HomeMy WebLinkAboutRFQ 22-23-A21 Geotechnical Engineering and Testing Contract- Universal Fully ExecutedGEOTECHNICAL ENGINEERING AND TESTING PROFESSIONAL SERVICES
CONTINUING CONTRACT BETWEEN CLAY COUNTY UTILLITY AUTHORITY
(CCUA) AND UNIVERSAL ENGINEERING SCIENCES, LLC.
THIS AGREEMENT for GEOTECHNICAL ENGINEERING AND TESTING
PROFESSIONAL SERVICES (or this “Agreement”) is made and entered between Clay County
Utility Authority (“CCUA”), an independent special district established and created pursuant to
Chapter 94-491, Laws of Florida, by Special Act of 1994, 3176 Old Jennings Road, Middleburg,
Florida 32068, and Universal Engineering Sciences, LLC., 5561 Florida Mining Boulevard South,
Jacksonville, Florida, 32257 (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 47
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 47
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 47
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 47
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 47
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 47
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 47
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 47
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 47
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 47
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 47
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 47
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 47
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
Page 14 of 47
compensation hereunder are accurate, complete, and current at the time of contracting. Further the
Consultant agrees that the compensation hereunder shall be adjusted to exclude any significant
sums where CCUA determines the Compensation was increased due to inaccurate, incomplete, or
noncurrent wage rates and other factual unit costs, provided that any and all such adjustments shall
be made within one (1) year following the completion date of this Agreement or Supplemental
Agreement(s).
SECTION 25. AMENDMENTS
This Agreement may be amended only by written instrument specifically referring to this
Agreement and executed with the same formalities as this Agreement.
SECTION 26. ASSIGNMENT
Neither party to this Agreement shall transfer, sublet or assign any rights or duties under or interest
in this Agreement, including but not limited to monies that are due or monies that may be due,
without the prior written consent of the other party. Subcontracting to subconsultants, normally
contemplated by the Consultant as a generally accepted business practice, shall not be considered
an assignment for purposes of this Agreement.
SECTION 27. ATTORNEY’S FEES
In any action involving the enforcement or interpretation of this Agreement, each party, whether
CCUA or the Consultant, shall be responsible for its own respective attorneys' fees and costs.
SECTION 28. WAIVER
The failure of either party to exercise any of its rights is not a waiver of those rights. A party
waives only those rights specified in writing and signed by the party waiving its rights. Oral
modification or rescission of this Agreement by an employee or agent of either party, shall not
release either party of its obligations under this Agreement, shall not be deemed a waiver of any
rights of either party to insist upon strict performance hereof, or of either party’s rights or remedies
under this Agreement or by law, and shall not operate as a waiver of any of the provisions hereof.
SECTION 29. SURVIVAL OF REMEDIES
The parties’ remedies shall survive the termination of this Agreement.
SECTION 30. PROVISIONS SEVERABLE
In the event any of the provisions of this agreement should be found to be unenforceable, it shall
be stricken, and the remaining provisions shall be enforceable.
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:
Page 15 of 47
• Temporarily withhold payments pending correction of the deficiency,
• Disallow all or part of the cost of the activity or action not in compliance,
• Wholly or partially suspend or terminate this Agreement,
• Withhold further awards to the Consultant, and/or
• Take further remedies that may be legally or equitably available.
SECTION 32. DOCUMENTS CONSTITUTING ENTIRE AGREEMENT
The following documents are hereby incorporated and made part of this Agreement:
1. Exhibit A – Scope of Services
2. Exhibit B – Original Statement of Qualification (SOQ) submitted by
Contractor
In the event of a conflict between the covenants, terms, and/or provisions of this Agreement and
Exhibit “A,” the provisions of the Agreement shall take precedence.
SECTION 33. NOTICE
The parties hereto agree and understand that written notice, mailed or delivered to the last known
mailing address, shall constitute sufficient notice to CCUA and the CONTRACTOR. All notices
required and/or made pursuant to this Agreement to be given to CCUA and the CONTRACTOR
shall be in writing and given by way of the United States Postal Service, first class mail, postage
prepaid, addressed to the following addresses of record:
CCUA: Clay County Utility CCUA
Attention : Angelia Wilson
Procurement Manager
3176 Old Jennings Road
Middleburg, Florida 32068
CONTRACTOR: Stephen Weaver, P.E.
Universal Engineering Sciences, LLC.
5561 Florida Mining Boulevard South
Jacksonville, Florida 32257
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.
Page 16 of 47
A. CCUA Client Service Manager’s contact information is as follows:
Paul Steinbrecher, PE
Chief Engineer
Clay County Utility CCUA
3176 Old Jennings Road
Middleburg, Florida 32068
Phone: 904-213-2408
Email: psteinbrecher@clayutility.org
B. The CONTRACTOR Client Service Manager’s contact information is as follows:
Stephen Weaver, P.E.
Universal Engineering Sciences, LLC.
5561 Florida Mining Boulevard South
Jacksonville, Florida 32257
Phone: 904-296-0757
Email: Sweaver@teamues.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 47
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 47
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 47
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 47
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 47
• 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 47
RFQ NO 2022/2023-A21 RFQ FOR GEOTECHNICAL ENGINEERING & TESTING PROFESSIONAL SERVICES
Grounded in Excellence
Universal Engineering Sciences, LLC
Contact: Stephen Weaver, PE
5561 Florida Mining Boulevard South
Jacksonville, FL 32257
(904) 296-0757
Sweaver@teamues.com
June 29, 2023
Page 24 of 47
Universal Engineering Sciences | 2
Table of Contents
A. TITLE PAGE .......................................................................................................1
B. TABLE OF CONTENTS ........................................................................................2
C. MANDATORY REQUIREMENTS .........................................................................3
A.1 Executive Summary....................................... ........................................................................................... 4
B.1 Key Personnel: Resumes.............................. ............................................................................................ 6
B.2 Key Personnel: Organizational Chart.............................. ..................................................................... 8
B.3 Key Personnel: Written Commitment and Licensure.............................. .................................. 9-10
C. Company Experience & Past Performance.............................. ........................................................... 11
D. PROJECT APPROACH .....................................................................................14
E. OTHER .............................................................................................................18
1. Subcontractors....................................... ................................................................................................................ 18
2. Litigation.............................. .................................................................................................................................... 19
3. Financial Information.............................. ........................................................ To Be Provided Upon Request
Page 25 of 47
Universal Engineering Sciences | 3
Mandatory Requirements
EXECUTIVE SUMMARY
UES’ QUALIFICATIONS
Since 1964, UES has been a leader in geotechnical
engineering and construction materials testing in
Florida (and the southeastern United States) since
our inception. We strive to ensure every project,
no matter the size, has the right people, resources,
and tools to perform our services to the highest
standard.
