HomeMy WebLinkAboutRFQ 22-23-A21 Geotechnical Engineering and Testing Contract- GSE Fully ExecutedGEOTECHNICAL ENGINEERING AND TESTING PROFESSIONAL SERVICES
CONTINUING CONTRACT BETWEEN CLAY COUNTY UTILLITY AUTHORITY
(CCUA) AND GSE ENGINEERING & CONSULTING, INC.
THIS AGREEMENT for GEOTECHNICAL ENGINEERING AND TESTING
PROFESSIONAL SERVICES (or this “Agreement”) is made and entered between Clay County
Utility Authority (“CCUA”), an independent special district established and created pursuant to
Chapter 94-491, Laws of Florida, by Special Act of 1994, 3176 Old Jennings Road, Middleburg,
Florida 32068, and GSE Engineering & Consulting, Inc., 5590 SW 64th Street, Suite B, Gainesville
Florida, 32608 (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 54
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 54
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 54
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 54
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:
termination; suspension in whole or in part; and and/or are modified by the subsequent
Page 5 of 54
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 54
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 54
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 54
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 54
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 54
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 54
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 54
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 54
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 54
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.
SECTION 30. PROVISIONS SEVERABLE
Page 15 of 54
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: Kenneth L. Hill, P.E.
GSE Engineering & Consulting, Inc.
5590 SW 64th Street, Suite B
Gainesville, Florida 32608
SECTION 34. CLIENT SERVICE MANAGERS
Page 16 of 54
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:
Kenneth Hill, P.E.
GSE Engineering & Consulting, Inc.
5590 SW 64th Street, Suite B
Gainesville, Florida 32608
Phone: 352-377-3233
Email: admin@gseengineering.com
SECTION 35. COUNTERPARTS, ELECTRONIC TRANSACTION, AND
ELECTRONIC SIGNATURES
This Agreement may be electronically executed by the parties in counterparts up to but not
exceeding the number of parties, each of which shall be deemed an original and all of which, taken
together, shall constitute one agreement. Each party may deliver its executed signature page by
email transmission to the other parties at the email addresses set forth herein. Delivery shall be
effective and complete upon completion of such email transmission. The parties agree that
electronic signatures may be use in the execution of this Agreement in accordance with Parts I and
II of Chapter 668, Florida Statutes.
SECTION 36. SIGNATORY.
Each signatory below represents and warrants that he or she has the full power and is duly
authorized, by their respective party, to enter into and perform under this Agreement. Such
signatory further represents that he or she has fully reviewed and understands the terms and
conditions set forth in this Agreement, including exhibits, and fully intends to abide by and comply
with all of the terms and conditions set forth herein.
Page 17 of 54
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 54
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 54
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 54
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 54
• 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 54
Request for Qualification
RFQ# 2022/2023-A21 for Geotechnical Engineering and Testing Professional Services
GSE Engineering & Consulting, Inc.
5590 SW 64th Street, Suite B
Gainesville, Florida 32608
Contact:
Kenneth L. Hill, P.E. Principal Engineer Phone: 352-377-3233
Prepared for:
Clay County Utility Authority 3176 Old Jennings Road, Middleburg, Florida 32068
June 29, 2023
EXHIBIT 'B'
Page 24 of 54
RFQ# 2022/2023-A21 – Geotechnical Engineering and Testing Professional Services Clay County Utility Authority
TABLE OF CONTENTS
Section C – Mandatory Requirements .............................................................................................3
a. Executive Summary .........................................................................................................4
b. Key Personnel ..................................................................................................................5
c. Company Experience and Past Performance .................................................................10
Section D – Project Approach........................................................................................................13
Section E – Other ...........................................................................................................................18
2
Page 25 of 54
RFQ# 2022/2023-A21 – Geotechnical Engineering and Testing Professional Services Clay County Utility Authority
SECTION C – MANDATORY REQUIREMENTS
3
Page 26 of 54
RFQ# 2022/2023-A21 – Geotechnical Engineering and Testing Professional Services Clay County Utility Authority
SECTION C.a – EXECUTIVE SUMMARY
Our commitment under this contract is to provide professional, competent, timely, cost-effective engineering
consulting services to meet the needs and exceed expectations of the Clay County Utility Authority (CCUA) and all project stakeholders. GSE Engineering & Consulting, Inc. (GSE) has routinely provided the requested services throughout Clay County since being established in 2007.
This response to the request for qualifications (RFQ) demonstrates our depth of professional experience, project approach and work plan, and actual project experience. Through this submittal we intend to demonstrate that our diverse project experience, coupled with our dedicated, client focused, experienced staff & partners make us uniquely qualified to provide the Geotechnical Engineering and Testing Professional Services that may be assigned on an as needed basis under this Contract. GSE has capacity and experience to provide all the services summarized in the RFQ. We meet and accept the terms included in the CCUA Continuing Services
Contract Agreement.
We continue to build on our 15+ year stellar professional reputation providing geotechnical, structural, environmental, construction material testing & inspection, engineering, and consulting services that may be required under this contract. Having worked extensively for similar utility authorities in various capacities, we fully understand the needs, challenges, and expectations in delivering all services that may be requested under this Contract.
GSE principal and senior staff offers CCUA the benefit of 150+ years of combined geotechnical, structural, and environmental consulting and design, and Construction Materials Testing & Inspection (CMT&I) services.
Our team of 25+ principal, staff professionals, and technicians supported by administrative staff has worked extensively on a wide range of simple to complex, small to large, governmental, institutional, commercial, and industrial projects. Our services are provided as part of conceptual, preliminary and final design, bidding, and
construction administration phases of projects.
To meet project demands and accommodate emergencies, GSE routinely mobilizes needed staff and equipment under compressed timeframes. It is not unusual for us to get a phone call that requires us to visit the project site the same day on an emergency basis, and quickly develop and implement the needed services. We maintain staff and equipment capacity to accommodate emergency and compressed project demand requests.
Our QA/QC program, serves as a performance pillar to ensure adherence and compliance with relevant and applicable industry standards of care, procedures, and requirements pertinent to the particular task/assignment. Every project is assigned to a Principal Engineer to provide senior level experience, support, and quality control
and assurance. The Principal Engineer is in responsible charge of QA/QC on all projects, regardless of size or projected construction cost. In some cases when multiple disciplines are involved or due to the technical challenges of individual projects, more than one Principal Engineer may be involved.
GSE holds and has held similar continuing services contracts with multiple governmental agencies and utilities including the Florida Department of Transportation, Alachua County, Gainesville Regional Utilities, City of Gainesville, and the City of Alachua. Our in-house interconnected geotechnical, environmental, and structural
discipline experience provides CCUA with the unique ability to integrate various aspects of any of these services to meet project demands.
This contract our effort will be led by the following management team.
Kenneth L. Hill, P.E., Principal Geotechnical Engineer/President Principal in Charge
Jason E. Gowland, P.E., Principal Geotechnical Engineer Project Manager
Ryan McKenna, E.I., Project CMT Engineer Lead Geotechnical Technician
Joakim (Jay) B. Nordqvist, P.E., Principal Environmental Engineer/CEO Environmental Field Inspector
Qualifications of these individuals and additional professional and support staff is presented in the individual resumes included herein. Principals and supporting staff committed to this contract are GSE employees vested in providing technically tailored project specific, common sense, and timely services. We are a small business firm continuously striving to deliver high quality, cost-effective professional services through a personal relationship and true partner approach.
