Loading...
HomeMy WebLinkAboutRFQ 22-23-A21 Geotechnical Engineering and Testing Contract- Meskel Fully ExecutedGEOTECHNICAL ENGINEERING AND TESTING PROFESSIONAL SERVICES CONTINUING CONTRACT BETWEEN CLAY COUNTY UTILLITY AUTHORITY (CCUA) AND MESKEL & ASSOCIATES ENGINEERING, PLLC. 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 Meskel & Associates Engineering, PLLC., 3728 Philips Highway, Suite 208, Jacksonville, Florida, 32207 (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 57 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 57 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 57 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 57 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 57 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. SECTION 5. RETENTION OF DOCUMENTS. Page 6 of 57 1. The Consultant agrees to maintain all documents, including electronic documents, related to the Project for a period of not less than five (5) years, in a reasonably accessible manner consistent with the Consultant's internal document retention policy. A. REASONABLY ACCESSIBLE: In order to be considered reasonably accessible, such documents must not be deleted or totally destroyed such that they cannot be reproduced or only be restored at a significant cost. B. DOCUMENT RETENTION POLICY: A written policy by which each employee, subcontractor, and subconsultant and its subcontractors or subconsultants of any tier, follows the same protocol to retain all required documents related to a project in a consistent, organized manner sufficient to allow efficient retrieval of same. SECTION 6. PUBLIC FUNDS CCUA’s performance of this Agreement shall be contingent upon and subject to the existence of lawfully appropriated public funds for each fiscal year (i.e., October 1 through and including the next following September 30) of CCUA. SECTION 7. EXTENT OF AGREEMENT This Agreement, together with the Request for Qualifications (“RFQ”), Addendums, Consultant’s response submittal to the RFQ, all attachments and forms, represents the final and completely integrated Agreement between the parties regarding its subject matter and supersedes all prior negotiations, representations, or agreements, either written or oral. Any pre-printed provisions of the Consultant’s written materials, contract forms, or documents to the contrary notwithstanding, no transportation surcharges shall apply, and no policies of the Consultant available on the Consultant’s website or retained in the Consultant’s office are incorporated by reference nor shall be deemed to be part of this Agreement, unless the same is attached this Agreement, and separately signed by the duly authorized signor for CCUA. SECTION 8. PROHIBITION AGAINST CONTINGENT FEES The Consultant shall not have employed or retained any company or person, other than an employee working solely for the Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than an employee working for the Consultant, any fee, commission percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this agreement. For the breach or violation of these provisions, CCUA shall have the right to terminate this Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such a fee, commission, percentage, gift, or consideration. SECTION 9. STATUS 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 Page 7 of 57 does not give Consultant any preferential status, “most favored nations” status, nor right of first refusal to any renewal or for any other contract or agreement to provide other goods and/or services to the CCUA. SECTION 10. OWNERSHIP OF INSTRUMENTS OF SERVICE CCUA shall retain ownership of all Work Products including electronic files, field data, pictures, notes and other documents and instruments prepared by the Consultant as instruments of service. The Consultant shall not be liable for any re-use of such documents for other than the specific purpose intended without the Consultant's written verification or adaptation thereof. SECTION 11. INSURANCE GENERAL LIABILITY INSURANCE The limits of this insurance shall not be less than the following limits: Each Occurrence Limit $1,000,000 Personal & Advertising Injury Limit $1,000,000 Medical Expense Limit (any one person) $ 10,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate Limit $1,000,000 General liability coverage shall apply to “bodily injury” and to “property damage” occurring on, about, or in transit to CCUA’s premises for the covered operations or professional services to be performed for CCUA by or on behalf of the additional insureds. WORKERS’ COMPENSATION AND EMPLOYER’S LIABILITY INSURANCE The Contractor shall purchase and maintain at the Contractor’s sole expense Workers’ Compensation and Employer’s Liability insurance coverage for the life of this Agreement. The Limits of this insurance shall not be less than the following limits: Part One – Workers’ Compensation Insurance – Unlimited Statutory Benefits as provided in the Florida Statutes Part Two – Employer’s Liability Insurance Bodily Injury By Accident $1,00,000 Each Bodily Injury By Disease $1,00,000 Policy Bodily Injury By Disease $1,00,000 Each *If leased employees are used, policy must include an Alternate Employer’s Endorsement. EXCESS LIABILITY INSURANCE The Contractor shall purchase and maintain at the Contractor’s sole expense Excess Liability (Umbrella Form) insurance coverage for the life of this Contract. The Limits of this insurance shall not be less than the following limits: Each Occurrence Limit $1,000,000 Page 8 of 57 Aggregate Limit $1,000,000 PROFESSIONAL LIABILITY (ERRORS & OMISSIONS) This additional coverage will be required for all projects involving consultants and similar exposures. The Contractor shall purchase and maintain at the Contractor’s sole expense Professional Liability insurance coverage for the life of this Agreement. The minimum amount of such insurance shall be as follows: Per Claim/Annual Aggregate $1,000,000 Professional Liability coverage will be provided on an Occurrence Form or a Claims Made Form with a retroactive date to at least the first date of this Agreement. If provided on a Claims Made Form, the coverages must respond to all claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. CYBER AND DATA SECURITY LIABILITY This additional coverage will be required of Proposer for information technology services, software providers, programmers, and similar exposures. The Contractor shall purchase and maintain at the Contractor’s sole expense Cyber and Data Security Liability insurance coverage for the life of this Contract. The minimum amount of such insurance shall be as follows: Technology Errors and Omissions Liability coverage $1,000,000/per claim Media $1,000,000/per claim Network and Data (Information) Security $1,000,000/per claim Policy coverage must include Third Party Liability coverage. CRIME/FIDELITY COVERAGE This additional coverage will be required for all service providers involving information technology services, Pension consulting and administration, and similar exposures. The Contractor shall purchase and maintain at the Contractor’s sole expense Crime/Fidelity and/or Fiduciary Liability insurance coverage for the life of this Contract. The minimum amount of such insurance shall be as follows: Third Party Employee Dishonesty $1,000,000 Contractor shall require each of its subcontractors/vendors to likewise purchase and maintain at their expense Commercial General Liability insurance, Workers’ Compensation and Employer’s Liability coverage, Automobile Liability insurance and Excess Liability insurance coverage meeting the same limit and requirements as the Contractor/Vendors insurance. Certificates of Insurance acceptable to CCUA for the Contractor / subcontractor / vendor’s insurance must be received within five (5) days of Notification of Selection and at time of signing Agreement. 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. Page 9 of 57 Certificates of Insurance and the insurance policies required for this Agreement will include a provision that policies, except Workers’ Compensation, are primary and noncontributory to any insurance maintained by the Contractor/subcontractor/vendor. CCUA must be named as an Additional Insured and endorsed onto the Commercial General Liability (CGL), Auto Liability and Excess Liability policy(ies). A copy of the endorsement(s) must be supplied to CCUA within ten (10) days following the execution of the Agreement or prior to the first date of professional services being provided, whichever comes first. The Contractor waives, and the Contractor shall ensure that the Contractor’s insurance carrier waives, all subrogation rights against CCUA and CCUA’s officers, employees, and volunteers for all losses or damages. CCUA requires the policy to be endorsed with WC 00 03 13 Waiver of our Right to Recover from Others or equivalent. CCUA shall retain the right to review, at any time, coverage from, and amount of insurance. The procuring of required policies of insurance shall not be construed to limit the Contractor’s liability or to fulfill the indemnification provisions and requirements of this Agreement. The Contractor shall be solely responsible for payment of all premiums for insurance contributing to the satisfaction of this Agreement and shall be solely responsible for the payment of all deductibles and retentions to which such policies are subject, whether or not CCUA is an insured under such policy(ies). A. The CONTRACTOR shall name CCUA as a certificate holder and as additional insured, to the extent of the services to be provided hereunder, on all required insurance policies, and provide CCUA with proof of same. B. The CONTRACTOR, and any authorized subcontractor(s), shall provide CCUA’s Procurement Department with Certificate(s) of Insurance evidencing such coverage for the duration of this Agreement. Said Certificate(s) of Insurance shall be dated and show: 1. The name of the insured CONTRACTOR; 2. The Agreement by name and CCUA Contract or RFQ number; 3. The name of the insurer; 4. The number of the policy; 5. The effective date; 6. The termination date; and 7. A statement that the insurer will mail notice to CCUA at least thirty (30) days prior to any material changes in the provisions or cancellation of the policy. C. Receipt of certificates or other documentation of insurance or policies or copies of policies by CCUA, or by any of its representatives, which indicates less coverage than is required, does not constitute a waiver of the CONTRACTOR’s obligation to fulfill the insurance requirements specified herein. 