UES has more than 70 fully operational and fully
staffed branches spanning the United States
(including 19 Florida locations). These strategically
located offices meet our clients’ needs by providing
local expert knowledge and solutions unique to each
region. The wide coverage of our resources also means
that we can rapidly respond to clients’ needs with an
immediate allocation of equipment and manpower.
GEOTECHNICAL ENGINEERING
UES’ professional engineers, geologists, and
field technicians are registered throughout the
southeastern United States. Most hold advanced
degrees in their specialized fields and professional
accreditations such as NICET, ACI certification, and
State Departments of Transportation (such as FDOT
and GDOT). Our world-class geotechnical team works
in public and private sectors throughout the U.S.,
including educational facilities, municipalities, theme
parks, hospitality, transportation, residential, higher
education, healthcare, and retail. UES’ specialists are
supported by comprehensive resources, including
one of the largest fleets of energy-efficient, propane-
powered vehicles, modern high-capacity drill rigs,
and state-of-the-art laboratories (which can perform
AASHTO, ASTM, FM, and USACE accredited testing on
soils, rock cores, and water samples).
CONSTRUCTION MATERIALS TESTING
We are known for providing quality service on
various projects—from large roadway construction,
parking lots, and multi-story buildings to single-
family residential communities. Clients who choose
to use UES for their construction services benefit from:
■Certified, Qualified, and Trained Technicians
■Reliable and Accurate Test Results
■Accredited and Full-Service Laboratories
■Timely and Quick Responsiveness
LOCAL SUPPORT
Our local project team is located at 5561 Florida
Mining Boulevard South, Jacksonville, FL 32557. The
office is staffed with dedicated professionals familiar
with the region’s geographic conditions and state,
county, and city regulations and who have developed
strong working relationships with local specialized
sub-consultants and vendors.
SIMILAR EXPERIENCE
UES has served Clay County across numerous service
lines, for many years. Our teams have interacted
with various entities from the Board of County
Commissioners, the School Board, and the Building
Department, to Engineering and Public Works, to the
County’s Utility Authority (CCUA).
As a CCUA contractor since 2018, UES understands
the needs of the Authority as well as the anticipated
projects under this contract. Regardless of the scale
of the project, UES will develop a practical approach
to successfully achieve the Authority’s goals – on
schedule and within budget.
AVAILABILITY TO MEET COMPRESSED SCHEDULES
The project team presented in this proposal,
including field personnel, are committed to being
available to serve the Authority whenever called
upon. We will highly prioritize this CCUA contract;
our team will function as an extension of the
organization. We will complete every assignment
safely and with outstanding performance, while
maintaining our budget and high-quality standards
to earn your trust. UES will treat the Authority as a
most-favored customer. We will prioritize ourselves
managerially and fiscally for CCUA and this contract.
Based on our current and projected workload, we
have the manpower and equipment to increase our
current workload volume by fifteen percent. Due
to the nature of our geotechnical and engineering
testing, many of our project durations vary,
typically from two to four weeks. We have allocated
additional field personnel and office support to
ensure prompt completion of all assignments. We
pride ourselves in conducting assignments safely,
within budget, and on time with appropriate
resources. We can immediately staff projects full-
time and have personnel available for “will call”
or intermittent needs. UES further asserts that
personnel will come from existing resources and
that only experienced, well-qualified personnel will
be assigned to perform our services.
Page 26 of 47
Universal Engineering Sciences | 4
Mandatory Requirements
KEY PERSONNEL - RESUMES
Education
MS, Civil Engineering,
University of Florida
BS, Civil Engineering,
University of Florida
Years of Experience
40
Expertise
■Geotechnical Engineering
■Pavement Design and
Evaluations
■Groundwater Modeling
■Wetland Drainage Studies
■Phase I Environmental
Assessments
■Construction Monitoring
and Quality Control
■Foundation Design and
Construction
Licenses
■Professional Engineer - FL
# 37389
■Professional Engineer -
GA, SC
Professional
Affiliations
■American Society of Civil
Engineers (ASCE)
■Florida Engineering
Society (FES)
■American Society of
Highway Engineers (ASHE)
■Florida Engineering
Leadership Institute
Stephen R. Weaver, PE Contract Roles: Principal-in-Charge/Client
Manager/Project Manager
Geotechnical Services Manager
Mr. Weaver has over 40 years of experience in the geotechnical and environmental
fields, including 38 years in Northeast Florida. Mr. Weaver has directed and managed
a wide range of projects throughout Florida, Georgia, and South Carolina, including
small and large retail commercial projects, communication towers, FDOT bridges and
roadways, various naval facilities, municipal roadways and parks, private and public
utilities, public and private schools, drainage studies, etc. He has managed numerous
contracts for continuing geotechnical services for various agencies such as JEA, City
of Jacksonville, St. Johns County, Nassau County, Clay County Utility Authority, and
Florida Fish and Wildlife Commission (FWC).
PROJECT EXPERIENCE
CDBG 22 NR Southside Gravity Sewer
Glen St. Mary, FL
Mr. Weaver served as the overall project
manager providing project oversight,
guidance to the project engineer, client
consultation, and senior review for
extension of a gravity sewer system for
the town of Glen St. Mary.
Belvedere Terminals - Paxton Road
Jacksonville, FL
Mr. Weaver served as the overall project
manager providing project oversight,
guidance to the project engineer, client
consultation, and senior review for a
rail terminal consisting of numerous
structures and large storage tanks.
Crawford Diamond Industrial Park Water
and Wastewater Improvements
Callahan, FL
Mr. Weaver served as the overall project
manager providing project oversight,
guidance to the project engineer, client
consultation, and senior review for ground
storage tanks, a small building, and
smaller tanks.
Spencer Wastewater Treatment Facility
Orange Park, FL
Mr. Weaver served as the overall project
manager providing project oversight,
guidance to the project engineer, client
consultation, and senior review for
a geotechnical exploration for CCUA
relating to distress beneath a clarifier tank
and adjacent areas.
Peters Creek WTP Groundwater Storage
Tank
Green Cove Springs, FL
Mr. Weaver served as the overall project
manager to CCUA providing project
oversight, guidance to the project
engineer, client consultation, and senior
review for a ground storage tank, a small
building, and associated utilities.