4
Page 27 of 54
RFQ# 2022/2023-A21 – Geotechnical Engineering and Testing Professional Services Clay County Utility Authority
SECTION C.b – KEY PERSONNEL (PROFESSIONAL STAFF EXPERIENCE)
This section presents the GSE Key Personnel and highlights the professional staff experience of the GSE Team. The resumes, professional licenses, and organizational chart on the following pages provide detailed information related to the GSE team members that will be dedicated to the CCUA continuing services contract.
The GSE Principal in Charge/Client Service Manager is Kenneth Hill, P.E. (and Professional Engineer). Mr. Hill has 35+ years of geotechnical engineering experience and is a founding member of GSE in 2007. He will serve as the CCUA point of contact. Mr. Hill has the full authority to negotiate with CCUA and commit all needed resources to complete the required services. Mr. Hill has direct experience managing similar continuing services contracts for
Gainesville Regional Utilities, FDOT, University of Florida, and Alachua County.
Jason Gowland, P.E. will serve as Project Manager (and Professional Engineer) directly reporting to and supporting Mr. Hill. Mr. Gowland has 20+ years of geotechnical experience and has been with GSE since 2010. Mr. Gowland will be responsible for management and successful completion of individual projects. Mr. Gowland has direct experience managing similar
continuing services contracts for FDOT and Alachua County.
Mr. Ryan McKenna, E.I. will be the Lead Geotechnical Technician (Staff Engineer). Mr. McKenna has 15+ years of experience, and has managed the Construction Material Testing & Inspection group since 2016. He will work directly with Messrs. Hill and Gowland in developing proposal for and providing these services. Mr. McKenna is supported by Craig Bannon who
manages day to day scheduling of engineering technicians. In addition to Mr. Bannon, a staff of
additional engineering technicians that can be made available to this contract as needed.
Joakim (Jay) Nordqvist, P.E. will serve as Environmental Field Technician (and Professional Engineer). Mr. Nordqvist has 35+ years of environmental/geotechnical engineering experience and is a founding member of GSE in 2007. Mr. Nordqvist works directly with Messrs. Hill and
Gowland in developing and providing the environmental services that may be required. He also services as the GSE QA/QC Officer.
In addition to management responsibilities, Messrs. Hill, Gowland, and Nordqvist participate and serve as Florida licensed Professional Engineer technical leaders on individual projects. Our proven effective technical leadership team is supported by well-trained, motivated, technically
qualified, and energetic engineers, scientists, technicians, and administrative staff. GSE effort, professionalism, pride of product, and sense of image, is directly reflected through project execution and delivery, and maintained regardless of size of project or client. GSE professionals assigned to this contract are will provide you with the level and quality of service you should
expect and deserve.
As the resumes that follow clearly demonstrate, the individuals above have direct applicable proven experience in contracts similar to this. GSE commits that we will maintain continuity of our Key Personnel presented herein for the duration of this CCUA continuing services contract.
5
Page 28 of 54
Kenneth L. Hill, P.E.
Principal Engineer 5590 SW 64th Street, Suite B Gainesville, FL 32608 gseengineering.com
Education B.S., Civil Engineering, University of Missouri- Rolla, 1983
Certifications Professional Engineer Florida- 40146, Georgia- 18552
Areas of Specialization Geotechnical Engineering Slope Stability Analyses Surcharge Design and Analyses Sinkhole Evaluations Geotechnical Explorations Embankment Design Dam & Levee Foundation Design Settlement Analyses Roadway Soil Surveys Mechanically Stabilized Earth Shallow Foundation Analyses Bridge Foundation Analyses Drilled Pier Foundations Pavement Design Groundwater Monitoring Systems Driven Pile Foundations Driven Pile and Drilled Shaft Load Testing
Affiliations American Society of Civil Engineers (ASCE)
Professional Profile Mr. Hill is involved in project management, technical design, and analyses for a wide variety of geotechnical studies. He works with both public and private clients throughout north central Florida, including the Florida Department of Transportation, and the University of Florida. He has over 38 years of experience involving planning, management, the performance of geotechnical projects, analyzing and evaluating data, and providing recommendations for over 10,000 geotechnical design projects. Mr. Hill is a registered engineer in Florida and Georgia.
Project Experience
•UF-654 NUR w-Honors, University of Florida – Mr. Hill performed the geotechnicalevaluation and supervised the construction materials testing for five, six-story housing buildings. The exploration found the site contained a relic sinkhole that requiredsubgrade remediation. The structures were supported by mat foundations.
•UAA-53 Football Training Center, University of Florida – Mr. Hill managed thegeotechnical exploration and construction materials testing for an approximate141,000 gsf football training complex. The construction involved the demolition of the existing baseball stadium. The new building was supported by conventional, shallowspread foundations.
•UAA-41 University of Florida New Baseball Stadium – Mr. Hill performed thegeotechnical evaluation for the new stadium, playing field, parking lots and stormwater management facilities.
•Reitz Union Expansion and Renovations, University of Florida – Mr. Hill performed the geotechnical evaluation for a five story building with a deep basement level. Thebasement level was approximately 30 feet below grade, which removed a substantialoverburden load. Due to the soil removal, the building could be supported byconventional, shallow spread footings. The design and construction of the building also included substantial measures to control groundwater, due to the depth of thebasement.
•University of Florida Katie Seashole Pressly Softball Stadium Renovations andExpansion - Mr. Hill performed the geotechnical evaluation for the stadium renovations and additions and stormwater management facilities.
•UD-200 University Public Safety Building, University of Florida – Mr. Hill performed the geotechnical exploration for the new three-story building. Due to the sloping of the site, several retaining walls were incorporated into the project. The structure wassupported by conventional, shallow spread foundations.
•UF-632 Data Science and Information Technology Building, University of Florida – Mr. Hill performed the geotechnical evaluation of the $120 million dollar institutionalbuilding. The building will be seven stories tall with a basement level set a minimum of 15 feet below grade. The foundation design recommendations included augured cast-in-place concrete piles, subgrade drainage measures to evacuate groundwater belowthe basement level and subgrade remediation to remove expansive soils and soilshaving a high risk for radon gas migration into the building.
Page 29 of 54
Jason Gowland, P.E.
Principal Engineer 5590 SW 64th Street, Suite B Gainesville, FL 32608 gseengineering.com
Education B.S., Civil Engineering, University of Florida, 1999 M.E., Engineering, University of Florida, 2002
Certifications Professional Engineer (Civil)- Florida- 66467
Areas of Specialization Geotechnical EngineeringCoastal Engineering Subsidence (Sinkhole) Evaluations Geotechnical Explorations Settlement Analyses Shallow Foundation Analyses Augercast Pile Foundations Driven Pile and Drilled Shaft Load Testing Foundation Construction Construction Material Testing & Inspection Field Inspections Threshold Inspections
Affiliations American Society of Civil Engineers (ASCE) – Past President, Gainesville Branch
Professional Profile Mr. Gowland has been involved in geotechnical, coastal, and construction inspection related work for over 20+ years. His assignments have included evaluation and selection of foundation alternatives for multi-story buildings. Mr. Gowland has monitored the installation of deep foundation system on various bridge and multi-story building projects. He has additionally directed and performed Statnamic and Osterberg Cell load tests on deep foundation systems. Mr. Gowland is experienced in foundation design and construction in areas of North Central Florida clay. He has been involved in construction material testing and inspection on multiple construction projects ranging from multi-story buildings, to dredging, and beach re-nourishments, to the ongoing celebration pointe project. This has included directing field engineers and technicians. In addition, Mr. Gowland has conducted field inspection of building components during construction for compliance with plans and specifications.
