 1586) (0-50’) . $ 33.00/LF
H.Auger Borings (ASTM D 1452) (0-50’) ........................................................... $ 15.00/LF
I.Auger Borings (ASTM D 1452) (51-100’) ....................................................... $ 17.00/LF
J.Hand Auger Borings (ASTM D 1452) ............................................................. $ 14.00/LF
K.Undisturbed Sample (0-50’) .......................................................................... $150.00/EA
L.Undisturbed Sample (51-100’) ...................................................................... $180.00/EA
M.Borehole Grouting (0-50’) ............................................................................. $ 6.75/LF
N.Borehole Grouting (51-75’) ........................................................................... $ 7.25/LF
O.Borehole Grouting (76-100’) ......................................................................... $ 8.00/LF
P.Piezometer Installation ................................................................................. $ 14.00/LF
Q.Field Permeability Test ................................................................................. $550.00/EA
R.Double Ring Infiltrometer Test ..................................................................... $650.00/EA
S.Test Pit Exploration ....................................................................................... $135.00/HR
T.Boring Layout ................................................................................................ $140.00/HR
U.Difficult Moving ............................................................................................ $175.00/HR
V.Utility Coordination ...................................................................................... $ 135.00/HR
Page 50 of 52
II.LABORATORY TESTING
A.Natural Moisture Content (ASTM D 2216) ..................................................... $ 10.00/EA
B.Percent Fines Content (ASTM D 1140) ........................................................... $ 38.00/EA
C. Grain Size Distribution ..................................................................................... $ 60.00/EA
D. Percent Organic Material Content (ASTM 2974) …………………………………………..$ 35.00/EA
E. Atterberg Limits (Liquid Limits and Plastic Limits, ASTM D 4318) .................... $110.00/EA
F. Consolidation Test ............................................................................................ $1,200.00/EA
G. Perm Constant Head (sandy soil) ..................................................................... $500.00/EA
H. Perm Constant Head (clayey soil) .................................................................... $500.00/EA
I. Perm Falling Head ............................................................................................. $500.00/EA
J. Unconfined Compression Test .......................................................................... $ 25.00/EA
K. Specific Gravity ................................................................................................. $ 56.00/EA
L. Corrosion Testing .............................................................................................. $170.50/EA
III.ENGINEERING SERVICES
A.Staff Engineer ................................................................................................. $130.00/HR
B.Project Engineer ............................................................................................. $145.00/HR
C.Senior Engineer, P.E……………………………………………………………………..……………..$190.00/HR
D.Chief Engineer, P.E.......................................................................................... $210.00/HR
E.Administrative ................................................................................................ $ 65.00/HR
F.Drafting/CADD ................................................................................................ $105.00/HR
NOTE: This Fee Schedule lists typical geotechnical services provided for most projects and should be
used for budgeting purposes only. Additional services can be quoted upon request. Please contact a
geotechnical engineering professional at ECS Florida to discuss a specific scope-of-work for your
project so that a fee proposal can be prepared.
Page 51 of 52
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 52 of 52