Saratoga Springs Water Treatment Plant
Green Cove Springs, FL
Mr. Weaver served as the overall project
manager to CCUA providing project
oversight, guidance to the project
engineer, client consultation, and senior
review for large diameter ground storage
tanks, smaller tanks, and associated
buildings and utilities.
Page 27 of 47
Universal Engineering Sciences | 5
Mandatory Requirements
Education
BS, Civil Engineering,
University of North Florida
Years of Experience
10
Licenses
Professional Engineer - FL
#90493
Professional Engineer - GA,
CO
Jake Cochran, PE Contract Role: Lead/Engineer
Senior Geotechnical Engineer
Jake Cochran has over 10 years of engineering experience, including 5.5 years
serving UES’ Northeast Florida locations. Mr. Cochran has participated on a variety
of geotechnical and materials testing efforts. His portfolio includes diverse projects
such as transportation, municipal, commercial, industrial, and residential contracts.
PROJECT EXPERIENCE
American Beach Gravity Sewer
American Beach, FL
Coordinated drilling and prepared
recommendations and Geotechnical
Report for proposed gravity sewer to
replace the existing septic systems and lift
stations.
Peter Creek Water Treatment Plant -
Water Storage Tank
Clay County, FL
Coordinated drilling and prepared
recommendations and Geotechnical
Report for a proposed 100 foot diameter,
1.25 million gallon water storage tank.
JEA Buckman Wastewater Treatment
Plant Pond Expansion
Jacksonville, FL
Jake coordinated drilling and prepared
recommendations as well as the
geotechnical report for the expansion
of a stormwater pond at an existing
wastewater treatment plant.
Oxbow Substation
Clay County, FL
Jake coordinated drilling efforts
and prepared a geotechnical report
for a new electrical substation with
recommendations for transformer pads,
relay vaults and retention areas.
CR209B Direction Drill
Clay County, FL
Jake coordinated UES’ drilling efforts
and prepared a geotechnical report for a
proposed directional drill project beneath
the existing roadway. He also provided
recommendations for excavation backfill
and dewatering, and directional drill
parameters.
Race Track Road Widening
St. Johns County, FL
Jake coordinated drilling and prepared
recommendations and a geotechnical
report for a roadway widening project.
He also prepared recommendations for
approach slabs, mast arms and pavement
widening.
Monument Creek Water Main
El Paso County, CO
Jake coordinated drilling and prepared
recommendations and a geotechnical
report for a proposed 10.5 mile sewer
main. He provided recommendations
for excavation backfill and dewatering,
pipeline design parameters and
directional drill parameters..
Page 28 of 47
Universal Engineering Sciences | 6
Mandatory Requirements
Education
MS, Civil Engineering
- Coastal and Port -
University of North Florida
BS, Building Construction -
University of North Florida
Years of Experience
5
Jacob Fuller Contract Role: Geotechnical Engineer
Geotechnical Project Manager
Jacob Fuller serves UES’ Jacksonville location, with more than five years of
geotechnical industry and project management experience (focused in Northeast
Florida). His portfolio reflects a range of project experience, including governmental
efforts as well as assessment of Asset Maintenance Contracting (AMC), research of
new soil stabilization techniques, pavement coring, and FDOT bridges.
PROJECT EXPERIENCE
Southside Gravity Sewer Extension
Glen St. Mary, FL
Mr. Fuller performed as the project
manager. UES provided geotechnical
evaluation for the construction of a
gravity sewer extenstion.
FDOT CAK59, SR 24 Depression
FDOT District 2
Mr. Fuller performed as the project
manager. UES provided geotechnical
consulting and project management for
projects throughout FDOT District 2.
Mussallem Beachfront Park
St. Johns County, FL
Mr. Fuller performed as the project
manager. UES provided subsurface
exploration that included a boardwalk,
scenic overlook and pavilion, and a
restroom structure.
Pecan Park Self Storage Directional
Drilling
Duval County, FL
Mr. Fuller performed as the project
manager. UES provided geotechnical
services for the proposed directional
drilling and lift station addition.
JU Golf Training Facility Borrow Source
Jacksonville, FL
Mr. Fuller performed as the project
manager. UES provided two SPT borings
to depths of 15 feet, two horizontal field
permeability test, index and classification
tests on representative samples.
Black Creek Microtunnel
Florida
Mr. Fuller performed as the project
manager. UES provided geotechnical
evaluation and testing for the
construction of the new utility tunnel.
City of Jacksonville Fire Station
Pavement
Jacksonville, FL
Mr. Fuller performed as the project
manager. UES provided geotechnical
exploration for pavement improvements.
City of St. Augustine Force Main
St. Augustine, FL
Mr. Fuller performed as the project
manager. UES nine SPT borings to a depth
of 25 feet for the construction of a force
main.
City of Palatka Reuse Irrigation Storage
Palatka, FL
Mr. Fuller performed as the project
manager. UES provided geotechnical
evaluation the reuse irrigation storage
pond.
FPL - Maxville Tap - Mining
Duval, FL
Mr. Fuller performed as the project
manager. UES provided geotechnical
services for the exploration of a new
access road along an existing transmission
line easement.
Page 29 of 47
Universal Engineering Sciences | 7
Mandatory Requirements
Years of Experience
42
Certifications
■OSHA Hazardous
Materials
■Water Well Contractor
Paul Buchler Contract Role: Lead Geotechnical Technician
Drilling Manager
With over 40 years of multi-disciplinary experience, Paul serves UES’ Jacksonville
office. He has been a safety manager, geotechnical driller, technician, and asphalt
coring supervisor in Northeast Florida. Paul maintains the drill rig fleet and
coordinates rigs and crews for Standard Penetration Tests, NX coring, auger borings,
and roadway coring. He also interacts with new and existing clientele (including
public and private entities) to generate opportunities, foster and maintain business
relationships. Paul has performed site investigations for private and public sector
projects. He is UES’s licensed water well contractor and holds the OSHA 40-hour
HAZWOPER certification. Paul’s repertoire includes medium- and large-scale FDOT
projects, including FDOT asphalt coring contract C9D67, I-95 and I-295 Interchange,
Fuller Warren Bridge, Howard Frankland Bridge, and SR-23. Paul is knowledgeable
in working with local municipalities and utilities, such as Nassau County, St. Johns
County, Clay County, and the cities of Fernandina Beach, Jacksonville, and St.
Augustine. He has also performed work for the town of Callahan, the JEA, Clay
County Utility Authority, and Florida Power & Light.