Project Experience
•CR 321 Bridge Replacement – Geotechnical Engineer of Record for the replacement ofa wood pile supported bridge with driven precast concrete pile bridge across the New River in Bradford and Union County.
•UF Orthopedic Parking Lot Subsidence, Gainesville, Florida- Mr. Gowland is serving asthe Geotechnical Engineer of Record for a subsidence in the parking lot of the UFOrthopedic Building which is over a landfill.
•Malcom Randall VA 5-Story Bed Tower Addition, Gainesville, FL – Served as Resident Structural Engineer under the Senior Resident Engineer to provide structuralinspections for compliance with the project plans and specifications. Coordinated RFIsfrom Contactor to the Structural Engineer, reviewed submittals, utilized Department of Veterans Affairs computer systems and email including PARAGON to documentconstruction and communication. In addition, Mr. Gowland reviewed contractor payment request for accuracy.
•Shands Cancer Center 8-story Parking Garage – Geotechnical Engineer of Record for an 8-Story Parking Garage utilizing post-grouted drilled shaft foundations on a site withpotentially expansive clay soils.
•UF 290 SW Parking Garage - Geotechnical Engineer of Record for a 6-Story Parking Garage and associated 2-Story Office Building utilizing drilled shaft foundations on asite with potentially expansive clay soils.
•Gainesville Regional Utilities Eastside Operations Facility, Gainesville, FL - Served as project manager for geotechnical exploration for this proposed Operations Facility inGainesville. Site had very challenging soil conditions with heavy structural loads which utilized shallow foundations.
•Walmart Distribution Center Site Sinkhole Assessment - Alachua, Florida - Provided site evaluation and remediation recommendations for sinkhole activity andconstruction monitoring of remediation activities.
Page 30 of 54
Ryan McKenna, E.I. Laboratory & CMT Manager/ Staff Engineer 5590 SW 64th Street, Suite B Gainesville, FL 32608 gseengineering.com
Professional ProfileMr. McKenna has been involved in geotechnical, environmental, and construction inspection related work for 7+ years. He has a very broad based knowledge of the construction and environmental industry. Mr. McKenna has been involved in construction material testing and inspection on multiple construction projects ranging from multi-story buildings to roadways to airports. Mr. McKenna has also been involved in environmental sampling and inspection related to both air and water. In addition, he has experience with groundwater and surface water collection.
Project Experience
•FDOT SR 121 From NW 16th Ave to US 441, Alachua County, Florida,2020 - Mr. McKenna performed QC Manager duties for the projectconsisting of milling and resurfacing, reconstruction, base work,shoulder treatment, drainage improvements, curb and gutters,sidewalks, gravity wall, highway signing, ITS and other incidentalconstruction.
•County Road 325 Pavement Evaluation, Bradford County, Florida2017 - Mr. McKenna performed maintenance of traffic, soil laboratory,and field duties for the geotechnical investigation related to roadwaypavement evaluations for County Road 325, Hampton, BradfordCounty, Florida.
•Ulmerton Road Site, Largo, Pinellas County, Florida, 2017 – Mr.McKenna provided field oversight for well installation includingdeveloping boring logs and well completion logs for Ulmerton RoadSite in Largo, Pinellas County, Florida.
•State Road 26, Gilchrist County, Florida, 2017 – Mr. McKennaperformed soil laboratory duties for the geotechnical evaluationrelated to turn lanes along State Road 26, Gilchrist County, Florida.
•Mr. McKenna has conducted temporary well installations, measuredgroundwater levels & sampled groundwater for multiple privateprojects.
•Mr. McKenna has conducted & managed thousands of laboratory teststo aid in the classification of soils and measure strengths of materials.
Education B.S., EnvironmentalEngineering, University ofFlorida, 1997
Certifications
E.I., State of Florida497ET271
Troxler In-Situ Density
Certification Troxler Haz-Mat
Certification EarthworkInspector Level 1 andLevel 2
Asphalt Paving Level 1
Asphalt Plant Level 1
Concrete Lab TestingTechnician Level 1
Aggregate Base Testing
Qualified SamplerTechnician
Aggregate TestingTechnician Level 1
Areas of Specialization
Grout Injection Inspection
Foundation InstallationInspection
Concrete ConstructionMaterial Testing
Soil In-Situ Density Testing
General ConstructionMaterial Testing &Inspection
Page 31 of 54
Joakim (Jay) B. Nordqvist, P.E.
Principal Engineer/ QA/QC Officer 5590 SW 64th Street, Suite B Gainesville, FL 32608 Gseengineering.com
Education B.S., Civil Engineering, University of Florida, 1985
Certifications Professional Engineer Florida- 42681
Areas of Specialization Phase I & II Environmental Site Assessment Environmental Assessments Brownfields Soil & groundwater remediation Regulatory Compliance Peer Review Moisture and Mold Assessment Subsidence (Sinkhole) Evaluations Sinkhole Remediation Geotechnical Engineering & Explorations Construction Material Testing & Inspection Field Inspections Forensic Assessments
Affiliations Urban Land Institute (Past Chair) Florida Brownfields Association – Legislative Affairs & Technical Committee Rotary Club of Gainesville Leadership Gainesville (Class 25) Gainesville Redevelopment Agency Advisory Board – Vice Chair
Professional Profile Mr. Nordqvist has a very broad-based knowledge of the environmental and construction industry having been involved in environmental, geotechnical and construction related work for over 35+ years. His primary professional focus has been in the environmental consulting area of practice. Mr. Nordqvist has been Principal-In-Charge for hundreds of contamination assessments for both private and governmental clients. These have ranged from preliminary to full delineation assessments and remediation including petroleum products, chlorinated solvents, metals, pesticides, and other contaminants. Mr. Nordqvist has served as manager and client liaison for natural resources, indoor air quality, vapor intrusion, storage tank compliance, water and wastewater, septic tanks, SPCC plans, microbial growth, and building condition assessment projects. Through this diverse experience, he has developed the ability to understand client needs and identify and assign appropriate resources to accomplish stakeholder goals in a professional and ethical manner. He has well established professional relationships within regulatory agencies. Mr. Nordqvist has served as Contract Manager for multiple continuing services agreement with governmental entities. Mr. Nordqvist is the QA/QC officer in responsible charge of maintaining and improving on the internal QA/QC program for GSE.
Project Experience
• Alachua County Environmental Continuing Services Contract – Gainesville, Alachua County, Florida - Serves as the Contract Manager for this contract. Has served as the Engineer of Record for multiple Phase I & II ESAs conducted as part of County land acquisition and conservation easements. Properties have ranged in size from less than 5 to more than 4000 acres. This has included rural and urban sites.
• Ulmerton Road Development – Largo, Pinellas County, Florida. Performed Phase &/II ESA. Due nickel impacted soils & groundwater from a sandblasting operation, a SA and Remedial Action Plan was completed and approved by FDEP. The site entered into a FDEP Brownfields Site Rehabilitation Agreement (BSRA). The site received achieved closure and received a FDEP Site Rehabilitation Completion Order (SRCO). Assessment and remediation costs were partially recovered through the State Voluntary Cleanup Tax Credit (VCTC) program under the BSRA.
• The Mark Development – Gainesville, Alachua County, Florida. Provided Phase I/II ESA services related to a real estate acquisition and development. The Phase II ESA was conducted to characterize on-site potential soil and groundwater impacts related to both petroleum and solvent related contaminants. Conducted groundwater modeling to demonstrate stormwater system would not negatively influence the plume.