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 Page 10 of 57 requirements set forth herein. In addition, the CONTRACTOR shall maintain proof of same on file and made readily available upon request by CCUA. SECTION 12. NON-RENEW Any pre-printed provisions of the Consultant’s written materials, contract forms or documents to the contrary notwithstanding, the same shall not automatically renew but shall be renewed only upon subsequent written agreement of the parties. SECTION 13. TERMINATION AND SUSPENSION CCUA or the Consultant may terminate this Agreement at any time, with or without cause, by giving ten (10) days’ notice to the other in writing. In the event of termination, all finished or unfinished Work Products prepared by the Consultant pursuant to this Agreement, shall be provided to CCUA. In the event CCUA terminates this Agreement prior to completion without cause, Consultant may complete such analyses and records as may be necessary to place its files in order. This Agreement shall be terminated, with twenty-four (24) hour notice to the Consultant in the event that funds become unavailable to CCUA for any reason whatsoever. This Agreement, or any portion hereof, may be suspended from time to time for various periods of time or during any of the Consultant’s performance of the Supplemental Agreements proposed hereunder, permanently, or temporarily, by action of CCUA. SECTION 14. INDEPENDENT CONTRACTOR Consultant is and shall be at all times during the term of this Agreement an independent contractor and not an employee of CCUA. Consultant agrees that it is solely responsible for the payment of taxes applicable to the services performed under this Agreement and agrees to comply with all local, state, and federal laws regarding the reporting of taxes, maintenance of insurance and records, and all other requirements and obligations imposed on the Consultant as a result of its status as an independent contractor. Consultant is responsible for providing the office space and administrative support necessary for the performance of services under this Agreement. CCUA shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance of unemployment compensation programs or otherwise assuming the duties of an employer with respect to the Consultant or any employee of consultant. SECTION 15. CONFLICT OF INTEREST The Consultant represents that to the best of its knowledge and belief it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. The Consultant further agrees that no person having any such interest shall be employed or engaged by the Consultant for said performance. If Consultant, for itself and on behalf of its subconsultants, is about to engage in representing another 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 Page 11 of 57 that there is a conflict of interest, Consultant or such subconsultant shall decline the representation upon written notice by CCUA. If CCUA determines that there is no such conflict of interest, then CCUA shall give its written consent to such representation. If Consultant or subconsultant accepts such a representation, without obtaining the CCUA’s prior written consent, and if CCUA subsequently determines that there is a conflict of interest between such representation and the work being performed by consultant or such subconsultant under this Agreement, then the Consultant or such subconsultant agrees to promptly terminate such representation. Consultant shall require each of such subconsultants to comply with the provisions of this Section. Should the Consultant fail to advise or notify CCUA as provided herein above of representation which could, or does, result in a conflict of interest, or should the Consultant fail to discontinue such representation, CCUA may consider such failure as justifiable cause to terminate this Agreement. SECTION 16. CCUA’S APPROVAL Neither review, approval, or acceptance by CCUA of services or Work Products furnished by the Consultant, or any subconsultant(s), vendor(s) or subcontractor(s) engaged by the Consultant, shall not in any way relieve Consultant of responsibility for the adequacy, completeness and accuracy of its services or Work Products or any and all of its subconsultant(s), vendor(s) and/or subcontractor(s) engaged by the Consultant to provide and perform services in connection with this Agreement. Neither the CCUA’s review, approval or acceptance of, nor payment for, any of the Consultant’s services or Work Products shall be construed to operate as a waiver of any of CCUA’s rights under this Agreement, or any cause of action it may have arising out of the performance of this Agreement. SECTION 17. CONFIDENTIALITY AND PUBLIC RECORDS COMPLIANCE The Consultant agrees, during the term of this Agreement, to comply with Chapter 119.071(3), Florida Statutes, and not to divulge, furnish or make available to any third person, firm or organization, without CCUA’S prior written consent, or unless incident to the proper performance of the Consultant’s obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by the Consultant or any subconsultant(s) or subcontractor(s), pursuant to this Agreement. Subject to the foregoing provisions and law applicable to confidential information, the Consultant will keep and maintain public records required by CCUA, which is a public agency, in order for the Consultant to perform the services and the work required by the Scope, and upon request from CCUA’s custodian of public records, Contractor shall provide CCUA with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119.07, Florida Statutes, or as otherwise provided by law. The Consultant shall require all of its employees, subconsultant(s) and subcontractor(s) to comply with provisions of this paragraph. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT: Page 12 of 57 Public Records 3176 Old Jennings Road Middleburg, Florida 32068 (904) 272-5999 Recordsrequest@clayutility.org SECTION 18. PROPERTY DAMAGE The Consultant agrees to promptly repair and/or replace, or cause to have repaired and/or replaced, at its sole cost and expense and in a manner acceptable to and approved by CCUA, any property damage arising out of, or caused by, the willful or intentional misconduct or negligent acts of the Consultant, or its subconsultants and/or subcontractors. The Consultant’s obligation under this subsection does not apply to property damage caused in whole or in part by any other consultant or contractor engaged directly by CCUA. CCUA reserves the right, should the Consultant fail to make such repairs and/or replacement within a reasonable period of time, to cause such repairs and/or replacement to be made by others and for all costs and expenses associated with having such repairs and/or replacement done to be paid for by the Consultant’s compensation fund or by the Consultant reimbursing CCUA directly for all such costs and expenses. SECTION 19. NONDISCRIMINATION AND EQUAL OPORTUNITY The Consultant shall comply with all state and federal laws, as currently written or hereafter amended, or other applicable laws prohibiting discrimination, unless based upon a bona fide occupational qualification as provided in or as otherwise permitted by other applicable laws. Consultant’s or its subconsultants, subcontractors and/or vendors shall be certified as minority business enterprise as defined in Section 288.703, Florida Statutes, to count towards participation goals or requirements. The failure of the Consultant to adhere to relevant stated requirements shall subject the Consultant to any sanctions which may be imposed upon CCUA. SECTION 20. INDEMNIFICATION The Consultant shall indemnify and hold harmless CCUA, and the CCUA's officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. All indemnification provisions contained this Agreement are separate and apart from, and are in no way limited by, any insurance provided pursuant to this Agreement or otherwise. All indemnification provisions of this Agreement, relating to Indemnification shall survive the term of this Agreement, and any holdover and/or Agreement extensions thereto, whether such term expires naturally by the passage of time or is earlier terminated earlier pursuant to the provisions of this Agreement. With respect to any indemnification by CCUA provided under the contract or agreement, any such indemnification 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. Page 13 of 57 SECTION 21. GOVERNING LAW CCUA and the Consultant agree that this Agreement and any legal actions concerning its validity, interpretation and performance shall be governed by the laws of Clay County, Florida without regard to any conflict of law’s provisions, which may apply the laws of other jurisdictions. It is further agreed that any legal action between CCUA and the Consultant arising out of this Agreement, or the performance of the services shall be brought in a court of competent jurisdiction in Clay County, Florida. SECTION 22. DISPUTE RESOLUTION In an effort to resolve any conflicts that arise during or relate to the Consultant’s performance of the Agreement, CCUA and the Consultant agree that all disputes between them arising out of or relating to this Agreement shall be submitted to nonbinding mediation. The Consultant further agrees to include a similar mediation provision in all agreements with independent subcontractors and subconsultants retained by the Consultant for this Agreement or any Supplemental Agreement(s), and to require all independent subcontractors and subconsultants also to include a similar mediation provision in all agreements with its subcontractors, subconsultants, suppliers, vendors and fabricators, thereby providing for mediation as the primary method for dispute resolution among the parties to all those agreements. CCUA shall not be bound by any provision requiring binding arbitration or binding mediation of disputes. If a dispute arises either party shall follow the following provisions: provide written explanation of the dispute a minimum 30 days’ notice to the other party prior to mediation, the mediator shall be a member of the National Academy of Distinguished Neutrals (“NADN”), if an impasse is reached there shall be a sixty (60) day cooling off period required, a minimum 30 days written notice shall be provided to the other party prior to filing suit in any court after the cooling off period. SECTION 23. THIRD PARTY BENEFICIARIES Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either CCUA or the Consultant. The Consultant's services under this Agreement are being performed solely for CCUA’s benefit, and no other party or entity shall have any claim against the Consultant because of this Agreement or the performance or nonperformance of services hereunder. CCUA and Consultant agree to require a similar provision in all contracts with contractors, subcontractors, subconsultants, vendors and other entities involved in this Agreement or Supplemental Agreement(s) to carry out the intent of this provision. SECTION 24. TRUTH IN NEGOTIATION CERTIFICATION The Consultant understands and agrees that execution of this Agreement by the Consultant shall be deemed to be simultaneous execution of a truth-in-negotiation certificate under this provision to the same extent as if such certificate had been executed apart from this Agreement, such 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 Page 14 of 57 sums where CCUA determines the Compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs, provided that any and all such adjustments shall be made within one (1) year following the completion date of this Agreement or Supplemental Agreement(s). SECTION 25. AMENDMENTS This Agreement may be amended only by written instrument specifically referring to this Agreement and executed with the same formalities as this Agreement. SECTION 26. ASSIGNMENT Neither party to this Agreement shall transfer, sublet or assign any rights or duties under or interest in this Agreement, including but not limited to monies that are due or monies that may be due, without the prior written consent of the other party. Subcontracting to subconsultants, normally contemplated by the Consultant as a generally accepted business practice, shall not be considered an assignment for purposes of this Agreement. SECTION 27. ATTORNEY’S FEES In any action involving the enforcement or interpretation of this Agreement, each party, whether CCUA or the Consultant, shall be responsible for its own respective attorneys' fees and costs. SECTION 28. WAIVER The failure of either party to exercise any of its rights is not a waiver of those rights. A party waives only those rights specified in writing and signed by the party waiving its rights. Oral modification or rescission of this Agreement by an employee or agent of either party, shall not release either party of its obligations under this Agreement, shall not be deemed a waiver of any rights of either party to insist upon strict performance hereof, or of either party’s rights or remedies under this Agreement or by law, and shall not operate as a waiver of any of the provisions hereof. SECTION 29. SURVIVAL OF REMEDIES The parties’ remedies shall survive the termination of this Agreement. SECTION 30. PROVISIONS SEVERABLE In the event any of the provisions of this agreement should be found to be unenforceable, it shall be stricken, and the remaining provisions shall be enforceable. 