PROJECT EXPERIENCE
Crawford Diamond Industrial Park Water
and Wastewater Improvements
Callahan, FL
UES provided engineering for water and
wastewater improvements.
Nassau County Pavement Evaluation
Nassau County, FL
UES conducted pavement evaluations at
various intersections, for PBS&J/Nassau
County Engineering.
NR Southside Gravity Sewer Extension
Glen St. Mary, FL
UES provided SPT borings for Mittauer &
Associates, Inc.
CR108 & CR115A Intersection
Improvements
Hilliard, FL
UES provided engineering services for
Nassau Co./Nassau County Engineering.
Belvedere Terminals
Jacksonville, FL
UES provided geotechnical services for
developing a petroleum terminal (with a
farm) for Belvedere Terminals Company,
LLC.
Spencer Wastewater Treatment Facility
Orange Park, FL
UES provided geotechnical engineering
for Clay County Engineering Authority.
CR121 Drainage/Pond Design
Hilliard, FL
UES performed geotechnical services for
Ayres Assoc./Nassau County Engineering.
Saratoga Springs WTP
Green Cove Springs, FL
UES provided geotechnical engineering
for Clay County Engineering Authority.
CR108 & Orange Street Sewer Rehab
Hilliard, FL
UES performed geotechnical services in
the town of Hilliard.
Pages Dairy Road Widening
Fernandina Beach, FL
UES performed a geotechnical evaluation
(pavement cores and auger borings) for
Connelly & Wicker/ Nassau County.
14th Street & Lime Street Mast Arms
Fernandina Beach, FL
UES performed geotechnical services for
Connelly & Wicker/Nassau County.
Page 30 of 47
Universal Engineering Sciences | 8
Mandatory Requirements
ORGANIZATIONAL CHART
CLAY COUNTY
UTILITY AUTHORITY
GEOTECHNICAL SERVICES (UES - JACKSONVILLE)
Lead/Engineer
Jake Cochran, PE
Geotechnical Engineer
Jacob Fuller
Lead Geotechnical Technician
Paul Buchler
PRINCIPAL-IN-CHARGE CLIENT SERVICE MANAGER (UES - JACKSONVILLE)
Stephen Weaver, PE
PROJECT MANAGER (UES - JACKSONVILLE)
Stephen Weaver, PE
Page 31 of 47
Universal Engineering Sciences | 9
Mandatory Requirements
LETTER OF COMMITMENT
June 13, 2023
Ms. Angelia Wilson, Procurement Manager
Clay County Utility Authority
3176 Old Jennings Road
Middleburg, FL 32068
Respondent Personnel Commitment: RFQ# 2022/2023-A21: Geotechnical Engineering and Testing Professional Services
Dear Ms. Wilson,
This letter is to certify that Universal Engineering Sciences personnel assigned to this contract
(based in the firm's Jacksonville office), shall be committed to serve in their respective roles for the
duration of the opportunity.
Should there be questions regarding this commitment, please contact the undersigned (Stephen
Weaver, PE, who will serve as Principal-in-Charge/Client Services Manager). Mr. Weaver may be
reached via phone at (904) 296-0757 or email (SWeaver@teamues.com).
Respectfully submitted,
Universal Engineering Sciences
Stephen Weaver, PE
Geotechnical Services Manager
Page 32 of 47
Universal Engineering Sciences | 10
Mandatory Requirements
LICENSING - KEY PERSONNEL
Stephen Weaver, PE Jake Cochran, PE
Page 33 of 47
Universal Engineering Sciences | 11
Mandatory Requirements
Scope of Services:
Geotechnical Evaluation
Owner/Client:
Mittauer & Associates, Inc.
580-1 Wells Road
Orange Park, FL 32073
904.278.0030
Contact Information:
Timothy P. Norman
Vice-President,
Environmental Services
904.278.0030
Project Manager /
Key Personnel:
Stephen Weaver, PE - Project
Manager**
Jacob Fuller - Project
Engineer**
Project Turnaround:
Four weeks
Project Cost (UES Fee):
$4,200.00
Project Stage:
Design
** = key personnel also
proposed for this project
The proposed construction for this project involves extending an existing gravity
sewer system in Glen St. Mary, Florida. The sewer pipes will be installed by open
cut and directional drilling procedures, typically with inverts of approximately
5 to 14 feet below existing grades. UES located and drilled seven Standard
Penetration Test (SPT) borings to depths approximately 10-15 feet below the
existing ground surface to explore the subsurface conditions within the structure
area. We conducted borings per methodology of ASTM D 1586 and summarized
procedures in the appendix of the final report. In the field, we visually classified
split spoon soil samples recovered during the performance of the borings. Our
team sent representative portions of the samples to our laboratory for further
evaluation.The team also returned representative soil samples (obtained during
field exploration) to our office, where a geotechnical engineer classified them
per ASTM D 2488 (Unified Soil Classification System). The lab team conducted
seven fines content tests, seven moisture content tests, and four Atterberg limits
tests on representative soil samples obtained from the borings. These tests were
conducted to aid in classifying the soils and to quantify and correlate engineering
properties.
UES provided recommendations for open-cut construction procedures and parameters relating to directional drilling procedures. We encountered soil conditions such as near-surface clayey soils and potentially high groundwater levels. Clayey soils offer the prospect for pumping during construction; thus, we provided recommendations to reduce the potential for pumping to occur. Our recommendations included over-excavation of clayey soils, dewatering, and moisture control. UES offered recommendations for trench safety as well as suitable backfill.
Scheduling, Budget and Quality Control Measures
UES’ suggestions would reduce potential time delays due to the clayey soil conditions we encountered. Reduced potential for delays also represented cost savings for the client. Our team modified our drilling schedule to ensure we completed work per the project schedule. UES maintained quality control by ensuring our project engineer reviewed each soil sample obtained in the field to verify (or modify) the driller’s classification. A senior engineer checked project details with the project engineer throughout the process and reviewed the final report.
CDBG 22 NR Southside Gravity Sewer Extension
Glen St. Mary, FL
COMPANY EXPERIENCE & PAST PERFORMANCE
Page 34 of 47
Universal Engineering Sciences | 12
Mandatory Requirements
Scope of Services:
Geotechnical Evaluation
Owner/Client:
Mittauer & Associates, Inc.