• Dogwood Park – Gainesville, Alachua County, Florida. Initially provided Phase I/II ESA services related to a real estate acquisition and development. Completed a Site Assessment (SA) to characterize a former landfill operated by the City of Gainesville, Alachua County, and University of Florida. GSE achieved formal site closure with restrictive covenants with approval from the Florida Department of Environmental Protection (FDEP).
• 2000 Acre Industrial Property - Alachua, Alachua County, Florida. Initially provided Phase I/II ESA services. Cleanup of agrochemical and petroleum contaminants within a former mix load area was performed. This site was granted closure through the FDEP.
• Aviation Authority – Miami-Dade County, Florida. Served as Contract Manager for a continuing services contract to provide environmental consulting. Scope included site assessments, regulatory compliance, remediation, and evaluation of environmental liabilities.
Page 32 of 54
Kevin Fisher, E.I.
Staff Engineer 5590 SW 64th Street, Suite B Gainesville, FL 32608 gseengineering.com
Education B.S., Civil Engineering, University of Florida, 2019
Certifications Engineering Intern (Civil): Florida AutoCAD
Areas of Specialization Geotechnical EngineeringSubsidence (Sinkhole) Evaluations Subsidence (Sinkhole) Remediation Geotechnical Explorations Structural Damage Assessments Settlement Analyses Shallow Foundation Analyses Augercast Pile Foundations Foundation Construction Roadway Soil Survey Pavement Design Pavement Evaluation Stormwater Design Soil Parameters Field Inspections Monitoring SPT Drilling
Affiliations Chi Epsilon Civil & Environmental Engineering Honors Society
Professional Profile Mr. Fisher has been involved in geotechnical engineering for the past five years. His experience includes various roadway and structure projects. Additionally, Mr. Fisher has experience in evaluation and selection of foundation alternatives for single- and multi-story buildings. He has worked with multiple foundation systems including augercast piles, driven piles, mat, and shallow foundations. Mr. Fisher also has experience in stormwater management facility design and sinkhole remediation.
Project Experience
•NW/NE 53rd Avenue – This included determining damage to pavement, performing pavement cores with associated M.O.T., testing asphalt and soil samples to determineFDR-E emulsion content, and performing a mix design.
•Atlantic Beach Pump Station & Culvert Replacement – Reviewed soil borings,laboratory tested the soils, provided soil parameters for design of the box culvert andpump station foundation.
•NE County Road 219A – Performed a pavement evaluation and provided a mix designfor full depth reclamation using engineered emulsion.
•County Road 238 & SE 8th Avenue in Union County – Performed a pavement evaluation and provided geotechnical recommendations for pavement improvements.
•SW 170th Street - Performed a pavement evaluation and provided a mix design for fulldepth reclamation using engineered emulsion.
•Florida State Fire College – Monitored subsidence (sinkhole) remediation program,which included deep cement grout injections and underpinning pile installation.
•11500 NW 167th Place - Monitored subsidence (sinkhole) remediation program, which included deep cement grout injections.
•SR 26 and CR 337 Ground Subsidence – Monitored SPT drilling operations to determine the presence/potential of sinkhole activity in the area of the subsidence. Preparedsinkhole remediation recommendations consisting of a cement grout injectionprogram.
Page 33 of 54
Angelina Liu, E.I.
Staff Engineer 5590 SW 64th Street, Suite B Gainesville, FL 32608 gseengineering.com
Education B.S., Civil Engineering, University of Florida, 2019 M.E., Engineering, University of Florida, 2021
Certifications Engineering Intern (Civil)- Florida- 1100022738
Areas of Specialization Geotechnical EngineeringSubsidence (Sinkhole) Evaluations Geotechnical Explorations Settlement Analyses Shallow Foundation Analyses Augercast Pile Foundations Driven Pile and Drilled Shaft Load Testing Foundation Construction Field Inspections Roadway Soil Survey Mast Arm/Signal Pole Design Stormwater Design Soil Parameters AASHTO and USDA Soil Classification Slope Stability Analyses Pavement Design Pavement Evaluation
Professional Profile Mrs. Liu has been involved in Geotechnical field work and project management for 4.0+ years. Her assignments have included supervise drilling, grouting, and stone column operations; using AASHTO and USDA soil classification system classifies soils and assigns lab testing; prepares and reviews geotechnical reports and proposals. Mrs. Liu has monitored the installation of the Vibro-replacement points for underground improvement, and cement grout injection for depressional areas or sinkholes remediation. In addition, Mrs. Liu has experience in the evaluation and selection of foundation alternatives for single- and multi-story buildings, roadway, and stormwater management facility design. Mrs. Liu also proficient in Slide2 for Slope Stability Analyses for the stormwater management facility berms, and retaining walls.
Project Experience
•Chatmire Septic-to-Sewer located in Dunnellon, Marion County, Florida – Assist withpipelines, manholes, and lift stations design and construction for a new sewer systemin the Chatmire neighborhood.
•Bike Depot at Convergence Research Park located in Alachua, Alachua County, Florida –This included a geotechnical site exploration to assist with building foundation,pavement, and stormwater management designs.
•Residential Insurance Projects – Assist with structural damage evaluation and homeinspection.
•Residential Home Development – This included evaluate the geological andgeotechnical site conditions and prepare recommendations for site preparation and/or remedial activities to construct a residence.
•Commercial Retail Projects – This included a geotechnical site exploration to assist with building foundation, stormwater management, and pavement designs for commercialretail store development.
•CR 491 – Assist with Slope Stability Analysis for two cross sections of proposedstormwater management facility berms at the CR 491 improvements in Citrus County,Florida
•Roadway Improvements Projects – Performed a pavement evaluation and provided geotechnical recommendations for pavement improvements.
•Depressional area and sinkhole remediation projects – Monitored subsidence(sinkhole) remediation program, which included deep cement grout injections
•Underground Improvements Projects – Monitored underground improvements program, which included deep cement grout injections, stone column installation.
Page 34 of 54
Craig Bannon
MAT Senior Engineering Technician 5590 SW 64th Street, Suite B Gainesville, FL 32608 gseengineering.com
Education Santa Fe College (2008-2010)
Areas of Specialization Foundation Installation Inspection Concrete Construction Material Testing Soil In-Situ Density Testing General Construction Material Testing & Inspection
Professional Profile Mr. Bannon has been involved in geotechnical and construction inspection related work for 8+ years. Mr. Bannon has provided construction material testing and inspection on multiple construction projects ranging from multi-story buildings to roadways. He has a very broad based knowledge of the construction industry.
Certifications
• Troxler In-Situ Nuclear Density Certification
• Troxler Haz-Mat Certification
• Earthwork Construction Inspector - Level 1 and Level 2
• ACI Concrete Field Testing Technician – Grade 1
• Concrete Field Technician - Level 1 Qualified Sampler Technician
• Asphalt Paving - Level 1 and Level 2
• QC Manager
Page 35 of 54
KENNETH HILL, P.E.
PRINCIPAL IN CHARGE / CLIENT SERVICES MANAGER
(PROFESSIONAL ENGINEER)
JASON E. GOWLAND, P.E.
PROJECT MANAGER
(PROFESSIONAL ENGINEER)
GEOTECHNICAL SERVICES
RYAN MCKENNA, E.I.
LEAD GEOTECHNICAL TECHNICIAN
(STAFF ENGINEER)
CONSTRUCTION & MATERIAL
TESTING & INSPECTION SERVICES
CRAIG BANNON
GEOTECHNICAL TECHNICIAN
JOAKIM (JAY) NORDQVIST, P.E.
ENVIRONMENTAL FIELD TECHNICIAN
(PROFESSIONAL ENGINEER)
ENVIRONMENTAL SERVICES
ANGELINA LIU, E.I.