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, Page 15 of 57 • 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: P. Rodney Mank, P.E. Meskel & Associates Engineering, PLLC. 3728 Philips Highway, Suite 208 Jacksonville, Florida 32207 SECTION 34. CLIENT SERVICE MANAGERS CCUA and the CONTRACTOR have identified individuals as “Client Service Managers” (herein so called), listed below, who shall have the responsibility for managing the Scope of Services to be performed under this Agreement. The person or individual identified by the CONTRACTOR to serve as the Client Service Manager for this Agreement, or any replacement thereof, is subject to prior written approval and acceptance by CCUA. If CCUA or CONTRACTOR replace their own current Client Service Manager with another individual, an amendment to this Agreement shall not be required. CCUA will notify the CONTRACTOR, in writing, if the current CCUA Client Service Manager is replaced by another individual. A. CCUA Client Service Manager’s contact information is as follows: Page 16 of 57 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: P. Rodney Mank, P.E. Meskel & Associates Engineering, PLLC. 3728 Philips Highway, Suite 208 Jacksonville, Florida 32207 Phone: 904-519-6990 Email: Rmank@meskelengineering.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 57 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 57 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 57 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 57 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 57 • 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 57 Statement of Qualifitcations for: CCUA RFP# 2022/2023-A21 Geotechnical Engineering and Testing Professional Services June 29th 2023 Meskel & Associates Engineering Florida M/WBE, DBE 3728 Philips Hwy, Suite 208 Jacksonville, Fl 32207 904.519.6990 EXHIBIT 'B' Meskel & Associates Engineering Geotechnical ,. Environmental ,. Inspection ,. Testin Page 24 of 57 2022/2023-A21 CCUA Request for Qualifica�ons for Geotechnical Engineering and Tes�ng Professional Services www.meskelengineering.com RFQ Title CCUA Request for Qualifications for Geotechnical Engineering and Testing Professional Services RFQ Number 2022/2023-A21 Contractor’s Full Name, & Address Meskel & Associates Engineering, PLLC 3728 Philips Highway, Suite 208 Jacksonville, Florida, 32207 A.Title Page Phone Number of Contact Person P.Rodney Mank, P.E. (904)519-6990 Date 6/29/2023 Meskel & Associates Engineering Geotechnical ,-Environmental ,-Inspection ,-Testing Page 25 of 57 B.Table of Contents C. Mandatory Requirements....................................................................................1 Executive Summary.................................................................................. 1 Key Personnel...........................................................................................2 Past Performance.....................................................................................12 D. Project Approach................................................................................................15 E.Other.........................................................................................................19 Subcontractors.................................................................................19 Litigation...........................................................................................20  Financial Information.........................................................................21 Page 26 of 57 Mandatory Requirements Page 27 of 57 June 29, 2023 Ms. Angelia Wilson Clay County Utility Authority 3176 Old Jennings Road Middleburg, Florida 32068 Subject: Executive Summary Meskel & Associates Engineering Geotechnical r Environmental r Inspection r Testing RFQ#22/23-A21 Geotechnical Engineering and Testing Professional Services Dear Ms. Wilson: MESKEL & ASSOCIATES ENGINEERING, PLLC (MAE) is pleased to present our qualifications to the Clay County Utility Authority (CCUA) for the subject RFQ to provide geotechnical exploration and engineering services and Phase 1 Environmental Assessment services. MAE has provided these services to the Authority both directly, as current holder of a similar contract since 2018, and indirectly through prime design firms on CCUA projects. Most recently, we completed geotechnical engineering services for the Peters Creek WWTF expansion project, which included the associated new pipelines and the Governors Park Lift Station and Reclaimed Pump Station. MAE understands the need to complete projects on time and on budget, particularly projects that have a short time frame to complete. We are uniquely qualified to provide these services as our senior staff identified for this contract (Client Service Manager, Project Manager and Lead Engineer) have over 75 years combined experience in geotechnical engineering, most of which are in NE Florida. Our fleet of 4 drilling rigs (2 ATV-mounted, 1 truck-mounted and 1 track-mounted) give us the ability to mobilize quickly to jobsites and the flexibility to assign more than one rig to a project. Our 6,000-square-foot testing laboratory is staffed with 3 CTQP-certified technicians and has the capability to handle multiple testing assignments. Most importantly, we believe in frequent communication to you and your stakeholders as well as team communications to meet project deadlines. We have regular, weekly meetings with our geotechnical group to understand updates on project progress, upcoming deadlines and the availability of resources. Project updates will be regularly provided by the Project Manager to your representative to keep you informed as to our progress. If any unforeseen circumstances arise that may impact the project schedule, we will have a plan in place to get our team back on track. We believe we are the most qualified firm to meet your needs on this contract. We look forward to working with CCUA on this contract! Sincerely, MES~ OCIATES ENGINEE~ P. Rodney 3728 Philips Highway, Suite 208, Jacksonville, Florida 32207 p. 904.519.6990 www.MeskelEngineering.com Page 28 of 57 P. RODNEY MANK, P.E. Principal in Charge/Client Services Manager Mr. Mank is a licensed Professional Engineer in Florida and Georgia with 37 years of technical and managerial experience including managing all levels of geotechnical engineering and material testing projects from field and laboratory personnel and resources, junior and senior level engineering staff, to serving as a technical resource to clients. His expertise includes planning, managing, and engineering responsibilities on geotechnical explorations for all types of water and wastewater facilities ranging from new treatment plants to plant additions, and for water, wastewater, and reuse water pipelines. His project experience also includes new roadway and roadway widenings, new bridge and bridge replacements, pavement design, drainage and stormwater management structures and ponds, intersection improvements including lighting and signal structures, and multiuse/purpose trail and recreational facilities construction. PROJECT EXPERIENCE Clay County Utility Authority (CCUA) Peter’s Creek Wastewater Treatment Facility, Pipeline and Governors Park Master Pump Station, Clay County, Florida Principal Geotechnical Engineer for the subsurface exploration and groundwater modeling services in support of the additions to the existing Peters Creek Wastewater Treatment Facility near Green Cove Springs. The expansion project will improve the site from 0.25 MGD to 1.5 MGD, making it the largest public works project in Clay County. MAE services included over 1,600 feet of SPT borings for the proposed plant structures, which will include two, 2MG storage tanks; two, 75-foot diameter clarifiers; an oxidation ditch; high service pumps and several process, equipment and administrative support structures. Additions will also include a stormwater pond, expansion of the existing reject water pond, and several additional Rapid Infiltration Basins (RIBs) to discharge treated wastewater that is not otherwise able to be piped for reuse. MAE services include settlement analysis of the proposed structures supported on shallow foundations, recommendations for reuse of soils excavated form pond areas as fill soil, and modeling of the RIB loading and unloading cycles to confirm that the design loading rates can be achieved without overloading the aquifer. MAE also performed about 1,300 feet of SPT drilling for approximately 7 miles of proposed 6 and 12-inch diameter pipeline (force main). Most of the pipe will be installed using open-cut excavation; however, some of the pipe will be installed with Horizontal Directional Drilling (HDD) techniques under existing roadways and wetlands. Clay County Board of County Commissioners Clay County Fairgrounds, Clay County, FL Principal Geotechnical Engineer for geotechnical exploration to evaluate the general subsurface conditions for a new Pump Station and pipeline project. SPT borings were advanced to a depth of 35 feet and Auger borings were advanced to a depth of 15 feet along the proposed pipeline route. The logs were reviewed and the samples classified using USCS and AASHTO classification systems. Laboratory testing was performed to aid in soil classification. Recommendations were provided for support of the pump station wet well and for support of the PVC pipeline. Recommendations for reuse of the excavated soils as backfill for structures and pipes were also provided. Our findings and recommendations were included in a geotechnical report that included a Boring Location Plan and Generalized Soil Profiles and soil boring logs showing the encountered subsurface conditions. St. Johns County Utilities Department SR 207 Water Reclamation Facility, St. Johns County, FL Principal Geotechnical Engineer for services provided for the design and construction