Loading...
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