STAFF ENGINEER
KEVIN FISHER
STAFF ENGINEER
CLAY COUNTY UTILITY
AUTHORITY
GEOTECHNICAL SUBCONSULTANTS
WHITAKER DRILLING, INC.
GEOVIEW, INC.
WATSON DRILLING, LLC
JSM OUTDOOR SERVICES
JASON KITE, LLC
CORNERSTONE BARRICADES
PROBE DOMAIN
ENVIRONMENTAL SUBCONSULTANTS
AEL, INC.
6
Main Office Location:
5590 SW 64th Street, Suite B
Gainesville, Florida 32608
Soils Laboratory:
6623 SW Archer Road
Gainesville, Florida 32608
RFQ# 2022/2023-A21 – Geotechnical Engineering and Testing Professional Services
Clay County Utility Authority
Page 36 of 54
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
HILL, KENNETH L
Do not alter this document in any form.
10530 SW 12TH TERRACE
LICENSE NUMBER: PE40146
EXPIRATION DATE: FEBRUARY 28, 2025
This is your license. It is unlawful for anyone other than the licensee to use this document.
MICANOPY FL 32667
Always verify licenses online at MyFloridaLicense.com
7
Page 37 of 54
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
NORDQVIST, JOAKIM BJORN
Do not alter this document in any form.
14313 SW 70 STREET
LICENSE NUMBER: PE42681
EXPIRATION DATE: FEBRUARY 28, 2025
This is your license. It is unlawful for anyone other than the licensee to use this document.
ARCHER FL 32618
Always verify licenses online at MyFloridaLicense.com
8
Page 38 of 54
Ron DeSantis, Governor
ory
Melanie S. Griffin,Secretary
STATE OF FLORIDA
BOARD OF PROFESSIONAL ENGINEERS
THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE
PROVISIONS OF CHAPTER 471, FLORIDA STATUTES
GOWLAND, JASON E. 40
499 NE 151ST TER
WILLISTON FL 32696
I -4 1J t-t7 I LI ENSE NUMBER: PE66467
EXPIRATION DATE: FEBRUARY 28,2025
Always verify licenses online at MyFloridaLicense.com
Do not alter this document in any form.
This is your license. It is unlawful for anyone other than the licensee to use this document.
FBPE
FLORIDA BOARD OF
PROFESSIONAL EN6INI IRS
9
Page 39 of 54
RFQ# 2022/2023-A21 – Geotechnical Engineering and Testing Professional Services Clay County Utility Authority
SECTION C.c – COMPANY EXPERIENCE AND PAST PERFORMANCES
Name and Title of Contact:
Joe Walker
Walker Architects
Phone Number:
352-672-6448
Email: jwalker@walker-arch.com
Project Title: Proposed Clay County Economic Development Office
Green Cove Springs, Clay County, Florida
Project Timeframe: May 30, 2023 – July 1, 2023
GSE is working for Clay County through Walker Architects on the design of the new Clay County
Economic Development Office in Green Cove Springs, Florida. GSE is performing the geotechnical
exploration and evaluation for the project.
The project consists of a planned two-story building, with two future floors. The project includes
parking lots, stormwater management facilities, and underground stormwater facilities beneath the
parking lot.
The building is moderately heavy with anticipated column loads of 500 kips and wall loads of 10 kips
per foot. Our geotechnical evaluation determined the structure can be supported by conventional,
shallow foundations at a relatively high bearing pressure with no special subgrade improvement.
Prior to performing our geotechnical exploration, we expressed concern with the anticipated high
groundwater table at the site that could affect stormwater and pavement design. Our geotechnical
exploration confirmed a high groundwater condition exists, and this data was immediately submitted
to the architect and civil engineer for review and incorporation into the design. GSE is currently
finalizing the geotechnical report for the project which should be submitted within 10 days.
GSE Principal Engineer Kenneth L. Hill, P.E. is Geotechnical Engineer of Record and served as the
client manager for Walker Architects and Clay County. Jason E., Gowland, P.E. provided project
oversight and execution coordination. This project was drilled by our Subconsultant Whitaker Drilling
Inc. (WDI).
GSE anticipates we will be retained to conduct construction material testing and inspection services to
confirm the intent of our geotechnical recommendations are followed. Ryan McKenna, E.I. will
manage the construction material testing and inspection related work for the project. Kenneth. L. Hill,
P.E. will serve as the Construction Material Testing Engineer of Record.
Project Stage/Status: In Design as of July 2023.
10
Page 40 of 54
RFQ# 2022/2023-A21 – Geotechnical Engineering and Testing Professional Services Clay County Utility Authority
Name and Title of Contact:
Bryan Snyder, P.E.
CHW Professional Consultants
Phone Number:
(386) 518-5154
Email: brians@chw-inc.com
Project Title: San Felasco Parkway
Alachua, Alachua County, Florida
Project Timeframe: March 2016 – July 2020
GSE completed a Phase 1 Environmental Site Assessment and Geotechnical Investigation for this
new approximately 1.5-mile roadway corridor on behalf of the City of Alachua through CHW
Professional Consultants. Construction material testing and inspection services were then provided
through O’Steen Brothers (the selected Contractor) during roadway and utility construction.
The San Felasco Parkway included a new two-lane divided roadway funded by a $6.75 million
FDOT grant. The Right of Way corridor is approximately 7,300 linear feet that traverses through
unimproved land. It connects CR 241 to Progress Boulevard in Progress Park. The roadway has
two 12-foot travel lanes, 7-foot bike lanes, and 8-foot-wide sidewalks. The corridor also includes
lighting, landscaping, stormwater, and utilities such as water, sewer, electric, gas, and telecom.
GSE Principal Engineer Jason E. Gowland, P.E. was the Geotechnical Engineer of Record for the
project. This project was drilled by our Subconsultant Whitaker Drilling Inc. (WDI). Joakim (Jay)
B. Nordqvist, P.E. was the Environmental Engineer of Record for the Phase I ESA. Ryan
McKenna, E.I. managed the construction material testing aspects of the corridor. Jason E. Gowland
served as the Construction Material Testing Engineer of Record for the construction.
Project Stage/Status: Completed July 2020.
11
Page 41 of 54
RFQ# 2022/2023-A21 – Geotechnical Engineering and Testing Professional Services Clay County Utility Authority
Name and Title of Contact:
Anne Marie DiRocco, Compliance and Risk Management Specialist
City of Alachua
Phone Number:
386-418-6118
Email: an_dirocco@cityofalachua.org
Project Title: Alachua Water Quality and Resilience Improvement Project
Alachua, Alachua County, Florida
Project Timeframe: September 30, 2019 – September 30, 2021
GSE Principal Engineer Jason E. Gowland, P.E. is Geotechnical Engineer of Record for an electrical generator, office/lab building, chemical storage barn, and contact tanks for the above referenced improvement project for the City of Alachua. Angelina Liu, E.I. was the Project
Engineer, and this project was drilled by our Subconsultant Whitaker Drilling Inc. (WDI). Soil laboratory services for the project were managed by Ryan McKenna, E.I.
This project was authorized by W. Michael DaRoza, City Manager, on February 23, 2022, and a draft report was issued on April 15, 2022, with a final signed and sealed geotechnical report issued on May 23, 2022. This project was completed within the budgeted allowance of $12,800.50. Major
components of the project included well head, chemical storage and feed canopy, and contact tanks.
Project Stage/Status: Bids being reviewed.