of the new facility in St. Johns County. The facility will include multiple tanks, filters, Headworks, process, storage and operations buildings, below grade piping, entrance roadway, and stormwater management pond. Field services for the project included performing 35 SPT borings to depths up to 75 feet below grade. Laboratory testing included natural moisture, percent fines, organic content and Atterberg Limits, plus soil corrosion potential testing. Engineering reporting and analyses included estimating seasonal high groundwater levels for the site, determining allowable bearing pressures and modulus of subgrade reaction for shallow foundation design, and analyzing soil settlement potential for mat foundations, lateral pressure design for below grade walls, and hydrostatic uplift resistance. YEARS EXPERIENCE 37 EDUCATION MBA – University of South Florida, 1996 BSCE – University of Florida, 1984 Graduate Courses, Civil Engineering – University of Central Florida, Florida International University, 1986-1988 LICENSES & CERTIFICATIONS Florida Professional Engineer No. 41986 Georgia Professional Engineer No. 033805 PROFESSIONAL EXPERIENCE Geotechnical Investigations Sinkhole Exploration & Remediation Shallow & Deep Foundation Evaluations and Recommendations Slope Stability Analysis Retaining & MSE Walls Reinforced Berm Slopes Ground Modification Procedures Laboratory & Field Testing of Soils and Construction Materials Pavement Design & Evaluation Construction Inspection Page 29 of 57 YEARS EXPERIENCE 16 EDUCATION BSCE – Florida State University, 2007 LICENSES & CERTIFICATIONS Florida Professional Engineer No.74679 Certified SmartPile EDC System (User ID #020FL0029-13) PROFESSIONAL EXPIERENCE Geotechnical & Materials Engineering Design-Build Consultation Construction Vibration and Noise Monitoring Pre- and Post-Construction Settlement Evaluation Pile Capacity Evaluation Deep Foundation Design Consulting Foundation Load Testing Consultation Soil Improvement Settlement Analysis and Monitoring Slope Stability Analysis and Monitoring BRETT HARBISON P.E. Project Manager Brett possesses an extensive background of 16 years in the realm of field, laboratory, and geotechnical analysis, specifically within the scope of public and private projects spanning across the state of Florida. His notable project involvements encompass the design and construction of various critical infrastructure undertakings, such as water and sewer facilities, as well as the development and enhancement of roadways, bridges, drainage systems, and public recreational areas such as parks, trails, and boardwalks. Brett's expertise encompasses comprehensive management of the geotechnical process, encompassing pivotal responsibilities like proposal preparation, meticulous planning, and effective supervision of drilling operations, laboratory testing, engineering analysis, and reporting. PROJECT EXPERIENCE Nassau County Westside Park, Phase 1 | Nassau County, FL Senior Geotechnical Engineer, Project includes the development and construction of a regional-scale park facility to include community building and restrooms, a prefabricated amphitheater and other metal buildings, playfields, picnic pavilions, playground and shade structures, elevated boardwalks, access roadways and a trail system. MAE’s scope of work includes performing field explorations and laboratory testing and providing engineering recommendations for design and construction of shallow and deep foundations, flexible pavement sections, and stormwater management facilities. St. Johns County Utilities Department SR 207 Water Reclamation Facility, St. Johns County, FL Senior Geotechnical Engineer for services provided for the design and construction of the new facility in St. Johns County. The facility will include multiple tanks, filters, Headworks, process, storage and operations buildings, below grade piping, entrance roadway, and stormwater management pond. Field services for the project included performing 35 SPT borings to depths up to 75 feet below grade. Laboratory testing included natural moisture, percent fines, organic content and Atterberg Limits, plus soil corrosion potential testing. Engineering reporting and analyses included estimating seasonal high groundwater levels for the site, determining allowable bearing pressures and modulus of subgrade reaction for shallow foundation design, and analyzing soil settlement potential for mat foundations, lateral pressure design for below grade walls, and hydrostatic uplift resistance. Clay County Utility Authority (CCUA) Peter’s Creek Wastewater Treatment Facility, Pipeline and Governors Park Master Pump Station, Clay County, Florida Senior Geotechnical Engineer for the subsurface exploration for the additions to the existing Peters Creek Wastewater Treatment Facility near Green Cove Springs. MAE services included over 1,600 feet of SPT borings for the proposed plant structures, which will include two, 2MG storage tanks; two, 75-foot diameter clarifiers; an oxidation ditch; high service pumps and several process, equipment and administrative support structures. Additions will also include a stormwater pond, expansion of the existing reject water pond, and several additional Rapid Infiltration Basins (RIBs). MAE services include settlement analysis of the proposed structures supported on shallow foundations, and recommendations for reuse of soils excavated form pond areas as fill soil. MAE also performed SPT borings at the Governors Park facility to depths up to 60 feet below grade. Analyses of the proposed structures showed settlements to be within tolerable limits. MAE also performed about 1,300 feet of SPT drilling for approximately 7 miles of proposed 6 and 12-inch diameter pipeline (force main). Most of the pipe will be installed using open-cut excavation, with Jack & Bore and Horizontal Directional Drilling (HDD) techniques used under existing roadways and wetlands. Page 30 of 57 YEARS EXPERIENCE 17 EDUCATION BSCE – University of North Florida, 2010 LICENSES & CERTIFICATIONS Florida Professional Engineer No.78539 FDOT Final Estimates Levels I & II FDOT Pile Driving Inspection FDOT QC Manager Advanced Temporary Traffic Control (TTC) FDOT MSE Wall Inspector FDOT Critical Structures Construction Issues Florida Stormwater Erosion Sedimentary Control Nuclear Radiation Safety PROFESSIONAL EXPIERENCE Construction Engineering & Inspection Construction Materials Testing Geotechnical Engineering Design-Build Consultation Pile Capacity Evaluation Deep Foundation Design Consulting Soil Improvement Settlement Analysis and Monitoring Slope Stability Analysis and Monitoring KELLY MARSHALL P.E. Lead Engineer Kelly possesses a distinguished track record of over 16 years, encompassing extensive expertise in construction inspection, geotechnical engineering, and materials testing. She demonstrates remarkable proficiency in rendering precise technical assessments through astute interpretations of contract drawings and specifications. Additionally, her exemplary performance is evidenced by her successful involvement in comprehensive contract administration, including overseeing progress and final estimates, facilitating contract modifications, conducting meticulous CPM scheduling reviews, and effectively managing inspection staff. Ms. Marshall's comprehensive skill set, and invaluable experience contribute significantly to the seamless execution of projects under her purview. PROJECT EXPERIENCE St. Johns County Utility District SR 207 Water Reclamation Facility Pipelines, St. Johns County, Florida Senior Geotechnical Engineer. MAE provided services for the proposed pipelines that will service the proposed Water Reclamation Facility (WRF) on State Road 207 in St. Johns County. Soil borings were located at approximately 500 feet apart, on average, and were advanced to depths of 15 feet below existing grade along the portion of the pipe to be constructed with open- excavation techniques. Proposed Jack & Bore and Horizontal Directional Drilling (HDD) crossings were explored with borings advanced to depths of up to 40 feet below existing grade. Laboratory testing was performed on selected samples to aid in classification and estimate soil compressibility. A determination of the Seasonal High Groundwater Level was provided based on the measured groundwater levels in the borings and document research. Kelly oversaw project progress and reviewed the geotechnical report and provided edits and clarifications where needed. This report provided recommendations for support of the pipeline, placement and compaction recommendations for the pipe backfill, and recommendations for reuse of the excavated soil as backfill. Shipyards Park – West, Jacksonville, Florida Senior Geotechnical Engineer. Provided site and subsurface information to evaluate the subsurface conditions at the site for the proposed construction. MAE assumed that the proposed construction will include one to 2-story enclosed commercial structures, smaller, open-air structures, an amphitheater, elevated boardwalks supported on timber or concrete piling, sidewalks/trails, and miscellaneous grade-supported slabs. Field work consisted of different SPT borings at eight sperate locations. The deepest depths was 40ft while the sallowish was 10ft. Page 31 of 57 YEARS EXPERIENCE 3 EDUCATION BSCE – University of North Florida, 2020 LICENSES & CERTIFICATIONS Florida Engineering Intern No. 1100024571 PROFESSIONAL EXPIERENCE Geotechnical Explorations CAD Drawings (MicroStation) Laboratory & Field Testing of Soils and Construction Materials Pile Capacity Evaluation Settlement Analysis Foundation Design PROJECT EXPERIENCE Clay County Utility Authority (CCUA) Peter’s Creek Wastewater Treatment Facility, Pipeline and Governors Park Master Pump Station, Clay County, Florida Geotechnical Engineer for the subsurface exploration in support of the additions to the existing WWTF near Green Cove Springs. MAE services included over 1,600 feet of SPT borings for the proposed plant structures, to include two, 2MG storage tanks; two, 75-foot diameter clarifiers; an oxidation ditch; high service pumps and several process, equipment and administrative support structures. Additions will also include a stormwater pond, expansion of the existing reject water pond, and several additional Rapid Infiltration Basins (RIBs). MAE services included settlement analysis of the proposed structures supported on shallow foundations, and recommendations for reuse of soils excavated from pond areas as fill soil. MAE also performed about 1,300 feet of SPT drilling for approximately 7 miles of proposed 6 and 12-inch diameter pipeline (force main). Most of the pipe will be installed using open-cut excavation; however, some of the pipe will be installed with Horizontal Directional Drilling (HDD) techniques under existing roadways and wetlands. Clay County Board of County Commissioners Clay County Fairgrounds, Clay County, FL Geotechnical Engineer for geotechnical exploration to evaluate the general subsurface conditions for a new Pump Station and pipeline project. SPT borings were advanced to a depth of 35 feet and Auger borings were advanced to a depth of 15 feet along the proposed pipeline route. The logs were reviewed and the samples classified using USCS and AASHTO