580-1 Wells Road
Orange Park, FL 32073
904.278.0030
Contact Information:
Michael Tibble
Project Manager
904.278.0030
Project Manager /
Key Personnel:
Stephen Weaver, PE - Project
Manager**
Project Turnaround:
Six weeks
Project Cost (UES Fee):
$14,000.00
Project Stage:
Design
** = key personnel also
proposed for this project
This project (proposed construction) involves water and wastewater improvements at Crawford Diamond Industrial Park. Upgrades include a 0.3 MGD, 50-foot diameter ground storage tank (water depth of 20.5 feet); a 0.25 MGD, 55-foot-diameter wastewater tank (water depth of 15.5 feet), a precast concrete pump building, two hydro tanks, a lift station, new pavement areas, and a retention pond. Based on these proposed dimensions, UES computed an approximate equivalent net soil pressure exerted by the tank structures of 1 and 1.3 kip/square foot.
To explore subsurface conditions in proposed tank areas, we located and drilled
ten SPT borings in the tank areas to depths of 40-75 feet below the existing
ground surface; three SPT borings in the areas of the proposed pump building
and hydro-pneumatic water tanks to depths of 25 feet; two SPT borings in the
proposed retention pond to depths of 20 feet; and one SPT boring at a depth of
30 feet in the proposed wastewater pump station, per ASTM D 1586 methods.
To determine subsurface conditions in the proposed pavement, we located and
drilled four auger borings to depths of six feet below existing grade per ASTM
D 1452. UES sent representative soil samples from field exploration to our office
(where a geotechnical engineer visually classified them, per ASTM D 2488 (Unified
Soil Classification System)). In the lab we performed 14 fines content tests, 14
moisture content tests, and two falling head tests on soil samples from the
borings. We conducted these tests to help classify soil and quantify and correlate
engineering properties.
UES provided foundation design, site preparation, and earthwork construction recommendations. We considered main subsurface conditions (loose surface soils and high groundwater levels). Our site preparation recommendations included densifying the loose surface soils so estimated future settlements would be tolerable, and dewatering and moisture control to obtain recommended densities. UES offered recommendations for flexible and rigid pavement design parameters for light- and heavy-duty pavements, provided retention pond design parameters and evaluated suitability of the soils encountered in the retention pond borings for use as structural fill.
Scheduling, Budget and Quality Control Measures
UES’ suggestions would reduce potential time delays (from high groundwater conditions and possible future settlement remediation) and represented cost savings for the client. We revised our drilling schedule to ensure completion per the project schedule, and upheld quality control by ensuring our project engineer checked each field soil sample to confirm (or modify) the driller’s classification. A senior engineer also reviewed project details throughout, and the final report.
Crawford Diamond Industrial M&A0302-27-1
Callahan, FL
Page 35 of 47
Universal Engineering Sciences | 13
Mandatory Requirements
Scope of Services:
Geotechnical Evaluation
Owner/Client:
Belvedere Terminals
Company, LLC
200 Central Avenue
4th Floor
St. Petersburg, FL 33701
800.716.8515
Contact Information:
Charlie Potter
Project Manager
800.716.8515
Project Manager /
Key Personnel:
Stephen Weaver, PE - Project
Manager**
Project Turnaround:
Four months (due to design
delays)
Project Cost (UES Fee):
$75,000
Project Stage:
Design
* = A subcontractor was used
for this specific project. No
subcontractors are anticipated
for the solicited contract.
** = key personnel also
proposed for this project
This project involves developing a petroleum terminal (with a petroleum tank
farm and tanks from 40-140 feet in diameter (and 40-48 feet in height), a new
train rail spur and unloading spurs, various buildings (in a less than 3,000 SF area),
a truck loading station, a water tank (assumed 50-foot diameter), buried storage
tanks, a valve pit, elevated electrical buildings, can pumps, new pavement and
stormwater ponds for the Belvedere Terminals – Paxton Road. Structural loading
information for the proposed structures was unavailable at the time of UES’
proposal. Based on similar construction experience, our team assumed structural
loads for proposed buildings would be carried by exterior load-bearing walls (max
loading of 3 klf) and isolated interior columns (max loading of 50 kips/column).
UES recognized potential storage tank loads from 3,000-3,500 pounds/square foot
over the footprint. To explore subsurface conditions in the proposed site area, we
located and drilled 25 SPT) borings to depths of 50-120 feet from the existing
grade below the proposed 40-140 feet diameter tank areas, five SPT borings
to depths of 20-30 feet from the existing grade below the proposed building
and other structural areas and 10 SPT borings to depths 10.5 -15 feet from the
existing grade below the proposed pavement and rail spur areas per ASTM D
1586. We returned representative soil samples (from field exploration) to our office
for visual classification by a geotechnical engineer (per ASTM D 2488 (Unified
Soil Classification System)). In the lab, we conducted 55 fines content tests, 55
moisture content tests, three organic content tests, and 28 Atterberg Limits tests
on representative soil samples from the borings. These tests aid soil classification
and quantifying and correlating engineering properties.
UES offered recommendations for shallow foundation design for structures from
small buildings to 140-foot diameter tanks. We provided settlement estimates
and pre-filling recommendations for the tanks to allow settlements to occur
before operating. Suggestions included dewatering and moisture control to
obtain the recommended densities. We encountered near-surface clayey soils and
potentially high groundwater levels. Clayey soils present potential for pumping
during construction; thus, we provided recommendations to reduce the potential
for pumping. Our recommendations included over-excavating clayey soils,
dewatering, and moisture control. UES also offered recommendations for flexible
and rigid pavement design parameters (light - and heavy-duty pavements);
alternatives for deep soil improvement to reduce anticipated settlements in place
of pre-filling; suggestions for drilled shaft design and construction for an elevated
electrical building, underground storage tanks site preparation, uplift protection,
and trench safety. We also provided suggestions for flexible and rigid pavement
design parameters for light-duty and heavy-duty pavements and embankment
stability.
Scheduling, Budget and Quality Control Measures
This project was comprehensive with many structures and recommendations. UES’
suggestions reduced possible time delays from clayey soil encounters or adverse
tank settlements. UES utilized a subcontractor to help clear access to the boring
locations, lessening time and cost for hand clearing and enabling faster project
completion. We altered our drilling timeline to ensure scope completion per the
project schedule. UES’ project engineer checked each field soil sample to verify (or
revise) the driller’s classification. A senior engineer reviewed project details as well
as the final report. These measures ensured quality control throughout.