12
Page 42 of 54
RFQ# 2022/2023-A21 – Geotechnical Engineering and Testing Professional Services Clay County Utility Authority
SECTION D – PROJECT APPROACH
13
Page 43 of 54
RFQ# 2022/2023-A21 – Geotechnical Engineering and Testing Professional Services Clay County Utility Authority
D.METHODOLOGY AND APPROACH FOR SAMPLE PROJECT:
The project consists of construction 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.
Initial Project Assignment
Upon receipt of an assignment from CCUA’s Client Service Manager (CSM) Paul Steinbrecher, P.E. (or designated alternate), GSE Geotechnical Project Manager, Jason Gowland, P.E., will discuss project requirements, schedule, and any
constraints/unique conditions. We will then perform published data research on the proposed 10-acre parcel. This will include but not be limited to County Property Appraiser documentation to determine the current owner of the property (if it is not the
CCUA); published soil survey soils and topographic information, regional geology, aerial and Streetview photographs. In addition, GSE will review our project database to determine if we have and review information for geotechnical and Phase I
ESA projects completed in the vicinity. In-house information often benefits and can assist in developing the site-specific scope of services. As required, coordination with the civil engineer and structural engineer will be conducted to determine possible
stormwater management facility locations and or structural loads for the proposed buildings.
Concurrently, as needed, the GSE Geotechnical Manager will coordinate with the GSE Environmental Manager to prepare to
complete a Phase I ESA in accordance with ASTM E-1527-21 (also meeting ASTM E-1527-13). The provided and compiled information is reviewed and considered in developing the Phase I ESA proposal. The Phase I ESA is conducted under the
direction of a Florida licensed professional engineer meeting the definition of Environmental Professional as defined by the ASTM.
Once the above information has been gathered typically within a day of the assignment, GSE will again contact the CCUA CSM to determine if a site visit and meeting with the CCUA is warranted or needed to discuss the projected scope of work and
to determine access constraints such as site entry restrictions, fencing, utilities, wooded areas, water bodies, etc. In most cases, a site visit is useful and informative in developing a site-specific scope of services and strategy.
While we always remain project execution oriented, our understanding and consideration of the “big picture” combined with client needs, concerns, and expectations differentiates us from similar firms. Our extensive local and area experience, and
ability to effectively manage and execute a broad range of individual scopes has demonstrated a “staged” approach to work order completion can at times provide a better end result, and also lead to more cost-effective solutions. Also, our depth of
professional and direct Clay County project experience results in efficiency gains that lead to reduced effort in completing projects, which results in cost savings. In the end, it is the quality of the services we deliver that represents a differentiating
aspect of the GSE team. Our constant focus on quality of information and comprehensive evaluation of data has time and time again demonstrated construction costs savings.
Geotechnical Exploration and Report
The scope of work and associated fee schedule is developed and provided in a formal proposal to the CCUA CSM. This would include borings for the five (5) bays, fueling station, intake counter, and three (3) offices. Subject to CCUA input and concurrence, considering the provided building and improvement information, we would anticipate 20 feet deep standard
penetration test (SPT) borings for the buildings generally spaced no further than about 100 feet from each other and spaced accordingly to cover the building footprint, 20 feet deep SPTs for the fueling station area unless canopies would require drilled
shaft type foundations which borings should be performed to two times the width of the shaft below the shaft tip. As needed, for parking and pavement areas a representative number of auger borings would be advance to a 5 feet depth. Representative laboratory classification testing program would be developed and consider the anticipated soil conditions (including organic or clay-rich soil). If needed, the Phase I ESA scope of services would be included in the proposal. The Phase I ESA proposal can
also be provided separately if desired.
The scope of services, cost, and schedule would be summarized in the proposal and submitted to the CCUA CSM. For this
particular project we anticipate ½ day for clearing and staking the borings, 2 days of drilling, 1 week to complete the laboratory testing and 1 week finalize the report. From authorization until report delivery, we anticipate 4 to 5 weeks. Upon confirmation
and acceptance of the proposal, GSE will schedule any clearing services that may be required to access the boring locations. In addition, underground clearance through Sunshine One Call would be initiated. If needed, the Phase I ESA field visit would
also be coordinated through the site contact at this time. Field mobilization for the geotechnical and Phase I ESA would typically occur within 1 to 2 weeks of authorization.
14
Page 44 of 54
RFQ# 2022/2023-A21 – Geotechnical Engineering and Testing Professional Services Clay County Utility Authority
When needed, GSE performs limited clearing at the site to provide access to the boring locations. When required, permits for
clearing services will be obtained. This work can typically be conducted within 1 to 2 weeks of authorization. We understand
there may be protected heritage trees on site with trunk diameters of 20-inches or greater. If there are specific restrictions to
clearing, these will be determined prior to authorization and mobilization of clearing equipment. The limited clearing services
will consist of removing brush and trees smaller than about 5 inches in diameter to create travel lanes through the wooded area.
The tree and brush debris will typically be left on site.
During clearing or following authorization, the proposed boring locations will be staked, flagged, or painted in the field for
clearing for underground utilities through Sunshine811. The borings will be located in the field by GSE personnel using the
provided site plan, Global Positioning System (GPS) coordinates, and obvious site features as reference. In general,
approximately 3 to 4 hours of either Lead Geotechnical Technician or GSE Project Engineer time is required for clearing and/or
marking boring locations.
Once utilities have been cleared, GSE will notify the CSM when the drilling is scheduled to be performed and the length of
time anticipated to complete the drilling services. For a typical project with a similar scope, this timeline will be on the order
of 1 to 2 weeks from authorization to begin drilling services and 4 to 5 weeks from authorization to complete the Geotechnical
Report. GSE would subcontract out drilling services to Whitaker Drilling Inc. (WDI), Watson Drilling, LLC or Probe Domain.
Following completion of drilling services, a GSE Project Engineer will visually classify the soil samples and internally assign
laboratory testing. Staining, mottling, indicators of a seasonal high groundwater table will be noted. If odors or uncharacteristic
conditions are present, these will be noted and the GSE environmental engineer and CCUA CSM will be notified. In general,
1 to 2 hours of GSE Project Engineer time will be utilized in visually classifying the soils and ordering laboratory tests on
representative samples.
Boring logs and final boring locations will be prepared by a draftsman and presented in a Geotechnical Engineering report. The report would include, but not limited to: existing site conditions, exploration, testing, and sampling methods. subsurface soil conditions encountered and soil classifications, including any unsuitable materials encountered, depth to groundwater at the time of the exploration and estimated seasonal high, a review of surface features and site conditions that could affect foundation construction and site preparation, foundation design recommendations, an estimate of foundation settlement based on available data, rigid and flexible pavement design recommendations, recommendations for site preparation and construction of compacted fills or backfills for the building areas, soil parameters for retaining wall design, recommendations for subgrade preparation, dewatering, earthwork, and foundation construction monitoring and testing; recommended soil and groundwater parameters to assist in the stormwater management facility designs; and discussion of the suitability of the soils that will be excavated from the site for use as structural fill. In addition, recommendations for the storage tank installation would be provided to possibly include dewatering and buoyance considerations. For canopy structures, increased foundation loading due to wind would be analyzed and included in the recommendations. If drilled shaft foundations are utilized, soil parameters for drilled shaft design, allowable axial, lateral capacities, and construction recommendations will be provided. For this particular project 6 hours of draftsman and 8 to 12 hours of Project Engineering hours would be typical. This would be followed up with a 2 to 4-hour QA/QC check/review of the report by the Project Manager and Principal in Charge.