classification systems. Laboratory testing was performed to aid in soil classification. Recommendations were provided for support of the pump station wet well and for support of the PVC pipeline. Recommendations for reuse of the excavated soils as backfill for structures and pipes were also provided. Our findings and recommendations were included in a geotechnical report that included a Boring Location Plan and Generalized Soil Profiles and soil boring logs showing the encountered subsurface conditions. St. Johns County Utilities Department SR 207 Water Reclamation Facility, St. Johns County, FL Geotechnical Engineer for the design and construction of the new facility in St. Johns County. The facility will include multiple tanks, filters, Headworks, process, storage and operations buildings, below grade piping, entrance roadway, and stormwater management pond. Field services for the project included performing 35 SPT borings to depths up to 75 feet below grade. Laboratory testing included natural moisture, percent fines, organic content and Atterberg Limits, plus soil corrosion potential testing. Engineering reporting and analyses included estimating seasonal high groundwater levels for the site, determining allowable bearing pressures and modulus of subgrade reaction for shallow foundation design, and analyzing soil settlement potential for mat foundations, lateral pressure design for below grade walls, and hydrostatic uplift resistance. SJCUD SR 207 WRF Pipelines, St. Johns County, Florida Geotechnical Engineer. Provided services to the geotechnical exploration and engineering to the planned construction of the new WRF, SJCUD had developed a pipeline project with the purpose of providing a means of transferring waste water and reclaimed water to and from the WRF site. The work for this project consisted of locating soil borings along the pipeline route without either on existing pavement or in unpaved areas, spaced approximately every 500ft between borings. Each boring had a depth of 15ft below existing grade. In addition, borings will be located at the HDD crossings, each advanced to a depth of 40 or 50 feet. G. CLAYTON PURVIS, E.I. Geotechnical Engineer Mr. Purvis is an accomplished Staff Engineer, who has made significant contributions over the course of three years as an Assistant Project Manager. His responsibilities encompass the coordination of field crews and meticulous scheduling of work, along with the facilitation of site utility locations and meetings. Furthermore, Clayton undertakes vital engineering analysis tasks and diligently prepares comprehensive reports, showcasing his meticulous approach to his work. He also plays a pivotal role in soil index property laboratory testing, skillfully performs soil boring logging and soil classification, and provides indispensable assistance in engineering analyses, including the preparation of soil parameters for foundation design. Page 32 of 57 YEARS EXPERIENCE 3 EDUCATION Wolfson High School, 1986 BS Environmental Studies – University of North Florida, 2018 LICENSES & CERTIFICATIONS Advanced TTC (MOT) PROFESSIONAL EXPIERENCE Geographic Information System (GIS) Geotechnical Explorations CAD Drawings (MicroStation) GEOSYSTEM Microsoft Suite Applications Laboratory & Field Testing of Soils and Construction Material PROJECT EXPERIENCE Clay County Utility Authority (CCUA) Peter’s Creek Wastewater Treatment Facility, Pipeline and Governors Park Master Pump Station, Clay County, FL Geotechnical Technician for the subsurface exploration services in support of the additions to the existing Peters Creek Wastewater Treatment Facility near Green Cove Springs. Mr. Brayshaw provided site reconnaissance of the project site and staked over 1,600 feet of SPT borings for the proposed plant structures, which will include two, 2MG storage tanks; two, 75-foot diameter clarifiers; an oxidation ditch; high service pumps and several process, equipment storage and administrative support structures, and for a stormwater pond and several additional Rapid Infiltration Basins (RIBs). He contacted the Statewide One-Call system to coordinate the locating of all site utilities prior to rig mobilization. Kirt also coordinated the concurrent drilling effort of multiple rigs on site. He made sure the boring locations were staked and flagged so that the project surveyor can capture these locations in the survey. Clay County Board of County Commissioners Clay County Fairgrounds, Clay County, FL Geotechnical Technician for geotechnical exploration to for a new Pump Station and pipeline project. Kirt visited the site to note any issues that would restrict access of our truck-mounted drill rig. He staked the proposed boring locations in advance of the utility locating effort which he coordinated with the Statewide One-Call system. Once the underground utilities were located and marked, he oversaw the drilling operation to ensure the work scope was completed and the samples and logs were given to the project geotechnical engineer. Lastly, he made sure the boring locations were staked and flagged so that the project surveyor can capture these locations in the survey. St. Johns County Utilities Department SR 207 Water Reclamation Facility, St. Johns County, FL Geotechnical Technician for the field drilling services provided for the design and construction of the new facility in St. Johns County. The facility will include multiple tanks, filters, Headworks, process, storage and operations buildings, below grade piping, entrance roadway, and stormwater management pond. Field services for the project included performing 35 SPT borings to depths up to 75 feet below grade. He staked the boring locations and then coordinated with the Statewide One-Call system to locate underground utilities at the site. Once the underground utilities were located and marked, he oversaw the drilling operation to ensure the work scope was completed and the samples and logs were given to the project geotechnical engineer. Lastly, he made sure the boring locations were staked and flagged so that the project surveyor can capture these locations in the survey. St. Johns County Utilities Department SR 207 Water Reclamation Facility Pipelines, St. Johns County, FL Geotechnical Technician for the field drilling services provided for the design of pipelines connecting to the new WRF in St. Johns County. Kirt visited the site to understand existing site conditions and evaluate site features that may limit rig access, including the necessity for MOT services. He staked the boring locations and then coordinated with the Statewide One-Call system to locate underground utilities at the site. Once the underground utilities were located and marked, he oversaw the drilling operation to ensure the work scope was completed and the samples and logs were given to the project geotechnical engineer. Lastly, he made sure the boring locations were staked and flagged so that the project surveyor can capture these locations in the survey. KIRT BRAYSHAW Lead Geotechnical Technician Mr. Brayshaw is a highly professional Lead Geotechnical Technician with over three years of experience in the field. He holds the TTC (MOT) Qualified Worksite Supervisor certification and has successfully coordinated field crews, managed work schedules, facilitated site utility locations and meetings, and conducted thorough engineering analysis and report preparation. Brayshaw excels in assisting with soil index property laboratory testing, performing precise soil boring logging and soil classification, and contributing to engineering analyses by preparing essential soil parameters for foundation design. With exceptional attention to detail, impeccable planning and prioritization skills, and a demonstrated ability to solve problems. Page 33 of 57 YEARS EXPERIENCE 26 EDUCATION BS Environmental Engineering – University of Florida, 1997 LICENSES & CERTIFICATIONS Florida Professional Engineering No. 65536 Georgia Professional Engineer No. PE036886 Alabama Professional Engineer No. 32858-E PROFESSIONAL EXPIERENCE Phase I and II Environmental Site Assessments (ESAs) Contamination Assessments Remedial Action Design and Implementation Petroleum Cleanup Program Site Management Stormwater Management Dewatering System Design Brownsfield Sites Asbestos Surveys and Abatement PROJECT EXPERIENCE Due Diligence Services, Nationwide Pastrana is an Environmental Professional that has conducted more than 800 Phase I ESAs, Phase II ESAs, Transaction Screen Processes (TSPs), and Compliance Audits for multi-site portfolios for all property types including, but not limited to, multi-family residences, large tracts for master planned communities, shopping centers, automobile sales and service facilities, gasoline stations, retail, commercial offices, light and heavy industrial sites, and municipal sites. City of Jacksonville, Jacksonville, Florida As Program Manager for the City of Jacksonville Assessment and Remediation contract, Pastrana performed numerous Phase I and Phase II ESAs, Assessments, Remediation Projects, and Tank System Installations/Modifications for the City. Projects included various sites including parks, undeveloped land, vacant lots, and municipal buildings either being sold or purchased by the City. Pace Center for Girls Clay, Middleburg, Florida Environmental Professional that prepared the Phase I ESA (per ASTM E 1527-13) for approximately 3 acres of pastureland that included a residence for the future development of this non-profit youth help center. No Recognized Environmental Conditions were identified. JAXEX at Craig Field Non-Aeronautical Parcel, Jacksonville, Florida Environmental Professional that prepared the Phase I ESA (per ASTM E 1527-13) for 128 acres of mostly undeveloped airport land that included a vacant night club. No Recognized Environmental Conditions were identified. Hart Expressway Modifications, Jacksonville, Florida Professional Associate Engineer that prepared the Level 1 Contamination Screening Evaluation Report for the modifications associated with the removal of the aboveground expressway located south of TIAA Bank Field. The Report was prepared in accordance with Part 2, Chapter 20 of the FDOT Project Development and Environment Manual. Gabriel S. Pastrana, P.E. Environmental Engineer Gabriel S. Pastrana is a licensed Professional Engineer with 25+ years of environmental engineering experience with due diligence Phase I and II environmental site assessments (ESA) and compliance audits, corridor ESAs, contamination assessment and remediation design, Florida Department of Environmental Protection (FDEP) petroleum site management, petroleum storage systems, RCRA Closures, Brownfield sites, environmental permitting and compliance, groundwater modeling, soil and groundwater sampling, and asbestos survey and abatement projects. Pastrana has designed remediation systems for petroleum impacted sites including air sparge/soil vapor extraction and multi-phase extraction and in situ injections. Pastrana has also worked with regulatory agencies and site stakeholders to procure closures with and without conditions. Pastrana provides stormwater and related environmental engineering services such as the preparation of SPCC Plans, Florida Department of Transportation (FDOT) Dewatering Plans, SWPP Plans, and Erosion Control Inspections. Pastrana is a Fellow Member of the Florida Engineering Society and is currently serving as North Central Florida Regional Vice President. Page 34 of 57 P. Rodney Mank, P.E. Principal in Charge Client Service Manager Project Manager Brett Harbison, P.E. Lead Engineer Kelly Marshall, P.E. Clayton Purvis, E.I. Geotechnical Engineer Laboratory Team Kirt Brayshaw Lead Geotechnician Drill Team Gabriel S. Pastrana, P.E. Environmental Engineer iii, ,..I • Meskel & Associates Engineering Geotechnical ,. Environmental ,. Inspection ,. Testing Page 35 of 57 Firm Commitment to Maintain Personnel on Contract. MAE commits to maintaining con�nuity of the personnel shown on the Organiza�onal Chart for the dura�on of the contract project. The State of Florida Licenses relevant to the key personnel are on the following pages. 