Belvedere Terminals
Jacksonville, FL
Page 36 of 47
Universal Engineering Sciences | 14
Mandatory Requirements
PROJECT APPROACH: SAMPLE
PROJECT #1
Provide subsurface geotechnical investigations
and the foundation design, and services during
construction for implementation of a fleet
maintenance facility located on a 10-acre parcel in
Clay County. The facility will have three (3) bays for
staff vehicles (1/2 to 1 ton pickup trucks) and two
(2) bays for vacuum excavation and dump trucks
maintenance and repair. The facility will have a
fueling station (gasoline and diesel). The facility will
have an intake counter and three (3) offices. The
facility will have space for delivery and storage parts
and supplies. The facility needs to be operational and
in service within two (2) years.
The following represents UES’ geotechnical
approach to this project:
1. Receipt of RFP, acknowledgment of this receipt.
2. Review RFP to obtain an understanding of project
scope.
3. View aerial photographs of the project site to
obtain an understanding of access conditions.UES’
drilling manager will physically visit the site to
determine drill rig access.
4. On site meeting with CCUA project manager, if
desired.
5. Determine project scope. The following presents
our recommended scope.
Actual building dimensions were not provided, thus,
for purposes of estimating a project scope, UES
assumes the building dimensions will be 100’x200’.
a. Building – six standard penetration test (SPT)
borings at depths of 25 feet.
b. Fuel station canopy – 1 SPT at a depth of 20 feet,
underground storage tank – 1 SPT boring at a depth
of 25 feet.
c. Yard piping – coordinate with CCUA personnel to
observe the excavations of test pits.
d. Adjust above boring depths as appropriate
if prior knowledge of anticipated subsurface
conditions is known.
e. Relatively undisturbed Shelby tube samples if soft
clays are encountered.
f. 6 foot auger borings in any new pavement areas.
g. Borings and permeability testing if retention
areas are included:
■Wet ponds – typically one 20 foot SPT boring
per acre of pond
■Dry ponds – one auger boring at 6 feet per
pond
■in accordance with St. Johns River Water
Management District guidelines, perform
a double ring infiltrometer test to obtain a
vertical permeability rate and obtain one
horizontal tube sample for laboratory falling-
head permeability testing
6. Submit a Proposed Boring Location Plan to CCUA
project manager for review and comment. Upon
agreement with proposed boring plan, UES will
submit a fee proposal to CCUA.
7. Receipt of a supplemental agreement (SA) to
perform the agreed upon scope of services. Provide
CCUA with an estimated project schedule within a
day of receipt of the SA.
8. Submit a Sunshine One Call utility locate request.
For existing developed sites with uncertainty in
locations of underground utilities, UES’ Drilling
Manager/ Lead Geotechnical Technician will field
locate our proposed borings. UES will also conduct
a GPR survey as warranted to determine the
possible existence of underground utilities in the
vicinity of proposed boring locations.
9. Mobilize drill rig typically within two weeks of
receipt of SA. Based on the proposed scope, we
estimate 2-3 days of field work to complete the
project, or within two and a half weeks after receipt
of authorization to proceed.
10. Maintain contact between the drill crew and
project engineer during performance of the field
testing. If during the field testing it becomes
apparent that additional scope is warranted, UES’
project engineer will immediately contact CCUA’s
project manager to discuss.
11. Obtain 24-hour groundwater level readings and
grout all boreholes if a confining layer is penetrated.
12. Engineer to review field logs and soil samples
and assign appropriate laboratory tests. Samples
will be reviewed (and laboratory testing assigned)
within two days of completing any boring, to
minimize report turnaround times for projects
requiring several days of field drilling.
Page 37 of 47
Universal Engineering Sciences | 15
Mandatory Requirements
Select representative samples for index and
classification testing. Index and classification
test results will be available within five days after
completion of the field effort. Perform pocket
penetrometer unconfined compressive strength
testing on clay samples obtained from the SPT
borings. Perform laboratory consolidation testing of
soft clays if warranted.
13. Submit field logs for preliminary drafting upon
review of the samples for each boring. UES’ Project
Engineer will perform any appropriate computations
(settlement estimates, determine allowable pile
capacities if warranted, etc.) upon receipt of
appropriate laboratory data.
For sandy sites, immediate settlement estimates can
be determined within five days of completion of
borings, for sites encountering soft clays settlement
estimates can be determined after performing
consolidation testing – approximately seven days
after submitting the sample for testing). Project
engineer to begin developing recommendations
and preparation of the final report. An experienced
registered senior engineer will be involved with
the project at every step (and provide appropriate
guidance to the project engineer to ensure
appropriate recommendations are developed).
For any sites in which excessive settlements are
anticipated, specialized site improvement techniques
can be evaluated.
Some possible techniques include surcharging or
pre-filling tanks with water to generate anticipated
settlements prior to making final piping connections;
use of driven or augercast piles to transfer
structural loads to more competent strata; use of
deep soil improvement techniques such as rigid
inclusions, vibro-compaction, or vibroreplacement;
overexcavation of near surface debris, soft soils,
or organic soils; etc. This evaluation will include
discussions with specialty contractors as warranted.
We will involve CCUA’s project manager and other
design team members in these discussions as desired
and keep them updated regarding our progress. UES
will evaluate multiple techniques to provide CCUA
with effective options regarding economics and
scheduling.
14. Compilation of a detailed report which describes
our understanding of the project information, a
description of the field and laboratory procedures,
presentation of the field and laboratory results,
and our detailed recommendations for foundation
design, site preparation and earthwork construction,
pavement design, and aquifer stormwater design
parameters, as warranted. Every report will be
reviewed by an experienced registered senior
engineer. On a project of this nature, the final report
will be available within four weeks of receipt of
authorization to proceed.
15. Any follow up discussions with CCUA personnel
and any other members of the design team with
respect to the contents of our report and our
recommendations as warranted.
Universal Engineering Sciences performs
geotechnical explorations for various municipalities
as well as private clients. We have many ongoing
projects of various sizes at any given time. We have
performed numerous projects similar in nature to
this prototype project for clients such as JEA, Clay
County, St. Johns County, Nassau County, the cities of
Green Cove Springs and Jacksonville, Nassau Amelia
Utilities, and CCUA.
Our personnel are accustomed to budgeting time
to ensure that every project gets the attention it
deserves to complete the project within budget
and on schedule. We are always willing and able
to mobilize multiple drill rigs to a site if a quick
turnaround time is warranted for a certain project.
Our Jacksonville office also has a solid network of
support and resources from other nearby UES offices
to assist with workload if necessary.
All of our professional staff have achieved Bachelors
or Masters degrees in engineering with a specialty
in a geotechnical-related field. Each staff member
maintains continuing education through attendance
at seminars, short courses, state and national
conventions, and online courses and webinars.