A draft report is often initially provided for review and comment prior to issuing the final signed and sealed document. It represents a “final report” from GSE’s perspective, but allows an opportunity for the client to request any needed clarifications be addressed. Also, if there are questions or concerns identified that need to be addressed, these can be discussed with the civil and/or structural engineer. Client requested edits, information, and clarifications are then considered and incorporated as needed in finalizing the report.
Phase I Environmental Site Assessment (IF NEEDED)
The Phase I ESA initially includes obtaining area regulatory information and historical information (including aerial
photographs, city directories, topographic maps, and Sanborn fire insurance maps (as available)). This information is reviewed
prior to making the site visit. Any historical features or potential areas of concern identified during the review are entered into
a Google Earth KMZ file in order to allow for the area to be observed and targeted during the site visit. In addition, any
regulatory information related to the subject site or nearby property is reviewed and incorporated into the site visit as needed.
State on-line regulatory files and reports are also reviewed to provide additional information related to the site or surrounding
area.
15
Page 45 of 54
RFQ# 2022/2023-A21 – Geotechnical Engineering and Testing Professional Services Clay County Utility Authority
Coordination with the property owner or site contact undertaken concurrently to schedule the site visit. This visit is often
scheduled to coincide with laying out the geotechnical boring locations and conducting any clearing that is needed. This
provides a cost and time savings, and if the site is cleared, also provides for more comprehensive observations of inaccessible
areas of the property. Preliminary information compiled is discussed and confirmed with the property owner. A more formal
follow-up interview is typically conducted following the site visit to discuss specific observations. An interview with the “user”
of the Phase I ESA (CCUA in this case) is also conducted consistent with the ASTM. Any known environmental lien or
restrictions are requested from the owner and user.
Upon completing the site visit and area reconnaissance, all information compiled is reviewed. An evaluation of the potential
environmental concerns identified is undertaken. It is determined if historical recognized environmental conditions (HRECs),
controlled recognized environmental conditions (CRECs) and/or recognized environmental conditions (RECs) as defined under
the ASTM are present. A final report summarizing the Phase I ESA is then developed. A draft report is typically initially issued
for client review. Upon incorporating clarifications and any additional information that may be pertinent to the findings, the
report is finalized, signed, and sealed. The final report will conclude if RECs have been identified for the subject site. As
needed, GSE can provide Phase II ESA services or contact the Florida Department of Environmental Protection (FDEP) to
work through and address any site-specific concerns that are identified. For this Phase I ESA the Environmental Field
Technician effort is estimated to be on the order of 30 hours.
Final Reports, Proposals, Correspondence and Communication
Proposals, draft and signed & sealed reports, and other correspondences are delivered electronically. All GSE projects are completed under the direction of a Florida licensed professional engineer. Final reports are signed and sealed by the engineer
of record for each project. As needed, hard signed and sealed copies are also furnished. Final invoices are transmitted along with the reports. In some cases, interim billing for field and laboratory services completed to date may be generated.
Throughout the above process, the GSE Project Manager and CCUA CSM are in constant contact on an as needed basis. The importance of communication throughout the project process (from initial contact to final report) cannot be overstated. We
truly believe and consider that “good news needs to be shared, and bad news does not get better with age”. Verbal confirmation of our findings are provided as they become available. This open communication allows for CCUA to remain informed and up
to date through all phases of the project.
Construction Material Testing and Inspection Services
Prior to the beginning of construction, the GSE CMT services manager will review Project Plans and Specifications, and
proposed construction schedule. If needed, GSE can assist with Contract Administration related services during construction.
We will coordinate with the CCUA’s CSM and develop a proposal for testing services based on the Quality Control/Quality
Assurance necessary to achieve the projects plans and specifications, and management goals. The proposal will include and
outline the required CMT and inspections that will be required during construction. The proposal will be submitted to CCUA
for approval, unless the Contractor is responsible for testing services. In that case, with CCUA approval, GSE could develop
the proposal for the General Contractor and other trades as needed.
Typical CMT testing and inspection services may include kick-off meetings, site visits, site and foundation preparation
observations, field soil density testing, concrete and masonry inspection and testing, steel inspection, test pit observations,
periodic progress meetings, request for information responses, shop drawing reviews, field orders, field order logs, change
orders, change order logs, final inspections and punch lists. In addition, if the structure falls under Florida Special Inspection
requirements, a GSE Florida licensed threshold engineer and qualified site representative will assist with these services.
A kick-off pre-construction meeting to include the CCUA CSM, GSE CMT manager and general contractor/construction manager is typically attended. In some cases, the Project Geotechnical Engineer may attend to discuss specific issues and approaches related to addressing challenging soil conditions (if present). There may also be environmental conditions to consider that GSE would also assist with.
CMT services are provided on a will-call, as-needed basis. The GC will typically schedule and request the required testing services. Services are scheduled with a minimum 24-hour notice. In unforeseen cases, where adequate notice is not given, GSE makes all reasonable efforts to accommodate the requested testing services schedule. With respect to costs, these services are provided on a time and material basis.
16
Page 46 of 54
RFQ# 2022/2023-A21 – Geotechnical Engineering and Testing Professional Services Clay County Utility Authority
All field services typically include 2-hour minimum field visits. In other cases, full time inspection is warranted during certain construction element (for example deep foundation installation monitoring). The laboratory testing time allocation is dependent
on the actual testing conducted.
We verbally transmit our test results as they are performed and typically issue testing reports within 1 week. Invoicing is generally completed on a monthly basis, but is often adjusted to accommodate meet project specific schedule requirements.
GSE QA/QC Program
In any occupation, trade, or facet of human-executed processes, unfortunately the reality is that there may be mistakes. The key
is to reduce the error to as close to zero as possible through institutions of quality control and assurance measures. Internally,
GSE has a QA/QC program that strives to reduce to a minimum “human error”.
Reducing error begins with the project professional reviewing their work and work of others assigned to the projects. GSE
implements a systematic and comprehensive review process for each and every project. This review process is performed by a
minimum of two professionals, as well as project managers and administrative support staff. Clerical, drafting, field and other
staff are also responsible for double checking their and others work. Field, lab, and design notes are documented in writing,
dated, and signed.
Double checking calculations, drawings, dimensions, orientations, and all other components of the design and documents is a required and conducted for all design components. Spreadsheets and standard forms are used to facilitate and perform standard
calculations and data entry. However, even these are subject to “double check” review for both data entry and formula accuracy.
In many cases, GSE institutes consistency of delivery by developing client specific templates. A thorough analysis of client required specifications is incorporated in the development of templates. The templates are subject to review, analysis, and updates for every project to incorporate any changes in client document requirements.
Every project is assigned a Principal Engineer assigned to provide senior level experience, support, and quality control and
assurance. The Principal Engineer is in responsible charge of QA/QC on all projects, regardless of size or projected
construction cost. In some cases when multiple disciplines are involved or due to the technical challenges of individual projects,
more than one Principal Engineer may be involved.
The Principal Engineer initially works with the project professional to develop the scope of services, timeframe, and budget.
The Principal Engineer is involved in up-front client/end user/stakeholder meetings to gain a complete understanding of the
project needs, goals, and expectations. During the project, the project professional involves and incorporates input of the
Principal Engineer at appropriate key milestones. Through this procedure, the Principal Engineers experience, input,
adjustments, and concerns are addressed and incorporated as the design is being developed (not at the end of the process).