2022/2023-A21 CCUA Request for Qualifica�ons for Geotechnical Engineering and Tes�ng Professional Services www.meskelengineering.com Meskel & Associates Engineering Geotechnical ,-Environmental ,-Inspection ,-Testing Page 36 of 57 Ron Desantis, Governor STATE OF FLORIDA Melanie S. Griffin,Secret~ry F B p E FLORIDA BO1\RD OF PROf[S':)O'IAL c,<.,1NCCRS 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. Ron Desantis, Governor STATE OF FLORIDA Melanie S. Griffin,Secret~ry F B p E FLORIDA BO1\RO OF PROf[S':)O'IAL c,01NCCRS 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. Page 37 of 57 Ron Desantis, Governor STATE OF FLORIDA Melanie S. Griffin,Secret~ry F B p E I FLORIDA BO1\RD OF PROfCS'.>K:t-lAL c,<.,1NCCRS THE PROFESSIONb:[ El'\I UNDER THE PROVIS IQ, TES 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. Ron Desantis, Governor STATE OF FLORIDA Melanie S. Griffin.Secret~ry F B p E FLORIDA BO1\RD OF PROfCS'.>K:t-lAL c,01NCCRS THE PROFESSIO UNDER THE PROVISION TES 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. Page 38 of 57 Clay County Fairgrounds Geotechnical Exploration and Engineering Services for Clay County Fairgrounds Green Cove Springs, Clay County Contact: Daniel Huntt, P.E. Email: Daniel.huntt@wginc.com Phone: (904) 470-4503 Project Stage: Design Project Timeframe: June 2022 – August 2022 Major Components: Pump Station and Gravity Sewer Pipeline Project Cost: $7,900 Project Description: MAE provided geotechnical exploration and engineering services for this new Pump Station and pipeline project. Clayton Purvis, EI served as the Project Manager. After discussing the project requirements with the client, Mr. Purvis determined the soil boring locations and sent the proposed boring location plan to the Client for approval. Once approved, he provided the boring plan to our field coordinator to stake the borings in the field, submit a utility locate request with the SSOC, and schedule the work. Our field work included SPT soil borings to 35 feet for the Pump Station and Auger borings to a depth of 15 feet for the pipeline. The groundwater level was measured at each of the boring locations, and a determination of the Seasonal High Groundwater Level was made. Once Mr. Purvis reviewed the logs and samples, he submitted a laboratory test request to the lab manager for soils testing on selected samples to aid in soil classification. Following an evaluation of the subsurface conditions and consultation with Rodney Mank, PE as the Senior Engineer, recommendations were provided for support of the pump station wet well and for support of the PVC pipeline. Recommendations for reuse of the excavated soils as backfill for structures and pipes were also provided. Our findings and recommendations were included in a geotechnical report that included a Boring Location Plan and Generalized Soil Profiles and soil boring logs showing the encountered subsurface conditions. Mr. Mank reviewed the report and provided edits that were made by our administrative staff before submittal of our final report to the Client. Team Members in Key Roles: • Rodney Mank, P.E. (Senior Engineer) • Clayton Purvis, EI (Staff Engineer/Project Manager) • Kirt Brayshaw (Geotechnical Field Coordinator) Page 39 of 57 SJCUD SR 207 Water Reclamation Facility Geotechnical Exploration, Engineering, and Environmental Services St. John’s County, Florida Contact: David Schoster, PE Email: dave.schoster@jacobs.com Phone: (352)284-1863 Project Stage: Design/Build Project Timeframe: August 2022 – Present Major Components: Water Reclamation Facility, Booster Pump Stations, Pipelines Project Budget: $476,190 Project description: This project involved geotechnical exploration and engineering services for the planned construction of a new Water Reclamation Facility (WRF) for the St. Johns County Utility Department (SJCUD). This project included exploration and design recommendations for the proposed tanks, process, storage and administration buildings, roadway/pavements and stormwater retention pond for the WRF, plus for the associated Booster Pump Stations and approximately 6 miles of pipeline. MAE conducted SPT soil borings for the proposed structures and other site features for the WRF and the BPS locations, and along the pipeline route. The borings were advanced to depths of up to 75 feet below existing grade at the WRF, up to 80 feet at the BPS sites, and to 15 and 40 feet along the pipeline route. MAE effectively mobilized multiple rigs, including truck-mounted and ATV- mounted rigs, to carry out the necessary drilling operations. The boring locations were staked and flagged for the surveyor to include in the survey. Laboratory testing was performed on selected samples to aid in classification and estimate soil compressibility. In addition, soil corrosion tests (soil resistivity, soil pH, and sulfate and chloride content) were run. A determination of the Seasonal High Groundwater Level was provided based on the measured groundwater levels in the borings and document research. MAE evaluated the encountered subsurface conditions to provide foundation design recommendations. Because of the favorable subsurface conditions, shallow foundation recommendations were provided for the mat foundation and spread footing foundation systems supporting the WRF and BPS structures. Recommendations were also provided for pipeline and pavement support. Recommendations for reuse of soils from the stormwater pond as fill were also provided. Site preparation recommendations were provided along with recommended testing frequencies. Geotechnical reports were issued for the WRF, BPS and each phase of the pipeline route include Boring Location Plans and Generalized Soil Profiles and individual boring logs. Team Members in Key Roles: • Rodney Mank, P.E. (Principal Engineer, QA/QC) • Brett Harbison (Senior Project Engineer - WRF, BPS facilities) • Kelly Marshall, P.E. (Senior Project Engineer – Pipelines) • Clayton Purvis, EI (Project Engineer/Project Manager) • Kirt Brayshaw (Geotechnical Field Coordinator) Page 40 of 57 CCUA Peters Creek WWTF Expansion Geotechnical Exploration, Engineering and Hydrogeological Services Green Cove Springs, Clay County Contact: David A. Rasmussen Email: drasmussen@ardurra.com Phone: (904) 567-7754 Project Stage: Design Project Timeframe: February 2022 – March 2023 Major Components: WWTF Expansion, RIBs, Pipelines, Booster Pump Station Project Cost: $298,100 Project description: This project included geotechnical exploration, engineering and hydrogeological services for an expansion to the existing WWTF at Peters Creek. This project also included exploration of the Governor’s Park Booster Pump Station (BPS) site. Our exploration included 40 SPT borings up to a depth of 100 feet below existing grade on the WWTF site, 8 SPT borings up to a depth of 60 at the BPS site, and 71 SPT borings at depths of 15 to 70 feet for the pipeline route, including planned Jack & Bore and HDD crossings. Additionally, six piezometers were installed to measure groundwater fluctuations and perform in-situ soil permeability tests for the RIB expansion at the WWTF site. MAE effectively mobilized multiple rigs, including truck, track and ATV-mounted rigs, to carry out the necessary drilling operations. The boring locations were staked and flagged for the surveyor to include in the survey. Laboratory testing was performed on selected samples to aid in classification and estimate soil compressibility. In addition, soil corrosion tests (soil resistivity, soil pH, and sulfate and chloride content) were run. A determination of the Seasonal High Groundwater Levels at the WWTF and BPS sites and along the pipeline route were provided based on the measured groundwater levels in the borings and document research. MAE evaluated the encountered subsurface conditions to provide foundation design recommendations. Because of the favorable subsurface conditions, shallow foundation recommendations were provided for the mat foundation and spread footing foundation systems supporting the WWTF and BPS structures. Settlement analyses showed that structure settlement would be within tolerable limits for all structures. Recommendations were also provided for pipeline and pavement support. Lateral soil pressure parameters were provided for below grade structures. Recommendations for reuse of excavated soils were also provided. Site preparation recommendations were provided along with recommended testing frequencies. Separate geotechnical reports were issued for the WWTF expansion, the BPS and the pipeline route that included Boring Location Plans and Generalized Soil Profiles and individual boring logs. Team Members in Key Roles: • Rodney Mank, PE (Principal Engineer) • Brett Harbison, PE (QA/QC) • Clayton Purvis, EI (Project Engineer/Project Manager) • Kirt Brayshaw (Geotechnical Field Coordinator) Page 41 of 57 Project Approach Page 42 of 57 D. PROJECT APPROACH We understand the project consists of a fleet maintenance facility on a 10-acre parcel in Clay County. The facility will include 3 bays for staff vehicles, 2 bays for vacuum excavation and dump truck maintenance and repair, and a fueling station (gasoline and diesel). The facility will also have an intake counter, 3 offices and space for delivery and storage of parts and supplies. The facility needs to be operational and in service within 2 years. Geotechnical Scope of Work In addition to the above details, we have assumed that there will be flexible (asphalt) and/or rigid (concrete) pavements for parking and drives, as well as stormwater treatment facilities (ponds). We have also assumed that fill heights will be 2 feet or less within the proposed structure and pavement areas. The objective of the geotechnical exploration is to provide site and subsurface information to evaluate the subsurface conditions at the site for the proposed construction. Based on these assumptions, we anticipate the following field services: Test Location Test No. & Type Test Depth ft below ground surface Fleet Maintenance Structure 1 SPT*/7,500 to 10,000 sf 25-40 Parking/Drive Areas 1 SPT* / 10,000 sf 10 Stormwater Ponds 2 SPT* / Ac. of pond area 20 *Standard Penetration Test (SPT) Boring Once the boring locations are determined, they will be staked/marked in the field and a Utility Locate Request will be filed with the Sunshine State One-Call (SSOC) system to attempt to locate existing underground utilities at the site in accordance