This approach enables us to stay current with
recent developments in the geotechnical field. Of
particular interest on projects of this nature are new
and innovative developments in soil improvement
techniques to enable the soils to safely support the
anticipated structural loads.
Page 38 of 47
Universal Engineering Sciences | 16
Mandatory Requirements
We maintain solid relationships with specialty
contractors and always involve them in discussions
to aid in developing a solution on a site by site basis.
Often, deep soil improvement techniques (such
as vibro-compaction, vibro-replacement, rigid
inclusions, geopiers, among others) can be an
economic option to deep pile foundations on site
where soil conditions result in excessive settlement
estimates for shallow foundations.
Below is a summary project schedule for a proj ect
similar in nature to the prototype:
SUMMARY PROJECT SCHEDULE
Task Completion
Notice to Proceed (NTP)N/A
Make a “Sunshine One Call” utility locate request Within one day of NTP
Mobilization of drill rig and crew Within 7-10 working days of NTP*
Field effort 2-3 days from date of mobilization Within 10-12 calendar days of NTP
Laboratory testing - ongoing with field work as borings are completed,
complete within 5 days of completion of field work
Within three weeks of NTP
Final report Within four weeks of NTP
*UES is able to mobilize multiple rigs if a quicker turnaround time is required
Page 39 of 47
Universal Engineering Sciences | 17
Mandatory Requirements
As a seasoned geotechnical and testing contractor in
Clay County, UES values the opportunity to work with
CCUA.
UES will treat the Authority as a most-favored
customer. As an experienced contract holder for
County organizations, we will prioritize ourselves
managerially and fiscally for your staff and this
contract.
We recognize the need for rapid turnaround on
many contracts, and we are always willing to work
to meet our clients’ time requirements. The project
team presented in this proposal, including our field
personnel, are committed to being available to serve
CCUA whenever called upon.
We can adjust our professional staff’s schedule
to ensure CCUA projects receive the attention
they warrant. With offices throughout Florida, we
have resources available to us to meet all project
schedules. Additionally, our network of support from
nearby offices, enables us to mobilize multiple drill
rigs to meet time demands when needed.
This contract will be assigned a high priority and
our team will strive to function as an extension of
the organization. We will safely complete every
assignment with outstanding performance, while
maintaining our budget and high-quality standards
to maintain the Authority’s trust.
UES has successfully completed numerous projects
with CCUA in the past five years, all on-schedule
and within budget. We will correspond with CCUA
throughout the project via phone and email,
ensuring the Authority is always aware of our
progress on each project.
UES offers a robust arsenal of resources, combined
with a successful project history. For these reasons,
we believe UES will be an invaluable partner for
CCUA on this continuing services contract. We look
forward to providing timely, professional service to
CCUA for this contract and beyond.
Page 40 of 47
Universal Engineering Sciences | 18
Other
SUBCONTRACTORS
This portion is not applicable; UES will not
utilize subcontractors to complete the scope
contemplated for this contract.
Page 41 of 47
Universal Engineering Sciences | 19
Other
LITIGATION
The following cases are construction-related:
LOUIS GUARNO and DAWN GUARNO v. W.L. HARPER
CONSTRUCTION INC. et al., Fourth Judicial Circuit, Duval
County, Florida, Case No.: 2021-CA-001775 – Div. CV-H
This matter was initially filed in 2021. Universal was
first named in the Second Amended Complaint
which was served on Universal on December 5, 2022.
Plaintiffs have alleged various construction defects in
the construction of their primary residence. Universal
acted as a “private provider” building inspector on
the project, essentially stepping into the role
normally occupied by the City of Jacksonville
Building Inspection Division. Plaintiffs are alleging
that Universal was negligent and failed to comply with
their duties as a “private provider”. The matter is in
active litigation and Universal denies liability for any
damages claimed by Plaintiff.
ISLES OF LAKE HANCOCK HOA, INC. V. CALATLANTIC
GROUP INC., et al., Ninth Judicial Circuit, Orange County,
Florida, Case No. 2021-CA-007075-O
In this case the HOA sued the builder/developer
CalAtlantic Group, a successor to Ryland Homes.
Universal performed several scopes of work for Ryland
on this project, none of which appear to be implicated
in the HOA’s claims. To date, neither the HOA nor
CalAtlantic have been able to identify what UES
allegedly did not correctly perform.
HERITAGE ISLE DISTRICT ASS’N V. LENNAR HOMES LLC,
Case No. 05-2019-CA-0 32762, Eighteenth Judicial Circuit,
Brevard County, Florida
This matter involves a subdivision in Melbourne,
Florida developed by Lennar. Universal contracted
with Lennar for a variety of services, primarily
construction materials testing, building lot
density testing, and groundwater monitoring.
The chief complaint of the plaintiff concerns the
subdivision roads, which are deteriorating due to
high groundwater levels affecting the subbase and
the pavement courses. Universal did not design
or construct the roadway system. The matter is in
active litigation and Universal denies liability for any
damages claimed by Lennar.
FLAGLER COUNTY V. UNIVERSAL ENGINEERING SCIENCES,
LLC, et al, Case No. 2021 CA 000130, Seventh Judicial
Circuit, Flagler County Florida
In this case, Universal performed a limited building
condition assessment for Flagler County pursuant to a
continuing services contract and a work authorization
executed in accordance with the contract. Universal
assessed the condition of what was then a Sears
Appliance Store that Flagler County had under
contract to purchase. The assessment did not cover
mold or water intrusion unless same was open and
obvious. The building owner actively covered up
existing water damage to the walls with materials
intended to look like drywall, and much of the interior
walls of the building were also hidden by appliances.
When the building was cleared out after the purchase
had closed, the hidden water damage was revealed.
The case is in ongoing litigation.
HERITAGE ISLE DISTRICT ASS’N V. LENNAR HOMES LLC,
Case No. 05-2019-CA-0 32762, Eighteenth Judicial Circuit,
Brevard County, Florida
This matter involves a subdivision in Melbourne,
Florida developed by Lennar. Universal contracted
with Lennar for a variety of services, primarily
construction materials testing, building lot
density testing, and groundwater monitoring.
The chief complaint of the plaintiff concerns the
subdivision roads, which are deteriorating due to
high groundwater levels affecting the subbase and
the pavement courses. Universal did not design
or construct the roadway system. The matter is in
active litigation and Universal denies liability for any
damages claimed by Lennar.
MONTEVILLA AT BARTRAM LAKES ASSOCIATION, INC. v.