Only senior high level experienced professional engineers provide Principal review. The Principal Engineer designation is
earned and considers technical experience and comprehensive understanding of GSE QA/QC procedures. This designation is
not an arbitrarily awarded title based on licensure and/or time of service in the industry or to the Company. The GSE QA/QC
officer is directly involved in nominating and certifying the individual for this designation. The Principal Engineer is directly
held accountable and responsible for the completeness and accuracy of the final deliverable. If conflicts arise out of documents,
the Principal Engineer is directly involved and responsible for resolving or addressing situations encountered during
construction.
Subcontractors
GSE has partnered with strategically located subcontractors to efficiently and effectively provide services under this contract.
Our subconsultants were selected based on experience, reputation, and overall relationships with GSE. GSE has a 15+ year
relationship with Whitaker Drilling and 10+ year relationship with the remainder of our subcontractors. These organizations
serve as an extension to our staff. We regularly monitor laboratory and testing capacity, accreditation and certification, and
availability and commitment of resources.
17
Page 47 of 54
RFQ# 2022/2023-A21 – Geotechnical Engineering and Testing Professional Services Clay County Utility Authority
SECTION E – OTHER
18
Page 48 of 54
RFQ# 2022/2023-A21 – Geotechnical Engineering and Testing Professional Services Clay County Utility Authority
Subcontractors:
Whitaker Drilling, Inc. (WDI) ................................................................................(352) 225-1513
5266 SW 136th Way
Starke, FL 32901
GeoView, Inc. ..........................................................................................................(904) 261-4933
P.O. Box 15363
Fernandina Beach, FL 32034
Watson Drilling, LLC .............................................................................................(352) 800-1070
J.S.M. Outdoor Services, LLC ................................................................................(352) 359-4555
Jason Kite, LLC ......................................................................................................(352) 235-7254
21380 SW 74th Place
Starke, FL 32901
Cornerstone Barricades, Inc. ...................................................................................(352) 373-8001
106 SW 6th Street
Gainesville, FL 32601
Advanced Environmental Laboratories, Inc. (AEL) ...............................................(352) 377-2349
4965 SW 41st Blvd
Gainesville, FL 32608
Probe Domain .........................................................................................................(904) 291-1992
3020 Thunder Road
Middleburg, FL 32068
References:
Cydney McGlothlin, AIA, University of Florida ....................................................(352) 273-4028
Kenneth A. Fraser, P.E., Jones Edmunds & Associates, Inc., .................................(904) 545-1376
Anthony “Tony” V. Caggiano Jr., P.E., CHW Professional Consultants, Inc., .......(352) 331-1976
Litigation:
GSE Engineering & Consulting, Inc. has not had any litigation or disputes relating to the work we
have done within the last (5) years within the States of Florida and Georgia.
Financial Information:
Available upon request.
19
Page 49 of 54
Fee Schedule
RFQ# 2022/2023-A21 for Geotechnical Engineering and Testing Professional Services
Page 1 of 3
ITEM DESCRIPTION UNIT COST
Material Qualification
Excavation/Proof-rolling/Grading Observation and Field-Testing Technician (2 hour minimum) $60/hour
Proctor (Modified or Standard) $100/test
Limerock Bearing Ratio (Includes Proctor Test) $345/test
Gradation / Particle Size / Sieve Analysis $85/test
Wash #200 Analysis $50/test
Hydrometer Analysis $150/each
Atterberg Limits $100/test
Organic Content (FM 1-T267) $100/test
Organic Content (AASHTO T267) $50/test
Constant Head Permeability Tests $225/test
FDOT Corrosion Series (FM 5-550, FM 5-551, FM 5-552, FM 5-553) $250/sample
Radon Potential Screening Tests $250/test
Specialized Laboratory Testing (Consolidation, etc.) Quote Per Project Requirements
Subgrade, Fill and Pavement Component Testing
Field Technician - Density Testing (2 hour minimum) $60/hour
Page 50 of 54
Fee Schedule RFQ# 2022/2023-A21 for Geotechnical Engineering and Testing Professional Services
Page 2 of 3
Coring
Field Coring Equipment Mobilization $250/mob.
Field Technician Coring Crew (2 hour minimum) $120/hour
FDOT Density Logbook
Create FDOT Density Logbook (up to 5 Plot-sheets) $250/each
Additional FDOT Density Logbook Plot-sheets $30/each
FDOT Density Logbook Edits – Engineer (1 hour minimum) $$120/hour
FDOT Density Logbook Edits – Technician (1 hour minimum) $60/hour
Asphalt Paving Inspection
FDOT Asphalt /Roadway Field Technician – Level 1 (2 hour minimum) $95/hour
FDOT Asphalt /Roadway Field Technician – Level 2 (2 hour minimum) $70/hour
Laboratory Testing of Asphalt Cores for Density (FM 1-T166) $60/core
Extraction & Gradation (FM 5-563 & FM 1-T030) $250/sample
Concrete Testing
Concrete Placement/Sample Pick-up/Slump Testing/Air Content/ Cast Cylinders etc. (2 hour minimum) $60/hour
Cylinder Curing, Strength Testing, and Reporting $25/cylinder
Laboratory Testing of Concrete Cores for Strength (ASTM C42) $60/core
Beams for Flexural Strength (ASTM C78) $95/each
Floor Flatness Testing (per test) $600/each
Page 51 of 54
Fee Schedule RFQ# 2022/2023-A21 for Geotechnical Engineering and Testing Professional Services
Page 3 of 3
Masonry Testing
Grout/Mortar Placement/Sample Pick-up, etc. (2 hour minimum) $60/hour
Curing, Strength Testing, and Reporting of Coarse Grout Specimens $25/prism
Curing, Strength Testing, and Reporting of Non-Shrink Grout or Mortar Specimens $25/cube
Special Inspections
Special Inspections (3 hour minimum) $95/hour
Post-tension Cable Placement and Tensioning (3 hour minimum) $95/hour
QC Manager $150/hour
Steel Inspections
Welded and Bolted Connection Inspection – Sub to Weld Test (4 hour minimum) Cost Plus 15%
Ultrasonic Inspection – Sub to Weld Test (4 hour minimum) Cost Plus 15%
Applied Fireproofing Inspections (4 hour minimum) $95/hour
Special Services
Rapid Moisture Meter Installation (3 sensors) $400/each
Additional Moisture Meter Sensors $100/each
Rapid Moisture Meter Measurements (2 hour minimum) $120/hour
Page 52 of 54
Fee Schedule RFQ# 2022/2023-A21 for Geotechnical Engineering and Testing Professional Services
Page 4 of 3
Engineering Services
Engineering Intern (EI)/Field Engineer $110/hour
Project/Field Engineer $120/hour
Principal Engineer, P.E. $185/hour
Engineering Technician $60/hour
Senior Engineering Technician $95/hour
Asphalt Plant Technician $95/hour
ACAD Draftsman $85/hour
Clerical Support – Engineering Reports $85/hour
Geotechnical Explorations
Mobilization of Drilling Equipment – Truck $500/each
Mobilization of Drilling Equipment – All Terrain $750/each
SPT Soil Borings – 0 to 50 feet depth $14/foot
SPT Soil Borings – 50 to 100 feet depth $17/foot
SPT Soil Borings – 100 to 150 feet depth $22/foot
Extra Spoon Samples $30/each
Shelby Tube Samples $150/each
Borehole Casing $7/foot
Borehole Abandonment $5/foot
Auger Borings – 0 to 30 feet depth $10/foot
Auger Borings – 30+ feet depth $14/foot
Double Ring Infiltration Test $750/each
Site Clearing to Provide Access $1500/day
Pavement Cut/Patch $60/each
Geophysical Services Sub to GeoView, Inc. Cost Plus 15%
Page 53 of 54
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 54 of 54