with Florida law. Any conflicts with underground utilities will be mitigated by moving the boring location a safe distance from the utility. In addition, each boring will be started using a hand-held bucket auger (i.e., auger boring) to verify there is no utility conflict. Once the SPT borings are completed, they will be backfilled with soil cuttings (parking/drive and pond areas) or a cement grout (maintenance structure). Any borings located within existing asphalt or concrete pavements will be capped with an asphalt cold-patch material. All final boring locations will be staked for the surveyor to include in the site survey. We will take all reasonable precautions to prevent damage to property and will reasonably restore the site to the condition existing prior to the start of our fieldwork. The recovered soil samples will be described in the field by the field crew. If organic or clayey soils are encountered within 5 feet of the existing ground surface, test pits will be performed to verify materials and help determine if removal of these deleterious soils is necessary. Test pit locations will be staked for the surveyor to include in their site survey. The field logs and samples will be delivered to our laboratory where the logs will be reviewed and the samples classified by a geotechnical engineer. The soils will be classified using the Unified Soil Classification System (USCS) and the AASHTO classification system. Laboratory classification and index property tests will be performed as necessary on selected soil samples to confirm the soil classification and provide engineering characteristics to estimate compressibility. Such testing would include natural moisture content, grain size distribution, percent passing the US Sieve No. 200 (percent fines), organic content and Atterberg limits. Page 43 of 57 A geotechnical engineer, licensed in the State of Florida, will direct the geotechnical exploration and provide an engineering evaluation of the subsurface conditions encountered at the boring locations. Our evaluation will include:  Settlement analysis of shallow foundations supporting the proposed structure,  Analysis of the soils/rock to determine allowable pile capacity should it be necessary to support the structure on a deep foundation system,  Settlement analysis of fills placed onsite to estimate settlement and determine site preparation techniques that could lower anticipated settlements, such as preloading or surcharging programs or Ground Improvement techniques, and  Evaluate presence of soils, such as clays, that could affect the performance of shallow foundations, grade-supported slabs and pavements and determine potential techniques that could mitigate their affects. The results of the exploration and engineering evaluation will be documented in a report that will include the following:  Our understanding of the planned construction,  The observed site conditions, such as topography, surface vegetation, etc. as they relate to the anticipated construction,  The field and laboratory test procedures used and the results obtained,  The encountered subsurface conditions plotted on General Soil Profiles sheets and on soil boring logs that will show the subsurface profiles, measured groundwater levels, and estimated geotechnical engineering properties, as necessary,  Test pit logs should test pits be performed on the site,  An estimate of the Seasonal High Groundwater Level at the site,  A geotechnical engineering evaluation of the site and subsurface conditions with respect to the anticipated construction,  Recommendations for shallow foundation design parameters, including our estimate of the performance of the foundation system,  Recommendations for a deep foundation system to consist of driven or augered cast-in-place piles, which will include allowable vertical pile capacity and lateral pile analysis,  Recommendations for a test pile and production pile installation program should a deep foundation system be necessary,  Recommended modulus of subgrade reaction for grade-supported concrete slabs,  Recommendations for reuse of the soils excavated from the proposed stormwater pond areas and other potential excavations as fill soil,  Recommendations for light-duty and heavy-duty flexible and rigid pavements,  Recommendations for site preparation and placement and compaction of fill and backfill soils, and  Recommendations for verification and quality assurance testing required during site preparation and earthwork construction. Page 44 of 57 Once authorization is received, a utility locate request will be submitted. We will mobilize our field crew to the site within one week once the utilities have been marked and located. We anticipate that the field work will take up to one week to complete, weather permitting, depending on the level of exploration needed. Laboratory testing will take up to an additional one week depending on the amount of lab testing assigned. We plan to submit a draft version of our geotechnical report 2 weeks after completion of the field and laboratory testing. A final version of the report will be submitted one week following review and submittal of comments on our draft report. Phase 1 Environmental Site Assessment The purpose of the Phase I Environmental Site Assessment is to evaluate the property for the presence or likely presence of any hazardous substance or petroleum products in soil, groundwater, or surface water from on-site and off-site sources. MAE will perform our study consistent with the standards provided in the American Society for Tes�ng and Materials (ASTM) "Standard Prac�ce for Environmental Site Assessments: Phase I Environmental Site Assessment Process" (ASTM E 1527-13). As required by the noted standard, our work will be conducted under the responsible charge of an Environmental Professional. To perform this study, MAE proposes to: 1. Visually inspect the site to identify potential sources of any on-site hazardous substance or petroleum product release. MAE will coordinate this inspection with the CCUA. 2. Visually inspect (from curbside) and categorize the use of the adjoining properties as potential off-site sources of hazardous substance or petroleum contamination. 3. Review records to determine historical ownership, usage, and site development through researching some combination of the Phase I ESA User Questionnaire, city directories, aerial photographs, fire insurance maps, USGS Topographic Maps, and building department records. 4. Review published federal regulatory database records related to potential on-site or off-site sources of hazardous substance or petroleum contamination. Records (or their equivalent) to be reviewed include: a. Na�onal Priori�es site List (NPL) and Delisted NPL sites; b. Comprehensive Environmental Response, Compensa�on and Liability Informa�on System (CERCLIS) and CERCLIS No Further Remedial Ac�on Planned (NFRAP) site list; c. Resource Conserva�on and Recovery Act (RCRA) Generators facili�es list; d. RCRA CORRACTS facili�es list; e. RCRA non-CORRACTS Treatment, Storage and Disposal Facili�es (TSDF) list; f. Ins�tu�onal control/engineering control (IC/EC) registries (if available); and g. Emergency Response No�fica�on System (ERNS). 5. Review published state, tribal, and local (as applicable) regulatory database records related to potential on-site or off-site sources of hazardous substance or petroleum contamination. Records to be reviewed include: a. Registered Underground Storage Tank (UST) list; b. State equivalent NPL and CERCLIS lists; c. Leaking Underground Storage Tank (LUST) list; d. Solid Waste Disposal/Landfills list; Page 45 of 57 e. Lists of hazardous waste sites; f. Ins�tu�onal control/engineering control (IC/EC) registries (if available); g. Voluntary cleanup sites (if available); and h. State Designated Brownfield Areas and Brownfield sites with Site Rehabilita�on Agreements. The access and retrieval of any federal, state, or local documents related to the scope of work is limited to the availability of records upon request from governmental agencies or commercial sources within the �me frame allowed for this project. MAE will u�lize a third-party environmental database provider, ERIS, to provide the radius map report within the standard ASTM search radii. 6. Review land title records and environmental cleanup lien records if provided by the CCUA or their title company. The user is responsible for providing documentation of reasonably ascertainable recorded land title records and environmental cleanup lien records that are filed under federal, tribal, state, or local law to identify environmental liens or activity and use limitations, if any, that are currently recorded against the property. MAE can provide a lien search for an additional fee. 7. Interview past and present property owners and occupants, the key site manager (if appropriate), and local government officials to the extent they have been identified and are likely to have material information regarding the potential for contamination at the property. 8. Following our site visit, records review, and interviews, a Phase I ESA report will be prepared. The report will include our findings, opinions, and conclusions. If requested, MAE can include a limited evaluation and recommendations for non-ASTM conditions including Asbestos Containment Materials, Lead-Based Paint, Radon, Drinking Water, Wetlands, Flood Zones. In the event Recognized Environmental Condi�ons are iden�fied, MAE will provide Phase II ESA recommenda�ons which may include subsurface sampling of soils and groundwater to iden�fy the presence or absence of petroleum or hazardous material contamina�on at the project site. Page 46 of 57 Other Page 47 of 57 Subcontractor. MAE proposes to provide all required services in-house. Therefore, we have not included any Subcontractors for this Contract. 2022/2023-A21 CCUA Request for Qualifications for Geotechnical Engineering and Testing Professional Services www.meskelengineering.com Meskel & Associates Engineering Geotechnical ,. Environmental ,. Inspection ,. Testing Page 48 of 57 Li�ga�on. MAE does not have any past or pending li�ga�on or disputes rela�ng to the work described in the Request for Qualifica�on document. 2022/2023-A21 CCUA Request for Qualifications for Geotechnical Engineering and Testing Professional Services www.meskelengineering.com Meskel & Associates Engineering Geotechnical ,. Environmental ,. Inspection ,. Testing Page 49 of 57 Financial Informa�on. MAE is a financially sound organiza�on, and we will be happy to supply a financial statement to the CCUA that demonstrates our financial capacity. We understand that this Statement is not to be included in this submital but may be requested by CCUA prior to final award. 