LENNAR HOMES, LLC, et al., Fourth Judicial Circuit, Duval
County, Florida, Case No.: 2022-CA-4203 – Div. CV-A
This matter commenced on November 8, 2022 with
the receipt by Universal of an amended complaint
from plaintiff Montevilla at Bartram Lakes Association,
Inc. The case involves vaguely specified construction
defect allegations against approximately 88
defendants. Universal’s only apparent involvement
with the project consisted of performing lot density
testing. Since the case has only recently been filed,
Universal has limited information regarding the case
and the project at issue.
The following is an automobile liability claim:
Mahendra Appadu v. UES and Bailey Grant, Case No.
2020-CA-001314-O, Ninth Judicial Circuit, Orange
County, FL
Page 42 of 47
teamues.com
Page 43 of 47
Firm: Universal Engineering Services Date: August 9, 2023
Clay County Utility Authority RFQ# 22/23-A21
Employee Base Rate Multiplier Requested Billing Rate
Principal Engineer 97.12$ 3.0 291.36$
Senior Engineer, P.E.64.90$ 3.0 194.70$
Project Engineer, P.E.42.31$ 3.0 126.93$
Staff Engineer 37.50$ 3.0 112.50$
Senior Technician 31.00$ 3.0 93.00$
Engineering Technician 23.00$ 3.0 69.00$
Word Processing 25.96$ 3.0 77.88$
CAD Technician 27.50$ 3.0 82.50$
Page 44 of 47
CLAY COUNTY UTILITY AUTHORITY CONTINUING CONTRACT
FOR GEOTECHNICAL AND MATERIALS TESTING SERVICES
RFQ# 22/23-A21
Universal Engineering Sciences
Professional Engineering Consultant Services
A. GEOTECHNICAL FIELD INVESTIGATION
1. Preliminary Site Reconnaissance and Utility Location/Coordination………………………………..
2. Premium drilling rates for
work performed prior to
6:00 a.m., after 7:00 p.m.,
weekends, holidays, hours in
excess of 40 hours/week or
when specialized barge or
bombardier equipment is
used
3. Mobilization/demobilization of truck mounted equipment ……………………………………………
4. Mobilization/demobilization for All-Terrain Vehicle (ATV) ……………………………………………..
5. Standby Time – for circumstances beyond control of drilling crew ………………………………..
6. Site Clearing for Drill Rig Access
A. Mobilization …………………………………………………………………………………………………………….
B. Clearing ……………………………………………………………………………………………………………………
B. SUBSURFACE SOIL INVESTIGATIONS
1. Soil Borings
A. Shallow Manual or Power Auger Borings ……………………………………………………………….
B. Standard Penetration Test ……………………………………………………………………………………..
Borings in Soil:
0 - 50’ Depths ……………………………………………………………………………………………………………….
50 - 75’ Depths …………………………………………………………………………………………………………….
75 – 100’ Depths ………………………………………………………………………………………………………….
100 - 150’ Depths ………………………………………………………………………………………………………..
C. Seal Bore Holes with Cement/Bentonite (Grout)
0 - 50’ Depths ………………………………………………………………………………………………………………
50 - 100’ Depths ………………………………………………………………………………………………………….
100 - 150’ Depths ………………………………………………………………………………………………………..
D. Install Temporary Casing
0 – 50’ Depths …………………………………………………………………………………………………………….
50 – 100’ Depths …………………………………………………………………………………………………………
100 – 150’ Depths ………………………………………………………………………………………………………
$ 100.00/hour
Standard Rate x
1.5 (barge rates
quoted per project)
$ 750.00/each
$ 800.00/each
$ 250.00/hour
$ 650.00
$ 2,000.00/day
$ 12.00/foot
$ 17.00/foot
$ 18.00/foot
$ 20.00/foot
$ 25.00/foot
$ 6.00/foot
$ 7.00/foot
$ 8.00/foot
$ 10.00/foot
$ 12.00/foot
$ 14.00/foot
Page 45 of 47
2. Grouted Piezometers (2’ Diameter)
0 – 25’ Depths …………………………………………………………………………………………………………..
25 – 50’ Depths ……………………………………………………………………......................................
50 – 75’ Depths ………………………………………………………………………………………………………..
75 – 100’ Depths …………………………………………………………………......................................
3. Muck Survey (2 man party)
4. Extra Split Spoon Samples
0 – 50’ Depth ……………………………………………………………………………………………………………..
5. Undistributed (Shelby) Samples
0 – 50’ Depths ……………………………………………………………………………………………………………
50 – 100 Depths ………………………………………………............................................................
6. Collection of Shallow Depth Vertical or Horizontal Permeability Samples ………………….
7. Field Bore Hole Permeability ……………………………………………………………………………………..
0 – 50 Depths …………………………………………………………………………………………………………….
B. Double Ring Infiltrometer Tests …………………………………………………………………………
8. Pavement Cores
A. Mobilization ………………………………………………………………………………………………………
B. Cores (includes patching, limerock thickness) …………………………………………………….
LABORATORY TESTING
Limerock Bearing Ratio Test (LBR) ............................................................................................
Moisture Content Test ..............................................................................................................
Atterberg Limits ........................................................................................................................
Organic Content Test.................................................................................................................
Fine Aggregate Grain Size Analysis (includes Wash #200) ….....................................................
Coarse Aggregate Grain Size Analysis (includes Wash #200)....................................................
Fine aggregate/soil wash #200 analysis ...................................................................................
Hydrometer Analysis ................................................................................................................
Environmental Corrosion Series (pH, resistivity, sulfates,
chlorides)..................................................................................................................................
Falling-head permeability testing ............................................................................................
Consolidation Testing ..............................................................................................................
NOTES
FOR ADDITIONAL SERVICES NOT LISTED ON THIS FEE SCHEDULE, PLEASE CONTACT OUR
JACKSONVILLE OFFICE AT (904) 296-0757.
$ 15.00/foot
$ 16.00/foot
$ 17.00/foot
$ 20.00/foot
$ 250.00/hour
$ 33.00/each
$ 100.00/each
$ 110.00/each
$ 75.00/each
$ 500.00/each
$ 500.00/each
$ 500.00/each
$ 75.00/core
$ 275.00/each
$ 10.00/each
$ 105.00/each
$ 40.00/each
$ 70.00/each
$ 115.00/each
$ 30.00/each
$ 100.00/each
$ 150.00/each
$ 150.00/each
$ 750.00/each
C.
Page 46 of 47
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 47 of 47