2022/2023-A21 CCUA Request for Qualifications for Geotechnical Engineering and Testing Professional Services www.meskelengineering.com Meskel & Associates Engineering Geotechnical ,. Environmental ,. Inspection ,. Testing Page 50 of 57 Corporate Headqueaters 3728 Philips Highway, Suite 208 Jacksonville, Florida 32207 Tampa Office 2202 N. West Shore Blvd., Suite 200 Tamps, Florida 33607 Lake City Office 265 Southwest Malone St., Suite 115 LAke City, Florida 32025 Page 51 of 57 MESKEL & ASSOCIATES ENGINEERING PAYROLL & BILLABLE RATE CERTIFICATION DATE:8/10/2023 PERSONNEL CLASSIFICATION NAME CURRENT WAGE RATE CLASSIFICATION AVERAGE WAGE RATE OVERHEAD & PROFIT RATE BILLABLE RATE MAT Asphalt Plant Inspector Patricia Carney 40.00Patty Gallagher 32.50 Rhonda Hale 42.00 MAT Chief Engineer P. Rodney Mank 71.38 Antoinette Meskel 77.03 MAT Engineering Intern George C. Purvis 30.00Marlon Verceles 32.20 MAT Engineering Technician James Barslou 24.00David Hayward 26.50 Tyler Biscardi 26.00 MAT CADD/Computer Technician Austin Selfridge 20.00 MAT Project Manager Rhonda Hale 42.00 MAT Senior Engineer Brett H. Harbison 70.19 David Gordinier 65.38Kelly Marshall 79.33 MAT Secretary/Clerical Jessica Alford 25.30 Megan Barrett 26.40 Geotechnicial Technician (Design)Kirt Brayshaw 33.00 MAT Senior Engineering Technician Jamison Fincher 33.81 Michael Moore 31.00Arnold Creamer, Jr.36.00 I hereby certify that the above salary rates are the actual rates being paid to the individual employees listed as of the date shown below. These rates do not include overtime, which would be charged at 1.5 times the personnel classification billable rate. 8/10/2023 DATE CLAY COUNTY UTILITY AUTHORITY $38.17 1.90 $110.68 $74.21 1.90 $215.19 $31.10 1.90 $90.19 $25.50 1.90 $73.95 $20.00 1.90 $58.00 $42.00 1.90 $121.80 $71.63 1.90 $207.74 $33.60 1.90 $97.45 PHILIP RODNEY MANK, P.E., VICE PRESIDENT $25.85 1.90 $74.97 $33.00 1.90 $95.70 - - - - - ~ - ' -- - ' ;1;,l1 1/J? I / 7 - M eskel~ Geotechnical ,. E . ng1neering nv1ronmental ,. Inspection ,. Testing Page 52 of 57 MESKEL ASSOCIATES ENGINEERING, PLLC 2022 - 2023 FEE SCHEDULE DESCRIPTION UNIT UNIT PRICE 209-Asphalt Pavement Coring - 4in dia with Base Depth Check Each $180.00 210-Asphalt Pvmt. Coring - 4in dia without Base Depth Check Each $145.00 211-Asphalt Pavement Coring - 6in dia with Base Depth Check Each $220.00 212-Asphalt Pvmnt Coring - 6in dia without Base Depth Check Each $175.00 305-Concrete Pavement Coring - 4in Dia Each $210.00 306-Concrete Pavement Coring - 6in Dia Each $250.00 401-Geo Auger Borings-H& & Truck/Mud Bug LF $12.00 402-Geo Auger Borings-Track LF $16.00 407-Geo Chainsaw (Owned)Day $120.00 408-Geo Concrete Pad & Cover for Monitoring Wells Each $325.00 415-Geo Double Ring Infiltration ASTM D3385 Each $575.00 418-Geo Drill Crew Support Vehicle Day $260.00 422-Geo Extra SPT Samples-Barge/Track/Amphib 0-50 Ft Each $65.00 423-Geo Extra SPT Samples-Barge/Track/Amphib 50-100 Ft Each $72.00 424-Geo Extra SPT Samples-Barge/Track/Amphib 100-150 Ft Each $90.00 425-Geo Extra SPT Samples-Barge/Track/Amphib 150-200 Ft Each $115.00 426-Geo Extra SPT Samples-Barge/Track/Amphib 200-250 Ft Each $150.00 427-Geo Extra SPT Samples-Truck/Mud Bug 0-50 Ft Each $48.00 428-Geo Extra SPT Samples-Truck/Mud Bug 50-100 Ft Each $56.00 429-Geo Extra SPT Samples-Truck/Mud Bug 100-150 Ft Each $68.00 430-Geo Extra SPT Samples-Truck/Mud Bug 150-200 Ft Each $84.00 431-Geo Extra SPT Samples-Truck/Mud Bug 200-250 Ft Each $98.00 432-Geo Field Perm 0-10 Ft Open-End Borehole Method Each $350.00 433-Geo Field Perm 10-25Ft Open-End Borehole Method Each $425.00 435-Geo Grout Boreholes- Barge/Track/Amphib 0-50 Ft LF $9.00 436-Geo Grout Boreholes- Barge/Track/Amphib 50-100 Ft LF $11.00 437-Geo Grout Boreholes- Barge/Track/Amphib 100-150 Ft LF $14.00 438-Geo Grout Boreholes- Barge/Track/Amphib 150-200 Ft LF $18.00 439-Geo Grout Boreholes- Barge/Track/Amphib 200-250 Ft LF $20.00 440-Geo Grout Boreholes- Truck/Mud Bug 0-50 Ft LF $7.50 441-Geo Grout Boreholes- Truck/Mud Bug 50-100 Ft LF $8.50 442-Geo Grout Boreholes- Truck/Mud Bug 100-150 Ft LF $9.50 443-Geo Grout Boreholes- Truck/Mud Bug 150-200 Ft LF $12.00 444-Geo Grout Boreholes- Truck/Mud Bug 200-250 Ft LF $13.50 445-Geo Grouted Monitor Well 2in 0-50 Ft LF $35.00 446-Geo H& Auger with DCP (0-50 ft) ASTM D1452 LF $22.00 447-Geo H& Auger with SCP (0-50 ft) ASTM D1453 LF $20.00 MESKEL & ASSOCIATES ENGINEERING, PLLC 2022 - 2023 FEE SCHEDULE 1 Page 53 of 57 MESKEL ASSOCIATES ENGINEERING, PLLC 2022 - 2023 FEE SCHEDULE DESCRIPTION UNIT UNIT PRICE 450-Geo Piezometer 2in 0-50 Ft LF $42.00 452-Geo Rock Coring Brg/Track/Amph 0-50 Ft 4in ID & over LF $90.00 453-GeoRocCoring Brg/Track/Amp 0-50 Ft les than 4in ID LF $60.00 454-GeoRocCoring Brg/Track/Amph 50-100 Ft 4in ID & over LF $110.00 455-GeoRocCoring Brg/Track/Amp 50-100Ft les than 4in ID LF $70.00 456-GeoRocCoring Brg/Track/Amph 100-150 Ft 4in ID & over LF $140.00 457-GeoRocCoring Brg/Track/Amp 100-150Ft les than 4in ID LF $80.00 458-GeoRocCoring Brg/Track/Amph 150-200 Ft 4in ID & over LF $185.00 459-GeoRocCoring Brg/Track/Amp 150-200Ft les than 4in ID LF $100.00 460-GeoRocCoring Brg/Track/Amph 200-250 Ft 4in ID & over LF $230.00 461-GeoRocCoring Brg/Track/Amp 200-250Ft les than 4in ID LF $120.00 462-Geo Rock Coring Truck/Mud Bug 0-50 Ft 4in ID & over LF $76.00 463-GeoRocCoring Truck/MudBug 0-50 Ft less than 4in ID LF $44.00 464-Geo Rock Coring Truck/Mud Bug 50-100 Ft 4in ID over LF $86.00 465-GeoRocCoring Truck/MudBug 50-100 Ft les than 4in ID LF $50.00 466-GeoRocCoring Truck/MudBug 100-150 Ft 4in ID & over LF $104.00 467-GeoRocCoring Truck/MudBug 100-150 Ft les than 4in ID LF $56.00 468-GeoRocCoring Truck/MudBug 150-200 Ft 4in ID & over LF $114.00 469-GeoRocCoring Truck/MudBug 150-200 Ft les than 4in ID LF $62.00 470-GeoRocCoring Truck/MudBug 200-250 Ft 4in ID & over LF $145.00 471-GeoRocCoring Truck/MudBug 200-250 Ft les than 4in ID LF $72.00 473-Geo SPT Barge/Track/Amphib 0-50 Ft LF $25.00 474-Geo SPT Barge/Track/Amphib 50-100 Ft LF $32.00 475-Geo SPT Barge/Track/Amphib 100-150 Ft LF $45.00 476-Geo SPT Barge/Track/Amphib 150-200 Ft LF $63.00 477-Geo SPT Barge/Track/Amphib 200-250 Ft LF $75.00 478-Geo SPT Truck/Mud Bug 0-50 Ft LF $16.00 479-Geo SPT Truck/Mud Bug 50-100 Ft LF $19.00 480-Geo SPT Truck/Mud Bug 100-150 Ft LF $30.00 481-Geo SPT Truck/Mud Bug 150-200 Ft LF $40.00 482-Geo SPT Truck/Mud Bug 200-250 Ft LF $48.00 493-Geo Temp Casing 4in Barge/Track/Amphib 0-50 Ft LF $17.50 494-Geo Temp Casing 4in Barge/Track/Amphib 50-100 Ft LF $19.50 495-Geo Temp Casing 4in Barge/Track/Amphib 100-150 Ft LF $23.50 496-Geo Temp Casing 4in Barge/Track/Amphib 150-200 Ft LF $27.50 497-Geo Temp Casing 4in Barge/Track/Amphib 200-250 Ft LF $31.00 498-Geo Temp Casing 4in Truck/Mud Bug 0-50 Ft LF $12.00 499-Geo Temp Casing 4in Truck/Mud Bug 50-100 Ft LF $14.00 500-Geo Temp Casing 4in Truck/Mud Bug 100-150 Ft LF $16.00 501-Geo Temp Casing 4in Truck/Mud Bug 150-200 Ft LF $18.00 502-Geo Temp Casing 4in Truck/Mud Bug 200-250 Ft LF $20.00 2 Page 54 of 57 MESKEL ASSOCIATES ENGINEERING, PLLC 2022 - 2023 FEE SCHEDULE DESCRIPTION UNIT UNIT PRICE 503-Geo Temp Casing 6in Barge/Track/Amphib 150-200 Ft LF $40.00 504-Geo Temp Casing 6in Barge/Track/Amphib 200-250 Ft LF $45.00 505-Geo Temp Casing 6in Barge/Track/Amphib 0-50 Ft LF $22.00 506-Geo Temp Casing 6in Barge/Track/Amphib 50-100 Ft LF $26.50 507-Geo Temp Casing 6in Barge/Track/Amphib 100-150 Ft LF $31.00 508-Geo Temp Casing 6in Truck/Mud Bug 0-50 Ft LF $15.00 509-Geo Temp Casing 6in Truck/Mud Bug 50-100 Ft LF $17.00 510-Geo Temp Casing 6in Truck/Mud Bug 100-150 Ft LF $19.50 511-Geo Temp Casing 6in Truck/Mud Bug 150-200 Ft LF $25.00 512-Geo Temp Casing 6in Truck/Mud Bug 200-250 Ft LF $31.00 514-Geo Truck/Mud Bug Mobil (30 miles straightline distance)Each $650.00 515-Geo Undisturbed Samples Barge/Track/Amphib 0-50 Ft Each $225.00 516-Geo Undisturbed Samples Barge/Track/Amphib 50-100Ft Each $275.00 517-Geo Undisturbed Samples Brg/Track/Amph 100-150 Ft Each $325.00 518-Geo Undisturbed Samples Brg/Track/Amph 150-200 Ft Each $375.00 519-Geo Undisturbed Samples Truck/Mud Bug 0-50 Ft Each $155.00 520-Geo Undisturbed Samples Truck/Mud Bug 50-100 Ft Each $180.00 521-Geo Undisturbed Samples Truck/Mud Bug 100-150 Ft Each $215.00 522-Geo Undisturbed Samples Truck/Mud Bug 150-200 Ft Each $240.00 525-Geo Well Development Hour $215.00 531-Geo Truck/Mudbug Drill Rig and Crew (2-person)Hour $240.00 532-Geo Truck/Mudbug Drill Rig and Crew (3-person)Hour $310.00 533-Geo Track/Barge Drill Rig and Crew (2-person)Hour $260.00 534-Geo Track/Barge Drill Rig and Crew (3-person)Hour $350.00 538-Geo Clearing Equipment Each $2,000.00 539-Geo Wash Boring, 0-50 Ft LF $12.50 540-Geo Wash Boring, 50-100 Ft LF $15.00 541-Geo Wash Boring, 100-150 Ft LF $19.50 542-Geo Wash Boring, 150-200 Ft LF $23.00 543-Geo Wash Boring, 200-250 Ft LF $28.00 603-Mobilization Asphalt Coring Equipment Each $425.00 606-Mobilization Concrete Coring Each $425.00 610-Mobilization Drill Rig Track Mount Each $2,500.00 612-Mobilization Drill Rig Truck Mount Each $600.00 614-Mobilization Mudbug/All Terrain Vehicle Each $750.00 618-Mobilization Support Boat Each $500.00 619-Mobilization Tri-Pod Each $1,500.00 620-Mobilization of Clearing Equipment Each $650.00 800-Soils Chloride Soil or Water FM 5-552 Test $64.00 801-Soils Consol-Addtl Incrmnts AASHTO T216 (13 to 24 Loads)Each $80.00 802-Soils Consol-Addtl Incrmnts AASHTO T216 (up to 12 Loads)Each $525.00 3 Page 55 of 57 MESKEL ASSOCIATES ENGINEERING, PLLC 2022 - 2023 FEE SCHEDULE DESCRIPTION UNIT UNIT PRICE 803-Soils Consolidation - Constant Strain ASTM D4186 Test $525.00 804-Soils Consol-Extend Load Incrmnts AASHTO T216 Day $175.00 805-Soils Corrosion Series FM 5-550 through 5-553 Test $230.00 806-Soils Direct Shear Consolid Drained/ Point FM 3-D3080 Test $330.00 808-Soils Flexible Wall Permeability ASTM D5084 Test $490.00 809-Soils Hydrometer Only AASHTO T88 Test $135.00 810-Soils Limerock Bearing Ratio (LBR) FM 5-515 Test $365.00 811-Soils Liquid Limit AASHTO T89 Test $60.00 812-Soils Materials Finer than 200 Sieve FM 1-T011 Test $50.00 813-Soils Maximum Density ASTM D4254 Test $240.00 815-Soils Minimum Density ASTM D4253 Test $240.00 817-Soils Moisture Content Laboratory AASHTO T265 Test $21.00 818-Soils Moisture Content Microwave AASHTO D4643 Test $17.50 819-Soils Organic Content Ignition FM 1 T-267 Test $50.00 820-Soils Organic Content Wet Combustion AASHTO T194 Test $50.00 821-Soils Particle Size Anlys AASHTO T88 (Incl. Hydrometer)Test $194.00 822-Soils Particle Size Anlys AASHTO T88 (No Hydrometer)Test $75.00 823-Soils Permeability Constant Head AASHTO T215 Test $350.00 824-Soils Permeability Falling Head FM 5-513 Test $350.00 825-Soils pH Soil or Water FM 5-550 Test $48.00 826-Soils Plastic Limit & Plasticity Index AASHTO T90 Test $58.00 827-Soils Proctor Modified FM 1-T180 Test $135.00 828-Soils Proctor Standard AASHTO T99 Test $135.00 829-Soils Resistivity Soil or Water FM 5-551 Test $60.00 831-Soils Specific Gravity AASHTO T100 Test $80.00 832-Soils Split Tensile Strgth of Rock Cores ASTM D3967 Test $150.00 833-Soils Sulfate Soil or Water FM 5-553 Test $70.00 835-Soils Triaxl Consl-Drain (CD) Per Point\Cell ASTM D7181 Test $525.00 836-Soils Tri Cnsl-Undrn (CU) Pt\Cell AASHTO T297/ASTM D4767 Test $500.00 837-Soil Tri Uncsl-Undrn (UU) Pt\Cell AASHTO T296/ASTM D2850 Test $300.00 838-Soils Unconfined Compression - Rock ASTM D7012, Method C Test $175.00 839-Soils Unconfined Compress - Soil AASHTO T208/ASTM D2166 Test $150.00 4 Page 56 of 57 ATTACHMENT I DRAFT AGREEMENT TEMPLATE Supplemental Agreement No. X to Geotechnical Engineering and Testing Professional Services RFQ Agreement 2022/2023-A21 to provide Professional Geotechnical Engineering and Testing services for the [Insert the Name of the Project]. 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 Page 57 of 57